11.07.2015 Views

PUBLIC WORKS DEPARTMENT - e-Tendering

PUBLIC WORKS DEPARTMENT - e-Tendering

PUBLIC WORKS DEPARTMENT - e-Tendering

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

|ɨÉÉhÉ{ÉjÉ Ê´ÉiÉ®úÒiÉ Eò®úhªÉɺÉÆnù¦ÉÉÇiÉ EòɽþÒ ÉÆEòÉ / +b÷SÉhÉÒ +ºÉ±ªÉÉºÉ iªÉÉxÉÒ JÉɱÉÒ nÖù®úv´ÉxÉÒ´É®ú ºÉÆ{ÉEÇòºÉÉvÉÉ´ÉÉ. Sify Technologies Ltd. Nextender (india) Pvt Ltd on 020-25315555 / 25315556(Pune) or Mobile no 9167969601 / 043) ÊxÉÊ´ÉnùÉEòÉ®úÉÆxÉÒ ÊxÉÊ´ÉnùÉ ºÉÆnù¦ÉÉÇiÉ ºÉ´ÉÇ nùºiÉBä´ÉVÉ +ÉìxɱÉÉ


9Dy. E. E.Orignal Agreement No.: B-1/Name of Work : S.T.B.T. to SH-36 to Chinchewadi Road(V.R. 92) Tal. SangamnerDist- Ahmednagar.Name of Contractor :Date of Receipt ofTenderNo. & Date of WorkOrderAmount put to Tender : Rs. 17,37,863.00Percentage quoted :Amount of Contract :::Date of Commencement :Time stipulated forcompletion of workDate of completion as :per AgreementAcutual Date of :CompletionReference to sanction of :tenderExtension of time limit : 1Certified that thisoriginal Agreementcontains: (04) Calender Months (Including Monsoon)from the date of written order to start work.23: Pages 01 toFly leaves No.Drawings No. 4Signature of Contractor Number of Correction Executive Engineer


10Dy. E. E.DETAILS OF WORKNAME OF WORK: - S.T.B.T. to SH-36 to Chinchewadi Road(V.R. 92) Tal. SangamnerDist- Ahmednagar.Estimated Cost put to tenderRs.17,37,863.00Earnest Money Rs. 17,379/-Term Deposit Receipt of Schedule Bank/ Nationalised Bank/ State Bank of IndiaChallan or Valid E.M.D. Exemption Certificate duly attested shall be uploaded at the timeof submission. Total Security Deposit 4% (four percent) Rs. 69,516/- (50% in cash at thetime of Agreement and 50% from R.A.bills).Signature of Contractor Number of Correction Executive Engineer


12GOVERNMENT OF MAHARASHTRAINVITATION FOR TENDERSDy. E. E.DETAILED TENDER NOTICENAME OF WORK: - S.T.B.T. to SH-36 to Chinchewadi Road(V.R. 92) Tal. SangamnerDist- Ahmednagar.Online percentage rate tenders in 'B-1' Form are invited by the Executive Engineer, PublicWorksDivision, Sangamner for the following work from Contractors registered inappropriate class of the Public Works Department of Maharashtra State. The name of work,estimated cost, earnest money, security deposit, time limit for completion etc. are as under.Sr.No.Name of work1 S.T.B.T. to SH- 36to ChinchewadiRoad (V.R. 92)Tal. SangamnerDist- Ahmednagar.EstimatedCost(Rupees)EarnestMoney(Rupees)SecurityDeposit(Rupees)17,37,863/- 17,379/- 34,758/-34,758/-69,516/-Class ofContractorV-AandaboveTime limitin Tender(CalendarMonths)04CalendarMonth(IncludingMonsoon)Tender form, conditions of contract, specifications and contract drawings can bedownloaded from the e-<strong>Tendering</strong> portal of Public Works Department, Government ofMaharashtra i.e. http//:pwd.maharashtra.etenders.in after entering the details payment of Rs.1,000/- (Rupees One Thousand only.) in the form of DD/ Pay Order of Scheduled orNationalised Bank in favour of Executive Engineer, Public Works Division, Sangamner,Payble at Sangamner as per the Tender Schedule. Further information regarding the workcan be obtained from the above office.The Tender Fee in the form of DD / Pay Order, Drawn in the name of Executive EngineerPublic Works Division, Sangamner/ Attested EMD Exemption certificate, Affidavit shouldbe submitted by hand delivery in sealed covers addressed to the Executive Engineer, PublicWorks Division, Sangamner with the name of the work written at the top of the envelopewill be received in the office of the Executive Engineer, Public Works Division,Sangamner as per the Tender Schedule. Bids will be opened as per the Tender Schedule, inSignature of Contractor Number of Correction Executive Engineer


13Dy. E. E.the presence of such intending Tenderers or his/ their authorized representatives who may bepresent at that time.TENDERING PROCEDURE: -1.1 A. Blank Tender Forms.Tender Forms can be downloaded from the <strong>Tendering</strong> Portal of Public WorksDepartment, Government of Maharashtra i.e. http//:pwd.maharashtra.etenders.in afterentering the details of payment Rs. 1,000/- (Rs. One Thousand Only) as per the TenderSchedule.1.2.2 The prospective tenderers are free to ask for any additional information or clarificationeither in writing or orally concerning the work, and the reply to the same will be given by theExecutive Engineer, Public Works Division, Sangamner in writing and this clarificationreferred to as Common Set of Conditions/Deviations (C.S.D.), shall form part of tenderdocuments and which will also be common and applicable to all tenderers. The point/points ifany raised in writing and/or verbally by the contractor in pre-tender conference and notfinding place in C.S.D. issued after the pre- bid conference, is/are deemed rejected. In suchcase the provision in NIT shall prevail. No individual correspondence will be madethereafter with the contractor in this regard.1.2.3 The tender submitted by the tenderer shall be based on the clarification, additionalfacility offered (if any) by the Department, and this tender shall be unconditional.Conditional tenders shall be summarily REJECTED.1.2.4 All tenderers are cautioned that tenders containing any deviation from the contractualterms and conditions, specifications or other requirements and conditional tenders will betreated as non responsive. The tenderer should clearly mention in forwarding letter that hisoffer (in envelope No. 1& 2) does not contain any conditions, deviations from terms andconditions stipulated in the tender.Signature of Contractor Number of Correction Executive Engineer


14Dy. E. E.1.2.5 Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtainedfrom any Certifying Authorities. In case of requirement of DSC, interested Bidders should goto http://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the procedure mentioned inthe document ‘Procedure for application of Digital Certificate’.1.2.6 The Tenderers have to make a payment of Rs 1038/- online as service charges for theuse of Electronic <strong>Tendering</strong> during Online Bid Data Decryption and Re-encryption stage ofthe Tender.1.2.7 For any assistance on the use of Electronic <strong>Tendering</strong> System, the Users may call thebelow numbers:Landline No. – 020 – 2531 5555 / 56Mobile No. - 9167969601 / 041.2.8 Tenderers should install the Mandatory Components available on the Home Page ofhttp://maharashtra.etenders.in under the section ‘Mandatory Components’ and make thenecessary Browser Settings provided under section ‘Internet Explorer Settings’1.2.9 For benefit of the Tenderers, a workshop on Electronic <strong>Tendering</strong> System has beenorganised at on at . Tenderers are requested to attend theworkshop for an overview of the Electronic <strong>Tendering</strong> System and to understand the prerequisitesof participation on the Electronic <strong>Tendering</strong> System.1.3 Guidelines to Bidders on the operations of Electronic <strong>Tendering</strong> System ofPublic Works Department.http://pwd.maharashtra.etenders.inA. Pre-requisites to participate in the Tenders processed by PWD:1. Enrolment and Empanelment of Contractors on Electronic <strong>Tendering</strong> System:The Contractors interested in participating in the Tenders of Public WorksDepartment –processed using the Electronic <strong>Tendering</strong> System shall be required to enrol onthe Electronic <strong>Tendering</strong> System to obtain User ID.After submission of application for enrolment on the System, the applicationinformation shall be verified by the Authorized Representative of the Service Provider. If theinformation is found to be complete, the enrolment submitted by the Vendor shall beapproved.Signature of Contractor Number of Correction Executive Engineer


15Dy. E. E.For participating in Limited and Restricted tenders the registered vendors have toapply for empanelment on the sub-portal of PWD in an appropriate class of registration. Theempanelment will have to be approved by the respective officer from the PWD. Onlyempanelled vendors will be allowed to participate in such tenders.The Contractors may obtain the necessary information on the process of enrolmentand empanelment either from Helpdesk Support Team or may visit the information publishedunder the link Enrol under the section E-<strong>Tendering</strong> Toolkit for Bidders on the Home Page ofthe Electronic <strong>Tendering</strong> System.2. Obtaining a Digital Certificate:The Bid Data that is prepared online is required to be encrypted and the hash value ofthe Bid Data is required to be signed electronically using a Digital Certificate (Class – II orClass – III). This is required to maintain the security of the Bid Data and also to establish theidentity of the Contractor transacting on the System.The Digital Certificates are issued by an approved Certifying Authority authorized bythe Controller of Certifying Authorities of Government of India through their AuthorizedRepresentatives upon receipt of documents required to obtain a Digital Certificate.Bid data / information for a particular Tender may be submitted only using the DigitalCertificate which is used to encrypt the data / information and sign the hash value during theBid Preparation and Hash Submission stage. In case during the process of preparing andsubmitting a Bid for a particular Tender, the Contractor loses his/her Digital SignatureCertificate (i.e. due to virus attack, hardware problem, operating system problem); he / shemay not be able to submit the Bid online. Hence, the Users are advised to store his / herDigital Certificate securely and if possible, keep a backup at safe place under adequatesecurity to be used in case of need.In case of online tendering, if the Digital Certificate issued to an Authorised User of aPartnership Firm is used for signing and submitting a bid, it will be considered equivalent toa no objection certificate / power of attorney to that User to submit the bid on behalf of thePartnership Firm. The Partnership Firm has to authorize a specific individual via anauthorization certificate signed by a partner of the firm (and in case the applicant is a partner,another partner in the same form is required to authorise) to use the digital certificate as perIndian Information Technology Act, 2000.Unless the Digital Certificate is revoked, it will be assumed to represent adequateauthority of the Authority User to bid on behalf of the Firm for the Tenders processed on theElectronic Tender Management System of Government of Maharashtra as per IndianSignature of Contractor Number of Correction Executive Engineer


16Dy. E. E.Information Technology Act, 2000. The Digital Signature of this Authorized User will bebinding on the Firm. It shall be the responsibility of Partners of the Firm to inform theCertifying Authority or Sub Certifying Authority, if the Authorized User changes, and applyfor a fresh Digital Signature Certificate. The procedure for application of a Digital SignatureCertificate will remain the same for the new Authorised User.The same procedure holds true for the Authorized Users in a Private / Public LimitedCompany. In this case, the Authorisation Certificate will have to be signed by the Director ofthe Company or the Reporting Authority of the Applicant.For information on the process of application for obtaining Digital Certificate, theContractors may visit the section Digital Certificate on the Home Page of the Electronic<strong>Tendering</strong> System.3. Recommended Hardware and Internet Connectivity:To operate on the Electronic <strong>Tendering</strong> System, the Contractors are recommended touse Computer System with at least 1 GB of RAM and broadband connectivity with minimum512 kbps bandwidth.4. Set up of Computer System for executing the operations on the Electronic<strong>Tendering</strong> System:To operate on the Electronic <strong>Tendering</strong> System of Government of Maharashtra, theComputer System of the Contractors is required be set up. The Contractors are required toinstall Utilities available under the section Mandatory Installation Components on the HomePage of the System.The Utilities are available for download freely from the above mentioned section. TheContractors are requested to refer to the E-<strong>Tendering</strong> Toolkit for Bidders available online onthe Home Page to understand the process of setting up the System, or alternatively, contactthe Helpdesk Support Team on information / guidance on the process of setting up theSystem.5. Payment for Service Provider Fees:In addition to the Tender Document Fees payable to PWD, the Contractors will haveto pay Service Providers Fees of Rs. 1,038/- through online payments gateway serviceSignature of Contractor Number of Correction Executive Engineer


17Dy. E. E.available on Electronic <strong>Tendering</strong> System. For the list of options for making onlinepayments, the Contractors are advised to visit the link E-Payment Options under the sectionE-<strong>Tendering</strong> Toolkit for Bidders on the Home Page of the Electronic <strong>Tendering</strong> SystemB. Steps to be followed by Contractors to participate in the e-Tenders processed byPWD1. Preparation of online Briefcase:All Contractors enrolled on the Electronic <strong>Tendering</strong> System of Government ofMaharashtra are provided with dedicated briefcase facility to store documents / files in digitalformat. The Contractors can use the online briefcase to store their scanned copies offrequently used documents / files to be submitted as a part of their bid response. TheContractors are advised to store the relevant documents in the briefcase before starting theBid Preparation and Hash Submission stage.In case, the Contractors have multiple documents under the same type (e.g. multipleWork Completion Certificates) as mentioned above, the Contractors advised to either create asingle .pdf file of all the documents of same type or compress the documents in a singlecompressed file in .zip or .rar formats and upload the same.It is mandatory to upload the documents using the briefcase facility. Therefore, theContractors are advised to keep the documents ready in the briefcase to ensure timely bidpreparation.Note: Uploading of documents in the briefcase does not mean that the documents areavailable to PWD at the time of Tender Opening stage unless the documents are specificallyattached to the bid during the online Bid Preparation and Hash Submission stage as well asduring Decryption and Re-encryption stage.2. Online viewing of Detailed Notice Inviting Tenders:The Contractors can view the Detailed Tender Notice along with the Time Schedule(Key Dates) for all the Live Tenders released by PWD on the home page of PWD e-<strong>Tendering</strong> Portal on http://pwd.maharashtra.etenders.in under the section Recent OnlineTender.3. Download of Tender Documents:The Pre-qualification / Main Bidding Documents are available for free downloading.However to participate in the online tender, the bidder must purchase the bidding documentsonline by filling up details of Demand Draft towards the cost of Tender Form Fee4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:Submission of Bids will be preceded by online bid preparation and submission of thedigitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates) publishedSignature of Contractor Number of Correction Executive Engineer


18Dy. E. E.in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the templatesprovided by the <strong>Tendering</strong> Authority of PWD. The templates may be either form based,extensible tables and / or uploadable documents. In the form based type of templates andextensible table type of templates, the Contractors are required to enter the data and encryptthe data using the Digital Certificate.In the uploadable document type of templates, the Contractors are required to selectthe relevant document / compressed file (containing multiple documents) already uploaded inthe briefcase.Notes:a. The Contractors upload a single document or a compressed file containingmultiple documents against each unloadable option.b. The Hashes are the thumbprint of electronic data and are based on one – wayalgorithm. The Hashes establish the unique identity of Bid Data.c. The bid hash values are digitally signed using valid Class – II or Class – IIIDigital Certificate issued any Certifying Authority. The Contractors are required to obtainDigital Certificate in advance.d. After the hash value of bid data is generated, the Contractors cannot make anychange / addition in its bid data. The bidder may modify bids before the deadline for BidPreparation and Hash Submission as per Time Schedule mentioned in the Tenderdocuments.e. This stage will be applicable during both, Pre-bid / Pre-qualification andFinancial Bidding Processes.5. Close for Bidding (Generation of Super Hash Values):After the expiry of the cut – off time of Bid Preparation and Hash Submission stage tobe completed by the Contractors has lapsed, the Tender will be closed by the TenderAuthority.The Tender Authority from PWD shall generate and digitally sign the Super Hashvalues (Seals).6. Decryption and Re-encryption of Bids (submitting the Bids online):After the time for generation of Super Hash values by the Tender Authority fromPWD has lapsed, the Contractors have to make the online payment of Rs. 1,038/- towards thefees of the Service Provider.After making online payment towards Fees of Service Provider, the Contractors arerequired to decrypt their bid data using their Digital Certificate and immediately re-encrypttheir bid data using the Public Key of the <strong>Tendering</strong> Authority. The Public Key of theSignature of Contractor Number of Correction Executive Engineer


20Dy. E. E.a) Scanned copy of Government treasury challan or Term Deposit Receipt valid for aperiod of one year from any Schedule Bank for the amount of earnest money, or validcertificate of exemption from payment of earnest money, if applicable (true copy attested bya Gazetted Officer to be Submitted as per the tender Schedule).b) Certificate as a Registered contractor with the Government of Maharashtra as maybe applicable.c) Details of the other works tendered for and in hand with the value of the workunfinished on the last date of submission of tender (in Form No.1). The Certificate from theHead of the Offices under whom the works are in progress should be enclosed.d) The list of Machinery and plants immediately available with the tenderer for use onthis work and list of machinery proposed to be utilized on this work, but not immediatelyavailable and the manner in which it is proposed to be procured (in form No. 2 and 2 A) Inabsence of this, tender is liable for rejection which may pleased be noted.e) Details of works of similar type and magnitude carried out by the contractor (inform No.3)f) Details of works carried out in the interior, backward and hilly area during thepreceeding 5 years (in form No.4)g) Details of technical personnel on the pay rolls of the tenderer (in form No.5)h) Proof of ownership of drum hot mix plant. The tenders of those tenderers who donot submit the proof of ownership of hot mix plant as stated above in the Envelope No.1 shallnot be considered for opening of Envelope No.2 of main tender.i) Attested copy of partnership deed if the tenderer is a partnership firm and Power ofAttorney.j) Forwarding Letter.k) The tenderer should enclose a certificate of Assistant Chief Engineer (Mech.)stating that the Modern drum mix plant, self propelled Mechanical paver finisher andVibratory Rollers are as per the M.O.R.T. & H. specification 2001 (4 th Revision).l) Contractor shall submit Registration Certificate of Maharashtra Value Added TaxAct 2005 (Under clause 8 and 9).m) The Contractor has to installed the Hot mix Plant at such distance and locationSignature of Contractor Number of Correction Executive Engineer


21Dy. E. E.that temperatures of Hot Mix material brought on site for laying and final completion shall bewithin permissible limit as per MORT & H specification and Govt. circular on dated21.1.2008.1.5 ENVELOPE No. 2 TENDER (FINANCIAL BID)The second envelope “Envelope No. 2” shall contain only the main tender includingthe Common Set of Conditions / Deviation issued by the Department after the pre-tenderConference. A tender submitted without this would be considered as invalid.The Tenderer should quote his offer duly signed in terms of percentage of estimatedrates at the appropriate place of tender documents to be submitted only in Envelope No. 2 Heshould not quote his offer any where directly or indirectly in Envelope No. 1. The contractorshall quote for the work as per details given in the main tender and also based on the detailedset of conditions issued / Additional stipulations made by the Department as informed to himby a letter from Chief Engineer / Superintending Engineer after Pre-Tender Conference. Histender shall be unconditional.1.6 SUBMISSION OF TENDER: -Refer to Section ‘Guidelines to Bidders on the operations of Electronic <strong>Tendering</strong>System of Public Works Department’ for details.1.7 OPENING OF TENDERS:On the date, specified in the Tender Schedule, following procedure will be adopted foropening of the Tender.(A) ENVELOPE No. 1 :- ( Documents )First of all Envelope No. 1 of the tender will be opened online to verify its contents asper requirements. If the various documents contained in this envelope do not meet therequirements of the Department, a note will be recorded accordingly by the tender openingauthority and the said tenderers Envelope No. 2 will not be considered for further action andthe same will be recorded.The decision of the tender opening authority in this regard will be final and bindingon the contractors.(B) ENVELOPE No. 2: (Financial Bid)a) This envelope shall be opened online immediately after opening of Envelope No. 1,only if contents of Envelope No. 1 are found to be acceptable to the Department. Thetendered rates in Schedule ‘B’ or percentage above/below the estimated rates shall then beread out. in the presence of bidders who remain present at the time of opening of EnvelopeNo. 2.1.8 EARNEST MONEY :Signature of Contractor Number of Correction Executive Engineer


22Dy. E. E.As shown on page No. 5, Earnest Money should be paid in form of Fixed DepositReceipt/Term Deposit Receipt (seperatly for each work ) valid for a period of one year fromthe last date of submission of tender forms, drawn on any Nationalised or Scheduled Bank forthe like amount in favour of the Executive Engineer, Public Works Division, Sangamnersubmitted as per the tender schedule. Earnest money in the form of cheque or cash will not beaccepted.. The earnest money will be refunded in due course in case of tenderers whosetenders are not accepted. In case of successful tenderer the Earnest money will be refundedafter recovering initial security deposit and completion of contract documents by theTenderer. The amount of Earnest Money will be forfeited to Government in case thesuccessful contractor does not pay the amount of initial security deposit within specified timelimit. Earnest Money Exemption Certificate issed by Registration authorities as perGovernment Resolution CAT - 1096/CR -172/Bldg-2 Dated 20/4/98. shall be accepted in lieuof Earnest Money.1.9 SECURITY DEPOSIT:1) The successful tenderer shall have to pay half the security deposit in approvedsecurity form (preferably in the form of National Saving Certificate) or in cash or in the formof Bank Guarantee (in the form as prescribed by Government) from any Schedule Bank andbalance Security Deposit will be recoverable through the bills at the percentage as shown initem(s) of the Memorandum in printed B-1 form or as may be decided by the ExecutiveEngineer during course of execution of the work looking to the position and circumstancesthat may prevail, whose orders will be final and binding on the contractor.The security deposit for the due performance of the contract shall be as detailed in the TenderDocuments elsewhere, Fifty percent of the security deposit will have to be deposited withinten days (including Government holidays) of the acceptance of the tender and the remainingfifty percent will be recovered from the Running Bills at the rate as specified in the tenderform, on the cost of work as per C.S.R. prevailing at the time of acceptance of tender.Amount of total security deposit to be paid shall be 4 % of the cost of work, worked out asper D.S.R. 2010-2011 for the respective District. Initial Security Deposit may be in BankGuarantee form in format on Page to of tender document for full period ofcompletion of work and it should be extendable up to expiry of valid extension if any, asdirected by Engineer-in-charge2) The Tenderer who quotes more than 15% below the estimated rates must submit anAdditional Security Deposit equal to the amount below so quoted by him below 15% in theform of Demand draft/ FDR/ TDR from any Scheduled Bank having branches in Maharashtrain favour of the Executive Engineer, as specified in Tender Data for a period of one year forthe stipulated period of completion whichever is more at the time of payment of InitialSecurity Deposit. Failing which, the work order will not be issued to the Tenderer and all hisdeposits for this work will be forfeited to the absolute disposal of Government..1.10 ISSUE OF FORMS:Information regarding contract as well as blank tender forms can be downloaded from theSignature of Contractor Number of Correction Executive Engineer


23Dy. E. E.e<strong>Tendering</strong> website upon providing the details of the payment of cost as detailed in the N.I.T.1.11 TIME LIMIT:The work is to be completed within time limit as specified in the N.I.T. which shall bereckoned from the date of written order for commencing the work and shall be inclusive ofmonsoon period.1.12 TENDER RATE:No alteration in the form of tender and the schedule of tender and no additions in the scope ofspecial stipulations will be permitted. Rates quoted for the tender shall be taken as applicablefor all leads and lifts.1.13 TENDER UNITS:The tenderers should particularly note the units mentioned in the Schedule “B” on which therates are based. No change in the units shall be allowed. In the case of difference between therates written in figures and in words, the correct rate will be the one, which is lower of thetwo.1.14 CORRECTION:No corrections shall be made in the tender documents. Any corrections that are to be madeshall be made by crossing the incorrect portion and writing the correct portions above withthe initials of tenderer.1.15 TENDER’S ACCEPTANCE :Acceptance of tender will rest with the Executive Engineer, Public Works Division,Sangamner who reserves the right to reject any or all tenders without assigning any reasontherefore. The tenderer whose tender is accepted will have to enter in to a regular B-1agreement within 10 days of being notified to do so. In case of failure on the part of Tendererto sign the agreement within the stipulated time, the earnest money paid by him shall standforfeited to the Government and the offer of the tenderer shall be considered as withdrawn byhim.1.16 CONDITIONAL TENDER :The tenders who do not fulfil the condition of the notification and the general rules anddirections for the guidance of contractor in the agreement form or are incomplete in anyrespect are likely to be rejected without assigning any reason therefore.Signature of Contractor Number of Correction Executive Engineer


24Dy. E. E.1.17(a) The Tenderers shall be presumed to have carefully examined the drawings, conditionsand specifications of the work and have fully acquainted themselves with all details of thesite, the conditions of rock and its joints, pattern, river, weather characteristics, labourconditions and in general with all the necessary information and data pertaining to the work,prior to tendering for the work.1.17(b) The data whatsoever supplied by the Department along with the tender documents aremeant to serve only as guide for the tenderers while tendering and the Department accepts noresponsibility whatsoever either for the accuracy of data or for their comprehensiveness.1.17(c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimateare as per survey conducted by the Department. The Contractor should however examinethese quarries and see whether full quantity of materials required for execution of the workstrictly as per specification are available in these source before quoting the rates. In case thematerials are not available due to reasons whatsoever, the contractor will have to bring thematerials from any other source with no extra cost to Government. The rates quoted, shouldtherefore be for all leads and lifts from wherever the materials are brought at site of work andinclusive of royalty to be paid to the Revenue Department by the Contractor.1.18 POWER OF ATTORNEY:If the tenderers are a firm or company, they should in their forwarding letter mentionthe names of all the partners together with the name of the person who holds the power ofAttorney, authorizing him to conduct all transactions on behalf of the body, along with thetender.1.19 The tenderer may, in the forwarding letter, mention any points are may wish to makeclear but the right is reserved to reject the same or the whole of the tender if the samebecomes conditional tender thereby.1.20 The contractor or the firms tendering for the work shall inform the Department if theyappoint their authorized Agent on the work.1.21 No foreign exchange will be released by the Department for the purchase of plantsand machinery for the work by the Contractor.1.22 Any dues arising out of contract will be recovered from the contractor as arrears ofLand Revenue, if not paid amicably. Moreover, recovery of Government dues from theContractors will be affected from the payment due to the Contractor from any otherGovernment works under execution with them.1.23 All pages of tender documents, conditions, specifications, correction slips etc. shall beinitialled by the tenderer. The tender should bear full signature of the tenderer, or hisauthorized power of Attorney holder in case of a firm.1.24 The Income Tax at 2.30 % including surcharge or percentage in force from time toSignature of Contractor Number of Correction Executive Engineer


25Dy. E. E.time or at the rate as intimated by the competent Income Tax authority shall be deductedfrom bill amount whether measured bill, advance payment or secured advance.1.25 The successful tenderer will be required to produce, to the satisfaction of the specifiedconcerned authority a valid concurrent license issued in his favour under the provisions of theContract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure to doso, the acceptance of the tender shall be liable to be withdrawn and also liable for forfeitureof the earnest money.1.26 The tenderer shall submit the list of apprentices engaged by the Contractor underApprentice Act.1.27 VALIDITY PERIOD :The offer shall remain open for acceptance for minimum period of 120 days from theDate of opening of Envelope No. 2 (Financial Bid) and thereafter until it is withdrawn by thecontractor by notice in writing duly addressed to the authority opening the tender and sent byRegistered Post Acknowledgment due. (Ref. to memorandum of B-1 Form Chapter)Signature of Contractor Number of Correction Executive Engineer


26FORM NO. 1Dy. E. E.List of works tendered for and in hand as on the date of submission of this tender.Sr.No.NameofworkPlaceandcountryworks in handTenderedcostCost ofremaining workAnticipateddate ofcompletionEstimatedcostWorks tendered forDatewhendecisionisexpectedStipulated date ofperiod ofcompletion.1 2 3 4 5 6 7 8 9 10RemarksSignature of Contractor Number of Correction Executive Engineer


27FORM NO. IIDy. E. E.List of plant and machinery immediately available with the tenderer for this work.Sr.No. Name of No. of Kind and Capacity Age and present Remarksequipment units makecondition Location1 2 3 4 5 6 7 8Signature of Contractor Number of Correction Executive Engineer


28STATEMENT NO. “2” (A)Dy. E. E.Statement Regarding availability / procurement of Machinery required for the work.Following machinery is required to be used for the work1 MODERN DRUM MIX PLANT conforming to clause 504.3.4 of M.O.R.T. & H.Specifications 2001.2 MECHANICAL SPRAYER : Truck mounted or towed type bituminouspressure sprayer of minimum 3 M.T. capacity.3 STATIC / VIBRATORY ROLLER of 8 to 10 tonne static weight withamplitude and frequency of vibration desired for earthwork, W.B.M. andB.B.M.4 SELF PROPELLED MECHANICAL PAVER FINISHER confirming to clause504.3.5 of M.O.S.T. specification of 2001.QUESTION 1.The details of machinery as owned by contractor and available with him forimmediate deployment on this work to be submitted in the following proforma.Sr.No. Type of Machinery No. ofUnitsNames of workson whichdeveloped atpresentLocation1 2 3 4 51 Modern drum mixplant2 Mechanical sprayer3 Static / Vibratoryroller4 Self Propelledmechanical Paverfinisher.Signature of Contractor Number of Correction Executive Engineer


29FORM NO. IIIDy. E. E.Details of works of similar type and magnitude carried out by the contract.Name of tenderer :-Sr.No.Name ofcost of workDate ofStipulatedActual date ofRemarksworkstartingdate ofcompletioncompletion1 2 3 4 5 6 7Signature of Contractor Number of Correction Executive Engineer


30FORM NO. IVDy. E. E.List of works carried out in the interior backward, and hilly areas during theName of the Tenderer :-preceeding 5 years.Sr.No. Name of person Cost of work Date of starting Date ofcompletionRemarks1 2 3 4 5 6Signature of Contractor Number of Correction Executive Engineer


31FORM NO. VDy. E. E.Details of technical personnel available with the contractor to beName of the Tenderer :-deployed on this work.Sr.No.Name ofQualificationsWhetherExperience ofperiod forRema-personworking infield or inexecution ofsimilar workswhich theperson is-rksofficeworkingwith thetenderer.1 2 3 4 5 6 7Signature of Contractor Number of Correction Executive Engineer


32FORM NO. VIDy. E. E.STATEMENT SHOWING THE YEARLY TURNOVER IN TERMS WORK DONEDURING LAST THREE YEARS.Sr.No.Name of WorkValue of Civil Engineering Worksdone during the year (excludingadvances if any) Rs. In LakhsTotalYear2009-10Year2010-11Year2011-121 2 3 4 5 6Signature of Contractor Number of Correction Executive Engineer


33FORM NO. VIIDy. E. E.STATEMENT SHOWING THE QUANTITIES OF IMPROVEMENT ITEMS OF WORK EXECUTEDDURING PERIOD OF Ist OCTOBER TO 30 th MARCH IN LAST THREE YEARSSr. No. Name of work Unit Quantity of work done TotalQuantityYear year yearSignature of Contractor Number of Correction Executive Engineer


34|ÉÊiÉYÉÉ{ÉjÉ / ½þ¨ÉÒ{ÉjÉDy. E. E.¨ÉÒ / +ɨ½þÒ JÉɱÉÒ±É ºÉ½þÒ Eò®úhÉÉ®ú |ÉÊiÉYÉÉ{ÉjÉ Ê±É½ÚþxÉ näùiÉÉä ÊEò, ---------------------------------------------------------------------------------.ªÉÉ EòɨÉɺÉÉ`öÒ+ɨÉSªÉÉ º´ÉiÉ:SªÉÉ ¨ÉɱÉEòÒSÉÉ / ¦ÉÉb÷¬ÉSÉÉ Drum mix Palnt /Batch mix plantºÉtκlÉiÉÒiÉ …………………… ªÉÉ Ê`öEòÉhÉÒ +ɽäþ /* ºÉnù®úSÉÉ {±Éìx]õ +ÉÉ +ÆiÉ®úÉ´É®ú´É º´É³ýÉ´É®ú +ɽäþ ÊEò EòɨÉÉSªÉÉ VÉÉMÉä´É®ú ªÉähÉÉ®äú ʨɸÉÒiÉ ¨ÉɱÉÉSÉä {ɺɮúÊ´ÉhªÉɺÉÉ`öÒ ´É +ÆÊiɨÉnù¤ÉÉð +ºÉä ½þ¨ÉÒ{ÉjÉ Ê±É½ÚþxÉ näùiÉ+ɽþÉäiÉ. ºÉnù®ú ½þ¨ÉÒ{ÉÉä]õÒ °ü. 2.00 ±ÉIÉ (°ü. nùÉäxÉ ±ÉIÉ ¨ÉÉjÉ) B´Éfø¬É ®úEò¨ÉäSÉÉ vÉxÉÉEò¹ÉÇ(Demand Draft)EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ, ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòÉ¨É Ê´É¦ÉÉMÉ, ºÉÆMɨÉxÉä®ú ªÉÉÆSÉä xÉÉ´Éä ½þ¨ÉÒ ®úCEò¨É ¨½þhÉÚxÉ VÉÉäb÷±ÉÉ+ɽäþ. ºÉnù®ú EòɨÉÉºÉ +ɨ½þÒ {ÉÉjÉ `ö®ú±ªÉÉºÉ ´É EòɨÉÉSÉä +ÉnäùÉ (Work Order) |ÉÉ{iÉ ZÉɱªÉɺÉiªÉÉ iÉÉ®úJÉä{ÉɺÉÚxÉ 15 Ênù´ÉºÉÉÆSÉä +ÉiÉ ½þÉì]õʨÉCºÉ {±Éìx]õ ºlɱÉÉÆiÉ®úÒiÉ Eò°üxÉ näù>ð. iɺÉä xÉ Eäò±ªÉɺɺÉnù®úSÉÒ ®úCEò¨É ÉɺÉxÉÉEòbä÷ VɨÉÉ Eò®úhªÉÉiÉ ªÉä


