E-Tender for SH-24 Road Maintenance
E-Tender for SH-24 Road Maintenance
Government of Maharashtra
Public Works Region Amravati
Public Works Circle Amravati
B-1 FORM
E-TENDER DOCUMENTS
NAME OF WORK
Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed Chinchona
Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravati
Rs.1932738/-
Shri/Ms._________________________________________________
_________________________________________________
Name of Work :- Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed Chinchona
Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravati
Sr. No. Description Page No,
1 Disclaimer
11 Chapter –IV Tender for a Lump Sum Contract Terms & Condition.
12 Memorandum
13 Condition of Contract
16 Chapter V
21 Special Condition
NAME OF WORK : Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed Chinchona
Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravati
Estimated Cost put to tender : A) Work Portion - Rs. 1874880/-
Total A+ B + C = 1932738/-
Note :- The Tenderer shall quote their offer percentage considering the [Link] Portion cost - Rs. 1874880/- only.
Following documents to be submitted on line along with tender in Envelope No. 1, .The documents shall either be
Scanned from original documents & list of all documents/Forms/Statement etc. , and index page denoting their
corresponding page Numbers.
The tenderer who submits online Scanned copies from the Original Documents, shall bring the original documents
for the verification of the same at the time of opening of tender.
[Link]. Check List of Documents
1 Submission of documents Clause No. Page No.
1 Scanned copy of original Valid certificate as a Registered Contractor with the 3.2.5 12
Government of Maharashtra in Public Works Department in appropriate class. (i)
2 The EMD shall be paid via online NEFT/RTGS or payment gateway mode or if (ii) 12
exemption certificate is available then valid certificate of exemption for
payment of earnest money shall be uploaded. Additional Performance Security
if required then scan copy of FDR shall be uploaded online.
3 Availability of the following key and critical equipment for this work The (iii) 12
bidder must upload the following documentary evidence in support of his
availability of the machinery & equipments.: Purchase Voucher, current valid
RC Books, Ownership documents & certificates, etc.
4 Scanned copy of Income Tax Return for the immediate previous financial year. (iv) 12
5 Scanned copy of original valid MGST registration certificate OR (v) 13
Aknowlegement from Maharashtra Goods Service Tax Department.
(Maharashtra Goods Service Tax Act 2017)
6 Scanned copy of Professional Tax Registration and clearance Certificate in (vi) 13
form PTR / PTE for the last financial year.
7 Scanned copy of original Registered Partnership Deed, Memorandum of (vii) 13
Articles of Association, if the tenderer is a Partnership Firm , Joint Stock
Company and Power of Attorney and Firm Registration Certificate if any.
8 Details of list of works in hand and works tendered for and to be awarded. (viii) 13
(Information to be given in Proforma of Statement No. I )
9 Details of work done during last five years with the value of work unfinished. (xii) 13
(Information to be given in Statement No. II).
10 Self Declaration/undertaking for deployment for machinery (Information to be (xvi) 13
given in Form No. I).
11 Article of Agreement (For hire of machinery if applicable.) (Information to be (xvii) 13
given in Form No. II)
12 Affidavit Rs.100/- stamp paper that all the documents and statements are True (xviii) 13
and Correct in the prescribed format. Envelope No. 1(Information to be given in
Form No. III).
13 Declaration of the contractor (Information to be given in Form No. IV). (xix) 13
DISCLAIMER
1. Detailed Time Table for the various activities to be performed in e-tendering process by the tenderer for
quoting his offer is given in this Tender Document under “ Tender Schedule “. Contractor should
carefully note down the cut-off dates for carrying out each e-tendering process / activity.
2. Every effort is being made to keep the website up to date and running smoothly 24 x 7 by the Government
and the Service Provider. However ,Government takes no responsibility and will not be liable for the
website being temporarily unavailable due to any technical issue at any point of time.
3. In that event, Public Works Department will not be liable or responsible for any damages or expenses
arising from any difficulty , error, imperfection or inaccuracy with this website. It includes all associated
services, or due to such unavailability of the website or any part thereof or any contents or any associated
services.
4. Tenderers must follow the time table of e-tendering process and get their activities of e-tendering
processes down well in advance so as to avoid any inconvenience due to unforeseen technical problem if
any.
5. Public Works Department will not be responsible for any incomplete activity of e-tendering process of the
tenderer due to technical error / failure of website and it cannot be challenged by way of appeal ,
arbitration and in the Court of Law. Contractors must get done all the e-tendering activities well in
advance.
6. Contractor shall quote is offer with two digits only after decimal . Third digits and on word will not be
considered for comparing his offer.
7. If documents submitted by the contractor to the department during the process of tender at any stage / in
Envelope No. 1 / at the time of acceptance of tender / while executing the contract & thereafter upto the defect
liability period is/are found false/forged then contractor shall be held solely responsible . Officers / employees
of the Public Works Department will not be held responsible for such act of the contractor.
DETAILS OF WORK
NAME OF WORK : Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed
Chinchona Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravati
Total A+ B + C = 1932738/-
Note :- The Tenderer shall quote their offer percentage considering the [Link] Portion cost - Rs. 1874880/- only.
The EMD amount shall be paid via Online mode from the authorized account
in the name of the contrator only. Total Security Deposit 2% (Two percent) Rs. 39000/-
TENDER SCHEDULE
Receipt of online EMD /EMD exemption Certificate Not Allowed, : Document Tender Fee and EMD to be paid via online
Self declaraon on plain paper (Original) in prescribed format given mode from the authorized account in the name of the
in Form III and Tender Document fees, to be paid online only via
Payment Gateway mode / TDR of Additional performance contrator only. EMD exemption Certificate will not be
Security Deposit (If required) / accepted
I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We further undertake
to enter into contract in regular B-1 form in Public Works Department.
Name and signature of Contractor / Power of Attorney holder with complete address
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
NAME OF WORK : Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed
Chinchona Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist AmravatiOnline percentage
rate tenders in 'B-1' Form are invited by the Executive Engineer, S.P. (P.W.) Division No.2, Daryapur for
the following work from Contractors registered in appropriate class of the Public Works Department of
Maharashtra State. The name of work, estimated cost, earnest money, security deposit, time limit for
completion etc. are as under.
Sr. Name of work Estimated Earnest Security Class of Time limit
Months)
Tender form, conditions of contract, specifications and contract drawings can be downloaded from
the eTendering portal of Public Works Department, Government of Maharashtra i.e.
[Link] after entering the details, payment of Rs. 590/- (Rupees Five Hundred Ninty
only) should be paid online using payment gateway. The fees of tender document will be non
refundable. Further information regarding the work can be obtained from the above office.
Attested ( EMD Exemption certificate Not Allowed), Affidavit on Rs. 100/- stamp paper in prescribed
form given in From No-III sworn before Executive Magistrate, Additional Performance Security Deposit (If
required) for mobilization of machinery , should be submitted online . Bids will be opened as per the Tender
Schedule, in the presence of such intending Tenderers or his/ their authorized representatives who may be
present at that time.
1.1 The offer of the Contractor shall remain valid for acceptance for a minimum period of
60 days from the date fixed for opening of Envelope No. 2 ( Main Tender) and thereafter
until it is withdrawn by the Contractor by notice in writing duly addressed to the
authority opening the tender and sent by Registered Post Acknowledgement Due.
1.2 The tender notice shall form a part of the contract agreement.
1.3 The tenders are invited on the Departmental design only
1.4 The tender if firm or company shall in their forwarding letter mention the names of
all the partners of the firm or the company ( as the case may be) and the name of the
partner who holds the power attorney if any, authorizing him to conduct transaction on
behalf of the Firm or Company.
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.7
1.5 Right is reserved to revise or amend the contract documents fully or part thereof
prior to the date notified for the l a s t d a t e o f receipt of tender. Such deviations/
amendments if any, shall be communicated in the form of corrigendum or by a letter as
may be considered suitable.
1.6 The Tenderer shall enter his percentage rates in words and figures " below / above"
In case there is difference between percentage written in figures and words, the lower
offer will be taken as final.
1.7 No pages should be removed from, added in or replaced in the Tender.
1.8 Right is reserved to reject any or all tenders without assigning any reason thereof.
1.9 Tenders which do not fulfill all or any conditions or are incomplete in any
respect are liable to summary rejection.
1.10 The Tenderer may, in the forwarding letter, mention any points he may wish to make
clear but right is reserved to reject the same or the whole of the tenders if the same
become conditional tender thereby
.
1.11 All hot mix items under this contract shall be carried our with hot mix plant (Drum Mix
Type) minimum 60-90 (TPH) tones per hour capacity with SCADA
1.12 Deleted
1.13 Compactions ( Earthwork, GSB, WBM, BBM, BM/Carpet works etc.) shall be done in with
static roller.
1.14 Asphalt should be brought from only from Government Refinery and in the name of
concerned contractor. Contractor should produce the Original Challans to site-in charge.
1.15(a) Asphalt should be brought from only from Government Refinery and in the name of
concerned contractor. Contractor should produce the Original Challans to site in charge.
(b) The contractor shall open Online Acocunt with Government Refinery from where he
procures as asphalt for this work.
(c) Documentary evidence (challan) that he has procured asphalt from Government
Refinery shall be produced to the Engineer in charge or his representative as mentioned at
(a) above.
(d) Contractor shall provide online facility to Engineer in charge or his representative for
online Verification of the Documentary evidence (Challan) Submitted to him..
(e) Attested copy of the print out of the online document shall be kept on record along with the
Documentary evidence (challan).
1.16 Contractor shall submit a certificate to the effect that “All the payments to the labour/staff are
made in bank accounts of staff linked to Unique Identification Number (AADHAR CARD).”
The certificate shall be submitted by the contractor within 60 days from the commencement of
contract. If the time period of contract is less than 60 days then such certificates shall be
submitted within 15 days from the date of commencement of contract.
2. Registration of Vendors:
The Vendors interested in doing business with any Department / Agency of Government of
Maharashtra that have migrated their process onto the Electronic Tender Management
System platform shall be required to enroll on the System.
Enrolment registration for the vendor is free . Vendor have to click on online bidder
enrollment link.
The Bid Data that is prepared online is required to be encrypted and the hash of the Bid Data
is required to be signed electronically using a Digital Certificate (Class – II or Class – III) to
maintain the security of the Bid Data and also to establish the identity of the Vendor transacting on
the System. The Digital Certificates are issued by an approved Certifying Authority authorized by
the Page 2 of 4 Controller of Certifying Authorities of Government of India through their
Authorized Representatives upon receipt of documents required to obtain a Digital Certificate.
Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash during the Bid
Preparation and Hash Submission stage. In case, during the process of preparing and submitting a
Bid for a particular Tender, the Vendor User loses his / her Digital Signature Certificate (i.e. due to
virus attack, hardware problem, operating system problem); he / she may not be able to submit the
Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if
possible, keep a backup at 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 a Firm
is used for signing and submitting a Bid, it will be considered equivalent to a no objection certificate
/ power of attorney to that User to submit the Bid on behalf of the form. The firm has to authorize a
specific individual via an authorization certificate signed by a partner of the firm (and in case the
applicant is a partner, another partner in the same form is required to authorise) to use the digital
certificate as per Indian Information Technology Act, 2000.
Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority
of the Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic
Tender Management System of Government of Maharashtra as per Indian Information Technology
Act, 2000. The Digital Signature of this Authorized User will be binding on the Firm. It shall be the
responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying
Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The
procedure for application of a Digital Signature Certificate will remain the same for the new
Authorised User.
The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorisation Certificate will have to be signed by the Director of the
Company.
Vendor must read.
1) Help for contractors
2) Information about DSC
3) Resource required
4) Bidder manual kit
Bidder Manual Kit
Sr. Particulars Downloads
No
.
1 Notice to Bidder for e-Bid Notice is Bidder
Submission
2 Registration of Bidder Bidder Enrolment
3 Uploading of My Documents My Documents
4 Online e-Bid Submission Single Cover, Two Cover, Three Cover,
Four Cover
5 Online Bid Withdrawal Bid Withdrawal
6 Online Bid Re-Submission Bid Resubmission
7 Clarifications (Tener Status, My Clarifications
Archive…)
8 Trouble Shooting Trouble Shooting
9 BOQ Preparation Guideline Item Rate, Percentage Rate, Item Wise
With Taxes
GENERAL
a)Time limit :- The work is to be completed within time limit as specified in the Notice
inviting tender which shall be reckoned from the date of written order of
commencing the work and shall be inclusive of monsoon period.
b)Tender Rate :- No alteration in the form of tender and the schedule of tender and no
additions in the scope or special stipulation will be permitted. Rates quoted
for the tender shall be taken as applicable to all leads and lifts.
c)Tender Units :- The tenderer should particularly note the unit mentioned in the Schedule
"B" on which the rates are based . No change in the units shall be
allowed. In the case of difference between rates written in figures and
words , the correct rate will be the one, which is lower of the two.
e) Income Tax :- The Income Tax @ 2% or percentage in force from time to time or at the
rate as intimated by the competent Income Tax authority shall be
deducted from bill amount whether measured bill, advance payment or
secured advance.
(i)The EMD if applicable will be paid via online mode , EMD exemption certificate Not Allowed Additional
(Performance) Security (if Required) (copy to be Submitted as per the tender Schedule).
Tenderer has to pay the applicable amount of EMD using NEFT/RTGS/Payment Gateway mode only. This
payment of EMD shall be made only through the authorized account of the tenderer only and tenderer
shall upload the scanned copy of Screen shot of payment made online.
(ii)In case of Joint venture, Earnest Exemption certificate will not be accepted. The Security
Deposit , additional deposit etc in the form of T.D.R./F.D.R. issued in the name of Joint venture
Company drawn by Scheduled bank having branches in Maharashtra and endorsed , in the name of
Executive Engineer, Special Project (P.W.)Divsion No.2, Daryapur. for the period of one year will
be issued.
(iii)The insurance covered risk as envisaged in "condition of contract " clause No-56 should be
drawn before first running account bill of the contract
The bidder shall submit his bid online as per the procedure laid down on the e-tender portal. Hard
copy of the said bid shall be submitted within 72 hours from the date and time of Bid Lock in any of
below mention office .
This Hard Copy will be opened only when it is found necessary for Bid opening authority.
This Hard Copy will be opened only if any problem arises.
Tender Forms can be purchased from the e-Tendering Portal of Public Works Department,
[Link] after paying Tender Fees via online
Government of Maharashtra i.e.
mode as per the Tender Schedule.
3.2.1 Deleted
3.2.2 Deleted
3.2.3 The tender submitted by the Tenderer shall be based on the clarification,
additional facility offered (if any) by the Department, and this tender shall be unconditional.
Conditional tenders shall be summarily REJECTED.
3.2.4 All tenderers are cautioned that tenders containing any deviation from the
contractual terms and conditions, specifications or other requirements and conditional tenders will
be treated as non responsive. The tenderer should clearly mention in forwarding letter that his
offer (in envelope No. 1& 2) does not contain any conditions, deviations from terms and conditions
stipulated in the tender
(ii) The EMD shall be paid via online NEFT/RTGS or payment gateway mode or if
exemption certificate is available then valid certificate of exemption for
payment of earnest money shall be uploaded. Additional Performance Security
if required then scan copy of FDR shall be uploaded online.
(iii) Availability of the following key and critical equipment for this work The
bidder must upload the following documentary evidence in support of his
availability of the machinery & equipments.: Purchase Voucher, current valid
RC Books, Ownership documents & certificates, etc.
(iv) Scanned copy of Income Tax Return for the immediate previous financial year.
Certificate(s) of turnover from Chartered Accountant and Audited Balance
Sheets.
(viii) Details of list of works in hand and works tendered for and to be awarded.
(Information to be given in Proforma of Statement No. I )
(ix) Details of work done during last Five years with the value of work
unfinished. (Information to be given in Statement No. II).
(xii) Affidavit Rs.100/- stamp paper that all the documents and statements are True
and Correct in the prescribed format. Envelope No. 1(Information to be given
in Form No. III).
3.2.6 If a contractor is allotted 3 or more works in the current financial year then the condition of
fulfilment of bid capacity of that contractor will be calculated for his next tenders.
where
A = Maximum value of civil engineering works executed in anyone year during the last
Five years (updated to the price level of the year indicated in Appendix) taking into account
the completed as well as works in progress.
N = Number of years prescribed for completion of the works for which bids are invited.
B = Value (updated to the price level of the year indicated in Appendix) of existing
commitments and
on-going works to be completed during the next 12 months (including monsoon) (period of
completion of the works for which bids are invited)
Contractors / Bidders will have to submit an undertaking regarding the number of works
allotted to him during the current financial year in technical envelope.
Note- Copy of Integrity Pact is enclosed in this tender document. Integrity Pact shall be signed executed
by the successful tenderer prior to execution of the Agreement of this work. Integrity Pact shall form the
part of the Agreement.
Note:- Payment of Security Deposit by Bank Guarantee and Online BG Verification : If the contractor
wishes to deposit security deposit by Bank Guarantee after tender approval then it is mandatory for
contractor to verify the Bank Guarantee by paying verification fees of Rs.1000/- + GST through the link
provided below
[Link]
1. The bidder should own or hire should have assured ownership to the following key
items of equipments in full working order and must demonstrate that best on known commitment ,
they will be available for the work in proposed contract and shall submit scanned copy of proof of
ownership in both condition own of following equipment.
3. The bidder must upload the following documentary evidence in support of his
availability of the above machinery & equipments.: Purchase Voucher, current valid RC
Books, Ownership documents & certificates, etc.
4. Deleted
NOTE-
ii) In case the bidder intends to hire the machinery which is required for this work, Scanned
copy of Lease Agreement in the format attached herewith under the Heading "Articles of
Agreement" executed on appropriate stamp paper for procuring on hire from another
agency, who owns this machinery if the contractor does not own himself this machinery.
(Scanned copy of proof of ownership/ Hire i.e. invoices, shall have to be attached along with
the legal agreement for hiring.)
C. To qualify for a package of contracts made up of this and other contracts for which bids are invited
in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the
aggregate of the qualifying criteria for the individual contracts.
(i) Sub-contractors' experience and resources shall not 'be taken into account in determining the
bidder's compliance with the qualifying criteria except to the extent stated in (i) (A) above.
