13.07.2015 Views

View Tender Document - e-Tendering

View Tender Document - e-Tendering

View Tender Document - 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.

Dy.E.E.1GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTOriginal Agreement No.NAME OF WORK :-Name of ContractorDate of Receipt of <strong>Tender</strong>No. & Date of Work Order: B-1/: IMPROVEMENT AND BLACK TOPPINGTO SOLGAON FATA TO DEVACHEGOTHANE KERAVALE ROAD MDR-60 INKM. 32/000 TO 33/500 AND 34/500 TO35/000 (ACTUAL KM. 34/500 TO 36/500) INTALUKA RAJAPUR DISTRICTRATNAGIRI. (UNDER NABARD-XVIII):___________________________________: 08/08/2013 upto 12.00 hours.:___________________________________Amount put to <strong>Tender</strong> : 38,68,839/-Percentage quotedAmount of ContractDate of commencementTime stipulated for completion of workDate of completion as per agreementActual Date of Completion:___________________________________:___________________________________:___________________________________: 12 (Twelve) Calendar Months from the dateof written order to start work, which will includethe monsoon period.: __________________________________: __________________________________Reference to sanction of tenderExtension of time limit: 1) ____________________________2) ____________________________3) ____________________________Certified that this original Agreement contains : Pages 1 to 167Fly Leaves _________________ Nos.Drawings __________________ Nos.Contractor No. of Corrections Executive Engineer


2Dy.E.E.DETAILS OF WORKNAME OF WORK :- IMPROVEMENT AND BLACK TOPPING TO SOLGAONFATA TO DEVACHE GOTHANE KERAVALE ROAD MDR-60 IN KM. 32/000 TO33/500 AND 34/500 TO 35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKARAJAPUR DISTRICT RATNAGIRI. (UNDER NABARD-XVIII)Estimated Cost put to tender Rs. 38,68,839/-Earnest Money Rs. 39,000/- only.Term deposit Receipt of Schedule Bank / Nationalized Bank / Challan / State Bank ofIndia Challan or Valid E.M.D. Exemption certificate duly attested shall be uploaded at thetime of submission. Total Security Deposit 4% ( Four percent ) Rs. 1,56,000/- (50% incash at the time of Agreement and 50% from R.A. bills). Time stipulated for completion is12 (Twelve) Calendar Months which will include the monsoon period.TENDER SCHEDULECost of <strong>Tender</strong> Form : Rs. 1,000/-Period for Downloading <strong>Tender</strong> FormsLast date and time for online bid preparation andhash submission ( technical and financial )Date and time for online bid data decryption andRe-encryption ( technical and commercial )Receipt of bid security, tender document fees,Affidavit, (in original) and only supporting<strong>Document</strong>s of Statement No. 2A, 2A1,2B StatementNo. 1,2,3,4 (one day before of the opening of theTechnical bid‟s date and time )Registration Class of Contractor: From 16/07/2013. at 10.00 Hrs.Upto 31/07/2013 at 17.30 hours.: Date 06/08/2013 Time: 16.30 Hours: From 06/08/2013 Time : 17.31 hoursTo 08/08/2013 Time : 12.00 Hours: Upto 13/08/2013 Time : 17.30 Hours: Class V th and aboveTO BE FILLED BY THE CONTRACTORI/We have quoted my/our offer in percentage rate in words as well as in figures. I/Wefurther undertake to enter into contract in regular „B-1‟ form in Public Works Department.Name and signature of contractor /Power of Attorney holderwith complete address.Contractor No. of Corrections Executive Engineer


3Dy.E.E.¨É½þÉ®úɹ]Åõ ÉɺÉxɺÉÉ´ÉÇ ÇVÉÊxÉEò ¤ÉÉÆ ÆvÉEòÉ¨É =kÉ®ú (ºÉÉ.¤ÉÉÆ.) ʴɦÉÉMÉý ý, ®ú úixÉÉÊMÉ®ú úÒ.nÖù®úv´ÉxÉÒ Gò¨ÉÉÆEò 02352/223505 ¡ìòCºÉ Gò. 02352/223505Web- www.mahapwd.com & e-mail- northratnagiri.ee@mahapwd.comÊxÉÊ´ÉnùÉ ºÉÚSÉxÉÉ Gò¨ÉÉÆEò 32 ºÉxÉ 2013-2014


4Dy.E.E.


4(A)Dy.E.E.GOVT.OF MAHARASHTRANorth P.W. Division, Ratnagiri.Phone No. 02352/223505Web-www.mahapwd.comTENDER NOTICE NO. 32 FOR 2013-2014) E - TENDER ONLINESealed online B-1 e-tenders for the following works are invited be the Executive Engineer,North P.W. Division, Ratnagiri from the contractors registered with the Government of Maharashtra inappropriate class.e-tenderworkNo.Name of Work1. Improvement & B.T toRajapur Panhale GovalShvane DevacheGothane Solgaon roadto SH-112 MDR-60Km.26/400 to 28/900(Actual Km. 26/400 to28/700 Tal. Rajapur.(Nabard-XVIII)2. Improvement & B.T toVhel Ringane PachalJawalethar road MDR-55 Km. 24/800 to26/800 (Actual Km.24/800 to 26/520Tal. Rajapur. (Nabard-XVIII)3. Construction of MinorBridge on AnjanariJoshiwadi KheracheKond road V.R-30 inTal. Lanja.(Nabard-XVIII)4. Improvement & B.T toGoval Boudhwadi toShivane road MDR-60Km. 6/00 to 8/00(Actual Km. 6/00 to7/500 Tal. Rajapur.(Nabard-XVIII)5. Improvement & B.T toSolgaon Fata toDevache Gothane roadMDR-60 Km.30/00 to35/500 (Actual Km.34/500 to 36/500 Tal.Rajapur. (Nabard-XVIII)EstimatedCost (Rs.)LakhsEarnestMoney(Rs.)Time Limit forcompletion(Month)48.79 49,000/- 12 IncludingMansoon39.74 40,000/- 12 IncludingMansoon37.27 37,300/- 12 IncludingMansoon39.25 39,500/- 12 IncludingMansoon38.69 39,000/- 12 IncludingMansoonCost of e-tenderblanktenderform feeRs. in CashB-1Rs.1000/-B-1Rs.1000/-B-1Rs.1000/-B-1Rs.1000/-B-1Rs.1000/-Class ofContractorClass- 5 &AboveClass- 5 &AboveClass- 5 &AboveClass- 5 &AboveClass- 5 &AboveContractor No. of Corrections Executive Engineer


4(B)Dy.E.E.E-tender time table1. Download Period of online <strong>Tender</strong> Dt. 16/7/2013 at 10.00 a.m. toDt. 31/7/2013 at 17.30 p.m.2. Submit Hash to Create online <strong>Tender</strong> by Dt. 6/8/2013 at 16.30 p.m.Contractor (Technical and financial Bid lastdate and time)3. Period for online Super Hash generation Dt. 6/8/2013 up to 17.30 hrs.4. Period of online Decryption and Reencryptionfor tender details byDt. 8/8/2013 at 12.00 p.m.Dt. 6/8/2013 from 17.31 p.m. toContractor.5. Date of place for submission ofEarnest Money in form of F.D.R orattested Exemption Certificate copyand D.D. of <strong>Tender</strong> Form Fee inoriginal in Sealed Envelope.6. Place, Date and timing of openingTechnical-bid and Financial bid.Dt. 13/8/2013 at 17.30 p.m. In the office of theExecutive Engineer, North Ratnagiri P.W. Division,Ratnagiri.Dt. 16/8/2013 at 11.00 p.m. to 17/8/2013 at 17.30p.m. In the office of Executive Engineer, NorthRatnagiri P.W. Division, Ratnagiri. (if possible)Note:-1. All eligible/interested contractors who want to participate in tendering process should compulsory getenrolled on e-tendering portal "http:/pwd.maharashtra.etenders.in" and further need to empanel onlineon sup portal "http:pwd.maharashtra.etenders.in in the appropriate category applicable to them.2. Contractors details for difficulties in submission of online tenders if any. Sify technotigies Ltd.Nextenders (India) Pvt. Ltd. on 020-25315555/25315556 Mobile:-9167969601/91679696043. It is compulsory for all participates to submit all documents online. It is also compulsory to submitEarnest Money in précised for EMD exemption certificate physically in the office mentioned in tenderdocument at the prescribed on tender document at the prescribed time. In case of failure online offer willnot be opened.4. Other term and conditioned displayed in online e-tender forms. Right to reject any or all online bid ofwork without assigning any reasons thereof is reserved.5. Above <strong>Tender</strong> Notice is displayed on P.W.D website www.mahapwd.com.No. NRD/AB/TC/007/C-4/ 3894Office of the Executive Engineer,North Ratnagiri P.W. Division, Ratnagiri.Date: - 5/7/2013O/C Approved by E.EFor Executive Engineer,North Ratnagiri P.W. Division, Ratnagiri.Contractor No. of Corrections Executive Engineer


5Dy.E.E.GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTINVITATION FOR TENDERSDETAILED TENDER NOTICENAME OF WORK :- IMPROVEMENT AND BLACK TOPPING TO SOLGAONFATA TO DEVACHE GOTHANE KERAVALE ROAD MDR-60 IN KM. 32/000 TO33/500 AND 34/500 TO 35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKARAJAPUR DISTRICT RATNAGIRI. (UNDER NABARD-XVIII)Online percentage rate tenders in 'B-1' Form are invited by the Executive Engineer,North Ratnagiri (P.W.) Division, Ratnagiri for the following work from Contractorsregistered in appropriate class of the Public Works Department and Irrigation Departmentof 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 IMPROVEMENT ANDBLACK TOPPING TOSOLGAON FATA TODEVACHE GOTHANEKERAVALE ROADMDR-60 IN KM. 32/000TO 33/500 AND 34/500TO 35/000 (ACTUAL KM.34/500 TO 36/500) INTALUKA RAJAPURDISTRICT RATNAGIRI.(UNDER NABARD-XVIII)EstimatedCost(Rupees)EarnestMoney(Rupees)SecurityDeposit(Rupees)Class ofContractor38,68,839/- 39,000/- 1,56,000/- ClassV thAnd aboveTime limitin <strong>Tender</strong>(CalendarMonths)12(Twelve)CalendarMonths(includingMonsoon)<strong>Tender</strong> form, conditions of contract, specifications and contract drawings can be downloadedfrom the e<strong>Tender</strong>ing portal of Public Works Department, Government of Maharashtra i.e.https://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 or NationalizedBank in favor of Executive Engineer, North Ratnagiri P.W. Division, Ratnagiri as per the<strong>Tender</strong> Schedule. Further information regarding the work can be obtained from the aboveoffice.Contractor No. of Corrections Executive Engineer


6Dy.E.E.The <strong>Tender</strong> Fee in the form of DD / Pay Order Drawn in the name of Executive Engineer,North Ratnagiri P.W. Division, Ratnagiri EMD Receipt / Attested EMD Exemptioncertificate, Affidavit, supporting documents in Envelope No.1 should be submitted byRegistered Post / Courier service in sealed covers addressed to the Executive Engineer,North Ratnagiri Public Works Division, Ratnagiri with the name of the work written atthe top of the envelope will be received in the office of the Executive Engineer, NorthRatnagiri Public Works Division, Ratnagiri (Phone:02352/223505) as per the <strong>Tender</strong>Schedule. Bids will be opened as per the <strong>Tender</strong> Schedule, in the presence of such intending<strong>Tender</strong>ers or his / their authorized representatives who may be present at that time.TENDERING PROCEDURE.1.1 A. Blank <strong>Tender</strong> Forms.<strong>Tender</strong> Forms can be downloaded from the e<strong>Tender</strong>ing portal of Public WorksDepartment, Government of Maharashtra i.e. https://pwd.maharashtra.etenders.in afterentering the details of payment towards <strong>Tender</strong> Fees as per the <strong>Tender</strong> Schedule.1.2.1 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 will be summarily REJECTED.1.2.2 All tenderers are cautioned that tenders containing any deviation from the contractualterms and conditions, specifications or other requirements and conditional tenders willbe treated as non responsive. The tenderer should clearly mention in forwarding letterthat his offer (in envelope No.1& 2) does not contain any condition, deviations fromterms and conditions stipulated in the tender.1.2.3 <strong>Tender</strong>ers should have valid class II / III Digital Signature Certificate (DSC) obtainedfrom any Certifying Authorities. In case of requirement of DSC, interested Biddersshould go to https://maharashtra.etenders.in/mah/DigitalCerti.asp and follow theprocedure mentioned in the document „Procedure for application of DigitalCertificate‟.1.2.4 The <strong>Tender</strong>ers have to make a payment of Rs. 1038/- online as service charges for theuse of Electronic <strong>Tender</strong>ing during Online Bid Data Decryption and Re-encryptionstage of the <strong>Tender</strong>.Contractor No. of Corrections Executive Engineer


7Dy.E.E.1.2.5 For any assistance on the use of Electronic <strong>Tender</strong>ing System, the Users may call thebelow numbers :Landline No. - 020 – 2531 5555 / 56Mobile No. – 91679 69601 / 04 / 14Email ID suppot.gom@nextenders.com1.2.6 <strong>Tender</strong>ers should install the Mandatory Components available on the Home Page ofhttps://maharashtra.etenders.in under the section „Mandatory Components‟ andmake the necessary Browser Settings provided under section „Internet ExplorerSettings‟.1.3 Guidelines to Bidders on the operations of Electronic <strong>Tender</strong>ing System ofPublic Works Department.http://pwd.maharashtra.etenders.inA. Pre-requisites to participate in the <strong>Tender</strong>s processed by PWD :1. Enrolment and Empanelment of Contractors on Electronic <strong>Tender</strong>ing System :The Contractors interested in participating in the <strong>Tender</strong>s of Public WorksDepartment process by using the Electronic <strong>Tender</strong>ing System shall be required toenroll on the Electronic <strong>Tender</strong>ing 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 the information is found to be complete, the enrolment submitted by the Vendorshall be approved.For participating in Limited and Restricted tenders the registered vendors have toapply for empanelment on the sub-portal of PWD in an appropriate class ofregistration. The empanelment will have to be approved by the respective officer fromthe PWD. Only empanelled 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 informationpublished under the link Enroll under section E-<strong>Tender</strong>ing Toolkit for Bidders on theHome page of the Electronic <strong>Tender</strong>ing System.Contractor No. of Corrections Executive Engineer


8Dy.E.E.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 or Class – III ). This is required to maintain the security of the Bid Data and alsoto establish the identity 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 theirAuthorized Representatives upon receipt of documents required to obtain a DigitalCertificate.Bid data / information for a particular <strong>Tender</strong> may be submitted only using the DigitalCertificate which is used to encrypt the data / information and sign the hash valueduring the Bid Preparation and Hash Submission stage. In case during the process ofpreparing and submitting a Bid for a particular <strong>Tender</strong>, the Contractor loses his/herDigital Signature Certificate (i.e. due to virus attack, hardware problem, operatingsystem problem); he / she may not be able to submit the Bid online. Hence, the Usersare advised to store his / her Digital Certificate securely and if possible, keep a backupat safe place under adequate security to be used in case of need.In case of online tendering, if the Digital Certificate issued to an Authorized User of aPartnership firm is used for signing and submitting a bid, it will be consideredequivalent to a no objection certificate / power of attorney to that User to submit thebid on behalf of the partnership Firm. The Partnership Firm has to authorize a specificindividual via an authorization certificate signed by a partner of the firm (and in casethe applicant is a partner, another partner in the same form is required to authorize.) touse the digital certificate as per Indian 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 <strong>Tender</strong>s processedon the Electronic <strong>Tender</strong> Management System of Government of Maharashtra as perIndian Information Technology Act 2000. The Digital Signature of this Authorizeduser will be binding on the Firm. It shall be the responsibility of partners of the firm toinform the certifying Authority or Sub Certifying Authority, if the Authorized Userchanges, and apply for a fresh Digital Signature Certificate. The procedure forapplication of a Digital Signature Certificate will remain the same for the newAuthorized User.Contractor No. of Corrections Executive Engineer


9Dy.E.E.The same procedure holds true for the Authorized Users in a Private / Public LimitedCompany. In this case, the Authorization Certificate will have to be signed by theDirector of the Company or the Reporting Authority of the Applicant.For information of the Process of application for obtaining Digital Certificate, theContractors may visit the section Digital Certificate on the Home Page of theElectronic <strong>Tender</strong>ing System.3. Recommended Hardware and Internet Connectivity :To operate on the Electronic <strong>Tender</strong>ing System, the Contractors are recommended touse computer System with at least 1 GB of RAM and broadband connectivity withminimum 512 kbps bandwidth.4. Set up of Computer System for executing the operations on the Electronic<strong>Tender</strong>ing System :To operate on the Electronic <strong>Tender</strong>ing System of Government of Maharashtra, theComputer System of the Contractors is required be set up. The Contractors arerequired to install Utilities available under the section Mandatory InstallationComponents on the Home Page of the System.The utilities are available for download freely from the above mentioned section. TheContractors are requested to refer to the E-<strong>Tender</strong>ing Toolkit for Bidders availableonline on the Home Page to understand the process of setting up the system. Oralternatively, contact the Helpdesk support Team on information / guidance on theprocess of setting up the System.5. Payment for Service Provider Fees :In addition to the <strong>Tender</strong> <strong>Document</strong> Fees payable to Public Works Department,Government of Maharashtra, the Contractors will have to pay Service Providers Feesof Rs. 1,038/- through online payments gateway service available on Electronic<strong>Tender</strong>ing System For the list of options for making online payments, the Contractorsare advised to visit the link E-Payment Options under the section E-<strong>Tender</strong>ing Toolkitfor Bidders on the Home Page of the Electronic <strong>Tender</strong>ing System.Contractor No. of Corrections Executive Engineer


10Dy.E.E.B. Steps to be followed by Contractors to participate in the e-<strong>Tender</strong>s processed byPWD.1. Preparation of online BriefcaseAll Contractors enrolled on the Electronic <strong>Tender</strong>ing System of Government ofMaharashtra are provided with dedicated briefcase facility to store documents / filesin digital format. The Contractors can use the online briefcase to store their scannedcopies of frequently used documents / files to be submitted as a part of their bidresponse. The Contractors are advised to store the relevant documents in the briefcasebefore starting the Bid Preparation and 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 eithercreate a single pdf file of all the documents of same type or compress the documentsin a single compressed 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 timelybid preparation.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 arespecifically attached to the bid during the online Bid Preparation and HashSubmission stage as well as during Decryption and Re-encryption stage.2. Online viewing of Detailed Notice Inviting <strong>Tender</strong>s :The Contractors can view the Detailed <strong>Tender</strong> Notice along with the Time Schedule(Key Dates) for all the Live <strong>Tender</strong>s released by PWD on the home page of PWD e-<strong>Tender</strong>ing Portal on http://pwd.maharashtra.etenders.in under the section RecentOnline <strong>Tender</strong>.3. Download of <strong>Tender</strong> <strong>Document</strong>s :The Pre-qualification / Main Bidding <strong>Document</strong>s are available for free downloading.However to participate in the online tender, the bidder must purchase the biddingdocuments online by filling up details of Demand Draft towards the cost of tenderform fee.Contractor No. of Corrections Executive Engineer


11Dy.E.E.4. Online Bid Preparation and submission of bid Hash (seal) of BidsSubmission of Bids will be preceded by online bid preparation and submission of thedigitally signed Bid Hashes (Seals) within the <strong>Tender</strong> Time Schedule (Key dates)published in the Detailed Notice Inviting <strong>Tender</strong>. The Bid Data is to be prepared inthe templates provided by the <strong>Tender</strong>ing Authority of PWD. The templates may beeither form based, extensible tables and / or uploadable documents. In the form basedtype of templates and extensible table type of templates, the Contractors are requiredto enter the data and encrypt the data using the Digital Certificate.In case Uploadable document type of templates, the Contractors are required to selectthe relevant document / compressed file (containing multiple documents) alreadyuploaded in the briefcase.Notes :a. The Contractors upload a single documents 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 toobtain Digital Certificate in advance.d. After the hash value of bid is generated, the Contractors cannot make anychange / addition in its bid data. The bidder may modify bids before the deadline forBid Preparation and Hash Submission as per Time Schedule mentioned in the <strong>Tender</strong>documents.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 <strong>Tender</strong> will be closed by the <strong>Tender</strong>Authority.The <strong>Tender</strong> Authority from PWD shall generate and digitally sign the Super Hashvalues (Seals)Contractor No. of Corrections Executive Engineer


12Dy.E.E.6. Decryption and Re-encryption of bids (submitting the Bids online) :After the time for generation of super hash values by the <strong>Tender</strong> Authority from PWDhas lapsed, the Contractors have to make the online payment of Rs. 1038/- towardsthe fees of the Service Provider.After making online payment towards fees of Services provider, the Contractors arerequired to decrypt their bid data using their Digital Certificate and immediately reencrypttheir bid data using the public key of the <strong>Tender</strong>ing Authority. The PublicKey of the <strong>Tender</strong>ing Authority is attached to the <strong>Tender</strong> during the Close for Biddingstage.Note: The details of the Processing Fees shall be verified and matched during theTechnical Opening stage.At this time the Contractors are also required to upload the files for which theygenerated the Hash values during the Bid Preparation and Hash Submission Stage.The Bid Data and <strong>Document</strong>s of only those Contractors who have submitted their BidHashes (Seals) Within the stipulated time (as per the <strong>Tender</strong> Time Schedule), will beavailable for decryption and re-encryption and to upload the relevant documents fromBriefcase. A Contractor who has not submitted his Bid Preparation and HashSubmission stage within the stipulated time will not be allowed to decrypt / re-encryptthe bid data / submit documents during the stage of decryption and Re-encryption ofbids (submitting the bids online).7. Short listing of Contractors for Financial Bidding Process :The <strong>Tender</strong>ing Authority will first open the Technical Bid documents of allContractors and after scrutinizing these documents will shortlist the Contractors whoare eligible for Financial Bidding Process. The short listed Contractors will beintimated by email.8. Opening of the Financial Bids :The Contractors may remain present in the office of the <strong>Tender</strong> Opening Authority atthe time of opening of Financial Bids. However, the results of the Financial Bids ofall Contractors shall be available on the PWD e-<strong>Tender</strong>ing Portal immediately afterthe completion of opening process.Contractor No. of Corrections Executive Engineer


13Dy.E.E.9. <strong>Tender</strong> Schedule ( Key Dates ) :The Contractors are strictly advised to follow the Dates and Times allocated to eachstage under the column “Contractor Stage” as indicated in the Time Schedule in theDetailed tender Notice for the <strong>Tender</strong>. All the online activities are time tracked andthe electronic <strong>Tender</strong>ing System enforces time-locks that ensure that no activity ortransaction can take place outside the Start and End Dates and time of the stage asdefined in the <strong>Tender</strong> Schedule.At the sole discretion of the tender Authority, the time schedule of the <strong>Tender</strong> stagesmay be extended.1.4 Manner of Submission of <strong>Tender</strong> and its Accompaniments :ENVELOPE NO.1 : (<strong>Document</strong>s)A) The following documents shall be submitted online in “Envelope No.1”:1.4.1 Scan copy of tender form fee DD1.4.2 Scan copy of Government treasury challan or Term Deposit Receipt valid for aperiod of one year from any Schedule Bank or Nationalized Bank for the amount ofearnest money, or valid certificate of exemption for payment of earnest money of thevalue of Rs. 1.25 lakhs, if applicable (true copy attested by a Gazetted Officer to besubmitted as per tender schedule)1.4.3 Scan copy of Valid certificate as a Registered Contractor with the Government ofMaharashtra in appropriate class as may be applicable in original or attested copythereof (Attested by a Gazetted Officer)1.4.4 Scan copy of Sales Tax Registration Certificate in Form II, Rule 4(1) as provided byMaharashtra State, Sales Tax Act., (Maharashtra Act No.XXVI of 1989. TheMaharashtra Sales Tax on transfer of property in Goods involved in execution ofworks contract (Re-enacted Act, 1989) from the Sales Tax Department ofMaharashtra State, (in original or a copy duly attested by a Gazetted Officer.)And/ORScan copy of a valid VAT registration certificate and VAT clearance certificate fromMaharashtra State Sale Tax Department thereof duly attested by the Gazetted Officer.(Maharashtra Value Added Tax Act 2005)Contractor No. of Corrections Executive Engineer


14Dy.E.E.1.4.5 Scan copy of Abstract of list of Machinery and plants immediately available with thetenderer for use on this work and list of machinery proposed to be utilized on thiswork, but not immediately available and the manner in which it is proposed to beprocured. (information to be given in Statement 2A, 2A1 & 2B on page No. 28to 30 )1.4.6 Scan copy of Proof of appointment of employees by way of valid Professional TaxRegistration certificate in form PT/R/ under section (I) of section 5 of MaharashtraSales Tax on Profession, Trade, Callings and employment Act,1975, rule 3(2) fromthe Professional Tax Officer of the concerned District in Maharashtra.1.4.7 USE OF SPECIALISED MACHINERY.i) For carrying out Earthwork, Asphalting and Concreting items of the work, use ofspecialized machinery as per latest M.O.R.T. & H standards list of machineries shownin the format as given on Page 28 to 30. It is necessary for the contractor to submit theabstract in statement 2A, 2A1 & 2B of such machinery in Envelope No.1 in theformat as given on Page 28 to 30.ii) Scan copy of the Certificate of concerned Sub. Divisional Officer/Engineer (P.W. SubDivision, RAJAPUR.) to the effect that the Plant to site of work (farthest point) by theshortest practicable route does not exceed 60 minutes .iii) Scan copy of Valid inspection certificate for Modern drum mix plant, Sensor PaverFinisher/Paver Finisher, Vibratory Roller/Power Roller, Mechanical Sprayer issued byAssistant Chief Engineer (Mechanical) that machinery is as per MORT & H Specifications.1.4.8 Scan copy of Abstract of work done during last three years with the value of workunfinished. (Information to be given in Statement No.1 on Page No.26.)1.4.9 Scan copy of Abstract of work of similar type and magnitude during last three yearscarried out by the contractor. (Information to be given in proforma of Statement No.2on Page 27)The Certificates of S.R. No.1.4.8 and 1.4.9 should be signed by the Authority withwhom the contractor has executed the work.Contractor No. of Corrections Executive Engineer


15Dy.E.E.<strong>Tender</strong> costing below 1 Crore <strong>Tender</strong> costing Above 1 crore(For Qualifying Criteria)Similar type & magnitude 1) Satisfactorily completed as a prime contractorat least one similar work during last threeyears of value not less than Rs _______ at theprice level of 20__ 20 ___.2) Scan copy of minimum quantities of worksatisfactorily executed in any one year.(Information to be given only in StatementNo.5 on Page ____) (As per detailed in1.4.14(b))3) Scan copy of Bid capacity statementcertified by Chartered Accountant. (As perdetailed in 1.4.14(c))1.4.10 Scan copy of Abstract of works in hand and works tendered for.(Information to be given in proforma of Statement No.3 on Page 31)1.4.11 Scan copy of Abstract of Technical Personnel on the rolls of the tenderer.(Information to be given in proforma of Statement No.4 on Page 32)1.4.12 Scan copy of Undertaking of contractor that he had studied all tender documents,conditions and especially work methodology.1.4.13 Scan copy of Tentative program of work in the form of Bar Chart shall be submitted.All the documents from Sr. No. 1.4.1 to 1.4.13 shall be correctly and completelysubmitted by contractor online, otherwise his Envelope No.2 will not be opened.B) The following documents shall be submitted by the contractor in sealed Envelopmanually as per detailed in tender Notice.1) <strong>Tender</strong> Fee in the form of original D.D.2) Term Deposit Receipt valid for a period of one year from any Schedule Bank orNationalized Bank for the amount of earnest money, or valid certificate of exemption(As per condition 1.4.2)3) All the Supporting <strong>Document</strong>s of work done certificates during last three years ofconcern department signed by competent authority whom the contractor has executedthe work (As per condition 1.4.8)Contractor No. of Corrections Executive Engineer


16Dy.E.E.4) All the Supporting <strong>Document</strong>s of similar type of work and magnitude carried out bycontractor of concern department signed by competent authority whom the contractorhas executed the work (As per condition 1.4.9)5) All the Supporting <strong>Document</strong>s of work in hand and work tendered for of concerndepartment signed by competent authority whom the contractor has executed thework (As per condition 1.4.10)6) Details of list of technical personal (project Manager having minimum qualificationof B.E. (Civil) degree and not less than five years‟ experience or Diploma in civilengineering with not less than eight years of experience in construction of similarwork and two site engineers with either B.E. (civil) degree with minimum 3 years‟experience or Diploma in civil engineering with five years‟ experience on works ofSimilar nature) and other key personnel as rolls of tenderer with adequate experienceexclusively for this works as required. (As per condition 1.4.11)7) All the Supporting <strong>Document</strong>s of proof of list of machinery as per Statement No2A, 2A1& 2B ( as per condition 1.4.5 & 1.4.7)a) With a view to ascertain, whether these machinery is in possession of thecontractor and whether he can make available such machinery immediately for useon the work, The details of machinery as above, shall be verified by the Department,if required, by physical verification of machinery owned or hired by thecontractor, by visiting sites. Contractor should produce sufficient documentaryevidence regarding ownership machinery in support of having owned or hired theobligatory machinery. The details of these specialized machinery required to beowned or hired and as per M.O.R.T. & H direction used on the work are given onPage 28 to 30 (Statement 2A ,2A1& 2B) of N.I.T. In case, during physicalverification of the details supplied by the bidder if it is found that the machinery isnot meeting with the requirements of the Department, his tender in EnvelopeNo.2 will not be considered for opening. For this purpose, contractor shall giveinformation in proforma of Statement No.2 „A‟, 2A1 & 2B (Page 28 to 30) enclosed.The proforma of the Statement shall not be altered by contractor in any manner/case.Contractor No. of Corrections Executive Engineer