35{Éb÷iÉɳýhÉÒ {ÉjɸÉÒ /¨Éä. ……………………………………. ªÉÉÆxÉÒ ºÉÉä¤ÉiÉSªÉÉDy. E. E.¨ÉvªÉä xɨÉÖnùEäò±Éä±ÉªÉÉ ¤ÉɤÉÓSÉÒ |ÉiªÉIÉ {Éb÷iÉɳýhÉÒ / JÉÉjÉÒ Eäò±ÉÒ +ɽäþ ´É xɨÉÚnù Eäò±Éä±ÉÒ ¨ÉÉʽþiÉÒ ¤É®úÉä¤É®ú+Éfø³ý±ÉÒ. ºÉ¤É¤É ºÉnù®úSÉä ½þ¨ÉÒ{ÉjÉ OÉÉÁ vÉ®úhªÉÉºÉ ½þ®úEòiÉ xÉɽþÒ.ÊnùxÉÉÆEò :+ʦɪÉÆiÉɺÉƤÉÆÊvÉiÉ ={É +ʦɪÉÆiÉÉ / EòɪÉÇEòÉ®úÒSignature of Contractor Number of Correction Executive Engineer


36(on stamp paper worth Rupees 100/-)MODEL FORM OF BANK GUARANTEE BONDDy. E. E.In consideration of the Government of Maharashtra (here in after referred to as “theGovernment”) having agreed to exempt _____________________ (here in afterreferred to as “the Contractor”) from depositing with the Government in cash the sum ofRs.________(Rupees_____________________________________________________ only) being theamount of Security Deposit payable by the Contractor to the Government under theterms and conditions of the Agreement dated the ______________________ day of______________ and made between the Government of the one part, and theContractor of the other part (hereinafter referred as “the said Agreement”) for____________________ as security for due observance and performance by theContractor of the terms and conditions of the said Agreement, on the Contractorfurnishing to the Government a Guarantee in the prescribed form of a Schedule Bank inIndia being in fact these presents in the like sum of Rs.____________(Rupees__________________________________________________________________ only). We___________________________ Actand having one of our Local Head Office at ___________________________ do hereby:1. Guarantee to the Government :(a) Due performance and observance by the Contractor of terms, covenants andconditions on the part of the Contractor contained in the said Agreement,AND(b) Due and punctual payment by the Contractor to the Government of all sums ofmoney, losses, damages, costs, charges, penalties and expenses payable to theGovernment by the Contractor under or in respect of the said Agreement.2. Undertake to pay to the Government on demand and without demur and notwithstanding any dispute or disputes raised by the Contractor (s) in any suit orproceeding filed in any court of Tribunal relating there to the said sum of Rs._________.(Rupees ____________________________ ________________ Only) or such lessersum as may demand by the Government from us our liability hereunder being absoluteand unequivocal and agree that.3 (a) The guarantee herein contained shall remain in full force and effect during thesubsistence of the said Agreement and that the same will be continue to be enforceabletill all the dues of the Government under or by virtue of the said Agreement have beenduly paid and its claims satisfied or discharged and till the Government certifies that theterms and conditions of the said Agreement have been fully properly carried out by theContractor.(b)(i)(ii)We shall not be discharged or released from the liability under this Guarantee byreasons of -Any change in the constitution of the Bank or the Contractor; orAny agreement entered into between the Government and the Contractor with orSignature of Contractor Number of Correction Executive Engineer


(iii)(iv)(v)(vi)(c)37Dy. E. E.without our consent;Any forbearance or indulgence shown to the Contractor;Any variation in the terms, convenants or conditions contained in the saidAgreement;Any time given to the contractor.Any other conditions or circumstances under which, in law, a surety would bedischarged. Our liability here under shall be joint and several with that of theContractor as if we were the principal debtors in respect of the said sum ofRs.___________(Rupees______________________________________________ Only) andWe shall not revoke this guarantee during its currency except with the previousconsent in writing on the Government.IN WITNESS WHERE OF the Common Seal of ___________ has beenhereunto affixed this ___________ day of ________________________200 TheCommon Seal of __________ ________ was pursuant to the resolution of the Board ofDirectors of the Company dated the ________________day of__________ hereinaffixed in the presence of _____________ who , in token thereof, have hereto set theirrespective hands in the presence of:-(1) __________________________(2) __________________________Signature of Contractor Number of Correction Executive Engineer


38DECLARATION OF THE CONTRACTORDy. E. E.1. I/We hereby declare that I/We have made myself/ourselves thoroughlyconversant with the local conditions regarding all materials and labour on whichI/We have based my/our rates for tender. The specifications of this work havebeen carefully studied and understood by me/us before submitting this tender.I/We undertake to use only the best materials approved by the ExecutiveEngineer Public Works Division Sangamner or his duly authorised assistantduring the execution of the work and to abide by his decisions.2. I/We hereby further declare that my/our tender is unconditional in every mannerof what so ever in nature.Signature of Contractor Number of Correction Executive Engineer


39GENERAL DESCRIPTION AND SCOPE OF WORKDy. E. E.NAME OF WORK : S.T.B.T. to SH-36 to Chinchewadi Road (V.R. 92)Tal. Sangamner , Dist- Ahmednagar.Signature of Contractor Number of Correction Executive Engineer


<strong>DEPARTMENT</strong>REGIONCIRCLEDIVISION40FORM B-1PERCENTAGE RATE TENDER & CONTRACT FOR <strong>WORKS</strong>: <strong>PUBLIC</strong> <strong>WORKS</strong> <strong>DEPARTMENT</strong>.: <strong>PUBLIC</strong> <strong>WORKS</strong> REGION, NASHIK: <strong>PUBLIC</strong> <strong>WORKS</strong> CIRCLE, AHMEDNAGAR: <strong>PUBLIC</strong> <strong>WORKS</strong> DIVISION, SANGAMNERDy. E. E.NAME OF WORK: - S.T.B.T. to SH-36 to Chinchewadi Road(V.R. 92) Tal. Sangamner Dist- Ahmednagar.General Rules and Directions for the Guidance of Contractors1. All works proposed to be executed by contract shall be notified in a form of invitation totender pasted on a board hung up in the office of the Executive Engineer and signed by theExecutive Engineer, Public works Division, Sangamner.This form will state the work to be carried out as well as the date for submitting and openingtenders, and the time allowed for carrying out the work, also the amount of earnest money tobe deposited with the tender and the amount of the security deposit to be deposited by thesuccessful tenderer and the percentage, if any, to be deducted from bills. Copies of thespecifications, designs and drawings and estimated rates, schedule rates and any otherdocuments required in connection with the work shall be signed by the Executive Engineerfor the purpose of identification and shall also be open for inspection to contractors in theoffice of Executive Engineer during office hours.Where the works are proposed to be executed according to the specifications recommendedto a contractor and approved by a competent authority on behalf of the Governor ofMaharashtra, such specifications with designs and drawings shall form part of the acceptedtender.2. In the event of the tender being submitted by a firm, it must be signed separately by eachpartner thereof, and in the event of the absence of any partner, it shall be signed on his behalfby a person holding a power of attorney authorizing him to do so.2. (A) (I) The contractor shall pay along with the tender the sum of Rs. 17,379/- (RupeesSeventeen Thousand Three Hundred Seventy Nine Only) as and by way of earnestmoney. The contractor may pay the said amount by forwarding along with the tender FixedDeposit Receipt for the said amount drawn on any Scheduled Bank for the like amount infavour of the Executive Engineer, Public Works Division Sangamner. The said amount ofearnest money shall not carry any interest what-so-ever.(P.W. & H. Dep’t. Corrigendum No. CAT - 1073 / 16967 - D-3 Dt.14-5-76)II) In the event of his tender being accepted, subject to the provisions of sub-clause (iii)below, the said amount of earnest money shall be appropriated towards the amount ofsecurity deposit payable by him under the General Conditions of contract.Signature of Contractor Number of Correction Executive Engineer


41Dy. E. E.III) If, after submitting the tender, the contractor withdraws his offer or modifies thesame, or if, after the acceptance of his tender the contractor fails or neglects to furnish thebalance of security deposit, within 10 days from receipt of acceptance letter without prejudiceto any other rights and powers of the Government, hereunder, or in law, Government shall beentitled to forfeit the full amount of the earnest money deposited by him.IV) In the event of the tender not being accepted, the amount of earnest money depositedby the contractor shall, unless it is prior thereto forfeited under the provisions of sub-clause(iii) above, be refunded to him on passing receipt there for.(B. & C. Dep’t. Resolution No. CAT - 1272 / 44277 -Q Dt. 3-3-73.)3. Receipts for payments made on account of any work, when executed by a firm,should also be signed by all the partners except where the contractors are described in theirtender as a firm, in which case the receipt shall be signed in the name of the firm by one ofthe partners, or by some other person having authority to give effectual receipts for the firm.4. Any person who submits a tender shall fill up the usual printed form stating at whatpercentage above or below the rates specified in Schedule B (Memorandum showing items ofwork to be carried out) he is willing to undertake the work. Only one rate or such percentageon all the estimated rates/Schedule rates shall be stated. Tenders, who propose any alterationin the works specified in the said form of invitation to tender, or in the time allowed forcarrying out the work, or which contain any other conditions will be liable for rejection. Noprinted form of tender shall include a tender for more than one work, but if contractor wishesto tender for two or more works, he shall submit a separate tender for each work. Tendershall have the name and number of the work to which it refers written outside the envelope.5. The Superintending Engineer / Executive Engineer or his duly authorized Assistantshall open tenders in the presence of contractors who have submitted tenders or theirrepresentatives who may be present at the time, and he will enter the amounts of the severaltenders in a comparative statement in a suitable form. In the event of a tender being accepted,the contractor shall for the purpose of identification, sign copies of the specifications andother documents mentioned in Rule 1. In the event of tender being rejected, the Divisionalofficer shall authorize the Treasury Officer concerned to refund the amount of the earnestmoney deposited to the contractor submitting the tender, on his giving a receipt for the returnof the money.6. The officer competent to dispose of the tenders shall have the right of rejecting all orany of the tenders.7. No receipt for any payment, alleged to have been made by a contractor in regard toany matter relating to this tender or the contract, shall be valid and binding on Governmentunless it is signed by the Executive Engineer.8. The memorandum of work to be tendered for and the schedule of materials to besupplied by the Public Works Department and their rates shall be filled in and complete bythe office of the Executive Engineer before the tender form is issued. If a form issued to anintending tenderer has not been so filled in and completed, he shall request the said office tohave this done before he completes and delivers his tender.Signature of Contractor Number of Correction Executive Engineer


42Dy. E. E.9. All work shall be measured net by standard measures and according to the Rules andcustoms of the Public Works Department and their rates shall be without references to anylocal custom.10. Under no circumstances shall any contractor be entitled to claim enhanced rates forany item in this contract.11. All corrections and additions or pasted slips should be initialled.12. The measurements of work shall be taken according to the usual methods in use in thePublic Works Department and no proposals to adopt alternative methods shall be accepted.The Executive Engineer’s decision as to what is “the usual method in use in the Public WorksDepartment” will be final.13. The tendering Contractor shall furnish a declaration along with the tender showing allworks for which he has already entered into contract and the value of the work that remainsto be executed in each case on the date of submitting the tender.14. No foreign exchange would be released by the Department for the purchase of plantand machinery required for the execution of the work contracted for.(GCD/PWD/CFM/1058/62517 OF 26.5.1959)15. The contractor shall have to construct shed for storing controlled and valuablematerials brought by the contractor at work site having double locking arrangement atcontractor’s cost. The materials shall then be taken for use in the presence of theDepartmental person. No material shall be allowed to be removed from the site of works.16. The contractors shall also give a list of machinery in their possession, which theypropose to use on the work.17. Successful tenderer shall have to produce to the satisfaction of the accepting authoritya valid and current license issued in his favour under the provisions of Contract Labour(Regulation and Abolition) Act, 1973 before starting the work. Failing which, acceptance ofthe tender shall be liable for withdrawal and earnest money shall be forfeited to theGovernment (refer Government of Maharashtra, Irrigation and Power Department’s letter No.Lab 1076h181/ (666E-17), dated 8/9/1976.)18. The contractor shall comply with the provisions of Apprentices Act, 1961 and therules and orders issued there under from time to time. If he fails to do so, his failure shall bebreach of the contract and the Chief Engineer / Superintending Engineer, may in hisdiscretion cancel the contract. The contractor shall also be liable for any pecuniary liabilityarising on account of any violation by him of the provisions of the said Act.Signature of Contractor Number of Correction Executive Engineer


43TENDER FOR <strong>WORKS</strong>I/We hereby tender for the execution, for the Governor of Maharashtra ( here-inbeforeand here-in-after referred to as “ Government”) of the work specified inthe underwritten memorandum within the time specified in such memorandumat * _______________________ percent below/above the estimated ratesentered in Schedule ‘B’ ( Memorandum showing items of work to be carriedout ) and in accordance in all respects with the specifications, designs,drawings, and instructions in writing referred to in Rule 1 hereof and inClause 12 of the annexed conditions of contract and agree that when materialsfor the work are provided by the Government, such materials and the rates to bepaid for them shall be as provided in Schedule ‘A” hereto.Dy. E. E.* In figures as well asin wordsMEMORANDUMA) S.T.B.T. to SH-36 to Chinchewadi Road(V.R. 92) Tal. Sangamner, Dist- A’nagar.B) Estimated Cost : - Civil Work Rs. 17,37,863.00C) Earnest Money. Rs. 17,379.00D) Security DepositI) Cash (Not less than the amount of earnestmoney.)Rs. 34,758.00ii) To be deducted from current bills. Rs. 34,758.00Total Rs. 69,516.00A) If several sub works are includedthey should be detailed in a separate list.C) The amount of earnest money to bedeposited shall be in accordance withthe provisions of paras 206 & 207 of theM.P.W. manual.D) This deposit shall be in accordancewith paras 213 & 214 of the M.P.W.Manual.E) This percentage where necessarydeposit is taken will vary from 5 percentto 10 percent according to therequirements of the case. Wheresecurity deposit is taken see note 1 toclause 1 of conditions of contract.F) Give schedule where necessary,showing dates by which the variousitems are to be completed.E) Percentage, if any to be deducted frombills so as to make up the total amountrequired as security deposit by the time,half the work as measured by the costsis doneF) Time allowed for the workfrom the date of writtenOrder to commence.4% (FOUR PERCENT)( 04 ) Calendarmonths(including monsoon)Signature of Contractor Number of Correction Executive Engineer


442. I/We agree that the offer shall remain open for acceptance for aminimum period of 120 days from the date fixed for opening ofenvelope No. 2 (Financial Bid) and thereafter until it is withdrawn byme/ us by notice in writing duly addressed to the authority opening thetenders and sent by registered post A.D. or otherwise delivered at theoffice of such authority. Fixed Deposit Receipt No ______________and date ________ in respect of the sum of Rs. 17,379/- (RupeesSeventeen thousand three hundred seventy nine Only) representingthe earnest money is herewith forwarded. The amount of earnest moneyshall not bear interest and shall be liable to be forfeited to theGovernment, should I/We fail to (I) abide by the stipulation to keep theoffer open for the period mentioned above or (II) Sign and complete thecontract documents as required by the Engineer and furnish the securitydeposit as specified in item (d) of the memorandum contained inparagraph (1) above within the time limit laid down in clause (1) of theannexed General Conditions of contract. The amount of earnest moneymay be adjusted towards the security deposit or refunded to me/us if so,desired by me/ us in writing, unless the same or any part thereof hasbeen forfeited as aforesaid.Dy. E. E.3. I/We have secured exemption from payment of earnest moneyafter executing the necessary bond in favour of the Government, a truecopy of which is enclosed herewith. Should any occasion for forfeitureof earnest money for this work arise due to failure on my/our part to (I)abide by the stipulations to keep the offer open for the period mentionedabove or (ii) sign and complete the contract documents and furnish thesecurity deposit as specified in item (d) of the Memorandum containedin paragraph (1) above within the time limit laid down in clause (1) ofthe annexed General Conditions of Contract, the amount payable byme/us may, at the option of the Engineer, be recovered out of theamount deposited in lump sum for securing exemption in so far as thesame may extend in terms of the said bond and in the event of thedeficiency out of any other payments which are due or payable to me/usby the Government under any other contract or transaction of any naturewhatsoever or otherwise.Signature of Contractor Number of Correction Executive Engineer


454. Should this tender be accepted I/We hereby agree to abide byand fulfil all the terms, and provisions of the conditions of contractannexed hereto so far as applicable, and in default thereof to forfeit andpay to Government the sums of money mentioned in the saidconditions.Dy. E. E.Contractor :Address :Signature of Contractorbefore submission ofthe tenderDated _______The _______ day of _____ 2011(Witness) $ ____________________________ $ Signature of witness tocontractor’s signatureAddress ______________________________________________________________(Occupation) ___________________________The above tender is hereby accepted by me for and on behalf of theGovernor of Maharashtra.Dated day of 2012 * Executive Engineer * Signature of the officerBy who accepted?Signature of Contractor Number of Correction Executive Engineer


Security depositPWD.Resolution No.CAT/1087/CR-94 Bldg 2Date. 14-6-89.46Dy. E. E.CONDITIONS OF CONTRACTClause 1 - The person/persons whose tender may be accepted (hereinaftercalled the Contractor, which expression shall unless excluded by orrepugnant to the context include his heirs, executors, administrators, andassigns ) shall (A) within 10 days (which may be extended bySuperintending Engineer concerned up to 15 days if SuperintendingEngineer thinks fit to do so) of the receipt by him of the notification of theacceptance of his tender deposit with the Executive Engineer in cash orGovernment securities endorsed to the Executive Engineer (if depositedfor more than 12 months) of the sum sufficient which will made up the fullsecurity deposit specified in the tender or (B) (Permit Government at thetime of making any payment to him for work done under the contract todeduct such as will amount to * FOUR percent of all moneys so payablesuch deductions to be held by Government by way of security deposit. )Provided always that in the event of the Contractor depositing a lump sumby way of security deposit as contemplated at above, then and in suchcase, if the sum so deposited shall not amount to FOUR percent of thetotal estimated cost of the work, it shall be lawful for Government at thetime of making any payment to the Contractor for work done under thecontract to make up the full amount of FOUR percent by deductingsufficient sum from every such payment as last aforesaid until the fullamount of the security deposit is made up. All compensation or othersums of money payable by the Contractor to Government under the termsof his contract may be deducted from or paid by the sale of sufficient partof his security deposit or from the interest arising there form , or from anysums which may be due or may become due by Government to theContractor under any other contract or transaction of any nature on anyaccount whatsoever and in the event of his security deposit being reducedby reason of any such deduction or sale as aforesaid, the Contractor shallwithin ten days thereafter, make good in cash or Government securitiesendorsed as aforesaid any sum or sums which may have been deductedfrom, or raised by sale of his security deposit or any part thereof. Thesecurity deposit referred to, when paid in cash may, at the cost of thedepositor, be converted into interest bearing securities provided that thedepositor has expressly desired this in writing.Signature of Contractor Number of Correction Executive Engineer


47Dy. E. E.The security deposit will not be accepted in forms of insurance companybonds as per Government orders contained in No. CCM/PWD/4250DATED 27/12/1956._______________________________________________Note: This will be the same percentage as that in the tender at (e) on PageNo. 36.If the amount of the security deposit be paid in a lump sum within theperiod specified at (A) above is not paid the tender/contract alreadyaccepted shall be considered as cancelled and legal steps taken againstthe Contractor for recovery of the amounts. The amount of the securitydeposit lodged by a Contractor shall be refunded along with thepayment of the final bill, if the date up to which the Contractor hasagreed to maintain the work in good order is over. If such date is notover, only 50% amount of security deposit shall be refunded along withthe payment of the final bill. The amount of security deposit retainedby the Government shall be released after expiry of period up to whichthe Contractor has agreed to maintain the work in good order is over.In the event of the Contractor failing or neglecting to completerectification work within the period up to which the Contractor hasagreed to maintain the work in good order, then subject to provision ofClauses 17 and 20 hereof the amount of Security Deposit retained byGovernment shall be adjusted towards the excess cost incurred by theDepartment on rectification work.Compensationfor delayClause 2 - “The time allowed for carrying out the work as entered in thetender shall be strictly observed by the Contractor and shall be reckonedfrom the date on which the order to commence the work is given to theContractor. The work shall through the stipulated period of the contractbe proceeded with, with all due diligence (time being deemed to be theessence of the contract on the part of the Contractor) and Contractor shallpay as compensation an amount equal to one percent or such smalleramount as the Superintending Engineer ( whose decision in writing shallbe final ) may decide , of the amount of the estimated cost of the wholeSignature of Contractor Number of Correction Executive Engineer


48Dy. E. E.work as shown by the tender for every day that the work remainsuncommenced , or unfinished after the proposed dates. And further toensure good progress during execution of the work, the contractor shall bebound in all cases in which the time allowed for any work exceeds onemonth to complete.25 % of the work in 1/4 of the time As indicated in Bar50 % of the work in 1/2 of the timeChart100 % of the work in MonthsAction whenwhole of securitydeposit isForfeited.Full work to be completed in ( 04 ) Calander Months includingmonsoon.In the event of the contractor failing to comply with this condition heshall be liable to pay as compensation an amount equal to one percent orsuch smaller amount as Superintending Engineer (whose decision inwriting shall be final) may decide of the said estimated cost of the wholework for every day that due quantity, of work remains incomplete.Provided always that the total amount of compensation to be paid underthe provisions of this clause shall not exceed 10 per cent of the estimatedcost of the work as shown in the tender. Superintending Engineer shall bethe final authority in this respect, irrespective of the fact that the tender isaccepted by Chief Engineer/ Superintending Engineer/ExecutiveEngineer.Clause 3 :- In any case in which under any clause of this contract thecontractor shall have rendered himself liable to pay compensationamounting to the whole of this security deposit (whether paid in one sumor deducted by instalments) or in the case of abandonment of the workowing to serious illness or death of the contractor or any other cause, theEngineer, on behalf of the Governor of Maharashtra, shall have power toadopt any of the following courses, as he may deem best suited to theinterest of Government :-(A) To rescind the contract (for which rescission notice in writing to thecontractor under the hand of Executive Engineer shall be conclusiveevidence) and in that case the security deposit of the contractor shallSignature of Contractor Number of Correction Executive Engineer


49Dy. E. E.stand forfeited and be absolutely at the disposal of Government.(B) To carry out the work or any part of the work departmentallydebiting the contractor with the cost of the work, expenditure incurred ontools and plant, and charges on additional supervisory staff including thecost of work-charged establishment employed for getting unexecuted partof the work completed and crediting him with the value of the work donedepartmentally in all respects in the same manner and at the same rates asif it had been carried out by the contractor under the terms of his contract.The certificate of the Executive Engineer as to the costs and other alliedexpenses so incurred and as to the value of the work so donedepartmentally shall be final and conclusive against the contractor.(C) To order that the work of the contractor be measured up to and takesuch part thereof as shall be unexecuted out of his hands, and to give it toanother contractor to complete, in which case all expenses incurred onadvertisement for fixing a new contracting agency, additional supervisorystaff including the cost of work-charged establishment and the cost of thework executed by the new contract agency will be debited to thecontractor and at the value of the work done or executed through thenew contractor shall be credited to the contractor in all respects and in thesame manner and at the same rates as if it had been carried out by thecontractor under the terms of his contract. The certificate of theExecutive Engineer as to all the cost of the work and other expensesincurred as aforesaid for or in getting the unexecuted work done by thenew contractor and as to the value of the work so done shall be final andconclusive against the contractor.In case the contract shall be rescinded under clause (a) above theContractor shall not be entitled to recover or be paid, any sum for anywork there for actually performed by him under this contract unless anduntil the Executive Engineer shall have certified in writing theperformance of such work and the amount payable to him in respectthereof and he shall only be entitled to be paid the amount so certified. Inthe event of either of the courses referred to in clause (b) or (c) beingadopted and the cost of work executed departmentally or through a newcontractor and other allied expenses exceeding the value of such workcredited to the Contractors, the amount of excess shall be deducted fromSignature of Contractor Number of Correction Executive Engineer


Action when theprogressof any particularportionof the work isUnsatisfactory.50Dy. E. E.any money due to the Contractor, by Government under the contract orotherwise howsoever or from his security deposit or the sale proceedsthereof provided, however that the Contractor shall have no claim againstGovernment even if the certified value of the work done departmentally orthrough a new contractor exceeds the certified cost of such work andallied expenses, provided always that whichever of the three coursesmentioned in clauses (a) , (b) or (c) is adopted by the Executive Engineer,the Contractor shall have no claim to compensation for any loss sustainedby him by reason of his having purchased, or procured any materials, orentered into any engagements or made any advances on account of, orwith a view to the execution of the work or the performance of thecontract.Clause 4 - If the progress of any particular portion of the work isunsatisfactory, the Executive Engineer shall notwithstanding that thegeneral progress of the work is in accordance with the conditionsmentioned in clause 2, be entitled to take action under clause 3(b) aftergiving the Contractor 10 days notice in writing. The Contractor will haveno claim for compensation, for any loss sustained by him owing to suchaction.Contractorremains liableto paycompensation ifaction not takenunder Clause 3 &4.Power to takepossessionClause 5 :- In any case in which any of the powers conferred upon theExecutive Engineer by clause 3 and 4 hereof shall have becomeexercisable and the same shall not have been exercised, the non exercisethereof shall not constitute a waiving of any of the conditions hereof andsuch powers shall notwithstanding be exercisable in the event of anyfuture case of default by the contractor for which under any clausehereof he is declared liable to pay compensation amounting to the wholeof his security deposit and the liability of the contractor for past andfuture compensation shall remain unaffected. In the event of theExecutive Engineer taking action under sub - clause (a) or (c) of clause3, he may, if he so desires, take possession of all or any tools, plant,materials and stores, in or upon the works or the site thereof orbelonging to the contractor, or procured by him and intended to be usedfor the execution of the work or any part thereof, paying or allowing forthe same in account at the contract rates, or in the case of contract ratesnot being applicable at current market rates, to be certified by theExecutive Engineer whose certificate thereof shall be final. In thealternative, the Executive Engineer may, after giving notice in writing tothe contractor or his clerk of the work, foreman or other authorized agentSignature of Contractor Number of Correction Executive Engineer


of or requireremoval ofor sell contractor’s plant.Extension of time.51Dy. E. E.require him to remove such tools and plants, materials, or stores fromthe premises within a time to be specified in such notice, and in the eventof the contractor failing to comply with any such requisition, theExecutive Engineer may remove them at the contractor’s expenses orsell them by auction or private sale on account of the contractor and at hisrisk in all respects, and the certificate of the Executive Engineer as tothe expenses of any such removal and the amount of the proceeds andexpense of any such sale shall be final and conclusive against theContractor.Clause - 6 If the Contractor shall desire an extension of the time forcompletion of work on the ground of his having been unavoidablyhindered in its execution or on any other grounds, he shall apply inwriting to the Executive Engineer before the expiry of the periodstipulated in the tender or before the expiration of 30 days from the dateon which he was hindered as aforesaid or on which the cause for askingfor extension occurred, whichever is earlier and the Executive Engineer,may if in his opinion, there were reasonable grounds for granting anextension, grant such extension as he thinks necessary or proper. Thedecision of the Executive Engineer in this matter shall be final.Final CertificateClause - 7 :- On the completion of the work the Contractor shall befurnished with a certificate by the Executive Engineer ( hereinafter calledthe Engineer-in-charge ) of such completion, but no such certificate shallbe given nor shall the work be considered to be completed until theContractor shall have remove from the premises on which the work shallhave been executed, all scaffolding, surplus materials and rubbish andshall have cleaned off the dirt from all woodwork, doors, windows, walls,floor or other parts of any building in or upon which the work has beenexecuted, or of which he may have had possession for the purpose ofexecuting the wok nor until the work shall have been measured by theEngineer-in-charge or where the measurements have been taken by hissubordinates until they have received approval of the Engineer-in-charge,the said measurements being binding and conclusive against thecontractor. If the Contractor shall fail to comply with the requirements ofthis clause as to the removal of scaffolding, surplus materials and rubbishand the cleaning of dirt on or before the date fixed for the completion ofthe work the Engineer-in-charge may at the expense of the Contractor,remove such scaffolding, surplus materials and rubbish, and dispose ofSignature of Contractor Number of Correction Executive Engineer


Payment onintermediatecertificate to beregarded asadvances.52Dy. E. E.the same as he thinks fit and clean off such dirt as aforesaid and theContractor shall forthwith pay the amount of all expenses so incurred, butshall have no claim in respect of any such scaffolding or surplus materialsas aforesaid except for any sum actually realised by the sale thereof.Clause 8:- No payment shall be made for any work, estimated to cost lessthan Rupees One Thousand till after the whole of work shall have beencompleted and a certificate of completion given. But in the case of worksestimated to cost more than Rupees One Thousand, the Contractor shallon submitting a monthly bill therefore, be entitled to receive paymentproportionate to the part of the work then approved and passed by theEngineer - in- charge, whose certificate if such approval and passing ofthe sum so payable shall be final and conclusive against the Contractor.All such intermediate payments shall be regarded as payments by way ofadvance against the final payments only and not as payments for workactually done and completed, and shall not preclude the Engineer-inchargefrom requiring any bad, unsound, imperfect or unskilful work to beremoved or taken away and reconstructed or re-erected nor shall any suchpayment be considered as an admission of the due performance of theContract or any part thereof in any respect or the occurring of any claim,nor shall it conclude, determine or affect in any other way thepowers of the Engineer- in-charge as to the final settlement andadjustment of the accounts or otherwise, or in any other way vary or affectthe Contract. The final bill shall be submitted by the Contractor within onemonth of the date fixed for the completion of the work. otherwise theEngineer-in-charge's certificate of the measurements and of the totalamount payable for the work shall be final and binding on all parties.Payment atreduced rates onaccount of itemsof work notaccepted ascompleted to beat the desecrationof the Engineer incharge.Bill to beClause 9 :-The rates for several items of works estimated to cost morethan Rs.1000/- agreed to within shall be valid only when the itemconcerned is accepted as having been completed fully in accordance withthe sanctioned specifications. In cases where the items of work are notaccepted as so completed, the Engineer-in-charge may make payment onaccount of such items at such reduced rates as he may consider reasonablein the preparation of final or on-account bills.Clause 10:- A bill shall be submitted by the Contractor in each month onSignature of Contractor Number of Correction Executive Engineer


submittedmonthly.Bills to be onprinted form.Stores suppliedby Government.53Dy. E. E.or before date fixed by the Engineer-in-charge for all works executed inthe previous month, and the Engineer-in-charge shall take or cause to betaken the requisites measurement for the purpose of having the sameverified and the claim, so far as it is admissible, shall be adjusted, ifpossible, within ten days from the presentation of the bill. If theContractor does not submit the bill within the time fixed as aforesaid, theEngineer-in-charge may depute a subordinate to measure up the said workin the presence of the Contractor or his duly authorized agent whosecountersignature to the measurement list shall be sufficient warrant, andthe Engineer-in-charge may prepare a bill from such list which shall bebinding on the Contractor in all respect.Clause 11 - The Contractor shall submit all bills on the printed forms tobe had on application at the office of the Engineer-in-charge. The chargesto be made in the bills shall always be entered at the rates specified in thetender or in the case of any extra work ordered in pursuance of theseconditions and not mentioned or provided for in the tender, at the rateshereinafter provided for such work.Clause 12 :- If the specification or estimate of the work provides for theuse of any special description of material to be supplied from the stores ofthe Public Works Department store or if it is required that the contractorshall use certain stores to be provided by the Engineer-in-charge (suchmaterial and stores and the prices to be charged therefore as hereinaftermentioned being so far as practicable for the convenience of thecontractor but not so as in any way to control the meaning or effect of thiscontract specified in the schedule or memorandum hereto annexed) thecontractor shall be supplied with such materials and stores as may berequired from time to time to be used by him for the purpose of thecontract only, and the value of the full quantity of the materials and storesso supplied shall be set off or deducted from any sums then due orthereafter to become due to the contractor under the contract, orotherwise, or from the security deposit, or the proceeds of the salethereof, if the security deposit is held in Government securities, the sameor a sufficient portion thereof shall in that case be sold for the purpose.All materials supplied to the contractor shall remain the absolute propertySignature of Contractor Number of Correction Executive Engineer