(ii) Bidders who meet the minimum qualification criteria will be qualified only if their available bid
capacity is more than the total bid value. The available bid capacity will be calculated as under:
Assessed Available Bid capacity = ( A*N*2 ) - B
where
A = Maximum value of civil engineering works executed in anyone year during the last Five
years (updated to the price level of the year indicated in Appendix) taking into account the
completed as well as works in progress. (Certified by C.A.)
N = Number of years prescribed for completion of the works for which bids are invited.
B = Value (updated to the price level of the year indicated in Appendix) of existing commitments
and on-going works to be completed during the next 90 (Ninty Days ) (period of completion
of the works for which bids are invited)
Note :- Government Circular No. : CAT-2022/[Link].50/Ema.2 Date 12/05/2022 For all work above Rs.50
lakhs Bid Capacity The condition should be [Link] by the same contractor Three or
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.15
more works in a financial year In that financial year for him if taken Bid capacity
condition applicable for next tender will remain To verify this Handed during the current
financial year in Envelope No.1 (Page No. 22)Tender details of all work undertaken It
shall be binding on the contractor to submit.
Note: The statements showing the value of existing commitments and on-going works as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the Engineer in charge, not below the rank of an Executive Engineer
or equivalent.
(iii) Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if
they have:
- made misleading or false representations in the forms, statements and attachments submitted in
proof of the qualification requirements; and/or
- record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delaysin completion, litigation history, or financial failures etc.; and/or
- participated in the previous bidding for the same work and had quoted unreasonably high bid
prices and could not furnish rational justification to the employer.
4 Site Visit
4.1. The Bidder, at the Bidder's own responsibility and risk is encouraged to visit and examine the
Site of Works and its surroundings and obtain all information that may be necessary for preparing
the Bid and entering into a contract for construction of the Works. The costs of visiting the Site
shall be at the Bidder's own expense.
4.2 ONLINE ENVELOPE No.2 TENDER (FINANCIAL BID)
The second online envelope "Envelope No.2" shall contain only the main tender
including the Common Set of Conditions / Deviation issued by the Department after
the pre-tender Conference. A tender s u b m i t t e d without this would be considered
as invalid.
The Tenderer should quote his offer duly signed in terms of percentage of estimated rates
at the appropriate place of tender documents to be submitted only in Envelope No.2 He
should not quote his offer any where directly or indirectly in Envelope No. 1. The
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.16
contractor shall quote for the work as per details given in the main tender and also
based on the detailed set of conditions issued / Additional stipulations made by the
Department as informed to him by a letter from Chief Engineer / Superintending Engineer
after Pre-Tender Conference. His tender shall be unconditional.
Total A+ B + C = 1932738/-
Note :- The Tenderer shall quote their offer percentage considering the [Link] Portion cost - Rs. 1874880/- only.
First of all Envelope No.1 of the tender will be opened online to verify its
contents as per requirements. If the various documents contained in this
envelope do not meet the requirements of the Department, a note will be
recorded accordingly by the tender opening authority and the said tenderers Envelope
No. 2 will not be considered for further action and the same will be recorded.
The decision of the tender opening authority in this regard will be final and
binding on the contractors.
If minimum Two bids are not received in 1st call, bids will be recalled. However in 2 nd call,
even if single bid is received it will be opened in the presence of bidder. However even if more
than two bids are received and one bidder is qualified for financial opening bid will be
recalled in 1st Call. In 2nd call even single bidder qualify his bid will be opened in the
presence of bidder.
4.6.2 All compensation or other sums payable by the Contractor under the terms of this
contract or any other contract or on any account may be deducted from his Security
Deposit or from any sums which may be due to him or may become due to him by
Government on any account and in the event of the security being reduced by
reason of any such above noted deductions, the Contractor shall within 10 days of
receipt of notice of demand from the Engineer-in-charge make good the deficit.
4.6.3 There shall be no liability on the Department to pay any interest on the Security
Deposited by or recovered from the Contractor.
4.6.4 The Security Deposit shall be refunded after completion of defect liability period
prescribed for this contract in accordance with the provisions in Clause1 and
20 of the contract.
4.6.5 ADDITIONAL PERFORMANCE SECURITY ;- After opening of financial Bid (Envelope No. 2) if
quoted offer of the lowest tenderer (L-1) is found below the estimated cost of the department then, L-1 tenderer
should deposit submit the required "Additional Performance Security" within period of eight days from the date of
opening of financial Bid (Envelope No. 2) in the form of Demand Draft. The L-1 tenderer should take cognizance
that this time limit of 8 working days will not be relaxed/extended for any reason.
If L-1 tenderer should not submit Additional Performance Security as stated above, then his offer will be
considered as "Non-Responsive" and Second lowest's (L-2) tenderer will be called for negotiations. If such L-2 is
agreed to execute the work below than the rates than L-1 then such L-2's revised offer will be considered for
acceptance of the tender.
A) If L-1 tenderer's offer is below more than 1 % to 10 % of the estimated cost put to tender then he should submit
Demand Draft amounting to 1% of the estimated cost of the department towards Additional Performance security.
B) If L-1 tenderer's offer is more than 10 % below upto 15% of the estimated cost put to tender then he should
submit Additional Performance security of 1 % for every percent after 10 % below percentage in addition to the
cost of 1% performance security mentioned above clause A for quoting below offer.
(eg. If L-1 tenderer's offer is 15 % below the estimated cost put to tender, then he should submit 15 - 10 = 5 %
Additional Performance security + 1% Additional Performance security = 6 % amount of the cost put to tender as a
total Additional Performance Security.)
C) If L-1 tenderer's offer is more than 15 % below the estimated cost put to tender then he should submit
Additional Performance security 2 % for every percent after 15 % below percentage in addition to the cost of
6% Additional performance security mentioned above clause A & B.
(eg. If L-1 tenderer's offer is 19 % below the estimated cost put to tender, then he should submit [1% for below upto
10% plus 5% for below upto 15 % & two times for remaining percentage i.e. (19-15) 4 % X 2 =8 %] Total (1+6+8
=) 14 % amount of the cost put to tender as Additional Performance Security.)
1) Such Demand Draft shall strictly issued only by the Nationalized Bank or Scheduled Bank in favour of in the
Engineer, S.P. P.W. Division No.2, Daryapurand shall be valid for the minimum period of three months.
2) The Demand Draft should bear the MICR and IFSC Code Number of the issuing bank.
3) The Demand Draft shall be submitted in the office of the concerned Executive Engineer in "sealed
envelope"within stipulated period of eight working days as mentioned above. The tenderer shall write the 'Name
of Work,' 'E- Tender No.' and 'Tender Notice No.' on such sealed envelope addressed to the concerned Executive
Engineer.
4) If it is found that the Demand Draft as above submitted by the tenderer is False / Forged Or Tenderer treated as
''Non Responsive" then the Earnest Money submitted by such tenderer shall be forfeited and his registration as a
contractor of Public Works Department will be suspended for the period of One year. For this concerned
Superintending Engineer shall have the full rights.
5) The work order to the successful contractor shall be issued only after the encashment of his Demand Draft by the
concerned Executive Engineer.
6) The amount of Additional performance security of successful contractor shall be refunded within the period of three
months after the date of completion of said work successfully.
7. (a) The Tenderers shall be presumed to have carefully examined the drawings,
conditions and specifications of the work and have fully acquainted themselves with all
details of the site, the conditions of rock and its joints, pattern, river, weather
characteristics, labour conditions and in general with all the necessary information and
data pertaining to the work, prior to tendering for the work.
(b) The data whatsoever supplied by the Department along with the tender documents are
meant to serve only as guide for the tenderers while tendering and the Department
accepts no responsibility whatsoever either for the accuracy of data or for their
comprehensiveness.
8. The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are
as per survey conducted by the Department. The Contractor should however
examine these quarries and see whether full quantity of materials required for
execution of the work strictly as per specification are available in these source before
quoting the rates. In case the materials are not available due to reasons whatsoever, the
contractor will have to bring the materials from any other source with no extra cost to
Government. The rates quoted, should therefore be for all leads and lifts from
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.19
wherever the materials are brought at site of work and inclusive of royalty to be paid
to the Revenue Department by the Contractor.
9. POWER OF ATTORNEY:
If the tenderers are a firm or company, they should in their forwarding letter mention the
names of all the partners together with the name of the person who holds the power of
Attorney, authorizing him to conduct all transactions on behalf of the body, along
with the tender.
10 The contractor or the firms tendering for the work shall inform the Department if they
appoint their authorized Agent on the work.
11 No foreign exchange will be released by the Department for the purchase of plants
and machinery for the work by the Contractor.
12 Any dues arising out of contract will be recovered from the contractor as arrears of
Land Revenue, if not paid amicably. Moreover, recovery of Government dues
from the Contractors will be affected from the payment due to the Contractor
from any other Government works under execution with them.
13 All pages of tender documents, conditions, specifications, correction slips etc. shall
be initialed by the tenderer. The tender should bear full signature of the tenderer, or
his authorized power of Attorney holder in case of a firm.
14 The Income Tax at 2.00 % including surcharge or percentage in force from time to time
or at the rate as intimated by the competent Income Tax authority shall be deducted
from bill amount whether measured bill, advance payment or secured advance.
15 The successful tenderer will be required to produce, to the satisfaction of the specified
concerned authority a valid concurrent license issued in his favour under the
provisions of the Contract Labour (Regulation and Abolition) Act 1970 for starting
the work. On failure to do so, the acceptance of the tender shall be liable to be
withdrawn and also liable for forfeiture of the earnest money.
16 The tenderer shall submit the list of apprentices engaged by the Contractor under
Apprentice Act.
17 VALIDITY PERIOD
The offer shall remain open for acceptance for minimum period of 60 days from the
Date of opening of Envelope No.2 (Financial Bid) and thereafter until it is withdrawn
by the contractor by notice in writing duly addressed to the authority opening the
tender and sent by Registered Post Acknowledgment due.
18 After completion of the e-tendering process, the successful bidder will have to submit
the hard copy of downloaded tender document and drawings duly signed on each
page by the contractor or his authorized signatory. The tender should bear full
signature of the tenderer, or his authorized power of attorney holder in case of Firm.
1. There are separate Item's of 'Royalty' and 'Testing of Materials' enclosed in the tender. As
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.20
It is mandatory on the part of contractor to carry out all the required tests of various construction
materials as mentioned in schedule 'B' of the tender. If the contractor fails to submit required test
result of the various construction materials as mentioned in the items of schedule 'B', he will be
liable to deposit the amount at penal rate of five times of the amount of particular test which he
has not carried out. Contractor will be informed by the Engineer-in-Charge through letter. On
receipt of letter, contractor will have to either deposit the said amount or to carry out the required
test within ten days. If he again fails to carry out the required tests in stipulated time limit, the
said tests will be carried out by the department and total expenditure incurred on the testing
charges plus Five times amount of testing charges will be recovered from the contractor's bill.
As this recovery is only due to the negligence on the part of contractor to carry out work as per
Tender conditions and Executive Engineer's decision will be final and binding on the contractor
and it can not be challenged by the contractor by way of Appeal, Arbitration or in the Court of
Law.
Tender Percentage for Royalty, Testing charges and Man power
While preparing D.T.P, the Schedule "B"/BOQ amount shall be divided as(A) work Portion and
(B), Royalty charges, Testing charges and Man power for Dept
For B-1 tender the Percentage shall be applied to work portion. (A) only.
For B-2 tender the Rate of item shall be applied to work portion. (A) only.
In above both case the part "B" of schedule B/BOQ will be intact.
STATEMENT NO-I
(To be given by individual firm / Bidder / joint venture consortium about all works/ agreement in hand)
Remarks
order Office with address,
contact no.& email
1 2 3 4 5 6 7
SAMPLE FORM
Note:-
1. Even though the bidder meets the qualifying criteria, his Bid Capacity will be evaluated, if he has three
or more works having it‟s work order after 01/04/2024, at the time of submission of bid.
2. Tenders having Work Order before 31/03/2024 will not be taken into consideration for this purpose.
3. After last date of submission of bid and before opening of financial bid of this work, if the bidder is
being awarded any work, it is mandatory to inform this matter to Division office so that this office can
consider it for Bid Capacity Calculation.
I/we understand that if information submitted in original certificate is found tampered or
certificates are found fake in future then Bidder shall be black listed, his EMD/ Security Deposit shall be
forfeited and appropriate action shall be taken.
STATEMENT NO-I
DETAILS OF WORKS IN HAND AND WORKS TENDERED
Remarks
(Rs. In (Rs. In
lakhs) lakhs)
1 2 3 4 5 6 7 8 9 10
SAMPLE FORM
1 2 3 4 5 6 7
SAMPLE FORM
Note : 1) This is only a standard form. Details are to be furnished in this format in the form of
type written statements which shall be enclosed in Envelope No.1.
STATEMENT NO. II
Remarks
(Rs. In
lakhs)
1 2 3 4 5 6 7 8 9 10
SAMPLE FORM
Grand Total :-
Note : This is only a standard form. Details are to be furnished in this format in the form of
type written statements, which shall be enclosed in Envelope No.1.
FORM -I
UNDERTAKING FOR DEPLOYEMENT OF MACHENRY
(Self Declaration)
OR
Applicant/Contractor Name……
Address ……………………..
E-mail ……… Mobile No…………
Website
FORM-II
ARTICLES OF AGREEMENT
(This is a Model Form of Agreement, the tenderer shall upload this document if applicable for the tender.)
BETWEEN :
1) Shri. / M/s
A Sole Trading concern Pvt. Ltd. Co. / Public Ltd. Co. / Partnership Firm registered under the
provisions of respective Acts in force and having his /their Office situated.
Who is a ,
i) Sole Proprietor of the above mentioned concern. ii) Partner of the above mentioned
partnership firm.
ii) Holder of power attorney of the above mentioned firm, Executive Director or Manager of
the above mentioned Company as approved by the present Board of Director of the above
mentioned Company.
Hereinafter for the sake of brevity referred to as " The Owner " ( which expression shall,
unless it be repugnant to the meaning of context thereof, mean and included the firm of all partners of
the Firm, the company at material time and their successors).
Party of the First Part
AND
2) Shri. / M/s
A Sole Trading concern Pvt. Ltd. Co. / Public Ltd. Co. / Partnership Firm registered under the
provisions of respective Acts in force and registered Government contractors registered in
appropriate Class with Government of Maharashtra Having his/ their office situated at
_____________________ and managed by Shri . ________________________________ who is
a
i) Sole Proprietor of the above mentioned concern.
ii) Partner of the above mentioned partnership firm.
iii) Holder of power attorney of the above mentioned firm, Executive Director or Manager of
the above mentioned Company.
Hereinafter for the sake of brevity referred to as " The Hirer "(which expression shall,
unless it be repugnant to the meaning of context thereof, mean and included the firm of all partners
of the Firm, the company at material time and their successors).
Where in the party of the first part herein is an absolute owner of the _________
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.26
AND WHERE AS the party of the first part , is desirous of giving machinery on hire charges basis to
the party of second part.
AND WHERE AS to these presents are desirous of recording the terms and of the agreement , reduce
the same to writing.
The party of Second part shall also pay an amount of Rs. ________________ as interest deposit to
the party of the first part at the time of intimation in writing. This deposit ____________
_________________________ shall either be refunded by the first part to the party of the second part or
shall be adjusted in the final of the hire charges of the machine/s.
2) Date of Hire :
It is hereby expressly declared by the parties to the presents that the machine /s shall be hired
on and from the date of commencement of the work being awarded or that would be awarded by the
Executive Engineer, to the party of the second part herein.
3. It is hereby agreed by and between the parties to these presents that instant agreement shall
remain in force from the date of hire as specified in Clause -2 above to the date of either completion
of the work in question or six months from the date of hire whichever period expires later.
4. Possession :
The party of the first part has agreed to deliver the possession of the machine is that would be
hired as described in Clause one above in good working condition along with its operational crew
and all the necessary accessories of the machine / s being hired to the party of the second part within
eight days from the date of intimation in writing given by the party of the second part to the party of the
first part.
5. Mode of payment :
Monthly hire charges of the machine /s as specified in Clause one above shall be paid by the
party of the second part as on the last day of each month by issuing a crossed Account Payee Cheque
or Crossed Account Payee Demand Draft.
It is hereby agreed by the party of the first part that it shall bear all day to day expenses of
the machine /s on account of fuel, oil and lubricants, operations, maintenance and repair charges during
the currency of the period for which machine/s let out on hire charges to the party of the second part.
It is further agreed that if the party of the second part spends on the operations, repairs and
maintenance for the machine /s hired by it, the party of the second part has every right to deduct the
said amount from the monthly hire charges payable to the party of the first part.
7. The party of the first part shall always keep the machine /s in good working conditions that are
given on hire charges basis to the party of the second part. It is further agreed that the day spend
on repairs and maintenance shall be excluded for the purpose of calculating the monthly hire charges.
8. The party of the second part shall have right to deduct the Income Tax at source at the
prescribed rate of the provisions of Income Tax Act as ordered by the Government of India, are
applicable.
In Testimony where of the parties to these present have set and subscribed their respective
signatures on the day, month and year herein above written.
In the presence of :
AFFIRMED AND EXECUTED BEFORE
ME NOTARY
1. ______________________
2. ______________________
FORM-III
नमुना सत्यप्रवतज्ञापत्र (रू.100/-च्या स्टॅम्प पेपरिर)
सत्यप्रवतज्ञापत्र (Affidavit)
---------------------------- याकामासाठी वनविदा सादर करीत आहे .त्या वनविदे च्या विफाफा क्र.1 मध्ये जी
कागदपत्रे सादर केिी आहे त ती खरी , बरोबर ि पूणभ आहे त, त्यामध्ये कोणत्याही त्रुटी , चुका नाहीत , याची
मी खात्री केिेिी असुन असे शपथपुिभक खािीि अटी ि शथीसह मान्य करीत आहे . या कागदपत्रांमध्ये काही
चुकीची , वदशाभुि करणारी , खोटी ि तसेच अपूणभ माहीती आढळल्यास मी भारतीय दं डसंवहता अंतगभत
बांधकाम विभागािा कोणतीही खोटी मावहती ककिा दे यकासमिेत तसेच पत्रव्यिहारात खोटी / बनािट
सावहत्य खरे दीची कागदपत्रे सादर केिी असल्यास , मी भारतीय दं डसंवहता अंतगभत कायदे वशर कायभ िाहीस
पात्र राहीन.