17Dy.E.E.b) The Certificate of concerned Sub. Divisional Officer/Engineer (P.W. SubDivision, RAJAPUR) to the effect that the Plant to site of work (farthest point)by the shortest practicable route does not exceed 60 minutes will be final andconclusive. This certificate has to be submitted manually, failing which it will bepresumed that the Bidder‟s Plant does not fulfill the criteria of Plant to farthestpoint distance being within 60 minutes.c) Contractor should attached Valid inspection certificate for Modern drum mix plant,Sensor Paver Finisher/Paver Finisher, Vibratory Roller/Power Roller, MechanicalSprayer issued by Assistant Chief Engineer (Mechanical) that machinery is as perMORT & H Specifications.The Contractor shall submit an affidavit in original (as per proforma given inpage No. 33) to the tender accepting authority on the due date as per tenderschedule regarding availability of owned or hired machinery manually dulyNotarified. Affidavit not conforming to the contents in the prescribed format,will not be accepted and Envelope No.2 will not be opened.This information shall be given by the contractor in Envelope No.1 correctly andcompletely in the statement No.2(„A‟1) with reference of page No. otherwise hisEnvelope No.2 will not be opened.1.4.14 Certified copy of Registration of Partnership Deed and Power of Attorney or copy ofCompany Registration from the Competent Authority in case of a firm tendering forwork, Power of attorney shall be submitted. (True copy attested by a GazettedOfficer.)1.4.15 The contractor shall submit an affidavit in original (as per format given on PageNo.34) to the tender accepting authority on due date as per tender schedule regardingcompleteness, correctness and truthfulness of documents shall be submitted manuallyin Envelope No.1. Separate Affidavit shall be submitted for each work in original.Affidavit shall be compulsorily Notarified. Affidavit not confirming to theseconditions will not be accepted and Envelope No.2 will not be opened.1.4.16 The tenderer must have sufficient experience in the Road construction work.Contractor No. of Corrections Executive Engineer


18Dy.E.E.1.4.17 All the documents from Sr.No. 1.4.1 to 1.4.16 shall be correctly and completely givenby contractor in sealed Envelope manually, alongwith tender fee in the form oforiginal D.D., EMD. Original Affidavit as per Schedule Date of tender notice,otherwise his Envelope No.2 will not be opened.Even though the Bidder meet the above qualifying criteria, they are subject to bedisqualified if they have made.Misleading or false representations in the Statements attachments submitted in proofof the qualification requirements.And / orRecord of poor performance such as abandoning the works, not properly completingthe contract, inordinate delays in completion, litigation history or financial failuresetc.1.4.18 All corresponding paras pertaining to the tender related subject to Maharashtra P. W.Manual shall be applicable to this tender.1.5 ENVELOPE NO.2 TENDER (FINANCIAL BID)The second envelope clearly marked as “ Envelope No.2” shall contain onlythe main tender.The <strong>Tender</strong>er should quote his offer duly signed in terms of percentage ofabove/below estimated rates at the appropriate place of tender documents (Page No.45) to be submitted only in Envelope No.2 He should not quote his offer any wheredirectly or indirectly in Envelope No.1. The contractor shall quote for the work as perdetails given in the main tender. His tender shall be unconditional.Contractor No. of Corrections Executive Engineer


19Dy.E.E.1.6 SUBMISSION OF TENDER :-Refer to Section “ Guidelines to Bidders on the operations of Electronic<strong>Tender</strong>ing System of Public Works Department “ for details.1.7 OPENING OF TENDERS :On the date, specified in the <strong>Tender</strong> Schedule, following procedure will beadopted for opening of the <strong>Tender</strong>.(A) ENVELOPE NO.1 :- ( <strong>Document</strong>s )First of all <strong>Document</strong>s submitted Online as well as manually in sealedEnvelope will be opened to verify its contents as per requirements. If thevarious documents contained in this envelope do not meet the requirements ofthe Department, a note will be recorded accordingly by the tender openingauthority and the said tenderer‟s Envelope No.2 will not be considered forfurther action and the same will be recorded.The decision of the tender opening authority in this regard will be finaland binding on the contractors.(B) ENVELOPE NO.2 : (Financial Bid)a) This Envelope shall be opened online immediately after opening ofEnvelope No.1, only if contents of Envelope No.1 are found to be acceptable tothe Department. The tendered rates in Schedule „B‟ or percentage above/belowthe estimated rates shall then be read out. (From Page No.45) in the presenceof bidders who remain present at the time of opening of Envelope No.2.Contractor No. of Corrections Executive Engineer


20Dy.E.E.1.8 EARNEST MONEY :As shown on page No.2 & 5 Earnest Money should be paid in the State Bankof Hyderabad/State Bank of India or Reserve Bank of India or any GovernmentTreasury under the Head “ 8443 Revenue Deposit” and the receipted challanshould be submitted as per the tender schedule. Earnest money in the form ofcheque or cash will not be accepted. Earnest money will be accepted in theform of certificate of exemption from payment of Earnest Money, or TermDeposit receipts valid for a period of one year (separately for each work)from the last date of submission of tender forms, issued by Scheduled Bank orNationalized Bank and endorsed in the name of the Executive Engineer,North Ratnagiri Public Works Division, Ratnagiri.Scanned copy of the above documents (as the case may be) shall be uploadedin Envelope No.1 online.The earnest money will be refunded in due course in case of tenderers whosetenders are not accepted. In case of successful tenderer the Earnest moneywill be refunded after recovering initial security deposit and completion ofcontract documents by the <strong>Tender</strong>er. The amount of Earnest Money willbe forfeited to Government in case the successful contractor does not pay theamount of initial security deposit within specified time limit. Earnest MoneyExemption Certificate shall not be accepted in lieu of Earnest Money indicatedelsewhere in the N.I.T. except in case of those bidders who haveobtained Earnest Money exemption certificate after payment of Rs. 1.25 Lakhsto their Registration authorities after issuance of Government Resolution CAT -1096/CR -172/Bldg-2 Dated 20/4/98.Contractor No. of Corrections Executive Engineer


21Dy.E.E.1.9 SECURITY DEPOSIT :The successful tenderer shall have to pay half the security deposit in approvedsecurity form (preferably in the form of National Saving Certificate) or in cashor in the form of Bank Guarantee (in the form as prescribed by Government)from any Schedule Bank or Nationalized Bank and balance Security Depositwill be recoverable through the bills at the percentage as shown in item(s) ofthe 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 andcircumstances that may prevail, whose orders will be final and binding on thecontractor.The security deposit for the due performance of the contract shall be as detailedin the <strong>Tender</strong> <strong>Document</strong>s elsewhere. Fifty percent of the security deposit willhave to be deposited within ten days (including Government holidays) of theacceptance of the tender and the remaining fifty percent will be recovered fromthe Running Bills at the rate as specified in the tender form, on the cost of workas per C.S.R. prevailing at the time of acceptance of tender. Amount of totalsecurity deposit to be paid shall be 4% ( Four percent) of the cost of work,worked out as per D.S.R. 2012-2013 for the respective District. Initial SecurityDeposit may be in Bank Guarantee form in format on Page 153 to 154 oftender document for full period of completion of work and it should beextendable upto expiry of valid extension if any, as directed by Engineer-incharge.1.10. Condition for payment of additional security deposit, if offer quoted by thetenderer is lesser than 15% below the cost put to tender.The contractor shall deposit an additional security deposit along with thesecurity deposit as per clause 1.9 within 10 days of acceptance of tender in theform of Bank guarantee, when the below percentage quoted is more than 15%of cost put to tender.The amount of security deposit shall be worked out as per following formula.Contractor No. of Corrections Executive Engineer


22Dy.E.E.Additional Security Deposit = Rs. % rate quoted by the contractor -15 x 50/100 x100cost put tender (i.e. Rs. 38,68,839/-)If the contractor does not deposit this additional security deposit (if applicable) withinstipulated time then his earnest money deposit will be forfeited and his tender will notbe considered for acceptance.This additional security deposit shall be extendable upto expiry of valid extensions ifany and it shall be refunded along with the final bill, after satisfactory completion ofwork.1.11 ISSUE OF FORMS:Information regarding contract as well as blank tender forms can be downloaded fromthe e<strong>Tender</strong>ing website upon providing the details of the payment of cost as detailedin the N.I.T.1.12 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 beinclusive of monsoon period.1.13 TENDER RATE :No alteration in the form of tender and the schedule of tender and no additions in thescope of special stipulation will be permitted. Rates quoted for the tender shall betaken as applicable for all leads and lifts.1.14 TENDER UNITS :The tenderers should particularly note the units mentioned in the Schedule “B” onwhich the rates are based. No change in the units shall be allowed. In the case ofdifference between the rates written in figures and in words, the correct rate will bethe one, which is lower of the two.Contractor No. of Corrections Executive Engineer


Dy.E.E.231.15 CORRECTION :No corrections shall be made in the tender documents. Any corrections that are to bemade, shall be made by crossing the incorrect portion and writing the correctportions above with the initials of tenderer.1.16 TENDER‟S ACCEPTANCE :Acceptance of tender will rest with the Superintending Engineer, P.W. Circle,Ratnagiri who reserves the right to reject any or all tenders without assigning anyreason therefore. The tenderer whose tender is accepted will have to enter in to aregular B-1 agreement within 10 days of being notified to do so. In case of failure onthe part of <strong>Tender</strong>er to sign the agreement within the stipulated time, the earnestmoney paid by him shall stand forfeited to the Government and the offer of thetenderer shall be considered as withdrawn by him.1.17 CONDITIONAL TENDER :The tenders which do not fulfill the condition of the notification and the general rulesand directions for the guidance of contractor in the agreement form or are incompletein any respect are likely to be rejected without assigning any reason therefore.1.17(a) The <strong>Tender</strong>ers shall be presumed to have carefully examined the drawings,conditions and specifications of the work and have fully acquainted themselves withall details of the site, the conditions of rock and its joints, pattern, river, weathercharacteristics, labour conditions and in general with all the necessary informationand data pertaining to the work, prior to tendering for the work.1.17(b) The data whatsoever supplied by the Department along with the tenderdocuments are meant to serve only as guide for the tenderers while tendering and theDepartment accepts no responsibility whatsoever either for the accuracy of data or fortheir comprehensiveness.Contractor No. of Corrections Executive Engineer


24Dy.E.E.1.17(c) The quarries for extraction of metal, murum etc. provided in the sanctionedestimate are as per survey conducted by the Department. The Contractor shouldhowever examine these quarries and see whether full quantity of materials requiredfor execution of the work strictly as per specification are available in these sourcesbefore quoting the rates. In case the materials are not available due to reasonswhatsoever, the contractor will have to bring the materials from any other sourceswith no extra cost to Government. The rates quoted, should therefore be for all leadsand lifts from wherever the materials are brought at site of work and inclusive ofroyalty 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 thepower of Attorney, authorizing him to conduct all transactions on behalf of the body,in sealed Envelope submitted by manually.1.19 The tenderer may, in the forwarding letter, mention any points be may wish to makeclear but the right is reserved to reject the same or the whole of the tenders if the samebecome 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 fromthe Contractors will be effected from the payment due to the Contractor from anyother Government works under execution with them.1.23 All scanned pages of tender documents, conditions, specifications, correction slipsetc. shall be initialed by the tenderer. The tender should bear full signature of thetenderer, or his authorized power of Attorney holder in case of a firm.Contractor No. of Corrections Executive Engineer


25Dy.E.E.1.24 The Income Tax at 2.30 % including surcharge or percentage in force from time totime or at the rate as intimated by the competent Income Tax authority shall bededucted from bill amount whether measured bill, advance payment or securedadvance.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 theprovisions of the Contract Labour (Regulation and Abolition) Act 1970 for startingthe work. On failure to do so, the acceptance of the tender shall be liable to bewithdrawn and also liable for forfeiture of 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 withdrawnby the contractor by notice in writing duly addressed to the authority opening thetender and sent by Registered Post Acknowledgment due. (ref. to memorandum onPage 46 of B-1 Form Chapter)Contractor No. of Corrections Executive Engineer


26Dy.E.E.STATEMENT NO. 1STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVILENGINEERING CONSTRUCTION WORKS DURING LAST THREE YEARS.NAME OF THE CONTRACTOR :Sr.NoNameof theworkAmountput to<strong>Tender</strong> /<strong>Tender</strong>ed cost.AgreementNo.DateofcommencementRef. Page 14 Clause 1.4.8Amount of work done during Amount ofeach of last three years work still(Rs. In lakhs) remainingto beexecuted2010-11 2011-12 2012-13 2013-2014.(Rs. Inlakhs)1 2 3 4 5 6 7 8 9 10RemarksSAMPLE FORMGrand Total :-Out ward No. and date of certificate issuing authority:Executive Engineer / Deputy Executive Engineer / Divisional Accounts OfficerNote :This is only a standard form. Details are to be furnished in thisformat in the form of type written statements, which shall beenclosed in Envelope No.1.Contractor No. of Corrections Executive Engineer


27Dy.E.E.STATEMENT NO. 2DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE DURING LASTTHREE YEARS CARRIED OUT BY THE CONTRACTOR.NAME OF THE CONTRACTOR :Ref. Page 14 Clause 1.4.9Sr.No.Name Name and Place Agree Date Tend Total Actualof the address of and ment of ered Cost of date ofwork the country No. comm cost. work compleorganizationencemdone. tionfor whom(Rs.ent(Rs. Inthe workInlakhs)was done.lakhs)1 2 3 4 5 6 7 8 9 10(Principalfeaturesin brief.)SAMPLE FORMNote :This is only a standard form; details are to be furnished in this format inthe form of type written statements which shall be enclosed inEnvelope No.1.Contractor No. of Corrections Executive Engineer


28STATEMENT NO. 2 „A‟(TO BE INCLUDED IN ENVELOPE NO.1)Dy.E.E.(Applicable for works for which use of modern machineries for asphalting and concreting isspecified)Proforma for information regarding availability of machinery required for this work. (Ref1.4.7 Page 14) is given below :I) <strong>Document</strong>ary evidence regarding ownership or hire of following machineriesII)Type ofmachinerequired.Contractor should produce documentary proof regarding ownership or hire offollowing machinery.NumberofUnits.Names ofworks onwhichdeployed atpresentLocationOutput intonnes ofmix perday.Quantity in tonnes ofhot mix balance forexecution on works inhand. (It shouldindicate the Qty. ofB.M. S.D.B.C./A.C.yet to be completed atthe time of submissionof <strong>Tender</strong>The complete information in above proforma shall be submitted by Contractor inEnvelope No.1. This information is a “MUST”1. MODERN DRUM MIX PLANT conforming to clause 504.3.4 of M.O.R.T. & Hspecification (of 2001)(The Contractor must own or hire Modern Drum Mix Plant of 30/40 Tonne minimumcapacity.)2. STATIC ROLLER OF 8 TO 10 TONNE STATIC WEIGHT (The Contractor mustown or hire Power Roller and Static Roller of 8 to 10 Tonne Static weight.)3. Paver Finisher Confirming to 504.3.5 of M.O.R.T. & H specification of (2001) forexclusive use on this work and produce sufficient documentary evidence ofownership or hire.The Certificate of concerned Sub. Divisional Officer/Engineer (P.W. Sub Division,RAJAPUR) to the effect that the Plant to site of work (farthest point) by the shortestpracticable route does not exceed 60 minutes will be final and conclusive. This certificate hasto be enclosed in the Envelope No.1, failing which it will be presumed that the Bidder‟s Plantdoes not fulfill the criteria of Plant to farthest point distance being within 60 minutes.<strong>Document</strong>ary evidence regarding ownership or hire of above machineries required.1) Contractor should attached Valid inspection certificate for Modern drum mix plant, SensorPaver Finisher/Paver Finisher, Vibratory Roller/Static Roller, Mechanical Sprayer issued by AssistantChief Engineer (Mechanical) that machinery is as per MORT & H Specifications.2) In case the contractor proposes to hire the required machinery stated above agreementproforma given on Page No.35 shall be used and same shall be enclosed in Envelope No.1Contractor No. of Corrections Executive Engineer


29STATEMENT NO. 2 „A‟ 1(TO BE INCLUDED IN ENVELOPE NO.1)Dy.E.E.(Applicable for works for which use of modern machineries for asphalting & concretingis specified)Proforma for information regarding availability of machinery required for this work. (Ref1.4.14 Page 15) is given below :I) <strong>Document</strong>ary evidence regarding ownership or hire of following machineriesII)EquipmentOwn/Hirerequired.1) StaticRoller2) Dozer3) MechanicalSprayer4) Boozer5) TruckTipper6) Paverfinisher7) Moderndrum mixplant30/40tonneminimumcapacity8) Watertanker9) Compressor10) ConcreteMixer11) NeedleVibratorContractor should produce documentary proof regarding ownership or hire offollowing machinery.NameofManufactureModel&Power&RatingList of Plants & Equipment'sCapacityYear ofManufacture& details ofcurrentcommissionCurrentLocationSource ofEquipmentown/leased/specificallymanufactureReferenceof PageNo. ofdocumentattachedThe complete information in above proforma shall be submitted by Contractor in EnvelopeNo.1. This information is a “MUST”In case the contractor proposes to hire Modern Drum Mix Plant, Static Roller, PaverFinisher etc. stated above agreement proforma given on Page No.35 shall be used andsame shall be enclosed in Envelope No.1Contractor No. of Corrections Executive Engineer


30Dy.E.E.(TO BE INCLUDED IN ENVELOPE NO.1)STATEMENT NO.2 “B” SHOWING DETAILS OF DRUM MIX PLANTREQUIRED FOR THIS WORKDetails of Drum Mix Plant available with the tenderer for this work.1. Drum Mix Plants Capacity :a. Name of Manufacturer :b. Date of Purchase. :c. Present location :d. Name of work on which deployed :e. Name and address of Engineer - in - charge. :f. Anticipated date of completion ofWork on which deployed. :STATEMENT SHOWING DETAILS OF PAVER FINISHERREQUIRED FOR THIS WORKDetails of Paver Finisher available with the tenderer for this work.1. Paver Finisher :a. Name of Manufacturer :b. Date of Purchase. :c. Present location :d. Name of work on which deployed :e. Name and address of Engineer - in - charge. :f. Anticipated date of completion ofWork on which deployed. :STATEMENT SHOWING DETAILS OF STATIC ROLLER AVAILABLE WITHTHE TENDERER REQUIRED FOR THIS WORKDetails of Static Roller available with the tenderer for this work.1. Static Roller (Static weight) :a. Name of Manufacturer :b. Date of Purchase. :c. Present location :d. Name of work on which deployed :e. Name and address of Engineer - in - charge. :f. Anticipated date of completion ofWork on which deployed.Contractor No. of Corrections Executive Engineer


31Dy.E.E.STATEMENT NO.3DETAILS OF WORKS IN HAND AND WORKS TENDEREDNAME OF THE CONTRACTOR :FOR AS ON ________________________(I) WORKS IN HANDRef. Page 15 Clause 1.4.10Sr. Name Agree <strong>Tender</strong>ed Date Stipulated Value Value of ProbableNo of the ment Amount. of date of of work Balance date of. work No. (Rs. in comm completio already work to completilakhs) encem n. done. be on.executedent.(Rs. In(Rs. Inlakhs)lakhs)1 2 3 4 5 6 7 8 9 10SAMPLE FORMRemarksSr.No.Name ofthe workName andAddress ofClient.(II) WORKS TENDERED FOR<strong>Tender</strong>edAmount.(Rs. Inlakhs)TimelimitProbable datewhen decision isexpectedOtherrelevantdetails, ifany.1 2 3 4 5 6 7SAMPLE FORMNote : 1) This is only a standard form. Details are to be furnished in thisformat in the form of type written statements which shall beenclosed in Envelope No.1.Contractor No. of Corrections Executive Engineer


32Dy.E.E.STATEMENT NO. 4STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITHCONTRACTOR WHICH CAN BE SPARED EXCLUSIVELY FOR THIS WORK.NAME OF THE CONTRACTOR :Sr.NoDesignationNameofpersonQualificationRef. Page 15 Clause 1.4.11Professional Experience of workcarried out1 2 3 4 5 6RemarksSAMPLE FORMNote :This is only a standard form. Details are to be furnished in thisformat in the form of type written statements, which shall beenclosed in Envelope No.1.Contractor No. of Corrections Executive Engineer


33Dy.E.E.100 Rs.BondxɨÉÖxÉÉ ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJɺÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉ (Affidavit)1. Affidavit shall be Notarified.2. Separate Affidavit shall be submitted for each work in original.¨ÉÒ --------------------------------------------------- ´ÉªÉ ´É¹Éæ -------------®úɽþhÉÉ®ú ---------------------------------------------------------------------------- ªÉɺÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉÉuùÉ®äú ʱɽÚþxÉ näùiÉÉä EòÒ, ¨ÉÒ ----------------------------------------------------------------------- ªÉÉ ¡ò¨ÉÇSÉÉ/ EÆò{ÉxÉÒSÉÉ |ÉÉä|ÉɪÉ]õ®ú/ ¨ÉÖJÉiªÉÉ®ú +ºÉÚxÉ -------------------------------- ªÉÉEòɨÉɺÉÉ`öÒ ÊxÉÊ´ÉnùÉ ºÉÉnù®ú Eäò±ÉÒ +ɽäþ. ºÉnù®ú ÊxÉÊ´Énäù¨ÉvªÉä =¹hÉʨɸÉÒiÉ (Hot Mix Hot Laid) ªÉÉb÷ÉƤɮúÒEò®úhÉÉSªÉÉ EòɨÉÉSÉÉ ºÉ¨ÉÉ´ÉäÉ +ºÉÚxÉ, ºÉnù®ú EòÉ¨É Eò®úhÉäEò®úÒiÉÉ +ɴɪÉEò ªÉÆjɺÉɨÉÖOÉÒ VɺÉä ½þÉì]õʨÉCºÉ/ bÅ÷¨É ʨÉCºÉ {±Éìx]õ, ºÉäxºÉ®ú {Éä´½þ®ú Ê¡òxÉÒÉ®ú, ¨ÉäEìòÊxÉEò±É +º¡òɱ]õ º{Éä+®ú, ´½þɪɥÉä]õ®úÒ ®úÉä±É®ú,º]ìõÊ]õC ®úÉä±É®ú


34Dy.E.E.100 Rs.BondxɨÉÖxÉÉ ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJɺÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉ (Affidavit)1. Affidavit shall be Notarified.2. Separate Affidavit shall be submitted for each work in original.¨ÉÒ --------------------------------------------------- ´ÉªÉ ´É¹Éæ -------------®úɽþhÉÉ®ú ---------------------------------------------------------------------------- ªÉɺÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉÉuùÉ®äú ʱɽÚþxÉ näùiÉÉä EòÒ, ¨ÉÒ ----------------------------------------------------------------------- ªÉÉ ¡ò¨ÉÇSÉÉ/ EÆò{ÉxÉÒSÉÉ |ÉÉä|ÉɪÉ]õ®ú +ºÉÚxÉ -------------------------------- ªÉÉ EòɨÉɺÉÉ`öÒÊxÉÊ´ÉnùÉ ºÉÉnù®ú Eäò±ÉÒ +ɽäþ. ºÉnù®ú ÊxÉÊ´ÉnäùSªÉÉ Envelope No.1 ¨ÉvªÉä VÉÒ EòÉMÉnù{ÉjÉä ºÉÉnù®ú Eäò±ÉÒ +ɽäþiÉ iÉÒJÉ®úÒ, ¤É®úÉä¤É®ú ´É {ÉÚhÉÇ +ɽäþiÉ. iªÉɨÉvªÉä EòÉähÉiªÉɽþÒ jÉÖ]õÒ, SÉÖEòÉ xÉɽþÒiÉ +ºÉä É{ÉlÉ{ÉÚ´ÉÇEò ¨ÉÉxªÉ Eò®úÒiÉ +ɽäþ.ªÉÉ EòÉMÉnù{ÉjÉÉƨÉvªÉä EòɽþÒ SÉÖEòÒSÉÒ, ÊnùÉɦÉÚ±É Eò®úhÉÉ®úÒ, JÉÉä]õÒ ´É iɺÉäSÉ +{ÉÚhÉÇ ¨ÉÉʽþiÉÒ +Éfø³ý±ªÉɺÉú ¨ÉÒEòɪÉnäùÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ +ɽäþ ´É ®úɽþÒxÉ.EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒContractor No. of Corrections Executive Engineer


35Dy.E.E.Rs.100/- Stamp PaperA G R E E M E N TThis Agreement made on / /200 at .............................…….. betweenM/s .............................................................……….........……….............. having its officeat ................................................……….....………............................. (herein referred toparty of the first part)Where as the party of the second part is desires to take various works ofRoad Construction through contract with Public Works Department. Government ofMaharashtra and the party of the first part is having its Drum Mix Plant/ Sensor PaverFinisher with Electronic Sensing Device to operate Asphalt work as per GovernmentSpecifications.First part of the party and second part of the party have agreed to have Mutualagreement that in the event of any asphalt work required to be carried out in the work of "IMPROVEMENT AND BLACK TOPPING TO SOLGAON FATA TO DEVACHEGOTHANE KERAVALE ROAD MDR-60 IN KM. 32/000 TO 33/500 AND 34/500 TO35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKA RAJAPUR DISTRICTRATNAGIRI. (UNDER NABARD-XVIII)." by the second part of the party, the first partof the party shall make their Drum Mix Plant/ Sensor Paver Finisher with ElectronicSensing Device confirming to Ministry of Road Transport & Highways, Specification.Fourth Revision, 2001 available for inspection, referred now in Para 1.4.7 of this tenderdocument and then provide the same approved after inspection, available to carry outlaying of asphalt work entrusted to the second part of the party (as per the specificationlaid down in the contract) on mutually agreed terms for this contract.The Agreement is valid for the actual period of physical completion of the saidwork for which this Agreement is made.In witness whereof, the first parties have executed this Agreement.WITNESS 1) ...........................................,2) ..........................................., Signature of First PartyWITNESS 1) ..........................................,2) .........................................., Signature of Second PartyContractor No. of Corrections Executive Engineer


Dy.E.E.36BLANK PAGEContractor No. of Corrections Executive Engineer


37Dy.E.E.NAME OF WORK :- IMPROVEMENT AND BLACK TOPPING TO SOLGAONFATA TO DEVACHE GOTHANE KERAVALE ROAD MDR-60 IN KM. 32/000 TO33/500 AND 34/500 TO 35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKARAJAPUR DISTRICT RATNAGIRI. (UNDER NABARD-XVIII)SCOPE OF WORKThe Proposed work of Improvement And Black Topping To Solgaon Fata To DevacheGothane Keravale Road MDR-60 In Km. 34/500 To 36/500) is to be executed inRajapur Taluka The Improvement and B.T. of road shall have following provision.1. Excavation of road side gutters in soft and hard strata.2. C.D. Works :- New Construction of Four Numbers of C.D. work of 800milimeter diameter NP-III class pipe single row with M-10 cement concretehead wall3) Black Topping :a. 50 milimeter thick Bituminous Bound macadam with tack with 60/70 gradeasphalt is proposed on existing B.T. surface and is to be laid for full width inKm. 34/500 to 35/300 and 35/600 to 36/100 and other stretches for profilecorrections.b. 20 milimeter thick hot mix hot laid premix carpet by using hot mix treatmentwith modern drum mix plant with 60/70 grade asphalt is to be laid for fulllength of 3.75 metre carriageway width in Km. 34/500 to 36/500 and Providingbituminous liquid seal coat to B.T. surface with 60/70 grade asphalt.4. Murum side shoulders.5. Providing and fixing Nabard Information sign boards, R.C.C. M-15 ordinaryKilometer stones, 200 metre stones and fixing M-20 grade PCC guard stones.6. Any other item not included above but included in Schedule 'B'.Contractor No. of Corrections Executive Engineer


38Dy.E.E.The proposed work site is approachable by road in normal condition. Theaverage rainfall ranges from 3500 mm to 4000 mm. The normal temperature ingeneral condition is about 15 0 C to 35 0 C.AVAILABILITY OF MATERIALS :-The materials required for this work are generally available in the vicinity of site ofwork in normal condition except bitumen which is to be procured from Mumbairefinery.Contractor No. of Corrections Executive Engineer


39Dy.E.E.METHODOLOGY OF WORK(GENERAL GUIDELINES)Following methodology of work shall be adopted by the contractor in consultation withEngineer-in-charge.(1) At the onset of work, the Nabard information sign board of size 180 x 120 centimetershould be erected at starting point and end point of work.(2) Required camber correction and grade correction shall be carried out as per directivesof Engineer in charge.(3) The earthwork for gutter excavation shall be executed as directed by Engineer in charge.(4) The work of construction of new C.D. works 800 milimeter diameter NP-3 class pipeshall be done. The work of concreting for C.D. works shall be started only aftergetting the concrete mix design approved from the Engineer-in-charge.(5) The work of B.B.M. shall be carried out. The work of gutter shall be carried outsimultaneously. The work of side gutters & C.D. works as shown in drawing shall becarried out before starting the B.T. work. However, if execution of these itemsinvolve extra cost, either due to extra quantities of excavation or under-utilisation ofexcavated material such extra cost will have to be borne by the contractor.(6) After construction of BBM work of 20 mm thick premix carpet with liquid seal coatshall be done.(7) The work of filling side shoulders with 5% camber shall be done simultaneously assoon as after laying of B.B.M. layer. The side shoulders shall be compacted by staticroller and with watering.(8) The items for road side furniture shall be executed.(9) While doing B.T. work hot mix plant operation at plant site shall start at 8.00 A.M. inthe morning in presence of Engineer in charge or his assigned representative, (atplant) and laying shall be stopped before 5.30 P.M. The work of laying hot mixmaterial shall invariably be stopped at 5.30 P.M. in the evening.(10) Traffic plying at design speed shall not feel hump or jerk on any stretches. Contractorshall plan for all such location well before taking up work in such stretches anddifficulties in doing so, if any, be brought to the notice of the Engineer and only afterhis permission work proceeded further.Contractor No. of Corrections Executive Engineer