Works to beexecuted inaccordance withspecificationsdrawings,orders, etc.Alterations inspecifications indesigns not toinvalidatecontracts.54Dy. E. E.of Government and shall on no account be removed from the site of thework, and shall at all times be open to inspection by the Engineer-incharge.Any such materials unused and in perfectly good condition at thetime of completion or determination of the contract shall be returned tothe Public Works Departmental store,if the Engineer-in-charge sorequires by a notice in writing given under his hand, but the contractorshall not be entitled to return any such materials except with consent ofthe Engineer-in-charge and he shall have no claim for compensation onaccount of any such material supplied to him as aforesaid but remainingunused by him or for any wastage or damage to any such materials.Clause 12 (A) :- All stores of controlled materials such as cement, steeletc., to be supplied by Government to the contractor should be kept bythe contractor under lock and key and will be accessible for inspection bythe Executive Engineer or his agent at all the times.Clause 13:- The contractor shall execute the whole and every part of thework in the most substantial and workman like manner, and both asregards materials and every other respect in strict accordance withspecifications. The contractors shall also conform exactly, fully andfaithfully to the designs, drawings and instructions in writing relating tothe work signed by the Engineer-in-charge and lodged in his office and towhich the contractor shall be entitled to have access for the purpose ofinspection at such office, or on the site of the work during office hours.The contractor will be entitled to receive three sets of contract drawingsand working drawings as well as one certified copy of the accepted tenderalong with the work order free of cost. Further copies of the contractdrawings and working drawings if required by him, shall be supplied atthe rate of Rs.300/- per set of contract drawings and Rs.150/- per workingdrawing except where otherwise specified.Clause 14 :- The Engineer-in-charge shall have power to make anyalterations in or additions to the original specifications, drawings, designs,and instructions that may appear to him to be necessary or advisableduring the progress of the work, and the Contractor shall be bound tocarry out the work in accordance with any instructions in this connectionwhich may be given to him in writing signed by the Engineer-in-chargeand such alteration shall not invalidate the contract, and any additionalwork which the Contractor may be directed to do in the manner abovespecified as part of the work shall be carried out by the Contractor on theSignature of Contractor Number of Correction Executive Engineer


Rates for worksnot entered inestimate, orschedule of ratesof the contract.Extensions oftime inconsequence ofadditions oralterations.No claim to anypayment orcompensation foralteration in orrestriction ofwork.CAT-1268/59382-QDT.14-3-74.55Dy. E. E.same conditions in all respects on which he agreed to do the main work,and at the same rates as are specified in the tender for the main work. Andif the additional and altered work includes any class of work for which norates is specified in this contract, then such class of work shall be carriedout at the rates entered in the Schedule of Rates of the Division prevailingat the time when the extra items crop up or at the rates mutually agreedupon between the Engineer-in-charge and the contractor whichever arelower. If the additional or altered work for which no rate is entered in theSchedule of Rates of the Division, is ordered to be carried out before therates are agreed upon then the Contractor shall within seven days of thedate of receipt by him of the order to carry out the work inform theEngineer-in-charge of the rate which it is his intention to charge for suchclass of work, and if the Engineer-in-charge does not agree to this rate, heshall by notice in writing be at liberty to cancel his order to carry out suchclass of work, and arrange to carry it out in such manner as he mayconsider advisable provided always that the Contractor shall commencework or incur any expenditure in regard thereto before the rates shall havebeen determined as lastly here in before mentioned, then in such case heshall only be entitled to be paid in respect of the work carried out orexpenditure incurred by him prior to the date of the determination of therates as aforesaid according to such rate or rates as shall be fixed by theEngineer-in-charge. In the event of a dispute, the decision of theSuperintending Engineer of the Circle will be final. Where, however, thework is to be executed according to the designs, drawings andspecifications recommended by the contractor and accepted by thecompetent authority the alterations above referred to shall be within thescope of such designs, drawings and specifications appended to the tender.The time limit for the completion of the work shall be extended in theproportion that the increase in its cost occasioned by alterations oradditions bears to the cost of the original contract work, and the certificateof the Engineer-in-charge as to such proportion shall be conclusive.Clause 15 :- (1) If at any time after the execution of the contractdocuments, the Engineer shall for any reason what-so-ever (other thandefault on the part of the Contractor for which the Government is entitledto rescind the contract) desires that the whole or any part of the workspecified in the tender should be suspended for any period or that thewhole or part of the work should not be carried out at all, he shall give tothe Contractor a notice in writing of such desire and upon the receipt ofsuch notice the Contractor shall forthwith suspend or stop the work whollyor in part as required, after having due regard to the appropriate stage atwhich the work should be stopped or suspended so as not to cause anydamage or injury to the work already done or endanger the safety thereofprovided that the decision of the Engineer as to the stage at which thework or any part of it could be or could have been safely stopped orsuspended shall be final and conclusive against the Contractor. TheSignature of Contractor Number of Correction Executive Engineer


56Dy. E. E.Contractor shall have no claim to any payment or compensationwhatsoever by reason of or in pursuance of any notice as aforesaid, onaccount of any suspension, stoppage or curtailment except to the extentspecified hereinafter.(2) Where the total suspension of work ordered as aforesaid continued fora continuous period exceeding 90 days the Contractor shall be at liberty towithdraw from the contractual obligations under the contract so far as itpertains to the unexecuted part of the work by giving a 10 days priornotice in writing to the Engineer, within 30 days of the expiry of the saidperiod of 90 days, of such intention and requiring the Engineer to recordthe final measurements of the work already done and to pay final bill.Upon giving such notice the Contractor shall be deemed to have beendischarged from his obligation to complete the remaining unexecutedwork under his contract. On receipt of such notice the Engineer shallproceed to complete the measurement and make such payment as may befinally due to the Contractor within a period of 90 days from the receipt ofsuch notice in respect of the work already done by the Contractor. Suchpayment shall not in any manner prejudice the right of the Contractor toany further compensation under the remaining provisions of this clause.(3) Where the Engineer requires the Contractor to suspend the work for aperiod in excess of 30 days at any time or 60 days in the aggregate theContractor shall be entitled to apply to the Engineer within 30 days of theresumption of work after such suspension for payment of compensation tothe extent of pecuniary loss suffered by him in respect of workingmachinery rendered idle on the site or on account of his having had to paythe salary or wages of labour engaged by him during the said period ofsuspension, provided always that the contractor shall not be entitled toany claim in respect of any such working machinery, salary or wages forthe first 30 days whether consecutive or in the aggregate of suchsuspension or in respect of any suspension whatsoever occasioned byunsatisfactory work or any other default on his part. The decision of theEngineer in this regard shall be final and conclusive against theContractor.CAT-1268/59382Desk-II dt.22-2-78.4. In the event of -i) Any total stoppage of work on notice from the Engineer underclause (1) in that behalf.ii) Withdrawal by the Contractor from the contractual obligations tocomplete the remaining unexecuted work under sub-clause (2) onaccount of continued suspension of work for a period exceeding90 days.ORiii) Curtailment in the quantity of item or items originally tendered onaccount of any alteration, omission or substitutions in the specificationsdrawing, designs, or instructions under clause 14(1) where suchcurtailment exceeds 25% in quantity and the value of the quantitycurtailed beyond 25 percent at the rates for the item specified in thetender is more than Rs. 5,000/-.Signature of Contractor Number of Correction Executive Engineer


No claimcompensation onaccount of lossdue to delay insupply ofmaterial byGovernment.57Dy. E. E.It shall be open to the Contractor, within 90 days from the service of (I)the notice of stoppage of work or (ii) the notice of withdrawal from thecontractual obligations under the contract on account of the continuedsuspension of work or (iii) notice under clause 15(1) resulting in suchcurtailment, to produce to the Engineer satisfactory documentary evidencethat he had purchased for agreed to purchase material for use in thecontract work, before receipt by him of the notice of stoppage, suspensionor curtailment and require the Government to take over on payment suchmaterial at the rates determined by the Engineer, provided, however suchrates shall in no case exceeds the rates at which the same were acquiredby the Contractor. The Government shall thereafter take over the materialso offered, provided the quantities offered, are not in excess of therequirements of the unexecuted work as specified in the accepted tenderand are of quality and specifications approved by the Engineer.Clause 15 (A) -The Contractor shall not be entitled to claim anycompensation from Government for the loss suffered by him on accountof delay by Government in the supply of materials entered in Schedule Awhere such delay in caused by -i) Difficulties relating to the supply of railway wagons.ii) Force majeure.iii) Act of God.iv) Act of enemies of the State or any other reasonable cause beyondthe control of Government.In the case of such delay in the supply of materials, Government shallgrant such extension of time for the completion of the works as shallappear to the Executive Engineer to be reasonable in accordance with thecircumstances of the case. The decision of the Executive Engineer as tothe extension of time shall be accepted as final by the Contractor.Extension of timein consequence ofaddition oralteration.Action andcompensationpayable in caseof bad work.Clause 16 :- Under no circumstances whatever shall the Contractor beentitled to any compensation from Government on any account unless theContractor shall have submitted claim in writing to the Engineer-in-chargewithin one month of the case of such claim occurring.Clause 17 :- If at any time before the security deposit or any part thereofis refunded to the Contractor it shall appear to the Engineer-in-charge orhis subordinate in charge of the work, that any work has been executedwith unsound, imperfect or unskilful workmanship or with materials ofinferior quality or that any materials or articles provided by him for theexecution of the work are unsound or of a quality inferior to the thatContracted for, or are otherwise not in accordance with the Contract, itshall be lawful for the Engineer-in-charge to intimate this fact in writingSignature of Contractor Number of Correction Executive Engineer


P.W.D.ResolutionNo. CAT-1087/CR-941/Bldg.2 dt.14-6-89.Work’s to beopened toinspection.Contractor orresponsibleagent to bepresent.Notice to begiven beforework is coveredup.Contractor liablefor damage done,and forimperfections.P.W.D.Resolution58Dy. E. E.to the Contractor and then notwithstanding the fact that the work,materials or articles complained of may have been inadvertently 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 thecase may be require or if so required shall remove the materials or articlesso specified and provide other proper and suitable materials or articles athis own charge and cost and in the event of his failing to do so within aperiod to be specified by the Engineer-in-charge in the written intimationaforesaid, the contractor shall be liable to pay compensation at the rate ofone percent on the amount of the estimate for every day not exceeding 10days during which the failure so continuous and in the case of any suchfailure the Engineer-in-charge may rectify or remove and re-execute thework or remove and replace the materials or articles complained of, as thecase may be at the risk and expense in all respects of the Contractor.Should the Engineer-in-charge consider that any such inferior work ormaterials as described above may be accepted or made use of it shall bewithin his discretion to accept the same at the reduce rates as he may fixthere for.Clause 18 :- All works under or in course of execution or executed inpursuance of the contract shall at all times be open to the inspection andsupervision of the Engineer-in-charge and his subordinates, and theContractor shall at all times during the usual working hours, and at allother times at which reasonable notice of the intention of the Engineer-inchargeand his subordinates to visit the work shall have been given to thecontractor, either himself be present to receive orders and instructions , orhave a responsible agent duly accredited in writing present for thatpurpose. Orders given to the Contractors duly authorized agent shall beconsidered to have the same force and effect as if they had been given tothe Contractor himself.Clause 19 :- The Contractor shall give not less than five days notice inwriting to the Engineer-in-charge or his subordinate in charge of the workbefore covering up or otherwise placing beyond the reach of measurementany work in order that the same may be measured and correct dimensionthereof taken before the same is so covered up or placed beyond the reachof measurement and shall not cover up or place beyond the reach ofmeasurement any work without the consent in writing of the Engineerin-chargeor his subordinate in charge of the work, and if any work shallbe covered up or placed beyond the reach of measurement, without suchnotice having been given or consent obtained the same shall be uncoveredat the Contractors expense, and in default thereof no payment orallowance shall be made for such work or for the materials with which thesame was executed.Clause 20 :- If during the period of 24 (Twenty-four) months from thedate of completion as certified by the Engineer-in-charge pursuant toclause 7 of the contract or if in the opinion of the Executive Engineer thesaid work is defective in any manner whatsoever, the Contractor shallforthwith on receipt of notice in that behalf from the Executive Engineer,duly commence execution and completely carry out at his cost in everyrespect all the work that may be necessary for rectifying and setting rightSignature of Contractor Number of Correction Executive Engineer


No. CAT-1087/CR-94/Bldg.2.dt.14-6-89.59Dy. E. E.the defects specified therein including dismantling and reconstruction ofunsafe portions strictly in accordance with and in the manner prescribedand under the supervision of the Executive Engineer. In the event of theContractor failing or neglecting to commence execution of the saidrectification work within the period prescribed there for in the said noticeand /or to complete the same as aforesaid as required by the said notice,the Executive Engineer may get the same executed and carried outdepartmentally or by any other agency at the risk, on account and at thecost of the Contractor. The Contractor shall forthwith on demand pay tothe Government the amount of such cost, charges and expenses sustainedor incurred by the Government of which the certificate of the ExecutiveEngineer shall be final and binding on the Contractor. Such costs, chargesand expenses shall be deemed to be arrears of land revenue and in theevent of the Contractor failing or neglecting to pay the same on demand asaforesaid without prejudice to any other rights and remedies of theGovernment; the same may be recovered from the contractor as arrears ofland revenue. The Government shall also be entitled to deduct the samefrom any amount which may then be payable or which may thereafterbecome payable by the Government to the contractor either in respect ofthe said work or any other work whatsoever or from the amount ofsecurity deposit retained by Government.The defect liability period in particular for waterproofing treatment(Building work) shall be 7 years.Contractor tosupply plant,laddersscaffoldings,etc.And is liable fordamages arisingfrom nonprovisionsof lights, fencingetc.Clause 21 :- The Contractor shall supply at his own cost all material(except such special materials, if any as may, in accordance with thecontract, be supplied from the P.W. Departmental stores), plant, toolsappliances, implements, ladders, cordage, tackles, scaffolding andtemporary works requisite or proper for the proper execution of the work,whether in the original, altered or substituted from, and whether includedin the specification or other documents forming part of the contract orreferred to in these conditions or not and which may be necessary for thepurpose of satisfying or complying with the requirements of the Engineerin-chargeas to any matter as to which under these conditions he is entitledto be satisfied, or which he is entitled to require together with the carriagethere for to and from the work. The Contractor shall also supply withoutcharge the requisite number of persons with the means and materialsnecessary for the purpose of setting out works and counting, weighingand assisting in the measurement or examination at any time and fromtime to time of the work or the materials, failing which the same may beSignature of Contractor Number of Correction Executive Engineer


60Dy. E. E.provided by the Engineer-in-charge at the expense of the contractor andthe expenses may be deducted from any money due to the Contractorunder the contract or from his security deposit or the proceeds of salethereof, or of sufficient portion thereof. The Contractor shall provide allnecessary fencing and lights required to protect the public from accident,and shall also be bound to bear the expenses of defence of every suit,action or other legal proceeding, that may be brought by any person forinjury sustained owing to neglect of the above precautions, and to pay anydamages and cost which may be awarded in any such suit, action orproceedings to any such person, or which may with the consent of theContractor be paid for compromising any claim by any such person.Clause 21 (A) :- The Contractor shall provide suitable scaffolds andworking platforms, gangways and stairways and shall comply with thefollowing regulations in connection therewith -a) Suitable scaffolds shall be provided for workmen for all works thatcannot be safely done from a ladder or by other means.b) A scaffold shall not be constructed, taken down or substantiallyaltered except.i) under the supervision of a competent and responsible person; andii) as far as possible by competent workers possessing adequateexperience in this kind of work.c) All scaffolds and appliances connected therewith and all laddersshall -i) be of sound material.ii) be of adequate strength having regard to the loads and strains towhich they will be subjected, andiii) be maintained in proper condition.d) Scaffolds shall be so constructed that no part thereof can bedisplaced in consequence of normal use.e) Scaffold shall not be over-loaded and so far as practicable the loadshall be evenly distributed.f) Before installing lifting gear on scaffolds special precautions shallbe taken to ensure the strength and stability of the scaffolds.Signature of Contractor Number of Correction Executive Engineer


61Dy. E. E.g) Scaffolds shall be periodically inspected by a competent person.h) Before allowing a scaffold to be used by his workmen theContractor shall whether the scaffold has been erected by hisworkmen or not, take steps to ensure that it complies fullywith the regulations herein specified.i) Working platform, gangway, stairways shall -i) be so constructed that no part thereof can sag undulyon unequally.ii) be so constructed and maintained, having regard to theprevailing conditions as to reduce as for as practicablerisks of persons tripping or slipping andiii) be kept free from any unnecessary obstructionj) In the case of working platform, gangways, working placesand stairways at a height exceeding 3.00 meters,i) every working platform and every gangway shall beclosely boarded unless other adequate measures aretaken to ensure safety,ii) every working platform and gangway shall have adequatewidth; andiii) every working platform and gangway, working place andstairway shall be suitable fenced.k) Every opening in the floor of a building or in a working platformshall expect for the time and to the extent require to allow theexcess of persons or the transport or shifting of material beprovided be suitable means to prevent the fall of persons ormaterial.l) When persons are employed on a roof where there is a danger offalling from a height exceeding 3.00 meters (to be specified)suitable precautions shall be taken to prevent the fall of persons ormaterials.m) Suitable precautions shall be taken to prevent persons being struckby articles which might fall from scaffolds or other workingplaces.n) Safe means of access shall be provided to all working platformsand other working places.Signature of Contractor Number of Correction Executive Engineer


62Dy. E. E.o) The Contractor/(s) will have to make payments to labourers as perMinimum Wages Act.Clause 21 (B) :- The Contractor shall comply with the followingregulations as regards the Hoisting Appliances to be used by him :-a) Hoisting machines and tackles, including their attachments,anchorages and supports shall.i) be of good mechanical construction, sound material andadequate strength and free from patent defect;andii) be kept in good repair and in good working order.b) Every rope used in hoisting or lowering materials or as a means ofsuspension shall be of suitable quality and adequate strength and free frompatent defect.c) Hoisting machines and tackles shall be examine and adequatelytested after erection on the site and before use and be re-examined inposition at intervals to be prescribed by the Government .d) Every chain, ring, hook, shackle, swivel and pulley block used inhoisting or lowering materials or as a means of suspension shall beperiodically examined.e) Every crane driver or hoisting appliance operator shall be properlyqualified.f) No person who is below the age of 18 years shall be in control ofany hoisting machine, including any scaffold, or give signals to theoperator.g) In case of every hoisting machine and of every chain, ring, hook,shackle, swivel and pulley block used in hoisting or lowering or as ameans of suspension, the safe working load shall be ascertained byadequate means.h) Every hoisting machine and all gear referred to in precedingregulation shall be plainly marked with the safe working load.i) In the case of a hoisting machine having a variable safe workingload each safe working load and the conditions under which it isapplicable shall be clearly indicated.j) No part of any hoisting machine or any gear referred to inregulation (h) above shall be loaded beyond the safe working load exceptfor the purpose of testing.k) Motors, gearing transmissions, electric wiring and other dangerousparts of hoisting appliances shall be provided with efficient safeguards.Signature of Contractor Number of Correction Executive Engineer


63Dy. E. E.l) Hoisting appliances shall be provided with such means as willreduce to a minimum the risk of the accidental descent of the load.m) Adequate precaution shall be taken to reduce to a minimum the riskof any part of a suspended load becoming accidentally displaced.Measure forprevention of fire.Liability ofcontractor forany damage donein or outsidework area.Clause 22:- The Contractor shall not set fire to any standing jungle, trees,brushwood or grass without a written permit from the Executive Engineer.When such permit is given, and also in all cases when destroying, cut ordug up trees, brushwood, grass etc. By fire, the Contractor shall takenecessary measures to prevent such fire spreading to or otherwisedamaging surrounding property.The Contractor shall make his own arrangements for drinking water forthe labour employed by him and provide sanitary and other arrangements.Clause 23 :- Compensation for all damages done intentionally orunintentionally by Contractors labour whether in or beyond the limits ofthe Government property including any damage caused by the spreadingof fire mentioned in Clause 22 shall be estimated by the Engineer-inchargesubject to the decision of the Superintending Engineer on appealshall be final and the Contractor shall be bound to pay the amount of theassessed compensation on demand, failing which the same will berecovered from the Contractor as damage in the manner prescribed inClause 1 or deducted by the Engineer-in-charge from any sums that maybe due or become due from Government to Contractor under this contractor otherwise.The Contractor shall bear the expenses of defending any action or otherlegal proceedings that may be brought by any person for injury the spreadsustained by him owing to neglect of precautions to prevent the spread offire and he shall pay any damages and cost that may be awarded by thecourt in consequence.Employment offemale labourWork on SundayClause 24:- The employment of female labours on works inneighbourhood of soldier’s barracks should be avoided as far as possible.Clause 25:- No work shall be done on a Sunday without the sanction inwriting of the Engineer-in-charge.Work not to besubletContract may berescinded andsecurity depositClause 26:- The contract shall not be assigned or sublet without thewritten approval of the Engineer-in-charge. And if the Contractor shallassign or sublet his contract, or attempt to do so, or become insolvent orcommence any proceedings to get himself adjudicated and insolvent ormake any composition with his creditors, or attempt so to do or if bribe,gratuity, gift loan, perquisite, reward or advantage, pecuniary or otherwiseshall either directly or indirectly be given, promised or offered by theSignature of Contractor Number of Correction Executive Engineer


forfeited forsubletting itwithout approvalor for bribing apublic officer orif contractorbecomesinsolvent.Sum payable byway ofcompensation tobe considered asreasonablecompensationwithout referenceto actual loss.Change in theconstitution offirm to benotified.64Dy. E. E.Contractor or any of his servants or agents to any public officer or personin the employ of Government in any way relating to his office oremployment, or if any such officer or person shall become in any waydirectly or indirectly interested in the contract, the Engineer-in-chargemay thereupon by notice in writing rescind the contract, and the securitydeposit of the Contractor shall thereupon stand forfeited and be absolutelyat the disposal of Government, and the same consequences shall ensure asif the contract had been rescinded under Clause 3 thereof and in additionthe Contractor shall not be entitled to recover or be paid for any workthere for actually performed under the contract.Clause 27:- All sums payable by a Contractor by way of compensationunder any of these conditions shall be considered as a reasonablecompensation to be applied to the use of Government without reference tothe actual loss or damages sustained, and whether any damage has or hasnot been sustained.Clause 28:- In the case of tender by partners, any change in theconstitution of a firm shall be forthwith notified by the Contractor to theEngineer-in-charge for his information.Direction andcontrol of theSuperintendingEngineer.Direction andcontrol of theSuperintendingEngineer.Clause 29:- All works to be executed under the contract shall be executedunder the direction and subject to the approval in all respects of theSuperintending Engineer of the Circle, for the time being, who shall beentitled to direct at what point or points and in what manner they are to becommenced, and from time to time carried on.Clause 30 (1) :- Except where otherwise specified in the contract andsubject to the powers delegated to him by Government under the code,rules then in the force, the decision of the Superintending Engineer of theCircle for the time being shall be final, conclusive and binding on allparties of the contract upon all questions relating to the meaning of thespecifications, designs, drawings and instruction hereinbefore mentionedand as to the quality of workmanship or materials used on the work, or asto any other question, claim right, matter or things whatsoever, if any wayarising out of, or relating to the contract, designs, drawings, specifications,estimates , instructions, orders, or other conditions, or otherwiseconcerning the works, or the execution, or failure to execute the same,whether arising during the progress of the work, or after the completion orabandonment thereof.Clause 30 (2) :- The Contractor may within thirty days of receipt by himof any order passed by the Superintending Engineer of the Circle asaforesaid appeal against it to the Chief Engineer, concerned with theSignature of Contractor Number of Correction Executive Engineer


Stores ofEuropean orAmericanmanufacture tobe obtained fromGovernmentLump-sum inestimates.Action where nospecifications.65Dy. E. E.contract work or project provided that -(a) The accepted value of the contract exceeds Rs. 10 lakhs(Rupees Ten lakhs)(b) Amount of claim is not less than Rs. 1.00 Lakh(Rupees One Lakh).Clause 30 (3) :- If the Contractor is not satisfied with the order passed bythe Chief Engineer as aforesaid, the Contractor may, within thirty days ofreceipt by him of any such order appeal against it to the concernedSecretary, Public Works Department/Irrigation Department who, ifconvinced that Prima-facie the Contractors claim rejected bySuperintending Engineer/Chief Engineer is not frivolous and that there issome substance in the claim of the Contractor as would merit a detailedexamination and decision by the Standing Committee, shall put up to theStanding Committee at Government level for suitable decision(Vide PW Circular No. CAT-1086-CR-110/Bldg.2 Dated 7.5.1986).Clause 31 :- The Contractor shall obtain from the P.W. Departmentalstores all stores and articles of European or American manufacture whichmay be required for the work, or any part thereof or in making up anyarticles required thereof in connection therewith unless he has obtainedpermission in writing from the Engineer-in-charge to obtained suchstores and articles elsewhere. The value of such stores and articles as maybe supplied to the Contractor by the Engineer-in-charge will be debited tothe Contractor in his account at the rate shown in the said schedule infrom 'A' attached to the Contract and if they are not entered in theschedule, they shall be debited to him at cost price which for the purposeof this Contract shall include the cost of carriage and all other expenseswhatsoever, which shall have been incurred in obtaining delivery of thesame at the stores aforesaid.Clause 32 :- When the estimate on which a tender is made includes lumpsums in respect of part of the work, the Contractor shall be entitled topayment in respect of the items of work involved or the part of the work inquestion at the same rates as payable under this Contract for each items,or if the parts of the work in question is not in the opinion of the Engineerin-chargecapable of measurement, the Engineer-in-charge may at hisdiscretion pay the lump sum amount entered in the estimate and thecertificate in writing of the Engineer-in-charge shall be final andconclusive against the Contractor with regard to any sum or sums payableto him under the provisions of this clause.Clause 33:- In the case of any class of work for which there is no suchspecification as is mentioned in Rule 1 of Form B-1 such work shall becarried out in accordance with the Divisional specifications, and in theevent of there being no Divisional specification, then in such case thework shall be carried out in all respects in accordance with all instructionsand requirements of the Engineer-in-charge.Signature of Contractor Number of Correction Executive Engineer


Definition ofwork.Contractor’spercentagewhether appliedto net or grossamount of bill.Quarry fees androyalties.Compensationunder workmen'sCompensationAct.66Dy. E. E.Clause 34:- The expression "Work" or "Works" where used in theseconditions, shall unless there be something in the subject or contextrepugnant to such construction, be constructed to mean the work or workscontracted to be executed under or in virtue of the contract, whethertemporary or permanent and whether original, altered, substituted oradditional.Clause 35:- The percentage referred to in the tender shall be deductedfrom/added to the gross amount of the bill before deducting the value ofany stock issued.Clause 36:- All quarry fees, royalties, octroi dues and ground rent forstacking materials, if any, shall be paid by the contractor. The RoyaltyCharges towards each category of material as per Govt Rules andRegulation are to be paid by the contractor to the Competent Authority ofrespective Department. If Contractor fails to do so the same will berecovered from him at prevailing / appropriate rates applicable from timeto time as and when required.Clause 37:- The Contractor shall be responsible for and shall pay anycompensation to his workmen payable under the Workmen'sCompensation Act.1923 (VIII of 1923), (hereinafter call the said Act) forinjuries caused to the workmen. If such compensation is payable/paid bythe Government as principal under sub-section (1) of Section 12 of thesaid Act on behalf of the Contractor, it shall be recoverable by theGovernment from the Contractor under sub-section (2) of the said section.Such Compensation shall be recovered in the manner laid down in Clause1 above.Clause 37 (A):- The Contractor shall be responsible for and shall pay theexpenses of providing medical aid to any workmen who may suffer abodily injury as a result of an accident. If such expenses are incurred byGovernment the same shall be recoverable from the Contractor forthwithand be deducted without prejudice to any other remedy of the Governmentfrom any amount due or that may become due to the Contractor.Clause 37 (B) :- The Contractor shall provide all necessary personalsafety equipment and first aid apparatus available for the use of thepersons employed on the site and shall maintain the same in conditionsuitable for immediate use at any time and shall comply with thefollowing regulations in connection therewith :-a) The workers shall be required to use the equipments so provided bythe Contractor and the Contractor shall take adequate steps to ensureproper use of the equipment by those concerned.b) When work is carried on in proximity to any place where there is a riskSignature of Contractor Number of Correction Executive Engineer


67Dy. E. E.of drowning all necessary equipment shall be provided and kept ready foruse and all necessary steps shall be taken for the prompt rescue of anyperson in danger.c) Adequate provision shall be made for prompt first aid treatment of allinjuries likely to be sustained during the course of the work.Clause 37 (C):- The Contractor shall duly comply with the provisions of"The Apprentices Act. 1961" (III of 1961) the rules made there under andthe orders that may be issued from time to time under the said Act and thesaid Rules and on his failure or neglect to do so he shall be subjected to allthe liabilities and penalties provided by the said Act and said Rules.(Govt. Circular No. CAT-6076/3336/ (400)/Bldg.2 date. 16-8-1985.)Claim forquantities ofwork entered inthe tender orestimates.Employment ofClause 38:- (1) Quantities shown in the tender are approximate and noclaim shall be entertained for quantities of work executed being eithermore or less than those entered in the tender or estimate.(2) Quantities in respect of the several items shown in the tender areapproximate and no revision in the tendered rates shall be permitted inrespect of any of the items so long as, subject to any special provisioncontained in the specifications prescribing a different percentage ofpermissible variation in the quantity of the item does not exceed thetender quantity by more than 25 percent and so long as the value of theexcess quantity beyond this limit at the rate of the items specified in thetender, is not more than Rs.5,000/-(3) The contractor shall if ordered in writing by the Engineer so to do,also carry out any quantities in excess of the limit mentioned in subclause(i) hereof on the same conditions as and in accordance with thespecifications in the tender and at the rates (i) derived from the ratesentered in the current schedule of rates and in the absence of such rates(ii) at the rates prevailing in the market. The said rates increased ordecreased as the case may be, by the percentage which the total tenderedamount bears to the estimated cost of the work as put to tender basedupon the schedule of rates applicable to the year in which the tenderswere accepted (For the purpose of operation of this clause, this costshall be worked out from D.S.R. prevailing at the time of acceptanceof tender.)(4) Claims arising out of reduction in the tendered quantity of any itembeyond 25 percent will be governed by the provision of clause 15 onlywhen the amount of such reduction beyond 25 percent at the rate of theitem specified in the tender is more than Rs.5,000/- (This clause is notapplicable to extra items)Clause 39 - The Contractor shall employ any famine, convict or otherSignature of Contractor Number of Correction Executive Engineer


and Abolition Rule 1971 should be provided.69Dy. E. E.Method ofpayment.Acceptance ofconditionscompulsorybefore tenderingfor work.Employment ofscarcity labour.Clause 44:- Payment to contractors shall be made by cheque drawn onany treasury within the division convenient to them, provided the amountexceeds Rs.10. Amounts not exceeding Rs.10 will be paid in cash.Clause 45:- Any contractor who does not accept these conditions shallnot be allowed to tender for works.Clause 46 :- If Government declares a state of scarcity of famine to existin any village situated within 10 miles of the work the Contractor shallemploy upon such parts of the work, as are suitable for unskilled labour,any person certified to him by the Executive Engineer, or by any person towhom the Executive Engineer may have delegated this duty in writing tobe in need of relief and shall be bound to pay to such person wages notbelow the minimum which Government may have fixed in this behalf.Any disputes which may arise in connection with the implementation ofthis clause shall be decided by the Executive Engineer whose decisionshall be final and binding on the Contractor.Clause 47:- The price quoted by the Contractor shall not in any caseexceed the control price, if any, fixed by Government or reasonable pricewhich it is permissible for him to charge a private purchaser for the sameclass and description of goods under the provision of Hoarding andProfiteering Prevention Ordinance, 1948 as amended from time to time. Ifthe price quoted exceeds the controlled price or the price permissibleunder Hoarding and Profiteering Prevention Ordinance the Contractor willspecifically mention this fact in his tender along with the reasons forquoting such higher prices. The purchaser at his discretion will in suchcase exercise the right of revising the price at any stage so as to conformto the controlled price on the permissible under the Hoarding andProfiteering Prevention Ordinance. This discretion will be exercisedwithout prejudice to any other action that may be taken against theContractor.Clause 47 (A) :- The tender rates are inclusive of all taxes, rates, cessesand are also inclusive of legible tax in respect of sale by transfer ofproperty in goods involved in the execution of a work contract under theprovision of Rule -58 of Maharashtra Value Added Tax Act- 2005, for thepurpose of levy of Tax.(As per GR.No. BDG-2005/CR-324/Bldg-2 Dt.3/3/2006)Signature of Contractor Number of Correction Executive Engineer