2 जर कंत्राट कािािधीदरम्यान आवण काम समाप्ती नंतर , अंवतम दे ण्याच्या तारखे पयं त सादर
केिेिे कोणतेही कागदपत्रे खोटी / बनािट ककिा फसिी आढळल्यास , मी भारतीय दं डसंवहता अंतगभत
3. जर काम समाप्तीनंतर दोर्ष दावयत्ि कािािधी दरम्यान ककिा त्यानंतर कोणत्याही िेळी ,
कोणतीही मावहती ककिा कागदपत्रे खोटी / बनािट,फसिी ककिा वदशाभूि करणारी आढळल्यास , मी
FORM-III
Contractor should submit the Affidavit ( on Rs.100/- Stamp Paper) as mentioned below in Envelope
No.1.
........................................ (Authorized signatory to sign the contract), hereby submit, vide this
authorized signatory and Name Of Work_Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar
Hirapur Turkhed Chinchona Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravati i
I am submitting the documents in envelope no.1 for the purpose of
scrutiny of the contract. I hereby agree to the conditions mentioned below :-
1. I am liable for action under Indian Penal Code for submission of any false / fraudulent
2. I am liable for action under Indian Penal Code if during contract period and defect
liability period, any false information, false bill of purchases supporting proof of
3. I am liable for action under Indian Penal Code if any paper are found false / fraudulent
during contract period and even after the completion of contract ( finalisation of final
bill ).
(Signature of contractor)
(seal of company)
FORM NO-IV
NAME OF WORK :-
I/We hereby declare that I/we have made myself /ourselves thoroughly conversant with the sub-
soil conditions, the local conditions regarding all materials (such as stone, murum, sand, etc.) and
labour of which I/we have based my/our rates for this work. The specifications, conditions, bore
results and lead of materials on this work have been carefully studied and understood by me/us
before submitting this tender. I/We undertake to use only the best materials approved by the
EXECUTIVE ENGINEER, SPECIAL PROJECT (P.W.)DIVSION NO.2, DARYAPUR or his
duly authorised assistant, before starting the work and to abide by his decision.
I/We hereby further declare that my/our tender is unconditional in every manner or whatsoever in
nature.
I/We hereby undertake to pay the labourers engaged on the work as per Minimum
I/We have quoted my/our offer ONLINE in percentage rate in words as well as in figures. I/We
further undertake to enter into contract in regular “B-1” form in Public Works Department.
FORM -V
( On stamp paper of worth Rs 100/-)
MODEL FORM OF BANK GURANTEE BOND
(a) Due performance and observance by the Contractor of the terms, covenants and conditions on the
part of the contractor contained in the said Agreement and
(b) Due and punctual payment by the Contractor to the Government of all sums of money, losses,
damages, costs, charges, penalties and expenses payable to the Government by the contractor under
or in respect of the said Agreement.
2. Undertake to pay to the Government on demand and without demur and notwithstanding any
dispute or disputes raised by the Contractor(s) in any suit or proceeding filed in any Court of
Tribunal relating there to the said sum of Rs. ________ ( Rupees
_____________________________________________________
__________________________ only. ) or such less sum may be demanded by the Government
from us, our liability hereunder being absolute and unequivocal and agree that.
3.(a) The guarantee herein contained shall remain in full force and effect during the subsistence of the
said Agreement and that the same will continue to be enforceable till all the dues of the Government
under or by virtue of the said Agreement have been duly paid and its claims satisfied or discharged
and till the Government certifies that the terms and conditions of the said Agreement have been
fully and properly carried out by the Contractor.
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.32
(b) We shall not be discharged or released from liability under this Guarantee by reasons of
(c) Our liability herein under shall be joint and several with that of the Contractor as if we were the
principal debtors in respect of the said sum of Rs. ________________ (Rupees
_____________________________________ only.) and
(d) We shall not revoke this guarantee during its currency except with the previous consent in writing
of the Government.
IN WITNESS WHERE OF THE common seal of ____________________ has been herein affixed
this __________ day of __________ 20__. The common seal of __________________ was
pursuant to the resolution of the Board of Directors of the company dated the __________ day of
__________ 20__. herein affixed in the presence of __________ who, in token thereof, have hereto
set their respective hands in the presence of .
(1) __________________________
(2) __________________________
FORM-VI
INTEGRITY PACT
Between
Maharashtra Government
hereinafter referred to as
and
and
hereinafter referred to as
"The Bidder/Contractor
Preamble
PUBLIC WORKS DEPARTMENT intends to award, under laid - down organizational procedures,
contract(s) for
(Signature) (Signature)
PUBLIC WORKS DEPARTMENT values full compliance with all relevant laws and regulations, and the
principles of economical use of resources, and of fairness and transparency in its relations with its Bidders /
Contractors.
In order to achieve these goals, PUBLIC WORKS DEPARTMENT and the above named Bidder /
Contractor enter into this agreement called 'Integrity Pact' which will form a part of the bid.
(1) PUBLIC WORKS DEPARTMENT commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
(a) No employee of PUBLIC WORKS DEPARTMENT, personally or through family members, will
in connection with the tender, or the execution of the contract, demand, take a promise for or
accept, for him/herself or third person. any material or other benefit which he/she is not legally
entitled to.
(b) PUBLIC WORKS DEPARTMENT, will during the tender process treat all Bidder(s) the same
information and will not provide to any Bidder(s) confidential/ additional information through
which the Bidder(s) could obtain an advantage in relation to the tender process or the contract
execution.
(c) PUBLIC WORKS DEPARTMENT,will exclude from evaluation of Bids its such employee(s)
who has any personnel interest in the Companies/ Agencies participating in the Bidding/
Tendering process.
(2) If Principle Secretary PWD, Maharashtra Government obtains information on the conduct of any
employee of PUBLIC WORKS DEPARTMENT, which is a criminal offence under the relevant Anti-
Corruption Laws of India, or if there be a substantive suspicion in this regard, he will inform its Chief
Vigilance Officer and in addition can initiate disciplinary actions under its Rules.
(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the tender process and
during the contract execution:
(Signature) (Signature)
a) The Bidder/Contractor will not, directly or through any other person or firm, offer, promise or give
to PUBLIC WORKS DEPARTMENT, or to any of PUBLIC WORKS DEPARTMENT's
employees involved in the tender process or the execution of the contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to obtain in exchange and
advantage during the tender process or the execution of the contract.
b) The Bidder/Contractor will not enter into any illegal agreement or understanding, whether formal or
informal with other Bidder/Contractors. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or actions to restrict
competitiveness or to introduce cartelization in the bidding process.
c) The Bidder/Contractor will not commit any criminal offence under the relevant Anti-corruption
Laws of India; further, the Bidder/Contractor will not use for illegitimate purposes or for purposes
of restrictive competition of personal gain, or pass on to others, any information provided by
PUBLIC WORKS DEPARTMENT as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted electronically.
d) The Bidder/Contractor of foreign origin shall disclose the name and address of the Agents/
representatives in India, if any, involved directly or indirectly in the Bidding. Similarly, the Bidder
/Contractor of Indian Nationality shall furnish the name and address of the foreign principals, if any,
involved directly or indirectly in the Bidding.
e) The Bidder/Contractor will, when presenting his hid, disclose any and all payments he has made, or
committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the contract and / or with the execution of the contract.
f) The Bidder/Contractor will not misrepresent facts or furnish false/ forged documents/ informations
in order to influence the bidding process or the execution of the contract to the detriment of
PUBLIC WORKS DEPARTMENT.
(2) The Bidder/Contractor will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
(Signature) (Signature)
Section III - Disqualification from tender process and exclusion from future contracts
(1) If the Bidder, before contract award, has committed a serious transgression through a violation of
Section II or in any other form such as to put his reliability or credibility as Bidder into question,
PUBLIC WORKS DEPARTMENT may disqualify the Bidder from the tender process or terminate
(2) If the Bidder/Contractor has committed a serious transgression through a violation of Section II
such as to put his reliability or credibility into question, PUBLIC WORKS DEPARTMENT may
after following due procedures also exclude the Bidder/Contractor from future contract award
processes. The imposition and duration of the exclusion will be determined by the severity of the
transgression. The severity will be determined by the circumstances of the case, in particular the
number of transgressions, the position of the transgressors within the company hierarchy of the
Bidder/ Contractor and the amount of the damage. The exclusion will be imposed for a minimum of
12 months and maximum of 3 years.
(3) If the Bidder/ Contractor can prove that he has restored/ recouped the damage caused by him and
has installed a suitable corruption prevention system, PUBLIC WORKS DEPARTMENT may
revoke the exclusion prematurely.
(1) If PUBLIC WORKS DEPARTMENT has disqualified the Bidder from the tender process prior to
the award under Section III, PUBLIC WORKS DEPARTMENT may forfeit the Bid Guarantee
under the Bid.
(2) If PUBLIC WORKS DEPARTMENT has terminated the contract under Section III, PUBLIC
WORKS DEPARTMENT may forfeit the Contract Performance Guarantee of this contract besides
resorting to other remedies under the contract.
(1) The Bidder shall declare in his Bid that no previous transgressions occurred in the last 3 years with
any other Public Sector Undertaking or Government Department that could justify his exclusion
from the tender process.
(Signature) (Signature)
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.
(1) PUBLIC WORKS DEPARTMENT will enter into agreements with identical conditions as this one
with all Bidders.
(2) PUBLIC WORKS DEPARTMENT will disqualify from the tender process any bidder who does
not sign this Pact or violate its provisions.
(1) PUBLIC WORKS DEPARTMENT has appointed a panel of Independent External Monitors
(IEMs) for this Pact with the approval of Central Vigilance Commission (CVC), Government of
India, out of which one of the IEMs has been indicated in the NIT / IFB.
(2) The IEM is to review independently and objectively, whether and to what extent the parties comply
with the obligations under this agreement. He has right of access to all project documentation. The
IEM may examine any complaint received by him and submit a report to Principle Secretary PWD,
Maharashtra Government, PUBLIC WORKS DEPARTMENT, at the earliest. He may also submit
a report directly to the CVO and the CVC, in case of suspicion of serious irregularities attracting the
provisions of the PC Act. However, for ensuring the desired transparency and objectivity in dealing
with the complaints arising out of any tendering process, the matter shall be referred to the full
panel of IEMs, who would examine the records, conduct the investigations and submit report to
Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT, giving
joint findings.
(Signature) (Signature)
(3) The IEM is not subject to instructions by the representatives of the parties and performs his
functions neutrally and insependently. He reports to the Principle Secretary PWD, Maharashtra
Government, PUBLIC WORKS DEPARTMENT .
(4) The Bidder(s)/ Contractor(s) accepts that the IEM has the right to access without restriction to all
documentation of PUBLIC WORKS DEPARTMENT related to this contract including
that provided by the Contractor/ Bidder. The Bidder/ Contractor will also grant the IEM, upon his
request and demonstration of a valid interest, unrestricted and unconditional access to his
documentation. The same is applicable to Subcontractors. The IEM is under contractual obligation
to treat the information and documents of the Bidder(s)/ Contractor(s) / Subcontractor(s) with
confidentiality.
(5) PUBLIC WORKS DEPARTMENT will provide to the IEM information as sought by him which
could have an impact on the contractual relations between PUBLIC WORKS DEPARTMENT and
the Bidder/ Contractor related to this contract.
(6) As soon as the IEM notices, or believes to notice, a violation of this agreement, he will so inform
the Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT and
request the Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS
DEPARTMENT to discontinue or take corrective action, or to take other relevant action. The IEM
can in this regard submit non-binding recommendations. Beyond this, the IEM has no right to
demand from the parties that they act in a specific manner, refrain from action or tolerate action.
However, the IEM shall give an opportunity to PUBLIC WORKS DEPARTMENT and the Bidder/
Contractor, as deemed fit, to present its case before making its recommendations to PUBLIC
WORKS DEPARTMENT.
(7) The IEM will submit a written report to the Principle Secretary PWD, Maharashtra Government,
PUBLIC WORKS DEPARTMENT within 8 To 10 weeks from the date of reference or intimation
to him by PUBLIC WORKS DEPARTMENT and, should the occasion arise, submit proposals for
correcting problematic situations.
(8) If the IEM has reported to the Principle Secretary PWD, Maharashtra Government, PUBLIC
WORKS DEPARTMENT, a substantiated suspicion of an offence under relevant Anti-Corruption
Laws of India, and the Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS
DEPARTMENT has not, within the reasonable time taken visible action to proceed against such
offence or reported it to the CVO, the Monitor may also transmit this information directly to the
CVC, Government of India.
(Signature) (Signature)
(9) The word 'IEM' would include both singular and plural.
(*) This section shall be applicable for only those packages wherein the IEMs have been identified
in Section - I : Invitation for Bids and / or Clause ITB 9.3 in Section- III: Bid Data Sheets of
Conditions of Contract, Volume- I of the Bidding Documents.
This Pact begins when both parties have legally signed it. It expires for the Contractor after the closure of
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.39
the contract and for all other Bidder's six month after the contract has been awarded.
(1) This agreement is subject to Indian Law Place of performance and jurisdiction is the establishment
of PUBLIC WORKS DEPARTMENT. The Arbitration clause provided in the main tender
document / contract shall not be applicable for any issue / dispute arising under Integrity Pact.
(2) Changes and supplements as well as termination notices need to be made in writing.
(3) If the Contractor is a partnership firm or a consortium or Joint Venture, this agreement must be
signed by all partners, consortium members and Joint Venture partners.
(4) Nothing in this agreement shall affect the rights of the parties available under the General
Conditions of Contract (GCC) and Special Conditions of Contract (SCC)
(5) Views expressed or suggestions/ submissions made by the parties and the recommendations of the
CVO/ IEM#' in respect of the violation of this agreement, shall not be relied on or introduced as
evidence in the arbitral or judicial proceedings (arising out of the arbitral proceedings) by the parties
in connection with the disputes/ differences arising out of the subject contract.
# CVO shall be applicable for packages wherein IEM are not identified in Section IFB/BDS of
Condition of Contract, Volume- I. IEM shall be applicable for packages wherein IEM are identified
in Section IFB/BDS of Condition of Contract, Volume-I.
(Signature) (Signature)
(6) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.
(Signature) (Signature)
Name:- Name:-
Designation:- Designation:-
Witness 1 :- Witness 1 :-
____________________________ ____________________________
____________________________ ____________________________
Witness 2 :- Witness 2 :-
____________________________ ____________________________
____________________________ ____________________________
.STATEMENT NO. 2A
(A) Proforma for information regarding machinery required for this work.
(B) Performa for information regarding Machinery immediately available for use on this work.
(C) Performa for information regarding Machinery not immediately available for use on this work and
manner in which it is proposed to be procured
Note-1 The equipment /Machine proposed to be utilized on hire from another agency who own it, the
legal scan copy of hire agreement on Rs 100 Stamp paper duly notarized digitally singed by the
contractor shall be uploaded .
Note-2 The copies of retailed /commercial invoices of the Machinery shall be uploaded if own or
proposed to taken on hire.
STATEMENT NO. 2 „B‟ SHOWING DETAILS OF DRUM MIX PLANT REQUIRED FOR THIS WORK
1) Static roller (8-10 Tonnes) Available with the tenderer for this work
:
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 of :
work on which deployed.
1. Truck / Tipper :
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 of :
work on which deployed.
NAME OF WORK :-Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed
Chinchona Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravatii
I/We hereby declare that I/we have made myself /ourselves thoroughly conversant with the sub-
soil conditions, the local conditions regarding all materials (such as stone, murum, sand, etc.) and
labour of which I/we have based my/our rates for this work. The specifications, conditions, bore
results and lead of materials on this work have been carefully studied and understood by me/us
before submitting this tender. I/We undertake to use only the best materials approved by the
EXECUTIVE ENGINEER, SPECIAL PROJECT (P.W.)DIVSION NO.2, DARYAPUR or his duly
authorized assistant, before starting the work and to abide by his decision.
I/We hereby further declare that my/our tender is unconditional in every manner or whatsoever in
nature.
I/We hereby undertake to pay the laborers engaged on the work as per Minimum
I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We further
undertake to enter into contract in regular “B-1” form in Public Works Department.
NAME OF WORK :-Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed
Chinchona Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravati
Brief Note
1) On award of contract, the contractor shall take levels jointly with Engineer's representative for
existing cross sections and L sections of the road. The cross sections shall be taken at 10.00 m.
interval at other and 5.00 m. interval on curves and in Ghats Section along the length of the road.
Bench mark pillars shall be erected at 500 m. interval before starting leveling work.
2) After taking line out , contractor must excavate the gutter as per section attached with the
tender. Minimum longitudinal slope towards natural drain shall be 1:40.
4) After completion of gutter excavation, contractor shall take the work of C.D. Work in the
excavation for head wall of C.D. work shall be completed after passing of foundation for head walls.
Contractor shall construct masonry work upto sill level of pipe and then pipe shall be laid in line and
level and complete head wall construction alongwtih catch pit.
5) Work of collection for W.B.M. shall be taken in hand only after completion of gutter and C.D.
work with catch pit and completion of earth work.
6) W.B.M. and B.B.M. shall be completed with 3% camber and super elevation if required as per
specification with schedule. B.M. shall be completed after B.B.M.
7) Open graded premix carpet with liquid seal coat , road side furniture shall be executed as per
schedule.
8) The contractor will not be paid for W.B.M. gutter, C.D. works and B.T. Items if he has not
excavated Gutters.
9) The work of filling watering and compacting side shoulder as specified with available
murum shall be done simultaneously with laying of W.B.M., B.B.M. and carpet layers. The side
shoulders shall be compacted with side slope of 5% from carriageway edge towards to the gutter.
10) Traffic plying at design speed should not feel bump or jerk on any stretches. Contractor shall plan
for all such locations well before taking up work in such stretches and difficulties in doing so, if any, be
brought to the notice of the Engineer and only after his permission work proceed further.