40Dy.E.E.(11) There is normal traffic plying on the existing road. The tenderer should get himselfaccustomed with the traffic conditions before quoting for the work. Once the work isstarted, contractor shall take sufficient care shall be taken to see thatobstruction/inconvenience to traffic is kept to the bearest minimum. Sufficientnumber of boards as required and approved by Engineer in charge shall be providedby the Contractor at his own cost at such a location which shall give sufficientwarning of work, in progress. Special care shall be taken by the contractor duringnight hours. Reflective caution boards clearly visible at night, blinkers at night &rumbler strips shall be provided by the contractor at his own cost as directed by theEngineer in charge. The Contractor shall maintain the diversion properly at his owncost as directed by the Engineer in charge till the completion of the work.(12) Working staff of contractor working on road site shall be provided with reflectivesafety jackets & helmets. Such safety jackets & helmet shall be provided to PWDstaff working on site by the contractor at his own cost.(13) As far as possible all undulations in existing surface shall be made to required level inB.B.M only.(14) Work of Black Topping shall not be paid unless gutters are excavated.Contractor No. of Corrections Executive Engineer


41Dy.E.E.FORM B-1PERCENTAGE RATE TENDER & CONTRACT FOR WORKSDEPARTMENT : PUBLIC WORKS DEPARTMENT.REGION : PUBLIC WORKS REGION, MUMBAI.CIRCLE : PUBLIC WORKS CIRCLE, RATNAGIRI.DIVISION : PUBLIC WORKS DIVISION, NORTH RATNAGIRI.NAME OF WORK : IMPROVEMENT AND BLACK TOPPING TO SOLGAONFATA TO DEVACHE GOTHANE KERAVALE ROAD MDR-60 IN KM. 32/000 TO33/500 AND 34/500 TO 35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKARAJAPUR DISTRICT RATNAGIRI. (UNDER NABARD-XVIII)General Rules and Directions for the Guidance of Contractors11. All works proposed to be executed by contract shall be notified in a form of invitationto tender Online e-<strong>Tender</strong>ing System also pasted on a board hung up in the office of theExecutive Engineer and signed by the Executive Engineer, North Ratnagiri PublicWorks Division, Ratnagiri.This form will state the work to be carried out as well as the date for submitting andopening tenders, and the time allowed for carrying out the work. Also the amount of earnestmoney to be deposited with the tender, and the amount of the security deposit to be depositedby the successful 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 at theoffice of Executive Engineer during office hours.Where the works are proposed to be executed according to the specificationsrecommended to a contractor and approved by a competent authority on behalf of theGovernor of Maharashtra, such specifications with designs and drawings shall form part ofthe accepted tender.2. In the event of the tender being submitted by a firm, it must be signed separately byeach partner thereof, and in the event of the absence of any partner, it shall be signed on hisbehalf by a person holding a power of attorney authorizing him to do so.2.(A)I) The contractor shall pay alongwith the tender the sum of Rs. 39,000/- (Rupees Thirtynine thousand only.) as and by way of earnest money. The contractor may pay the saidamount by forwarding alongwith the tender * Treasury challan or Term Deposit Receipt forthe said amount drawn on any Scheduled Bank for the like amount infavour of the ExecutiveEngineer. The said amount of earnest money shall not carry any interest what-so-ever.(P.W. & H. Deptt. Corrigendum No. CAT - 1073 / 16967 - D-3 Dt.14-5-76)* Strike out which is not required.Contractor No. of Corrections Executive Engineer


42Dy.E.E.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 conditions of General Conditions of contract.III)IV)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 furnishthe balance of security deposit, within 10 days from receipt of acceptance letterwithout prejudice to any other rights and powers of the Government, hereunder, or inlaw, Government shall be entitled to forfeit the full amount of the earnest moneydeposited by him.In the event of this tender not being accepted, the amount of earnest money depositedby the contractor shall, unless it is prior thereto forfeited under the provisions of subclause(iii) above, be refunded to him on passing receipt therefor.(B. & C. Deptt. 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, shouldalso 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 byone of the partners, or by some other person having authority to give effectual receiptsfor the firm.4. Any person who submits a tender shall fill up the usual printed form starting at whatpercentage above or below the rates specified in Schedule B (Memorandum showingitems of work to be carried out) he is willing to undertake the work. Only one rate orsuch percentage on all the Estimated rates/Schedule rates shall be named <strong>Tender</strong>s,which propose any alteration in the works specified in the said form of invitation totender, or in the time allowed for carrying out the work, or which contain any otherconditions will be liable for rejection. No printed form of tender shall include a tenderfor more than one work but if contractor wishes to tender for two or more works, shallsubmit a separate tender for each. <strong>Tender</strong> shall have the name and number of the workto which they refer written outside the envelope.5. The Executive Engineer or his duly authorized Assistant shall open tenders in thepresence of contractors who have submitted tenders or their representatives who maybe present at the time, and he will enter the amounts of the several tenders in acomparative statement in a suitable form. In the event of a tender being accepted, thecontractor shall for the purpose of identification, sign copies of the specifications andother documents mentioned in Rule 1. In the event of tender being rejected, theDivisional officer shall authorize the Treasure Officer concerned to refund the amountof the earnest money deposited to the contractor making the tender, on his giving areceipt for the return of the money.6. The officer competent to dispose of the tenders shall have the right of rejecting all orany of the tenders.Contractor No. of Corrections Executive Engineer


43Dy.E.E.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 onGovernment unless 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 andcomplete by the office of the Executive Engineer before the tender form is issued. If aform issued to an intending tenderer has not been so filled in and completed, he shallrequest the said office to have this done before he completes and delivers his tender.9. All work shall be measured net by standard measure and according to the Rules andcustoms of the Public Works Department and their rates shall be without referencesto any local 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 initialed.12. The measurements of work will be taken according to the usual methods in use in thePublic Works Department and no proposals to adopt alternative methods will beaccepted. The Executive Engineer‟s decision as to what is “the usual method in use inthe Public Works Department” will be final.13. The tendering Contractor shall furnish a declaration alongwith the tender showing allworks for which he has already entered into contract and the value of the work thatremain to be executed in each case on the date of submitting the tender.14. In view of the difficult position regarding the availability of foreign exchange, noforeign exchange would be released by the Department for the purchase of plant andmachinery required for the execution of the work contracted for.(GCD/PWD/CFM/1058/62517 OF 26.5.1959)Contractor No. of Corrections Executive Engineer


44Dy.E.E.15. The contractor will have to construct shed for storing controlled and valuablematerials issued to him under Schedule „A‟ of the agreement, at work site havingdouble locking arrangement. The materials will then be taken for use in the presenceof the Departmental person. No material will be allowed to be removed from the siteof works.16. The contractors shall also give a list of machinery in their own/hire and 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 ContractLabour (Regulation and Abolition) Act, 1973 before starting the work. Failing which,acceptance of the tender shall be liable for withdrawal and earnest money shall beforfeited to the Government (refere Government of Maharashtra, Irrigation and PowerDepartment‟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 thereunder from time to time. If he fails to do so, his failureshall be breach of the contract and the Chief Engineer Superintending Engineer, mayin his discretion cancel the contract. The contractor shall also be liable for anypecuniary liability arising on account of any violation by him of the provisions of thesaid Act.Contractor No. of Corrections Executive Engineer


45TENDER FOR WORKSI/We hereby tender for the execution, for the Governor of Maharashtra( here-in-before and here-inafter referred to as “ Government”) of thework specified in the under written memorandum within the timespecified in such memorandum at * _______________________percent Below/above the estimated rates entered in Schedule „B‟ (Memorandum showing items of work to be carried out ) and inaccordance in all respects with the specifications, designs, drawings,and instructions in writing referred to in Rule 1 hereof and in Clause12 of the annexed conditions of contract and agree that whenmaterials for the work are provided by the Government, such materialsand the rate to be paid for them shall be as provided in Schedule „A”hereto.* In figures aswell as in wordsDy.E.E.MEMORANDUM(a) NAME OF WORK:- IMPROVEMENT AND BLACKTOPPING TO SOLGAON FATA TODEVACHE GOTHANE KERAVALEROAD MDR-60 IN KM. 32/000 TO33/500 AND 34/500 TO 35/000 (ACTUALKM. 34/500 TO 36/500) IN TALUKARAJAPUR DISTRICT RATNAGIRI.(UNDER NABARD-XVIII)B) Estimated Cost : Rs. 38,68,839/-C) Earnest Money. : Rs. 39,000/-D) Security Deposit :I) Cash ( Not less than the amount Rs. 78,000/-of earnest money.)ii) To be deducted from : Rs. 78,000/-current bills.________________________Total Rs. 1,56,000/-_____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.FOUR PERCENT12 Calendar months(Twelve months)(including monsoon)A) If several subworks are includedthey should bedetailed in a separatelist.C) The amount ofearnest money to bedeposited shall be inaccordance with theprovisions of paras206 & 207 of theM.P.W. manual.D) This deposit shallbe in accordancewith paras 213 &214 of the M.P.W.Manual.E) This percentagewhere necessarydeposit is taken willvary from 5 percentto 10 percentaccording to therequirements of thecase. Where securitydeposit is taken seenote 1 to clause 1 ofconditions ofcontract.F) Give schedulewhere necessaryshowing dates bywhich the variousitems are to becompleted.Contractor No. of Corrections Executive Engineer


46Dy.E.E.2. I/We agree that the offer shall remain open for acceptance for aminimum period of 120 days from the date fixed for opening of envelopeNo.2 (Financial Bid) and thereafter until it is withdrawn by me/ us bynotice in writing duly addressed to the authority opening the tenders andsent by registered post A.D. or otherwise delivered at the office of suchauthority . Treasury Bank Challan No. And date or Deposit At CallReceipt No.____________ and date ________ in respect of the sum of Rs.39,000/- (in words Rupees Thirty nine thousand only) representing theearnest money is herewith forwarded. The amount of earnest money shallnot bear interest and shall be liable to be forfeited to the Government,should I/We fail to (I) abide by the stipulation to keep the offer open forthe period mentioned above or (II) Sign and complete the contractdocuments as required by the Engineer and furnish the security deposit asspecified in item (d) of the memorandum contained in paragraph (1) abovewithin the time limit laid down in clause (1) of the annexed GeneralConditions of contract. The amount of earnest money may be adjustedtowards the security deposit or refunded to me/us if so, desired by me/ usin writing, unless the same or any part thereof has been forfeited asaforesaid.3. I/We have secured exemption from payment of earnest money afterexecuting the necessary bond in favour of the Government, a true copy ofwhich is enclosed herewith. Should any occasion for forfeiture of earnestmoney for this work arise due to failure on my/our part to (i) abide by thestipulations to keep the offer open for the period mentioned above or (ii)sign and complete the contract documents and furnish the security depositas specified in item (d) of the Memorandum contained in paragraph (1)above within the time limit laid down in clause (1) of the annexed GeneralConditions of Contract, the amount payable by me/us may, at the option ofthe Engineer, be recovered out of the amount deposited in lump sum forsecuring exemption in so far as the same may extend in terms of the saidbond and in the event of the deficiency out of any other moneys which aredue or payable to me/us by the Government under any other contract ortransaction of any nature whatsoever or otherwise.Contractor No. of Corrections Executive Engineer


47Dy.E.E.4. Should this tender be accepted I/We hereby agree to abide byand fulfill 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.Contractor :Address :Signature of Contractorbefore submission ofthe tenderDated _______The _______ day of _____ 20___(Witness) $ ____________________________Address ______________________________________________________________$ Signature of witness tocontractor‟s signature(Occupation) ___________________________The above tender is hereby accepted by me for and on behalf of theGovernor of Maharashtra.Dated day of 20__ * Executive Engineer * Signature of the officerby whom accepted.Contractor No. of Corrections Executive Engineer


48CONDITIONS OF CONTRACTDy.E.E.Security depositPWD. ResolutionNo.CAT/1087/CR-94 Bldg 2dt. 14-6-89.Clause 1 - The person/persons whose tender may be accepted(hereinafter called the Contractor, which expression shall unlessexcluded by or repugnant to the context include his heirs, executors,administrators, and assigns ) shall (A) within 10 days (which may beextended by Superintending Engineer concerned up to 15 days ifSuperintending Engineer thinks fit to do so) of the receipt by him of thenotification of the acceptance of his tender deposit with the ExecutiveEngineer in cash or Government securities endorsed to the ExecutiveEngineer (if deposited for more than 12 months) of the sum sufficientwhich will made up the full security deposit specified in the tender or (B)(Permit Government at the time of making any payment to him for workdone under the contract to deduct such as will amount to * FOURpercent of all moneys so payable such deductions to be held byGovernment by way of security deposit. ) Provided always that in theevent of the Contractor depositing a lump sum by way of security depositas contemplated at above, then and in such case, if the sum so depositedshall not amount to FOUR percent of the total estimated cost of thework, it shall be lawful for Government at the time of making anypayment to the Contractor for work done under the contract to make upthe full amount of FOUR percent by deducting sufficient sum fromevery such payment as last aforesaid until the full amount of the securitydeposit is made up. All compensation or other sums of money payableby the Contractor to Government under the terms of his contract may bededucted from or paid by the sale of sufficient part of his security depositor from the interest arising there form , or from any sums which may bedue or may become due by Government to the Contractor under anyother contract or transaction of any nature on any account whatsoeverand in the event of his security deposit being reduced by reason of anysuch deduction or sale as aforesaid, the Contractor shall within ten daysthereafter, make good in cash or Government securities endorsed asaforesaid any sum or sums which may have been deducted from, orraised by sale of his security deposit or any part thereof. The securitydeposit referred to, when paid in cash may, at the cost of the depositor,be converted into interest bearing securities provided that the depositorhas expressly desired this in writing.Contractor No. of Corrections Executive Engineer


49Dy.E.E.The security deposit will not be accepted in forms of insurancecompany bonds as per Government orders contained in No.CCM/PWD/4250 DATED 27/12/1956.__________________________________________________Note : This will be the same percentage as that in the tender at (e) onPage No.45.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 alongwith 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 alongwiththe 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 isover. 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.Contractor No. of Corrections Executive Engineer


50Dy.E.E.Compensation fordelayClause 2 - “The time allowed for carrying out the work as entered inthe tender shall be strictly observed by the Contractor and shall bereckoned from the date on which the order to commence the work isgiven to the Contractor. The work shall through the stipulated periodof the contract be proceeded with, with all due diligence (time beingdeemed to be the essence of the contract on the part of theContractor) and Contractor shall pay as compensation an amountequal to one percent or such smaller amount as the SuperintendingEngineer ( whose decision in writing shall be final ) may decide , ofthe amount of the estimated cost of the whole work as shown by thetender for every day that the work remains uncommenced , orunfinished after the proposed dates . And further to ensure goodprogress during execution of the work , the contractor shall be boundin all cases in which the time allowed for any work exceeds onemonth to complete.25 % of the work in ** 1/4 of the time As50 % do 1/2 of the time indicated100 % do 12 Months. in barchart onFull work to be completed in (12) TWELVE Months includingmonsoon.Page 161.In the event of the contractor failing to comply with this condition heshall be liable to pay as compensation an amount equal to one percentor such smaller amount as Superintending Engineer (whose decisionin writing shall be final) may decide of the said estimated cost of thewhole work for every day that due quantity , of work remainsincomplete. Provided always that the total amount of compensationto be paid under the provisions of this clause shall not exceed 10 percent of the estimated cost of the work as shown in the tender.Superintending Engineer shall be the final authority in this respect,irrespective of the fact that the tender is accepted by Chief Engineer/Superintending Engineer/Executive Engineer.Contractor No. of Corrections Executive Engineer


51Dy.E.E.Action whenwhole of securitydeposit isforfeited.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 onesum or deducted by installments) or in the case of abandonment ofthe work owing to serious illness or death of the contractor or anyother cause, the Engineer, on behalf of the Governor of Maharashtra,shall have power to adopt any of the following courses, as he maydeem best suited to the interest of Government :-(A) To rescind the contract (for which rescission notice in writing tothe contractor under the hand of Executive Engineer shall beconclusive evidence) and in that case the security deposit of thecontractor shall stand forfeited and be absolutely at the disposal ofGovernment.(B) To carry out the work or any part of the work departmentallydebiting the contractor with the cost of the work, expenditureincurred on tools and plant, and charges on additional supervisorystaff including the cost of work-charged establishment employed forgetting unexecuted part of the work completed and crediting him withthe value of the work done departmentally in all respects in the samemanner 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 the costs and other allied expenses soincurred and as to the value of the work so done departmentally shallbe final and conclusive against the contractor.(C) To order that the work of the contractor be measured up to andtake such part thereof as shall be unexecuted out of his hands, and togive it to another contractor to complete, in which case all expensesincurred on advertisement for fixing a new contracting agency,additional supervisory staff including the cost of work-chargedestablishment and the cost of the work executed by the new contractagency will be debited to the contractor and at the value of the workdone or executed through the new contractor shall be credited tothe contractor in all respects and in the same manner and at the samerates as if it had been carried out by the contractor under the terms ofhis contract. The certificate of the Executive Engineer as to all thecost of the work and other expenses incurred as aforesaid for or ingetting the unexecuted work done by the new contractor and as to thevalue of the work so done shall be final and conclusive against thecontractor.Contractor No. of Corrections Executive Engineer


52Dy.E.E.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 therefore actually performed by him under this contract unlessand until 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.In the event of either of the courses referred to in clause (b) or (c)being adopted and the cost of work executed departmentally orthrough a new contractor and other allied expenses exceeding thevalue of such work credited to the Contractors, the amount of excessshall be deducted from any money due to the Contractor, byGovernment under the contract or otherwise howsoever or from hissecurity deposit or the sale proceeds thereof provided, however thatthe Contractor shall have no claim against Government even if thecertified value of the work done departmentally or through a newcontractor exceeds the certified cost of such work and allied expenses,provided always that whichever of the three courses mentioned inclauses (a) , (b) or (c) is adopted by the Executive Engineer, theContractor shall have no claim to compensation for any loss sustainedby him by reason of his having purchased, or procured any materials,or entered into any engagements or made any advances on account of,or with a view to the execution of the work or the performance of thecontract.Action when theprogressof any particularportionof the work isunsatisfactory.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)after giving the Contractor 10 days notice in writing. The Contractorwill have no claim for compensation, for any loss sustained by himowing to such action.Contractor No. of Corrections Executive Engineer


53Dy.E.E.Contractorremains liableto pay compensationifaction not takenunderClause 3 & 4.Power to takepossessionof or requireremoval ofor sellcontractor’splant.Extension of time.Clause 5 :- In any case in which any of the powers conferred uponthe Executive Engineer by clause 3 and 4 hereof shall have becomeexercisable and the same shall not have been exercised, the nonexercise thereof shall not constitute a waiving of any of theconditions hereof and such powers shall notwithstanding beexercisable in the event of any future case of default by thecontractor for which under any clause hereof he is declared liable topay compensation amounting to the whole of his security deposit andthe liability of the contractor for past and future compensation shallremain unaffected. In the event of the Executive Engineer takingaction under sub - clause (a) or (c) of clause 3, he may, if he sodesires, take possession of all or any tools, plant, materials and stores,in or upon the works or the site thereof or belonging to thecontractor, or procured by him and intended to be used for theexecution of the work or any part thereof, paying or allowing for thesame 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 inwriting to the contractor or his clerk of the work, foreman or otherauthorized agent require him to remove such tools and plants,materials, or stores from the premises within a time to be specified insuch notice, and in the event of the contractor failing to comply withany such requisition, the Executive Engineer may remove them atthe contractor‟s expenses or sell them by auction or private sale onaccount of the contractor and at his risk in all respects, and thecertificate of the Executive Engineer as to the expenses of any suchremoval and the amount of the proceeds and expense of any such saleshall be final and conclusive against the Contractor.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 thedate on which he was hindered as aforesaid or on which the cause forasking for extension occurred, whichever is earlier and the ExecutiveEngineer/Superintending Engineer (as the case may be) may if inhis opinion, there were reasonable grounds for granting an extension,grant such extension as he thinks necessary or proper. The decision ofthe Executive Engineer/Superintending Engineer (as the case maybe) in this matter shall be final.Contractor No. of Corrections Executive Engineer


54Dy.E.E.Final CertificatePayment onintermediatecertificate to beregarded asadvances.Clause - 7 :- On the completion of the work the Contractor shall befurnished with a certificate by the Executive Engineer ( hereinaftercalled the Engineer-in-charge ) of such completion, but no suchcertificate shall be given nor shall the work be considered to becompleted until the Contractor shall have remove from the premiseson which the work shall have been executed, all scaffolding, surplusmaterials and rubbish and shall have cleaned off the dirt from allwoodwork, doors, windows, walls, floor or other parts of anybuilding in or upon which the work has been executed, or of which hemay have had possession for the purpose of executing the wok noruntil the work shall have been measured by the Engineer-in-charge orwhere the measurements have been taken by his subordinates untilthey have received approval of the Engineer-in-charge, the saidmeasurements being binding and conclusive against the contractor. Ifthe Contractor shall fail to comply with the requirements of thisclause as to the removal of scaffolding, surplus materials and rubbishand the cleaning of dirt on or before the date fixed for the completionof the work the Engineer-in-charge may at the expense of theContractor, remove such scaffolding, surplus materials and rubbish,and dispose off the same as he thinks fit and clean off such dirt asaforesaid and the Contractor shall forthwith pay the amount of allexpenses so incurred, but shall have no claim in respect of any suchscaffolding or surplus materials as aforesaid except for any sumactually realized by the sale thereof.Clause 8 :- No payment shall be made for any work, estimated to costless than Rupees One Thousand till after the whole of work shall havebeen completed and a certificate of completion given. But in the caseof works estimated to cost more than Rupees One Thousand, theContractor shall on submitting a monthly bill therefore, be entitled toreceive payment proportionate to the part of the work then approvedand passed by the Engineer - in- charge, whose certificate if suchapproval and passing of the sum so payable shall be final andconclusive against the Contractor. All such intermediate paymentsshall be regarded as payments by way of advance against the finalpayments only and not as payments for work actually done andcompleted, and shall not preclude the Engineer-in-charge fromrequiring any bad, unsound, imperfect or unskillful work to beremoved or taken away and reconstructed or re-erected nor shall anysuch payment be considered as an admission of the due performanceof the Contract or any part thereof in any respect or the occurring ofany claim, nor shall it conclude, determine or affect in any otherway the powers of the Engineer- in-charge as to the final settlementand adjustment of the accounts or otherwise, or in any other way varyor affect the Contract. The final bill shall be submitted by theContractor within one month of the date fixed for the completion ofthe work. otherwise the Engineer-in-charge's certificate of themeasurements and of the total amount payable for the work shall befinal and binding on all parties.Contractor No. of Corrections Executive Engineer


55Dy.E.E.Payment atreduced rates onaccount of itemsof work notaccepted ascompleted to beat the desecrationof the Engineer incharge.Clause 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 accordancewith the sanctioned specifications. In cases where the items of workare not accepted as so completed, the Engineer-in-charge may makepayment on account of such items at such reduced rates as he mayconsider reasonable in the preparation of final or on-account bills.Bill to besubmittedmonthly.Clause 10 :- A bill shall be submitted by the Contractor in eachmonth on or before date fixed by the Engineer-in-charge for all worksexecuted in the previous month, and the Engineer-in-charge shall takeor cause to be taken the requisites measurement for the purpose ofhaving the same verified and the claim, so far as it is admissible, shallbe adjusted , if possible, within ten days from the presentation of thebill. If the Contractor does not submit the bill within the time fixed asaforesaid, the Engineer-in-charge may depute a subordinate tomeasure up the said work in the presence of the Contractor or his dulyauthorized agent whose countersignature to the measurement list shallbe sufficient warrant, and the Engineer-in-charge may prepare a billfrom such list which shall be binding on the Contractor in all respect.Bills to be onprinted form.Clause 11 - The Contractor shall submit all bills on the printed formsto be had on application at the office of the Engineer-in-charge. Thecharges to be made in the bills shall always be entered at the ratesspecified in the tender or in the case of any extra work ordered inpursuance of these conditions and not mentioned or provided for inthe tender, at the rates hereinafter provided for such work.Contractor No. of Corrections Executive Engineer


56Dy.E.E.Stores suppliedby Government.Clause 12 :- If the specification or estimate of the work provides forthe use of any special description of material to be supplied from thestores of the Public Works Department store or if it is required thatthe contractor shall use certain stores to be provided by the Engineerin-charge(such material and stores and the prices to be chargedtherefore as hereinafter mentioned being so far as practicable for theconvenience of the contractor but not so as in any way to control themeaning or effect of this contract specified in the schedule ormemorandum hereto annexed) the contractor shall be supplied withsuch materials and stores as may be required from time to time to beused by him for the purpose of the contract only, and the value of thefull quantity of the materials and stores so supplied shall be set off ordeducted from any sums then due or thereafter to become due to thecontractor under the contract, or otherwise, or from the securitydeposit, or the proceeds of the sale thereof, if the security deposit isheld in Government securities, the same or a sufficient portionthereof shall in that case be sold for the purpose. All materialssupplied to the contractor shall remain the absolute property ofGovernment 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 atthe time of completion or determination of the contract shall bereturned to the Public Works Departmental store, if the Engineer-inchargeso requires by a notice in writing given under his hand, butthe contractor shall not be entitled to return any such materials exceptwith consent of the Engineer-in-charge and he shall have no claim forcompensation on account of any such material supplied to him asaforesaid but remaining unused by him or for any wastage or damageto any such materials.Clause 12 (A) :- All stores of controlled materials such as cement,steel etc., to be supplied by Government to the contractor should bekept by the contractor under lock and key and will be accessible forinspection by the Executive Engineer or his agent at all the times.Works to beexecuted inaccordance withspecificationsdrawings,orders, etc.Clause 13 :- The contractor, shall execute the whole and every partof the work in the most substantial and workman like manner, andboth as regards materials and every other respect in strict accordancewith specifications. The contractors shall also conform exactly, fullyand faithfully to the designs, drawings and instructions in writingrelating to the work signed by the Engineer-in-charge and lodged inhis office and to which the contractor shall be entitled to have accessfor the purpose of inspection at such office, or on the site of the workduring office hours. The contractor will be entitled to receive threesets of contract drawings and working drawings as well as onecertified copy of the accepted tender along with the work order freeof cost. Further copies of the contract drawings and workingdrawings if required by him, shall be supplied at the rate ofRs.300/- per set of contract drawings and Rs.150/- per workingdrawing except where otherwise specified.Contractor No. of Corrections Executive Engineer


57Dy.E.E.Alterations inspecifications indesigns not toinvalidatecontracts.Rates for worksnot entered inestimate, orschedule of ratesof the contract.Extensions of timein consequence ofadditions oralterations.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 oradvisable during the progress of the work, and the Contractor shall bebound to carry out the work in accordance with any instructions inthis connection which may be given to him in writing signed by theEngineer-in-charge and such alteration shall not invalidate thecontract, and any additional work which the Contractor may bedirected to do in the manner above specified as part of the work shallbe carried out by the Contractor on the same conditions in all respectson which he agreed to do the main work, and at the same rates as arespecified in the tender for the main work. And if the additional andaltered work includes any class of work for which no rates is specifiedin this contract, then such class of work shall be carried out at therates entered in the Schedule of Rates of the Division prevailing at thetime when the extra items crop up or at the rates mutually agreedupon between the Engineer-in-charge and the contractor whicheverare lower. If the additional or altered work for which no rate isentered in the Schedule of Rates of the Division, is ordered to becarried out before the rates are agreed upon then the Contractor shallwithin seven days of the date of receipt by him of the order to carryout the work inform the Engineer-in-charge of the rate which it is hisintention to charge for such class of work, and if the Engineer-inchargedoes not agree to this rate, he shall by notice in writing be atliberty to cancel his order to carry out such class of work, and arrangeto carry it out in such manner as he may consider advisable providedalways that the Contractor shall commence work or incur anyexpenditure in regard thereto before the rates shall have beendetermined 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 ofthe rates as aforesaid according to such rate or rates as shall be fixedby the Engineer-in-charge. In the event of a dispute, the decision ofthe Superintending Engineer of the Circle will be final.Where, however, the work is to be executed according to thedesigns, drawings and specifications recommended by the contractorand accepted by the competent authority the alterations abovereferred to shall be within the scope of such designs, drawings andspecifications appended to the tender.The time limit for the completion of the work shall be extended inthe proportion that the increase in its cost occasioned by alterations oradditions bears to the cost of the original contract work, and thecertificate of the Engineer-in-charge as to such proportion shall beconclusive.Contractor No. of Corrections Executive Engineer


59Dy.E.E.CAT-1268/59382Dsk-II dt.22-2-78.4. In the event of -i) Any total stoppage of work on notice from the Engineerunder clause (1) in that behalf.ii)Withdrawal by the Contractor from the contractual obligationsto complete the remaining unexecuted work under subclause(2) on account of continued suspension of work for aperiod exceeding 90 days.ORiii) Curtailment in the quantity of item or items originallytendered on account of any alteration, omission or substitutions in thespecifications drawing, designs, or instructions under clause 14(1)where such curtailment exceeds 25% in quantity and the value of thequantity curtailed beyond 25 percent at the rates for the itemspecified in the tender is more than Rs. 5,000/-.It shall be open to the Contractor, within 90 days from the serviceof (i) the notice of stoppage of work or (ii) the notice of withdrawalfrom the contractual obligations under the contract on accountof the continued suspension of work or (iii) notice under clause 15(1)resulting in such curtailment, to produce to the Engineer satisfactorydocumentary evidence that he had purchased for agreed to purchasematerial for use in the contract work, before receipt by him of thenotice of stoppage, suspension or curtailment and require theGovernment to take over on payment such material at the ratesdetermined by the Engineer, provided, however such rates shall in nocase exceeds the rates at which the same were acquired by theContractor. The Government shall thereafter take over the material sooffered, provided the quantities offered, are not in excess of therequirements of the unexecuted work as specified in the acceptedtender and are of quality and specifications approved by the Engineer.No claim to anypayment orcompensation foralteration in orrestriction ofwork.Clause 15 (A) - The Contractor shall not be entitled to claim anycompensation from Government for the loss suffered by him onaccount of delay by Government in the supply of materials entered inSchedule A where such delay in caused by -i) Difficulties relating to the supply of railway wagons.ii)iii)iv)Force majeure.Act of God.Act of enemies of the State or any other reasonable causebeyond the control of Government.Contractor No. of Corrections Executive Engineer