70Dy. E. E.Clause 48:- The rates to be quoted by the Contractor must be inclusive ofVAT Tax and all other relevant taxes. No extra payment of this accountwill be made to the Contractor.Clause 49 :- In case of materials that may remain surplus with theContractor from those issued for the work contracted for, the date ofascertainment of the materials being surplus will be taken as the date ofsale for the purpose of sales tax and the sales tax will be recovered onsuch sale.Clause 50:- The Contractor shall employ the unskilled labour to beemployed by him on the said work only from locally available labour andshall give preference to those persons enrolled under MaharashtraGovernment Employment and Self Employment Department's Scheme.Provided, however, that if the required unskilled labours are notavailable locally, the Contractor shall in the first instance employ suchnumber of persons as is available and thereafter may with previouspermission, in writing of the Executive Engineer-in-charge of the saidwork, obtain the rest of requirement of unskilled the labour from outsidethe above scheme.Clause 51:- The contractor shall pay the labourers (skilled and unskilled)according to the wages prescribed by the Minimum Wages Act of 1948applicable to the area in which the work of the contract is located. Thecontractor shall comply with the provision of the Apprentices Act, 1961,and the rules and orders issued there under from time to time, if he fails todo so his failure will be a breach of the contract and the SuperintendingEngineer, may in his discretion may cancel the contract. The Contractorshall also be liable, for any precautionary liability, arising on account ofany violation by him of the provision of Act.The contractor shall pay labourers skilled and unskilled according tothe wages prescribed by the Minimum Wages Act, of 1948 applicable tothe area in which work lies.The contractor to take precautions against accidents which take placeon account of labour using loose garments while working machinery.Clause 52 :- All amounts whatsoever which the contractor is liable topay to the Government in connection with the execution of the workincluding the amount payable in respect of (i) materials and / or storessupplied/ issued hereunder by the Government to the contractor. (ii) hirecharges in respect of heavy plant, machinery and equipment given onhire, by the Government to the contractor for execution by him of thework and/or on which advances have been given by the Government tothe contractor shall be deemed to be arrears of Land Revenue and theGovernment may without prejudice to any other rights and remedies ofthe Government recover the same from the contractor as arrears of landrevenue.Signature of Contractor Number of Correction Executive Engineer


GovernmentCircular No.CAT-1284/(120) /Bldg.2date. 14.8.85.71Dy. E. E.(CAT-1274/40364/Desk-2 date. 7-12-76)Clause 53:- The Contractor shall duly comply with all the provisions ofthe Contract Labour (Regulation and Abolition) Act, 1970 (37 of 1970)and the Maharashtra Contract Labour (Regulation and Abolition) Rules,1971 as amended from time to time and all other relevant statutes andstatutory provisions concerning payment of wages particularly toworkmen employed by the Contractor and working on the site of thework. In particular the Contractor shall pay wages to each workeremployed by him on the site of the work at the rates prescribed under theMaharashtra Contract Labour (Regulation and Abolition) Rules, 1971. Ifthe Contractor fails or neglects to pay wages at the said rates or makesshort payment and the Government makes such payment of wages in fullor part thereof less paid by the Contractor as the case may be the amountso paid by the Government to such workers shall be deemed to be anarrears of land revenue and the Government shall be entitled to recoverthe same as such from the contractor or deduct the same from the amountpayable by the Government to the Contractor hereunder or from any otheramount/s payable to him by the Government.Clause -54 PRICE VARIATION CLAUSE(FOR CIVIL <strong>WORKS</strong>)If during the operative Period of the Contract as defined incondition (i) below, there shall be any variation in the Consumer PriceIndex (New Series) for Industrial Workers for Nahsik Center as per theLabour Gazette published by the Commissioner of Labour, Governmentof Maharashtra and/or in the Whole-sale Price Index for all commoditiesprepared by the Office of Economic Adviser, Ministry of Industry,Government of India or in the price of petrol / oil, and lubricants andmajor construction materials like bitumen, cement, steel, various types ofmetal pipes etc., then subject to the other conditions mentioned below,price adjustment on account of1. Labour component2. Material component3. Petrol, Oil and Lubricants Component4. Bitumen Component5. HYSD & Mild. Steel Component6. Cement ComponentSignature of Contractor Number of Correction Executive Engineer


72Dy. E. E.7. C.I. and D.I. Pipes ComponentCalculated as per the formula hereinafter appearing, shall be made. Apart fromthese, no other adjustments shall be made to the contract price for any reasonswhatsoever. Component percentage as given below are as of the total cost of work put totender. Total of Labour, Material & POL components shall be 100 and other componentsshall be as per actuals.(1) Labour Component - K 1 : 31.00 %(2) Material Component - K 2 : 41.00 %(3) POL Component - K 3 : 28.00 %Total = 100.00 %(5) Bitumen Component 60/70 grade – At Actual.80/100 grade – At Actual.(6) TMT Steel Component Rs. 48,500.00 per MT(7) Cement Component Rs. 6400.00 per MT.(8) RCC NP2 Pipe Rs. Rmt.(9) IS NP2 Class pipe Rs. RMT.Note :- If Cement, HYSD & Mild. Steel, Bitumen, C.I. and D.I. Pipes aresupplied on Schedule “A” then respective component shall not beconsidered. Also if particular component is not relevant same shall bedeleted.1) FORMULA FOR LABOUR COMPONENT :V 1 = 0.85 P [ K 1 x L 1 - L 0 ][100 L 0 ]Where,V 1 = Amount of price variation in Rupees to be allowed for Labourcomponent.P = Cost of work done during the quarter under consideration minusthe cost of Cement, HYSD & Mild. Steel, Bitumen, C.I. and D.I.Pipes calculated at the basic star rates as applicable for the tender,consumed during the quarter under consideration.Kind of material Star Rate including all taxes1) Asphalt 60/70 Rs. 48,377.78 Per M.T.2) Asphalt 80/100 Rs. 47,348.00 Per M.T.K 1 = Percentage of Labour Component as indicated above.Signature of Contractor Number of Correction Executive Engineer


73Dy. E. E.L 0 = Basic Consumer Price Index for Mumbai center shall be averageconsumer price index for the quarter preceding the month in whichthe last date prescribed for receipt of tender falls.L 1 = Average Consumer Price Index for Mumbai center for the quarterunder consideration.2) FORMULA FOR MATERIALS COMPONENTV 2 = 0.85 P [ K 2 x M 1 - M 0 ][100 M 0 ]Where,V 2 = Amount of price variation in Rupees to be allowed for Materialscomponent.P = Same as worked out for Labour component.K 2 = Percentage of Materials Component as indicated above.M 0 = Basic wholesale Price Index shall be average wholesale priceindex for the quarter preceding the month in which the last dateprescribed for receipt of tender falls.M 1 = Average wholesale Price Index during the quarter underconsideration.3) FORMULA FOR PETROL, OIL AND LUBRICANTCOMPONENT :-V 3 = 0.85 P [ K 3 x P 1 - P 0 ][100 P 0 ]Where,V 3 = Amount of price variation in Rupees to be allowed for POLcomponent.P = Same as worked out for Labour component.K 3 = Percentage of Petrol, Oil & Lubricant Component.P 0 = Average price of HSD at Mumbai during the quarter preceding themonth in which the last date prescribed for receipt of tender falls.P 1 = Average price of HSD at Mumbai during the quarter underconsideration.4) FORMULA FOR BITUMEN COMPONENT :-V 4 = QB ( B 1 – B 0 )Where,Signature of Contractor Number of Correction Executive Engineer


74Dy. E. E.V 4 = Amount of price variation in Rupees to be allowed for BitumencomponentQB = Quantity of Bitumen (Grade 30/40 & Grade 60/70) in metrictonnes used in the permanent works and approved enabling worksduring the quarter under considerationB 1 = Current, average ex-refinery price per metric tonne of Bitumen(Grade 30/40 & Grade 60/70) under consideration including taxes(octroi, excise, sales tax) during the quarter under consideration.B 0 = Basic rate of Bitumen in rupees per metric ton as considered forworking out value of P. or average ex-refinery price in rupees permetric ton including taxes (octroi, excise sales tax) of Bitumen forthe grade of bitumen under consideration prevailing quarterpreceding the month in which the last date prescribe for receipt oftender; falls, whichever is higher.5) FORMULA FOR HYSD AND MILD STEEL COMPONENT :-V 5 = S0 (SI 1 - SI 0 )---------------- x TSI 0Where,V 5 = Amount of price variation in Rupees to be allowed for H.Y.S.D.Steel component.S0 = Basic rate of H.Y.S.D. Steel in rupees per metric tonne asSI 1SI 0Tconsidered for working out value of P= Average Steel Index as per RBI Bulletin during the quarter underconsideration.= Average of Steel Index as per RBI Bulletin for the quarterpreceding the month in which the last date prescribed for receiptof tender falls.= Tonnage of steel used in the permanent works for the quarterunder consideration.6) FORMULA FOR CEMENT COMPONENT :-V 6 = C 0 (CI 1 - CI 0 )---------------- x TCl 0Where,V 6 = Amount of price escalation in Rupees to be allowed for Cementcomponent.Signature of Contractor Number of Correction Executive Engineer


75Dy. E. E.C 0 = Basic rate of cement in rupees per metric tonne as considered forworking out value of P.CI 1 = Average of cement Index published in the RBI Bulletin for thequarter under consideration.CI 0 = Average of cement Index published in the RBI Bulletin for thequarter preceding the month in which to the last date prescribedfor receipt of tender falls.T = Tonnage of cement used in the permanent works for the quarterunder consideration.7) FORMULA FOR C.I./ D.I. PIPE COMPONENT :-V 7 = Q d (D 1 - D 0 )Where,V 7 = Amount of price escalation in rupees to be allowed for C.I./D.I.pipe component.D 0 = Pig Iron basic price in rupees per tonne considered for working outvalue of PD 1 = Average Pig Iron price in rupees per tonne during the quarterunder consideration (published by IISCO)Q d = Tonnage of C.I./D.I. pipes used in the works during the quarterunder consideration.The following conditions shall prevail :i) The operative period of the Contract shall mean the periodcommencing from the date of work order issued to the Contractor andending on the date on which the time allowed for the completion ofthe works specified in the Contract for work expires, taking intoconsideration the extension of time, if any, for completion of the workgranted by the Engineer under the relevant clause of the Conditions ofContract in cases other than those where such extension isnecessitated on account of default of the Contractor. The decision ofthe Engineer as regards the operative period of the Contract shall befinal and binding on the Contractor. Where any compensation forliquidated damages is levied on the Contractor on account of delay incompletion or inadequate progress under the relevant Contractprovisions, the price adjustment amount for the balance of work fromthe date of levy of such compensation shall be worked out by peggingSignature of Contractor Number of Correction Executive Engineer


76Dy. E. E.the indices, L 1 , M 1 , C 1 , P 1 , B 1 , S1 1 and C1 1 to the levels correspondingto the date from which such compensation is levied.ii) This price variation clause shall be applicable to all contracts inB1/B2 & C from but shall not apply to piece works. The pricevariation shall be determined during each quarter as per formula givenabove in this clause.iii) The price variation under this Clause shall not be payable for the extraitems required to be executed during the completion of the work andalso on the excess quantities of items payable under the provisions ofClause 38/37 of the contract from B1/B2 respectively. Since the ratespayable for extra items or the extra quantities under Clause 38/37 areto be fixed as per current DSR or as mutually agreed to yearlyrevision till completion of such work. In other words, when thecompletion/ execution of extra items as well as extra quantities underClause 38/37 of the contract from B1/B2 extends beyond the operativedate of the DSR then rates payable for the same beyond the date shallbe revised with reference to the current DSR prevalent at that time onyear to year basis or revised in accordance with mutual agreementthereon, as provided for in the Contract, whichever is less.iv) This clause is operative both ways, i.e. if the price variation ascalculated above is on the plus side, payment on account of the pricevariation shall be allowed to the contractor and if it is on the negativeside, the Government shall be entitled to recover the same from theContractor and the amount shall be deductible from any amounts dueand payable under the contract.v) To the extent that full compensation for any rise or fall in costs to theContractor is not entirely covered by the provision of this or otherclauses in the contract, the unit rate and prices included in the contractshall be deemed to include amounts to cover the contingency of suchother actual rise or fall in costs.Clause 55 :- The contractor shall engage apprentice such as brick layer,carpenter, wiremen, plumber, as well as blacksmith by recommended bythe State Apprenticeship Advisor Director of Technical Education, DhobiTalaw, Mumbai :400 001. In the construction work (as per Governmentof Maharashtra, Education Government No. TSA/5170/T5689, dated7.7.1972).Signature of Contractor Number of Correction Executive Engineer


77Dy. E. E.Conditions formalariaeradication antimalaria andother healthmeasuresClause 56 :- (Government of Maharashtra P.W.D. Resolution No.CAT/1086/CR-243/K/Bldg.32 Dt. 11.8.1987)A. The anti malaria and other health measures shall be as directed bythe joint Director (Malaria and Filaria) of Health Service, Pune.B. Contractor shall see that mosquitoegenic conditions are not createdso as to keep vector population to minimum level.C. Contractor shall carry out anti-malaria measures in the area as perguidelines prescribed under National Malaria EradicationProgramme and as directed by the Joint Director (M & F) of HeathServices, Pune.D. In case of default in carrying out prescribed anti-malaria measuresresulting in increase in malaria incidence, contractor shall be liableto pay to Corporation the amount spent by Government on antimalaria measures to control the situation in addition to fine.E. RELATIONS WITH <strong>PUBLIC</strong> AUTHORITIESThe Contractor shall make sufficient arrangements for draining awaythe sewage water as well as water coming from the bathing andwashing places and shall dispose of this water in such a way as notto cause any nuisance. He shall also keep the premises clean byemploying sufficient number of sweepers. The Contractor shallcomply with all rules, regulations, bye-laws and directions givenfrom time to time by any local or public authority in connection withthis work and shall pay fees or charges which are legible on himwithout any extra cost of Government.(Government of Maharashtra P.W.D.Resolution No. CAT-1086/CR-243/D-Bldg.2 dated 11.9.1987.)(EÆòjÉÉnùÉ®úÉxÉä ÉɺÉEòÒªÉ Ê´É¨ÉÉ|ÉÊiÉÊxÉvÉÒ{ÉÉÉÒ EÆòjÉÉ]õEòɨÉÉSÉÉ Ê´É¨ÉÉ =iÉ®ú´ÉÉ´Éɨ½þhÉÚxÉ Eò®úÉ®úxÉɨªÉÉiɺɨÉÉʴɹ]õ Eò®úɴɪÉÉSªÉÉ+]õÒ)Clause 57 - The Contractor shall comply with all the provisions of theApprentices Act. 1961 and rules and orders issued there under form timeto time. If he fails to do so, his failure will be a breach of the from time totime. If the fails to do so, his failure will be a breach of the contract andthe Superintending Engineer may, in his discretion, canal the Contract.The contractor shall also be liable for an pecuniary liability Thecontractor shall also be liable for an pecuniary liability arising on accountof any violation by him of the provision of the Act( vide GovernmentCircular No CST- 1086/CR 243 Ka-Building-2/ Mantralaya Bimbay-400032, dated 11 Sept.1987)ADDITIONAL CONDITIONS(1) EÆòjÉÉ]õnùÉ®úÉ´É®ú ºÉÉä{ÉʴɱÉ䱪ÉÉ EÆòjÉÉ]õ EòɨÉÉSÉÉ Ê´É¨ÉÉ EÆòjÉÉ]õnùÉ®úÉÆxÉÒ Ê´É¨ÉÉ ºÉÆSÉɱÉxÉɱɪÉ,¨É½þÉ®úɹ]Åõ®úÉVªÉ MÉÞ½þ ÊxɨÉÉÇhÉ ¦É´ÉxÉ, 264,{Éʽþ±ÉÉ ¨ÉVɱÉÉ Eò±ÉÉxÉMÉ®ú ºÉ¨ÉÉä®úh ¤ÉÉÆpùÉ {ÉÚ´ÉÇ ¨ÉÆÖ¤É


78Dy. E. E.VÉÉäJÉÒ¨É ðVÉÉÇ ´É EòɨÉMÉÉ®ú ʴɦÉÉMÉ {ÉjÉ Gò¨ÉÉÆEò ¤ÉÒºÉÒB/


79SCHEDULE ADy. E. E.Name of work: - S.T.B.T. to SH-36 to Chinchewadi Road(V.R. 92) Tal. Sangamner Dist- Ahmednagar.Schedule showing (approximately) the materials to be supplied from P. W. DepartmentStore for Work contracted to be executed and Preliminary and ancillary Works and the ratesat which they are to charge for.Sr.No.ParticularsQuantityFiguresRate inWordsPlace ofDelivery--------------Nil----------------------NOTE: - The person or firm submitting the tender should see that the rates in the aboveschedule are filled by the Executive Engineer-in-charge on the issue of the form prior to thesubmission of the tender.Signature of Contractor Number of Correction Executive Engineer


80Dy. E. E.ADDITIONAL CONDITIONS FOR MATERIALS(CEMENT M.S. H.Y.S.D. BARS, ASPHALT ETC.) BROUGHT BY CONTRACTOR1. All the materials such as Asphalt, shall be procured by the Contractor from approvedGovernment Institutions or as directed by Engineer-in-charge only. The material shall bebrought at the site of work well in advance by the Contractor. The gate pass of the Asphaltshall be examined by the authorised representative of the Engineer-in-charge.2. The Contractor shall submit periodically as well as on the completion of work, anaccount of all materials used by him on the work. In addition, a separate register shall bemaintained on site for recording daily itemwise Asphalt, and also item wise consumption ofother materials. This shall be signed daily by Contractor or his representative and authorisedrepresentative of the Engineer-in-charge.3. All the materials such as Asphalt, shall be procured by the Contractor from approvedGovernment Institutions or as directed by Engineer-in-charge only. The materials from anyother source in lieu of the approved Institutions shall be allowed except under writtenpermission from the Executive Engineer, In such case, Certificate for its quality shall beproduced by the Contractor and samples of materials shall be tested from any GovernmentLaboratory by the Contractor at his own cost and the test results be supplied to theDepartment. The materials not confirming to the required standard shall be removed at oncefrom the site of work by the Contractor at his own cost. All the materials such as Asphalt,required for use in the work shall be conforming to the concerned I.S. / M.O.S.T.specifications. The Contractor shall get necessary tests carried out to the frequency specifiedfor each material in the specification and submit the test results to the Engineer-in-Charge orhis authorised representative. These materials shall be used on work by the Contractor, onlyif the test thereof are found satisfactory to the results by Engineer-in-Charge or his authorisedrepresentative. For the purpose of daily testing of material, such as metal,sand, rubble etc. theContractor shall make his own arrangements to install a well equipped Laboratory at the siteof work at his own cost. The Contractor shall employ qualified personnel at the site of workat his own cost. The responsibility of carrying out tests to the frequency specified for eachmaterial shall rest with the Contractor. The extract of register shall be submitted to theExecutive Engineer with each bill. Copy of register for the entire period shall be submittedalong with the final bill.4. The contractor shall construct at his own cost shed/ sheds as per direction of theEngineer in charge of the work for storing the materials and provide double lockingarrangements. The store shed such constructed shall be removed on completion of work. TheContractor shall take all necessary steps to guard the materials brought by him.5. The Contractor shall make his own arrangement for the safe custody of the materialsbrought by him on site of work.6. The charges for conveying of materials from the place of purchase by the ContractorSignature of Contractor Number of Correction Executive Engineer


81Dy. E. E.to the site of work and the actual spot on work site shall be entirely borne by the Contractor.No claims on this account shall be entertained.7. Separate registers shall be maintained by the Contractor on the site for recordingdetailed itemwise Asphalt, consumption on the work. These registers shall be signed byContractor or his authorised representative and got signed from the representative ofEngineer-in-charge.8. The material required only for this work shall be kept in the godown at site. Nomaterial shall be shifted out side of the godown except for the work for which this agreementis entered, without prior approval of the Engineer-in-charge.9. The Contractor shall produce sufficient documentary evidence i.e. bill for thepurchase, octroi receipts etc. for the purchase of material brought on the work site at once ifso requested by the Department.10. All these material i.e. cement, steel etc. shall be protected from any damages rains etc.by the contractor at his own cost.11. The contractor will have to erect temporary shed of approved specifications storing ofabove materials at work site at contractors cost having double lock arrangements (By doublelock it is meant that godown shall always be locked by two locks, one lock being owned andoperated by Contractor and other by Engineer in charge of his authorised representative andthe door shall be openable only after both locks are opened).12. If required, the weighment of bulk asphalt bouzers etc. brought by the contractor shallbe carried out by the contractor at his own cost.13. The contractor shall not use cement and other material for the item to be executedoutside the scope of this contract except for such ancillary small item as are connected andabsolutely necessary for execution of this work as may be decided by the Engineer in charge.14. The Government shall not be responsible for the loss in cement, steel, bulk asphaltetc. during transit, to work site. The cement brought by the contractor at the work site storeshall mean 50 Kg. equivalent to 0.0347 cubic meter per bag by weight. The rate quotedshould correspond to this method of reckoning. In case of ordinary/ controlled concrete, ifcement is found short, the shortage/ shortages will be made good by the contractor at his cost.15. INDEMNITY : The condition regading indemnity as defined on page ........ at Sr.No.4will apply mutatis mutandis in case of material brought by contractor at the site for theexecution of the work being executed under this contract.16. In case the material brought by the contractor become surplus owing to the change inthe design of the work, the material should be taken back by the Contractor at his own costafter prior permission of Engineer in charge.Signature of Contractor Number of Correction Executive Engineer


82Dy. E. E.17. Empty asphalt drums shall be the property of the Contractor and the same shall beremoved immediately after completion of work.18. All empty cement bags shall be returned by Contractor to Department and theExecutive Engineer shall preserve them for one year as token of proof of use of cement inproper proportion in work.ARRANGEMENT OF MATERIALS1. The Contractor shall make his own arrangement for supply of materials includingbitumen. The Contractor shall be responsible for all transportation and storage of thematerials at site and shall bear all the related costs. The Engineer shall be entitled at any time,to inspect or examine all such materials. The Contractor shall provide reasonable assistancefor such inspection or examination as may be required.2. The Contractor shall keep an accurate record of use of materials like bitumen, used inthe works in a manner prescribed by the Engineer.3. After receiving the bitumen the authorised challan / gate pass should be obtained fromthe refinery mentioning the quality of bitumen, grade of bitumen, date, time of delivery etc.and it should be handed over to department for each consignment.4. While transportation of bouzer a through transport passe should be obtained from thecorporation / municipality through which the bouzer is passed and same should be handedover to the authorised person of Department.5. If there is any doubt regarding the material received, the same should be get testedfrom the Government laboratory at the cost of the Contractor, and if the results re substandad,the material or the work executed with such material will be rejected.6. The day to day record of the receipt / utility / balance of material should be kept bythe Contractor at plant site / site of work / store and same will be checked by the Engineer-inchargeor authorised engineer at any time.7. The procurement of cement / steel etc. should be from authorised manufacturingcompany and the vouchers regarding purchase thereof shall e submitted to Engineer-in-Charge.8. The testing charges shall be entirely bone by the Contractor.SPECIAL ATTENTION OF CONTRACTOR FOR EXECUTIONSignature of Contractor Number of Correction Executive Engineer


83Dy. E. E.Procurement of material :1. Department will not supply any material for execution of work such as Asphalt. Thecontractor has to arrange the same from his own source. The quality of the material broughtto the site by the contractor should be verified through the various tests provided as perrelevant Indian standards at the cost of the contractor.2. The adjustment for variation in cost prices of Mild Steel and Tro steel bars, structuralsteel, coment all tested quality shall be seperately made corresponding to the difference in thecost oas per the basic price mentioned hereafter nad the purchase price of the material subjectto limitation of price.3. The contractor shall construct shed /sheds at the own cost and as per direction of theEngineer-in-charge for storing the material brought by him and provide double lockingarrangement one lock shall be in the charge of dpeartmental person and material shall betaken for use in presence of the departmental person only.ADDITIONAL GENERAL CONDITION AND SPECIFICATIONSSignature of Contractor Number of Correction Executive Engineer


84Dy. E. E.1 These are to apply as additional specifications and conditions, unless otherwisealready provided for contradictorily elsewhere in this contract.2. CONTRACTOR TO STUDY SITE CONDITIONS :The contractor shall be deemed to have carefully examined the work and siteconditions including labour, the general and the special conditions, specifications, schedulesand drawings and shall be deemed to have visited the site of the work and to have fullyinformed himself regarding the local conditions and carried out his own investigations toarrive at rates quoted in the tender. In this regard, he will be given necessary information tothe best of knowledge of Department but without any guarantee about it.If he shall have any doubt as to the meaning of any portion of these general conditionsor the special conditions, or the scope of work or the specifications and drawings, or anyother matter concerning the contract, he shall in good time, before submitting his tender, setforth the particulars thereof and submit them to the Executive Engineer In Charge of thework in writing in order that such doubts may be clarified authoritatively before tendering.Once a tender is submitted, the matter will be decided according to tender conditions in theabsence of such authentic preclarification.3. DECLARATION OF THE CONTRACTOR :The contractor should sign the declaration form on page No.4. INDEMNITY :The contractor shall indemnify the Government against all actions, suits claims anddemands brought or made against him in respect of anything done or committed to be doneby the contractor in execution of or in connection with the work of this contract and againstany loss or damage to the Government in consequence of any action or suit being broughtagainst the Contractor for anything done or committed to be done in the execution of thework of this contract.5. DEFINATIONS :Unless excluded by or repugnant to the context.(a) The expression, Government as used in the tender papers shall mean the PublicWorks Department of the Government of Maharashtra.(b) The expression Chief Engineer as used any where in the tender papers shall meanChief Engineer of the Government of Maharashtra who is designated as such.(c) The expression Superintending Engineer as used in the tender papers shall mean anofficer of Superintending Engineer’s rank (by whatever designation he may be known) underwhose control the work lies for the time being.(d) The expression Engineer or Engineer-in-Charge as used in the tender papers shallmean the Executive Engineer-in-Charge of the work for the time being.(e)The expression Contractor as used in the tender papers shall mean the successfulSignature of Contractor Number of Correction Executive Engineer


85Dy. E. E.tenderer whose tender has been accepted, and who has been authorised to proceed with thework.(f) The expression Contract used in the tender papers shall mean the deed of contracttogether with its original accompaniment and those latter incorporated in it by mutualconsent.(g) The expression Plant as used in the tender papers shall mean every temporary andnecessary or considered necessary by the Engineer to execute, construct, complete andmaintain the works and used in altered, modified, substituted and additional work ordered inthe time and the manner herein provided and all temporary materials and special and otherarticles of application of every sort, kind and description whatsoever intended or usedthereof.h) Drawings shall mean the drawing referred to in the specifications and anymodifications of such drawings approved in writing by Engineer and such other drawings asmay from time to time be furnished or approved in writing by the Engineer.(i) Engineer’s representative shall mean an assistant of the Engineer notified in writing tothe contractor by the Engineer.(j) Provisional sum or Provisional lumpsum shall mean lumpsum included byGovernment in tender documents and shall represent the estimated value of work for whichdetails are not available at the time of issue of tender.(k) Provisional items shall mean items for which approximate quantities have beenincluded in the tender documents.(l) The Site shall mean the lands and / or other places, on under, in or through which thework is to be executed under the contract including any other lands or places which may beallotted by Government or used for the purpose of contract.(m) The Work shall mean the works to be executed in accordance with the contract orpart(s) thereof as the case may be and shall include all extra or additional, altered orsubstituted works as required for performance of the contract.(n)(o)The Contract sum shall mean the sum for which the tender is accepted.The Accepting Authority shall mean the officer competent to accept the tender.(p) The Day shall mean a day of 24 hours from midnight to midnight irrespective of thenumber of hours worked in any day in that week.(q) Temporary Works shall mean all temporary works of every kind required in or aboutthe execution, completion, or maintenance of the works.Signature of Contractor Number of Correction Executive Engineer


86Dy. E. E.(r) Urgent works shall mean any measure which, in the opinion of the Engineer-in-Charge,become necessary during the progress of the works to obviate any risk or accident or failureor which become necessary for security of the work or the persons working, thereon.Where the context so requires, words importing the singular only also include theplural and viceversa. Heading and marginal notes, if any, to the general conditions shall notbe deemed to form part thereof or be taken into consideration in the Interpretation thereof ofthe contract.Wherever there is mention of Schedule of rates of the Division or simply D.S.R. inthis tender, it will be taken to mean as the Schedule of the rate prepared on the basis ofministry data book of the Division in whose jurisdiction the work lies.6. ERRORS, OMISSIONS AND DISCREPANCIES :a) In case of errors, omissions and/or disagreement between written and scaleddimension on the drawing or between drawings and specifications etc. the following order ofpreference shall apply.i) Between actual scaled and written dimensions or descriptions on a drawing the latershall be adopted.i) Between the written or shown description or dimensions in the drawing andcorresponding one in the specifications, the later shall apply.i) Between the quantities shown in schedule of quantities and those arrived at from thedrawings, the later shall be preferred.i) Between the written description of the item in the schedule of quantities and thedetailed description in specification of the same items, later shall be adopted.a) In case of discrepancy between percentage rate quoted in figure and words, the lowestof the two will be considered for acceptance of tender.c) In all cases of omissions and or doubts or discrepancies in the dimensions ordescription of any items or specification, a reference shall be made to the ExecutiveEngineer, National Highway Division No.IX, Nashik whose elucidation, elaboration ordecision shall be considered as authentic. The contractor shall be held responsible for anyerrors that may occur in the work through lack of such reference and precaution.d) The special provision in detailed specifications and wording of any items shall gainprecedence over corresponding contradictory provision (if any) in the standard specificationsof Public Works Department Hand Book where reference to such specifications is givenwithout reproducing the details in contract.Signature of Contractor Number of Correction Executive Engineer