11) If there is traffic plying on the existing road, the tenderer should get himself accustomed with the
traffic conditions before quoting for the work. Once the work is started sufficient care shall be taken to
see that obstruction / inconvenience to traffic is kept to the barest minimum. Sufficient number of
boards as required, approved by Executive Engineer in charge shall be provided by the Contractor at
his own cost at such a location which give sufficient warning of work in progress, special care shall be
taken by the contractor during night hours. The Contractor shall maintain the diversion properly at
his own cost as directed by the Engineer in charge till the completion of the work.
12) Work of construction of road side furniture shall be completed before execution of premix carpet and
seal coat.
13) Contractor shall erect scheme board within fifteen days from the date of work order.
FORM B-1
1. All works proposed to be executed by contract shall be notified in a form of invitation to tender passed
on a board hung up in the office of the Executive Engineer and signed by the Executive Engineer, Special
Project (P.W.)Divsion No.2, Daryapur This form will state the work to be carried out as well as the
date for submitting and opening tenders, and the time allowed for carrying out the work, also the amount
of earnest money to be deposited with the tender and the amount of security deposit to be deposited by
the successful tenderer, and the percentage, if any, to be deducted from bills. It will also state whether a
refund of quarry fees, royalties, dues and ground rents will be granted. Copies of the specifications, designs
and drawings , estimated rates, scheduled rates and any other documents required in connection with the
work shall be signed by the Executive Engineer for the purpose of identification and shall also be open for
inspection by contractors at the office of the Executive Engineer, S.P. P.W. Division No.2, Daryapur
during office hours.
Where the works are proposed to be executed according to the specifications recommended by a
contractor and approved by a competent authority on behalf of the Governor of Maharashtra such
specifications with designs and drawings shall form part of the accepted tender.
1. In the event of the tender being submitted by a firm, it must be signed by each partner thereof, and in
the event of the absence of any partner, it shall be signed on his behalf by a person holding a power
of attorney authorizing him to do so.
2(A) i) The contactor shall pay along with the tender the sum of Rs.19500/- as and by way of earnest
money. Earnest money shall be paid online only vai Payment Gateway mode . The said amount of
earnest money shall not carry any interest whatsoever.
The said amount of earnest money shall not carry any interest what so ever.
(Amended vide [Link] Department‟sCorrigendum No. CAT-1073/16967-D-3,Dt 14/5/1976.)
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 toward the amount of security deposit
payable by him under conditions of General Conditions of Contract.
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.47
iii) If, after submitting the tender, the Contractor withdraws his offer or modifies the same, or if,
after the acceptance of his tender the Contractors fails or neglects to furnish the balance of security
deposit without prejudice to any other rights and powers of the Government, hereunder, or in law,
Government shall be entitled to forfeit the full amount of the earnest money deposited by him.
iv) In the event of his tender not being accepted, the amount of earnest money deposited by the
contractor shall, unless it is prior thereto forfeited under the provisions of Sub-clause (iii)
above, be refunded to him on his passing receipt therefore. (Amended vide G.R., B &C
Department‟s No. CAT 1272/44277-C, dated
3/3/1973.)
3. Receipts for payments made on account of any work, when executed by a firm, should also be
signed by all the partners except where the contractors are described in their tender as firm, in which
case the receipt shall be signed in the name of the firm by one of the partners, or by some other
person having authority to give effectual receipts for the firm.
4. Any person who submits a tender shall fill up the usual printed form stating at what percentage
below or above the rates specified in Schedule „B‟ (Memorandum showing items of work to be carried out
) he is willing to undertake the work. Only one rate or such percentage of all the estimated rates/scheduled
rates shall be named. Tenders which propose any alteration in the work specified in the said form
of invitation to tender, or in the time allowed for carrying out the work, or which contain any other
conditions of any sort will be liable to rejection. No printed form of tender shall include a tender for
more than one work, but if Contractor who wish to tender for two or more works shall submit a
separate tender for each. Tender shall have the name and the number of work to which they refer
written outside the envelope.
5. The Superintending Engineer or his duly authorized assistant shall open tenders in the
presence of the Contractors who have submitted their tender or their representatives who may be
present at the time and he will enter the amounts of the several tenders in comparative statements in a
suitable form. In the event of a tender being accepted, the Contractor shall, for the purpose of
identification, sign copies the specifications and other documents mentioned in Rule1. In the event of
tender being rejected, the divisional officer shall authorize the Treasury Officer concerned to refund the
amount of Earnest Money deposited to the Contractor making the tender, on his giving a receipt for the
refund of the money.
6. The officer competent to dispose off the tenders shall have the right of rejecting all or any of the
tenders.
7. No receipt for any payment alleged to have been made by a Contractor in regard to any
matter relating to this tender or the contract shall be valid and binding on the Government unless it is
signed by the Executive Engineer.
8. The memorandum of work to be tendered for and the Schedule of materials to be supplied by the
Department and their rates shall be filled in and completed by the office of the Executive Engineer
before the tender form is issued. If a form issued to an intending tenderer has not been so filled in
and completed, he shall request the said office to have this done before he completes and delivers his
tender.
9. All works shall be measured net by standard measure and according to the rules and customs
of the Department and their rates shall be without reference to any local custom.
10. Under no circumstances shall any Contractor be entitled to claim enhanced rates for items in
this contract.
11. Every registered Contractor should produce along with his tender certificate of registration as
approved Contractor in the appropriate class and renewal of such registration with date of expiry.
13. The measurements of work will be taken according to the usual methods in use in the Department
no proposals to adopt alternative methods will be accepted. The Executive Engineer‟s decision as
to what is “the usual method in use in the Department” will be final.
14. A tendering Contractor shall furnish a declaration along with a tender showing all works for
which he has already entered into contract, and the value of the work that remains to be executed in
each case on the date submitting the tender.
15. Every tenderer shall furnish along with the tender, information regarding the Income Tax
Circle or Ward of the District in which he is assessed to Income Tax, the reference to the number of
the assessment and the Assessment Year and a valid Income Tax Clearance Certificate or True
Copy thereof duly attested by Gazetted Officer. Permanent Account Number (PAN) No.
16. In view of the difficult position regarding the availability of foreign exchange, no foreign
exchange would be released by the Department for the purchase of plant and machinery required
for the execution of the work contracted for (GCD/PWD/CFM/1058/62517 of
26.5.1959).
17. The Contractor will have to construct shed for storing controlled and valuable materials issued
to him under Schedule „A„ of the agreement, at work site, having double locking arrangement. The
materials will be taken for use in the presence of the Department person. No materials will be
allowed to be removed from the site of works
18. The Contractors shall also give a list of machinery in their possession and which they
propose to use on the work in the form of Statement No. II.
19. Every registered Contractor should furnish along with the tender a statement showing previous
experience and technical staff employed by him , in the Form No. V.
20. Successful tenderer will have to produce to the satisfaction of the accepting authority a valid and
current license issued in his favour under the provisions of Contract Labour ( Regulation and
Abolition) Act, 1973 before starting work failing which acceptance of the tender will be liable for
withdrawal and earnest money will be forfeited to the Government. (Reference Government of
Maharashtra, Irrigation & Power Department‟s letter No. LAB 1076/1181/(666E-(17), dated 8/9/1976).
21. The Contractor shall comply with the provisions of Apprentices Act, 1961 and the rules and the
orders issued there under from time to time. If he fails to do so, his failure will be breach of the
contract and the Superintending Engineer, may in his discretion cancel the contract. The contractor shall
also be liable for any pecuniary liability arising on account of any violation by him of the provisions of
the Act.
पररररष्ट - 1.1
INSPECTION
पररररष्ट - 1.2
पररररष्ट - 1.3
1.3 Points To Be Looked For During Inspection and Action To Be Taken Prior
To / During / After Rains.
पररररष्ट – 2.1
MAINTENANCE
rehabilitation
treatment.
D Disintegration
पररररष्ट – 2.2
2.2 Time schedule for maintenance of different types of Roads
5 Items common to all a) Filling edges, dressing All the year round.
types of roads side slope and keeping
the road edges trimmed,
b) Clearing the berm of All the year round.
shrubs and grass.
c) Trimming of branches October to December
of road side trees.
d) White washing guard October to December
stones, trees and painting
Kilometer stones, sign
boards, numbering C.D.
Works etc.
पररररष्ट – 2.3
D-1 Causeways
a) Pot holes in paved As above Repair by filling Special attention
surface
b)Erosion at inlet / As above Repair As above
outlet
c) Guide post flood Any extent Repair / Replace As above
gauge missing
D-2 Culverts
a) Silting Any extent Desilting Special attention
b)Erosion at inlet / As above Repairs As above
outlet
c)Settlement Cracks As above Repairs As above
E Other Works -
E-1 Road furniture and Any extent Clean, repair and Routine
wearing dirty or replace
corroded or
damaged missing
E-2 Missing road signs Any extent Fix new one Special attention
including those at
accident prone spots
on location of
substandard
geometric/ standards
[Link]. Feature Criteria Action Priority
E-3 speed Breakers / Any extent Maintain in a As above
Rumbling strips proper shape and
geometry and
install warning
signs.
Note- Whenever repairs are undertaken for any stretch of road, adequate attention needsto
be paid to proper parking of machinery on the road side after a day`s work, exhibition of
road signs in stretch [Link] control the traffic during execution for avoiding accidents,
especially during the night time including warning lights at night. The temporary diversion
for traffic, if necessary should be of proper standard for the intensity of traffic and should
be provided with adequate signs, lights road marking stones / railing etc. (Refer figure 11.1
of pocket book for highway engineers. I.R.C. 1983.
पररररष्ट – 3.1
Road Maintenance –Specification (Reproduced from MORTH “Specification for
Road and Bridge works”)
3.1 Section 3000 Maintenance of Road
3001 GENERAL
The Specifications shall apply to all items of road maintenance works as required to be
carried out under the Contract or as directed by the Engineer. The works shall be carried out
in conformity with the relevant Specifications to the required level, grade and lines using
approved materials. The works shall be carried out using appropriate machinery. Wherever
the Specifications are not given for an item, sound engineering practice shall be adopted to
the satisfaction of the Engineer.
3002.1 Scope
The work shall consist of earthwork for restoration of rain cuts in the embankment and
shoulders, using suitable material, and compacting the same.
3002.2 Materials
The material used for restoration of rain cuts shall consist of soil conforming to Clause
305.2.
The earthwork for restoration of rain cuts shall be measured in cubic metres.
3002.5 Rate
The Contract rate for the item of earthwork for restoration of rain cuts shall be payment in
full for carrying out the required operation including full compensation for:
i) Supply of labour, equipment and material including all leads and lifts and the
cost of arranging land for borrow pits;
ii) Setting out;
iii) Removal of loose material from the rain cuts;
3003.1 Scope
The work of maintenance of earthen shoulder shall include making up the irregularities/loss
of material on shoulder to the design level and cross-fall by adding fresh approved soil and
compacting it with appropriate equipment or to strip excess soil from the shoulder surface
as per the requirement of these Specifications.
3003.2 Material
The material to be added to the shoulder, if required, shall be a select soil conforming to
Clause 305.
i) Making up of the earthen shoulder by adding extra soil and compacting the
same; and/or
ii) Stripping a layer of soil to achieve the required grade and level.
Wherever extra earth is required to be added, the earthen shoulder shall be stripped and
loosened to receive fresh soil. The deficiency of thickness shall be made up in layers of loose
thickness not exceeding 250 mm. Water shall be added, if required, to attain the optimum
amount and the layer compacted by a smooth wheel roller, vibratory roller, hand roller, plate
vibrator or hand rammer to obtain at least 97 percent of the maximum dry density in
accordance with IS:2720 (Part 8). The finished surface shall have the specified cross slope
and line in accordance with the drawing or as directed by the Engineer. The side slopes shall
be trimmed to the required slope with the help of grader or manual methods using hand tools.
Wherever the earth is required to be stripped from the shoulder, this shall be done either using
equipment like grader or by manual means using hand tools. The resulting surface shall be
uniform and have a field density of atleast 97 percent of maximum density obtained in
accordance with IS:2720 (Part 8). If the surface is not uniformly compacted, it shall be
excavated to a depth of 150 mm and the soil mixed with water if required and compacted at a
moisture content close to the optimum to achieve 97 percent of maximum density as stated
above.
3003.5 Rate
The Contract unit rate for maintenance of earthen shoulder shall be payment in fullcompensation
for :
i) Furnishing earth required for making up of shoulders including all leads and
lifts, compaction to the required density and cost of arranging land for borrow
pits;
ii) Excavation and stripping of earth as required and disposal of the earth at the
location approved; and
iii) All labour, tools, equipment and incidentals to complete the work in
accordance with these Specifications.
3004.1 General
The scope and type of maintenance work to be carried out shall be in accordance with the
provisions of the Contract or as instructed by the Engineer.
Maintenance treatments required under the Contract or instructed by the Engineer may
include pothole and patch repair, crack-sealing, fog spray, dusting, slurry sealing, surface
dressing, overlays and specialist repairs.
The materials (particularly patching and overlay materials) used in maintenance operations
shall be of a standard not less than those specified for the original construction.
Traffic control during maintenance operations shall conform to the requirements of the
Contract and Section 100.
3004.2.1 Scope.
This work shall include repair of Potholes and Patching of all types of bituminouspavement
and paved shoulders.
The work shall include the removal of all failed material in the pavement courses are
necessary, below the pavement until the root cause of the failure is removed the of the
completed excavation to provide firm vertical faces the replacement of material of at least as
high a standard as that which was originally specified for the pavement laying the application
of tack coat on to the sides and base of excavations prior to placing of and bituminous
material and the compactions trimming and finishing of the surface of all patches to form a
smooth continuous surface level with the surrounding road,
3004.2.2 Materials.
All material used for the pothole and patch repair of bituminous surface and underlying layers
shall be in accordance with these specifications and shall be of the same type as specified for
the original construction. A mix superior to the one on the existing surface may also be used
for repair work. An emulsified bitumen/modified bitumen mix compatible with the existing
layer shall also be considered appropriate.
Material used for patching shall not be of lesser bearing capacity not of a greater than
the adjacent previous construction. Non bituminous material shall not used patching
bituminous materials.
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.67
Ready patch mix material can also be used with the specific approval of the Engineer.
3004.2.3 Preparation of the Area for Pothole and Patch Repair.
Each pothole and patch repair area shall be inspected and all loose and defective material
removed. The area shall be cut/trimmed to a regular shape either with jack hammers or with
hand tools suitable for the purpose.
The edges of the excavation shall be vertically. The area shall be thoroughly cleaned
compressed air or any appropriate method approved by the Engineer to remove all dust and
loose particles.. Layers below the level of the bituminous construction shall be filled using
material of the equivalent specification to the original construction, which shall particular
include the specified standards of compaction. The area and side for bituminous construction
shall be applied with a tack coat confirming to clause 503 of these Specifications.
The mixture to be used in bituminous patching shall be either a hot mix or a cold mix in
accordance with the appropriate clauses of these specification or any other approved patching
material . Mixing shall be done in a plant of suitable capacity. The bituminous mixture shall
be place in layer of thickness not more than 100mm (loose ) and shall be compacted in layers
with roller / plate compactor/hand roller / rammer to the compaction standards defined in the
appropriate clauses of these specification. While placing final layer, the mix shall be spread
slightly proud of the surface so that after rolling the surface shall be flush with the adjoining
surface. If the area is large the spreading and levelling shall be done using appropriate tools
and equipment. During the process of compaction, the surface level shall be checked using a
3 m straight edge.
Filling of potholes and patch repair shall be measured in sq.m or by weight in tones.
3004.2.6 Rate.
The contact unit rate for filling of potholes and patch repair shall be payment in full for :
3004.3.1 General
Crack sealing shall consist of one or more of the following operations as instructed under the
contract :
i) fog seal.
ii) filling cracks with a binder or a combination of crusher dust and a
binder.
iii) by treating the crack sealing as a patch repair.
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.68
Fog seal for use in maintenance work shall confirm to the requirementsof clause 513 of these
specifications and shall consist of an application of emulsified bitumen without any aggregate
cover for sealing fine hair cracks or for rejuvenating oxidized bituminous surface Areas
having cracks with less than 3mm width shall be considered for this treatment unless
otherwise instructed by the Engineer.
4004.3.2.2 Material
Bituminous emulsion for fog seal shall confirmed to the requirements of clause 513 of these
specifications.
3004.3.2.3 Application
The area to be treated with fog seal shall be thoroughly cleaned compressed and scrubbers,
etc. The cracks shall be cleaned with a compressed air jet to remove all dirt dust, etc. The fog
seal shall be applied at the rate of 0.5 – 0.1 litre/sq.m of emulsion or as otherwise instructed
by the Engineer, using equipment such as a pressure tank flexible hose and spraying bar or
lance. Traffic shall be allowed on to the surface only after the seal has set to a non tacky and
firm condition so that it is not picked up by the traffic.
The fog seal work shall be measured in [Link] from the dimensions of work
instructed in the contract or by the Engineer.
3004.3.2.5 Rate
The contract unit rate for application of fog seal shall be payment in full for :
i) Supplying of fog seal material and all the operations for applying and
ii) all the labour tolls equipment and incidentals to complete the work
accordance with these Specifications.
3004.3.3 Crack filling
3004.3.3.1 Scope
Crack filling shall be carries out using a binder of a suitable viscosity normally a slow
bitumen emulsion as instructed by the Engineer for wider cracks in excess of an average of 3
mm in width, the application of emulsion shall be preceded by an application of dust or other
fine material or a suitable premix acceptable to the Engineer.
3004.3.3.2 Material
Bitumen for use in crack sealing shall be of a slow curing type a instructed by the Engineer.
Dust for crack sealing when used shall be crusher dust or some other suitable fine material
approved by the Engineer passing the 2.36mm sieve but with a maximum of 10 percent
passing the 0.075mm sieve.
Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.69
3004.3.3.3 Construction.
If crusher dust or other graded fine material is to be used it shall be placed in the cracks
before the application of binder and the cracked filled to a level approximately 5mm
below road surface level. The surface of the road shall be swept clear of dust prior to the
application of binder or premix. Binder shall be poured into the cracks, taking care to
minimize spillage. If spillage onto the road surface does occur, dust shall be applied to the
excess bitumen until it is blotted up. Where a crack-filling mix is used, a squeegee shall be
used to force the premix into the cracks wider than 10 mm.