60Dy.E.E.Time limit forunforeseenclaims.Action andcompensationpayable in caseof bad work.P.W.D. ResolutionNo. CAT-1087/CR-94/Bldg.2 dt.14-6-89.Work’s to beopened toinspection.Contractor orresponsibleagent to bepresent.In the case of such delay in the supply of materials, Governmentshall grant such extension of time for the completion of the works asshall appear to the Executive Engineer to be reasonable in accordancewith the circumstances of the case. The decision of the ExecutiveEngineer as to the extension of time shall be accepted as final by theContractor.Clause 16 :- Under no circumstances whatever shall the Contractorbe entitled to any compensation from Government on any accountunless the Contractor shall have submitted claim in writing to theEngineer-in-charge within one month of the case of such claimoccurring.Clause 17 :- If at any time before the security deposit or any partthereof is refunded to the Contractor it shall appear to the Engineerin-chargeor his subordinate in charge of the work, that any work hasbeen executed with unsound, imperfect or unskillful workmanship orwith materials of inferior quality or that any materials or articlesprovided by him for the execution of the work are unsound or of aquality inferior to the that Contracted for, or are otherwise not inaccordance with the Contract, it shall be lawful for the Engineer-inchargeto intimate this fact in writing to the Contractor and then notwith standing the fact that the work, materials or articles complainedof may have been inadvertently passed, certified and paid for, theContractor shall be bound forthwith to rectify, or remove andreconstruct the work so specified in whole or in part, as the case maybe require or if so required shall remove the materials or articles sospecified and provide other proper and suitable materials or articles athis own charge and cost and in the event of his failing to do so withina period to be specified by the Engineer-in-charge in the writtenintimation aforesaid, the contractor shall be liable to paycompensation at the rate of one percent on the amount of the estimatefor every day not exceeding 10 days during which the failure socontinuous and in the case of any such failure the Engineer-in-chargemay rectify or remove and re-execute the work or remove and replacethe materials or articles complained of, as the case may be at the riskand expense in all respects of the Contractor. Should the Engineer-inchargeconsider that any such inferior work or materials as describedabove may be accepted or made use of it shall be within his discretionto accept the same at the such reduce rates as he may fix therefor.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 Engineerin-chargeand his subordinates to visit the work shall have been given tothe contractor, either himself be present to receive orders andinstructions , or have a responsible agent duly accredited in writingpresent for that purpose. Orders given to the Contractors duly authorizedagent shall be considered to have the same force and effect as if they hadbeen given to the Contractor himself.Contractor No. of Corrections Executive Engineer


61Dy.E.E.Notice to begiven beforework is coveredup.Contractor liablefor damage done,and forimperfections.P.W.D. ResolutionNo.CAT-1087/CR-94/Bldg.2.dt.14-6-89.Clause 19 :- The Contractor shall give not less than five days noticein writing to the Engineer-in-charge or his subordinate in charge ofthe work before covering up or otherwise placing beyond the reach ofmeasurement any work in order that the same may be measured andcorrect dimension thereof taken before the same is so covered up orplaced beyond the reach of measurement and shall not cover up orplace beyond the reach of measurement any work without theconsent in writing of the Engineer-in-charge or his subordinate incharge of the work, and if any work shall be covered up or placedbeyond the reach of measurement, without such notice having beengiven or consent obtained the same shall be uncovered at theContractors expense, and in default thereof no payment or allowanceshall be made for such work or for the materials with which the samewas executed.Clause 20 :- If during the period of 24 (Twenty four) months fromthe date of completion as certified by the Engineer-in-charge pursuantto clause 7 of the contract, and if in the opinion of the ExecutiveEngineer the said work is defective in any manner whatsoever, theContractor shall forthwith on receipt of notice in that behalf from theExecutive Engineer, duly commence execution and completely carryout at his cost in every respect all the work that may be necessary forrectifying and setting right the defects specified therein includingdismantling and reconstruction of unsafe portions strictly inaccordance with and in the manner prescribed and under thesupervision of the Executive Engineer. In the event of the Contractorfailing or neglecting to commence execution of the said rectificationwork within the period prescribed therefore in the said notice and /orto complete the same as aforesaid as required by the said notice, theExecutive Engineer may get the same executed and carried outdepartmentally or by any other agency at the risk, on account and atthe cost of the Contractor. The Contractor shall forthwith on demandpay to the Government the amount of such cost, charges and expensessustained or incurred by the Government of which the certificate ofthe Executive Engineer shall be final and binding on the Contractor.Such costs, charges and expenses shall be deemed to be arrears ofland revenue and in the event of the Contractor failing or neglectingto pay the same on demand as aforesaid without prejudice to anyother rights and remedies of the Government, the same may berecovered from the contractor as arrears of land revenue. TheGovernment shall also be entitled to deduct the same from anyamount which may then be payable or which may thereafter becomepayable by the Government to the contractor either in respect of thesaid work or any other work whatsoever or from the amount ofsecurity deposit retained by Government.Contractor No. of Corrections Executive Engineer


62Dy.E.E.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 thework, whether in the original, altered or substituted from, and whetherincluded in the specification or other documents forming part of thecontract or referred to in these conditions or not and which may benecessary for the purpose of satisfying or complying with therequirements of the Engineer-in-charge as to any matter as to whichunder these conditions he is entitled to be satisfied, or which he isentitled to require together with the carriage therefore to and from thework. The Contractor shall also supply without charge the requisitenumber of persons with the means and materials necessary for thepurpose of setting out works and counting, weighing and assisting inthe measurement or examination at any time and from time to time ofthe work or the materials, failing which the same may be provided bythe Engineer-in-charge at the expense of the contractor and theexpenses 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 provideall necessary fencing and lights required to protect the public fromaccident, and shall also be bound to bear the expenses of defence ofevery suit, action or other legal proceeding, that may be brought byany person for injury sustained owing to neglect of the aboveprecautions, and to pay any damages and cost which may be awardedin any such suit, action or proceedings to any such person, or whichmay with the consent of the Contractor be paid for compromising anyclaim by any such person.Clause 21 (A) :- The Contractor shall provide suitable scaffolds andworking platforms, gangways and stairways and shall comply withthe following regulations in connection therewith -a) Suitable scaffolds shall be provided for workmen for all worksthat cannot be safely done from a ladder or by other means.b) A scaffold shall not be constructed, taken down orsubstantially altered 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 allladders shall -i) be of sound material.ii) be of adequate strength having regard to the loads and strainsto which they will be subjected, andiii) be maintained in proper condition.Contractor No. of Corrections Executive Engineer


64Dy.E.E.l) When persons are employed on a roof where there is a dangerof falling from a height exceeding 3.00 meters (to bespecified) suitable precautions shall be taken to prevent the fallof persons or materials.m) Suitable precautions shall be taken to prevent persons beingstruck by articles which might fall from scaffolds or otherworking places.n) Safe means of access shall be provided to all workingplatforms and other working places.o) The Contractor/(s) will have to make payments to labourers asper Minimum 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 ameans of suspension shall be of suitable quality and adequate strengthand free from patent defect.c) Hoisting machines and tackles shall be examine andadequately tested after erection on the site and before use and be reexaminedin position at intervals to be prescribed by the Government .d) Every chain, ring, hook, shackle, swivel and pulley block usedin hoisting or lowering materials or as a means of suspension shall beperiodically examined.e) Every crane driver or hoisting appliance operator shall beproperly qualified.f) No person who is below the age of 18 years shall be incontrol of any hoisting machine, including any scaffold, or givesignals to the operator.g) In case of every hoisting machine and of every chain, ring,hook, shackle, swivel and pulley block used in hoisting or lowering oras a means of suspension, the safe working load shall be ascertainedby adequate means.Contractor No. of Corrections Executive Engineer


65Dy.E.E.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 safeworking load each safe working load and the conditions under whichit is applicable 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 loadexcept for the purpose of testing.k) Motors, gearing transmissions, electric wiring and otherdangerous parts of hoisting appliances shall be provided with efficientsafeguards.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 minimumthe risk of any part of a suspended load becoming accidentallydisplaced.Measure forprevention of fire.Clause 22 :- The Contractor shall not set fire to any standing jungle,trees, brushwood or grass without a written permit from the ExecutiveEngineer. When such permit is given, and also in all cases whendestroying, cut or dug up trees, brushwood, grass etc. by fire, theContractor shall take necessary measures to prevent such firespreading to or otherwise damaging surrounding property.The Contractor shall make his own arrangements for drinking waterfor the labour employed by him and provide sanitary and otherarrangements.Liability ofcontractor forany damage donein or outsidework area.Clause 23 :- Compensation for all damages done intentionally orunintentionally by Contractors labour whether in or beyond the limitsof the Government property including any damage caused by thespreading of fire mentioned in Clause 22 shall be estimated by theEngineer-in-charge subject to the decision of the SuperintendingEngineer on appeal shall be final and the Contractor shall be bound topay the amount of the assessed compensation on demand, failingwhich the same will be recovered from the Contractor as damage inthe manner prescribed in Clause 1 or deducted by the Engineer-inchargefrom any sums that may be due or become due fromGovernment to Contractor under this contract or otherwise.The Contractor shall bear the expenses of defending any action orother legal proceedings that may be brought by any person for injurythe spread sustained by him owing to neglect of precautions toprevent the spread of fire and he shall pay any damages and cost thatmay be awarded by the court in consequence.Contractor No. of Corrections Executive Engineer


66Dy.E.E.Employment offemale labourWork on SundayWork not to besubletContract may berescinded andsecurity depositforfeited forsubletting itwithout approvalor for bribing apublic officer orif contractorbecomesinsolvent.Sum payable byway ofcompensation to beconsidered asreasonablecompensationwithout referenceto actual loss.Change in theconstitution offirm to benotified.Direction andcontrol of theSuperintendingEngineer.Clause 24 :- The employment of female labours on works inneighborhood of soldiers barracks should be avoided as far aspossible. The contractor shall employ the labours from the nearestEmployment Exchange.Clause 25 :- No work shall be done on a Sunday without the sanctionin writing of the Engineer-in-charge.Clause 26 :- The contract shall not be assigned or sublet without thewritten approval of the Engineer-in-charge. And if the Contractorshall assign or sublet his contract, or attempt to do so, or becomeinsolvent or commence any proceedings to get himself adjudicatedand insolvent or make any composition with his creditors, or attemptso to do or if bribe, gratuity, gift loan, perquisite, reward oradvantage, pecuniary or otherwise shall either directly or indirectly begiven, promised or offered by the Contractor or any of his servants oragents to any public officer or person in the employ of Government inany way relating to his office or employment, or if any such officeror person shall become in any way directly or indirectly interested inthe contract, the Engineer-in-charge may thereupon by notice inwriting rescind the contract, and the security deposit of the Contractorshall thereupon stand forfeited and be absolutely at the disposal ofGovernment, and the same consequences shall ensure as if thecontract had been rescinded under Clause 3 thereof and in addition theContractor shall not be entitled to recover or be paid for any worktherefor actually performed under the contract.Clause 27 :- All sums payable by a Contractor by way ofcompensation under any of these conditions shall be considered as areasonable compensation to be applied to the use of Governmentwithout reference to the actual loss or damages sustained, and whetherany damage has or has not 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 tothe Engineer-in-charge for his information.Clause 29 :- All works to be executed under the contract shall beexecuted under the direction and subject to the approval in all respectsof the Superintending Engineer of the Circle, for the time being, whoshall be entitled to direct at what point or points and in what mannerthey are to be commenced, and from time to time carried on.Contractor No. of Corrections Executive Engineer


67Dy.E.E.Direction andcontrol of theSuperintendingEngineer.Clause 30 (1) :- Except where otherwise specified in the contract andsubject to the powers delegated to him by Government under thecode, rules then in the force, the decision of the SuperintendingEngineer of the Circle for the time being shall be final, conclusive andbinding on all parties of the contract upon all questions relating to themeaning of the specifications, designs, drawings and instructionhereinbefore mentioned and as to the quality of workmanship ormaterials used on the work, or as to any other question, claim right,matter or things whatsoever, if any way arising out of, or relating tothe contract, designs, drawings, specifications, estimates ,instructions, orders, or other conditions, or otherwise concerning theworks, or the execution, or failure to execute the same, whetherarising during the progress of the work, or after the completion orabandonment thereof.Clause 30 (2) :- The Contractor may within thirty days of receipt byhim of any order passed by the Superintending Engineer of the Circleas aforesaid appeal against it to the Chief Engineer, concerned withthe 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 orderpassed by the Chief Engineer as aforesaid, the Contractor may, withinthirty days of receipt by him of any such order appeal against it to theconcerned Secretary, Public Works Department/Irrigation Departmentwho, if convinced that Prima-facie the Contractors claim rejected bySuperintending Engineer/Chief Engineer is not frivolous and thatthere is some substance in the claim of the Contractor as would merita detailed examination and decision by the Standing Committee, shallput up to the Standing Committee at Government level for suitabledecision( vide PW Circular No. CAT-1086-CR-110/Bldg.2 Dated 7.5.1986).Stores of Clause 31 :- The Contractor shall obtain from the P.W.European or Departmental stores all stores and articles of European or AmericanAmerican manufacture which may be required for the work, or any part thereofmanufacture to or in making up any articles required thereof in connection therewithbe obtained from unless he has obtained permission in writing from the Engineer-inchargeGovernmentto obtained such stores and articles elsewhere. The value ofsuch stores and articles as may be supplied to the Contractor by theEngineer-in-charge will be debited to the Contractor in his account atthe rate shown in the said schedule in from 'A' attached to theContract and if they are not entered in the schedule, they shall bedebited to him at cost price which for the purpose of this Contractshall include the cost of carriage and all other expenses whatsoever,which shall have been incurred in obtaining delivery of the same atthe stores aforesaid.Contractor No. of Corrections Executive Engineer


Dy.E.E.68Lump-sum inestimates.Action where nospecifications.Definition ofwork.Contractor’spercentagewhether appliedto net or grossamount of bill.Quarry fees androyalties.Clause 32 :- When the estimate on which a tender is made includeslump sums in respect of part of the work, the Contractor shall beentitled to payment in respect of the items of work involved or thepart of the work in question at the same rates as payable under thisContract for each items, or if the parts of the work in question is notin the opinion of the Engineer-in-charge capable of measurement, theEngineer-in-charge may at his discretion pay the lump sum amountentered in the estimate and the certificate in writing of the Engineerin-chargeshall be final and conclusive against the Contractor withregard to any sum or sums payable to him under the provisions of thisclause.Clause 33 :- In the case of any class of work for which there is nosuch specification as is mentioned in Rule 1 of Form B-1 such workshall be carried out in accordance with the Divisional specifications,and in the event of there being no Divisional specification, then insuch case the work shall be carried out in all respects in accordancewith all instructions and requirements of the Engineer-in-charge .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 orworks contracted to be executed under or in virtue of the contract,whether temporary or permanent and whether original, altered,substituted or additional.Clause 35 :- The percentage referred to in the tender shall bededucted from/added to the gross amount of the bill before deductingthe value of any stock issued.Clause 36 :- All quarry fees, royalties, octroi dues and ground rentfor stacking materials, if any, should be paid by the contractor.Compensationunder workmen'sCompensationAct.Clause 37 :- The Contractor shall be responsible for and shall payany compensation to his workmen payable under the Workmen'sCompensation Act.1923 (VIII of 1923), (hereinafter call the said Act)for injuries caused to the workmen. If such compensation ispayable/paid by the Government as principal under sub-section (1) ofSection 12 of the said Act on behalf of the Contractor, it shall berecoverable by the Government from the Contractor under sub-section(2) of the said section. Such Compensation shall be recovered in themanner laid down in Clause 1 above.Contractor No. of Corrections Executive Engineer


Dy.E.E.69Clause 37 (A) :- The Contractor shall be responsible for and shall paythe expenses of providing medical aid to any workmen who maysuffer a bodily injury as a result of an accident. If such expenses areincurred by Government the same shall be recoverable from theContractor forthwith and be deducted without prejudice to any otherremedy of the Government from any amount due or that may becomedue 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 soprovided by the Contractor and the Contractor shall take adequatesteps to ensure proper use of the equipment by those concerned.b) When work is carried on in proximity to any place where there is arisk of drowning all necessary equipment shall be provided and keptready for use and all necessary steps shall be taken for the promptrescue of any person in danger.c) Adequate provision shall be made for prompt first aid treatment ofall injuries likely to be sustained during the course of the work.Clause 37 (C) :- The Contractor shall duly comply with theprovisions of "The Apprentices Act. 1961" (III of 1961) the rulesmade thereunder and the orders that may be issued from time to timeunder the said Act and the said Rules and on his failure or neglect todo so he shall be subjected to all the liabilities and penalties providedby the said Act and said Rules.(Govt. Circular No. CAT-6076/3336/(400)/Bldg.2 dt. 16-8-1985.)Claim forquantities ofwork entered inthe tender orestimates.Clause 38 :- (1) Quantities shown in the tender are approximate andno claim shall be entertained for quantities of work executed beingeither more 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 permittedin respect of any of the items so long as, subject to any specialprovision contained in the specifications prescribing a differentpercentage of permissible variation in the quantity of the item doesnot exceed the tender quantity by more than 25 percent and so long asthe value of the excess quantity beyond this limit at the rate of theitems specified in the tender, is not more than Rs.5,000/-Contractor No. of Corrections Executive Engineer


70Dy.E.E.(3) The contractor shall if ordered in writing by the Engineer so todo, also carry out any quantities in excess of the limit mentioned insub-clause (i) hereof on the same conditions as and in accordancewith the specifications in the tender and at the rates (i) derived fromthe rates entered in the current schedule of rates and in the absence ofsuch rates (ii) at the rates prevailing in the market. The said ratesincreased or decreased as the case may be, by the percentage whichthe total tendered amount bears to the estimated cost of the work asput to tender based upon the schedule of rates applicable to the yearin which the tenders were accepted (For the purpose of operationof this clause, this cost shall be as worked out from D.S.R.prevailing at the time of acceptance of tender.)(4) Claims arising out of reduction in the tendered quantity of anyitem beyond 25 percent will be governed by the provision of clause15 only when the amount of such reduction beyond 25 percent at therate of the item specified in the tender is more than Rs.5,000/- (Thisclause is not applicable to extra items)Employment offamine labouretc.Claim forcompensation fordelay in startingof work.Claim forcompensation fordelay inexecution ofwork.Entering upon orcommencing anyportion of work.Minimum age ofpersonsemployed, theemployment ofdonkeys and / orother animalsand the paymentof fair wages.Clause 39 - The Contractor shall employ any famine, convict orother labour of a particular kind or class if ordered in writing to do soby the Engineer-in-charge.Clause 40 - No compensation shall be allowed for any delay causedin the starting of the work on account of acquisition of land or, in thecase of clearance works, on account of any delay in accordingsanction to estimates.Clause 41 - No compensation shall be allowed for any delay in theexecution of the work on account of water, standing in borrow pits orcompartments. The rates are inclusive for hard or cracked soil,excavation in mud, sub-soil water or water standing in borrow pitsand no claim for an extra rate shall be entertained unless otherwiseexpressly specified.Clause 42 - The Contractor shall not enter upon or commence anyportion of work except with written authority and instructions of theEngineer-in-charge or his subordinate in charge of the work. Failingsuch authority the Contractor shall have no claim to ask formeasurements of the payment for work.Clause 43 (i) :- No contractor shall employ any person who is underthe age of 18 years.(ii) No contractor shall employ donkeys or other animals withbreaching of string or thin ropes. The breaching must be at leastthree inches wide and should be of tape (Nawar).(iii) No animal suffering from sores, lameness or emaciation orwhich is immature shall be employed on the work.Contractor No. of Corrections Executive Engineer


71Dy.E.E.(iv) The Engineer-in-charge or his Agent is authorized toremove from the work, any person or animal found workingwhich does not satisfy these conditions and no responsibilityshall be accepted by Government for any delay caused in thecompletion of the work by such removal.(v) The contractor shall pay fair and reasonable wages to theworkmen employed by him, in the contract undertaken by him.In the event of any dispute arising between the contractor and hisworkmen on the grounds that the wages paid are not fair andreasonable, the dispute shall be referred without delay to theExecutive Engineer shall be conclusive and binding on thecontractor but such decision shall not in any way affect theconditions in the contract regarding the payment to be made byGovernment at the sanctioned tender rates.(vi) Contractor shall provide drinking water facilities to theworkers. Similar amenities shall be provided to the workersengaged on large work in urban areas.(vii) All facilities provided in the contract labour (Regulationand Abolition Act 1971), The Maharashtra Contract LabourRegulation and Abolition Rule 1971 should be provided.Method ofpayment.Acceptance ofconditionscompulsory beforetendering for work.Employment ofscarcity labour.Clause 44 :- Payment to contractors shall be made by cheque drawnon any treasury within the division convenient to them, provided theamount exceeds Rs.10. Amounts not exceeding Rs.10 will be paid incash.Clause 45 :- Any contractor who does not accept these conditionsshall not be allowed to tender for works.Clause 46 :- If Government declares a state of scarcity of famine toexist in any village situated within 10 miles of the work theContractor shall employ upon such parts of the work, as are suitablefor unskilled labour, any person certified to him by the ExecutiveEngineer, or by any person to whom the Executive Engineer mayhave delegated this duty in writing to be in need of relief and shall bebound to pay to such person wages not below the minimum whichGovernment may have fixed in this behalf. Any disputes which mayarise in connection with the implementation of this clause shall bedecided by the Executive Engineer whose decision shall be final andbinding on the Contractor .Contractor No. of Corrections Executive Engineer


72Dy.E.E.Clause 47 :- The price quoted by the Contractor shall not in any caseexceed the control price, if any, fixed by Government or reasonableprice which it is permissible for him to charge a private purchaser forthe same class and description of goods under the provision ofHoarding and Profiteering Prevention Ordinance, 1948 as amendedfrom time to time. If the price quoted exceeds the controlled price orthe price permissible under Hoarding and Profiteering PreventionOrdinance the Contractor will specifically mention this fact in histender alongwith the reasons for quoting such higher prices. Thepurchaser at his discretion will in such case exercise the right ofrevising the price at any stage so as to conform with the controlledprice on the permissible under the Hoarding and ProfiteeringPrevention Ordinance. This discretion will be exercised withoutprejudice to any other action that may be taken against the Contractor.Clause 47 (A) :- The tender rates are inclusive of all taxes, rates,cesses and are also inclusive of leviable tax in respect of sale bytransfer of property in goods involved in the execution of a workcontract under the provision of Rule -58 of Maharashtra Value AddedTax Act- 2005, for the purpose of levy of Tax.(As per GR.No. BDG-2005/CR-324/Bldg-2 Dt.3/3/2006)Clause 48 :- The rates to be quoted by the Contractor must beinclusive of VAT Tax and all other relevant taxes. No extra paymentof this account will 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 dateof sale for the purpose of sales tax and the sales tax will be recoveredon such sale.Clause 50 :- The Contractor shall employ the unskilled labour to beemployed by him on the said work only from locally available labourand shall give preference to those persons enrolled under MaharashtraGovernment Employment and Self Employment Department'sScheme.Provided, however, that if the required unskilled labours arenot available locally, the Contractor shall in the first instance employsuch number of persons as is available and thereafter may withprevious permission, in writing of the Executive Engineer-in-chargeof the said work, obtain the rest of requirement of unskilled the labourfrom outside the above scheme.Contractor No. of Corrections Executive Engineer


73Dy.E.E.Clause 51 :- The contractor shall pay the labourers (skilled andunskilled) according to the wages prescribed by the Minimum WagesAct of 1948 applicable to the area in which the work of the contractis located. The contractor shall comply with the provision of theApprentices Act, 1961, and the rules and orders issued thereunderfrom time to time, if he fails to do so his failure will be a breach ofthe contract and the Superintending Engineer, may in his discretionmay cancel the contract. The Contractor shall also be liable, for anyprecautionary liability, arising on account of any violation by him ofthe provision of Act.The contractor shall pay labourers skilled and unskilledaccording to the wages prescribed by the Minimum Wages Act, of1948 applicable to the area in which work lies.The contractor to take precautions against accidents which takeplace on account of labour using loose garments while workingmachinery.GovernmentCircular No. CAT-1284/(120) /Bldg.2dt. 14.8.85.Clause 52 :- All amounts whatsoever which the contractor is liableto pay to the Government in connection with the execution of thework including the amount payable in respect of (i) materials and / orstores supplied/ issued hereunder by the Government to thecontractor. (ii) hire charges in respect of heavy plant, machinery andequipment given on hire, by the Government to the contractor forexecution by him of the work and/or on which advances have beengiven by the Government to the contractor shall be deemed to bearrears of Land Revenue and the Government may without prejudiceto any other rights and remedies of the Government recover the samefrom the contractor as arrears of land revenue.(CAT-1274/40364/Desk-2 dt. 7-12-76)Clause 53 :- The Contractor shall duly comply with all theprovisions of the Contract Labour (Regulation and Abolition ) Act,1970 (37 of 1970) and the Maharashtra Contract Labour (Regulationand Abolition) Rules, 1971 as amended from time to time and allother relevant statutes and statutory provisions concerning payment ofwages particularly to workmen employed by the Contractor andworking on the site of the work. In particular the Contractor shall paywages to each worker employed by him on the site of the work at therates prescribed under the Maharashtra Contract Labour (Regulationand Abolition) Rules, 1971. If the Contractor fails or neglects to paywages at the said rates or makes short payment and the Governmentmakes such payment of wages in full or part thereof less paid by theContractor as the case may be the amount so paid by the Governmentto such workers shall be deemed to be an arrears of land revenue andthe Government shall be entitled to recover the same as such from thecontractor or deduct the same from the amount payable by theGovernment to the Contractor hereunder or from any other amount/spayable to him by the Government.Contractor No. of Corrections Executive Engineer


74Dy.E.E.Clause 54 :- The contractor shall engage apprentice such as bricklayer, carpenter, wiremen, plumber, as well as blacksmith byrecommended by the State Apprenticeship Advisor Director ofTechnical Education, Dhobi Talaw, Mumbai :400 001. In theconstruction work (as per Government of Maharashtra, EducationGovernment No.TSA/5170/T5689, dated 7.7.1972).Conditions formalariaeradication antimalaria andother healthmeasuresClause 55 :- (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 directedby the joint Director (Malaria and Filaria) of Health Service,Pune.B. Contractor shall see that mosquitoegenic conditions are notcreated so as to keep vector population to minimum level.C. Contractor shall carry out anti-malaria measures in the area asper guidelines prescribed under National Malaria EradicationProgram and as directed by the Joint Director (M & F) ofHeath Services, Pune.D. In case of default in carrying out prescribed anti-malariameasures resulting in increase in malaria incidence, contractorshall be liable to pay to Corporation the amount spent byGovernment on anti malaria measures to control the situation inaddition to fine.E. RELATIONS WITH PUBLIC AUTHORITIESThe Contractor shall make sufficient arrangements for drainingaway the sewage water as well as water coming from thebathing and washing places and shall dispose off this water insuch a way as not to cause any nuisance. He shall also keep thepremises clean by employing sufficient number of sweepers.The Contractor shall comply with all rules, regulations, byelawsand directions given from time to time by any local orpublic authority in connection with this work and shall pay feesor charges which are livable on him without any extra cost ofGovernment.( Government of Maharashtra P.W.D. Resolution No.CAT-1086/CR-243/D-Bldg.2 dated 11.9.1987.)Contractor No. of Corrections Executive Engineer


75Dy.E.E.ADDITIONAL INSTRUCTIONS TO TENDERERSWHILE TENDERING FOR THE WORKSPerson tendering for the work covered by the Schedule will be required to complete the workwithin the periods specified below :Name of workIMPROVEMENT AND BLACKTOPPING TO SOLGAON FATA TODEVACHE GOTHANE KERAVALEROAD MDR-60 IN KM. 32/000 TO33/500 AND 34/500 TO 35/000(ACTUAL KM. 34/500 TO 36/500)IN TALUKA RAJAPUR DISTRICTRATNAGIRI. (UNDER NABARD-XVIII)To start from the dateof issue of work orderTo completeWithin 12 (Twelve)Calendar Monthincluding monsoonperiod.1. COMPETANCY OF TENDER :The work will be awarded only to those contractors who are considered to besubstantially responsive bidders, capable of performing the class of work to becompleted. Before passing the final award any or all bidders may have to show that hehas the necessary experience, facilities, ability and financial resources to execute thework in satisfactory manner and also within the stipulated time.2. PAYMENTS :The tenderers must understand clearly that the rates quoted are for completed workand include all costs due to labour, all leads and lifts involved and if furthernecessitated, scaffolding plant, supervision, service works, power, royalties, octroi,taxes etc. and to include all to cover the cost of lighting on night work if any andround the clock work as and when required and no claim for additional paymentbeyond the prices or rates quoted will be entertained and the tenderers will not beentitled subsequently to make any claim on the ground of any representation or on anypromise by any person (whether member in the employment of any Public WorksDepartment or not ) or on the ground of any failure on his part to obtain all necessaryinformation for the purpose of making his tender and fixing the several prices andrates therein relieve him from any risks or liabilities arising out of the tender.Contractor No. of Corrections Executive Engineer


76Dy.E.E.3. ERASER :Persons tendering are informed that no erasers of any alterations by them in the text ofthe documents set herewith will be allowed and any such eraser or an alteration willbe disregarded. If there is any error in writing, no overwriting should be done but thewrong words or figures should be struck out and the correct one written above or nearit in an unambiguous way. Such correction should be initialed and dated.4. ACCEPTANCE :Intimation of acceptance of tender will be given by a telegram or a letter sent byRegistered Post to the address given below the signature of the tenderer in the tenders.The tenders which do not fulfill any of the above conditions or those in the form andwhich are incomplete in any respect shall be liable for rejection.5. PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO PREVENTACCIDENT :i) No live electric lines should be allowed to run along the ground in blasting zone andthey should be at least about 10 ft. above ground if not more.ii)The wiring cable should not be taken near the live electric line and it should bepreferably shot firing cable as supplied by the supplier of explosives. If such a cableis not available a substitute cable recommended by the explosive suppliers shouldonly be used. Under no circumstances should cable made up of several pieces jointedand tapped be used.iii) The blasting shed from where the exploder is to finally operated should be at least 150metre away from the area to be blasted. It should have a strong roof which can withstand the impact of flying stones at this range.iv)Only trained hands should be allowed to handle explosives, cable detonators etc.Contractor No. of Corrections Executive Engineer