87Dy. E. E.7.1 PROGRAMME OF WORK :The works is required to be completed within a period of (12) Twelve months(including the monsoon period). The tentative programme may be as per the bar-chartattached in tender document.7.2 a) METHODOLOGY OF CONSTRUCTION AND CONSTRUCTIONEQUIPMENTS :Contractor shall furnish at least 15 days in advance his programme of commencementof item of work, the details actual methods that would be adopted by the contractor for theexecution of various items of work such as well sinking, cast-in-situ, superstructure forbridge work and earth work, W.B.M, Black topping items etc. for road works supported bynecessary detailed drawing and sketches including those of the plant and machinery thatwould be used, their locations, arrangement for conveying and handling materials etc. andobtain prior approval of Engineer-in-Charge well in advance of such item of work. TheEngineer-in-Charge reserves the right to suggest modifications or make complete changes inthe method proposed by contractor, whether accepted previously or not any stage of thework, to obtain the desired accuracy, quantity and progress of the work which shall bebinding on the contractor, and no claim on account of such change in method of executionwill be entertained by Government so long as specifications of the items remain unaltered.The sole responsibility for the safety and adequacy of the methods adopted by the contractor,will however, rest on the contractor, irrespective of any approval given by the Engineer.In case of slippage from the approved work programme at any stage, the contractorshall furnish revised programme to make up the slippage within the stipulated time scheduleand obtain the approval of the Engineer to the revised programme.b) CONSTRUCTION EQUIPMENT :The contractor shall be required to give a trial run of the equipments for establishingtheir capability to achieve the laid down specifications and tolerance to the satisfaction of theEngineer before commencement of the work. All equipments provided shall be of provenefficiency and shall be operated and maintained at all times, in a manner acceptable to theEngineer and no equipment or personnel will be removed from site without permission of theEngineer.a) PROGRESS SCHEDULE :The contractor shall furnish within the period stipulated in writing by Engineer-in-Charge a detailed programme schedule using CPM/PERT technique in quadruplicateindicating the date of actual start, the monthly progress expected to be achieved and theanticipated completion date of each major item of work to be done by him, also indicatingdates of procurement and setting up of materials, plant and machinery. The schedule is to besuch as is practicable of achievement towards the completion of whole work in the time limit,and of the particular items, if any, on the due dates specified in the contract and shall have theapproval of the Engineer-in-Charge. No revised schedule shall be operative without suchacceptance in writing. The Engineer is further empowered to ask for more detailed scheduleor schedules say; weekly for any item or items, in any case of urgency of work as will beSignature of Contractor Number of Correction Executive Engineer


directed by him and the contractor shall supply the same as and when asked for.88Dy. E. E.The contractor shall furnish sufficient plant, equipment and labour as may benecessary to maintain the progress as scheduled. The working and shift hours restricted toone shift a day for operations to be done under the Government supervision shall be such asmay be approved by the Engineer-in-Charge. They shall not be varied without the priorapproval of the Engineer. Night work which requires supervision shall not be permittedexcept when specifically allowed by Engineer each time, if requested by the contractor.The contractor shall provide necessary lighting arrangement etc. for night work as directed byEngineer without extra cost.Further, the contractor shall submit the progress report of work in prescribed formsand charts etc. at periodical intervals, as may be specified by the Engineer-in-Charge.Schedule shall be in the form of progress charts, forms, progress statement and/or reports asmay be approved by the Engineer.The contractor shall maintain proformas, charts, details regarding machinery,equipments, labour, materials, personnel etc. as may be specified by the Engineer and submitperiodic returns thereof as may be specified by the Engineer-in-Charge.8. AGENT AND WORK ORDER BOOK :The contractor shall himself manage the work or engage an authorised all time agenton the work capable of managing and guiding the work and understanding the specificationand contract conditions.A qualified and experienced, Engineer shall be provided by the contractor as his agentfor technical matter in case the Engineer-in-Charge considers this is essential for the workand so directs the contractor. He will take orders as will be given by the Executive Engineeror his representative and shall be responsible for carrying them out. This agent shall not bechanged without prior intimation to the Executive Engineer and his representative on thework site. The contractor shall supply to the Engineer-in-Charge, the details of allsupervisory and other staff employed by the contractor and notify changes when made, andsatisfy the Engineer-in-Charge regarding the quantity and sufficiency, of the staff, thusemployed. The engineer will have the unquestionable right to ask for changes in the qualityand numbers of contractor’s supervisory staff and to order removal from work of any of suchstaff. The contractor shall comply with such order and effect replacement to the satisfactionof the Engineer.A work order book shall be maintained on site and it shall be the property ofGovernment and the contractor shall promptly sign orders given therein by ExecutiveEngineer or his representative and his superior officers, and comply with them. Thecompliance shall be reported by the contractor to the engineer in good time so that it can bechecked. The blank work order book with machine numbered pages will be provided by theDepartment free of charge for this purpose. The contractor will be allowed to copy outinstructions therein from time to time.Signature of Contractor Number of Correction Executive Engineer


89Dy. E. E.9. SETTING OUT :i) ROAD <strong>WORKS</strong> :-9.1 The contractor shall establish working bench marks in the area soon after takingpossession of the site. The reference Bench mark for the area shall be as indicated in theContract Documents. The working bench mark/s shall be at the rate of four per Km. and alsoat or near all drainage structures, over bridges and underpasses. The working bench mark/sshall be got approved from Engineer. Checks must be made on these bench marks onceevery month and adjustment if any got approved from Engineer and recorded. An uptodaterecord of all bench marks including approved adjustment, if any shall be maintained by thecontractor and also a copy supplied to the Engineer for his record.9.2 The lines and levels of formation, side slopes, drainage, carriageways and shouldersshall be carefully set and frequently checked, care being taken to ensure that correct gradientsand cross sections are everywhere obtained.9.3 In order to facilitate the setting out of the works, the center line of the carriage wayor highway must be accurately established by the contractor and approved by the Engineer. Itmust then be accurately referenced in a manner satisfactory to the Engineer, at every 50 m.intervals in plain and rolling terrain and 20m. intervals in hilly terrain and at all curve pointsas directed by the Engineer, with marker pegs and chainage boards set in or near the fenceline, and a schedule of reference dimensions shall be prepared and supplied by the contractorto the Engineer. These markers shall be maintained until the works reach finished formationlevel and are accepted by the Engineer.9.4 On reaching the formation level stage, the center line shall again be set out by thecontractor and when approved by the Engineer, shall be accurately referenced in a mannersatisfactory to the Engineer by marker pegs set at the outer limits of the formation.9.5 No reference peg or marker shall be removed or withdraw without the approval of theEngineer and no earthwork or structural work shall be commenced until the center line hasbeen referenced.9.6 The contractor will be the sole responsible party for safeguarding all surveymonuments, bench marks, beacons etc. The Engineer will provide the contractor with thedata necessary for the setting out of the center line. All dimensions and levels shown on thedrawings or mentioned in documents forming part of or issued under the contract shall beverified by the contractor on the site and he shall immediately inform the Engineer of anyapparent errors or discrepancies in such dimensions or levels. The contractor shall after orin connection with the setting out of the centerline, survey the terrain along the road andshall submit to the Engineer for his approval, a profile along the road centerline and crosssections at intervals as required by the Engineer.9.7 After obtaining approval of the Engineer, work on item of earthwork can commenceSignature of Contractor Number of Correction Executive Engineer


90Dy. E. E.and the profile and cross sections shall form the basis for measurement and payment. Thecontractor is responsible for checking that all the basic traverse points are in place at thecommencement of the contract and if any are missing, or appear to have been disturbed, thecontractor shall make arrangements in reestablishing these points.ll) SETTING OUT FOR (BRIDGE <strong>WORKS</strong>)Immediately on receipt of the work order, the contractor shall at his own expense,clean the site and take up a provisional and final setting out and lining out of the work underthe supervision of his responsible representative and shall provide necessary materials,labour, tools, instruments etc. required for the same.One tentative abutment location will be indicated by Engineer-in-Charge and thecenter line of the bridge shall be defined by him. The contractor will then have to fix up thelocation of the other abutment. The abutment location will then be verified by theDepartment and may be adjusted. Once the final location of abutments is so finalised, it willbe the Contractor’s responsibility to line out and locate the remaining foundations.The Contractor shall be responsible for true and proper setting out of the works andfor the correctness of the positions, levels, dimensions and arrangements of all parts ofworks, and for providing all necessary instruments, appliances and labour in connectiontherewith at his own cost. Officers may assist the Contractor in proper setting out.Government instruments may be allowed to be used for setting out work for which no costshall be recovered from the Contractor. If at any time during the progress of work, any errorsarise in regard to levels or dimensions or alignment of any part of the work, rectificationthereof, on being required to do so, will be carried out by the Contractor at his own cost,unless such errors are based on incorrect data, supplied in writing, by the Engineer or hisauthorised representative in which case the expenses of the rectification shall be refunded byGovernment.The checking of any setting out or checking of levels by the Engineer or hisauthorised representative shall not in any way relieve the Contractor of his responsibility forthe correctness thereof. The Contractor shall carefully protect and preserve all bench marks,site rails, pegs and other things used in setting out of works.RESPONSIBILITIES FOR LEVEL AND ALIGNMENTThe contractor shall be entirely and exclusively responsible for the horizontal andvertical alignment, the levels and correctness of every part of the work and shall rectifyeffectually any errors or imperfections therein. Such rectification shall be carried out by thecontractor at his own cost, when instruction are issued to that effect by the Engineer-in-Charge.10. LEVELLING INSTRUMENTS :If measurement of items of the work are based on volumetric measurements,calculated from levels taken before and after construction of the item, a sufficient number oflevelling instruments, staves, tapes etc. will have to be kept available by the contractor at theSignature of Contractor Number of Correction Executive Engineer


91Dy. E. E.site of work for this purpose. Lack of such levelling instruments, staves, tapes, etc. inrequired numbers may cause delay in measurement of the work. The contractor will havetherefore to keep sufficient number of these instruments readily available at the work site.11. AUTHORITIES OF THE ENGINEER-IN-CHARGE’S REPRESENTATIVEThe duties of the representative of the Engineer-in-Charge are to watch and supervisethe work and to test examine any material to be used or workmanship employed inconnection with the works.The Engineer-in-Charge may from time to time, in writing delegate to hisrepresentative any powers and authorities vested in the Engineer-in-Charge and shall furnishto the contractor, a copy of all such delegation of powers and authorities. Any writteninstruction or approval given by the representative of the Engineer-in-Charge to thecontractor within the terms of such delegations (but not otherwise) shall bind the contractorand the department as though it had been given by the Engineer-in-Charge, provided alwaysas follows.Failure of the representative of he Engineer-in-Charge to disapprove any work ormaterials shall not prejudice, the power of the Engineer-in-Charge thereafter to disapprovesuch work or materials and so order the pulling down, removal or breaking up thereof.12. CO-ORDINATION :When several agencies for different sub-works of the project are to worksimultaneously on the project site, there must be full co-ordination and co-operation betweendifferent contractors to ensure timely completion of the whole project smoothly. Theschedule dates for completion specified in each contract shall therefore, be strictly adhered toby each contractor. Each contractor may make his independent arrangement for water, power,access housing, etc. if he so desires. On the other hand, the contractors are at liberty tomutual agree in this behalf and make joint arrangement with the approval of the Engineer. Nosingle Contractor shall take or cause to be taken any steps or action that may causedestruction, discontent, or disturbance of work, labour or arrangement etc. of the otherContractor in the project localities. Any action by any Contractor which the Engineer in hisunquestioned discretion may consider infringement of the above code, would be consideredas a breach of Contract Conditions and shall be dealt with as such.In case of any dispute, disagreement between the Contractors, the Engineer’s decisionregarding the co-ordination, co-operation and facilities to be provided by any of thecontractor shall be final and binding on the contractor concerned and such a decision ordecisions shall not vitiate any contract nor absolve the Contractor(s) of his/their obligationunder the contract, nor consider for the grant for any claim or compensation.13. ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC. :The Engineer-in-Charge, on written request by the contractor, will if in his opinion,the request is reasonable and in the interest of work and its progress, assist the contractor insecuring, the priorities for deliveries transport permits for controlled materials, permits forSignature of Contractor Number of Correction Executive Engineer


92Dy. E. E.quarries and other similar permits etc. where such are needed. The Government, will nothowever be responsible for the non availability of such facility or delay in this behalf and noclaims on account of such failures or delays shall be allowed by the Government.The Contractor shall have to make his arrangement for machinery required for thework. However, such machinery conveniently available with the Department may be sparedas per rules in force on recovery of necessary security deposit and rent with agreement in theprescribed form. Such an agreement shall be independent of this contract and the nonsupply of such machinery shall not form a ground for any claim or extension of time limit forthis work.14. QUARRIES :14.1 No. P.W.D. quarries are available with this Department. The Contractor(s) shall haveto arrange the same himself/themselves.14.2 The quarrying operation shall be carried out by the Contractor with proper equipmentsuch as compressors. Jack hammers, drill bits, explosives etc. and sufficient number ofworkmen shall be employed so as to get required out turn.14.3 The contractor shall carry out the works in the quarries in conformity with all therules and regulations already laid down from time to time by Govt. Any cost incurred byGovernment due to non compliance of any rules or regulations or due to damages by theContractor shall be the responsibility of the Contractor.The Engineer-in-Charge or his representative shall be given full facilities by theContractor for inspection at all times of the working of the quarry, records maintained, thestocks of the explosives and detonators etc. so as to enable him to check that the workingrecords and storage are all in accordance with the relevant rules. The Engineer-in-Charge orhis representative shall at any time be allowed to inspect the work, building, and equipment.14.4 The Contractor shall maintain at his own cost the books, registers etc. required to bemaintained under the relevant rules and regulations and as directed by the Engineer-in-Charge. These books shall be open for inspection at all times by the Engineer-in-Charge orhis representative and the Contractor shall furnish the copies or extracts of books or registersas and when required.14.5 All quarrying operations shall be carried out by the Contractor in organised andexpeditious manner, systematically and with proper planning. The Contractor shall engagelicenced blaster and adopt electric blasting and/or any other approved method which wouldensure complete safety to all the men engaged in the quarry and its surroundings. TheContractor shall himself provide suitable magazines and arrange to procure and storeexplosives etc. as required under the rules at his own cost. The designs and the location of themagazine shall be got approved in advance from the Chief Inspector of Explosives and therules and regulations in this connection as laid down by the Chief Inspector of Explosivesfrom as modified from time shall be strictly adhered to by the Contractor. It is generallySignature of Contractor Number of Correction Executive Engineer


93Dy. E. E.experienced that it takes time to obtain the necessary licence for blasting and licence forstorage of blasting materials from the concerned authorities. The Contractor must thereforetake timely advance action for procuring all such licences so that the work progress may notbe hampered.14.6 The approaches to the quarrying place from the existing public roads shall have to bearranged by the Contractor at his own cost, and the approaches shall be maintained by theContractor at his own cost till the work is over.14.7 The quarrying operations shall be carried out by the Contractor to the entiresatisfaction of the Engineer-in-Charge and the development of the quarry shall be madeefficiently so as to avoid wastage of stones. Only such stones as are of the required qualityshall be used on the work. Any stone which in the opinion of the Engineer-in-Charge is not inaccordance with the specifications or of required quality will be rejected at any time, at thequarry or at the site of work. The rejected stones shall not be used on the work and suchrejected materials shall be removed to the place shown, at the Contractor’s cost.14.8 Since all stones quarried from Government quarry (if made available) by theContractor including the excavated over burden are the property of the Govt., no stones orearth shall be supplied by the Contractor to any other agencies or works or allowed to betaken away for any other work. All such surplus quarried materials not required for workunder this contract shall be the property of the Govt. and shall be handed over by theContractor to Government, free of cost at quarry site duly heaped at the spots indicated by theEngineer-in-Charge. Leaving off a quarry face or opening as a new quarry face shall be doneonly on the approval of the Engineer-in-Charge.14.9 Quarrying permission will have to be directly obtained by the Contractor from theCollector of the District concerned for which purpose the department will render necessaryassistance. All quarry fees, royalty charges, octroi duties, ground rent for stacking materialsetc. if any to be paid, shall be paid directly by the Contractor as per rules in force.14.10 The contractor will be permitted to erect at this own risk and cost at the quarry site ifsuitable vacant space Govt. area is available for the purpose, his own structures for stores,offices, etc.at places approved by the Engineer-in-Charge. On completion of the work,contractor shall remove all the structures erected by him and restore the site to its originalcondition.14.11 The contractor shall not use any land in the quarry either for cultivation or for anyother purpose except, that required for breaking or stacking or transporting stones.15. COLLECTION OF MATERIALS :i) Where suitable and approved P. W. Deptt’s quarries exist, the contractor or pieceworker will be allowed, if otherwise there is no objection to obtain the materials, to theextent required for the work from the quarry. He will be however, liable to paycompensation, if any damage is caused to the quarry either deliberately or through negligenceor for wastage of materials by himself or his staff or labour. The contractor shall paySignature of Contractor Number of Correction Executive Engineer


94Dy. E. E.necessary royalty in advance and claim refund according to rules, if admissible, and shallsubmit detailed accounts of materials from quarries as directed.ii) Where no suitable P. W. Deptt’s quarries exists or when the quantity of the materialrequired cannot be obtained from a P. W. Department’s quarry, the contractor or pieceworkershall make his own arrangements to obtain the materials from existing or a newquarry in Government waste land, private land or land belonging to other states or talukasetc. After opening the quarry but before starting collection, the quarry shall be got approvedby the Engineer-in-Charge or his representatives. The contractor or piece worker shall pay allroyalty charges, compensation etc. No claims or responsibility on account of any ofobstructions caused to execution of the work by difficulties arising out of private owners ofland, will be entertained.iii) The rates in the tender include all incidental charges such as opening of a new quarry,opening out a new portion in an existing quarry, removing top soil and the unsuitablematerials, dewatering a quarry, cost of blasting powder and fuse, lift, lead, repairs to existingcart tracks, making new cart tracks, control charges, central / state Government or municipaltaxes, local board cess etc.iv) The rates in the tender are for the delivery of the approved material on road side,properly stacked at the places specified by the Engineer-in-Charge and are inclusive ofconveyance charges in respect of the leads and lifts. No claim on account of changes in leadwill be entertained,v) No material shall be removed from the land within the road boundary or from the landtouching it, without the written permission of the Engineer-in-Charge or his authorised agent.If any materials is unauthorisely obtained from such places, the contractor or piece workershall have to make good the damages and pay such compensation, in addition, as may bedecided by the Executive Engineer and will have to stop further collection.vi) Any material that falls on any P.W.D. Road from the cart etc. during conveyance shallbe immediately picked up and removed by the contractor or piece worker, failing which, itwill be got removed departmentally at his cost. No heap shall be left prior to stacking eventemporarily on the road surface or in any way so as to cause any obstruction or danger to thetraffic. The contractor or the piece worker shall be liable to pay for any claims orcompensation etc. arising out of any accident, etc. Any such materials causing obstructionor danger etc. will be got removed departmentally at his cost and no claims for any loss ordamage to the material, thus removed, will be entertained. The contractor shall also beresponsible for the damage or accident etc. arising out of any material that falls on the road ortrack, not in charge of the Deptt. and shall attend to any complaint which may be received.vii) The materials shall not be stacked in place where it is liable to be damaged or lost dueto traffic passing over or to be washed away by rain or floods, to be buried under the landslide etc. or slip down an embankment or hill side etc. No claims for any loss due to theseand similar causes will be entertained.Signature of Contractor Number of Correction Executive Engineer


95Dy. E. E.viii) Before stacking, the materials shall be free from all earth, rubbish vegetable matterand other extraneous substance and in the case of metal, screened to gauge, if so directedwhen ready. It shall be collected / stacked entirely clear of the road way, on ground whichhas been cleaned of vegetation and levelled. On high banks, ghat roads etc. where it may notbe practicable to stack it entirely clear of the road way, it may be stacked with permission ofthe Engineer-in-Charge, on berms in such a way as to cause minimum danger and obstructionto the traffic or as may be directed by him.ix) The size of the stacks for materials other than rubble shall be 1m x 1m x 0.5m or suchother size as may be directed by the Engineer-in-Charge and all but one stack in furlong (200meter) shall be of the same uniform size and shall be uniformly distributed over wholelength. One stack (at the end) in each furlong may be of length different from the rest inorder to adjust total quantity to be required, but its width and height will be the same as thoseof the rest.ix) The Sub Divisional Officer shall supply the contractor with statement showing 200 Mwise quantities that will be required and the order in which the collection is to be done. Nomaterials in excess of requirements in that 200 M shall be stacked. Any excess quantity shallbe removed at the expense of the contractor or piece worker to where it is required before thematerial in that 200 M is finally measured.xi) In stacking materials the deposition shall commence at the end of the kilometrefarthest from the quarry and be carried continuously to the other end (unless otherwisedirected by the Executive Engineer). Stacking in a 200 M shall be completed before it isstarted in another, unless directed otherwise, in writing by the Executive Engineer.Measurements of the materials stacked in a 200 M will not be recorded until the full quantityrequired has been stacked unless otherwise authorised by Engineer in writing. Collecting andspreading shall not be carried out at the same time in one and the same kilometre or in twoadjoining kilometres except with the written permission of the Executive Engineer.xii) Unless otherwise directed, the materials shall be collected in the following orderaccording to availability of space:- (1) Rubble (if included in tender) (2) Metal (3) Softmurum and (4) Hard murum. Hard murum shall be stacked on the side opposite to that onwhich soft murum has been stacked. Similarly metal collected for petty repairs shall bestacked on the side opposite to metal for new layer, where metal for two layers has to bestacked as in the case of new roads, the metal for each layer shall be stacked on the oppositesides of the road.xiii) All road material shall be examined and measured before it is spread. The labour formeasurements (and check measurements wherever carried out) shall be supplied by thecontractor or piece worker. Immediately after the measurements are recorded, the stacks shallbe marked by the contractor or piece worker by white wash or otherwise as may be directedby the Executive Engineer to prevent from any possibility of the same material beingmeasured and recorded over again and to prevent any unauthorised tamping with the stacks.Signature of Contractor Number of Correction Executive Engineer


96Dy. E. E.If the contractor or the piece worker fails to attend measurements of materials afterreceiving the notice from the Sub Divisional Officer or his subordinate stating the date andtime of the intention to measure the work, the same shall be measured never-the-less and nocomplaint in this respect will be entertained later on. If the contractor or piece worker fails tosupply sufficient labour or the materials required at the time of measurements or checkmeasurements after due notice has been given to him, the expenses incurred on account ofemploying departmental labour or material etc. shall be charged against his account.xiv)No deduction will be made for voids.16 TEMPORARY QUARTERS AND SITE OFFICE :(I) The contractor shall at his own expense maintain sufficient experienced supervisorystaff etc. required for the work and shall make his own arrangements for providing housingfor them with all necessary arrangements, including fire preventive measures etc. as directedby the Engineer-in-Charge.(ii) The contractor shall provide, furnish, maintain and remove on completion of thework, a suitable office on the work site for the use of Executive Engineer’s representative.The covered area exclusive of verandah should not be less than 40 Square meters. It mayhave brick walls and asbestos or corrugated iron roof. Paved floor should be 45 cms aboveground level. He should provide a basket type or suitable latrine, urinals and keep them cleandaily. This will be supposed to be included in his rate.17 TREASURE-TROVE :In the event of discovery by the contractor or his employees, during the progress ofthe work of any treasure, fossils, minerals or any other articles of value or interest, thecontractor shall give immediate intimation thereof to the Engineer-in-Charge and forthwithhand over to the Engineer, such treasure or things which shall be the property ofGovernment.18 PATENTED DEVICE :Whenever the contractor desires to use any designed devices, materials or processcovered by the letter of patent or copy right, the right for such use shall be secured bysuitable legal arrangement and agreement with patent owner and the copy of their agreementshall be filed with the Engineer-in-Charge if so desired by the later.19 EXPLOSIVES :The contractor shall at his own expense construct and maintain proper magazines, ifsuch are required for the storage of explosives for use in connection with the work, suchmagazine being situated, constructed and maintained in accordance with the GovernmentRules applicable in that behalf. The contractor shall at his own expense obtain such license orlicenses as may be necessary for storing and using explosives. Notwithstanding that thelocation etc. or storage of explosives are approved by the Engineer, the Government, shallnot be incurring any responsibility whatever in connection with storage and use of explosiveson the site or any accident or occurrence what-so-ever in connection, therewith, all operationsSignature of Contractor Number of Correction Executive Engineer


97Dy. E. E.in or for which explosives are being employed at the risk of the contractor and upon his soleresponsibility and the contractor hereby gives to Government an absolute indemnity inrespect thereof.20 DAMAGE BY FLOODS OR ACCIDENTS :The contractor shall take all precautions against damage by floods or like or fromother accidents etc. No compensation will be allowed to the Contractor on this account or forcorrecting and repairing any such damage to the work during construction. The contractorshall be liable to make good at his cost, any plant or materials belonging to the Government,lost or damaged by floods or from any other cause which is in his charge.21 POLICE PROTECTION :For the Special Projection of camp and the contractor’s work, the Deptt. will help thecontractor as far as possible to arrange for such protection with the concerned authorities, ifso required by the contractor in writing. The full cost of such protection shall be borne by thecontractor.22 TRAFFIC REGULATION FOR ROAD <strong>WORKS</strong> :22.1 Unless separately provided for in the contract, the contractor shall have to make allnecessary arrangements for regulating traffic, day and night during the period of constructionto the entire satisfaction of the Engineer. This includes the construction and maintenance ofdiversions if necessary. The contractor shall have to provide necessary caution boards,barricades, flags, lights and watchmen etc. so as to comply with the latest Motor Vehiclesrules and regulations for traffic safety and he shall be responsible for all claims fromaccidents which may arise due to his negligence whether in regulating the traffic or instacking materials on the roads, or due to any other reasons.22.2 The contractor shall at all times carry out the work on the road in a manner creatingleast interferences to the flow of traffic, while consistent with the satisfactory execution ofthe same. For all works, involving improvements to the existing road, the contractor shall, inaccordance with the directives of the Engineer-in-Charge, provide and maintain, during theexecution of work a passage for traffic, either along or part of the existing carriageway underimprovement or along a temporary diversion constructed close to the road.22.3 TRAFFIC REGULATION FOR BRIDGES AND C.D.<strong>WORKS</strong>It is to be clearly understood that whatever work carried out by the Contractor forconstruction of diversion road including earthwork, W. B. M. Bituminous surface dressing,R.C.C pipe drains etc. will be paid for only once. If the items of temp, diversion are includedin the contract and if due to flow of traffic, due to floods or due to any other cause, thisdiversion road and/or the R.C.C. drain gets damaged it shall be repaired and maintained bythe contractor in good condition till completion of the whole work at his own expense.Traffic safety and control shall be as per clause no. 112.4 of M.O.R.T. & H.specifications for Roads and bridges (4th Revision 2001)23 SUPERVISION AND INSPECTION OF <strong>WORKS</strong> AND QUALITY CONTROLSignature of Contractor Number of Correction Executive Engineer


98Dy. E. E.23.1 SUPERVISIONThe contractor shall either himself supervise the execution of the works or shallappoint the competent agent approved by the Engineer-in-Charge, to act on his behalf. If inthe opinion of the Engineer-in-Charge, the contractor has himself no sufficient knowledgeand experience of receiving instructions or cannot give his full attention to the works, thecontractor shall at his own expenses employ as his accredited agent a qualified Engineerapproved by the Engineer-in-Charge.Orders given to the contractor’s agent shall be considered to have the same force as ifthese had been given to the contractor himself. If the contractor fails to appoint suitable agentas directed by the Engineer-in-Charge, the Engineer-in-Charge shall have full power tosuspend the execution of the work until such date a suitable agent is appointed and thecontractor shall be responsible for the delay so caused to the works and the contractor shallnot be entitled for any compensation on this behalf.23.2 INSPECTION:The contractor shall inform the Engineer-in-Charge in writing when any portion ofthe work is ready for inspection giving him sufficient notice to enable him to inspect thesame without affecting the further progress of the work. The work shall not be considered tohave been completed in accordance with the terms of the contract until the Engineer-in-Charge shall have certified in writing to that effect. Approval of materials or workmanship orapproval of part of the work during the progress of execution shall not bind the Engineer-in-Charge or in any way affect him even to reject the work which is alleged to be completed andto suspend the issue of his certificate of completion till such alteration and modifications orreconstruction have been effected at the cost of the contractor as shall enable him to certifythat work has been completed to his satisfaction.The contractor shall provide at his cost necessary ladders and such arrangements as toprovide necessary facilities and assistance for proper inspection of all parts of the work at hisown cost.24. INITIAL MEASUREMENTS FOR RECORDWhere, for proper measurement of the work, it is necessary to have an initial set oflevels or other measurements taken, the same as recorded in the authorised fieldbook, ormeasurement book of Government by the Engineer-in-Charge or his authorisedrepresentative will be signed by the contractor who will be entitled to have a true copy of thesame made at his cost. Any failure on the part of the contractor to get such levels etc.recorded before starting the work will render him liable to accept the decision of theEngineer-in-Charge as to the basis of taking measurement. Like-wise the contractor will notcover any work which will render its subsequent measurements difficult or impossiblewithout first getting the same jointly measured by himself and the authorised representativeof the Executive Engineer. The record of such measurements on the Government side will besigned by the Contractor and he will be entitled to have a true copy of the same made at hiscost.Signature of Contractor Number of Correction Executive Engineer


99Dy. E. E.25. SAMPLES AND TESTING OF MATERIALS :i) All materials to be used on work shall be got approved in advance from the Engineerin-Chargeand shall pass the test and/or analysis required by him which will be :-a) As specified in the specification for the items concerned and/orb) I.S.I. Specifications (whichever and wherever applicable)c) Such recognised specifications acceptable to Engineer-in-Charge as equivalent theretoor in absence of such authorised specification.d) Such requirement, test and/or analysis as may be specified by the Engineer-in-Chargein order of precedence given above.ii) The contractor shall at his risk and cost make all arrangements and/or shall providefor all such facilities as the Engineer-in-Charge may require for collecting, preparing requirednumber of samples for tests or analysis at such time and to such place or places as may bedirected by the Engineer and bear all charges and cost of testing. Such samples shall also bedeposited with the Engineer-in-Charge.iii) The contractor shall if and when required, submit at his cost the samples of materialsto be tested or analysed and if, so directed, shall not make use of or incorporate in the worksany materials represented by the samples until the required tests or analysis have been madeand the materials, finally accepted by the Engineer- in-Charge.Iv) The contractor shall not be eligible for any claim or compensation either arising outof any delay in the work or due to any corrective measures required to be taken on accountof and as a result of the testing of materials.v) The contractor or his authorised representative will be allowed to remain present inthe departmental laboratory while testing samples furnished by him. However the results ofall the tests carried out in the departmental laboratory in the presence or absence of thecontractor or his authorised representative will be binding on the contractor.vi) The contractor shall at his own cost set up laboratory to carry out the routine tests ofmaterials which are to be used on the work. The tests will have to be carried out either in hisfield laboratory or in an approved laboratory. In case tests are carried out in field laboratory,at least 20% tests should be carried out in nearest quality control laboratory of theDepartment.vii) In case of materials procured by the contractor, testing as required by the codes andspecifications shall be arranged by him at his own cost. Testing shall be done in thepresence of authorised representative of the Engineer-in-Charge at the nearest approvedlaboratory. If additional testing other than as required by specification is ordered, the testingcharges, shall be borne by the Department, if the test results are satisfactory and by thecontractor if the same are not satisfactory.viii) In case of materials supplied by the Government, if the contractor demands certaintesting, the charges thereof shall be paid by the contractor if the testing results are satisfactoryand the Department if the same are not satisfactory.QUALITY CONTROL TESTSSignature of Contractor Number of Correction Executive Engineer


100Dy. E. E.The various material used for this project should be got tested 70% from the fieldlaboloratory and 30% from the Government quality control laboratory.In field laboratory is not be made available then all tests to be carried out fromGovernment quality control laboratoryThe frequancy of testing should be followed in accordance with the rules andregulation as specificated by the Engineer in Charge.The Public works specifications and MORT&H specifications are applicable whereever required.QUALITY CONTROL TESTSSr.No. Material Test Frequency1. Masonary Stone 1) Comprossive2) Crushing Value2. Metal 1) Crushing Value2) Impact Value3) Abrasion Value4) Water Asorption3. Hard Murum 1) Grudation2) Plashcity4. Flooring Tiles 1) Flexural Strength2) Water Asorption.5. Cement 1) Compressive Strength2) Intel Setting3) Final Setting time4) Specific time5) Soundness6) Fineness7) Standard Consistency8 Steel 1) Weight per meter2) Ultimate tensile strees3) Yield stress4) Elongation9 Granular 1) Density of compacted layer2) C.B.R.10 Lime/CementStabilised soil subbase11 Water BoundMacadam1) Quality of lime cement2) Degree of pulverisation3) Lime/Cement content4) CBR or unconfined CompressiveStrength test on a set of 3 specimen5) Density1) Aggregate impact value2) Flakiness Elongation Index22 4385 85Signature of Contractor Number of Correction Executive Engineer


101Dy. E. E.Sr.No. Material Test Frequency12 Wet Mix Macadam 1) Impact value2) Flankiness Elongation Index3) Density of compacted layer13 Prime Coat/Surface 1) Quality of BinderDressing14 Seal coat / surface 1) Quality of Binder2) Impact value/los angle’s Abrasiovalue3) Flankiness and Elongation Index4) Water Absorption15 Open Graded premix 1) Quality of Bindersurfacing close 2) Impact value/Abrasion valuegraded premix 3) Flakiness and Elongation Indexsurfacing4) Water Absorption16 Bituminous 1) Quality of BinderMacadam2) Impact value / Los Angle’s AbrasionValue3) Flakiness and Elongation Index4) Water Absorption5) Density of compacted layer17 BituminousPenetrationMacadam Built upspary grout18 Dense BituminousMacadam /SemidenseBituminousConcreteBituminousConcrete1) Quality of Binder2) Impact value / Abrasion value3) Flakiness and Elongation Index4) Water Absorption1) Quality of Binder2) Impact value/Abrasion value3) Flakiness and Elongation Index4) Water Absorption5) Stability of Mix6) Density of compacted layer7) Job mix design19 Mastic Asphalt 1) Quality of Binder2) Impact value / Abrasion value3) Flankiness and Elongation Index4) Water Absorption20 Slurry Seal 1) Quality of Binder21 Modified Blinder 1) Softening Point2) Penetration at 25 0 c & 4 0 c3) Elastic Recovery4) Ductility5) Flash point6) Viscosity7) Thin film over test penetrationsoftening point Elastic recovery ofSignature of Contractor Number of Correction Executive Engineer