3004.3.3.4 Measurement
The work of crack sealing in areas where patching is to be done subsequently shall be
measured in sq.m. Isolated cracks where no patching is to be done subsequently shall be
measured in linear metre.
3004.3.3.5 Rate
The contract unit rate for crack sealing shall be payment in full for :
i) Supplying all necessary materials and for the work of applying them;
ii) All labour, tools, equipment and all incidentals necessary to complete the work
according to these Specifications.
3004.3.4 Crack Prevention Courses
3004.4 Dusting
3004.4.1 Scope
Dusting shall consist of the application of crusher dust or other fine graded material
approved by the Engineer to areas of road where bleeding of excess bitumen is occurring.
3004.4.2 Material
Dust shall consist of crusher dust or other graded fine material acceptable to the Engineer, and
shall generally be finer that 2.36 mm with not more than 10 percent passing the 0.075 mm
sieve.
3004.4.3
Dust shall be spread by manual application, to the areas of road defined by the Engineer. Dust
shall generally be applied during the hottest part of the day and, when so instructed by the
Engineer, surplus dust displaced by passing traffic shall be manually swept back onto the area
where further bleeding of excess bitumen is apparent. Dust shall be applied at a nominal rate
of 2.5 kg. per square meter.
3004.4.4 Measurement
Dusting shall be paid for by the square metre of road surface instructed to be dusted bythe
Engineer.
3004.4.5 Payment
The Contract unit rate for during shall be payment in full for:
i) Supplying all necessary material and for the work of applying them;
ii) All labour, tools, equipment and all incidentals necessary to complete the work
according to the Specifications.
3004.5 Slurry Seal
Slurry seal for use in maintenance work shall conform to the requirements of Clause 512.
Surface dressing for maintenance applications shall be carried out in conformity with the
requirements of Clause 509, except that the use of small and portable equipment shall be
permitted provided that it can be demonstrated, to the satisfaction of the Engineer, that it can
produce work consistently in accordance with the requirements of these Specifications.
3004.7.1 Special treatments include repairs of localized areas of damage to materials for
which repairs using normal hot-mix or cold-mix patching materials are inappropriate. Such
special treatments will include repairs to mastic asphalt and stone matrix asphalt.
3004.7.2 In such cases, pothole and patch repairs shall be carried out in accordance with
the provisions of Clause 3004.2 above, except that the treatment to the mastic asphalt, stone
mastic asphalt or other special material layer shall be carried out in accordance with the
provisions of the appropriate Clauses of these Specifications.
3005.1.1 Scope
The work shall consist of repair of spalled joint grooves of contraction joints, longitudinal
joints and expansion joints in a concrete pavement using epoxy mortar or epoxy concrete.
3005.1.2 Materials
The type/grade of epoxy compatible with the coefficient of thermal expansion of concrete
shall be used with either processed fine aggregate or fine stone chips to produce a dry mix for
repairing spalled or damaged edges.
Spalled or broken edges shall be shaped neatly with a vertical cut with chisels into the shape
of rectangle. Small pneumatic chisels also may be used, provided the cutting depth can be
controlled. The depth of the cut shall be the minimum to effect repair. After shaping the
spalled area, it shall be cleaned and primed. The epoxy mortar/concrete is then applied using
hand tools like trowels, straight edges, brushes etc. The repaired edge shall be in line with the
joint groove and shall be flush with the concrete slabs. During the repair work, any damage
noticed to the joint sealant shall be made good by raking out the affected portion and
resealing.
3005.1.4 Traffic
Although the epoxy mixes set in 2-3 hours time, it is desirable to divert the traffic for 12
hours or as per the recommendation of the manufacturer.
3005.1.5 Measurements for Payment
Repair of joint grooves shall be measured in linear meters.
3005.1.6 Rate
The Contract unit rate for repair of joint grooves with epoxy mortar or epoxy concrete
shall be in full compensation for :
3005.2.1 Scope
The repair of sealant of contraction, longitudinal or expansion joints shall include removalof
the existing sealant and resealing the joint with fresh sealant material.
3005.2.2 Material
Sealant material to be replaced shall be either hot poured rubberized bitumen or cold- poured
polysulphide or silicone sealant as per Clause 602.2.10. As per the recommendation of the
manufacturer, appropriate type of primer shall be applied.
The existing sealant shall be raked out with the help of a metal raker such that most of the
sealant is removed. Subsequently, the sealant stuck to the sides of the grooves shall be
removed thoroughly either by using saw cutting machine so that grooves may be widened by
1 mm or by sand blasting. In no case the old sealant shall be present during resealing
operation. If joint grooves are found inadequate in depth, they shall be deepened as directed
by the Engineer. The edges of the groove shall be chamfered. Any spalls of the joint shall be
made good by epoxy mortar.
Before commencing the sealing operation, compressed air shall be used to clean the joint
grooves. A heat resistant, paper backed compressible debonding strip or tape and backer rod
should be inserted in accordance with the requirement of Clause 602.10.2. Sealant may be
poured either using hand held pourer or using mechanized sealing machines. Sealants should
not be heated directly but in double jacketed machine. All precautions and arrangements shall
be taken not to spill the sealant on the concrete pavement. The sealant may be poured to a
depth of 3 mm from the pavement surface.
3005.2.5 Rate
Contract unit rate for repair of joint sealant shall be in full compensation for
a) Removal of old sealant, regrooving or sand blasting the sealing groove and placing
of debonding strip or tape.
b) All tools, equipments and incidentals to complete the work in accordance with the
Specifications.
पररररष्ट - 4.1
4.1 Modern Techniques For Maintenance of Roads
IRC81, 82 of 2015 in section-11 deals with various modern machinery and techniques
available for mechanized maintenance of roads. Many such machines are available under
different brands as given below:
1. Jet Patcher
2. Infrared
3. Emulsion cod mix pitcher
4. Mobile Maintenance Van
5. Australian Maintenance Unit
6. Patching Unit of British Company
7. Swedish Machine
8. Termac Recycling System
9. Global Sweeping Python 5000 – Patching Machine
10. Speedcrafts Pothole Repairing Machine
All the above machines are from foreign countries. They need specialized trained operators as
well spares which are not available in India and therefore, it is seen that such Units become
unavailable for maintenance or remain idle for want of spare parts or non- availability of
specially trained operators. Committee, therefore, recommends instead of going in for such
modern machinery, a typical Jet patching velocity spray injection patch unit, Mobile
mechanized maintenance unit bought by MCGM for localized application as roads in
Mumbai have heavy traffic. Mechanized Maintenance Unit will be time saving and beneficial
to the commuters in densely populated urban areas. Table 4.8.1 below gives details of modern
machinery available.
IRC-82: 2015 also deals with methodology of Pavement Condition Survey. The same is
described below (Page No.66 to 72 depicted here as it is).
पररररष्ट - 5
5.1 The material available for immediate repairs of bituminous pavement are
enlisted below :
1. Mastic grout
2. Emulsion
3. Nu-Phalt Infra Red Pothole Recycling System
4. Renolith Based Technology Instamix
5. Zycosoil Nanotechnoloty.
6. Rhinophalt
7. INSSTA PATTCH/Wonder Patch
8. Shell Mac PR
9. FAST PATCH DPR Pourable Asphalt Repair
10. EZ Street cold asphalt
11. Perma-Patch
12. PENNDOT 486 13.
13. Q.P.R. 2000
carbon core
All these products available in the market are to be used in case of emergency for temporary
repairing works. They are basically rapid setting cement or emulsion base mix which is
poured in the pot holes and compaction is done by grouting or by roller and major pot hole
distress is removed and thereby relief is given to commuters. However, these asphalt patch
material are also foreign based and, therefore their use needs to be studied before use as
reference code of practice. Also shelf life and prohibitive cost of these materials make it
impossible to use in Indian conditions. However, in high density corridor roads or in hilly
areas, immediate restoration is the need of hour. Use of such products like Instamix-PR or
Fasti Grout may also be tried for localized comfort during heavy traffic in Ganesh Festival or
heavy down pouring in Mumbai areas. Table below gives the details of modern materials
available.
SECTION – IV (A)
MODERN MACHINERY
1. Tarmac recycling India – Rs.1.5 – Pothole 1. This system need only Cost of Has been
System - Infrared [Link], 2.00 cr Filling two persons with a van Electrical recommended
Tarmac Heater is Also in US, approx. recycling of and 22 minutes to repair heating, by IRC
used. UK asphalt pothole (1 Sq.m.) Maintenance
2. Recycling of asphalt.
3. Cost savings upto
40%.
4. Lasts longer.
2. Global Sweeping United Rs.1.92 Cr. Pothole 1. Self propelled, Training Non-availability
Python 5000 – States Patching 2. One person can easily [Link] of Spare parts
Pothole patching do the entire operation to be
machine imported
3. ESUN CPB-4000 China Rs.50.00 Pothole 1. User friendly due to Cost high ifto Non-availability
Pothole patching lakh without Patching adjusted boom. be imported of Spare parts
Machine truck. And 77 2. Takes 5 min to patch
lakhs with one sq.m. of pothole
truck 3. Low maintenance
mounted
(excluding
import duty)
Page No.76
Sr. Name of Image Country Cost of Use Advantages Disadvantages Remarks For
No. Machinery Machinery use inIndian
Condition
4. CLYB – CYL China Rs.42.00 Pothole 1. Intelligent heating Cost high ifto Non-availability
1000 Asphalt lakh without Patching control device be imported of Spare parts
patching Truck, truck. And 2. Mounted on truck for
Includes Truck 53.72 lakhs fast response to pothole
asphalt tank, with truck filling
heater, aggregate mounted (ex
bin, roller, etc. cluding
import duty)
5. Speedcrafts India-has Rs.42.00 Pothole 1. All equipments and Is for Compatible to
Pothole repairing been used in lakh with Patching material related to Emulsion Indian Standards.
machine mounted Banglore truck. And pothole repairs are based Needto
on TATA 1613 30.00 lakhs mounted on a single bitumen. Customise for
truck chassis. without truck. Bitumen
truck. 2. Less labour required application
3. Has 100 Sq.m. of
working area.
Page No.77
Sr. Name of Image Country Cost of Use Advantages Disadvantages Remarks For
No. Machinery Machinery use inIndian
Condition
6. Pothole patcher United Rs.2.00 Cr. Pothole 1. The machine has a Training Non-availability
with front Boom Kingdom Patching robotic arm, which driver of Spare parts.
extends from the cab needed, cost
over the pothole and fills high if to be
it with material to fill in imported
the crater.
2. A driver can control
the process from inside
the vehicle‟s cab, using a
computer-style joystick.
[Link] takes just two
minutes to fill in a
pothole.
Sr. Name of Image Country Cost of Use Advantages Disadvantages Remarks For
No. Machinery Machinery use inIndian
Condition
पररररष्ट - 1.1
6.1 Special points squiring attention for roads in hilly terrain (Ghat roads)
1. Drainage
It is essential to provide adequate and efficient drainage of rain water flowing on the road
from the upper areas. For this purpose, the following should be ensured:-
(a) Provision of catch water drains above the cut slopes and ensuring their
proper maintenance.
Erosion near culverts can be prevented by suitable channel training and provision of
paving/pitching and provision of outfall points, drop, walls, apron, etc. vegetative covers
should be provided on the cuts/hills for erosion control.
3. Landslides
पररररष्ट - 7
1. Impact Moiling.
2. Pipe ramming.
3. Auger Boring.
4. Pilot Tube.
5. Pipe Jacking.
6. Micro-tunneling.
7. Horizontal Directional Drilling.
1) On Laying of services it shall be properly covered and secured with tiles and/ or
granular material by the utility. The thickness of such covering shall be sufficient so that
while compaction of granular material and reinstatement of trenches the services laid
should not get damaged.
2) The reinstatement contractor shall fill the trench with the granular layers. Each layer of
granular material shall not be more than 150 mm in thick. Sufficient watering and
ramming of each layer shall be done to avoid settlement of trench in future.
3) Over the layers of granular material, further reinstatement shall be done as per
Annexure- 1,2 & 3 as directed.
4) All reinstatement work including Asphalting shall be completed prior to 10th May.
Page No.82
Annexure – 1
LAYER 5
LAYER 4
LAYER 3
LAYER 2
LAYER 1
800
Note – 1) The thickness and No. of Layers Granular sub base material filling will depend
on proposed depth of excavation as per application from utilityAnnexure -1
2) The maximum thickness of each layer of granular sub base material shall not be
exceed 150 mm.
Page No.83
Annexure – 2
TYPICAL CROSS SECTION OF TRENCH FOR REINSTATEMENT OF ASPHALT
ROAD
EXISTING ROAD 2600
2400
( All dimensions are in mm and not to scale )
Layer wise details for item / materials to be used and its compaction
Layer No PMC Item DSR Code Description of Remarks
Martial
Layer 1 & 2 Road part 2-8-1 88815 Granular Sub base Sufficient watering and
Material Ramming by Utility
Layer 3 & 4 Road part 2-8-1 88815 Granular Sub base Sufficient watering and
Material Ramming by reinstatement
contractor
Layer 5 Road part 2-10-1 88817 W.B.M. Material Compaction by 10 Tones
vibratory Roller by
contractor
Layer 6 Road part 4-4-2 Bituminous
88835 Macadam Laying by Paver finisher
Layer 7 Road part 4-3-2 88833 Dance Bituminous and compaction by 10
Macadam tones Vibratory Roller
Layer 8 Road part 4-5-2 88837 40 mm thick
Bituminous
Concrete
Note – 1) The thickness and No. of Layers Granular sub base material filling will depend
on proposed depth of excavation as per application from utilityAnnexure -1
2) The maximum thickness of each layer of granular sub base material
shall not be exceed 150 mm.
3) Vibratory roller shall be used for compaction of each layer of road
crust.
4) For deeper trenches for internal road of P.M.C. granular filling sub base
below road crust may be restricted to maximum 10 layers (each of
150 mm. thickness ) over well compacted backfilled earth / materials.
Page No.84
Annexure – 3
M 40 CONCRETE LAYER 6
UTILITY SERVICE
CABLE / CONDUTE
P a g e | 85
800
Layer wise details for item / materials to be used and its compaction
Note – 1) The thickness and No. of Layers Granular sub base material filling will
depend on proposed depth of excavation as per application from utilityAnnexure -1
2) The maximum thickness of each layer of granular sub base material shall not
be exceed 150 mm.
* In figures as well as in 1. I/We hereby tender for the execution, for the Governor
words. of Maharashtra (hereinafter and hereinafter referred to as
“ Government “of the work specified in the
underwritten memorandum within the time specified in such
memorandum at ( percent below/above) the estimated rates
entered in Schedule – B ( memorandum showing items of
works to be carried out ) and in accordance in all respects with the
specifications, design, drawings, and instructions, in writing
a n d in Clause-12 of the annexed conditions of the contract and
agree that when materials for the works are provided by the
Government such material the rates to be paid for them shall be as
provided in Schedule “A” hereto
MEMORANDUM
(a) if several sub- works a) General Description :Annual Maintenance for SH-24 to
are included they should Lakhad Nimkhed Bazar Hirapur Turkhed Chinchona Kalgavan
be detailed in a separate
Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist
list
Amravati
(c) The amount of (b) Estimated Cost - Rs. 1932738/-
earnest money to be (c) Earnest Money - Rs. 19500/-
deposited shall be in
accordance with the
provisions of paras
(d) This deposit shall (d) Security Deposit
be in accordance i) Cash ( Not less than the - Rs. 39000/-
with paras 213 and Amount of earnest money)
214 of the M.P.W.
Manual.
(e) This percent where (e) Percentage, if any, to be deducted
no security deposit is from bills so as to make up the total
taken, will vary from 5 amount required as security deposit 2% Percent
percent to requirement by the time, half the work,
of the case where as measured by the costs, is done
security deposit is
taken see not 1 to
clause 1 of
(f) Give Schedule where
necessary showing dates (f) Time allowed for the work from the date of written order to
by which the various commence - 12 months (including monsoon)
submission of tender.
Signature of Witness to
contractor’s signature.
The above tender is hereby accepted by Above/Below
me for and on behalf of the Governor of Maharashtra
Signature of the officer Dated day of 2024
by whom accepted.
*EXECUTIVE ENGINEER
CONDITIONS OF CONTRACT
Security Deposit Clause-1 The person/ persons whose tender may be accepted
(hereinafter called the contractor, which expression shall unless
PWD Resolution No. excluded by or repugnant to the context include his heirs, executors,
CAT/1087/CR -94/Bldg. 2 administrators, assigns) shall (A) within ten days ( which may be
extended by the Superintending Engineer concerned upto 15 days if
dt. 14.6.89 the Superintending Engineer thinks fit to do so) of the receipt by
him of the notification of the acceptance of his tender deposit with
Executive Engineer in cash of Government securities endorsed to
the Executive Engineer ( if deposited for more than 12 months) of
the sum sufficient which will make up to the full security deposit
specified in the tender or (B) permit Government at the time of
deduct such sum as will amount to (One) 1 percent of all moneys so
payable such deductions to be held by Government by way of
security deposit) provided always that in the event of the contractor
depositing a lump sum by way of security deposit as contemplated at
(A) above, then and in such case, if the sum so deposited shall not
amount to (One) 1 period of the total estimated payment to the
contractor for work done under the contract to make up the full
amount of (One) 1 percent by deducting sufficient sum from every
such payment as last aforesaid until the full amount for the security
deposit is made u. All compensation or other sums of money
payable for the contractor to Government under terms of his
contract may be deducted from or paid by the sale of sufficient part
of his security, deposit or from the interest arising there from or
from any sums which may be due or may become due by
government to the contractor under any other contract or transaction
of any nature on any account whatsoever and in the event of his
security deposit being reduced by reason of any such deduction or
sale as aforesaid the contractor shall within ten days thereafter make
good in cash or Government securities endorsed as aforesaid any
sum or sums which may have been deducted from or referred to,
when paid in cash may at the cost of the depositor, be converted into
interest bearing securities provided that the depositor has expressly
desired his in writing
Security deposit PWD The security deposit will not be accepted in forms of
Resolution No.