77Dy.E.E.6.1 CONTRACTOR TO INFORM HIMSELF FULLY :The contractors shall be deemed to have carefully examined the work and siteconditions including labour, the general and special conditions, the specifications,schedules and drawings and shall be deemed to have visited the site of the work andto have fully informed himself regarding the local conditions and carried out his owninvestigations to arrive at the rates quoted in the tender. In this regard, he will begiven necessary information to the best of the knowledge of Department but withoutany guarantee about it.If he shall have any doubt as to the meaning of any portion of these general conditionsor the special condition, to the scope of working of the specifications and drawings orany other matter concerning the contract, he shall in good time, before submitting histender, set forth the particulars thereof and submit them to the Engineer in writing inorder that such doubts may be clarified authoritatively before tendering. Once atender is submitted, the matter will be decided in accordance with tender conditions inthe absence of such authentic pre-clarification.6.2 ERROR, OMISSIONS AND DISCREPANCIES :(A) In case of errors, omissions and /or disagreement between written and scaleddimensions in the drawing or between the drawings and specifications etc., Thefollowing order of preference shall apply.(I) Between actual scaled and written dimensions or descriptions on a drawing,the later shall be adopted.(II) Between the written or shown description of dimensions in the drawing andcorresponding one in the specifications, the latter shall apply.(III) Between the quantities shown in schedule of quantities and those arrived atfrom the drawings, the later shall be preferred.(B)In all cases of omission and / or doubts of discrepancies in the dimensions ordescription of any item or specifications, a reference shall be made to the Engineer,whose elucidation, elaboration or decision shall be considered as authentic. Thecontractor shall be held responsible for any errors that may occur in the work throughlack of such reference and precaution.Contractor No. of Corrections Executive Engineer


78Dy.E.E.6.3 WORKING METHODS AND PROGRESS SCHEDULES :(a) The Contractor shall submit within the time stipulated by the Engineer-in-charge inwriting the details of actual methods that would be adopted by the Contractor for theexecution of any item as required by Engineer at each of the location, supported bynecessary detailed drawing and sketches including those of the plant and machinerythat would be used their locations arrangement for conveying and handling materialsetc. and obtain prior approval of the Engineer-in-charge well in advance of starting ofsuch item of work. The Engineer-in-charge reserves the right to suggest modificationsor make corrections in the method proposed by the contractor whether acceptedpreviously or not at any stage of the work to obtain the desired accuracy, quality andprogress which shall be binding on the contractor. No claim on account of suchchange in method of execution will be entertained by Government so long asspecification of the item remain unaltered. The full responsibility for the safety andadequacy of the methods adopted by the contractor shall however, rest on thecontractor, irrespective of any approved given by the Engineer.(b)PROGRESS SCHEDULEThe Contractor shall furnish within the period stipulated in writing by the Engineerin-chargeof the order to start the work, progress schedule in quadruplicate indicatingthe date of actual start, the monthly progress expected to be achieved and anticipatedcompletion date of each major item of work to be done by him, also indicating andsetting up materials, plants and machinery.(c)The Contractor shall employ sufficient plant, equipment and labour as may benecessary to maintain the progress schedule. The working and shift hours restricted toone shift a day for operations to be done under the Government supervision shall besuch as may be approved by the Engineer-in-charge . They shall not be variedwithout the prior approval of the Engineer. Night work requiring supervision shallnot be permitted expect when specifically allowed by Engineer on each item, ifrequested by Contractor. The Contractor shall provide necessary lightingarrangements etc. for night work as directed by Engineer without extra cost toGovernment.Contractor No. of Corrections Executive Engineer


79Dy.E.E.CONSTRUCTION EQUIPMENT AND LOCATION :I) The Contractor shall be required to give a trial run of the equipment‟s for establishing,their capability to achieve the laid down specifications and tolerance to thesatisfaction of the Engineer before commencement of the work. All equipmentprovided shall be of proven efficiency and shall be operated and maintained at alltimes, in a manner acceptable to the Engineer and no equipment or personnel will beremoved from site without permission of the Engineer .II) Location of Hot Mix Drum Mix Plant should be such that maximum time taken fortransporting bituminous mix from plant site to Paver does not exceed 60 minutes.6.4 TREASURE TROVE :In the event of discovery by the Contractor or his employees, during the progress ofthe works of any treasure, fossils, minerals or any other articles or value of interest,the Contractor shall give immediate intimation thereof to the Engineer such treasureof things which shall be the property of the Government.6.5 QUARRIES :6.5.1 The Contractor (s) shall have to arrange himself / themselves to procure the quarry.However necessary assistance without any extra cost to Government will be renderedby the Department for procuring the quarries if required by the Contractor.6.5.2 The quarrying operation shall be carried out by the Contractor with proper equipmentsuch as compressor, jack-hammers, drill bits, explosives etc. and sufficient numbersof workmen shall be employed so as to get the required out-turn.6.5.3 The Contractor shall carry out the works in the quarries in conformity with all therules and regulations already laid down or that may be laid down from time to time bythe Government . Any cost incurred by the Government due to noncompliance of anyrules or regulations or due to damages by the Contractor shall be the responsibility ofthe Contractor. The Engineer-in-charge or his representative shall be given fullfacility by the Contractor for inspection at all times of the working of the quarry,records maintained, the stocks of the explosives and detonators etc. So as to enablehim to check that the working records and storage are all in accordance with therelevant rules. The Engineer-in-charge or his representative shall at any times beallowed to inspect the work, building and equipment at the quarters.Contractor No. of Corrections Executive Engineer


80Dy.E.E.6.5.4 The Contractor shall maintain at his own cost the books, registers etc. requiredto be maintained under the relevant rules and regulations and as directed by theEngineer-in-charge . These books shall be open for inspection at all times by theEngineer-in-charge or his representative and the Contractor shall furnish the copies orextract of books or registers as and when required.6.5.5 All quarrying operations shall be carried out by the Contractor in organizedand expeditious manner, systematically and with proper planning. The Contractorshall engage licensed blasters and adopt electric blasting and / or any other approvedmethod which would ensure complete safety to all the men engaged in the quarry andits surroundings. The Contractor shall himself provide suitable magazines andarrange to procure and store explosives etc. as required under the rules at his owncost. The designs and the location of the magazine shall be got approved in advancefrom the Chief inspector of Explosives and the Rules and Regulations in thisconnection as laid down by the Chief Inspector of Explosives from time to time shallbe strictly adhered to by the Contractor . It is generally experienced that it takes timeto obtain the necessary license for blasting and license for storage of materials fromthe concerned authorities. The Contractor must therefore, take timely advance actionfor procuring all such licenses so that the work progress may not be hampered.6.5.6 The approaches to the quarrying place from the existing public roads shallhave to be arranged by the Contractor at his own cost and the approaches shall bemaintained by the Contractor at his own cost till the work is over.6.5.7 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 bemade efficiently so as to avoid wastage of stones. Only such stones as are of therequired quality shall be used on the work. Any stone which is in the opinion of theEngineer-in-charge , not in accordance with the specifications or of required qualitywill be rejected at any time, at the quarry or at the site of work. The rejected stonesshall not be used on the work and such rejected materials shall be removed to theplace shown at the Contractor's cost.Contractor No. of Corrections Executive Engineer


81Dy.E.E.6.5.8 Since all stones quarried from Government quarry (if made available) by theContractor including the excavated over burden are the property of theGovernment , no stones or earth shall be supplied by Contractor to any otheragencies or works and are not allowed to be taken away for any other works.All such surplus quarried materials not required for work under this contractshall be the property of the Government and shall be handed over by theContractor to the Government free of cost at the quarry site duly heaped at thespots indicated by the Engineer-in-charge .6.5.9 Quarrying permission will have to be directly obtained by theContractor from the Collector of the District concerned for which purpose theDepartment will render necessary assistance. All quarry fees, royalty charges,Octroi duties, ground rent for staking material etc. if any to be paid, shall bepaid directly by the contractor as per prevailing rules in force.6.5.10 The Contractor will be permitted to erect at his own risk and cost at thequarry site, if suitable vacant space in Government area is available of thepurpose, his own structures for stores, offices etc. at places approved by theEngineer-in-charge . On completion of the work the Contractor shall removeall the structures erected by him and restore the site to its original condition.6.5.11 The Contractor shall not use any land in the quarry for cultivation orfor any other purpose except that required for breaking or stacking ortransporting stones.6.6 COLLECTION OF MATERIALS :-(I)Where suitable and approved P.W. Department's quarries exist theContractor or piece worker will be allowed if otherwise there is no objectionto obtain the materials to the extent required for the work from the quarry. Hewill be, however, liable to pay compensation, if any damage caused to thequarry either deliberately or through negligence or for wastage of materials byContractor No. of Corrections Executive Engineer


82Dy.E.E.himself or his staff or labour. The Contractor shall pay necessary royalty in advanceand claim refund according to rules, if admissible and shall submit detailed accountsof materials quarried as directed.(II)(III)Where no suitable P.W. Department's quarries exist or when the quantity of thematerial required cannot be obtained from a P.W. Department quarry, the Contractoror piece worker shall make his own arrangements to obtain the material from existingor a new quarry in Government waste land, private land or land belonging to otherStates or Talukas etc. After opening the quarry but before starting collection, thequarry shall be got approved from the Engineer-in-charge or his representatives. TheContractor or piece worker shall pay all royally charges, compensation etc. No claimsor responsibility on account of any of obstructions caused to execution of the work bydifficulties arising out of private owners of the land will be entertained.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 unsuitablematerial, dewatering, quarry, cost of blasting powder and fuse, lift and lead, repairs toexisting cart tracks, making new cart tracks, control charges, Central/StateGovernment or Municipal Taxes, 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 claims on account of changesin lead will be entertained.Contractor No. of Corrections Executive Engineer


83Dy.E.E.(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 authorisedagent. If any material is unauthorisely obtained from such places, the Contractor orpiece worker shall have to make good the damages and pay such compensation, inaddition as may be decided by the Executive Engineer and will have to stop furthercollection.(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, failingwhich it will be got removed departmentally at his cost. No heap shall be left prior tostacking even temporarily on the road surface or in any way so as to cause anyobstruction or danger to the traffic. The Contractor or the piece worker shall be liableto pay for any claims of compensation etc. arising out of any accident, etc. Any suchmaterials causing obstruction or danger etc. will be got removed departmentally at hiscost and no claim for any loss or damage to the material, thus removed will beentertained. The Contractor shall also be responsible for the damage or accident etc.arising out of any material that falls on the road or track, not in charge of theDepartment and shall attend to any complaints 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 it, to be washed away by rain or floods, to be buried under theland slides etc. or the slip down an embankment or hill side etc. No claims for anyloss due to these and similar causes will be entertained.(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 sodirected when ready. It shall be stacked entirely clear of the road way on groundwhich has been cleaned of vegetation and levelled. On high banks, ghat roads etc.where it may not be practicable to stack it entirely clear of the roadway, it may bestacked with the permission of the Engineer-in-charge on terms in such a way as tocause minimum danger and obstruction to the traffic or as may be directed by him.Contractor No. of Corrections Executive Engineer


84Dy.E.E.(IX)The size of the stack of the materials other than rubble shall be 3 x 1.5 x 0.60 metre orsuch other size as may be directed by the Engineer-in-charge and all but one stack in200 metres shall be of the same uniform size and shall be uniformly distributed overwhole lengths. One stack (at the end) in each 200 metres may be of length differentfrom the rest in order to adjust total quantity to be required but its width and heightwill be the same as those of the rest.(X) The Sub Divisional Officer shall supply the Contractor with statement showing 200metres wise quantities that will be required and the order in which the collection is tobe done. No materials in excess of requirements in that 200 metres shall be stacked.Any excess quantity shall be removed at the expense of the Contractor or pieceworker to where it is required before the material in that 200 metres is finallymeasured.(XI)In stacking materials the deposition shall commence at the end of the Kilometerfarthest from the quarry and be carried continuously to the other end (unless otherwisedirected by the Executive Engineer ). Stacking in one 200 metres shall be completedbefore it is started in another unless directed otherwise in writing by the ExecutiveEngineer . Measurements of the materials stacked in a 200 metres will not berecorded until the full quantity required has been stacked unless otherwise authorisedby Engineer in writing. Collection and spreading; shall not be carried out at the sametime in one and the same Kilometer or in two adjoining Kilometer except with thewritten 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)Soft murum and (4) Hard murum. Hard murum shall been stacked on the sideopposite to that on which soft murum has been stacked. Similarly, metal collected forpetty repairs shall be stacked on the side opposite to metal for new layer. Wheremetal for two layers has to be stacked, as in the case of new roads, the metal for eachlayer shall be stacked on the opposite sides of the road.Contractor No. of Corrections Executive Engineer


85Dy.E.E.(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 bythe Contractor or piece worker. Immediately after the measurements are recorded, thestacks shall be marked by the contractor or piece worker by white wash or otherwiseas may be directed by the Executive Engineer to prevent from any possibility of thesame material being measured and recorded over again and to prevent anyunauthorized tampering with the stacks. If the contractor or the piece worker fails toattend the measurements of materials after receiving the notice from the SubDivisional Officer or his subordinate stating date and time of the intention to measurethe work, the same shall be measured nevertheless and no complaint in this respectwill be entertained later-on. If the contractor or piece worker fails to supply sufficientlabour or the materials required at the time measurements or check measurements,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.6.7 AGENT AND WORK ORDER BOOKS :-The contractor shall himself engaged an authorised all time agent on the work capableof managing and guiding the work and understand the specifications and contractcondition. A qualified and experienced, Engineer shall be provided by the contractoras his agent for technical matters in case the Engineer-in-charge considers this asessential for the work and so directs contractors. He will take orders as will be givenby the Executive Engineer or his representative and shall be responsible for carryingthem out.This agent shall not be changed without prior intimation to the Executive Engineerand his representative on the work site. The Engineer-in-charge have theunquestionable right to ask for change in the quality and strength of contractor‟ssupervisory staff and to order removal from work of any of such staff. The contractorshall comply with such orders and effect replacements to the satisfaction of theEngineer-in-charge.A work order book shall be maintained on site and it shall be the property of theGovernment and the contractor shall promptly sign orders given therein by theExecutive Engineer or his representative and his superior officers and comply withthem.Contractor No. of Corrections Executive Engineer


86Dy.E.E.The compliance shall be reported by the Contractor to the Engineer in good time sothat it can be checked. The blank work order with machine numbered pages will beprovided by the Department free of charge for this purpose. The contractor will beallowed to copy out instructions therein from time to time. The order issued by theGovernment in P.W. Department from time to time regarding Construction procedureshall be binding on the contractor in addition to the specifications contained in P.W.D.hand book Volume I and II and book of standard specification of P.W. Departmentand the specifications enumerated above.6.8 INITIAL MEASUREMENTS FOR RECORD:-Where for proper measurement of work, it is necessary to have initial set of levels orother measurements taken, the same as recorded in the authorised field book ormeasurement book of Government by the Engineer or his authorised representativewill be signed by the Contractor who will be entitled to have a true copy of the samemade 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 as to the basis of taking measurements. 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 authorisedrepresentative of the Executive Engineer . The record of such measurements on theGovernment side will be signed by the Contractor and he will be entitled to have atrue copy of the same made at his cost.6.9 HANDING OVER OF WORK :-All the works and materials before finally taken over by Government it will be theentire liability of the Contractor to guard, maintain and make good any damage of anymagnitude. Interim payments made for such work will not alter this position. Thehanding over by the Contractor and taking over by the Executive Engineer or hisauthorised representative will be always in writing copies of which will go to theExecutive Engineer or his authorised representative and the Contractor. It is however,understood that before taking over such work, Government will not put it into regularuse as distinct from casual or incidental one, expect as specifically mentionedelsewhere in this contract, or as mutually agreed to.Contractor No. of Corrections Executive Engineer


87Dy.E.E.6.10 ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC :The Engineer on a written request by Contractor will, if in his opinion the request isreasonable and in the interest of work and its progress, assist the Contractor insecuring, the priorities for deliveries, transport, permits for controlled materials etc.where such are needed. The Department will not however be responsible for the nonavailabilityof such facilities or delays on this behalf and no claims on account of suchfailure of delays shall be allowed by the Department.The Contractor shall have to make his own arrangement for machinery required forthe work. However if the same is conveniently available with the Department it maybe spared as per the rules in force on recovery of necessary Security Deposit and rentat the rate approved from time to time by the independent agreement to this contractand the supply or non supply of machinery shall not form a ground for any claim orextension of time for this work.7. SAMPLES AND TESTING OF MATERIALS :I) All materials to be used on work, such as cement, lime, aggregates, stone, asphalt, etc.shall be got approved in advance from the Engineer-in-charge and shall pass the testsand analysis required by him, which willbe :a) as specified in the specifications of the items concerned and / orb) Red bookc) as specified by the Indian Road Congress Standard Specification and code ofpractice for Road and Bridges ord) I.S.I. Specifications (whichever and wherever applicable ) ore) As per M.O.R.T. & H specifications for Roads and Bridges III edition Section 900quality control for road work.f) Such recognized specifications acceptable to the Engineer-in-charge as equivalentthere to or in the absence of such authorised specificationsg) Such requirements test and/or analysis as may be specified by the Engineer-inchargein the order of procedure given above.II) The Contractor shall at his risk and cost make all arrangement and/or shall provide forall such facilities as the Engineer-in-charge may require for collecting, preparingrequired number of samples for test or analysis at such time and to such places as maybe directed by Engineer and bear all such charges, such samples shall also bedeposited with Engineer-in-charge .Contractor No. of Corrections Executive Engineer


88Dy.E.E.(III)The Contractor shall as and when required submit at his cost the samples of materialsto be tested or analyzed and if, so directed, shall not make use of or incorporate in thework any material represented by the samples until the required test or analysis havebeen made and after the test of the materials, finally accepted by the Engineer-incharge7.1 QUALITY CONTROL ON WORKS AND MATERIALS :The Contractor shall be responsible for the quality of the work in the entireconstruction work within the contract. He shall, therefore, have his own independentand adequate set up for ensuring the same. This shall include establishing fieldlaboratory for testing required for W.B.M. AND B.T. works. The plant laboratoryshall be equipped with the equipment‟s and apparatus required for the testing. Thelist of various equipment‟s/apparatus is enclosed at Page 116 for information andguidance of the Contractor . These equipment‟s shall be in working condition. Theengineer in charge of the work will verify these equipment‟s in the laboratory at plantsite. The work shall not be started (particularly the hot mix B.T. work) unless anduntil the laboratory is equipped with equipment‟s. (Ref. Page 116). Asphalt testinglaboratory shall be established by the contractor at his cost preferably at his plant siteand all asphalt consignments shall be tested in his laboratory before putting it to use inthe presence of representative of Engineer in charge.7.2 CO-ORDINATION :When several agencies for different sub-works of the project are to worksimultaneously on the project site, there must be full coordination between thecontractors to ensure timely completion of the whole project smoothly. Thescheduled dates for completion specified in each contract shall therefore, be strictlyadhered to. Each contractor may make his independent arrangements for water,power, housing etc. if they so desire. On the other hand the Contractor are at libertyto come to mutual agreement in this behalf and make joint arrangements with theapproval of the Engineer . No Contractor shall take or cause to be taken any steps oraction that may cause, distruption, discontent, or disturbance of work, labour orarrangement etc. of the contractor in the project localities. Any action by anyContractor which the Engineer in his unquestioned discretion may consider asinfringement of the above code, would be considered as a breach of the contractconditions and shall be dealt-with accordingly.Contractor No. of Corrections Executive Engineer


89Dy.E.E.In case of any dispute of disagreement between the Contractors, the Engineer‟sdecision regarding the coordination, co-operation and facilities to be provided by anyof the Contractor shall be final and binding on the contractors concerned and such adecision shall not vitiate any contract nor absolve the Contractor of his obligationsunder the contract nor consider from the grounds for any claim or compensation.7.3 TEMPORARY QUARTERThe Contractor shall at his own expense maintain sufficient experienced supervisorystaff etc. required for the work and shall make his own arrangements for housing suchstaff with all necessary amenities. General layout plan for such structures shall be gotapproved from the Engineer-in-charge . It will be the responsibility of the Contractorto get his lay out plan of temporary structure approved from the local competentauthority.7.4 PAYMENTS :The Contractor must understand clearly that the rates quoted are for completed workand include all costs due to labour, scaffolding, plant machinery, power, royalties,octroi, taxes etc. and should also include all expenses to cover the cost of lighting,night work if and when required and no claim for additional payment beyond the ratesquoted will be entertained.7.5 PATENTED DEVICES, MATERIALS AND PROCESSES :When the Contractor desires to use any designed device, materials or process coveredby letter of patent or copy right, the right for such use should be secured by suitablelegal arrangement and agreement with patent owner and a copy of their agreementshall be filed with the Engineer-in-charge if so desired by the latter.Contractor No. of Corrections Executive Engineer


90Dy.E.E.7.6 WATER SUPPLY :Availability of adequate water for works and sources thereof shall be confirmed bythe Contractor before submitting the tender.The Contractor shall make his own arrangements at his own cost for entering intocontract with concerned authorities for obtaining the connection and carry the waterupto the work site as required by him. The location of the pipe line with respect to theroad shall be decided by Engineer-in-charge and shall be binding on the Contractor .The Contractor is advised to provide water storage tank of adequate capacity to takecare of possible shutdown of water supply system.The Contractor shall have to supply water required by the Department for itsestablishment at work site. The water consumed by the Department will be metered.For providing the meter permission, if necessary will be arranged by the Department.Charges for the water consumed by the Department will be paid to the Contractor atthe rates of 125% of the recurring costs or actually charged to him by concernedauthorities and no other charges would be payable by the Department.7.7 ELECTRICITY :The Contractor will have to make his own arrangement at his own cost for obtainingor providing electric supply at work site.Electrical supply for the Departments use at work site shall be provided by thecontractor . No charges would be payable by the Department.8. SAFETY MEASURES AND AMENITIES :8.1 SAFETY MEASURES :The Contractor shall take all necessary precautions for the safety of the workers andpreserving their health while working on such job as require special protection andprecautions wherever required. The following are some of the requirements listed,through not exhaustive. The contractor shall also comply with the directions issuedby the Engineer in this behalf from time to time and at all times.1) Providing protective foot-wear to workers, in situations like mixing and placing ofmortar or concrete, in quarries and place where the work is to be done under toomuch wet conditions as also for movements over surfaces infected with oyster growthetc.2) Providing protective head wear to workers, working in quarries etc. to protect themagainst accidental fall of materials from above.3) Taking such normal precautions like providing hand rails to the edges of the floatingplatform or barges, not allowing nails or metal parts or useless timber to spreadaround etc.Contractor No. of Corrections Executive Engineer


91Dy.E.E.8.2 AMENITIES :1) Supporting workmen with proper belts, ropes etc. when working on any masts, cranes,grabs, hoist, dredger etc.2) Taking necessary steps towards training the workers concerned of the use ofmachinery before they are allowed to handle it independently and taking all necessaryprecautions in and around the areas where machines, hoists and similar units areworking.3) Providing adequate number of boats (if at all required for plying in water) to preventoverloading and over-crowding.4) Providing life belts to all men working at such situations from where they mayaccidentally fall into water. Equipping the boats with adequate number of life boatsetc.5) Avoiding bare live-wires etc. as would electrocute workers.6) Making all platforms, stagings and temporary structures sufficiently strong and notcausing the workmen and supervisory staff to take undue risks.7) Providing sufficient first aid trained staff and equipment to be available quickly at thework site to render immediate first aid treatment in case of accidents due tosuffocation, drowning and other injuries.8) Take all necessary precautions with regard to use of divers.9) Providing full length gum boots, leather hand gloves, leather jackets with fireproofaprons to cover the chest and black reaching upto knees plain goggles for the eyes tothe labour working with hot asphalt handling vibrators in cement concrete and alsowhere use of any or all these items is, essential in the interest of health and well beingof the labourers in the opinion of the Engineer.8.3 EXPLOSIVE :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 workand such magazines, being situated constructed and maintained in accordance with theGovernment Rules applicable in that behalf. The Contractor shall at his own expensesobtain such license or licenses as may be necessary for storing and using explosives.Notwithstanding that the location etc. or storage of explosives are approved by theEngineer , the Government , shall not bear any responsibility whatsoever inconnection with the storage and use of explosives on the site or any accident oroccurrence what -so-ever in connection, therewith, all operations of the Contractor inor for which explosives employed being at the risk of contractor and upon his soleresponsibility and the Contractor hereby gives to Government an absolute indemnityin respect thereof.Contractor No. of Corrections Executive Engineer


92Dy.E.E.8.4 DAMAGE BY FLOODS OR ACCIDENTS :-The contractor shall take all precautions against damage by floods or from accidentetc. No compensation will be allowed to the Contractor on this account or forcorrecting and repairing any such damage to the work during construction TheContractor shall be liable to make good at his cost any plant or materials belonging tothe Government lost or damaged by floods or from any other cause while is in hischarge.8.5 RELATION WITH PUBLIC AUTHORITIES:The Contractor shall comply with all rules, regulations, bye-laws and directions givenfrom time to time by any local or public authority in connection with this work andshall himself pay all charges which are leviable on him without any extra cost to theGovernment .POLICE PROTECTION:For the Special Protection of camp of the Contractor's works, the Department willhelp the Contractor as far as possible to arrange for such protection with theconcerned authorities. The cost shall be borne by the Contractor .8.6 INDEMNITY:The Contractor shall indemnify the Government against all actions, suits, claims anddemands brought or made against it in respect of anything done of committed to bedone by the contractor in execution of or in connection with the work of this contractand against any loss or damage to the Government in consequence to any action orsuit being brought against the Contractor for anything done or committed to be doneduring the execution of this contract.The Government may at its discretion and entirely at the cost of the contractor defendsuch suit, either jointly with the Contractor or single in case the latter chooses not todefend the case.Contractor No. of Corrections Executive Engineer


93Dy.E.E.8.7 MEDICAL & SANITARY ARRANGEMENTS TO BE PROVIDED FORLABOUR EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTOR:a) The Contractor shall provide an adequate supply of pure and wholesome water for theuse of labourers on work and in camps.b) The Contractor shall construct trench or semipermanent latrines for the use of theLabours. 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 with Bamboo‟s and Grass may be constructed.2. A good site not liable to submergence shall be selected on high ground remotefrom jungle but well provided with tress, shall be chosen wherever it is available. Theneighborhood of tank, jungle, trees or wood should be particularly avoided, Campsshould not be established close to large cutting of earth work.3. The lines of huts shall have open space of atleast ten metres between rows. Whena good natural site cannot be procured, particular attention should be given to thedrainage.4. There should be no over crowding. Floor space at the rate of 3 Sq. metre per headshall be provided. Care should be taken to see that the huts are kept clean and in goodorder.5. The Contractor must find his own land and if he wants Government land, heshould apply for it. Assessment for it, if demanded will be payable by Contractor .However the Department does not bind itself for making available the required land.a) The Contractor shall construct a sufficient number of bathing places, Washingplaces should also be provided for the purpose of washing cloths.b) The Contractor shall engage a Medical Officer with a travelling dispensary fora Camp containing 500 or more persons if there is no Government or other privatedispensary situated with 8 Kms. from the camp. In case of emergency the Contractorshall arrange a this cost of transport for quick medical help to his sick worker.c) The Contractor shall provide the necessary staff for effecting satisfactoryconservancy and cleanliness of the camp to the satisfaction of the Engineer-in-charge. Atleast one sweeper per 200 persons should be engaged.Contractor No. of Corrections Executive Engineer


94Dy.E.E.d) The Assistant Director of Public Health shall be consulted before opening alabour camp and his instruction on matters such as water supply, sanitaryconveniences, the camp site accommodation and food supply shall be followed by theContractor .e) The Contractor shall make arrangements for all antimalarial measures toprovided for the labours employed on the work. The antimalarial measures shall beprovided as directed by the Assistant Director of Public Health.f) The antimalaria and other health measures shall be as directed by the Joint-Director (Malaria and Filaria) Health Services, Pune.g) Contractor shall see that mosquitogenic condition are not created so as to keepvector populations to minimum level.h) Contractor shall carry out antimalaria measures in the area as per guidelinesprescribed under National Malaria Eradication Programme and as directed by theJoint Director, (M & F) of Health Services Pune.i) In case of default in carrying out prescribed antimalaria measures resulting inincrease in Malaria incidence, contractor shall be liable to pay to Government theamount spent by Government on anti malaria measure to control the situation inaddition to fine.j) The Contractor shall make sufficient arrangements for draining away thesurface and sullage water as well as water coming from the bathing and washingplaces and shall dispose off this waste water in such way as not to cause anynuisance. He shall also keep the premise clean by employing sufficient number ofsweepers.k) The Contractor shall comply with all rules, regulation bye-law and directionsgiven from time to time by any local or public authority in connection with this workand shall pay fees or charges which are leviable on him without any extra cost toGovernment .l) In addition to above all provisions of the relevant labour act pertaining to basicamenities to be provided to the labourer shall be applicable which will be arranged bythe Contractor .9. MISCELLANEOUS :9.1 For providing electric wiring or water lines ete. recesses shall be provided if necessarythrough walls, slabs, beams etc. and later on refilled it with bricks or stones, chippingcement mortar without any extra cost.Contractor No. of Corrections Executive Engineer