102Dy. E. E.Sr.No. Material Test Frequencyresidus loss, on heating22 Thermoplastic Paint 1) Glass beed contents and GradingAnalysis2) Reflectance and Yellowness Index3) Flowability4) Drying Time23 Interlocking 1) Compressive strengthconcrete paving 2) Flexoral Testblock3) Resistance to wear25 Cement Concrete 1) Mix design26 Asphalt Concrete 1) Job mix design with al tests on basicmaterial27 Reinforcement steelbars1) Tensile Strength2) % Elongation26 Change of cement contents etc.The tenders rates for any item, invoting the use of cemetn shall apply to the quantityof cement specified for the mix for that item in the specifications, if for any reason, exceptthose required for compensating the deficiencies, in the components, the cemetn content andproperties are altered by the Engineer (Engineer in charge) at any time of from time to timethe tendered retes for the particular item and quantity or quantities. Shall be duly enhanced orreduced only to acccount for the addition or reduction in cost of the cement content from thatlaid down in the specification at the rate specified in the schedule 'A' of the contract plus 10%to cover all other incidental charges whatsoever. likewise if any additives compoundswaterproofing materials, etc. are ordered by the Engineer to be added to the mortar orconcrete, no extra rate shall be payable for this change which shall be carried out as perdirections of the Engineer in charge provided cost of such additives etc. is brone byGovernment or these are supplied free of cost to contractor at site by the Government.Change of Bitumen contentsThe tendered rates for any item, invoiving the use of bitumen shall apply to thequantity of bitumen specified for the mix for that item in the specifications 'B' if for anyreasons such as change due to job mix formula, the bitumen content is altered by theEngineer-in-charge at any time or from time to time, the tendered rates for the particularitems and quantity or quantities, shall be duly changes to the extent of bitumen contents asper Job Mix. formula.27 Cement Concrete27.1 Generala) All concrete shall be controlled concrete and machine mix unless othersiw directed byEngineer in charge. For controlled or high grade concrete the grading of aggregates shall begot approved from the Engineer.b) The correct proportions and the total amount of water for the mix will be determinedSignature of Contractor Number of Correction Executive Engineer


103Dy. E. E.by means of preliminary tests and shall be got approved by the Engineer. However, suchapproval does not relieve the contract form this responsiblity regarding the minimum worksstrength requirements work test shall be taken in accordance with relevant codes andspecifications. All proportioning of aggregates shall be done by weight if so ordered by theEngineerc) All mixing shall be done by mechanical means in approved mixers. The Engineermay at his discretion, allow in writing hand mxing of concrete for minor items where smallquantities are involved but in that case the contractor shall increase the cement content of themixture by 10% without any extra cost.d) The form work used shall be made preferably of steel or with lining of stell woodenshutters may be allowed at the discretion of the Engineer e.g. lintels small slabs and beamscopling etc.e) The concrete shall be mechanically vibrated for proper compaction by the methodapproved by the Engineer.f) The concrete shall be cured only by sweet potable water for full 21 days after the timeof the period specified in the detailed specification or as may be directed by Engineer incharge.27.2 From work and staging for bridge structures :1) For bridge structure, forms for concrete shall be constructed of mild steel plates ormarine plywood and be of substantial and rigid construction true to shape and dimensionsshown on the drawings. Where metal forms are used all bolts and rivets shall be counter sunkand well ground to provide a smooth plain surface.2) Forms shall be mortar tight and shall be suffciently rigid by the use of ties andbracings to prevent any displacement or sagging between supports. They shall be strongenough to withstand al pressure ramming and vibration, without deflection from theprescribed lines occuring during and after placing the concrete and shall be tight enough toprevent any appreciable loss of concrete during vibration. Screw jacks or hard wood wedgeswhere required shall be provided to make up any settlement in the form work before orduring the placing of concrete.3) Schedule camber shall be provided in horizontal numbers of structures, specially inlong spans to counteract the effects of any deflection. The form work shall be so fixed as toprovide for such camber.4) Forms shall be so constructed as to be removal in sections in the desired sequence,without damaging the surface to concrete or disturbing other sections.5) Number of sets of staging and shuttering and Equipment (For Bridge Works Only)In order to ensure completion of bridge within the stipulated period. The contractorshall have to arrange a minimum number of sets of staging and shuttering as well asequipment of the required size for different components as stipulated here under.i) For well foundations a) Staging and shutteringSetsb) Equipments Setsii) For other Items of Substructure a) Staging and shutteringSetsb) Equipments Setsiii) For superstructure a) Staging and shutteringSetsSignature of Contractor Number of Correction Executive Engineer


) Equipments SetsUse of slip form shuttering wherever feasible will be preferred.104Dy. E. E.28. MISCELLANEOUS28.1 Rate shall be inclusive of S. T., General tax and other taxes, etc.28.2 For providing electric wiring or water lines etc. recesses shall be provided ifnecessary through walls, slabs, beams etc and later on refilled up with bricks or stonechipping, cement mortar without any extra cost.28.3 In case if it becomes necessary for the due fulfillment of contract for the contractor tooccupy land outside Departmental limits, the contractor will have to make his ownarrangements with the land owners and to pay such rents if any, are payable as mutuallyagreed between them.The Department will offer the Contractor all the reasonable assistance to enable himto obtain Govt. land for such purpose on usual terms and conditions as per rules ofGovernment, if such land is available.28.4 The special provision in detailed specifications or wording of any item shall gainprecedence over corresponding contradictory provision (if any) in the standard specificationsor P.W.D. Hand Book where reference to such specifications is given without reproducingthe details in contract.28.5 Suitable separating barricades and enclosures shall be provided to separate materialbrought by contractor and material issued by government to contractor under Schedule ‘A’.Same is applicable for the material obtained from different sources of supply.28.6 The stacking and storage of construction material at site shall be in such a manner asto prevent deterioration or infusion of foreign matter and to ensure the preservation of theirquality, properties and fitness for the work. Suitable precautions shall be taken by theContractor to protect the material against atmospheric actions, fire and other hazards. Thematerials likely to be carried away by wind shall be stored in suitable stores or with suitablebarricades and where there is likely-hood of subsidence of soil, such heavy materials shall bestored on approved platforms.28.7 For Road and Bridge works the contractor shall in addition to the specification citedhere, comply with requirements of relevant I.R.C. Code in practice.28.8 The contractor shall be responsible for making good the damages done to the existingproperty or work during construction by his men.28.9 If it is found necessary from safety point of view to test any part of the structure, thetest shall be carried out by the Contractor with the help of the department at his own cost.28.10 Defective work is liable to be rejected at any stage. The contractor, on no account canSignature of Contractor Number of Correction Executive Engineer


105Dy. E. E.refuse to rectify the defects merely on reasons that further work has been carried out. Noextra payment shall be made for rectification.28.11 In the schedule ‘B’ the work has been divided into sections but notwithstanding this,every part of it shall be deemed supplementary to and complementary of every other part.28.12 General directions or detailed description of work, materials and items coverage ofrates given in the specification are not necessarily repeated in the Bill of Quantities.Reference is, however, drawn to the appropriate section clause (s) of the Generalspecifications in accordance with which, the work is to be carried out.28.13 In the absence of specific direction to the contrary, the rates and prices inserted in theitems are to be considered as the full inclusive rates and prices for the finished workdescribed thereunder and are to cover all labour, materials, wastage, temporary work, plant,overhead charges and profiles, as well as the general liabilities, obligations and risks arisingout of the General conditions of contract.28.14 The quantities set down against the item in the Schedule ‘B’ are only estimatedquantities of each kind of work included in the Contract and are not to be taken as aguarantee that the quantities scheduled will be carried out or required or that they will not beexceeded.28.15 All measurements will be made in accordance with the methods indicated in thespecifications and read in conjunction with the General Conditions of Contract.28.16 The details shown on drawings and all other information pertaining to the work shallbe treated as indicative and provisional only and are liable to variation as found necessary,while preparing working drawing which will be supplied by the Government duringexecution. The contractor shall not, on account of such variation be entitled to any increaseover the ones quoted in the tender which are on quantity basis.28.17 The recoveries if any due from contractor will be effected as arrears of land revenuethrough the Collector of the District.28.18 Clause 101 to 107 of Specifications of Road and Bridges work adhered herewith willbe applicable to works as per Schedule ’B’ unless specified otherwise in the detailedspecifications of the relevant items.28.19 All materials used in the construction shall conform to the requirement ofSpecification clause under section 1000” Materials for Structures of Specification of Roadand Bridge work, M.O.R.T. & H. New Delhi, (4th Edition 2001)28.20 Extraneous materials and steps to minimise dust nuisance during construction shall beas per clause 111 of M.O.R.T. & H. specification (4th Edition 2001)PROTECTION OF UNDERGROUND TELEPHONE CABLE AND AERIALSignature of Contractor Number of Correction Executive Engineer


106Dy. E. E.TELEPHONE WIRES AND POLES, TRANSMISSION TOWERS, ELECTRICITYCABLES AND WATER SUPPLY LINESDuring the execution of work, it is likely that the contractor may meet with telephonecables, electrical cables, water supply lines, etc. It will, therefore be the responsibility ofthe contractor to protect them carefully. All such cases should be brought to the notice of theEngineer-in-Charge and also of the concerned Department by the contractor. Any damagewhat-so-ever done to these cables and pipe lines by the contractor shall be made good by himat his cost.29 MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FORLABOUR EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTORa) The contractor shall provide adequate supply of potable water for the use of laboureson work and in camps.b) The contractor shall construct trench or semi permanent latrines for the use of theLaboures. Separate latrines shall be provided for men and women.c) The contractor shall build sufficient number of huts on a suitable plot of land for useof the Labourers according to the following specifications :-1. Huts of Bamboos and Grass may be constructed.2. A good site not liable to submergence shall be selected on high ground remote fromjungle but well provided with trees, shall be chosen wherever it is available. Theneighborhood of tank, jungle, grass or woods should be particularly avoided. Camps shouldnot be established close to large cuttings of earth work.3. The lines of huts shall have open spaces of at least ten yards between rows. When agood natural site cannot be procured, particular attention should be given to the drainage.4. There should be no over crowding. Floor space at the rate of 10 Sqm. per head shallbe provided. Care should be taken to see that the huts are kept clean and in good order.5. The Contractor must find his own land and if he wants Government land, he shouldapply for it and pay assessment for it, if made available by government.6. The contractor shall construct sufficient number of bathing places. Washing placesshould also be provided for the purpose of washing clothes.7. The Contractor shall make sufficient arrangements for draining away the surface andsludge water as well as water from the bathing and washing places and shall dispose off thiswaste water in such way as not to cause any nuisance.d) The contractor shall engage a Medical Officer with a travelling dispensary for a Campcontaining 500 or more persons if there is no Govt. or other private dispensary situated within8 kilometers from the Camp. In case of emergency the contractor shall arrange at his cost fortransport for quick medical help to his sick worker.e) The Contractor shall provide the necessary staff for effecting a satisfactory drainagesystem and cleanliness of the camp to the satisfaction of the Engineer. At least one sweeperper 200 persons should be engaged.f) The Assistant Director of Public Health shall be consulted before opening a labourcamp and his instructions on matters such as water supply, sanitary conveniences, the campsite, accommodation and food supply shall be followed by the Contractor.Signature of Contractor Number of Correction Executive Engineer


107Dy. E. E.g) The contractor shall make arrangement for all antimalerial measures to be providedfor the labour employed on the work. The antimalerial measures shall be provided asdirected by the Assistant Director of Public Health.30 SAFETY CODE :1) Suitable scaffolds shall be provided for workmen for all works that cannot safely bedone from the ground or from solid construction except such short period work as can bedone safely from ladders. When ladder is used, an extra mazdoor shall be engaged forholding the ladder and if the ladder is used for carrying materials as well, suitable footholdsand handholds shall be provided on the ladder and the ladder shall be given an inclination notsteeper than 1:4 (1. horizontal and 4 vertical).2) Scaffolding or staging more than 3.25m above the ground or floors swung orsuspended from an overhead support or erected with stationary supports, shall have guard railproperly attached, bolted, braced and otherwise assured at least 1m high above the floor orplatform of such scaffolding or staging and extending along the entire length of the outsideends thereof with only such openings as may be necessary for the delivery of materials. Suchscaffolding or staging shall be so fastened as to prevent it from swaying from the buildingor the structure.3) Working platform, gangways, and stairways shall be so constructed that they do notsag unduly or is more than 3.25m above ground level or floor level. It shall be closelyboarded and should have adequate width and should be suitably fenced as described in 2above.4) Every opening in floor of the building or in a working platform shall be provided withsuitable protection to prevent fall of persons or materials by providing suitable fencing orrailing with minimum height of 1m.5) Safe means of access shall be provided to all working platforms and other workingplaces. Every ladder shall be securely fixed. No portable single ladder shall be over 9m inlength. Width between side rails of ladder shall in no case be less than 30 cms for ladders upto and including 3m in length. For longer ladders this width shall be increased at least 6mmfor each additional 30 cms. of length. Uniform steps spacing shall not exceed 30 cms.6) Adequate precautions shall be taken to prevent danger from electrical equipments. Nomaterials on any of the site shall be stacked or placed as to cause danger or in convenience toany person or the public. The contractor shall provide all necessary fencing and lights toprotect public from accidents and shall be bound to bear expense of defense of every suit,action or other proceedings of law that may be brought by any person for injury sustainedowing to neglect of the above precaution and to pay any damages and costs which may beawarded in any such suit, action or proceedings to any such person or which may with theconsent of the contractor to be paid to compromise any claim by any such person.EXCAVATION AND TRENCHING :All trenches 1.5 metres or more in depth,m shall at all times be supplied with atleast 1ladder for each 30 metre in length or fraction thereof. Ladder shall be extended from bottomof trench to atleast 1 metre above surface of the ground. sides of a trench which is 1.5 metreSignature of Contractor Number of Correction Executive Engineer


108Dy. E. E.or more in depth shall be stepped back to give suitable slope, or security held by timberbracing, so as to avoid the danger of sides collapsing. Excavated materials shall not be placedwithin 1:3 metres of edge of trench or half of depth of trench whichever is more. Cuttingshall be done from top to bottom under no circumstances shall undermining or undercuttingbe done.DEMOLITION :Before any demolition work is commenced and also during the process of the work.a) All roads and open areas adjacent to the work site shall either be closed or suitablyprotected.b) No electric cable or apparatus which is liable to be a source of danger or a cable orapparatus used by operator shall remain electircally charged.c) All practical steps shall be taken to prevent danger to person employed from risk orfire or explosion or hooding, No floor, roof or other part of a building shall be so overloadedwith debris of materials as to render it unsafe.All necessary personal safety equipments as considered adequate by the Engineer incharge shall be available for use of person employed on the site and maintained in a conditionsuitable for immediate use and hte contractor shall take adquate step to ensure proper use ofequipment by whose concerned.a) workers employed on mixing asphaltic materials cement and lime mortars concreteshall be provided with protective footwear and protective goggles.b) Those engaged in handling any materials which is injurious to eyes shall be providedwith protective goggles.c) Those engaged in welding work shall be provided with welders protective eyeshields.d) Stone breakers shall be provided with protection goggles and protecive clothing andseated at suficiently safe intervals.e) When workers are employed in sewers and man holes which are in use, the contractorshall ensure that manhole convers are opened and manholes are ventilated at least fo ran hourbefore workes ae allowed to get into them. Manhole opened shall be cordoned off withsuitable ralling and provided with warning signals or boards to prevent accident to publicf) The contractor shall not employ, men below the age of 18 and women on the work orpainting with products containing lead in any form whereever men above theage of 18 areemployed n the work of lead painting the following preautions shall be taken.i) No paint containing lead or lead product shall be used except in the form of paste orready made paint.ii) Suitable face masks shall be supplied for use by workers when paint is applied in theform of apray or a surface having lead paint dry rubbed and scrapped.iii) Overalls shall be supplied by the Contractor to workmen and adequate facilities shallbe provided to enable working painters to wash during and on cessation of work.g) When work is done near any place where there is risk of drawing all necessaryequipment shall be provided and kept ready for use and all necessary steps taken for promptrescue of any person in danger and adequate provision made for prompt first aid treatment ofall injuries likely to be sustained during the course of the work.Signature of Contractor Number of Correction Executive Engineer


109Dy. E. E.Use of hoisting machines and shackles including all attachments, anchorage supportsshall confirm to the following.a) i) These shall be of good mechanical construction, round materials and adequatestrength and free from potent defects and shall be kept in good repair and in good workingorder.ii) Every rope used in hoisting or lowering materials or as a means of suspension shall beof durable quality and of adequate strength and free from potent defects.b) Every crane driver or hoisting appliance operaor shall be propert qualified and noperson under the age of 21 years shall be incharge of any hoisting machine including anyscaffolding.c) In case of every hoisting machine and of every chain ring hook, shackle ownel andpulley block used in hoisting or lowering or as means of suspension safe working load shallbe ascertained by adequate means. Every hoisting machines and all gear referred to aboveshall be painly marked with safe working loads. In case of a hoisting machine having avariable safe working load, each safe working load and the conditions under which it isapplicable shall be clearly indicated. No part of any machine or of any gear referred to abovein this paragraph shall be loaded beyond safe working load except for the purpose of testing.d) In case of departmental machines safe working load shall be notified by the Engineerin charge. As regards contractor's machines the Contractor shall notify safe working load ofeach machine to the Engineer-in-charge whenever, he brings it to site of work and get itverified by the Engineer-in-charge. Motors, gearing, transmission, electric wiring and otherdangerous parts of hoisting appliances shall be provided with such means as will reduce tothe minimum risk of accidental descent of load. Adequate precaution shall be taken to reduceto the minimum the risk of any part of a suspended load becoming acidentally displaced,when workers are employed. On electrical installations which are already energisedinsulating materials wearing approved such as glovesl, sleeves, and cost as may be necessaryshall be provided. Workers shall not wear any rings, watches and carry keys or othermaterials which are good conductors of electricity.All scaffolds, ladders and other safety devices mentioned or described herein shall bemaintained in a safe condition and no scaffold ladder or equipment shall be altered orremoved while it is in use. Adequate washing facilities shall be provided at or near places ofwork.These safety provisions shall be brought to the notice of all concerned by display on anotice board at a prominent place at the work spot. Persons responsible ensuring compliancewith the safety code shall be named therein by the Contractor.i) To ensure effective enforcement of the rules and regulations relating to safetyprecautions, arrangements made by the contractor shall be open to inspection by the Engineerin charge or his representative and the inspecting officers.ii) Failure to comply with the provisions hereunder shall make the Contractor liable topay to the Department as penalty an amount not exceeding Rs. 50 for each default anddecision of the Engineer-in-charge shall be final and binding.Notwithstanding the above conditions 1 to 14 the Contractor is not exempted from theSignature of Contractor Number of Correction Executive Engineer


operation of any other Act or rules inforce.110Dy. E. E.31. SCOPE OF RATES FOR DIFFERENT ITEMS OF WORK :-For item rate contracts, the contract unit rates for different items of work shall be forpayment in full for completing the work to the requirements of the specifications includingfull compensation for all the operations detailed in the relevant section of these specificationsunder “Rates”. In the absence of any direction to the contrary, the rates are to be consideredas fully inclusive of rate for finished work covering all labour materials, wastage, temporarywork, plant, equipment, overhead charges and profit as well as the general liabilities,obligations and risks arising out of the general conditions of contract.The item rates quoted by the contractor shall, unless otherwise specified, also includecompliance with/supply of the following :-i) General works such as setting out, clearance of site before setting out and clearanceof works after completion.ii) A detailed programme for the construction and completion of the works (using CPM /PERT techniques) giving, in addition to construction activities detailed network activities forthe submission and approval of materials, procurement of critical materials and equipmentsfabrication of special products/equipments and their installations and testing and for allactivities of the Employer that are likely to effect the progress of work, etc. including updatingof all such activities on the basis of the decisions taken at the periodic site reviewmeetings or as directed by the Engineer in charge.iii) Samples of various materials proposed to be used on the work for conducting teststhere on as required as per the provisions of the contract.iv) Design of mixes as per the relevant clauses of the specifications giving proportions ofingredients, sources of aggregates and binder along with accompanying trial mixes as per therelevant clauses of these specifications to be submitted to the Engineer for his approvalbefore use in the works:v) Detailed designs, calculations and drawings for all temporary works (such as formwork, staging, centering, specialised constructional handling and launching equipment andthe like);vi) Detailed drawings for templates, support and end anchorage, details for prestressingcable profiles, bar bending and cutting schedules for reinforcement, materials lists forfabrication of structural steel etc.vii) Mill test reports for all mild and high tensile steel and cast steel as per the relevantprovisions of the specifications:.viii) Testing of various finished items and materials including bitumen, cement, concrete,bearings as required under these specifications and furnishing test reports/certificates.ix) Inspection reports in respect of form work, staging, reinforcement and other items ofwork as per the relevant specifications.x) Any other data which may be required as per these specifications or the conditions ofcontract or any other annexures/schedules forming part of the contract.xi) Any other item of work which is not specifically provided in the bill of quantities butwhich is necessary for complying with the provisions of the contract.Signature of Contractor Number of Correction Executive Engineer


111Dy. E. E.xii) All temporary works, form work and false works.Portion of road works beyond the limits and or any other work may be gotconstructed by the employer directly through other agencies. Accordingly, other agenciesemployed by the Employer may be working in the vicinity of the work being executed by thecontractor. The contractor shall liaise with such agencies and adjust his constructionprogramme for the completion of the work accordingly and no claim or compensation due toany reason whatsoever will be entertained on this account. The Employer will be indemnifiedby the contractor for any claims from other agencies on this account.32 PAYMENTS :-a) RUNNING BILLS:-Two payments in a month will be granted by the Engineer-in-Charge if the progress issatisfactory. Contractor should submit bills to the Engineer-in-Charge in appropriate forms.b) FINAL BILL:-The contractor should submit final bill within one month after completion of the workand the same will be paid within 3 months if it is in order. Disputed items and claims if anyshall be excluded from the final bill and settled separately later on.33. HANDING OVER OF WORK:-All the work and materials before finally taken over by Government, will be the entireliability of the contractor for guarding, maintaining and making good any damages of anymagnitude. Interim payments made for such work will not alter this position. The handingover by the contractor and taking over by the Executive Engineer or his authorisedrepresentative will be always in writing of which copies will go to the Executive Engineer orhis authorised representative and the contractor. It is, however, understood that before takingover such work Government will not put it into regular use as distinct from casual orincidental one, except as specifically mentioned elsewhere in this contract, or as mutuallyagreed to.34. CLAIMSBills for extra work or for any claim shall be paid separately apart from the interimbills for the main work. The payment of bills for the main work shall not be withheld forwant of decision on the extras or claims not covered in the appendices.Claims for extra work shall be registered within 30 days of occurrence of the event.However bills for these claims including supporting data/details may be submittedsubsequently.35 MAINTENANCE :35.1 The contractor shall maintain the finished surface of the road for a period of 24Months after the completion of work without any extra cost to Govt. irrespective of thedesigns, standards, and specifications and actual traffic etc. The contractor shall get theSignature of Contractor Number of Correction Executive Engineer


112Dy. E. E.potholes filled up with asphalt materials and keep the road surface in good condition throughout the year. 5% amount of the total work done shall be with held from running account billsfor and shall be with held mentioned in clause No.2 from the date of actual completion ofwork as maintenance chargs of maintaining and keeping the road in good condition. This 5%amount with held towards maintenance charges shall be allowed to be replaced with bankguarantee or other recognised from at intermediate stage, if so desired in writing. Thismaintenance charges shall be in addition to security deposit.35.2 On completion of the work in all respects, necessary certificate will be issued by theconcerned Executive Engineer and the defect liability period will be counted from the date ofissue of such certificates.35.3 All damages during execution shall be made good by the contractor at his own cost.He will be responsible for any damages to the road surface including B.T. Surface right fromthe day on which the work order is issued for the work till the end of defect liability periodand no separate payment will be made for restoring such damages. Any defects noticed infinished black topped surface such as pot holes damaged etc. with in mentioned in clauseNo.20 after completion of work (including monsoon) will have to be repaired by the at hisown cost 5% (Five percent) of the amount payable under B.T. items in addition to thesecurity existing road its camber, soil condicions, existing crust etc. before quoting for tenderNo. claims on this be accepted the contractor will have to maintain the road surface in goodcondition till defects liability over.35.4 Defective work is liable to be rejected at any stage. The contractor on no account canrefuse to rectify the defects merely on reasons that further work has carried out. No extrapayment shall be made for such rectification.36. In super session to whatever has been defined in Clause 10 and 11 of B-1 agreementform or else where in the N.I.T. documents, the Contractor shall submit detailedmeasurements of work done along with each Monthly bill and final bill. The Engineer incharge shall effect necessary checking of the measurements and then effect payment within10 days of submission of measurements, if possible. If it is proved that the measurements aremindfully and swollen incorrect/ irrelevent the Engineer in charge shall deduct 25% of theactual payment due, towards compaction for avoidable labour enforced.Working Drawing : The Contractor shall submit two sets of working drawings on thebase of which the measurements as aforesaid, shall be based.37. TECHNICAL COMPLETION REPORT :The Contractor shall submit Technical Completion report along with his final nill,which shall include.i) Detailed measurements.ii) Working Drawings.iii) Details of material brought on site and consumed in the work, which shall alsoindicate standard consumption and deviation, if any, with reasons.Signature of Contractor Number of Correction Executive Engineer


113Dy. E. E.iv) Test results of all materials used in work with an abstract of total tests carriedout and required as per frequency of tests as laid down in the relevant M.O.S.T.specifications.v) Rougho metre survey data as laid down in acceptance criteria.vi) Design calculations/ Job mix formula etc.vii) Maintenance manual.38. QUALITY ASSURANCE AND MAINTENANCE : (For works costing morethan 100 lakhs)1) To ensure the specified quality of work which will also include necessary surveys,temporary works etc., the contractor shall prepare a quality assurance plan and get the sameapproved from the Engineer-in-Charge within one month from the date of work order. Forthis, contractor shall submit an organization chart of his technical personnel to be deployedon the work along with their qualifications, job descriptions defining the functions ofreporting, supervising, inspecting and approving. The contractor shall also submit a list oftools, equipments and the machinery and instrumentation which he proposes to use for theconstruction and for testing in the field and/or in the laboratory and monitoring. Thecontractor shall modify/supplement the organization chart and the list of machinery,equipment etc. as per the direction of the Superintending Engineer and shall deploy thepersonnel and equipment on the field as per the approved chart and list respectively. Thecontractor shall submit written method statements detailing his exact proposals of executionof the work in accordance with the specifications. He will have to get these approved fromthe Engineer-in-Charge. The quality of the work shall be properly documented throughcertificate, records, check-lists and logbooks of results etc. Such records shall be compiledfrom the beginning of the work and be continuously updated and supplemented and this willbe the responsibility of the contractor. The forms should be got approved from the Engineerin-Charge.2) Where the work is to be done on lumpsum basis on contractor’s design the contractorshall also prepare and submit a maintenance manual giving procedure for maintenance, withthe periodicity of maintenance of works including inspections, tools and equipments to beused, means of accessibility for all parts of the structure. He shall also include in the manual,the specifications for maintenance work that would be appropriate for his design andtechnique of construction. This manual shall be submitted within the contract period.39. PHOTOGRAPHS :So as to observe the progress of work at different stages of execution of works thecontractor shall take out coloured photograph at 3 stages i.e. (1) Before execution (2) Duringexecution (3) After completion of work. Contractor shall take out atleast 15 photographs ofdifferent location of each subworks at each stage. The photographs will be of post card sizesame shall be submitted along with the running bill in duplicate.No extra cost shall be paid to the contractor on this account.ADDITIONAL SPECIAL CONDITIONS FOR HOTMIX ASPHALTIC<strong>WORKS</strong>Signature of Contractor Number of Correction Executive Engineer


114Dy. E. E.(I) CLAUSE NO. 106 OF MINISTRY’S SPECIFICATIONS (4TH REVISION2001)This clause stipulates certain conditions relating to choice and use of equipmentwhich have relevance to production of quality work. These are;(a) The contractor shall be required to give a trial run of the equipment for establishingcapability to achieve the laid down specifications and tolerances to the satisfaction of theEngineer before commencement of work.(b) All equipments provided should be of proven efficiency and shall be operated andmaintained at all times in a manner acceptable to the Engineer.(c) No equipment and personnel will be removed from the site without the permission ofthe Engineer.(II) CLAUSE NO. 901 OF MINISTRY’S SPECIFICATIONS 4th REVISION 2001(a) The responsibility for the quality of the entire construction work is on the contractor.For this purpose, he is required to have his own independent and adequate set-up.(b) The Engineer for satisfying himself about the quality of the materials and work willalso have tests conducted by quality control units or by any other agency, generally to thefrequency set out in the specifications. For test to be done by the Engineer, the contractor isto render all necessary co-operation and assistance including the provision of labourassistance in packing and dispatching samples etc.(c) For the work of embankment, subgrade and pavement, construction of subsequentlayer of the same or other material over the finished layer shall be done only after obtainingapproval from the Engineer. Bitumen content & gradation of the various bituminousoverlays taken at plant site shall be considered as representative of the mix.(d) The contractor shall be responsible for rectifying/replacing any work falling short ofquality requirements as directed by the Engineer.(III) CLAUSES IN THE CONDITIONS OF CONTRACT.(a) All materials and workmanship shall be of the respective type described in thecontract and in accordance with the Engineer’s instructions and shall be subjected from timeto time to such tests as the Engineer may direct at the place of manufacture or fabrication, oron the site. All samples shall be supplied by the contractor.(b) No work is to be covered up or put out of view without the approval of the Engineerfor his examination and measurements.(c) During the progress of the works, the Engineer shall have the power to order theremoval from the site of any unsuitable material, substitution of proper suitable material andthe removal and proper reerection notwithstanding any previous test or interim payment,therefor, and of any work which in respect of materials or workmanship is not in the opinionof the Engineer in accordance with the contract.(2) GUIDELINES ON QUALITY CONTROL OPERATIONSThe onus of achieving quality of work will be on the contractor who will take actionsas stipulated in section 900 of Ministry’s specifications for Road and Bridge works (4threvision, 2001)MINISTRY’S SPECIFICATIONS FOR ROAD AND BRIDGE <strong>WORKS</strong> (4THSignature of Contractor Number of Correction Executive Engineer


115Dy. E. E.REVISION 2001)Ministry’s specifications for Road and Bridge works (4th revision, 2001) will formpart of contract documents and the contractor will be legally bound to the various stipulationsmade therein unless specifically relaxed or waived wholly or partly through a special clausein the contract documents.CONTRACTOR’S FACILITIES :According to the contract (see para 1.3 above) the contractor is responsible for thequality of the entire construction work, and for this purpose, he is required to have his ownindependent and adequate set up. To meet this requirement :-(a) The contractor shall set up his own laboratory at location(s) approved by theEngineer. The laboratory shall be equipped with modern and efficient equipments withsufficient standbys suitable to carry out the tests prescribed for different materials and workaccording to the specifications. The list of equipments to be procured and the facilities to beprovided shall be got approved by the Engineer. The equipment shall be maintained in aworkable condition to the satisfaction of the Engineer.(b) Sampling and testing procedures shall be in accordance with the relevant standards ofBIS (previously called ISI) or IRC. Frequency of testing shall be as laid down in theMinistry’s specification for Road and Bridge work (4th revision, 2001). In the absence ofrelevant Indian standards sampling and testing procedures shall be as approved by theEngineer.(c) The laboratory should be manned by qualified Engineer assisted by MaterialsInspector/Technicians, and the set up should be got approved by the Engineer.(d) The contractor should prepare printed proforma for recording readings and results ofeach type of test, after getting the formats of the proforma approved from the Engineer. Heshould keep a daily record of all the tests conducted by him. Two copies of the test resultsshould be submitted to the Engineer for his examination and approval, of which one copywill be returned to the contractor for being kept at site of work.(e) The materials Engineer of the contractor should keep close liaison with the qualitycontrol units of the Engineer and keep later informed of the sampling and testing programmeso that the Engineer’s representative could be present during this activity, if considerednecessary.(2) DAY-TO-DAY QUALITY CONTROL OPERATION :The day-to-day controls to be exercised by the Contractor and the Engineer areenumerated in the following paragraphs.ALIGNMENT AND LEVEL CONTROL :(a) The contractor should locate the center-line of the road from the pegs, pillars orreference points fixed during the location survey and from the information furnished in theSignature of Contractor Number of Correction Executive Engineer