CAT/1087/CR- 94/ Bldg 2 insurance company bonds. As per Government orders contained
dated 21-06-2004 in no. CCM/PWD/CAT/42350 dated 27.12.1956 . If the amount
of the specified at (A) above is not paid the tender / contract
already accepted shall be considered as.
cancelled and legal steps taken against the Contractor for recovery
of the amounts. The amount of security deposit lodged by a
work done or executed through the new contractor shall be credited to the
contractor in all respects and in the same manner and at the same rates as if it
had been carried out by the contractor under the terms of his contract the
certificate of the executive of the Executive Engineer as to all the costs of the
work and other expenses as aforesaid for or in getting the unexecuted work
done by the new contractor and as to the value of the work in case the contract
shall be rescinded under clause (a) above the contractor shall not be entitled to
recover or be paid any sum for any work therefore actually performed by him
under this contract unless and until the Executive Engineer shall have certified
in writing the [performance of such work and the amount payable to him in
respect thereof and he shall only he entitled to be paid the amount so certified
in event of either of the courses referred to in Clause (b) or (c) being adopted
and the cost of work executed departmentally or through a new contractor and
other allied expenses exceeding the value of such work credited to the
Contractor, the amount of excess shall be deducted from money due to the
contractor, by Government under the contract or otherwise howsoever or from
his security deposit or the sale proceeds thereof provided however that the
Contractor shall have no claim against Government even if the certified value
of the work done departmentally or through a new contractor exceeds the
certified cost of such work and allied expenses, provided always that
whichever of the three courses mentioned in clauses (a) , (b) or (C) is adopted
by the Executive Engineer, the Contractor shall have no claim to
compensation for any loss sustained by reason of his having purchased, or
procured any materials or entered into any engagement or made any advances
on account of or with a view to the execution of the work or the performance
of the contract.-
Action when the Clause 4- If the progress of any particular portion of the work is
progress of any unsatisfactory, the Executive Engineer shall notwithstanding that the
particular portion of general progress of the work is in accordance with the conditions
the work is
mentioned in clause 2, be entitled to take action under clause 3(b) after given
unsatisfactory.
the Contractor 10 days notice in writing. The contractor will have no claim
for compensation, for any loss sustained by him owing to such action.
Contractor remains Clause 5 – In any case in which any of the powers conferred upon the
liable to pay Executive Engineer by clause 3 and 4 hereof shall have become exercisable
compensation if action and the same shall not been exercised, the non-exercise thereof shall not
not taken under constitute a waiver of any of the conditions hereof and such powers shall
Clauses 3 & 4 notwithstanding be excisable in the event of any future case of default by
the Contractor for which under any clauses hereof he is declared liable
to pay compensation amounting to the whole of his security deposit
and liability of the Contractor for past and future compensation shall
remain unaffected. In the event of the Executive Engineer taking action
under sub-clause (a) or (c) of clause 3, he may, if he so desires, take
Power to take
possession of or require possession of all or any tools and plants, material and stores , in or upon the
removal of or sale work or the site thereof or belonging to the Contractor or procured by him
contractor‟s plant. and intended to be used for the execution of the work or any part thereof,
paying or allowing for the same in account at the contract rates, or in
the case of contract rates being applicable at current market rates, to
be certified by the Executive Engineer whose certificate thereof shall
be final. In the alternative, the Executive Engineer may after giving notice
in writing to the Contractor or his clerk of the work, foreman or other
authorized agent require him to remove such tools and plants material or
stores, from the premises within a time to be specified in such notice, and
in the event of the Contractor failing to comply with any such requisition, the
Executive Engineer may remove them at the Contractor‟s expense or sale
them by auction or private sale on account of the Contractor and his risk
in all respects, and the certificate of the Executive Engineer as to the
expense of any such removal and the amount of the proceeds and expense
of any such sale shall be final and conclusive against the
Contractor.
Extension of time Clause 6 – If the Contractor shall desire an extension of the time for
completion of work on the ground of his having been unavoidably hindered
in its execution or on any other grounds, he shall apply in writing to
the Executive Engineer before the expiration of the period stipulated in the
tender or before the expiration of 30 days from the date on which he was
hindered as aforesaid or on which the cause for asking for extension
occurred, whichever is earlier and the Executive Engineer or in the
opinion of Superintending Engineering or Chief Engineer as the case may
be if in his opinion, there were reasonable grounds for granting an
extension, grant such extension as he thinks necessary or proper, the
decision of the Executive Engineer in this matter shall be final.
Final certificate. Clause 7 – On the completion of the work the Contractor shall be
furnished with a certificate by the Executive Engineer (hereinafter
called the Engineer– in – charge ) of such completion, but no such
certificate shall be given nor shall the work be considered to be
completed until the contractor shall have removed from the premises on
which the work shall have been executed, all scaffolding, surplus
materials and rubbish and shall have cleaned off, the dirt from all wood
work, doors, windows, walls, floor or other parts of any building in or
upon which the work has been executed, or of which he may have had
possession for the purpose of executing the work nor until the work shall
have been measured by the Engineer – in – charge or where the
measurements have been taken by his subordinates until they have
received approval from the Engineer-in-charge the said measurements
being binding and conclusive against the Contractor. If the Contractor
shall fail to Comply with the requirements of this clause as to the removal
of scaffolding, surplus materials and rubbish and the cleaning of dirt on
or before the date fixed for the completion of the work the Engineer-
in-charge may at the expense of the Contractor, remove such
scaffolding, surplus materials and rubbish and dispose off the same as the
thinks fit and clean off such dirt as aforesaid and the Contractor shall
forthwith pay the amount of all expenses so incurred, but shall have no
claim in respect of any such scaffolding or surplus materials as aforesaid
except for any sum actually realized by the sale thereof.
Payment on Clause 8 – No payment shall be made for any work estimated to
intermediate cost less than Rupees One Thousand till after the whole of work shall
certificate to be have been completed and a certificate of completion given. But in the
regarded as case of works estimated to cost more than Rupees One Thousand the
advance Contractor shall on submitting a monthly bill therefore, be entitled to receive
payment proportionate to the part of the work then approved and passed
by the Engineer-in-charge, whose certificate of such approval and passing
of the sum so payable shall be final and conclusive against the Contractor.
All such intermediate payments shall be regarded as a payment by
way of advance against the final payments only and not as payments for
work actually done and completed and shall not preclude the Engineer-in-
charge from requiring any bad, unsound, imperfect or unskillful work to be
removed or taken away and reconstructed or re- erected nor shall any
such payment be considered as an admission of the due performance of the
contract or any part thereof in any respect or the occurring of any claim nor
shall it conclude, determine or affect in any other way the powers of the
Engineer-in-charge as to the final settlement and adjustment of the accounts
or otherwise or in any other way vary or affect the contract. The final bill
shall be submitted by the Contractor within one month of the date fixed for
the completion of the work, otherwise the Engineer–in-charge‟s certificate
of the measurements and of the total amount payable for the work
shall be final and binding on all the parties.
Payment at reduced Clause 9- The rates for several items of works estimated to cost more
rates on account of than Rs.,1,000/- agreed to within shall be valid only when the items
items of work not concerned is accepted as having been completed fully in accordance with
accepted as so the sanctioned specifications. In cases where the items of work are not
completed, to be at the accepted as so contemplated by the Engineer-in-charge he may make
discretion of the payment on account of such items at such reduced rates as he
Engineer-in- charge. may consider reasonable in the preparation of final or on account bills.
Clause 10 - A bill shall be submitted by the contractor in each month
Bills to be submitted on or before the dated fixed by the Engineer-in- charge for all works
monthly. executed in the previous month, and the Engineer-in-charge shall take or
cause to be taken the requisite measurements for the purpose of having the
same verified and the claim, so far as it is admissible shall be adjusted, if
possible, within ten days from the presentation of the bill. If the
Contractor does not submit the bill within the time fixed as aforesaid, the
Engineer-in-charge may depute a subordinate to measure up the said work
in the presence of the Contractor or his duly authorized agent whose
counter signature to the measurement list shall be sufficient warrant, and
the Engineer-in-charge may prepare a bill from such list which shall be
binding on the Contractor in all respects.
Bills to be printed on Clause 11 - The Contractor shall submit all bills on the printed forms
forms to be had on application at the office of the Engineer-in-charge. The
charges to be made in the bills shall always be entered at the rates
specified in the tender or in the case of any extra work ordered in
pursuance of these conditions and not mentioned or provided for in the
tender, at the rates hereinafter provided for such work.
Stores supplied by Clause 12- If the specification or estimate of the work provides for the
Government use of any special description of materials to be supplied from the stores of
the Department or if it is required that the Contractor shall use certain
stores to be provided by the Engineer-in-charge (such material and
stores and the price to be charged therefore as hereinafter mentioned being
so far as practicable for the convenience of the Contractor but not so as
in any way to control the meaning or effect of this contract specified in the
schedule or memorandum hereto annexed ) the Contractor shall be supplied
with such materials and stores, as may be required from time to time to be
used by him for the purposes of contract only and the value of full
quantity of the materials and the stores so supplied shall be set off or
deducted from any sums then due, or thereafter to become due to the
Contractor under the contract, or otherwise or from the security deposit
, the same of a sufficient portion thereof shall in that case be sold for the
purpose. All materials supplied to the Contractor shall remain the absolute
property of the Government and shall on no account be removed from the
site of the work, and shall at all times be open for inspection by the Engineer
– in- charge. Any such materials unused and in perfectly good condition at the
time of completion or termination of the contract shall be returned to the
Departmental stores if the Engineer-in-charge so requires by a notice in
writing given under his hand, but the contractor shall not be entitled to
return any such materials except with such consent of the Engineer-in-
charge so requires by a notice in writing given under his hand, but the
Contractor shall not be entitled to return any such material except with such
consent of the Engineer-in-charge and he shall have no claim for
compensation on account of any such material supplied to him as aforesaid
but remaining unused by him or for any wastage in or damage to any such
material.
Works to be executed in Clause 13- The Contractor shall execute the whole and every part of
accordance with in the most substantial and workmanlike manner, and both as regards
specifications, drawings,
orders etc. materials and every other respect in strict accordance with specifications.
The contractor shall also confirm exactly, fully and faithfully to the designs ,
drawings and instructions in writing relating to the work signed by the
Engineer- in – charge and lodged in his office and to which the Contractor
shall be entitled to have access for the purpose of inspection at such office, or
on the site of the work during office hours. The contractor will be entitled to
receive three sets, of contract drawing and working drawings as well as one
certified copy of the accepted tender along with the work order free of cost.
Further copies of the contract drawings and working drawing if required
by him, shall be supplied at the rates Rs. 300/- per set of contract drawing and
Rs.200/- per working drawing except where otherwise specified.
Alteration Clause 14 – The Engineer-in-charge shall have power to make any
In specification and alterations in or additions to the original
designs not to invalidate Specifications, drawings, designs, and instructions that may appear to him
contracts. to be necessary or advisable during the progress of the work, and the
Contractor shall be bound to carry out the work in accordance with any
instructions in this connection which may be given to him in writing
signed by the Engineer-in-charge and such alteration shall not invalidate
the contract, and any additional work which the Contractor may
be directed to do in the manner above specified as part of the work
shall be carried out by the Contractor on the same conditions in all
respects tender for the main work. And if the additional and altered work
includes any class of Work includes any class of work for which no rate is
specified in this contract, then such class of work shall be carried out at the
rates entered in the schedule of Rates of the Division or at the rates mutually
agreed upon between the Engineer-in-charge and the Contractor,
Whichever are lower. If the additional or altered work for which
no rate is entered in the Schedule of Rates of the Division, is ordered to be
Rates for works not
entered in estimate or carried out before the rates are agreed upon then the Contractor shall
schedule of rate of the within Five days of the date of receipt by him of the order to carry out the
district. work inform the Engineer-in- charge of the rate which it is his intention to
charge for such class of work and if the Engineer-in-charge does not agree
to this rate, he shall by notice in writing be at liberty to cancel his order to
carry out such class of work, and arrange to carry it out in such
manner as he may consider advisable provided always that if the
Contractor shall commence work
or incur any expenditure in regard thereto before the rates shall have
been determined as lastly hereinbefore mentioned, then in such case he
Contractor liable for Clause 20- The defect liability period for the work will be upto comming
damage done and for monsoon from the completion of [Link] the said work is defective in the
imperfections. opinion of the Executive Engineer in any manner whatsoever the Contractor
shall forthwith on receipt of notice in that behalf from the Executive
Engineer, duly commence execution in every respect all the work that may
be necessary for rectifying and setting right the defects specified therein
including dismantling and reconstruction of unsafe portions strictly in
accordance with and in the manner prescribed and under the supervision
of the Executive Engineer. In the event of the Contractor failing or
neglecting to commence execution of the said rectification work within
the period prescribed therefore in the said notice and/or to complete the
same as aforesaid as required by the said notice, the Executive Engineer
may get the same executed and carried out departmentally or by any other
agency at the risk, on account and at the cost of the Contractor. The
Contractor shall forthwith on demand pay to the Government the amount of
such cost, charges and expenses sustained or incurred by the Government
of which the certificate of the Executive Engineer shall be final and
binding on the Contractor. Such costs, charges and expenses shall be
deemed to be arrears of land revenue and in the event of the Contractor
failing or neglecting to pay the same on demand as aforesaid without
prejudice to any other rights and remedies of the Government the same
may be recovered from the Contractor as arrears of land revenue. The
Government shall also be entitled to deduct the same from any amount
which may then be payable or which may therefore become payable by the
Government to the Contractor either in respect of the said work or any
other work whatsoever or from the amount of security deposit retained by
Government.
Contractor to Clause 21- The Contractor shall supply at his own cost all
supply plant, ladder, material (except such special materials, if any, as may, in accordance with
scaffolding, etc. the contract, be supplied from the P.W.D. stores ), plant, tools,
and is liable for appliances, implements, ladders, cordage, tackles, scaffolding and
damages arising from temporary works requisite or proper for the proper execution of the
non provisions of light, work, whether in the original, altered or substituted form, and
fencing etc.
whether included in the specification or other documents forming part of
the contract or referred to in these conditions or not and which may be
necessary for the purpose of satisfying or complying With the requirements
of the Engineer-in – charge as to any matter as to which under these
conditions he is entitled to be satisfied, or which he is entitled to require
together with the carriage therefore to and from the work. The
Contractor shall also supply without charge the requisite number of
persons with the means and materials necessary for the purpose of setting out
works and counting , weighing and assisting in the measurement or
examination at any time and from time to time of the work or the materials.
Failing this the same may be provided by the Engineer-in- charge at the
expense of the Contractor and expenses may be deducted from any money
due to the Contractor under the contract or from his security deposit or the
proceeds of sale thereof, or a sufficient portion thereof. The contractor shall
provide all necessary fencing and lights required to protect the public
from accident, and shall also be bound to bear the expenses of defense of
every suit, action or other legal proceedings, at law that may be brought by
any person for injury sustained owing to neglect of the above precautions,
and to pay any damages and costs which may be awarded in any such suit
action or proceedings to any such person, or which may with consent of the
Contractor be paid for compromising any claim by any such person.
Work not to Sublet. Clause 26- The contract shall not be assigned or sublet without the
written approval of the Engineer- in- charge. And if the Contractor shall
assign or sublet his contract, or attempt to do so, or become insolvent or
Contract may be commence any proceedings to get himself adjudicated and insolvent
rescinded and security or make any composition with his creditors, or attempt so to do or if
deposit forfeited for bribe, gratuity, gift, loan, perquisite, reward or advantage,
subletting it approval pecuniary or otherwise shall either directly or indirectly be given, promised
or for bribing a public or offered by the Contractor or any of his servants or agents to any public
officer or if contractor officer of person in the employment of Government in any way relating to
becomes insolvent. his office or employment , or if any such officer or person shall become in
any way directly or indirectly interested in the contract, the Engineer – in-
charge may thereupon by notice in writing rescind the contract, and the
security deposit of the contractor shall thereupon stand forfeited and be
absolutely at the disposal of Government, and the same
consequences shall ensure as if the contract had been rescinded under
Clause 3thereof and in addition the Contractor shall not be entitled to
recover or be paid for any work therefore actually performed under the
contract.
Sum Payable by Clause 27- All sums payable by a Contractor by way of compensation
way compensation to under any of these conditions shall be considered as a reasonable
be considered as compensation to be applied to the use of Government without reference
reasonable to the actual loss or damage sustained, and whether any damage has or
compensation without has not been sustained.
reference to actual loss.
Changes in the Clause 28 : In case of tender by partners , any change in the constitution
constitution if firm to of a Firm shall be forthwith notified by the Contractor to the Executive –in-
be notified charge for his information.
Direction and Clause 29- All works to be executed under the contract shall be
control of the executed under the direction and subject to the approval in all respects of the
Superintending Superintending Engineer of the Circle, for the time being, who shall be
Engineer. entitled to direct at what point or points and in what manner they are to be
commenced, and from time to time carried on.
Direction and control of Clause 30 (1) – Except where otherwise specified in the contract and
the subject to the powers delegated to him by Government under the code, rules
Superintending
Engineer. then in the force, the decision of the Superintending Engineer of the
Circle for the time being shall be final conclusive and binding on all
parties of the contract upon all questions relating to the meaning of the
specifications, designs, drawings and instruction hereinbefore mentioned
and as to the quality of workmanship, or materials used on the work, or
as to any other question, claim, right, matter or thing whatsoever, if any
way arising out of , or relating to the contract, designs, drawings,
specifications, estimates, instructions, orders, or these conditions, or
otherwise concerning the works, or the execution, or failure to execute the
same, whether arising during the progress of work, or after the completion
or abandonment thereof.
Clause 30 (2) - the Contractor may within thirty days of receipt by
him of any order passed by the Superintending Engineer of the Circle as
aforesaid appeal against it to the Chief Engineer concerned, with the
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 lakhs ( Rupees one lakh)
Clause 30 (3) - If the Contractor is not satisfied with the order passed by the
Chief Engineer as aforesaid, the Contractor may, within thirty days of
receipt by him of any such order appeal against it to the concerned Secretary
, Public Works Department/ Irrigation Department who . if convinced that
prima-facie the Contractor's claim rejected by the Superintending Engineer/
Chief engineer is not frivolous and that there is some substance in the claim
of the Contractor as would merit a detailed examination and decision by the
Standing Committee shall put up to the Standing Committee at Government
level for suitable decision ( Vide PW Circular No. CAT-1086-CR-
Clause 37 (A) - The Contractor shall be responsible for and shall pay the
expenses of providing medical aid to any workman who may suffer a
bodily injury as a result of an accident. If such expenses are incurred by
Government , the same shall be recoverable from the Contractor forthwith
and be deducted without prejudice to any other remedy of the Government
from any amount due or that may become due to the Contractor.
c) Adequate provision shall be made for prompt first aid treatment of all
injuries likely to be sustained during the course of the work.