95Dy.E.E.9.2 In case it becomes necessary for the due fulfillment of contract for the Contractor tooccupy land outside the Department limits, the Contractor will have to make his ownarrangements with the land owners and pay such rents, if any, are payable as mutuallyagreed between them.9.3 The Contractor shall duly comply with the provision of the Apprentices Act 1961 (iiiof 1961) and the rules and orders made thereunder from time to time under the saidRules and on his failure or neglect to do so he shall be subject to all the liabilities andpenalties provided by the said Act and Rules.9.4 It is presumed that the Contractor has gone carefully through the M.O.R.T. & Hspecifications (edition 2001) and Schedule of Rate of the division, and studied the siteconditions before arriving at rates quoted by him. The special provisions and detailedspecification of wording of any item shall gain precedence over the correspondingcontrary provisions (if any) in the standard specification given without reproducingthe details in contract. Decision of Engineer-in-charge shall be final in case ofinterpretation of specification.9.5 If the standard specifications fall short for the items quoted in the schedule of thiscontract reference shall be made to the latest Indian Standard specifications, I.R.C.codes. If any of items of this contract do not fall in reference quoted above, thedecision and specifications as directed by the Engineer-in-charge shall be final.9.6 The stacking and storage of building materials at site shall be in such a manner as toprevent deterioration or inclusion of foreign materials and to ensure the preservationof the quantity, properties and fitness of the work. Suitable precautions shall be takenby Contractor to protect the materials against atmospheric action fire and otherhazards. The materials likely to be carried away by wind shall be stored in suitablestores or with suitable barricades and where there is likelihood of subsidence of soil,heavy materials shall be stored on paved platforms. Suitable separating barricadesand enclosure as directed shall be provided to separate materials brought by contractorand from different sources of supply.10 INSTRUCTION REGARDING EXECUTION OF WORKS HAVING VERYHIGH RATE AND VERY LOW RATES:In case of high rates quoted by the Contractor for a particular item, the payment forthat item shall be made at part rate based on C.S.R. rate initially. Full rate shall bereleased only after entire work is satisfactorily completed.Contractor No. of Corrections Executive Engineer


96Dy.E.E.11. DEFINITIONS :a) Unless excluding by or repugnant to the context :-a) The expression "Government " as used in the tender documents shall mean thePublic Works Department of the Government of Maharashtra.b) The expression "The Chief Engineer " as used anywhere in the tender papersshall mean officer for the time being of the Government of Maharashtra who isdesignated as such.c) The expression "Superintending Engineer " as used in the tender papers shallmean the officer of Superintending Engineer rank (by whatever designation he may beknown) under whose control the work lies for the time being.d) The expression “Engineer” or “Engineer-In-Charge” as used in the tenderpapers shall mean the Executive Engineer-in-charge of the work.e) The expression "Contractor " as used in the tender papers shall mean thesuccessful tenderer that is the tenderer whose tender has been accepted, and who hasbeen authorised to proceed with the work.f) The expression "Contract" as used in the tender papers shall mean the deed ofcontract together with or its original accompaniment and those later incorporated in itby mutual consent.g) The expression "Plant" as used in the tender papers shall mean very temporaryand necessary means necessary or considered necessary by the Engineer to execute,construct, complete and maintain the works and used in altered, modified, substitutedand additional works ordered in the time and in the manner herein provided and alltemporary materials and special and other articles of appliances of every sort, kindand description whatsoever intended or used therefor.h) The expression “Department” as used in the tender papers shall means PublicWorks Department of Government of Maharashtra.i) The “Accepting authority” shall mean the officer competent to accept thetender.j) The “Site” shall mean the land and/or other places where the work is to beexecuted under the contract including any other land or places which may be allottedby the Government or use for the purpose of contract.Contractor No. of Corrections Executive Engineer


97Dy.E.E.12 TESTING ETC. :The Contractor shall be responsible for the quality of the work in the entireconstruction work within the contract. He shall, therefore, have his own independentand adequate setup for ensuring the same. This shall include establishing fieldlaboratory for testing required for WBM and B.T. works.13. AUTHORITIES OF THE ENGINEER IN CHARGE :Save in so far as it is legally or physically impossible the Contractor shall execute,complete and maintain the works in strict accordance with the contract under thedirections and to the entire satisfaction of the Engineer in charge and shall complywith and adhere strictly to the Engineer-in-charge‟s instructions and directions on anymatter (Whether mentioned in the contract or not) pertaining to this works.The Engineer in charge shall decide all questions which may arise as to quality andacceptability of materials furnished and work executed, manner of execution, rate ofprogress of the works, interpretation of the plans and specifications and acceptabilityof fulfillment of the contract on the part of the Contractor . He shall determine theamount and quantity of work performed and materials furnished and his decision shallbe final. In all such matters, and in any technical questions which may arise touchingthe contract, his decision shall be binding on the Contractor .The Engineer in charge shall have the power to enforce such decisions and orders ifthe Contractor fails to carry them out promptly. If the Contractor fails to execute thework ordered by the Engineer-in-charge . The Engineer in charge may give notice toContractor specifying a reasonable period therein and on the expiry of that periodproceed to execute such work as may be deemed necessary and recover the cost thereof from the Contractor .13.1 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 and examine any material to be used for workmanship employedin connection with the works.13.2 The Engineer-in-charge may from time to time, in writing delegate to hisrepresentative any of the powers and authorities vested in the Engineer-in-charge andshall furnish to the Contractor a copy of all such delegations of powers andauthorities. Any written instruction or approval given by the representative of theEngineer-in-charge to the Contractor within the terms of such delegations (but nototherwise) shall bind the Contractor and the Department as though it had been givenby the Engineer-in-charge , provided always as follows.A) Failure of the representative of the Engineer-in-charge to disapprove any work ormaterial shall not prejudice the power of the Engineer-in-charge there after todisapprove such work or materials and to order to pulling down, removal or breakingup thereof.Contractor No. of Corrections Executive Engineer


98Dy.E.E.B) If the Contractor is dissatisfied with any decision of the Representative of theEngineer-in-charge he shall be entitle to refer the matter to the Engineer-in-charge,who shall there upon confirm/reverse or vary such decision.14. LAY OUT OF WORK :14.1 Layout of the work will be done by the Contractor in consultation with the ExecutiveEngineer of the Department or his representative, some permanent marks shouldhowever be established to indicate the demarcation of the structure or any componentthere of made to this permanent marks in measurement books and drawing signed bythe contractor and the departmental officer, Responsibility regarding layout will bejoint.14.2 SETTING OUT :-I) ROAD WORKS :-a) The contractor shall establish working bench marks in the area soon after takingpossession of the site. The working bench marks shall be at the rate of four per Km.and also at or near all drainage structures, over bridges and underpasses. The workingbench marks shall be got approved from the Engineer. Checks must be made on thesebench marks once every month and adjustments if any got agreed with the Engineerand recorded. An up to date record of all bench marks including approved adjustment,if any shall be maintained by the contractor and also a copy supplied to the Engineerfor his record.b) The lines and levels of formation, side slopes, drainage, carriageways and shouldersshall be carefully set and frequently checked, care being taken to ensure that correctgradients and cross sections are every where obtained.c) In order to facilitate the setting out of the works, the center line of the carriageway orhighway must be accurately established by the contractor and approved by theEngineer. It must then be accurately referenced in a manner satisfactory to theEngineer, every 50 m. intervals in plain and rolling terrain and 20 m. intervals in hillyterrain and in all curve points as directed by the Engineer, with marker pegs andchange boards set in or near the fence line, and a schedule of reference dimensionsshall be prepared and supplied by the contractor to the Engineer. These markers shallbe maintained until the works reach finished formation level and are accepted by theEngineer.d) On construction, reaching the formation level stage, the center line shall again be setout by the contractor and when approved by the Engineer, shall be accuratelyreferenced in a manner satisfactory to the Engineer by marker pegs set at the outerlimits of the formation.Contractor No. of Corrections Executive Engineer


99Dy.E.E.15. STACKING AND STORAGE AND GUARDING OF MATERIALS :15.1 The stacking and storage of material at site shall be in such a manner as to preventdeterioration or intrusion 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 materials against atmospheric action, fire and other hazards.The materials likely to be carried away by wind shall be stored in suitable stores orwith suitable barricades and where there is likely hood of subsidence of soil, heavymaterials shall be stored on paved platforms.Suitable separating barricades and enclosures as directed shall be provided to separatematerials brought by Contractor and materials issued by Government to Contractorunder Schedule "A" Same applies for the material obtained from different sources ofsupply.15.2 The Contractor shall at his own expense engage watchman for guarding the materialsand plant and machinery and the work during day and night against any pilferage ordamage and also for prohibiting trespassers.15.3 No materials brought to the site shall be removed from the site without the priorapproval of the Engineer-in-charge .16. INSPECTION OF WORKS16.1 The Contractor shall inform the Engineer-in-charge in writing when any portion of thework is ready for inspection giving him sufficient notice to enable him to inspect thesame without affecting the further progress of the work.16.2 The Contractor shall provide at his cost necessary ladders and such arrangements asare considered safe by the Engineer-in-charge for proper inspection of all parts of thework.16.3 Contractor shall extend his full co-operation and make all necessary arrangementswhen needed for carrying out inspection of the work or any part of the work by thelocal representatives, M.L.As, M.Ps and officers and dignitories / delegates of variousGovernment departments, local bodies, private sectors etc. No compensation shall bepaid to the contractor on this account.16.4 The work shall be carried out by the Contractor without causing damage to theexisting Government property and / or private property. If any such damage arecaused, the Contractor shall pay for restoration of the property to the originalconditions, and any other consequent damages.16.5 In the event of the occurrence of an accident involving serious injuries or death of anyperson, at site of work or quarry or at any place in connection with the work the sameshall be reported in writing within twenty four hours of the occurrence to theEngineer-in-charge and Commissioner of Workmen's compensation.Contractor No. of Corrections Executive Engineer


100Dy.E.E.16.6 The Contractor after completion of work shall clean the site of all debris and removeall unused materials other than those supplied by the department and all plant andmachinery, equipment, tools etc. belonging to him within one month form the date ofcompletion of the work, or otherwise the same will be removed by the department athis cost or disposed off as per departmental procedure. In case the material isdisposed off by the department, the sale proceeds will be credited to the Contractor‟saccount after deducting the cost of sale incurred. However, no claim of Contractorregarding the price or amount credited will entertained afterwards.16.7 All constructional plant, provided by the Contractor shall when brought on to the sitebe deemed to be exclusively intended for the construction and the contractor shall notremove the same or any part thereof (save for the purpose of moving it from one partof the site to another) without the consent in writing of the Engineer-in-charge whoshall record the reasons for withholding the consent.17. RESTRICTIONS BECAUSE OF LOCAL TRAFFIC:As there is local traffic by the side of construction during construction for the bridge,the Contractor will have to take proper precautions such as proper barricading,fencing, lighting, information and cautionary boards for safe and smooth flow oftraffic, and keeping the concerned authorities informed about the work in progress.18. COMPLETION CERTIFICATE :18.1 The work shall not be considered to have been completed in accordance with theterms of the contract until the Engineer-in-charge shall have certified in writing to thateffect. No approval of material or workmanship or approval of part of work duringthe progress of execution shall bind the Engineer-in-charge or in any way prevent himfrom even rejecting the work which is claimed to be complete and to suspend theissue of his certificate of completion until such alteration and modifications orreconstruction have been effected at the cost of the Contractor as shall enable him tocertify that the work has been completed to his satisfaction.18.2 After the work is completed the Contractor shall give notice of such completion to theEngineer-in-charge and within 30 days of receipt of such a notice the Engineer-inchargeshall inspect the work and if there is no defect in the work shall furnish theContractor with a certificate indicating the date of completion. However, if there areany defects which in the opinion of the Engineer-in-charge are rectifiable he shallinform the Contractor the defects noticed. The Contractor after rectification of suchdefects shall then inform the Engineer-in-charge and Engineer-in-charge on his partshall inspect the work and issue the necessary completion certificate within 30 days if, the defects are rectified to his satisfaction, and if not, he shall inform the Contractorindicating defects yet to be rectified. The time cycle as above, shall continue.Contractor No. of Corrections Executive Engineer


101Dy.E.E.18.3 In case defects noticed by the Engineer-in-charge which in his opinion are notrectifiable but otherwise work is acceptable at reduced payment, work shall be treatedas completed. In such cases completion certificate shall be issued by the Engineer-inchargewithin 30 days indicating the un-rectifiable defects for which reduction inpayment is being made by him.18.4 The issued of completion certificate shall not be linked up with the site clearance oncompletion of the work.18.5 Should regular public traffic be allowed on the bridge at any stage prior to its beingtaken over then the maintenance period shall be deemed to commence from the dateof such traffic passing over the bridge and shall be upto 30 days after the date of issueof completion certificate, by Engineer-in-charge but not more than 12 months afteropening to traffic.19. ANCILLARY WORK :The Contractor shall submit to Engineer-in-charge in writing the details of allancillary works including layout and specifications to be followed for its construction.Ancillary work shall not be taken up in hand unless approved by Engineer-in-charge .The Engineer-in-charge reserves the right to suggest modifications or make completechanges in the layout and specifications proposed by the Contractor at any stage toensure the safety on the work site. The Contractor shall carry out all suchmodifications to the ancillary works at his own expenses as ordered by Engineer-incharge.20 SPECIAL CONDITIONS:20.1 The Contractor should ensure that all safety precautions are observed by theirlaboures, working closed to the State Highway and while closing the State Highwayprecautions are taken including insurance etc., for their labour at the cost of thecontractor and the contractor will bear all the expenses, compensation etc. if anyaccident occurs to the labour etc. No claim in this regard on whatsoever account shallbe entertained and this decision of the Department will be final and conclusive.20.2 The Contractor shall observe the rules and regulation imposed by traffic police forsmooth flow of traffic on the diversion road and shall not be entitled for claims anycompensation arising thereof.20.3 In case of delay in handing over the land required for the work, due to unforeseencause, the Contractor shall not be entitled for any compensation what-so-ever formthe Government on ground that the machinery or labour was idle for certain period.Contractor may, however apply for extension of time limit which may be granted onthe merit of the case.Contractor No. of Corrections Executive Engineer


102Dy.E.E.21. FOLLOWING ARE THE MODIFICATIONS/AMENDMENTS/ADDITIONSTO THE SPECIFICATIONS FOR ROAD AND BRIDGE WORKS:1) Cement to be used for works, shall be any of the following with the prior approval ofengineer.a) Ordinary Portland cement confirming to IS : 269.b) High strength ordinary Portland cement confirming to IS : 8112.As far as possible, cement used in the manufacture of exposed surface of concrete ofany element of a structure shall be from the same factory.Independent testing of cement used shall be done by the Contractor at site and in thelaboratory approved by the Engineer before use. Any cement with lower quality thanthose shown in manufacture's certificate shall be debarred from use.In case of finely ground cement or imported cement, the Engineer may direct theContractor to satisfy him as to the acceptability of such cement, especially with regardto creep and shrinkage effect.Any consignment or part of a consignment of cement which has deteriorated in anyway, or specification shall not be used in the works and shall be removed from the siteby the Contractor without charge to the Employer.Cement shall be transported, handled and stored on the site in such a manner as toavoid deterioration contamination. Each consignment shall be stored separately sothat it may be readily identified and inspected and cement shall be used in thesequence in which it is delivered at site.The Contractor shall prepare and maintain proper records on site in respect of thedelivery, handling, storage and use of cement and these records shall be available forinspection by the Engineer at all times.22. REJECTION OF MATERIALS NOT CONFORMING TO SPECIFICATIONS:Any stock or batch of material(s) of which sample(s) does not conform to theprescribed test and quality, shall be rejected by the Engineer or his representative andsuch materials shall be removed from site by the Contractor at his own cost. Suchrejected materials shall not be made acceptable by any modifications.Materials not corresponding in character and Quality with approved samples will berejected by the Engineer or his representative and shall be removed from site at theContractor‟s own cost.23. HOT MIXED AND HOT LAID BITUMINOUS CONSTRUCTION:a) Job mix formula satisfying specification requirement should be worked out based onlaboratory test and got approved by the Engineer . Engineer will have independenttest made before appearing the job mix formula.b) The plant should be checked for capability to produce mix conforming to thespecification. If necessary, trial stretches should be laid and checked approximately.Contractor No. of Corrections Executive Engineer


103Dy.E.E.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) The mix collected from the discharge point of the plant, extraction test for bindercontent and aggregate gradation should be performed to check the quality of mixdischarged from the plant.e) Thickness and density of the compacted mix should be checked by taking coresamples.23.1 Each Truck/Tipper load of bituminous load shall be weighed on a standard weighbridge.Weigh Bridge of 20 tonnes capacity or more shall be provided at plant site by theContractor at his own cost and it should be checked for the caliberation by theEngineer-in-charge and weights and measures authorities in the district.The record of weight of bituminous load thus obtained shall be kept in measurementbook. The weightment of the bituminous load shall be done by the Contractor at hisexpense in the presence of authorised representative of the Executive Engineer . Thequantity of mix (weight basis) physically arrived at site shall be tallied with thequantity arrived at by volumetric measurement.The register showing dispatch of bituminous load from plant, vehicle No. time ofdispatch, temperature at the time of dispatch etc. shall be kept in prescribed form(Ref. Page No.115) at hot mix plant site. Similarly the register showing vehiclenumber, time of arrival of vehicle at site, weight of vehicle with bituminous load,temperature of the mix at site etc. shall be kept by the Department, in the presence ofContractor or his authorised representative (if he or his authorised representative ispresent at the site at that time) Both the registers shall be filled daily and Contractorshall sign the register every day in token of acceptance of the contents in register therecord maintained in the form of the register. The record maintain in the form of theregister shall ensure quantity of the materials only. The maintenance of these registersdoes not absolve the Contractor of his contractual obligation towards quality of thework.23.2 Contractor and Engineer-in-charge shall maintain the details of mix in the prescribedproforma on Page No. 115.23.3 Location of Hot Mix Drum Mix plant should be such that maximum time taken fortransporting bituminous mix from plant to the farthest point of site to paver does notexceed 60 minutes, and maintain the temperature.23.4 Failure to satisfy the condition 23.3 shall disqualify the contractor and further actionas deem fit shall be taken by the Department.Contractor No. of Corrections Executive Engineer


104Dy.E.E.24. INSPECTION OF OPERATIONS :The Engineer and any person authorised by him shall at all times have access to theworks and to all workshops and places (including required documents) where work isbeing prepared or from where materials, manufactured articles or machinery are beingobtained for the works and the Contractor shall afford every facility for & everyassistance in or in obtaining the right to such access.25. FIELD LABORATORY :The Contractor shall arrange to provide a well furnished and fully equipped fieldlaboratory which shall be manned by adequately qualified technical staff. Thelaboratory shall preferably be located adjacent to the plant site and shall be providedwith amenities like water supply, electric supply, toilet block etc. The laboratoryequipment shall conform to clause 121.3 of M.O.R.T. & H Specifications of roads andbridges. The list of equipment is enclosed on Page 116. This shall be considered asincidental to work and no separate payment whatsoever will be made for the same.26. SUPPLY OF COLOURED RECORD PHOTOGRAPHS AND ALBUMS:The Contractor shall arrange to take dated post card size coloured photographs at therate of 10 photographs per kilometers at various stages/facts of the work includinginteresting and novel features of the work as desired by the Engineer-in-charge andsupply them in five copies each in separate albums of appropriate size. He shall alsoarrange for the Video Filming of important activities of the work during the currencyof the contract and edit it to a video film of 60 to 180 minutes playing time.It shall contain narration of the various activities in English/Marathi by a competentnarrator. The cassette shall be of acceptable quality and the film shall be capable ofproducing color pictures. This shall be considered as incidental to the work and noadditional payment whatsoever will be made for the same.Contractor No. of Corrections Executive Engineer


105Dy.E.E.27. SUPPLY OF SAFETY JACKETS TO LABOURERS/SUPERVISORS/ENGINEERAs a safety measure during the execution of work all labours, construction andsupervisory staff shall be provided with an orange colour jacket in flouroscent blue soas to make them starkly visible from a distance even during evening hours.28. APPROVAL OF CONSTRUCTION MATERIALS AND CONSTRUCTIONACTIVITIES:Approval of all materials for the work shall be obtained in writing from Engineer-inchargeor his representative before its use in the Project.Before taking up of any construction activity the construction work done earlier shallbe got approved in writing. Any failure on this account may result in the work forwhich the Contractor will be solely responsible.Materials and job mix, etc. shall be got approved in writing atleast 15 days in advanceof the corresponding activity. The testing charges shall be borne by the Contractor .Besides the prescribed tests and frequencies any other test of tests over the prescribedfrequency shall also be carried out by the Contractor at his own cost if so directed byEngineer-in-charge or his authorised representative.29. Contractor shall conduct roughness index test as specified and without any cost toGovernment before starting of bituminous work and after completion of Bituminouswork as a measure to check the improvement in riding quality of the road.30. The Contractor at his own cost shall provide and fix informatory Boards (Total 2Nos.) at either end of project each on the left side of the traffic direction and facingthe traffic without causing any hindrance to traffic. Details of the board shall be asdirected by the Engineer in charge. The board shall be size 1.80 metre vertical x 1.6metre horizontal. The back ground of the board will be in traffic yellow colour withlettering in black colour. The information should be displayed in Marathi, Hindi andEnglish languages. The lettering should be proportionate. The board shall bemaintained properly at the cost of contractor till expiry of defect liability period of thework.Contractor No. of Corrections Executive Engineer


106Dy.E.E.31. The contractor carryout independently necessary tests as per clause 903, Table 900-4of M.O.R.T. & H specifications for road and bridge works fourth revision 2001 toensure that modified bitumen used meets requirements laid down in I.R.C. SP.53-2002 at his own cost.32. Quality Control Tests :- The contractor shall be at his own cost set up laboratory atsite of work to carryout the routine test of materials which are to be used on the work.The site laboratory shall be approved and certified by the Engineer-in-charge. Thequality control tests of material to be carried out are mentioned in Annexure-A pageNo.155 to 156. The frequency of testing of construction materials is mentioned inAnnexure-B on page No.157 to 158 out of the test materials Annexure-A 70% testsshall be carried out in the site laboratory and 30% tests shall be carried out inVigilance and Quality Control Laboratory of Department at the cost of contractor. Atleast 50% tests materials shall be carried out in Vigilance and Quality ControlLaboratory of department which are not included in Annexure 'A', at the cost ofcontractor.33. R.C.C. Pipes :- The contractor shall purchase the R.C.C. pipes of required categoriesfrom MSSIDC/ small industries and necessary documentary evidence for purchase ofpipes shall be produced to the Engineer-in-charge during the execution of work.34. CONDITION RELATING TO INSURANCE OF CONTRACT WORK.Contractor shall take out necessary Insurance Policy/ (viz. Contractors AllRisks Insurance Policy, Erection All Risks Insurance Policy etc. as decided by theDirectorate of Insurance) so as to provide adequate insurance cover for execution ofthe awarded contract work for total contract value and complete contract periodcompulsorily from the “Directorate of Insurance, Maharashtra State, Mumbai only itspostal address for Correspondence is “264, MHADA, First Floor, Opp. Kalanagar,Bandra (East) Mumbai – 400051” ( Telephone Nos. 26590403/26590690 and FaxNo. 26592461/26590403) Similarly, all workmen‟s appointed to complete thecontract work are required to insure under workmen‟s compensation insurancepolicy. Insurance policy/policies taken out from any other Company will not beaccepted. If any contractor has effected Insurance with any insurance company thesame will not be accepted and the amount of premium calculated by the GovernmentContractor No. of Corrections Executive Engineer


107Dy.E.E.Insurance Fund will be recovered directly from the amount payable to the Contractorfor the executed contract work and paid to the Directorate of Insurance Fund,Maharashtra State, Mumbai, The Director of Insurance reserves the right to distributethe risks of insurance among the other insurers.35. ÉɺÉxÉ =tÉäMÉ,=VÉÉÇ ´É EòɨÉMÉÉ®ú ʴɦÉÉMÉ {ÉjÉ Gò¨ÉÉÆEò ¤ÉÒºÉÒB/


108Dy.E.E.BLANK PAGEContractor No. of Corrections Executive Engineer


109Dy.E.E.SPECIFICATIONS FOR BITUMINOUS BOUND MACADAMItem Providing and laying 50/75 milimetre thick bituminous bound macadam road surfaceincluding supplying all materials, preparing the existing road surface, spreading 40mm stone metal layers, heating and spraying the bitumen at the rate of 200kg/100square metre for 75 miilimetre thick BBM or 175kg/100 square metre for 50mm thickbituminous bound macadam, spreading 12mm size chips compacting with powerroller etc. complete.(Including picking of existing WBM surface.)1) General.The work consists of supply of materials and labour required for providing and layingbituminous bound macadam surface for compacted thickness of 50/75 mm. This itemincludes preparing the existing road surface to receive the bituminous bound macadamcourse i.e. picking the existing W.B.M. surface or application of tack coat on existingB.T. surface, spreading of 40 mm. size metal layer in required thickness withcompaction with power roller, heating and spraying bitumen with sprayer etc.spreading key aggregates 12 mm. chips and final compaction with power roller etc.complete and finishing in accordance with the requirement in close conformity withgrades lines, cross sections and thickness as per approved drawings etc. complete.2) DiversionsTemporary diversions shall be constructed and maintained by the contractor at his owncost. Diversion shall be watered if dust is likely to blow on to the road.3) Materials(A) Aggregates.The aggregates for providing B.B.M. surface shall comply with specification Nos.RD-22 Page No. 201 to 202 for 40 mm and Rd 41 Page No. 215 to 216 for 12 mmsize metal, and shall normally comply with the following regarding size and quantityof aggregates and grade and quantities of bitumen.Contractor No. of Corrections Executive Engineer


110Dy.E.E.Descriptiona) 40mm size (hand brokenmetal 70% and crushed metal30%.)Rate of application for 100 square metreOnAsphaltSurface75 mm 50 mmOnW.B.M.SurfaceOnAsphaltSurfaceOnW.B.M.Surface9.00 cum. 9.00 cum. 6.00 cum. 6.00 cum.b) 12 mm size chips 1.8 cum 1.8 cum. 1.20 cum. 1.20 cum.c) Bitumen for grouting I.S.Grade S 65 with 60/70penetrationd) Tack coat for existingbituminous surface.200 kg 200 kg 175 kg. 175 kg.50 kg ---- 50 kg ----Note :- Hand broken metal is preferred, However up to 30% of total quantity of 40 mm sizemetal, crushed 40 mm metal shall be used.(B) Bitumen.The bitumen shall be paving bitumen of suitable penetration grade within the range S65 of A to 65 (60/70) as per Indian Standard Specifications for “Paving bitumen” IS :73-1992. (with latest amendments)4) Preparing the base :Any pothole in the existing bituminous road surface and broken edges shall be patchedwell in advance and the surface shall be brought to correct level and camber withadditional metal and bitumen as required which will be paid separately. Beforestarting the work the bituminous surface shall be swept clean of all the dirt, mudcakes, 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 2.5 cm. And the picked surface shall be brought approximately to the correctcamber and section. Edge line shall be correctly marked by dog bellying the surface toform a continuous vee notch.There shall always be sufficient length of prepared surface ahead of the bituminoussurfacing operations as directed by the Engineer to keep these operations continuous.Contractor No. of Corrections Executive Engineer


111Dy.E.E.5. Tack coat on bitumen surface.Applying tack coat for existing B.T. surface only at the rate of 50 kg /100 squaremetre as per specification No.Rd-47…3.3. Page 224.6. Picking existing W.B.M. Surface.Picking of existing W.B.M. surface for receiving Bituminous Bound macadam as perRd 33. (Page 208)7. Spreading and Compaction.7.1. Spreading of 40 mm metal40 mm size metal shall be spread evenly at the specified rate of 9 cubic meter for75mm thick / 6 cubic meter for 50mm thick per 100 square metre of area so as to forma layer over the width of road with correct camber/super elevation as required. Anyforeign matter, organic matter, dust, grass etc. shall be removed immediately. Thesections shall be checked with camber board and straight edge batten etc. Anyirregularities shall be made good by adding aggregates in case of depressions andremoving aggregates from high spots, checked with camber board and straight edgebatten etc. Any irregularities shall be made good by adding aggregates in case ofdepressions and removing aggregates from high spots.7.2 Compaction of 40 mm size metal.The surface of 40 mm metal layer after bringing it to necessary grades and sectionsshall be rolled with the use of 8 to 10 tones power roller. Rolling shall commencefrom the edges and progress towards center longitudinally except on super elevatedportion where 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 ordepressions, which become apparent shall be corrected by removing or addingaggregates. The rolling shall then be continued till the entire surface has been rolled todesired compaction such that there is no crushing of aggregates and all roller markshave been eliminated. Each pass of roller shall uniformly overlap not less than onethird of the track made in the preceding pass.Contractor No. of Corrections Executive Engineer


112Dy.E.E.8. Application of Bitumen.Bitumen of I.S. grade S.65 with 60/70 penetration supplied for the work shall beheated to temperature of 177 Celsius to 191 Celsius (350 F. to 375 F.) in a bitumenboiler and temperature shall be maintained at the time of actual application. The hotbitumen shall be applied through a pressure sprayer on the road surface uniformly atthe rate of 200 kg/100 square meter for 75mm thick or 175kg/100 square metre as thecase may be for 50mm thick. The road surface shall be divided into suitable rectanglesmarked by chalk so as to ensure correct rate of application of the bitumen.9. key Aggregates.On completion of bitumen application, 12 mm size key aggregate shall be spreadimmediately at a uniform rate of 1.8 cubic metre for 75mm thick /1.2 cubic metre for50mm thick per 100 square meter of area when entire surface is in hot condition.Brooms shall be used to ensure even distribution of key aggregate.10. Final Compaction.Immediately after spraying of bitumen and spreading of key aggregates, the surfaceshall be rolled with power roller to obtain full compaction and to force the blindage ofkey aggregates into the interstices of the coarse aggregate. The rolling shall continuetill the asphalt surface hardens and key aggregates stop moving under power roller.11. Surface finish and quality controlThe surface finish shall confirm to requirement of clause 902 of specification for Roadand Bridges by Ministry of Road Transport and Highway. Quality Control Test andtheir frequencies shall be as per table below.Contractor No. of Corrections Executive Engineer