116Dy. E. E.contract drawings. Any discrepancy between the reference points on the ground and those onthe drawings should immediately be brought to the notice of the Engineer for reconciliation.(b) Based on the approved center-line, the contractor should set up batter pegs (todelineate the limits, of embankment/cutting) and cleaning stakes (to delineate limits ofcleaning and grubbing) and have these got checked and approved by the Engineer.(c) The contractor should check the reduced levels of bench marks set up along thealignment. Any discrepancy in the reduced levels of those at site and as indicated in thedrawings should immediately be brought to the notice of the Engineer for reconciliation. Thecontractor should re-establish those bench marks which are found missing at site, and shouldestablish additional bench marks as needed, for ensuring effective level control.(d) The contractor shall be responsible for the true and proper setting out of the works inrelation to the original survey points, lines and levels of reference given by Engineer inwriting. If at any time during the progress of the works, any error shall appear or arise in theposition, levels, dimensions or alignment of any part of the works, the contractor on beingrequested to do so by the Engineer, shall at his own cost rectify the error to the satisfaction ofthe Engineer unless such error is based on incorrect data supplied in writing by the Engineer.(e) The contractor shall carefully protect and prepare all bench marks, reference pillarsand pegs used in setting out the works till final take over by the Engineer.NATURAL GROUND FOR EMBANKMENT CONSTRUCTION/CUTFORMATION AND THEIR COMPACTION.(a) Afterberg limits dry density and CBR of the material at ground/out formation levelshould be determined and got approved by the Engineer. Any unsuitable material shall beremoved and replaced by better material as ordered by the Engineer.(b) The Engineer's Quality control units(s) shall have indepndent test checks on thequality and compaction of the natural ground / cut formation.EMBANKMENT CONSTRUCTION :a) All borrow area shall be got approved by the Engineer based on results of tests forafterberg limits proctor/modified proctor density, CBR and soil classification..b) Layer thickness and in-situ density, shal be checked and got approved by the Engineerbefore proceeding to the next layer.SUB GRADEa) Specific borrow areas having soil safisfy the requirements of specifications andspecified strength criteia shall be identified for use in sub grade and got approved by theEngineers based on tests on borrow material for protor/modified proctor density and CBR.b) In situ density and CBR of the constructed sub grade shall be checked and gotapproved by the Engineer before proceeding on with the next pavement layer.c) The soil used in actual construction of sub grade shall be remoulded at densityreferred in sub para.(b) above at palcement moisture content and checked for 4 days soakedSignature of Contractor Number of Correction Executive Engineer


117Dy. E. E.and unsoaked CBR. A set of 3 specimens shall be collected from each 3000 cum area of subgrade (i.e. top 0.5m of embankment) for CBR test.d) In case of any appreciable variation of inbuilt sub grade characteristics from thedesigned ones, the pavements design shall be reviewed to match the inbuilt characteristics ofsub grade.SUB BASEa) The source of supply material shall be inspected. tested and got approved by theEngineer before any material is delivered to the site of work(s).b) Job mix formula falling within the specified limits where applicable, shall be gotapproved by the Engineer based on thest results thereof.c) Samples of materials from the laid sub base shall be tested for gradation, proctordensity, PI and CBR.d) Field compaction shall be checked and got approved by the Engineer beforeroceeding with the work on the next pavement layer.e) In case of any appreiciable variation of inbuild sub base characteristics from thedesigned ones, the pavement design shall be reviewed to match the inbuilt characteristics ofthe sub base.GRANULAR BASE COURSEa) For graded type of granular material, the job mix formula falling within the specifiedgrading limits should be got approved by the Engineer.b) Testing of aggregate brought to site of works for gradation and AIV shoule be done.c) Field compaction- contraol should be exercised for density and by other sensorychecks such as observation of movement of layer under compaction plant, sinking/crushingof a piece of aggregated placed before a moving roller complete removal of roller marks etc.(a)(a)(a)SHOULDERS :-Checking for the quality of shoulder materials including gradation shall be done.Field compaction shall be checked at site on the compacted layer.Checking for the cross fall shall be done.BITUMINOUS CONSTRUCTION - GENERAL :-(a) Manufacturer’s test certificate for quality of bitumen will be acceptable to theEngineer. However, where the quality is in doubt, the Engineer may call for tests to beconducted by the Contractor for verification.(a) The base on which bituminous courses are to be laid must be dry and free of dust andother deleterious matters.(a) Mineral aggregates to be used should be checked for their specification requirementsand got approved by the Engineer.(a)BITUMINOUS SPRAYED WORK :-Temperature of binder in the boiler and rate of spray at site shall be checked.Signature of Contractor Number of Correction Executive Engineer


118Dy. E. E.Spraying shall be uniform and shall be carried out with the help of either self propelled ortowed bitumen pressure sprayer spraying nozzels arrangements.(a) Rate and uniformity of spread of chippings should be checked and controlled.(a) Adequate embedment of the chippings by rolling shall be ensured.HOT MIXED AND HOT LAID BITUMINOUS CONSTRUCTIONS :-(a) Job mix formula (JMF) satisfying specification requirements should be worked outbased on laboratory tests and got approved by the Engineer. The Engineer will haveindependent tests made before approving the JMF.(b) The plant should be checked for capability to produce mix conforming to the JMF. Ifnecessary, trial stretches should be laid and checked approximately.(c) Control should be exercised on temperature of binder in the boiler, aggregate in thedryer and mix at the time of laying and rolling.(d) Tests for stability flow, unit weight etc. of mix collected from the discharge point ofthe plant, extraction test for binder content and aggregate gradation should be performed tocheck on the quality of mix discharged from the plant.(e) Thickness and density of the compacted mix should be checked by taking coresamples.ACCEPTANCE CRITERIAIn addition to the stipulation in the specification of relevant items, the finished surfaceshall be checked with Rougo-Meter for roughness values. The finished suface shall have asroughness value ofnot more than 2000mm/Km. for bituminous concrete with M.O.S.TCircular No. RW/NH111/8/10/64, Dated 19/5/1984.Sub sequent readings should be taken within 4-6 months after opening of the road totraffic or the defects liability period whichever is earlier, he roughness value during thesecond measurements should be judged against the following standards. 1) Biuminousconcrete 2500mm/Km., 2) Premix carpet 3500/Km.It shall be the responsibility of the contractor to make all the required arrangementsand get this survey done in the presence of and under the quidance of the Engineer in charge.The survey be taken depending on survey results.CULVERTS AND OTHER APPURTENANCESa) Line, levels and quality of the foundation should be checkedb) In case of pipe culverts.i) The quality of the pipes should be checked. For BIS (formerly ISI) marked pipes,manufacturers certificate is aceptable. For others the contractors shall demonstrate thestrength capability to pipes through tests either at the place of manufacture or at site ofworks.ii) The quality of materials used for pipe bedding should be checked. Invert level,smootheness peline and proper sealing of joints should be checked prior to backfilling.Signature of Contractor Number of Correction Executive Engineer


119Dy. E. E.c) In case of cement concrete worksi) besides manufacturer's test certificate for quality of cement, atleast one set of physicaland chemical tests should be conducted for each source of supply for verification. Where thequality is in doubt, or where the cement had been stored for long periods or in impropercondition the Engineer shall call for testing the cement at more frequent intervals.ii) Job mix formula worked out based on trials carried out in the Contractor's laboratoryshould be got approved by the Engineer.iii) The mineral aggregates should be tested for their properties. Water to be used formixed should be tested for chemical impurities.iv) Checking for tability and sturdiness of formwork.v) Ensuring that the crucial equipment like mixers and vibrators are in working orderbefore start of work.vi) Control on water cement ratio.vii) Control on workability and time elapsed between mixing and placing of concrete.viii) Control on compaction and finishing.ix) Tests on cube samples at 7 and 28 days.x) Check on provisions for adequate curingd) In case of masonary work, control should be exericsed on the quality of the material(e.g. stone brick, snad, cement etc.) as also on mortor proportions.e) for R.C.C.Work quality of steel in each batch may be approved on the basis of testcertificate. The reinforcement layout should be checked for conformity with approveddrawings and bar bending schedules. All laps should be checked for conformity with thespecification. The reinforcement should be free of oil and loose rust scale and should beproperly tied with binding wire. The size and spacing of the bars as also the cover should bechecked for correctness.PAVEMENT COURSES- GENERAL CONTROLS :-(a) The base on which the pavement layer is to be placed should be checked for levelsand regularity, and should be in a condition to receive the pavement layer.(b) Each layer should be checked for thickness, levels, crossfall (camber), regularity andstrength before next layer is permitted to be laid.SPECIFICATIONS FOR BITUMINOUS BOUND MACADAMSignature of Contractor Number of Correction Executive Engineer


120Dy. E. E.(Ref. Government of Maharashtra, Public Works Department, Government Circular No.Misc. 2001/ P.C.-2/ PLN-3, Mantralaya, Mumbai-400 001 Dated 24.01.2001SPECIFICATIONSITEM :Providing and laying 50/70 millimeter thick bituminous bound macadam road surfaceincluding supplying all materials, preparing the existing road surface, spreading 40 mm. steelmetal layers, heating and spraying the bitumen, spreading 12 mm. size chips compacting withpower roller etc. complete.1. GENERAL : The work consists of supplying of maerials and labour required forproviding and laying bituminous bound macadam surface for compacted thickness of 50/75mm. This item includes preparing the existing road surface to receive the bituminous boundmacadam course i.e. picking the existing W.B.M. surface or application of tack coat on,existing B.T. surface spreading of 40 mm. size metal layer in required thickness withcompaction with power roller heating and spraying bitumen with sprayer etc. spreading keyaggregates 12 mm. chips and final compaction with power roller etc. complete and finishingin accordance with the requirement in close confirmity with grades lines, cross sections andthickness as per approved drawing etc. complete.2. DIVERSIONS : Temporary diversions shall be constructed and maintained by thecontractor at his own cost. Diversion shall be watered if dust is likely to blow on the roadbeing bituminoused.3. MATERIALS :A) AGGREGATES : The aggregates for provising B.B.M. surface shall comply withspecification Nos. Rd.41 for 40 mm. and 12 mm. size metal and shall normally comply withthe following regarding size and quantity of aggregates and grade and quantities of bitumen.DescriptionRate of application for 100 Sqmt.On AsphaltSurfaceOn W.B.M.SurfaceOn AsphaltSurfaceOn W.B.M.Surface40 mm. size hand broken metal 9.00 Cum. 9.00 Cum. 6.00 Cum. 6.00 Cum.12 mm. size chips 1.80 Cum. 1.80 Cum. 1.80 Cum. 1.80 Cum.Bitumen for grouting I.S. grade S 35 200 Kg. 200 Kg. 175 Kg. 175 Kg.with 30/40 penetration or S 65 with60/70 penetrationTack coat for existing bituminous 50 Kg. -- 50 Kg.NOTE : Hand broken metal is prefered. However upto 30% of total quantity of 40mm. size metal, 40 mm. crusher broken metal can be used.B) BITUMEN : The Bitumen shall be paving bitumen of suitable penetration gradeSignature of Contractor Number of Correction Executive Engineer


121Dy. E. E.within the range S-35, S-65 or A-65 (30/40 to 60/70 as per Indian Standard Specifications for"Paving Bitumen" IS-73-1992.4) PREPARING THE BASE : Any pot hole in the existing bituminous road surfaceand broken edges shall be patched well in advance and the surface shall be brought to correctlevel and camber with additional metal and bitumen as required which will be paidseperately. Before starting the work the bituminous surface shall be swept clean of all thedirt, mud cakes, animal droppings other loose foreign material.If so required by the Engineer, the contractor shall keep the side width and nearbydiversion watered to prevent dust from blowing over the surface to be bituminised.Existing water bound macadam surface shall be picked for and surface loosened for adepth of 7.5 cm. and picked surface shall be brought approximately to the correct camber andsection. Edge line shall be correctly marked by dog belling the surface to form a contineousvee notch.There shall always be specified length of prepared surface ahead of the bituminoussurfacing operations as directed by the Engineer to keep these operations continue.5) Tack coat on Bitumen surface : Applying tack coat for existing W.B.M. surface onlyat the rate of 50 Kg/ 100 Sqm. as per specification No. Rd. 47.3.3.6) Picking of existing W.B.M. Surface : Picking of existing W.B.M. surface forreceiving Bituminous Bound Macadam as per Rd.33.7.1 Spreading of 40 mm. Metal : 40 mm. size metal shall be spread evently at thespecified rate of 9 cubic metre/ 6 cubic metre per 100 Square meter of area so as to form alayer even the width of road with correct camber/ super elevetion as required. Any foreignmatter organic matter, dust grass etc. shall be removed immediately. The sections shall bechecked with camber board and straight edge batten etc. any regulations shall be made goodby adding aggregates in case of depressions and removing aggregates from high sports.7.2 Compaction of 40 mm. size metal : The surface of 40 mm. metal layer after bringingit to necessary grades and sections shall be rolled with the use of 8 to 10 tonnes power roller.Rolling shall commence from the edges and progress towards center longitudinally except onsuper elevated portion it shall progress from the lower to upper edge parallel to the center lineof pavement. When the roller has passed over the whole area any high spots of depressionswhich become apparent shall be corrected by removing or adding aggregates. The rollingshall then be continued till the entire surface has been rolled to designed compaction suchthat there is no crushing of aggregates and all roller marks have been aliminated. Each passof roller shall uniformly over lap not than one third of the track made in the preceding pass.8) Application of Bitumen : Bitumen of I.S. grades S35 or S65 supplied for the workshall be heated to temperature of 1770C to 1910C. (350 F to 375 F) in a bitumen boiled andSignature of Contractor Number of Correction Executive Engineer


122Dy. E. E.temperature shall be maintained at the time of actual application. The bot bitumen shall beapplied through a pressure sprayer on the road surface uniformity at the rate of 200 Kg/ 100Sqm. The road surface shall be devide into suitable rectangles marked by chalk so as toensure correct rate of application of the bitumen.9) Key Aggregates : On completion of bitumen application 12 mm. size key aggregateshall be spread immediately at a uniform rate of 1.8 cubic metre/ 1.2 cubic metre per 00square metre area when entire surface is in hot condition. Brooms shall be used to ensureeven distribution of key aggregate.10) Final Compaction : Immediately after spraying of bitumen and spreading of keyaggregates, the suface shall be rolled witha power roller to obtain full compaction and toforce the bindage of kay aggregate into the interstices of the course aggregate. The rollingshall continue till the asphalt surface hardns and key aggregates stop moving under the powerroller.11) The suface finish shall confirm to requirements of clause 902 of specification for roadand bridges by ministry of surface transport (copy enclosed) Quality Control Test. and theirfrequencies shall be as per table below.S.No. Test Frequency1. Quality of Binder Two samples per lot to be subjected to all of some best asdirected by the Engineer in charge.2. Aggregate impact One test per 200 Cubic Meter of aggregate3. Flakiness Index and One test per 200 Cubic Meter of aggregateElongation Index4. Stripping Value Intially one set of three representative specimen for eachsource of supply subsequently when warranted bychanges in the quality of aggregate.5. Water absorption ofaggregatesIntially one set of three representative specimen for eachsource of supply subsequently when warranted bychanges in the quality of aggregate.6. Aggregate grading One test per 200 Cubic Meter of aggregate7. Temperature of binder At regular clause intervals.8. Rate of spread of One tet per 500 Square meter of area.12 Item in include :i) Diversions unless seperately provided in the tender.ii) Preparing the road surfaceiii) Applying tack coat on existing B.I. on picking the existingiv) W.B.M.Surfacev) Supplying, heating and spreading bitumenvi) Supplying, heating spreading and compaction of 12mm size chipsvii) All labour, materials, including bitumen and aggregates use of tools, plants andequipments for completing the item satisfactory.Signature of Contractor Number of Correction Executive Engineer


123Dy. E. E.13) Mode of Measurement - The Contract rates shall be for 100 Sq.mt. Themeasurement shall be for the width of the roads executed, limiting it to the width specified oras ordered by the Engineer for the length measured along the centerline.The measurement of dimensions shall be recorded upto two places of decimals ofmeter and the ares worked out correct upto one place of decimal of a sq.mt.Extract from specifications for roads and bridges works by M.O.S.T.902 Control of alignment, level and surface regularity.902.1 GeneralAll works performed shall confirm to the lines, grades, cross section and dimensionsshown on the drawings or as directed by the Engineer, subject, to the permitted tolerancesdescribed hereinafter.902.2 Horizontal alignment - Horizontal alignments shall be reckoned with respect to thecenter line of the carriageway as shown on the drawings. The edges of the carriageway asconstructed shall be correct within a tolerance of + 10mm thereform. The correspondingtolerance for edges of the roadway and lower layers of pavement shall be 3.25mm.902.3 Sub Grade Levels - The levels of the sub-grade and different pavement courses asconstructed, shall not vary from those calculated with reference to the longitudinal and crossprofile of the road shown on the drawings negative tolerance for wearing course, if thethickness of the thickness of the former is thereby reduces by more than 6mm for fixablepavements and 5mm for concrete pavements.For checking compliance with the above requirements of sub grade, sub base and basecourse measurements of the surface levels shall be taken on a grid of points places at 6.25m.longitudinally and 3.5m transverly. For any 10 consecutive measurements takenlongitudinally or transversly, not more than one measurements shall be permitted to exceedthe tolerance as above this one measurement being not in excess of 5m above the permittedtolerance.for checking compliance with the above requirements for bituminous wearingcoureses and concrete pavement measurements of the surfaces level shall be taken on agrid ofpoints spaced at 6.25m along the length and at 0.5m from the edges and at the center of thepavement. In any length of pavement, compliance shall be deemed to the met for final roadsurface only if the tolerance given above is satisfied for any point on the surface.902.4 Suface Regularity of pavement courses - The longitudinal profile shall be checkedwith a 3 meter long straightedge as desired by the Engineer at the middle of each traffic lanea line parallel to the center line of the road, The maximum permitted number of surfaceirregularities shall be as per table 900-2.Table 900-2 Maximum permitted number of surface irregularitiesSignature of Contractor Number of Correction Executive Engineer


124Dy. E. E.Irregularity Surface of Carriagewaysand paver shouldersSurface of Laybays, services areasand all bituminous base courses4 mm. 7 mm. 4 mm. 7 mm.Length (m) 300 75 300 75 300 75 300 75National Highway 20 9 2 1 40 18 4 2ExpresswaysRoads of LowerCategory40 18 4 2 60 27 6 3Category of each section road as described in the contract.The maximum allowable difference between the road surface and underside of a 3mstraight edge when placed parallel with, or at right angles to the center line of the road atpoints decided by the Engineer shall beFor pavement surface (Bituminous and cement concrete)For Bituminous base coursesFor Granular sub base coursesFor sub base under concrete pavement3 mm6 mm8 mm10 mm902.5 Rectification - Where the surface regularity of sub grade and the various pavementcourses fall outside the specified tolerances, the contractor shall be liable to rectify these inthe manner described below and the satisfaction of the Engineer.Bituminous Construction - For bituminous other than wearing course, where thesurface is low, the dificieny shall be corrected by adding fresh material over a suitable tackcoat in needed and recompacting satisfaction. Where the surface is high the full depth of thelayer shall be removed and replaced with the fresh material and compacted to specifications.Abstract from standard specifications for roads and bridges of Government ofMaharashtraRd.33 Picking the road surface including sectioning complete.Rd33.1 General - The Item provides and sectioning of the road surface for receivingthe new metal surface.Rd.33.2 Road Diversion - If the traffic cannot be allowed to pass over the roadsideshoulders during picking, spreading and compacting operations, diversions should be takenout and maitained as specified under item No. BR1Rd 33.3 Picking - All the caked mud, sliush, animal droppings, vegetation and allother rubbish accumlated on the road surface shall be removed. Where the section of the roadSignature of Contractor Number of Correction Executive Engineer


125Dy. E. E.surface is good the road surface shall be picked lightly only, to loosen the surface stoens,Where section shape with the picked shall be done a little deeper to enable the sectioning tobe done to the required compaction by about 100 meters. The edges of the picking shall betruly in a line of curve as the sufficiently long length.The picked up surface shall be sectioned to the required grade and camber, superelevation or transition section. Template shall be used to obtain correct and uniform camber,super elevation or transition section. as the case may beThe road surface may be watered by the contractor for easier picking withoutclaiming extra for the same.The junctions of the picked and non-picked surfaces shall be diagonal.Rd33.4 Item to include - Picking, watering if required, sectioning and grinding,divisions including barricading warming signals, lights etc. unless seperately provided in thetender, The work satisfactorily.Rd.33.5 Mode of Measurement and Payment- The contract rate shall be oneSq.meter of surface picked sectioned.The area picked shall be worked out in Sq.meters correct upto a sq.meter. The widthshall be limited to the width specified or as ordered by the Engineer. The length shall bemeasured along the center line of the road. The dimensions shall be recorded. correct up toone decimal of a meter increased width on curves shall be measured.Rd.41 General - The item provides for the supply of stone aggregate to the specificed typeand size at the roadside including obtaining the stones of the specified quality form approvedsources, crushing them in mechanical crushers, conveying to the road side with all leads andlifts stacking in regular heaps as specified hereinager uniformly along the road side.41.2 Quarries - Stones of approved type for crushing aggregate shall be obtained fromquarries as specified in section No. Rd. 19.241.3 Stone aggregate -41.3.1 Quality - The aggregates shall be obtained by crushing approved stones of specifiedtype ina mechanical crusher and shall be clean, strong, tough, dense, durable, close grainedand free from soft, decayed and weathered portions and from coating of dust, dirt or otherobjectionable matter. They shall preferably have good hydrophobic characteristics. Theyshall generally satisfy the following requirements.For light or medium For heavy traffictrafficLos Angles abrasion test percent fine maximum 25 17Los Angles abrasion test percent fine maximum 23 17Water absorption by weight after 24 hours 1 1Signature of Contractor Number of Correction Executive Engineer


immersion percent, not more than126Dy. E. E.Test shall be carried out according to I.S. 383-1970Test considered necessary shall be carried out in an approved laboratory when theEngineer considers quality to be doubtful or there is dispute about the quality. If the resultsare satisfactory the cost of tests shall be borne by the Departments and if unsatisfactory bythe contractor.41.3.2 Size size of the metal and chips shall be as underStandard Size Wholly passing through Squaremesh of internal dimensionWholly retained on Squaremesh of internal dimension40mm (about 1.5") 50mm (about 2") 25mm (about 1")22mm (about 1") 40mm (about 1.5") 40mm (about 0.75")20mm (about 0.75") 25mm (about 1") 12mm (about 0.50")12mm (about 0.5") 20mm (about 0.75") 10mm (about 0.75")10mm (about 0.75") 12mm (about 0.50") 6mm (about 0.25")mm (about 0.25") 10mm (about 0.75") 5mm (about 3/16")Note :Not more than 20% of any sample shall exceed in its greatest dimension, standard size plus25mm, for 40mm standard size and standard size plus 12mm, for 25mm, 20mm and 12mmstandard size and standard size plus 6mm for 10mm standrad sizes.The pieces shall be roughly cubical in shape and more the less of uniform size with sharpedges for interlocking. rounded flaky, thin eongated pieces shall not be accepted. beforecollection samples of metal and chips shall be got approved for quality, size and shape by theEngineer who will keep them in his office for reference they shall be completely and at thetime of use.41.3.3 Conveyance - According to specification No. Rd. 19.3.341.3.4 Stocking - According to specification No. Rd. 22.34 wherever a mixture ofaggregates to tio or more standard sizes is specified for the work each size of aggregate shallbe stacked seperately and entirely clear of the carriageway and where possible clear of theshoulders also. They shall be stacked in such a manner as to prevent mixture, deterioration orcontamination.41.4 Special points - According to specification No. Rd 19.442.5 Item to include - crushing aggregate to the specified sizes for approved rubble andother items included in specification No. 19.541.6 Mode of measurement and payment according to specification No. Rd. 20.6 - Asthe raet is based on consumption on bitumen at the rate for 250 Kg/100 Sqm. It will bereduced in case of B.B.M. suffer by deducting cost of 50 Kg bitumen per 100 Sqm. For therate specified in Schedule 'B'ADDITIONAL SPECIFICATION FOR BITUMINOUS MACADAMSignature of Contractor Number of Correction Executive Engineer


127Dy. E. E.1) The garde for aggregates to be used shall be as per tabel-500-4 on page No. Thebitumen content shall be as mentioned in the specifications.2) The compaction 8 to 10 tonnes roller can also be used.3) The contractor shall prepare the marshal mould of bituminous macadam after layingand compaction shall be the criteria for acceptance of degree of compaction of the laid mix.the laboratory density of the mix shall be done for every change in source of aggregated andeach grade of asphalt to be used on work. the frequency of testing shall not be less than onetest for every 500 square metre of the laid ratio.4) The tack coat shall be to be provided by at least manually to be used hand operatedpressure spar with the required heating arrangement.Initial ground levels of interval of 10meter on stronght reaches and at interval of 5meter on curve at minimum 5 point on cross section as directed by Engineer in charge shallbe taken in presence of contractor or his authorised representative. These intervals aresubjected to modifications as decided by Engineer in Charge or his authorised repersentative.All levals pertaining to work in field books must be signed by contractor or his authorisedrepresentative.5) For condition of hot mix plant please refer page No.Additional specifications for 25 milimeter thick semidence carpet1) The grading are of aggregate shall be used as per table 500-20 on page No. of thespecifications.2) The tack coat shall be provided by out least manually towed hand operated pressuresparer with the required arrangement.3) The required field density shall be 98% of the marshal density within 3 days of trafficcompaction after final compaction of the laid mix by approved compacting machinery.4) For condition of hot mix plant, please refer page No.Supplymentry specification of schedule 'B'(To be referred with schedule 'B' and its specifications)1) The specification Nos. mentioned in cloums No. 3 are as per number given in thespecifications bok of ministry of surface transport edition 1995.2) Any other specification or specifications not mentioned there in but which in theopinion of the Engineer in charge are applicable during the execution of the particular itemswill have to be strictly adhered too. at no extra cost.3) As regards tender Item No. should be noted that the plant shall not be started earlierthan 7.30 a.m. and the first logd should not be delivered earlier than 8.00 a.m. and the lastload should be so delivered so as the complete laying and compaction operations at site as persepcifications not later than 7.30 am and the first logd should not be delivered earlier than8.00 am and the last load should be so delivered so as to complete laying and compactionoperations at site as per specification not later than 6.00 p.m. positively. Also the decanningof bouzer at plant should not persence of the Deputy Engineer-in-charge or his authorisedrepresentative at plant site.4) As regards tender item No.___________ spraying of asphalt by bouzer should not bedone earlier than 8.00 a.m. and later than 17.30 p.m. and this should be done in the presenceof Deputy Engineer in charge or his authorised representatives.Signature of Contractor Number of Correction Executive Engineer


128Dy. E. E.5) As regards with tender Item No. ________ proper of levels, temperature, quality,quantity, consistency etc. should be maintained jointly by the contractor of his authorised.representative and Deputy Engineer in charge or his authorised representative.6) The Quarry considered for this work are within reasonable leads. Only the approvedrubble/metal / murum or rubble required for crusher from this quarry will be permitted to beused.If the contractor desires to bring the materials from any other quarry, he should obtainspecific approval for the use of material from the quarry from any other quarry, he shouldobtain specific approval for the use of material from the quarry from Engineer in charge,Unless the approval to the source of supply of material from proposed quarry is obtained bythe contractor, the department will unapproved material is used or mixed in the loadsdelivered on site. The quality control tests as per specifications should be carried out at plantsas well as site of work and the contractors or his authorised representative should sign the testresults on each working day.2) Traffic Control and Incident Management - The project would have elaboratesystem for road signs and markings for traffic control and management during constructionand operation period. The Entrepreneur shall make arrangement for providing highwaypatrolling ambulance services and crane services linked with emergency call boxes for theconvenience and safely of the users.3) Other Facilities - The Entrepresence shall also be responsibile for providingadequate safely measures by way of crash barriers pedit crossing facilites, prop. highwaylighting other traffix user facilities etc. and app. landscaping.Additional Condition for Payment of Bituminous Work –In respect of bituminous work 20% (Twenty percent) payment on bituminous items in'a' particular kilimeter will be with held till completion of aggremented items in the kilimeteras per the instructions of the Engineer in charge. After completion of these items in theparticular kilometre the with held up will be finally released.Additional ConditionRef. 1) The Chief Engineer, P.W.Region, Nashik letter No. Desk-IV/(7)/Store/333, Dated11/2/20002) The Superintending Engineer, P.W.Circle, Dhule Tender/24/Dated 20/5/2000The R.C.C.Pipe required for the work shall be procured from the Maharashtra. SmallScale Industrial Development Corporation only. The payment towards providing and fixingNP2/NP3/NP4 pipes will be reased only after the contractor submits the bills of MSSIDC toautheriticate that the pipes have been purchased from the MSSIDC. No. Payments towardsthe item of providing and laying of the pipe will be released in absence of the submission ofrequisite documents. After completion of these items the particular kilometer the withheldpayment will be finally released.Addtional Condition for carrying the roughness index clauseSignature of Contractor Number of Correction Executive Engineer


129Dy. E. E.The contractor shall be responsibile to measure the roughness of road surface forwhich he may use the roughness index testing machine at his own cost. Use of Towered fifthwheel Bump intergrator shall be made to measure the roughness of the road surface. Thecailbration of the machinery shall be done from time to time as and when warranted. from thereputed institutions like CRRI, New Delhi and their certificate shall be produced to thateffect. The values of roughness so measured shall not exceed the values given below forvairous types of road surface under standard conditions of carrying out the test and asspecificed below.1) W.B.M./W.M.M. 7000 mm/km. 2) B.B.M. 5000 mm/km.3) B.M. 4000 mm/Km. 4) OGC 3500 mm/km.The roughness index test shall be carried out before start of the work, aftercompletion of B.M. (whereever applicable) and after completion the final bituminous layerwherever applicable as directed by Engineer in charges.The Additional Tender conditions will be as followsNowwithstanding whether is as per the rules of the traffic authorities or otherwise theagency should ensure that their vehicles the term includes all construction machinery, towedor self driven are equipped with the following to emphasize traffice safety.A) Reflectors - 4 Nos. B) Tall Lamps - 2 Nos. C) One of the following slogan1) Drink and Drive You won't Survive 2) Live & Let Live3) A Cat Has 9 Lives You have only 4) VɱnùÒ Eò®úiÉÒ EòÉ¨É JÉ®úɤÉ, ½þÉäɨÉä +É+Éä ±ÉÉ]õ ºÉɽþ¤É5) nùɯûSÉÉ BEòSÉ {ªÉɱÉÉ, EòÉ®úhÉ iÉÖ¨ÉSªÉÉ xÉÉÉɱÉÉ 6) xÉEòÉä ¨É®úhÉ, xÉEòÉä+{ÉÆMÉiÉÉ, ´ÉäMÉÉ´É®ú iÉɤÉÉ {ÉɳýÉ nùIÉiÉÉ7) ºÉ¨ÉªÉ ¨ÉÖ±ªÉ´ÉÉxÉ ½èþ, ±ÉäÊEòxÉ VÉÒ´ÉxÉ +¨ÉÖ±ªÉ ½èþ 8) ´ÉɽþxÉ´ªÉ´ÉκlÉiÉ VÉÒ´ÉxÉ ºÉÖ®úÊIÉiÉ9) BEò ZÉ{ÉEòÒ BEò +{ÉPÉÉiÉ 10) +É{ÉEòÒ ¦ÉÚ±É nÖùºÉ®úÉäEòÒ{É®äúÉÉxÉÒ11) +É´É®úÉ ´ÉäMÉɱÉÉ, ºÉÉ´É®úÉ VÉÒ´ÉɱÉÉ 12) ¨ÉxÉÉSÉÉ ¥ÉäEò, =kɨɥÉäEò13) vÉÖ|É{ÉÉxÉ, ¨Ét{ÉÉxÉ +ɪÉÖ¹ªÉÉSÉÒ vÉÖ³ývÉÉhÉ 14) VÉälÉä ±ÉIÉ Ê´ÉSÉʱÉiÉiÉälÉä +{ÉPÉÉiÉ ÊxÉÎSÉiÉIn absence of the above requirement and failling of the Agency to fulfill them in areasonable time the Executive Engineer in charge of the work will got it done from themeachanical wing of the P.W.Department and would recover the cost from the amount due tothe agency at following rates.1) Reflector Rs. 25/- Nos.Signature of Contractor Number of Correction Executive Engineer