Govt. Circular Clause 37 (C) - The Contractor shall duly comply with the provisions of "
[Link]/ID CAT- the Apprentices Act, 1961" (III of 1961) , the rules made there under and
6076/3336/(400)/ the orders that may be issued from time to time under the said Act and
Bldg.2, dated the said Rules and on his failure or neglect to do so , he shall be subjected to
16/08/1985. all the liabilities and penalties provided by the said Act and said Rules.
Claim for quantities Clause 38 :- (1) Quantities shown in the tender are approximate and no claim
entered in the tender or shall be entertained for quantities of work executed being either more or less
estimate. than those entered in the tender or estimate.
(2) Quantities in respect of the several items shown in the tender are
approximate and no revision in the tendered rates shall be permitted in respect
of any of the items so long as, subject to any special provision contained in the
specifications prescribing a different percentage of permissible variation in the
quantity of the item does not exceed the tender quantity by more than 25
percent and so long as the value of the excess quantity beyond this limit at the
rate of the items specified in the tender, is not more than Rs.5,000/-
(3) The contractor shall if ordered in writing by the Engineer so to do, also
carry out any quantities in excess of the limit mentioned in sub-clause (i)
hereof on the same conditions as and in accordance with the specifications in
the tender and at the rates (i) derived from the rates entered in the current
schedule of rates and in the absence of such rates (ii) at the rates prevailing in
the market. The said rates increased or decreased as the case may be, by the
percentage which the total tendered amount bears to the estimated cost of the
work as put to tender based upon the schedule of rates applicable to the year
in which the tenders were accepted (For the purpose of operation of this
clause, this cost shall be 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 any item
beyond 25 percent will be governed by the provision of clause 15 only
when the amount of such reduction beyond 25 percent at the rate of the
item specified in the tender is more than Rs.5,000/- (This clause is not
applicable to extra items)
Employment of famine Clause 39 - The Contractor shall employ any famine , convict or other
labour etc. labour of a particular kind or class if ordered in writing to do so by the
Engineer-in- Charge.
Claim for Clause 40 - No compensation shall be allowed for any delay caused
compensation for delay in the starting of the work on account of acquisition of land or, in the case of
in starting the work. clearance works, on account of any delay in accordance to sanction of
estimates.
Claim for Clause 41 - No compensation shall be allowed for any delay in the
compensation for execution of the work on account of water standing in borrow pits or
delay in execution of compartments. The rates are inclusive for hard or cracked soil
work excavation, excavation in mud, sub-soil, water standing in borrow pits and
no claim for an extra rate shall be entertained unless otherwise expressly
specified.
Enter upon or Clause 42 - The Contractor shall not enter upon or commence any
commencing any portion of work except with written authority and instructions of the
portion of work. Engineer-in- Charge or of his subordinate in charge of the work. Failing
such authority the Contractor shall have no claim to ask for measurements
of or payment for work.
Clause 43 - i) No Contractor shall employ any person who is under the
Minimum age of age of 18 years.
person employed , the ii) No Contractor shall employ donkeys or other animals with
employment of breaching of string or thin rope. The breaching must be at least three
donkeys and/or other inches wide and should be of tape ( Newar).
animals and the iii) No animal suffering from sores, lameness or emaciation or which is
payment of fair immature shall be employed on the work.
wages. iv) The Engineer-in- Charge or his agent is authorized to remove from the
work, any person or animal found working which does not satisfy these
conditions and no responsibility shall be accepted by the Government for
any delay caused in the completion of the work by such removal.
v) The Contractor shall pay fair and reasonable wages to the workmen
employed by him , in the contract undertaken by him. In the event of any
dispute arising between the Contractor and his workmen on the ground
that the wages paid are not fair and reasonable, the dispute shall be referred
without delay to the Executive Engineer who shall decide the same. The
decision of the Executive Engineer shall be conclusive and binding on the
Contractor but such decision shall not in any way affect the conditions in the
contract regarding the payment to be made by the Government at the
sanctioned tender rates.
Clause 47 - The price quoted by the Contractors shall not in any case exceed
the control price, if any, fixed by Government or reasonable price
which it is permissible for him to change a private purchaser for the same class
and description, the control price or the price permissible under the provisions
of Hoarding and Profiteering Prevention Ordinance, 1948 as amended from
time to time. If the price quoted exceeds the controlled price or the price
permissible under Hoarding and Profiteering Prevention Ordinance, the
Contractor will specifically mention this fact in his tender along with the
reasons for quoting such higher prices. The purchaser at his discretion will in
such case exercise the right of revising the price at any stage so as to conform
with the controller price as permissible under the Hoarding and Profiteering
Prevention ordinance. This discretion will be exercised without prejudice to
any other action that may be taken against the Contractor.
GST Clause 48 Tax
Maharashtra Goods The rates quoted by the Contractor shall be deemed to be inclusive of
Service Tax Act 2017 the labour welfare cess and other taxes (other than GST) that the Contractor
Finance Department
circular [Link]/1017 / will have to pay for the performance of this Contract. The Employer will
[Link]. 81/Karadhan1, perform such duties in regard to the deduction of such taxes at source as per
Dated 19/08/2017 and applicable law.
GST/1017/[Link].155/ Clause 49 - Payment of GST
Karadhan1,Dated 1. Bidder shall quote his rate excluding GST.
11/09/2017
2. GST shall be payable on the accepted contract value.
3. GST shall be paid to contractor on the amount of bill of work done as per
prevailing rate of GST during the period of work done.
Clause 50 - The contractor shall employ the unskilled labour to be
PWD Government employed by him on the said work only from locally available labour and
Resolution shall give preference to those persons enrolled under Maharashtra
[Link]/1097/CR- Government Employment and Self Employment Department Scheme.
478/Bldg-2, Provided, however, that if the required unskilled labours are not available
Mantralaya, dated locally, the contractor shall in the first instance employ such number of
23 rd March, 1998. persons as is available and thereafter may with previous permission, in
writing of the Executive Engineer-in-charge of the said work, obtain the
rest of requirement of unskilled labour from the outside the above scheme.
Clause 51 – Wages to be paid to the skilled and unskilled laborers engaged
by the Contractor.
The Contractor shall pay the laborers – skilled and
unskilled – according to the wages prescribed by Minimum Wages Act ,
1948 applicable to the area in which work of the Contractor is in progress.
The Contractor shall comply with the provisions of the Apprentices Act,
1961 and the Rules and Orders issued there under from time to time, if he
fails to do so. , his failure will be a breach of the Contract and the
Superintending Engineer may in his discretion may cancel the contract.
The Contractor shall also be liable for any pecuniary liability arising
on account of any violation by him of the provisions of the Act.
The Contractor shall pay the laborers – skilled and unskilled –
according to wages prescribed by Minimum Wages Act, 1948
applicable to the area in which the work is in progress.
Government Clause 52 - All amounts whatsoever which the Contractor is liable to pay
Circular No. CAT to the Government in connection with the execution of the work
1274/40364/Desk-2, including the amount payable in respect of (i) materials and /or stores
Mantralaya, supplied/issued hereunder by the Government to the Contractor , (ii) hire
Mumbai.32 dated charges in respect of heavy plant, machinery and equipment given on hire
07/12/1976. by the Government to the Contractor for execution by him of the
work and /or which advances have been given by the Government to the
Contractor shall be deemed to be arrears of land revenue and the
Government may without prejudice to any other rights and remedies of the
Government recover the same from the Contractor as arrears of land
revenue.
Government Circular Clause 53 - The Contractor shall duly comply with all the provisions of the
No. CAT Contract Labour (Regulation and Abolition) Act, 1970 (37 of 1970) and the
1284/(120)/Building- Maharashtra Contract Labour ( Regulation and Abolition) Rules, 1971 as
2, Mantralaya, amended from time to time and all other relevant statues and statutory
Mumbai.32 dated provisions concerning payment of wages particularly to workmen employed
14/08/1985. by the Contractor and working on the site of work. In particular the
Contractor shall pay wages to each worker employed by him on the site of
work at the rates prescribed under Maharashtra Contract Labour (
Regulation and Abolition) Rules, 1971. If the Contractor fails or neglects to
pay wages at the said rates or makes short payment and the Government
makes such payment of wages in full or part thereof less paid by the
Contractor, as the case may be, the amount so paid by the Government to
such workers shall be deemed to be arrears of land revenue and the
Government shall be entitled to recover the same as such from the Contractor
or deduct the same from the amount payable by the Government to the
Contractor hereunder or from any other amount(s) payable to him by the
Government.
Clause 54 - The Contractor shall engage apprentice such as brick layer,
carpenter, wiremen, plumber, as well as blacksmith by recommended by
the State Apprenticeship Advisor , Director of Technical Education,
Dhobi Talaw, Mumbai 400 001. In the construction work ( as per
Government of Maharashtra , Education Department No. TSA/5170/T5689,
dated 7.7.1972).
Clause 55 - ( Government of Maharashtra , P.W.D. Resolution
No. CAT-1086/CR 243/K/Bldg.2, Mantralaya, Mumbai dated 11/8/1987).
CONDITIONS FOR MALARIA ERADICATION, ANTI- MALARIA
AND OTHER HEALTH MEASURES.
a) The anti-malaria and other health measures shall be as directed by the
Joint Director (Malaria and Filaria) of Health Services, Pune
b) The Contractor shall see that mosquitogenic conditions are not created
so as to keep vector population to minimum level.
c) The Contractor shall carry out anti-malaria measures in the area as per
guidelines prescribed under National Malaria Eradication Programme and as
directed by the Joint Director (Malaria and Filaria) of Health Services, Pune
d) In case of default in carrying out prescribed anti-malaria measures
resulting in increase in malaria incidence, Contractor shall be liable to pay
to Government the amount spent by the Government on anti-malaria measures
to control situation in addition to fine.
e) RELATION WITH PUBLIC AUTHORITIES :
The Contractor shall make sufficient arrangements for draining away
the sewage water as well as water coming from the bathing and washing
places and shall dispose off this water in such a way as not to cause any
nuisance. He shall also keep the premises clean by employing sufficient
number of sweepers. The Contractor shall comply with rules, regulations, bye-
laws and directions given from time to time by any local or public
authority in connection with this work and shall pay fees or charges
which are leviable on him without any extra cost to Government. (
Government of Maharashtra, P.W.D. Resolution No. CAT-1086/CR
243/D/Bldg.2, Mantralya, Mumbai , dated 11/9/1987).
Clause 56 – CONDITIONS RELATING TO INSURANCE OF
CONTRACT WORK.
i)The Contractor shall take out Insurance Policy / Policies (viz Contractor's
All Risks Insurance Policy, Erection All Risks Insurance Policy etc. as
directed by the Directorate of Insurance) so as to vide adequate insurance cover
for execution of the awarded contract work for total contract value and
complete contract period COMPULSORILY from the "Directorate of
Insurance, Maharashtra State, Mumbai" only. Its postal address for
correspondence is " 264, MHADA, First Floor, Opposite Kalanagar, Bandra
(East), Mumbai 400 051. " ( Telephone No. 022 –26590403 / 26590690 and
If any contractor has not taken out the Insurance Policy from the Directorate of
Insurance, Maharashtra State Mumbai or have effected insurance with any
Insurance Company, the same will not be accepted and one percent (1%) of the
tender amount or such amount of premium calculated by the Government
Insurance Fund will be recovered directly from the amount payable to
the Contractor for the executed contract work and paid to the Directorate of
Insurance Fund, Maharashtra State, Mumbai. The Director of Insurance fund,
Maharashtra state, Mumbai reserves the right to distribute the risks of insurance
among the other insurers.
ii)The contractor shall provide In the joint name of the employer and the
contractor insurance to Directorate of Insurance, Govt. of Maharashtra From the
start date to the end of the defect liability period for the following events which
are due to the contractor risks The Contractor all risk policy and the workmen‟s
insurance policy shall be within the Maharashtra Insurance Fund only as stated
above
A) Loss of or damage to the work, plant and materials
Both parties shall comply with any conditions of the insurance policies.
The contractor shall provide insurance copy to the Executive Engineer, issued
1. All the materials such as Asphalt, Cement, steel etc. shall be procured by the Contractor from
approved Government Institutions or as directed by Engineer-in- charge only. The material shall
be brought at the site of work well in advance by the Contractor. The gate pas of the Asphalt ,
Invoice of Cement, steel etc. shall be examined by the authorized representative of the Engineer-in-
charge.
2. The Contractor shall submit periodically as well as on the completion of work, an account of
all materials used by him on the work. In addition, a separate register shall be maintained on site for
recording daily item wise Asphalt, Cement, steel consumption and also item wise consumption of other
materials. This shall be signed daily by Contractor or his representative and authorized
representative of the Engineer-in-charge.
3. All the materials such Asphalt, Cement, steel etc. shall be procured by the Contractor from
approved Government Institutions or as directed by Engineer-in- charge only. The materials from
any other source in lieu of the approved Institutions shall be allowed except under written permission
from the Executive Engineer. In such case, Certificate for its quality shall be produced by the
Contractor and samples of materials shall be tested from any Government Laboratory by the Contractor
at his cost and the test results be supplied to the Department. The materials not conforming to the
required standard shall be removed at once from the site of work by the Contractor as his own
cost. All the materials such as Asphalt, Cement etc. required for use in the work shall be confirming to
the concerned I.S. / M.O.R.T.& H. specifications. The Contractor shall get necessary tests carried out
to the frequency specified for each material in the specification and submit the test results to the
Engineer-in-charge or his authorized representative. These materials shall be used on work by the
Contractor, only if the test thereof are found satisfactory to the results Engineer-in-charge or his
authorized representative. For the purpose of daily testing of material, such metal, sand, rubble, etc. ,
the Contractor shall make his own arrangements to install a well equipped Laboratory at the site of work
at his own cost. The Contractor shall employ qualified personnel at the site of work at his own cost.
The responsibility of carrying out tests to the frequency specified for each material shall rest with
the Contractor. The extract of register shall be submitted to the Executive Engineer with each bill.
Copy of register for the entire period shall be submitted along with the final bill.
4. The Contractor shall construct at his own cost shed/ sheds as per direction of the Engineer-in-
charge of the work for storing the materials and provide double locking arrangements. The
Store shed such constructed shall be removed on completion of work. The Contractor shall
take all necessary steps to guard the materials brought by him.
5. The Contractor shall make his own arrangement for the safe custody of the materials brought
by him on site of work.
6. The charges for conveying of materials from the place of purchase by the Contractor to the
site of work and the actual spot on work site shall be entirely borne by the Contractor. No claims on
this account shall be entertained.
7. Separate registers shall be maintained by the Contractor on the site for recording detailed
item wise Asphalt, Cement and Steel consumption on the work. These registers shall be signed by
Contractor or his authorized representative and got signed from the representative Engineer-in-charge.
8. The material required only for this work shall be kept in the godown at site. No material shall be
shifted outside of the godown except for the work for which this arrangement is entered, without prior
approval of the Engineer-in-charge.
9. The Contractor shall produce sufficient documentary evidence i.e. bill for the purchase, octroi
receipts etc. for the purchase of material brought on the work site at once if so requested by the
Department.
10. All these material i.e. cement, steel etc. shall be protected from any damages , rains etc. by the
contractor at his own cost.
11. The Contractor will have to erect temporary shed of approved specifications storing of
above materials at work site at contractors cost having double lock arrangements ( By Double lock - it
is meant that godown shall always be locked by two locks, one lock being owned & operated by
Contractor & other by Engineer-in- charge of his authorized representative & the door shall be
openable only after both locks are opened.)
12. If required, the weighment of cement bags/ steel/ bulk asphalt bouzers etc. brought by the
Contractor shall be carried out by the contractor at his own cost.
13. The contractor shall not use cement and other material for the item to be executed
outside the scope of his contract except for such ancillary small item as are connected and absolutely
necessary for execution of this work as may be decided by the Engineer-in-charge.
14. The Government shall not be responsible for the loss in cement, steel, bulk asphalt etc.
during transit to work site. The cement brought by the contractor at the work site store shall mean
50 Kg. equivalent to 0.0347 Cubic Meter per bag by weight. The rate quoted should correspond to this
method of reckoning. In case of ordinary/controlled concrete, if cement is found short, the
shortage/shortages will be made good by the contractor at his cost.
15. ANNEXURE FOR R.C.C. PIPE PROCUREMENT : The R.C.C. pipes required
for the work shall be procured from the MISSIDC only. The payment towards providing and
fixing NP2 / NP3 / NP4 pipes will be released only after the contractor submits the bill of
MISSIDC to authenticate that the pipes have been purchased from the MISSIDC. No payment
towards the item of providing and laying of the pipe will be released in absence of the submission
of the requisite document.
After completion of these items in the particular kilometer the withheld payment will be finally
released.
16. INDEMNITY : The condition regarding indemnity as defined on Page ……. At [Link].4 will
apply mutatis mutandis in case of material brought by contractor at the site for the execution of the
work being executed under this contract.
17. In case the material brought by the Contractor become surplus owing to the change in the
design of the work, the material should be taken back by the Contractor at his own cost after prior
permission of Engineer-in-charge.
18. Empty asphalt drums shall be the properly of the Contractor and the same shall be removed
immediately after completion of work.
19. All empty cement bags shall be returned by Contractor to Department and the Executive
Engineer shall preserve them for one year as token of proof of use of cement in proper
proportion in work.
Arrangement of Materials
1. The Contractor shall make his own arrangement for supply of materials including
bitumen 60/70 grade, and 30/40 grade cement and steel , RCC pipes / Collars. The Contractor
shall be responsible for all transportation and storage of the materials at the site and shall bear all the
related costs. The Engineer shall be entitled at any time, to inspect or examine all such materials. The
Contractor shall provide reasonable assistance for such inspection or examination as may be required.