113Dy.E.E.Sr.No. Test Frequency1. Quality of binder Two samples per lot to be subjected to all orsome test as directed by the Engineer.2. Aggregate Impact value One test per 200 cubic metre of aggregate.3. Flakiness Index and One test per 200 cubic metre of aggregate.Elongation Index.4. Stripping value Initially one set of three representativespecimen for each source of supplysubsequently when warranted by changes in thequality of aggregate.5. Water absorption ofaggregates.Initially one set of three representativespecimen for each source of supplysubsequently when warranted by changes in thequality of aggregate.6. Aggregate grading One test per 100 cubic metre of aggregate.7. Temperature of binder atapplication.At regular close intervals.8. Rate of spread of binder. One test per 500 square metre area.12. Item to include.i) Diversions unless separately provided in the <strong>Tender</strong>.ii) Preparing the road surfaceiii) Applying tack coat on existing B.T. or Picking the existing W.B.M. surface.iv) Supplying spreading and compaction of 40mm and 20mm size aggregates.v) Supplying, heating and spraying bitumen.vi) Supplying, spreading and compaction 12mm size chips.vii) All labour, materials, including bitumen and aggregates use of tools, plants andequipment for completing the item satisfactory.13. Mode of measurement.The contract rate shall be one square metre. The measurement shall be for the widthof the road as executed, limiting it to the width specified or as ordered by the Engineer andthe length measured along the center line of road. The measurement of dimensions shall berecorded correct up to two places of decimals of a metre and the area worked out correct upto one place of decimal of a square metre.Contractor No. of Corrections Executive Engineer


114Dy.E.E.Calculations to compute the quantity of cement which should have used and that actuallyused during the month on various items.12345678ABSTRACT FOR THE MONTH ENDINGFOR THE MONTH OF _______________ 200 .Sr.No.NAMEOF THEITEMAPPROXIMATEQUANTITY OFWORK DONE.QTY. OF CEMENT(IN BAGS)WHICH ISREQUIRED TO BEUSED.TOTALQTY.OFCEMENTWHICHSHOULDHAVEBEENUSED INBAGS.QTY. OFCEMENTWHICHWASACTUALLYUSED INBAGSQTY. UNIT QTY. IN PERBAGS1. 2. 3. 4. 5. 6. 7. 8.-- SAMPLE FORM --___________________________________________________________________________Contractor No. of Corrections Executive Engineer


Remarks115PROFORMAMIX TRANSPORTATION DETAILSNAME OF WORK : DIVISION :Dy.E.E.NAME OF AGENCY : SUB-DIVISION :NAME OF ENGINEER-IN-CHARGE :Sr.No.DateRegisteredNumberOfTipperWeight of MixTimeToleavethePlantTimeToreachthepaverTimetakeninMinutes.TemperatureWt.OfloadedTipperWt. ofemptyTipperWt. ofMix(4-5)Mix@PlantMix@Paver1 2 3 4 5 6 7 8 9 10 11 12NOTE : This information is to be kept upto date as per <strong>Tender</strong> condition No. 23.2Contractor No. of Corrections Executive Engineer


116Dy.E.E.LIST OF APPARATUS REQUIRED FOR ROAD WORKINCLUDING HOT MIX WORKS(Whichever is applicable)Sr. Name of Apparatus Nos. (Min)Required1 Set of buckets for bulk density 30 Lit. cap sample diving(Various sizes 15,20,30 Lit.)2 Riffle box (Sample Dividing Box) 13 Bitumen extractor (Hand / electrically operated) 14 Marshal stability testing machine. 15 Field density. (Sand replacement method) 16 Straight edge 3 M. long ISMC 50 x 100 17 M.S. camber plate, 2.75m , 3.5m long. 1 No. each8 Constant temperature Hot Water Bath. 1 No.9 Electronic balance capacity upto 1200 g. 1 No.10 G.I. Trays of various sizes. 1211Digital thermometers capacity upto 200c. With 100 leastcount. 112 Electric Oven. 113 Marshall stability moulds with rammer. 1 Set.14 Chemicals (Benzene / Trichloroethylene) 250 Lits.15 Filter papers. 500/season16 Weight Box with 5 kg. To 1 gm. Weights. 117 Fractional weight Box & pan balance. 118 G-1/Brass sieves of various sizes for gradation. 1 No. each19 Pick axes. 220 Cooking gas / kerosene burner with cylinder. 121 Impact Test Apparatus (For coarse Aggregate) 122 Flakiness & Elongation test gauges. 123 Penitrometres with standard needle for Asphalt Test. 124 Elastic Recovery test apparatus test for PMB PS-70. 1 Set.25 Softening point test apparatus. 126 Set of equipment for penetration test. 1 Set.27 C 1 & So 3 measuring container kit. 128 C.C. Cube testing machine. 129 Slump measurements equipment. 130 Silt content measuring kit. 131 Set of sieves for concrete & road work. 13Contractor No. of Corrections Executive Engineer


117Dy.E.E.QUALITY ASSURANCE AND MAINTENANCETo ensure the specified quality of work which shall 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 eight days 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 qualification, job descriptions defining the functions ofreporting, supervising inspecting and approving. The contractor shall also submit a list oftools, equipment‟s 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 shall get these approved from theEngineer-in-charge. The quality of the work shall be properly documented throughcertificates, records, check-lists and logbooks of results etc. Such records shall be compliedfrom the beginning of the work and be continuously updated and supplemented and this shallbe the responsibility of the contractor. The forms should be got approved from the ExecutiveEngineer-in-charge.The contractor shall prepare detailed completion drawing after completion of thework. He shall also prepare and submit a maintenance manual giving procedure formaintenance, with the period of maintenance works including inspections, tools andequipment to be used, means of accessibility for all parts of the structure. He shall alsoinclude in the manual, the specifications for maintenance work that would be appropriate forhis design and technique of construction. This manual shall be submitted within the contractperiod.Contractor No. of Corrections Executive Engineer


118Dy.E.E.BLANK PAGEContractor No. of Corrections Executive Engineer


119PRICE VARIATION CLAUSEDy.E.E.If during the Operative Period of the Contract as defined in condition (i) below, thereshall be any variation in the Consumer Price Index (New Series) for Industrial workers for MumbaiCentre as per the Labour Gazette published by the Commissioner of Labour, Government ofMaharashtra and/or in the whole sale Price Index for all commodities prepared by the Office ofEconomic Advise, Ministry of Industry Government of India, or in the price of Petrol/Oil andlubricants and major construction materials like bitumen, cement, steel, various types of metalpipes 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. TMT, HYSD & Mild Steel Component6. Cement Component7. C.I. and D.I. Pipes ComponentCalculated as per the formula hereinafter appearing, shall be made, Apart from these, noother adjustment shall be made to the contract price for any reasons whatsoever, Componentpercentage as given below are as of the total cost of work put to tender. Total Labour, material &POL Components shall be 100 and other components shall be as per actual.1. Labour Component -K1 35%2. Material Component - K2 57%3. POL Component - K3 08%4. Bitumen Component Actual5. HYSD & Mild Steel Component Actual6. Cement Component Actual7. C.I. and D.I. Pipes Component ActualNote :- If cement, TMT, HYSD & Mild Steel, Bitumen, C.I. And D.I. Pipes are Supplied onSchedule "A" then respective component shall not be considered. Also particular component is notrelevant same shall be deleted.(A) Formula for Labour Component :V 1 = 0.85 P X K 1 X L 1 -L 0100 L 0Where -V 1 =P =Amount of price variation in Rupees to be allowed for labour component.Cost of work done during the quarter under consideration minus the cost of Cement,HYSD & Mild Steel, Bitumen, C.I. And D.I. Pipes calculated at the basic star rates asapplicable for the tender, consumed during the quarter under consideration.Sr.No. Kind of Material Star Rates including all taxes1) Bitumen 60/70 Grade - Rs. 49,858/-M.T.Sr.No. Kind of Material Basic Material Rates1) Cement - Rs. 6,400/- M.T.K 1 = Percentage of Labour Component as indicated above.L 0 = Basic Consumer Price Index for Mumbai centre shall be average consumer price indexfor the quarter preceding the month in which the last date prescribed for receipt oftender falls.L 1 = Average Consumer Price Index for Mumbai centre for the quarter underconsideration.Contractor No. of Corrections Executive Engineer


120Dy.E.E.(B) Formula for Materials Component :V 2 = 0.85 P X K 2 X M 1 -M 0100 M 0Where -V 2 =P =K 2 =M 0 =M 1 =Amount of price variation in Rupees to be allowed for Materials component.Same as worked out for labour component.Percentage of Material Component as indicated above.Basic wholesale Price Index shall be average wholesale price index for the quarter precedingthe month in which the last date prescribed for receipt of tender falls.Average wholesale Price Index during the quarter under consideration.(C) Formula for Petrol, Oil and Lubricant Component :V 3 = 0.85 P X K 3 X P 1 -P 0100 P 0Where -V 3 =P =K 3 =P 0 =P 1 =Amount of price variation in Rupees to be allowed for POL component.Same as worked out for labour component.Percentage of Petrol, Oil and Lubricant Component as indicated above.Basic Price of H.S.D. at Mumbai during the quarter preceding the month in which the lastdate prescribed for receipt of tender falls.Average Price of H.S.D. at Mumbai during the quarter under consideration.(D) Formula for Bitumen Component :Where -V 4 = QB ( B 1 - B 0 )V 4 =QB =B 1 =B 0 =Amount of price variation in Rupees to be allowed for Bitumen component.Quantity of Bitumen (Grade 30/40 & Grade 60/70) in metric tonnes used in thepermanent works and approved enabling works during the quarter under consideration.Current, average ex-refinery price per metric tonne of Bitumen (Grade 30/40 & Grade60/70) under consideration including taxes (octroi, excise, sales tax) during the quarterunder consideration.Basic rate of Bitumen in rupees per metric tonne as considered for working out value ofP. or average ex-refinery price in rupees per metric ton including taxes (octroi, excisesales tax) of Bitumen for the grade of bitumen under consideration prevailing quarterpreceding the month in which the last date prescribe for receipt of tender; falls,whichever is higher.Contractor No. of Corrections Executive Engineer


121Dy.E.E.(E) Formula for T.M.T./HYSD & Mild Steel Component :V 5 =Where-V 5 =S 0 =Sl 1 =Sl 0 =T =S 0 (Sl 1 - Sl 0 )Sl 0XTAmount of price variation in Rupees to be allowed for T.M.T./HYSD & Mild Steelcomponent.Basic rate of T.M.T./HYSD and Mild Steel in rupees per metric tonne as consideredfor working out value of PAverage Steel Index as per RBI Bulletin during the quarter under consideration.Average of Steel Index as per RBI Bulletin for the quarter preceding the month inwhich the last date prescribed for receipt of tender falls.Tonnage of T.M.T./HYSD & Mild steel used in the permanent works for thequarter under consideration.(F) Formula for cement Component :V 6 =Where-V 6 =C 0 =Cl 1 =Cl 0 =T =C 0 (Cl 1 - Cl 0 )Cl 0XTAmount of price escalation in Rupees to be allowed for cement component.Basic rate of cement in rupees per metric ton as considered for working out value ofPAverage cement Index published in the RBI Bulletin for the quarter underconsideration.Average of Cement Index published in the RBI Bulletin for the quarter precedingthe month in which the last date prescribed for receipt of tender falls.Tonnage of Cement used in the permanent works for the quarter underconsideration.(G) 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 out value of P.D 1 =Q d =Average Pig iron price in rupees per tonne during the quarter under consideration.(Published by IISCO)Tonnage of C.I./D.I pipes used in the works during the quarter under consideration.Formula for Sr.No. (E) & (G)Shall be deletedContractor No. of Corrections Executive Engineer


122Dy.E.E.The following conditions shall prevails:-i) The operative period of the Contract shall mean the period commencing from the date ofthe work order issued to the Contractor and ending on the date on which the time allowedfor the completion of the works specified in the Contract for work expires, taking intoconsideration the extension of time, if any, for completion of the work granted by theEngineer, under the relevant clause of the Conditions of Contract in cases other thanthose where such extension is necessitated on account of default of the Contractor. Thedecision of the Engineer as regards the Operative Period of the contract shall be final andbinding on the Contractor. Where any compensation for liquidated damages is levied onthe Contractor on account of delay in completion or inadequate progress under therelevant Contract provisions, the price adjustment amount for the balance of work fromthe date of levy of such compensation shall be worked out by pegging the indicesL 1 , M 1 , C 1 , P 1 , B 1 , Sl 1 , & Cl 1 to the levels corresponding to the date from which suchcompensation is levied.ii)The price variation shall be applicable to all contracts in B1/B2 & C from but shall notapply to piece works. The price variation shall be determined during each quarter as performula given above in this clause.iii)The Price Variation under this Clause shall not be payable for the extra items required tobe executed during the completion of the work and also on the excess quantities of itemspayable under the provisions of Clause 38/37 of the contract form B1 / B2 respectively.Since the rates payable for the extra items or the extra quantities under Clause 38/37 areto be fixed as per current DSR or as mutually agreed to yearly revision till completion ofsuch work. In other words, when the completion/execution of extra items as well as extraquantities under Clause 38/37 of the contract form B1 / B2 extends beyond the operativedate of the DSR then rates payable for the same beyond the date shall be revised withreference to the current DSR prevalent at that time on year to year basis or revised inaccordance with mutual agreement thereon, as provided for in the Contract, whichever isless.iv)This clause is operative both ways, i.e. if the price variation as calculated above is on theplus side, payment on account of the price variation shall be allowed to the contractorand if it is on the negative side, the Government shall be entitled to recover the samefrom the Contractor and the amount shall be deductible from any amounts due andpayable under the contract.v) To the extent that full compensation for any rise or fall in costs to the Contractor is notentirely covered by the provision of this or other clauses in the contract, the unit rate andprices included in the contract shall be deemed to include amounts to cover thecontingency of such other actual rise or fall in costs.Contractor No. of Corrections Executive Engineer


123Dy.E.E.NAME OF WORK :- IMPROVEMENT AND BLACK TOPPING TO SOLGAONFATA TO DEVACHE GOTHANE KERAVALE ROAD MDR-60 IN KM. 32/000 TO33/500 AND 34/500 TO 35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKARAJAPUR DISTRICT RATNAGIRI. (UNDER NABARD-XVIII)SCHEDULE 'A'Schedule showing (approximately) the materials to be supplied from the P.W. DepartmentStores for Work contracted to be executed and preliminary and ancillary works and the ratesat which they are to be charged for.Sr.No. Particulars Quantity Rate in Place of DeliveryIn figure In wordsN I LNOTE :-1) The other material like asphalt, cement, steel are to be supplied by the Contractor. Theconditions of Schedule 'A' attached separately.Contractor No. of Corrections Executive Engineer


124Dy.E.E.BLANK PAGEContractor No. of Corrections Executive Engineer


125Dy.E.E.ADDITIONAL CONDITIONS FOR MATERIALS(CEMENT , STEEL , BULK ASPHALT ETC. )BROUGHT BY CONTRACTOR1. All the materials such as cement , steel , Bulk asphalt etc. required forexecution of work shall be brought by contractor at his own cost.2. The contractor shall maintain the record of these materials (cement , steel ,Bulk Asphalt) in the prescribed proforma and registers as directed by Engineerin charge. The sample of prescribed proforma is attached at the end (PageNo.128 to 132). These registers shall be signed by both contractors andrepresentative of Engineer in charge. These registers shall be made availablefor inspection, verification for the department as and when required. Theseregisters shall be in the custody of department and shall be maintained by thedepartment.The Contractor shall submit periodically as well as on completion of work, anaccount of all materials used by him on the work. In addition, a separateregister shall be maintained on site for recording daily item wise asphalt,cement consumption and also item wise consumption of other materials.This shall be signed daily by Contractor or his representative andrepresentative of Engineer-in-charge.3. The material required only for this work shall be kept in the godown at site. Nomaterials shall be shifted outside of the godown except for the work for whichthis agreement is entered without prior approval of the Engineer-in-charge.4. The material cement , steel , bulk asphalt etc. brought on the work site shall beaccompanied with necessary Company / manufacturing firm‟s test certificates.Contractor shall use Bulk/Packed bitumen obtained from any Governmentrefinery only. It shall be compulsory on the part of contractor to submitschedule of arrival of bouzer in advance to the Engineer in charge.The contractor shall have to submit original purchase voucher duly supportedby original delivery challan and exit gate pass. The bitumen brought by thecontractor for the work will be open to check by the Engineer-in-charge or hisrepresentative at all times.The bitumen so procured will have to be tested as per the frequency prescribedby the department. The testing charges will have to be borne by the contractor.It will be compulsory on the part of contractor to establish the well equipmenttesting laboratory with experienced testing personnel for testing of grade ofbitumen obtained at the plant from the Government refinery.Contractor No. of Corrections Executive Engineer


126Dy.E.E.If the test results are satisfactory, then and then only the material shall beallowed to be used on the work. If the test results are not as per standards, thesematerials shall be immediately removed from the work site at contractor‟s cost.In case of cement, if so requested by the contractor in writing, material will beallowed to be used before receipt of test results but this will be entirely at therisk and cost of the contractor.5. The contractor shall produce sufficient documentary evidence i.e. bill for thepurchase, Octroi receipt etc. bill for the purchase of material brought on thework site at once if so requested by the department.6. All these material i.e. cement, steel bulk asphalt etc. shall be protected fromany damages, rains etc. by the contractor at his own cost.7. The Contractor will have to erect temporary shed of approved specifications forstoring of above materials at work site at contractors cost having double lockarrangements (By Double lock it is meant that godown shall always be lockedby two locks, one lock being owned and operated by Contractor and other byEngineer-in-charge or his authorised representative and the door shall beopenable only after both locks are opened.)8. If required, the weighment of bulk asphalt bouzers etc. brought by thecontractor shall be carried out by the contractor at his own cost.9. The contractor shall not use cement and other material for the item to beexecuted outside the scope of this contract except for such ancillary small itemas are connected and absolutely necessary for execution of this work as may bedecided by the Engineer-in-charge.10. The Government shall not be responsible for the loss in bulk asphalt , cement ,steel etc. during transit to work site.The cement brought by the contractor at the work site shall mean 50 kgequivalent to 0.0347 cubic meters per bag by weight. The rate quoted shouldcorrespond to this method of reckoning. In case for ordinary / controlledconcrete , if cement is short , the shortage / shortages will be made good by thecontractor at his cost.11. INDEMNITYThe condition regarding indemnity as defined on page No.92 at Sr.No.8.6. willapply mutatis mutandis in case of material brought by contractor at the site forthe execution of the work being executed under this contract.12. In case the materials brought by the contractor become surplus owing to thechange in the design of the work, the materials should be taken back by thecontractor at his own cost after prior permission of Engineer-in-charge.Contractor No. of Corrections Executive Engineer


127Dy.E.E.13. All empty bags or empty asphalt drums shall be the property of contractor andthe same shall be removed immediately after completion of work.14. The 60/70 grade bitumen use for bituminous work must be refinery produced.15. In order to ensure proper grade of bitumen that is to be used for bituminouswork, following procedure shall be adopted.a) The schedule of arrival of bouzers and the procurement of bitumen obtainedfrom the Government refinery shall be submitted by the contractor beforepreparation of the bitumen mix.b) The necessary instruments/machineries (with latest calibration) on plant/site fortesting of materials shall be made available by the contractor.c) The original challan and delivery memo of the bitumen obtain the GovernmentRefinery shall be submitted to the Engineer-in-charge and the same shallrecorded in measurement book of that work.d) Engineer-in-charge shall collect the sample of the bitumen received from theGovernment refinery prior to unloading the plant, and shall verify the qualityfrom the Government laboratory and the result obtain shall be recorded. If he issatisfied with the results than only he shall permit in writing to the contract tounload the bitumen in the presence of Engineer-in-charge or his authorizedrepresentative.e) The workwise register shall be maintained on the plant containing BouzersNumber, Challan Number, Delivery memo number. Net weight of the bitumen,grade of the bitumen and the name of the officer who conduct the test.Contractor No. of Corrections Executive Engineer


128Dy.E.E.{ÉÖ ÆVÉÒiÉ b÷ÉƤɮúÉSÉÒ +É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉÉä¤É nùÉÇÊ´ÉhÉÉ®úÒxÉÉånù´É½þÒ Gò¨ÉÉÆEò 1EòɨÉÉSÉä xÉÉ´É :- ----------------------------------------------------¨ÉÉMÉÒ±É ºÉ{iÉɽþÉ{ÉɺÉÚxÉ EòɨÉÉSªÉÉ Ê`öEòÉhÉÒ +ºÉ±Éä±ÉÒ Êɱ±ÉEò+É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉÉä¤É+.Gò. ´½þÉ>ðSÉ®úxÉƤɮúÊ®ú¡òÉ


129Dy.E.E.xÉÉånù´É½þÒ Gò¨ÉÉÆEò 3--------------------------------------- ®úÉäVÉÒ ºÉÆ{ÉhÉÉ­ªÉÉ +É`ö´Éb÷¬ÉºÉÉ`öÒ MÉÉä¹É´ÉÉ®úÉ.+.Gò.¤ÉɤÉÓSÉäxÉÉ´ÉEäò±É䱪ÉÉ EòɨÉÉSÉä+ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ{ÉÊ®ú¨ÉÉhÉ BEò¨ÉÉxÉ´ÉÉ{É®úhÉä +ɴɪÉEò+ºÉ±Éä±Éä b÷ÉƤɮúÉSÉä{ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ´ÉÉ{É®úɴɪÉÉºÉ ½þ´Éä+ºÉ±É䱪ÉÉb÷ÉƤɮúÉSÉä BEÚòhÉ{ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ|ÉiªÉIÉ ´ÉÉ{É®ú±Éä±Éäb÷ÉƤɮúÉSÉä BEÚòhÉ{ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ1 2 3 4 5 6 7Contractor No. of Corrections Executive Engineer


130Dy.E.E.´ÉXÉSÉÚhÉÉÇSÉÒ +É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉÉä¤É nùÉÇÊ´ÉhÉÉ®úÒxÉÉånù´É½þÒ Gò¨ÉÉÆEò 1EòɨÉÉSÉä xÉÉ´É :- ----------------------------------------------------¨ÉÉMÉÒ±É ºÉ{iÉɽþÉ{ÉɺÉÚxÉ EòɨÉÉSªÉÉ Ê`öEòÉhÉÒ +ºÉ±Éä±ÉÒ Êɱ±ÉEò+É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉÉä¤É+.Gò. ʨɳýɱÉ䱪ÉÉ {ÉÉäiªÉÉÆSÉÒ ºÉÆJªÉÉ ´ÉÉ{É®ú±É䱪ÉÉ {ÉÉäiªÉÉÆSÉÒºÉÆJªÉÉÊnù´ÉºÉÉSªÉÉ +JÉä®úÒºÉ EòɨÉÉSªÉÉÊ`öEòÉhÉÒ ®úÉʽþ±Éä±ÉÒ {ÉÉäiÉÒ1 2 3 4BEÚòhÉEÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒ+ʦɪÉÆiªÉÉSÉÒ ºÉ½þÒ/ +´ÉäIÉEòÉSÉÒ ºÉ½þÒxÉÉånù´É½þÒ Gò¨ÉÉÆEò 2ÊxÉ®úÊxÉ®úɲªÉÉ ¤ÉɤÉÓ´É®ú +É`ö´Éb÷¬É¨ÉÆvªÉä ={ɪÉÉäMÉÉiÉ +ÉhÉhÉä +ɴɪÉEò +ºÉ±Éä±Éä ʺɨÉå]õ{ÉÊ®ú¨ÉÉhÉ ´É |ÉiªÉIÉÉiÉ ={ɪÉÉäMÉÉiÉ +ÉhɱÉä±Éä {ÉÊ®ú¨ÉÉhÉ ªÉÉÆSÉÒ iÉÖ±ÉxÉÉ nùÉJÉÊ´ÉhÉÉ®äú EòÉä¹]õEò+É`ö´Éb÷¬É¨ÉvªÉä Eäò±É䱪ÉÉ EòɨÉÉSÉä BEÚòhÉ +ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ.1. ʺɨÉå]õ EòÉÄÊGò]õ OÉäb÷ B¨É 10, OÉäb÷ B¨É 15, OÉäb÷ B¨É 20, OÉäb÷ B¨É 25, B¨É 30, B¨É 35, B¨É 40,2. |ÉSÉʱÉiÉ EÆòEò®úÒiÉ (+É®ú.ºÉÒ.ºÉÒ.) iÉÖ²ªÉÉ.3. ʺɨÉå]õ +lÉ´ÉÉ ÊºÉ¨Éå]õSÉÉ ÊMɱÉÉ´ÉÉ.4. {ÉÉ


131Dy.E.E.xÉÉånù´É½þÒ Gò¨ÉÉÆEò 3--------------------------------------- ®úÉäVÉÒ ºÉÆ{ÉhÉÉ­ªÉÉ +É`ö´Éb÷¬ÉºÉÉ`öÒ MÉÉä¹É´ÉÉ®úÉ.+.Gò. ¤ÉɤÉÓSÉäxÉÉ´ÉEäò±É䱪ÉÉ EòɨÉÉSÉä+ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ{ÉÊ®ú¨ÉÉhÉ BEò¨ÉÉxÉ´ÉÉ{É®úhÉä +ɴɪÉEò+ºÉ±Éä±Éä ʺɨÉå]õSÉä{ÉÊ®ú¨ÉÉhÉ({ÉÉäiªÉÉƨÉvªÉä)({ÉÉäiªÉÉÆSªÉÉ |ÉiªÉäEòºÉÆJªÉäiÉ)´ÉÉ{É®úɴɪÉɺɽþ´Éä +ºÉ±É䱪ÉÉʺɨÉå]õSÉä BEÚòhÉ{ÉÊ®ú¨ÉÉhÉ|ÉiªÉIÉ´ÉÉ{É®ú±É䱪ÉÉʺɨÉå]õSÉä{ÉÊ®ú¨ÉÉhÉ({ÉÉäiªÉÉƨÉvªÉä)1 2 3 4 5 6 7EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒ+´ÉäIÉEòÉSÉÒ ºÉ½þÒContractor No. of Corrections Executive Engineer


132Dy.E.E.REGISTERS TO BE MAINTAINED BY CONTRACTOR INCO-ORDINATION WITH DEPTT. STAFF(Whichever is applicable)(I) GENERAL REGISTERS1) Work order book2) Visitor register.3) Work register of daily qty's executed ofeach item.4) Register of registers.5) Weekly report of work as per miles stone.6) Calibration certificate register.7) Laboratory test register.(II) FOR B.T. WORK(III) FOR EARTH WORK &SHOULDERS1) Register of machinery. 1) Register of machineries at site.2) Log Books of machinery at site. 2) Field density test register for shoulder.3) Gradation of mix. 3) Log book of each machinery working atsite.4) Extraction of mix. 4) Boulder register. (If require)5) Load register at plant & site. 5) Daily earthwork register.6) Impact test register.7) F.I. & E.I. test register.8) Abrasion value register.9) Water absorption test register.10) File of printout of each load.11) Roller pass register.12) Tack coat register.13) Tray test register.14) Field density test register.15) Marshal stability & flow register.16) Thickness register of B.T. layers.17) Asphalt register at plant.18) Penetration test register.19) Specific gravity of asphalt register.20) Ductility test register.21) Elastic recovery test register.22) Hydrometer test register for fines.Contractor No. of Corrections Executive Engineer


133Dy.E.E.NAME OF WORK :- IMPROVEMENT AND BLACK TOPPING TO SOLGAON FATA TO DEVACHE GOTHANE KERAVALE ROAD MDR-60 IN KM.32/000 TO 33/500 AND 34/500 TO 35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKA RAJAPUR DISTRICT RATNAGIRI. (UNDER NABARD-XVIII)SCHEDULE 'B'Estimated Quantity maybe more or lessItem of work Estimated Rate Unit(Per)AmountIn figureIn words1576.00 Cubicmetres2 3 4 5 6Item No. 1 :- Excavation for catch/ side water guttersin soft strata to the specified section includingstacking the excavated stuff in a regular bund ifnecessary and disposing off unsuitable or excessstuff as directed etc. with all leads and lifts etc.complete.68.70 Rupees Sixty eightand paise seventyonly.Onecubicmetre39571.20864.00 CubicmetresItem No. 2 :- Excavation for water gutters in hardstrata such as laterite rock by weighing chisellingand line drilling to the specified section includingstacking the excavated stuff in a regular bund ifnecessary and disposing off unsuitable or excessstuff as directed etc. with all leads and lifts etc.complete.505.00 Rupees Fivehundred five andpaise nil only.Onecubicmetre436320.00Contractor No.of corrections Executive Engineer


134Dy.E.E.Estimated Quantity maybe more or lessItem of work Estimated Rate Unit(Per)Amount1270.00 CubicmetresIn figureIn words2 3 4 5 6Item No. 3 :- Spreading hard murum /soft murum 15.15 Rupees Fifteen One4090.50and stone dust over the rubble soling oversize andand paise fifteen cubicsize metal layer / blindage on the W.B.M. surfaceonly.metreand side width with all leads and lifts etc. completeas directed.3600.00 SquaremetresItem No. 4 :- Compacting the hard murum upto 2.00metre width (200 milimeter loose) with static rollerincluding artificial watering etc. complete.5.05 Rupees Five andpaise five only.One squaremetre18180.004908.75 SquaremetresItem No. 5 :- Providing and laying Bituminousbound macadam surface of 50 milimeter thicknessincluding supplying all materials, spreading 40 mmtrap metal 70% Hand Broken, and 30% Crush metallayer compacting metal layer with power rollerheating and spraying bitumen at the rate of 175Kg/100 square metre and spreading 12 mm keyaggregates and compacting with static roller overblack topped surface etc. with tack coat at 50kilogramme per 100 square meter on Black Toppedsurface etc. complete. (Using 60/70 grade bulkasphalt)272.50 Rupees Twohundred seventytwo and paise fiftyonly.One squaremetre1337634.38Contractor No.of corrections Executive Engineer


135Dy.E.E.Estimated Quantity maybe more or lessItem of work Estimated Rate Unit(Per)Amount16000.00 SquaremetresIn figureIn words2 3 4 5 6Item No.6 :- Providing and laying Open Gradedpremix hot mix hot laid carpet 20 milimeter thick withspecified graded crushed aggregate for wearingcourse including supplying all materials with allleads and lifts, preparing and cleaning the base,loading aggregates with front edge loader, heatingbitumen and aggregate in modern drum type hotmix plant, transporting the mixed material with tipperand laying with paver finisher to the required leveland grade rolling with static roller including the costof tack coat at 50 kg /100 square metre bymechanical sprayer over B.T. surface etc. complete.Bitumen for carpet mixing shall be 60/70 grade.Bitumen for tack coat shall be 60/70 grade.188.10 Rupees Onehundred eightyeight and paiseten only.One squaremetre1128600.006000.00 SquaremetresItem No.7 :- Providing bituminous liquid seal coat toblack top surface, including supplying all materials,with all leads and lifts, preparing the existing roadsurface, heating and applying bitumen spreadingchips and rolling by static roller by using bulk asphalt60/70 grade bitumen at the rate of 0.98 kilogrammeper square metre etc. complete.77.20 Rupees Seventyseven and paisetwenty only.One squaremetre463200.00Contractor No.of corrections Executive Engineer