130Dy. E. E.2) Tall Lamp Rs. 175/- Nos.3) Slogan Rs. 75/- Nos.The decision of the Executive Engineer will be binding conclusive in this matterAdditional ConditionsBuilding & Other Consructions workers welfare cess :As per Govt. of Maharashtra, Industry, Energy & Labour Department G.R.No. BCA-2009/Pra. Kra. 108/Kamgar-7-A dated 17.06.2010 & P.W.Department Circular No. BDG-2010/Pra. Kra.277/Building-2, Dated 28.9.2010.Building & Other construction workers welfare cess at One Percent or at the ratesamended time to time as intimated by the competent authority under building and otherconstruction workers welfare Act 1996 shall be deducted from bill amount, whethermeasured bill, advance payment or secured advance.TRAFFIC SAFETY MEASURES TO BE TAKEN BY THE CONTRACTOR AT HIS OWNCOSTDURING IMPROVEMENT OF ROADS WHERE TRAFFIC CAN BE PASSED OVER PARTWIDTH.ITEM : Providing Traffic Safety Measures on road during IMPROVEMENT of existingroad comprising of Traffic Sign Boards and devices as per detailed design drawing andspecifications and as directed by Engineer-in-Charge.SPECIFICATIONS : The item includes providing traffic safety arrangements required fortraffic control near the stretch of road where improvement work is being taken up, beforeactual start of improvement work of road. The contractor will have to provide the trafficsafety arrangements as per detailed drawing. The traffic safety arrangement will have to begot approved from Engineer-in-Charge by the contractor before taking any constructionactivities for improvement of road.The Engineer-in-Charge shall get himself satisfied about the traffic safetyarrangement provided on the work site before allowing Contractor to commence theimprovement activity and a certificate to that effect shall be recorded in the MeasurementBook.a) The Sign No.1 SPEED LIMIT (20) shall be placed at a distance of 120 m. away fromthe point where the transition of carriage way begins. The Sign Board shall be circle of size60 cm dia. having white background and red border and the numerals shall be in black colouras per IRC 67-1977. Distance between sign no.1 and sign no.2 shall be minimum 20m.b) The sign no.2 cautionary board indicating. "NARROW ROAD AHEAD" shall beplaced at a distance of 80m. away from the point of transition of carriageway. The sign boardshall be of an equilateral triangle of size 90cm. having white coloured background. RetroReflective border in Red colour and Non Reflective Symbol in black colour as per IRC67.1977.c) The sign No.3 sign board indicating "MEN AT WORK" shall be placed at a distanceof 40 m. away from the point of transition of carriageway. The sign board shall be of anSignature of Contractor Number of Correction Executive Engineer


131Dy. E. E.equilateral triangle of size 90cm. having white coloured background. Retro-reflective borderin red colour and non reflective symbol in black colour as per IRC. 67/1977.d) The Sign No.4 displaying the message "GO SLOW, WORK IN PROGRESS" shall beplaced at the point of transition of carriageway. The size of sign board shall be 1.0m x 1.0 mhaving red back ground and retro reflective messages in white colour.e) Sand filled plastic cones mounted with retro reflective arrow hazard marker sign shallbe placed as indicated in the drawing. Plastic cone shall be 73 cm. in height having 39 cm.square/ hexagonal base. Sand filled plastic cones shall be placed along the road length wherework is in progress as shown in the drawing.f) Retro-reflective strong Inviolable Stand Type Barrier shall be placed at either ends ofthe widening area upto the edge of the formation. The barricades shall not be removed unlessthe permission is given by the responsible officer of the rank not less than SectionalEngineer. The barricade shall have two plates of size 1.30m x 0.20 m painted black and shallhave white retro reflective strips and mounted on Angle Iron Stand of 1.0 m height.g) Yellow light flasher shall be kept lit from sunset to sunrise, 2 Nos. along transitionline of traffic and 3 Nos. At barriers on both sides as indicated in the drawing.h) The signs, lights, barricades and other traffic control devices shall be well maintained,till such time that the traffic is commissioned on the widened road. The size, shape andcolour of all the sign and caution boards shall be as mentioned above as per detailed drawingsin accordance with the relevant I.R.C. specifications and as per Ministry of Road Transportand Highway's specifications.i) The provision of item of traffic safety measures as per drawing No.1 shall beobligatory to the contractor and no separate payment, whatsoever will be made for the same.Failure to supply with the above provisions within 15 days of issue of work order will entitlethe dept. to recover the amount Rs. 1,00,000/- (Rs. One lakh) from the contractor fromimmediate forthcoming bill/ bills.j) In addition to above the contractor has to provide and fix on the site of workinformation Board (Displaying the details of work) as directed by Engineer in charge, at thestarting & end point of the work. The wording of item is as under :-ITEM: Providing and fixing informatory sign board in rectangular shape of size mentionedbelow made out of 16 gauge (1.6 mm) thick mild steel sheet painted with one coat of Zincchromate stoving primer and two coats of yellow stoved enamel paint on front side and greystoved enamel paint on backside with black paint border, messages, symbols etc. includingM.S. angle iron frame of 35 mm x 35 mm x 3 mm and two M.S. angle iron post of size 65mm X 65 mm x 6 mm and 3.65 m. long properly cross braced with angle iron of size 50 mmx 50 mm x 5 mm duly painted with alternate black and white bands of 25 cm width includingG.I. fixtures and fixing the board in 1:4:8 concrete block of size 60 x 60 x 75 mm includingtransportation etc. complete.RSD CATEGORY AS PER IRC - 67-2001 (1st Revision)Size of Sign board 2.45 m. X 1.20 m. = 2.94 sqm.Size of additional plate 2.45 m. X 0.40 m. = 0.98 sqm.Total = 3.92 sqm.The number of boards to be provided and fixed are 2 (Two). On failure to provideSignature of Contractor Number of Correction Executive Engineer


132Dy. E. E.and fix the information boards as above, an amount of Rs.10000/- (Rupees Ten Thousand)per board will be recovered from any bill payable to the contractor. This work of providingand fixing the information board shall be completed within 20 days from the date of issue ofwork order. The details of the board is as per drawing No.2.ADDITIONAL CONDITIONS ABOUT AVAILABILITY OF FUNDSThe budget provision for this work is less at present. The Payment of bills will bemade as per the availability of funds. No claims will be entertained for delayed payments.If situation arises. The work will be stopped at safe stage and will be withdrawn underClause 15, for which no compensations will be allowed.Signature of Contractor Number of Correction Executive Engineer


133Dy. E. E.²ÖÖÓ¬Ö úÖ´Ö ÃÖÖ×ÆüŸµÖÖ“µÖÖ ‹ æú Ö “ÖÖ“Ö µÖÖÓ¯Öî úß ¿ÖÖÃÖ úßµÖ ¯ÖϵÖÖê Ö¿ÖÖôêûŸÖ ú¸üÖ¾ÖµÖÖ“µÖÖ “ÖÖ“Ö µÖÖÓ“Öß üŒ êú¾ÖÖ¸üß ¾Ö¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ²ÖÖ²ÖŸÖ(¿ÖÖÃÖÖ ¯Ö׸ü¯Ö¡Ö ú Îú´ÖÖÓ ú ÃÖÓ úß ÖÔ-2004/¯ÖÏ. Îú.109/¸üÖ.´Ö.2 ´ÖÓ¡ÖÖ»ÖµÖ, ´ÖãÓ²Ö‡Ô, פü. 22 ´ÖÖ“ÖÔ 2005)†) úÖµÖÔ úÖ¸üß †×³ÖµÖÓŸÖÖ, ÃÖÖ¾ÖÔ•Ö×Ö ú ²ÖÖÓ¬Ö úÖ´Ö ×¾Ö³ÖÖ Ö, µÖÖÓÖß ŸÖ¯ÖÖÃÖæÖ ¯ÖÏ´ÖÖ× ÖŸÖ êú»Öê»Öß Öê¡ÖßµÖ ¯ÖϵÖÖê Ö¿ÖÖôûÖ (SiteLaboratory) •µÖÖ úÖ´ÖÖ¾Ö¸ü †ÖÆêü, ŸµÖÖ úÖ´ÖÖ¾Ö¸üᯙ ¯Ö׸ü׿ÖÂü-† ´Ö¬Öß»Ö Ö´Öã¤ü êú»Ö껵ÖÖ ²ÖÖÓ¬Ö úÖ´Ö ÃÖÖ×ÆüŸµÖÖ“µÖÖ ‹ æú Ö70 üŒ êú “ÖÖ“Ö µÖÖ Öê¡ÖßµÖ ¯ÖϵÖÖê Ö¿ÖÖôêûŸÖæÖ ¾Ö 30 üŒ êú “ÖÖ“Ö µÖÖ ¤ü ÖŸÖÖ ¾Ö Öã Ö ×ÖµÖÓ¡Ö Ö ´ÖÓ›üôûÖ“µÖÖ ¯ÖϵÖÖê Ö¿ÖÖôêûŸÖæÖ Öê¡ÖßµÖ¯ÖϵÖÖê Ö¿ÖÖôêûŸÖæÖ ¾Ö 50 üŒ êú “ÖÖ“Ö µÖÖ Ö´ÖŸÖÖ ¾Ö Öã Ö×ÖµÖÓ¡Ö Ö ´ÖÓ›üôûÖ“µÖÖ ¯ÖϵÖÖê Ö¿ÖÖôêûŸÖæÖ ú¸ü µÖÖŸÖ µÖÖ¾µÖÖŸÖ.²Ö)•µÖÖ úÖ´ÖÖ¾Ö¸ü Öê¡ÖßµÖ ¯ÖϵÖÖê Ö¿ÖÖôûÖ ÖÃÖê»Ö, ŸµÖÖ úÖ´ÖÖÃÖÖšüß“µÖÖ ²ÖÖÓ¬Ö úÖ´Ö ÃÖÖ×ÆüŸµÖÖ“ÖÖ 100 üŒ êú “ÖÖ“Ö µÖÖ Ö´ÖŸÖÖ ¾Ö Öã Ö×-ÖµÖÓ¡Ö Ö ´ÖÓ›üôûÖ“µÖÖ ¯ÖϵÖÖê Ö¿ÖÖôêûŸÖæÖ ú¸ü µÖÖŸÖ µÖÖ¾µÖÖŸÖ. (×¾Ö¿ÖêÂÖ †ü : (Special Condition)ú) ²ÖÖÓ¬Ö úÖ´Ö ÃÖÖ×ÆüŸµÖÖ“µÖÖ “ÖÖ“Ö µÖÖÓ“Öß ¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ (Frequency) ¯ÖÖôû µÖÖ²ÖÖ²ÖŸÖ : ÃÖÖê²ÖŸÖ פü»Ö껵ÖÖ ¯Ö׸ü׿ÖÂüÖÖãÃÖÖ¸ü ÃÖ¾ÖÔÃÖÖ×ÆüŸµÖÖ“µÖÖ “ÖÖ“Ö µÖÖÓ“Öß × ú´ÖÖÖ ¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ (Frequency) ÃÖÖê²ÖŸÖ •ÖÖê›ü»Ö껵ÖÖ ¯ÖÏ¡ÖÖŸÖ Ö´Öã¤ü ú¸ü µÖÖŸÖ †Ö»Öê»Öß †ÃÖæÖ Æüß¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ Ö´Öã¤ü ú¸üŸÖÖÓÖÖ ÖÖ»Ö߻֯ÖÏ´ÖÖ Öê ¯Ö¤Ëü¬ÖŸÖ †¾Ö»ÖÓ²ÖÖ¾Öß.1) ×Ö×¾Ö¤êüŸÖᯙ •µÖÖ ²ÖÖ²ÖàÃÖÖšüß MORT & H Specification ´Ö¬µÖê Ö´Öã¤ü êú»Öê»Öß ¯ÖÏ“Ö×»ÖŸÖ × ú´ÖÖÖ ¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ ¤êü µÖÖŸÖµÖÖ¾Öß.2) ×Ö×¾Ö¤êüŸÖᯙ •µÖÖ ²ÖÖ²ÖàÃÖÖšüß PWD Specificaiton “ÖÖ ÃÖÓ¤ü³ÖÔ ¤êü µÖÖŸÖ †Ö»Öê»ÖÖ †ÖÆêü. ŸµÖÖ ²ÖÖ²Öß´Ö¬Öᯙ ÃÖÖ×ÆüŸµÖÖ“ÖÖ“ÖÖ“Ö µÖÖÓÃÖÖšüß PWD Specificaiton ´Ö¬µÖê Ö´Öã¤ü êú»Öê»Öß ¯ÖÏ“Ö×»ÖŸÖ × ú´ÖÖÖ ¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ ¤êü µÖÖŸÖ µÖÖ¾Öß.3) •µÖÖ ²ÖÖ²ÖàÃÖÖšüß / ÃÖÖ×ÆüŸµÖÓÖÃÖÖšüß ¾Ö¸üᯙ 1 ¾Ö 2 ´Ö¬µÖê Ö´Öã¤ü ×¾Ö×Ö¤ìü¿ÖÖŸÖ ¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ ×¤ü»Öê»Öß ÖÖÆüß. †¿ÖÖ ²ÖÖ²ÖàÃÖÖšüß ÃÖÓ²ÖÓ׬֟ÖI.S. Codes “ÖÖ ¾ÖÖ¯Ö¸ü ú¸ü µÖÖŸÖ µÖÖ¾ÖÖ. ¾Ö ŸµÖÖ¯ÖÏ´ÖÖ Öê ¾ÖÖ¸Óü¾ÖÖ׸üŸÖê“ÖÖ ˆ»»Öê Ö ú¸ü µÖÖŸÖ µÖÖ¾ÖÖ.4) ÃÖ¾ÖÔ “ÖÖ“Ö µÖÖÓÃÖÖšüß × ú´ÖÖÖ ¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ ¾ÖÖœü×¾Ö µÖÖŸÖ ¯ÖÏŸµÖ¾ÖÖµÖ ÖÖÆüß.Sr.No.Name ofScopeA) Emabankment+ Granular SubBase+WaterBoundMacadamMaterial Name of Test Frequency of TestingSoil / MurumforEmbankmentMurum /Gravel / Sand/ Crust Stone /Crust Stonefor GranultarSub BaseCourseaggregate /Murum forWBMMoisture content, prior tocompactionProctro Density Tet ofcompacted layerC.B.R. TestOne Test / 250 M 2Oe Test /500M 2 or 8000M 3SoilOne Test / 3000 M 2 or asrequiredGradation One Test / 200 M 3Plasticity Indes One Test / 200 M 3Moisture Content One Test / 250 M 3Prector Density Test ofCompacted layerC.B.R. TestGSB MixOne Test / 500 M 3One Test / 3000 M 3 or asrequiredas requiredGradation One Test 100M 3Aggregate Impact Value One Test 200M 3Flakiness Index &Elongation IndexOne Test 200M 3Water absorption One Test 100M 3Signature of Contractor Number of Correction Executive Engineer


Sr.No.Name ofScope134Dy. E. E.Material Name of Test Frequency of TestingStone /RubblePlasticity Index ofBinding material(HM/SM)Plasticity Index ofportion of aggregatepassing 425 mic.Specific GravityWater absorptionCompressive StrengthOne Test 25M 3One Test 100M 3One Test for each sourceOne Test for each sourceOne Test for each sourceB) BBM & Carpetwith seal coatc) Carpet withseal metalBBM Metal Aggregate Impact Value One Test / 200m 2Flakiness Index &Elongation IndexOne Test / 200m 2Gradation One Test / 100m 2Water absorptionStipping ValueInitially one set of threerepresenting specimen foreach source of supplysubsequently whenwarranted by changes in thequality of aggregateInitially one set of threerepresenting specimen foreach source of supplysubsequently whenwarranted by changes in thequality of aggregateBitumen Penetration One Test per bouzerDuctlitySottning pointTemperatureof Binder atapplicationOne Test per bouzerOne Test per bouzerAt regular close intervalsRate of spread of Blinder One test per 500m 3 of areaImpact / AbsorptionValueFlakiness Index &Elongation IndexOne Test per 50M 3One Test per 50M 3Gradation One Test per 25M 3Stipping ValueWater absorptionPenetrationDuctilityInitially one set of treerepresenting specient foreach source of supplysubsequently whenwarranted by canges I thequality of aggregateInitally one set of threerepresenting specimen foreach source of supplysubsequently whenwarranted by changes in thequality of aggregateOne Test per BouzerOne Test per BouzerSignature of Contractor Number of Correction Executive Engineer


Sr.No.Name ofScope135Dy. E. E.Material Name of Test Frequency of TestingSoftning pointExtractionTemperature of Blinderat applicationRate of spread of MixMaterialOne Test per BouzerOne Test per 500m 3 & notless than two test per dayAt regular close intervalsRegular contrll troughtchecks on material and layerthicknessD) BituminousMacadam /DenseBituminousMacadam /SemidenseBituminousConcreteAsphalticConcrete /SemidenceBituminousConcrete /AsphalticConcreteImpact / AbsorptionValueFlakiness Index &Elongation IndexGradationStipping ValueWater absorptionPenetrationDuctilySoftening pointExtractionMarshall slability testControl of temperatureof blinder and aggregatefor mixing and of the mixat the time laying androllingrate of spread of MixMaterialDensity of compactedlayerJob mix formulaOne test per 50M 3One test per 50m 3Two test per day per plantboth on individualconstituents from the driarInitially one set of threerepresenting specimen foreach source of supplysubsequently whenwarranted by changes in thequality of aggregateInitially one set of threerepresenting specimen foreach source of supplysubsequently whenwarranted by changes in thequality of aggregate.One Test per bouzerOne Test per bouzerOne Test per bouzerMinimum two test per dayMinimum two sets beingtested per plant per day stoetest of three may shall mouldspecimenAt regular close intervalsRegular control throughchecks on material and layerthicknessOne test per 250m 2 areaAs requiredThermoplasticGlass Beeed contentsand grading analysisReflectance andYellowness IndexFlowabilityOne Test for 3Km workOne Test for 3Km workOne Test for 3Km workSignature of Contractor Number of Correction Executive Engineer


Sr.No.Name ofScope136Dy. E. E.Material Name of Test Frequency of TestingEmulsionBitumenSoftning PointDrying timeOne Test for 3Km workOne Test for 3Km work% Residue Test One Test for bouzerSieve TestPartical change testOne Test for bouzerOne Test for bouzerSignature of Contractor Number of Correction Executive Engineer


137Dy. E. E.QUALITY ASSURANCE AND MAINTENANCETo ensure the specified quality of work which shall also include necessary surveys, temporaryworks etc., and the contractor shall prepare a quality assurance plan and get the same approvedfrom the Engineer in charge within eight days from the date of work order. For this, contractorshall submit an organization chart of his technical personnel to be deployed on the work alongwith their qualification, job descriptions defining the functions of reporting, supervisinginspecting and approving. The contractor shall also submit a list of tools, equipment’s and themachinery and instrumentation which he proposes to use for the construction and for testing inthe field and/or in the laboratory and monitoring. The contractor shall modify/supplement theorganization chart and the list of machinery, equipment etc. as per the direction of theSuperintending Engineer and shall deploy the personnel and equipment on the field as per theapproved chart and list respectively. The contractor shall submit written method statementsdetailing his exact proposals of execution of the work in accordance with the specifications. Heshall get these approved from the Engineer in charge. The quality of the work shall be properlydocumented through certificates, records, check-lists and logbooks of results etc. Such recordsshall be compiled from the beginning of the work and be continuously updated andsupplemented and this shall be the responsibility of the contractor. The forms should be gotapproved from the Executive Engineer-in-charge.The contractor shall prepare detailed completion drawings after completion of the work.He shall also prepare and submit a maintenance manual giving procedure for maintenance, withthe period of maintenance works including inspections, tools and equipment to be used, meansof accessibility for all parts of the structure. He shall also include in the manual, thespecifications for maintenance work that would be appropriate for his design and technique ofconstruction. This manual shall be submitted within the contract period.Signature of Contractor Number of Correction Executive Engineer


138Dy. E. E.Signature of Contractor Number of Correction Executive Engineer


TenderItemNo.Quantity put totender may beless or more139Dy. E. E.Name of Work - S.T.B.T. to SH- 36 to Chinche Wadi road (V.R.92) Tal- Sangamner.SCHEDULE BItem of Work Estimated Rate Unit Amount inInFigureIn WordsRupees1 2 3 4 6 71 222.75 CubicMetreOne CubicMetre7139.142 111.38 CubicMetre3 561.00 CubicMetre4 255.00 CubicMetre5 289.00 CubicMetre6 85.00 CubicMetreExcavation for catch/road side water gutter/jungle gutter in all sorts of soilsstrata to the specified section including stacking the excavated stuff in aregular bund and disposing of unsuitable or excess stuff upto a lead of 50Metre from place of excavation as directed by Engineer in charge byMechanical means and sectioning manually for road side gutter.Watering and compaction of embankment formed of materials obtain fromthe road cutting within lead of 50 metre (with ordinary rolling) after laying themin layers of 20 to 30 centimetreSupplying trap stone metal of required size by bringing the rubble / bouldersat the road side, breaking them to required gradation including conveyingrubble / boulders and stacking broken metal excetra complete b) By breakingboulders (Hand Broken) 2) 60 miliMetre .Supplying trap stone metal of required size by bringing the rubble / bouldersat the road side, breaking them to required gradation including conveyingrubble / boulders and stacking broken metal excetra complete. b) By breakingboulders (Hand Broken) 3) 40 miliMetre .Supplying hard murum/ kankar at the road side, including conveying andstacking complete.Supplying soft murum at the road side, including conveying and stackingcomplete.32.05 Rupees thirty-twoand paise fiveonly26.64 Rupees twentysixand paisesixty-four only456.00 Rupees fourhundred fifty-sixand paise nil only475.98 Rupees fourhundred seventyfiveand paiseninety-eight only227.23 Rupees twohundred twentysevenand paisetwenty-three only212.80 Rupees twohundred twelveand paise eightyonlyOne CubicMetreOne CubicMetreOne CubicMetreOne CubicMetreOne CubicMetre2967.16255816.00121374.9065669.4718088.00Signature of Contractor Number of Correction Executive Engineer


7 561.00 CubicMetre140Dy. E. E.Spreading 60 miliMetre metal including sectioning complete. 27.63 Rupees twentysevenand paisesixty-three onlyOne CubicMetre15500.438 255.00 CubicMetre9 374.00 CubicMetre10 2805.00SquareMetreSpreading 40 miliMetre metal including sectioning complete. 26.52 Rupees twentysixand paise fiftytwoonlySpreading gravel/ sand/ soft murum/ hard murum over rubble soling / WaterBound Macadam surface complete.Compacting the oversize metal/ upto 200 miliMetre layers with power rollerincluding necessary, labour, materials and artificial watering complete. a) upto 2 Metre wide15.47 Rupees fifteenand paise fortysevenonly8.84 Rupees eight andpaise eighty-fouronlyOne CubicMetreOne CubicMetreOneSquareMetre6762.605785.7824796.2011 2550.00SquareMetreCompacting the subgrade/ gravel/ size metal/ (100 miliMetre loose) layerswith power roller including necessary, labour, materials and artificial wateringcomplete. a) 2 Metre to 7 Metre width.8.84 Rupees eight andpaise eighty-fouronlyOneSquareMetre22542.0012 1020.0013 2550.0014 2550.00SquareMetreSquareMetreSquareMetreCompacting hard murum side width with power roller including necessarylabour, materials and artificial watering complete.Providing and laying 75 miliMetre thick compacted Bitumen Bound Macadamwith 80/100 grade bitumen over existing Water Bound Macadam surfaceincluding picking the road metalled surface, thoroughly cleaning the WaterBound Macadam surface by using mechanical broom or approved equipment,spreading 40 milimete size metal (Hand broken) at the rate of 0.09 CubicMetre/Square Metre compacting metal with roller and bitumen is then spreadat the rate of 2 kilogram/Square Metre, spreading 12 milimete metal at therate of 0.018 Cubic Metre/Square Metre The surface shall be lightly rolled sothat metal pieces get embeded in the bitumen layer and rolling shall continueuntil entire surface is throughly compacted excetra complete. (With staticRoller) (including diversion road)Providing 20 miliMetre thick open graded premix bituminous carpet, includingsupplying all material, as directed, preparing and cleaning the base, heatingbitumen, applying tack coat at 0.5 kilogram/squareMetre. laying carpet andcompacting without seal coat on Black Topped surface Hot Mix Hot laid withpaver finisher. i) With static roller a) With 60/70 grade.4.42 Rupees four andpaise forty-twoonly188.19 Rupees onehundred eightyeightand paisenineteen only166.56 Rupees onehundred sixty-sixand paise fifty-sixonlyOneSquareMetreOneSquareMetreOneSquareMetre4508.40479878.84424738.89Signature of Contractor Number of Correction Executive Engineer


141Dy. E. E.15 2550.00 SquareMetre16 15.00 Running Metre17 1.0818 1.00SquareMetreNumber19 1419.50 CubicMetreProviding bituminous liquid seal coat (Type A) to black top surface, with 60/70grade bitumen including supplying all materials including all leads, preparingexisting road surface, heating and applying bitumen, spreading chips androlling complete (by using bulk asphalt)Providing and laying cement concrete pipe of 600 milimetre DiaMetre IndianStandard N.P.2 Class of required diaMetre in proper line, level and slopeincluding providing, fixing collars or spigot and socket joint by rubber ring andin cement mortar 1:2 excetra complete.Suppying Informatory sign board in square or rectangular shape of size madeout 16 gauge (1.6 milimetre) thick mild steel sheet including frame of 35 x 35 x3 milimetre Mild Steel angle painted with one coat of Zinc chromate stovingprimer and two coats of green background white border / messages / symbolsexcetra and back side in grey stove enamel paint including one Mild Steelangle frame of 35 milimetre x 35 milimetre x 3 milimetre and two Mild Steelangle of size 50 milimetre x 50 milimetre x 5 milimetre long properly crossbraced with angle iron of size 50 milimetre x 50 milimetre x 5 milimetre dulypainted with alternate black and white bands of 25 centimetre width includingGalvanized Iron fixtures excetraFixing sign board of two angle post in Cement Concrete 1:4:8 block of 60 x 60x 75 centimetre size, excavation, curing excetra complete.61.00 Rupees sixty andpaise ninety-nineonly1544.082467.47Rupees onethousand fivehundred forty-fourand paise eightonlyRupees twothousand fourhundred sixtysevenand paiseforty-seven only608.86 Rupees sixhundred eight andpaise eighty-sixonlyRoyalty charges for used material 70.67 Rupees seventyand paise sixtysevenonlyOneSquareMetreOneRunningMetreOneSquareMetreOneNumberOne CubicMetre155544.1123161.202664.87608.86100316.07Total Rs. 1737862.92Rs. Seventeen lakh thirty seven thousand eight hundred sixty three only. Say Rs. 1737863.00Signature of Contractor Number of Correction Executive Engineer


TenderItemNo.142Dy. E. E.Name of Work : S.T.B.T. to SH-36 to Chinchewadi Road (V.R. 92) Tal- Sangamner.SCHEDULE - CDescription of ItemSignature of Contractor Number of Correction Executive EngineerReference to StandardSpecification Book Edition1981SpecificationNumberPageNumberAdditional Specification if Any1 2 3 4 51 Excavation for catch/road side water gutter/jungle gutter in all sorts of Rd.9 187soils strata to the specified section including stacking the excavatedstuff in a regular bund and disposing of unsuitable or excess stuff upto alead of 50 Metre from place of excavation as directed by Engineer incharge by Mechanical means and sectioning manually for road sidegutter.2 Watering and compaction of embankment formed of materials obtainfrom the road cutting within lead of 50 metre (with ordinary rolling) afterlaying them in layers of 20 to 30 centimetreAs Directed by Engineer Incharge3 Supplying trap stone metal of required size by bringing the rubble /boulders at the road side, breaking them to required gradation includingconveying rubble / boulders and stacking broken metal excetracomplete b) By breaking boulders (Hand Broken) 2) 60 miliMetre .4 Supplying trap stone metal of required size by bringing the rubble /boulders at the road side, breaking them to required gradation includingconveying rubble / boulders and stacking broken metal excetracomplete. b) By breaking boulders (Hand Broken) 3) 40 miliMetre .5 Supplying hard murum/ kankar at the road side, including conveyingand stacking complete.6 Supplying soft murum at the road side, including conveying andstacking complete.Rd.19 197Rd.19 197Rd.23 202Rd.24 2037 Spreading 60 miliMetre metal including sectioning complete. Rd.29 2058 Spreading 40 miliMetre metal including sectioning complete. Rd.34 2089 Spreading gravel/ sand/ soft murum/ hard murum over rubble soling /Water Bound Macadam surface complete.Rd.28,31,36,37 206 to209


10 Compacting the oversize metal/ upto 200 miliMetre layers with powerroller including necessary, labour, materials and artificial wateringcomplete. a) up to 2 Metre wide11 Compacting the subgrade/ gravel/ size metal/ (100 miliMetre loose)layers with power roller including necessary, labour, materials andartificial watering complete. a) 2 Metre to 7 Metre width.12 Compacting hard murum side width with power roller includingnecessary labour, materials and artificial watering complete.13 Providing and laying 75 miliMetre thick compacted Bitumen BoundMacadam with 80/100 grade bitumen over existing Water BoundMacadam surface including picking the road metalled surface,thoroughly cleaning the Water Bound Macadam surface by usingmechanical broom or approved equipment, spreading 40 milimete sizemetal (Hand broken) at the rate of 0.09 Cubic Metre/Square Metrecompacting metal with roller and bitumen is then spread at the rate of 2kilogram/Square Metre, spreading 12 milimete metal at the rate of 0.018Cubic Metre/Square Metre The surface shall be lightly rolled so thatmetal pieces get embeded in the bitumen layer and rolling shallcontinue until entire surface is throughly compacted excetra complete.(With static Roller) (including diversion road)14 Providing 20 miliMetre thick open graded premix bituminous carpet,including supplying all material, as directed, preparing and cleaning thebase, heating bitumen, applying tack coat at 0.5 kilogram/squareMetre.laying carpet and compacting without seal coat on Black Toppedsurface Hot Mix Hot laid with paver finisher. i) With static roller a) With60/70 grade.15 Providing bituminous liquid seal coat (Type A) to black top surface, with60/70 grade bitumen including supplying all materials including all leads,preparing existing road surface, heating and applying bitumen,spreading chips and rolling complete (by using bulk asphalt)16 Providing and laying cement concrete pipe of 600 milimetre DiaMetreIndian Standard N.P.2 Class of required diaMetre in proper line, leveland slope including providing, fixing collars or spigot and socket joint byrubber ring and in cement mortar 1:2 excetra complete.143Dy. E. E.Rd.32 206Rd.35 209Rd.40 211MOST 2000MOST 2000CL.No.511Cl.No.513CD.7 162As Directed by Engineer InchargeSignature of Contractor Number of Correction Executive Engineer


17 Suppying Informatory sign board in square or rectangular shape of sizemade out 16 gauge (1.6 milimetre) thick mild steel sheet including frameof 35 x 35 x 3 milimetre Mild Steel angle painted with one coat of Zincchromate stoving primer and two coats of green background whiteborder / messages / symbols excetra and back side in grey stoveenamel paint including one Mild Steel angle frame of 35 milimetre x 35milimetre x 3 milimetre and two Mild Steel angle of size 50 milimetre x50 milimetre x 5 milimetre long properly cross braced with angle iron ofsize 50 milimetre x 50 milimetre x 5 milimetre duly painted withalternate black and white bands of 25 centimetre width includingGalvanized Iron fixtures excetra18 Fixing sign board of two angle post in Cement Concrete 1:4:8 block of60 x 60 x 75 centimetre size, excavation, curing excetra complete.144Dy. E. E.IRC-26 1967 As Directed by Engineer InchargeIRC- 8 As Directed by Engineer Incharge19 Royalty charges for used material As Directed by Engineer InchargeSignature of Contractor Number of Correction Executive Engineer

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!