136Dy.E.E.Estimated Quantity maybe more or lessItem of work Estimated Rate Unit(Per)AmountIn figureIn words12 Number Item No. 8 :- Providing and fixing Road junction/information sign board of size 180 centimeter x 120centimeter prepared on 14 gauge Mild steel sheetwith angle iron frame of size 35 x 35 x 3 milimeterwith cross bracing of size 25 x 25 x 3 milimeterincluding painting with one coat of zinc chromatestoving primer and two coats each of Green/Whiteback ground and back side gray stove enamelledbonded with Red/white Retro- reflective sheetEngineering grade border/ letters/ Numerals/arrows/ coated with non peelable crystal clearprotective coat retaining 100 percent reflectionincluding two angle iron post of size 50 x 50 x 5milimeter of 3.65 metre long inflated at bottomdrilled on top with two numbers angle iron crossbracing for vertical angle post of size 50 x 50 x 5milimeter of 2.35 metre long and painted in whiteand black bands of 25 centimeter of size 10milimeter long sheet and angle iron posts in onepiece without joints and fixing in ground withcement concrete 1:4:8 block of size 60 x 60 x 75centimeter as directed by Engineer in charge etc.complete.2 3 4 5 613508.75 Rupees Thirteenthousand fivehundred eightand paise seventyfive only.OneNumber27017.50Contractor No.of corrections Executive Engineer


137Dy.E.E.Estimated Quantity maybe more or lessItem of work Estimated Rate Unit(Per)Amount12 Numbers Item No 9 :- Providing and Fixing Reinforced cementconcrete M-15 ordinary Kilometer stones of standarddesign as per IRC-8 1980 including painting,numbering etc. complete for State Highway, MajorDistrict Road as per IRC design for highwayKilometer stone and fixing in standard size 1:4:8cement concrete block 550 x 550 x 600 milimeteretc. excavation curing, transportation of all materialswith all leads and lifts, painting, numbering etc.complete.In figureIn words2 3 4 5 62025.05 Rupees Twothousand twentyfive and paise fiveonly.OneNumber4050.108 Numbers Item No. 10 :- Providing and Fixing 200 meter stoneof Reinforced cement concrete M-15 of standardsize and shape as per IRC design including fixing inplain cement concrete 1:4:8 block of 45 x 45 x 45centimeter size , excavation curing, transportationof all materials with all leads and lifts , paintingnumbering etc. complete.894.85 Rupees Eighthundred ninetyfour and paiseeighty five only.OneNumber7158.8032 Numbers Item No.11 :- Providing and fixing plain cementconcrete ( M 20 ) grade Guard stone of standardsize 75 centimeter x 20 centimeter x 20 centimeterincluding fixing in ground and white washing etc.complete.277.75 Rupees Twohundred seventyseven and paiseseventy five only.OneNumber8888.00Contractor No.of corrections Executive Engineer


138Dy.E.E.Estimated Quantity maybe more or lessItem of work Estimated Rate Unit(Per)AmountIn figureIn words116.44 Cubicmetres2 3 4 5 6Item No.12 :- Earthwork in excavation for foundationof structure in soft strata as per drawings andtechnical specifications, including setting out,construction of shoring and bracing as necessaryremoving of stumps and other deleterious matter,dressing of sides and bottom and backfilling withapproved materials with all leads and lifts etc.complete.150.50 Rupees Onehundred fifty andpaise fifty only.Onecubicmetre2474.2265.80 CubicmetresItem No.13 :- Earthwork in excavation for foundationof structures in hard rock by mechanical means withhydraulic excavator and rock breaker (blastingprohibited) as per drawing and technicalspecifications, including setting out, construction ofshoring and bracing, removal of stumps and otherdeleterious matter, dressing of sides and bottom andbackfilling with approval material etc. complete.699.95 Rupees Sixhundred ninetynine and paiseninety five only.Onecubicmetre46056.71Contractor No.of corrections Executive Engineer


139Dy.E.E.Estimated Quantity maybe more or lessItem of work Estimated Rate Unit(Per)Amount16.88 CubicmetresIn figureIn words2 3 4 5 6Item No.14 : - Providing and laying in situ cementconcrete 1:3:6 of trap metal with all leads and liftsmechanically mixed, placed in foundation withoutformwork and compacted by vibration includingnecessary bailing out water and curing complete.(excluding dewatering by pump) for 14 days.4432.05 Rupees Fourthousand fourhundred thirty twoand paise fiveonly.Onecubicmetre30492.5038.56 CubicmetresItem No.15: - Providing and laying cement concreteM-10 of trap metal for cast in situ head walls forCauseway and C.D. Works with compacting byvibrating and curing complete including form workfinishing with cement plaster, bailing out water andsupplying all material with all leads and lifts etc.complete. (excluding dewatering by means ofpump)4527.00 Rupees Fourthousand fivehundred twentyseven and paisenil only.Onecubicmetre174561.1230.00 RunningmetresItem No.16 :-Providing and laying cement concretepipes of I.S. 458 - 1988 of 800 milimeter diameter NP-III class in proper line, level and slope includingproviding , fixing collars in cement mortar 1:2, curingwith all leads and lifts etc. complete.4505.60 Rupees Fourthousand fivehundred five andpaise sixty only.Onerunningmetre135168.00Contractor No.of corrections Executive Engineer


140Dy.E.E.Estimated Quantity maybe more or lessItem of work Estimated Rate Unit(Per)AmountIn figureIn words120.84 Cubicmetres2 3 4 5 6Item No.17 :- Providing selected hard murum fillingfor C.D. works including laying in layers of 15 to 20centimeter watering and compacting with all leadsand lifts etc. complete.109.10 Rupees Onehundred nine andpaise ten only.Onecubicmetre2273.6418.00 SquaremetresItem No.18 :- Providing WBM surface on C.D. workpipe portion of 80 and 60 milimeter laterite metaltotal 25 centimeter thick compacted includingnecessary blindage, compaction, watering etc.complete.172.35 Rupees Onehundred seventytwo and paisethirty five only.Onesquaremetre3102.30Say Total Rs. =Total Rs. 3868838.973868839.00Contractor No.of corrections Executive Engineer


141Dy.E.E.NAME OF WORK :- IMPROVEMENT AND BLACK TOPPING TO SOLGAON FATA TO DEVACHE GOTHANE KERAVALE ROAD MDR-60 IN KM. 32/000 TO33/500 AND 34/500 TO 35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKA RAJAPUR DISTRICT RATNAGIRI. (UNDER NABARD-XVIII)SCHEDULE 'C' SPECIFICATIONItem of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4RD-9 187 As directed by Engineer in charge.This shall include isolated boulders uptoItem No. 1 :- Excavation for catch/ side water guttersin soft strata to the specified section includingstacking the excavated stuff in a regular bund ifnecessary and disposing off unsuitable or excessstuff as directed etc. with all leads and lifts etc.complete.0.10 cubicmetre volume each. Useful material from excavationshall be conveyed and stacked properly as directed byEngineer in charge.Item No. 2 :- Excavation for water gutters in hardstrata such as laterite rock by weighing chisellingand line drilling to the specified section includingstacking the excavated stuff in a regular bund ifnecessary and disposing off unsuitable or excessstuff as directed etc. with all leads and lifts etc.complete.Rd. 7Rd. 8Rd. 9185 to186187This shall include isolated boulders above 0.10 cubicmetre volume each. Useful material from excavationshall be conveyed and stacked properly as directed byEngineer in charge.Contractor No.of corrections Executive Engineer


142Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No. 3 :- Spreading hard murum /soft murum Rd-31 206, 209, The 5% slope shall be kept for side width duringand stone dust over the rubble soling oversize and Rd-36 210execution.size metal layer / blindage on the W.B.M. surface Rd-39and side width with all leads and lifts etc. completeas directed.Item No. 4 :- Compacting the hard murum upto 2.00metre width (200 milimeter loose) with static rollerincluding artificial watering etc. complete.RD-38 210 As directed by Engineer in charge.The contract rate shall be one square metre basisinstead of one kilometer as mentioned in thespecification.Contractor No.of corrections Executive Engineer


143Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No. 5 :- Providing and laying Bituminousbound macadam surface of 50 milimeter thicknessincluding supplying all materials, spreading 40 mmtrap metal 70% Hand Broken, and 30% Crush metallayer compacting metal layer with power rollerheating and spraying bitumen at the rate of 175Kg/100 square metre and spreading 12 mm keyaggregates and compacting with static roller overblack topped surface etc. with tack coat at 50kilogramme per 100 square meter on Black Toppedsurface etc. complete. (Using 60/70 grade bulkasphalt)------ ------ The grade of bitumen shall be 60 / 70. Specificationsare enclosed separately on page No. 109 to 113.Contractor No.of corrections Executive Engineer


144Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No.6 :- Providing and laying Open Gradedpremix hot mix hot laid carpet 20 milimeter thick withspecified graded crushed aggregate for wearingcourse including supplying all materials with allleads and lifts, preparing and cleaning the base,loading aggregates with front edge loader, heatingbitumen and aggregate in modern drum type hotmix plant, transporting the mixed material with tipperand laying with paver finisher to the required leveland grade rolling with static roller including the costof tack coat at 50 kg /100 square metre bymechanical sprayer over B.T. surface etc. complete.Bitumen for carpet mixing shall be 60/70 grade.Bitumen for tack coat shall be 60/70 grade.MORT and HSpecificationfor road &Bridge underupgradedfourth revision2001 clause503 & 511Page157 to160 and192 to199Grade of asphalt for carpet mixing shall be 60/70. Andfor tack coat shall be 60/70.Contractor No.of corrections Executive Engineer


145Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No.7 :- Providing bituminous liquid seal coat toblack top surface, including supplying all materials,with all leads and lifts, preparing the existing roadsurface, heating and applying bitumen spreadingchips and rolling by static roller by using bulk asphalt60/70 grade bitumen at the rate of 0.98 kilogrammeper square metre etc. complete.MORT and HSpecificationfor road &Bridge upgraded fourthrevision 2001clause 513201 to204Grade of asphalt shall be 60/70.Mechanical sprayer shall be used for laying seal coat.Contractor No.of corrections Executive Engineer


146Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No. 8 :- Providing and fixing Road junction/ MORT & H 311 to As per IRC-67-1977information sign board of size 180 centimeter x 120 Cl. 801 316 As diected by Engineer in charge.centimeter prepared on 14 gauge Mild steel sheet withSeven years guarantee on Rs. 100/ stamp paper shallangle iron frame of size 35 x 35 x 3 milimeter with crossbe provided in original by the agency.bracing of size 25 x 25 x 3 milimeter including paintingwith one coat of zinc chromate stoving primer and twocoats each of Green/White back ground and backside gray stove enamelled bonded with Red/whiteRetro- reflective sheet Engineering grade border/letters/ Numerals/ arrows/ coated with non peelablecrystal clear protective coat retaining 100 percentreflection including two angle iron post of size 50 x 50 x5 milimeter of 3.65 metre long inflated at bottom drilledon top with two numbers angle iron cross bracing forvertical angle post of size 50 x 50 x 5 milimeter of 2.35metre long and painted in white and black bands of25 centimeter of size 10 milimeter long sheet and angleiron posts in one piece without joints and fixing inground with cement concrete 1:4:8 block of size 60 x60 x 75 centimeter as directed by Engineer in chargeetc. complete.Contractor No.of corrections Executive Engineer


147Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No 9 :- Providing and Fixing Reinforced cementconcrete M-15 ordinary Kilometer stones ofstandard design as per IRC-8 1980 includingpainting, numbering etc. complete for StateHighway, Major District Road as per IRC design forhighway Kilometer stone and fixing in standard size1:4:8 cement concrete block 550 x 550 x 600milimeter etc. excavation curing, transportation ofall materials with all leads and lifts, painting,numbering etc. complete.Rd-69 243to244The concrete shall be M-15 grade, necessary concretemix design of grade M-15 shall be carried out as perIS:456-2000 with minimum cement content as per IRC-21-2000Item No. 10 :- Providing and Fixing 200 meter stoneof Reinforced cement concrete M-15 of standardsize and shape as per IRC design including fixing inplain cement concrete 1:4:8 block of 45 x 45 x 45centimeter size , excavation curing, transportationof all materials with all leads and lifts , paintingnumbering etc. complete.Rd-69 243to244The concrete shall be M-15 grade. As directed byEngineer-in-charge.Contractor No.of corrections Executive Engineer


148Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No.11 :- Providing and fixing plain cement Rd-70 244 P.C.C. guard stone of size mentioned in the item shallconcrete ( M 20 ) grade Guard stone of standardto be provided instead of trap.size 75 centimeter x 20 centimeter x 20 centimeter245 As directed by Engineer-in-charge.including fixing in ground and white washing etc.complete.Item No.12 :- Earthwork in excavation for foundationof structure in soft strata as per drawings andtechnical specifications, including setting out,construction of shoring and bracing as necessaryremoving of stumps and other deleterious matter,dressing of sides and bottom and backfilling withapproved materials with all leads and lifts etc.complete.BR-3a,b,c,d102to1031) This shall include isolated boulders upto 0.1 cumvolume each.2) Payment shall be done on level basis only.3) Work shall be done as per directions of Engineer incharge.Contractor No.of corrections Executive Engineer


149Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No.13 :- Earthwork in excavation for foundationof structures in hard rock by mechanical means withhydraulic excavator and rock breaker (blastingprohibited) as per drawing and technicalspecifications, including setting out, construction ofshoring and bracing, removal of stumps and otherdeleterious matter, dressing of sides and bottom andbackfilling with approval material etc. complete.BR-3e,f,g102to1031) This shall include isolated boulders above 0.1 cumvolume each.2) Payment shall be done on level basis only.3) Work shall be done as per directions of Engineer incharge.Contractor No.of corrections Executive Engineer


150Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4BR-5 105 to107B-7 38 to 40Item No.14 : - Providing and laying in situ cementconcrete 1:3:6 of trap metal with all leads and liftsmechanically mixed, placed in foundation withoutformwork and compacted by vibration includingnecessary bailing out water and curing complete.(excluding dewatering by pump) for 14 days.1) Grade of concrete shall be 1:3:6 instead of M-102) Necessary concrete mix design of grade 1:3:6 shallbe carried out as per IS: 456-2000 with minimumcement content as per IRC-21-2000.3) The cement consumption considered for this item is220.00 kg/m3 of concrete. For variation in cementconsumption due to mix design sub para 7 of B -7 ofspecification shall be applicable.4) For concreting work , use of blended cement maybe made , confirming to IS 1489 ( Part 1 ) afterconfirmation of due tests.5) The minimum curing period shall be as per IS456:2000.6) Wooden centering / shuttering is not allowed .7) Testing of materials type and frequency shall be asper Annexture A and B attached seperately8) Concrete surface immediately after finishing shall becovered with L.D.P.E. film and water curing shall bestarted after final setting of concrete.Contractor No.of corrections Executive Engineer


151Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4BR-27 127to129B-7 38 to 40Item No.15: - Providing and laying cement concreteM-10 of trap metal for cast in situ head walls forCauseway and C.D. Works with compacting byvibrating and curing complete including form workfinishing with cement plaster, bailing out water andsupplying all material with all leads and lifts etc.complete. (excluding dewatering by means ofpump)1) Grade of concrete shall be M-10 instead of 1:3:62) Necessary concrete mix design of grade M-10 shallbe carried out as per IS: 456-2000 with minimumcement content as per IRC-21-2000.3) The cement consumption considered for this item is220.00 kg/m3 of concrete. For variation in cementconsumption due to mix design sub para 7 of B -7 ofspecification shall be applicable.4) For concreting work , use of blended cement maybe made , confirming to IS 1489 ( Part 1 ) afterconfirmation of due tests.5) The minimum curing period shall be as per IS456:2000.6) Wooden centering / shuttering is not allowed .7) Testing of materials type and frequency shall be asper Annexture A and B attached seperately8) Concrete surface immediately after finishing shall becovered with L.D.P.E.film and water curing shall be started after final settingof concrete.Contractor No.of corrections Executive Engineer


152Dy.E.E.Item of workReference to StandardSpecification Bookor MORTH specificationbookAdditional specificationSp.No.Page No1 2 3 4Item No.16 :-Providing and laying cement concretepipes of I.S. 458 - 1988 of 800 milimeter diameter NP-III class in proper line, level and slope includingproviding , fixing collars in cement mortar 1:2, curingwith all leads and lifts etc. complete.Cd-7 162to163i) The pipe shall be laid as mentioned in specification.ii ) Proper sequence of both earthwork and pipe layingshall be maintained.iii ) Due care shall be taken while compacting soil sothat pipe shall not be damaged.Item No.17 :- Providing selected hard murum fillingfor C.D. works including laying in layers of 15 to 20centimeter watering and compacting with all leadsand lifts etc. complete.CD-14 167 As directed by Engineer in charge.Item No.18 :- Providing WBM surface on C.D. workpipe portion of 80 and 60 milimeter laterite metaltotal 25 centimeter thick compacted includingnecessary blindage, compaction, watering etc.complete.Rd.19(a)Rd.20Rd.24Rd.29,31,34,35199200203205.206,208,209As directed by Engineer in charge.Contractor No.of corrections Executive Engineer


153Dy.E.E.GUARANTEE BOND FOR SECURITY DEPOSIT( ON STAMP PAPER WORTH RUPEES 100 / - )In consideration of the Governor of Maharashtra ( herein after referred to as “ theGovernment “ ) having agreed to exempt ___________________________________( herein after referred to as “ the contractor “ ) from depositing with the Governmentin cash the sum of Rs. _________ ( Rupees ______________________________________________________ only. ) being the amount of security deposit payable by theContractor to the Government under the terms and conditions of the agreement datedthe __________ day of __________ 20__ and made between the Government on theone part, and the Contractor of the other part ( hereinafter referred to as “ the saidAgreement “ ) 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 bankin India being in fact those presents in the like sum of Rs.____________________(Rs. ____________________________________________________________ only.)We ______________________________BANK / LIMITED registered in India under____________Act and having one of our Local Head office at __________ dohereby.1. GUARANTEE TO THE GOVERNMENT :(a)(b)Due performance and observance by the Contractor of the terms, covenants andconditions on the part of the contractor contained in the said Agreement andDue 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 andnotwithstanding 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 less sum may be demanded by theGovernment from us, our liability hereunder being absolute and unequivocal andagree that.Contractor No. of Corrections Executive Engineer


154Dy.E.E.3.(a)(b)The guarantee herein contained shall remain in full force and effect during thesubsistence of the said Agreement and that the same will 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 thatthe terms and conditions of the said Agreement have been fully and properly carriedout by the Contractor.We shall not be discharged or released from liability under this Guarantee by reasonsof(i) Any change in the constitution of the Bank of the Contractor; or(ii) Any agreement entered into between the Government and the Contractor with orwithout our consent .(iii) Any forbearance or indulgence shown to the Contractor ;(iv) Any variations in the terms, convenants or conditions contained in the saidAgreement.(v) Any time given to the Contractor, or ;(vi) Any other conditions or circumstances under which, in law, a surety would bedischarged.(c)(d)Our liability herein under shall be joint and several with that of the Contractor as if wewere the principal debtors in respect of the said sum of Rs. ________________(Rupees _____________________________________ only.) andWe shall not revoke this guarantee during its currency except with the previousconsent in writing of the Government.IN WITNESS WHERE OF THE common seal of ____________________ hasbeen herein affixed this __________ day of __________ 20__. The common seal of__________________ was pursuant to the resolution of the Board of Directors of thecompany dated the __________ day of __________ 20__. herein affixed in thepresence of __________ who, in token thereof, have hereto set their respective handsin the presence of .(1) __________________________(2) __________________________Contractor No. of Corrections Executive Engineer


155Dy.E.E.Annexure 'A'QUALITY CONTROL TESTS(Whichever is applicable)Sr.No. Material Test1 Masonry Stone i) Compressive Strength.ii) Crushing Value.2 Metal i) Crushing value.ii) Impact value.iii) Abrasion value.iv) Water Absorption.v) Flakiness & Elongation Indexvi) Gradation3 Bricks i) Crushing Strength.ii) Water Absorption.4 Mangalore Tiles i) Breaking load.ii) Water Absorption.5 Flooring Tiles i) Flexural strengthii) Water Absorption6 Glazed Tiles i) Water Absorption7 Cement i) Compressive Strengthii) Initial setting time.iii) Final setting time.iv) Specific Gravityv) Soundnessvi) Finenessvii) Std. Consistency8 Steel i) Weight per meter.ii) Ultimate Tensile stress.iii) Yield stressiv) Elongation9 Granular i) Density of compacted layer.ii) C.B.R.10 Lime/ Cement stabilized soil sub base i) Quality of Lime/Cementii) Degree of pulverizationiii) Lime/Cement contentiv) CBR or unconfined Compressive strengthtest on a set of 3 Specimens.v) Density of compacted layer.11 Water Bound Macadam i) Aggregate impact valueii) Flakiness Index & Elongation index12 Wet mix Macadam i) Impact valueii) Flakiness index & Elongation indexiii) Density of compacted layer13 Prime coat/ tack coat/ Fog spray i) Quality of Binder14 Seal Coat/ Surface Dressing i) Quality of Binderii) Impact value/ Los Angle's Abrasion valueiii) Flakiness & Elongation Indexiv) Water Absorption.15 Murum i) Optimum Dry Densityii) C.B.R.iii) Liquid & Plastic Limit/Plasticity Indexiv) Filed Density 100% P.D.v) Filed Moisture ContentContractor No. of Corrections Executive Engineer


156Dy.E.E.Sr.No. Material Test16 Open graded premix surfacing/ Closegraded premix surfacing.i) Quality of Binderii) Impact/ Abrasion valueiii) Flakiness & Elongation Indexiv) Water Absorption17 Bituminous Macadam i) Quality of Binderii) Impact/Abrasion value.iii) Flakiness & Elongation Indexiv) Water Absorptionv) Density of compacted layer18 Bituminous Penetration Macadam, Builtup spray Grout.19 Dense BituminousMacadam/ Semi denseBituminous concretes/Bituminous concretei) Quality of Binderii) Impact/Abrasion value.iii) Flakiness & Elongation Indexiv) Water Absorptioni) Quality of Binderii) Impact/Abrasion valueiii) Flakiness & Elongation Indexiv) Water Absorption.20 Mastic Asphalt i) Quality of Binderii) Impact/ Abrasion value.iii) Flakiness & Elongation Indexiv) Water Absorption21 Slurry Seal i) Quality of Binder22 Modified Binder i) Softening pointii) Penetration at 25 0 C & 4 0 Ciii) Elastic Recoveryiv) Ductilityv) Flash pointvi) Viscosityvii) Thin film over test, penetration,softening point, Elastic Recovery of residue,loss on heating.23 Thermoplastic paint i) Glass beed contents and grading Analysisii) Reflectance & Yellowness indexiii) Flowabilityiv) Drying Time24 Interlocking concrete paving block i) Compressive Strengthii) Fexural Testiii) Resistance to wear25 Wood work (shutters) i) End immersion testsii) Knife testiii) Glue adhesion test26 Cement Concrete i) Mix design27 Asphalt Concrete i) Job mix design with all tests on basicMaterial28 Reinforcement steel bars i) Tensile strengthii) % Elongation29 Sand i) Water Absorption & Specific Gravityii) Fineness Modulus iii) Silt Contentiv) Bulkage30 Water i) P.H. Value / For waterii) Chloride & Sulphate contentContractor No. of Corrections Executive Engineer


157Dy.E.E.Annexure 'B'Construction Material Testing & its frequency(Whichever is applicable)Sr. Material Rate Frequency1 CEMENT1) Consistency2) Initial & Final Setting time3) Fineness4) Specific Gravity5) Soundness6) Compressive StrengthTest per 50 M.t. above six testsshall be carried.2 METALa 1) Sieve Analysis (Gradation)1 Test for every day work(Concrete work)2) Sieve Analysis Red Book1 Test per 100 m3Specification3) Sieve Analysis1 Test per 200 m3Granular Sub Base (N.H.Work) MOSTb Water Absorption 1 Test per 200 m3c Impact (Concrete WBM/BT) 1 Test per 200 m3d Crushing 1 Test per for Each Sourcee Abrasion 1 Test per for Each Sourcef Flakiness & Elongation Index 1 Test per 200 m3g Plasticity Index for blindage used for1 Test per 25 m3WBM3 SAND1) Water Absorption & Specific Gravity 1 Test per for Each Source2) Fineness Modulus 1 Test per for Each day3) Slit Content 1 Test per for Each day work4) Bulkage 1 Test per for Each day work4 BRICKS1) Water Absorption2) Comp Strength3) Effloresce5 Flooring Tiles1) Flexural Strength2) Water Absorption3) Abrasion6 Manglore tiles1) Water Absorption2) Breaking LoadFor each 50000 Nos bricks Abovethree test are to be carried outFor 2000 Nos of Tiles above threetests are to be carried out1 Test- 6 Tiles per 50000 Nos.2 Test- 6 Tiles per 50000 Nos.7 Glazed Tiles1) Water Absorption 1 Test- 6 Tiles per 2000 Nos.8 Concrete Mix Design 1 Concrete Mix Design for eachCompressive strength C.C.Cubes forgrade of concrete per every per hourQtyQty. utpo 5 m31 Set (3 Nos.)6-15 m3 2 Set (3 Nos)Contractor No. of Corrections Executive Engineer


158Dy.E.E.16-30 m3 3 Set (3 Nos)31-50 m3 4 Set (3 Nos)Quantity above 51 m34+1 additional set per 50 m39 MURUM/ SOIL for earth work1) Optimum Dry Density 2 Test per 3000 m32) C.B.R. 1 Test per 3000 m33) Liquid & Plastic Limit/Plasticity1 Test per 3000 m3Index4) Filed Density 100% P.D. 1 Test per 3000 m35) Filed Moisture Content 1 Test per 3000 m310 WOOD1) Moisture Content 1 test per Source2) Density 1 test per Source11 WATER1) P.H. Value/ For Water and Sand 1 test per Source2) Chloride & Sulphate content 2 test per Source12 Bituminous Mix1) Extraction Test 2- Test per day per plant2) Gradation 2- Test per day per plantBelow test shall be taken before mixing3) Gradation4) Aggregate impact Value5) Flakiness Index & Elongation Index6) Water absorption One set of 3 sample for each sourcesubsequently when source changes7) Marshall stability of Mix One set of 3 mould for each 400MT of mix per plant of Minimum 2sets per day per plant.8) Density of compacted layer 1 -test for 250 M213 BitumenFor every lot (10 to 12 MT) below 5 testshall be taken1. Penetration 2 Test per lot of 10 to 12 MT2. Ductity 1 Test per lot of 10 to 12 MT3. Softening 1 Test per lot of 10 to 12 MT4. Viscosity 1 Test per lot of 10 to 12 MT5. Specific Gravity 1 Test per lot of 10 to 12 MT14 Job Mix DesignDBM/SDBC/BC15 Steel1) Wt per meter2) Ultimate Tensile Stress3) Yield stress4) Elogation1 Job Mix Design per mix per workper plant for single source of supplyOne test for every 5.0 MT or partherof for each diameterContractor No. of Corrections Executive Engineer


159Dy.E.E.DECLARATION OF THE CONTRACTORI/We hereby declare that I/we have made myself / ourselves thoroughlyconversant with the local conditions regarding all materials and labour of whichI/we have based my/our rates for this tender. The specifications, and lead ofmaterials on this work have been carefully studied and understood by me/usbefore submitting this tender. I/we undertake to use only the best materialsapproved by the Executive Engineer, North Ratnagiri Public WorksDivision, Ratnagiri or his duly authorised representative before starting thework and to abide by his decision.I/We hereby undertake to pay the labourers engaged on the work as perminimum wages Act 1948 applicable to the Zone concerned.Signature of ContractorContractor No. of Corrections Executive Engineer


160Dy.E.E.BLANK PAGEContractor No. of Corrections Executive Engineer


161Dy.E.E.NAME OF WORK :- IMPROVEMENT AND BLACK TOPPING TO SOLGAON FATA TO DEVACHE GOTHANE KERAVALE ROAD MDR-60 INKM. 32/000 TO 33/500 AND 34/500 TO 35/000 (ACTUAL KM. 34/500 TO 36/500) IN TALUKA RAJAPUR DISTRICT RATNAGIRI. (UNDERNABARD-XVIII)BAR CHARTGutter ExcavationC.D. workBBMPremix carpetSeal coatMurum Shoulder &Misc. Items1 2 3 4 5 6 7 8 9 10 11 12Time in monthsContractor No.of corrections Executive Engineer


162Dy.E.E.BLANK PAGEContractor No.of corrections Executive Engineer


163Dy.E.E.D R A W I N G SCONTRACT DRAWINGS :-The Contract Drawings provided for tendering purpose with the tenderdocuments shall be used as a reference only. Contractor should visualize thenature and type of work contemplated and to ensure that the rates and pricesquoted by him in the bill of quantities take due consideration of thecomplexities of work involved during actual execution / construction asexperienced contractors in the field.The tendered rates / prices for the work shall be deemed to include thecost of preparation, supply and delivery of all necessary drawings, prints,tracings and negatives which the contractor is required to provide inaccordance with the contract.DOCUMENTATION :If so ordered by the Engineer-in-charge, the contractor will preparedrawings of the work as constructed and will supply original and three copiesto the Engineer who will verify and certify these drawings.Final as constructed drawings shall then be prepared by the contractorand applied in triplicate along with a micro-film of the same to Engineer forrecord and reference purpose at the contractors cost.Contractor No. of Corrections Executive Engineer


164Dy.E.E.BLANK PAGEContractor No. of Corrections Executive Engineer

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

Saved successfully!

Ooh no, something went wrong!