2. The Contractor shall keep as accurate record of use of materials like bitumen, cement and
steel used in the works in a manner prescribed by the Engineer.
3. After receiving the bitumen, the authorized challan / gate pass should be obtained from
the refinery mentioned in the quality of bitumen, grade of bitumen, date, time of delivery etc. and
it should be handed over to department for each consignment.
4. While transportation of bouzer a through transport pass should be obtained from the
Corporation/ Municipality through which the bouzer is passed and same should be handed over
the authorized person of the Department.
5. If there is any doubt regarding the material received, the same should be get tested from the
Government laboratory at the cost of the Contractor, and if the results are substandard, the material or
the work executed with such material will be rejected.
6. The day to day record of the receipt /utility/ balance of material should be kept by the
Contractor at plant site / site of work / store and same will be checked by the Engineer-in-charge or
authorized Engineer at any time.
7. The procurement of cement/ steel etc. should be from the authorized manufacturing
company and the vouchers regarding purchase thereof shall be submitted to Engineer-in-
charge.
=======================================================================
Procurement of Material :
Department will not supply any material for execution of work such as Cement, Tor Steel,
Asphalt etc. The contractor has to arrange the same from his own source. The quality of the
material brought to the site by the contractor should be verified through the various tests
provided as per relevant Indian Standards at the cost of the contractor.
The adjustment for variation in cost prices of Mild steel and Tor steel bars, structural steel,
cement ( all tested quality) shall be separately made corresponding to the difference in the cost as
per the basic price mentioned hereafter as per Price Variation Clause.
The contractor shall construct shed/sheds at his own cost and as per direction of Engineer-
in-charge for storing the materials brought by him and provide double locking arrangements,
one lock shall be in the charge of departmental person and the material shall be taken for use in
presence of the departmental person only.
=======================================================================
It shall be mandatory on the part of the contractor to procure the asphalt from Government
owned Refinery only. The contractor shall communicate the schedule of arrival of bouzer of
asphalt to the Engineer- in-charge in advance. Apparatus and equipment for testing grade of
asphalt shall be made available by the contractor at site. If the grade of asphalt is found as per
specification written permission will be given for unloading the bouzer by the Engineer–in-
charge , otherwise written instructions will be given for not using the same on site. (Please refer
Government Circular ( Marathi) No. Misc 2005/CR-187/ N.H.2, dated 8/10/2007.
Civil
1. Labour Component : K1 00.00%
2. Material Component : K2 00.00%
3. POL Component : K3 00.00%
000.00%
4. Bitumen Component : Actual
5. T.M.T/HYSD & Steel Component : Actual
6. Cement Component : Actual
7. C.I. and D.I. Pipe Component : Actual
Note : If Cement, Steel, Bitumen, C.I. and D.I. Pipes are supplied on Schedule "A" then respective
component shall not be considered. Component is not relevant same shall be deleted.
V2 = 0.85 x P x { K2 x ( M1 - M0 ) } where,
100 M0
V2 = Amount of price variation in Rupees to be allowed for Materials
component.
P = Same as worked out for labour component.
K2 = Percentage of material component as indicated above.
M0 = Basic wholesale price Index shall be average wholesale price index for
the quarter preceding the month in which to the last date prescribed for
receipt of tender, falls.
M1 = Average wholesale price index during the quarter under consideration.
V3 = 0.85 x P x { K3 x ( P1 - P0 ) } where,
100 P0
V3 = Amount of price variation in Rupees to be allowed for POL component.
P = Same as worked out for labour component.
K3 = Percentage of Petrol, Oil and Lubricant component.
P0 = Average Price of HSD at Amravati during the quarter preceding the
month in which the last date prescribed for receipt of tender falls.
P1 = Average price of HSD at Amravati during the quarter under
consideration
V7 = Q0 x ( D1 - D0 ) where,
(i) The operative period of the Contract shall mean the period commencing from the date
of the work order issued to the Contractor and ending on the date on which the time allowed for
the completion of the works specified in the Contract for work expires, taking into consideration the
extension of time, if any for completion of the work granted by Engineer under the relevant clause of
the Conditions of Contract in cases other than those where such extension is necessitated on account
of default of the Contractor. The decision of the Engineer as regards the operative period of the
Contract shall be final and binding of the Contractor. Where any compensation for liquidated damages
is levied on the Contractor on account of delay in completion or inadequate progress under the
relevant Contract provisions, the Price adjustment amount for the balance work from the date of
levy of such compensation shall be worked out by pegging the indices L1 , M1 , C1 ,P1 , B1 , SI1
and CI1 to the levels corresponding to the date from which such compensation is levied.
ii) This Price Variation Clause shall be applicable to all contracts in B-1 / B-2 and C forms but
shall not apply for piece works. This price variation shall be determined during each quarter as per
formula given above in this Clause.
iii) This Price Variation under this Clause shall not be payable for the extra items required
to be executed during the completion of the work and also on the excess quantities of items
payable under the provisions of Clause 38/37 of the contract from B-1/ B-2 respectively. Since
the rates payable for extra items or the extra quantities under Clause 38/37 are to be fixed as per
current DSR or as mutually agreed to yearly revision till completion of such work. In other words ,
when the completion/ execution of extra items as well as extra quantities under Clause 38/37 of the
contract from B-1/B-2 extends beyond the operative date of DSR then rates payable for the same
beyond the date shall be revised with reference to the current DSR prevalent at that time on year to
year basis or revised in accordance with mutual agreement thereon, as provided for in the Contract,
wherever is less.
iv) This clause is operative both ways, i.e. , if the price variation as calculated above is one the
plus side, payment on account of the price variation shall be allowed to the contractor and if it is on
the negative side, the Government shall be entitled to recover the same from the contractor and the
amount shall be deductible from any amounts due and payable under the contract.
v) To the extent that full compensation for any rise or fall in costs to be contractor is not
entirely covered by the provision of this or other clauses in the contract, the unit rate and prices
included in the contract shall be deemed to include amounts to cover the contingency of such other
actual rise or fall in costs.
I N D EX
1. General
2. Contractor to study site conditions
3. Declaration of Contractor
4. Indemnity
5. Definitions
6. Errors , omissions and discrepancies
7. Working methods and progress schedule
8. Agent and work order book
9. Setting out
10. Leveling instrument
11. Authority of representative of Engineer-in-charge
12. Co-ordination
13. Assistance in procuring priorities/ permits etc.
14. Quarries
15. Collection of materials
16. Site office
17. Treasure-Trove
18. Patented Device
19. Explosives
20. Damages by flood for accident
21. Police Protection
22. Traffic regulations
23. Inspection and supervision
24. Initial measurements
25. Samples and testing of materials
26. Change in cement contents etc.
27. Cement concrete / Form work for concrete
28. Miscellaneous
29. Medical and sanitary arrangement for labour
30. Safety Code
31. Scope of rates for different items of works
32. Payments
33. Handing over of work
34. Claims
35. Maintenance
36. Submission of measurements & working drawing
37. Technical Completion Report
38. Quality assurance and maintenance
39 Photographs
Note: - These are to apply as additional specifications and conditions unless already provided for
contradictorily elsewhere in this contract.
MORTH Specification for Road Work latest edition with all amendments) :
MORTH Specification for Road and Bridge Work or latest edition with all amendments shall form part of
the contract documents and the contractors shall be legally bound to the various provisions made therein
unless and otherwise specifically relaxed or waived wholly or partly by any special clauses in the contract
documents.
The contractor shall be deemed to have carefully examined the work and site conditions including labour,
the general and the special conditions, specifications, schedules and drawings and shall be deemed to have
visited the site of the work and to have fully informed himself regarding the local conditions and carried out
his own investigation to arrive at rates quoted in the tender. In this regard, he will be given necessary
information to the best of knowledge of Department but without any guarantee about it. If he shall have any
doubt as to the meaning of any portions of these general conditions or the special additional conditions, or
the scope of work or the specifications and drawings or any other matter concerning the contract, he shall in
good time., before submitting his tender, set forth the particulars thereof and submit them to the Executive
Engineer, S.P. P.W. Division No.2, Daryapur in writing in order that such doubts may be clarified
authoritatively before tendering. Once a tender is submitted, the matter will be decided according to tender
conditions in the absence of such authentic pre-clarification.
2. INDEMNITY:
The contractor shall indemnify the Government against all actions, suits, claims and demands brought or
made against him in respect of anything done or committed to be done by the contractor in execution of or
in connection with the work of this contract and against any loss or damage to the Government in
consequence of any action or suit being brought against the Contractor for anything done or committed to
be done in the execution of the works of this contract.
3. DEFINITIONS:
(b) The expression "Chief Engineer" as used anywhere in the tender papers shall mean Chief Engineer
or the Government of Maharashtra who is designated as such.
(c) The expression "Superintending Engineer" as used in the tender papers shall mean an officer of
Super intending Engineer's rank (by whatever designation he may be known) under whose control the work
lies for the time being,
(d) The expression "Engineer" or "Engineer-in-charge" as used in the tender papers shall mean the
Executive Engineer in charge of the work for the time being.
(e) The expression "Contractor" used in the tender papers shall mean the successful tenderer whose
tender has been accepted, and who has been authorized to proceed with the work. The contractor shall /
may be the individual or firm or company whether incorporated or not, undertaking the work and shall
include legal representatives of such an individual or person comprising such firm or company as the case
may be and permitted assigns of such individual or firm or company.
(f) The expression "Contract" as used in tender papers shall mean the deed of contract together with its
original accompaniment and those later incorporated in it by mutual consent. The contract shall mean the
notice offender the sealed quotation and the tender documents including the tender and acceptance thereof
together with the documents referred to therein and the accepted conditions, specifications, designs,
drawings, priced schedule / bill of quantities and schedule of rates. All these documents taken together shall
be deemed to form one contract and shall be complementary to one other.
(g) The expression "Plant" as used in the tender papers shall mean every machinery, necessary or
considered necessary by the Engineer to execute, construct, complete and maintain the works and used in.
altered, modified, substituted and additional work ordered in the time and the manner herein provided and
all temporary materials and special and other articles of appliances of every sort, kind and description
whatsoever intended or used thereof.
(h) "Drawing" shall mean the drawings referred to in the specifications and any modifications of such
drawings approved in writing by Engineer and such other drawings as may from time to time be furnished
or approved in writing by the Engineer.
(i) "Engineer's representative" shall mean an assistant of the Engineer notified in writing to the
contractor by the Engineer.
(j) "Provision sum" or "Provisional lump-sum" shall mean a lump sum included by Government in
tender documents and shall represent the estimated value of work for which details are not available at the
time of issue of tender.
(k) "Provisional items" shall mean items for which approximate quantities have been included in the
tender documents.
(I) The "Site" shall mean the Sands and / or other places, on, under, in or through which the work is to
be executed under the contract including any other lands or places which may be allotted by Government or
used for the purpose of contract.
(m) The "Work" shall mean the works to be executed in accordance with the Contract or part (s) thereof
as the case may be and shall include all extra, additional, altered or substituted works as required for
performance of the Contract.
(h) The "Contract Sum" shall mean the sum for which the tender is accepted.
0) The "Accepting authority" shall mean the officer competent to accept the tender. The "Accepting
Authority" shall mean the Chief Engineer, Public Works Region, Amravati.
P) The "Day" shall means a day of 24 hours from midnight to midnight irrespective of the number of
hours worked in any day in that week.
Q) "Temporary Works" shall means all temporary works of every kind required in or about the
execution completion or maintenance of the work.
R) "Urgent Works" shall means any measure which in the opinion of the Engineer-In Charge become
necessary during the progress of the works to obviate any risk or accident or failure or which become
necessary for security of the work or the persons working thereon.
S) A "Week" shall means Five consecutive days without regards to the number of hours worked on
any day in that week.
T) "Excepted Risks" are risks to riots (other wise than among contractors employees) and civil
commotions (in so far as both these are uninsurable) war (whether declared or not) invasion, act of foreign
enemies, hostilities, civil war, rebellion, revolution, insurrection, lightening and unprecedented floods over
which the contractor has no control and accepted as such by the accepting authority.
Where the context so requires, words importing the singular number only also include the plural number
and vice-versa.
Heading and Marginal notes if any to the general condition shall not be deemed to form par thereof or be
taken into consideration in the interpretation or construction thereof the contract.
Wherever, there is mention of "Schedule of Rates" of the division or simply D.S.R. of schedule rates in this
tender, it will be taken to mean as "The schedule of rate of the Division in whose jurisdiction the work lies"
In case of errors, omissions and / or disagreement between written and scaled dimensions on the
drawing or between drawings and specifications etc. The following order of preference shall apply.
I) Between actual scaled and written dimensions or descriptions on a drawing the
latter shall be adopted.
ii) Between the written or shown description of dimensions in the drawing and
corresponding one in the specifications, the latter shall apply.
iii) Between the quantities shown in schedule of quantities and those arrived at from
the drawings, the latter shall be preferred.
iv) Between the written description of the item in the schedule of quantities and the detailed
description in the specifications of the same items, the latter shall be adopted.
In case of difference between the rates written in figures and words, the rate adopted by the contractor for
working out the total amount of the item will be taken as correct. In other cases correct rate would be that,
which is lower.
In all cases of omissions and / or doubts or discrepancies in the dimensions or description of any item or
specification, reference shall be made to the Executive Engineer, S.P. P.W. Division NO.2, DARYAPUR
whose elucidation, elaboration or decision shall be considered as authentic. The contractor shall be held
responsible for any errors that may occur in the work through lack of such reference and precaution.
The special provisions in detailed specifications and wording of any item shall gain precedence over
corresponding contract provisions (if any) in the standard specifications of public works department Hand
Book where reference to such specifications is given without reproducing the details of contract.
5.1.1 The methodology and equipments to be used on the project shall be furnished by the Contractor to
the Engineer-In-Charge well in advance of commencement of work and approval of the Engineer-In-Charge
obtained prior to its adoption and use.
5.1.2 The Contractor shall give, a trial run of the equipment for establishing its capability to achieve the
laid down specifications and tolerance to the satisfaction of the Engineer-in-Charge before commencement
of work, if so desired by the Engineer-In-Charge .
5.1.3 All equipments provided shall be of proven efficiency and shall be operated and maintained at all
times in the manner acceptable to the Engineer-In-Charge .
5.1.4 No equipment or personnel shall be removed from the site without permission of the Engineer-In-
Charge.
5.1.5 Contractor shall furnish at least 15 days in advance his programme of commencement of item of
work, the details of actual methods that would be adopted by the contractor for the execution of various
items of work such as well sinking, cast-in-situ, superstructure for bridge work items etc. for bridge works
supported by necessary detailed drawings and sketches including those of the plant and machinery that
would be used, their locations, arrangements for conveying and handling materials etc. and obtain prior
approval of the Engineer-In-Charge well in advance of starting of such item of work. The Engineer-In-
Charge reserves the right to suggest modifications or make complete changes in the method proposed by
the contractor, whether accepted previously or not at any stage of the work, to obtain desired accuracy
quality and progress of the work which shall be binding on the contractor, and no claim on account of such
change In method of execution will be entertained by Government so long as specifications of the item
remain unaltered. The sole responsibility for the safety and adequacy of the methods adopted by the
contractors, will however, rest on the contractor, irrespective of any approval given by the Engineer.
6. WORKING METHODS:
Contractor shall submit, within 15 days, in writing the details of actual methods that would be adopted by
the contractor for the execution of any item as required by Engineer, at each of the locations, supported by
necessary detailed drawings and sketches including those of the Plant and Machinery that would be used,
their locations, arrangement for conveying and handling materials etc. And obtain prior approval of the
Engineer-in-charge well in advance of starting of such item of work The Engineer-in-charge reserves the
right to suggest modifications or make complete changes in the method proposed by the contractor, whether
accepted previously or not, at any stage of the work. to obtain the desired accuracy, quantity and progress of
the work which shall be binding on the contractor, and no claim on account of such change in method of
execution will be entertained by Government so long as specifications of the item remain unaltered.
Liq uid seal coat shall be executed as per clause No.513 of specification for roads and Bridges work of
MORT&H specification 2001 and latest reprint amendments. Preparation of surface to receive seal coat
shall be as per [Link]. and in one go 200 m only.
The Preparation of surface for seal coat and construction of seal coat as per clause 513.3.3..2 & [Link]
responsively as mention above shall be done in 200m in one go 200 m cycle shall be repeated throughout
the day and at the end of the working day any fraction left measuring less than 200 m shall be done
[Link] mentioned herein
The work methodology as described above shall then be followed for next 200mts. and thus
progressively for entire length of road.
The Executive Engineer shall remain present and personally supervise the first 200 mts. length accordingly
in presence of Deputy Engineer, Junior Engineer and Contractor/Contractor‟s representative.
The Deputy Engineer or representative of Executive Engineer shall remain present and personally
supervise at least 25% of the area of seal coat. Executed
The Junior Engineer shall remain present and personally supervise cent percent length executed
The Executive Engineer shall show the check measurement of carpet and liquid seal coat accordingly in
the measurement book for the executed 200 Mtr. demo length. This check measurement shall be part of
percentage check measurement required by Executive Engineer as per the Maharashtra Public Works
Manual, Appendix-24.
The measurement of liquid seal coat of the work shall be recorded by Deputy Engineer only.
7. PROGRESS SCHEDULE:
7.1 The contractor shall furnish within the period stipulated in writing by the Engineer-in charge, of the
order to start the work, a progress schedule in quadruplicate indicating the date of actual start, the monthly
progress expected to be achieved and the anticipated completion date of each major item of work to be done
by him, also indicating dates of procurement and setting up of materials, plant and machinery. The schedule
is to be such as is practicable of achievement towards the completion of the whole work in the time limit,
the particular items, if any, on the due dates specified in the contract and shall have the approval of the
Engineer-in-charge. No revised schedule shall be operative without such acceptance in writing. The
Engineer is further empowered to ask for more detailed schedule or schedules say week by week for any
item, in case of urgency of work as will be directed by him and the contractor shall supply the same as and
when asked for.
7.2 The Contractor shall furnish sufficient plant, equipment and labour as may be necessary to maintain
the progress of schedule. The working and shift hour's restricted to one shift a day for operations to be done
under the Government supervision shall be such as may be approved by the Engineer-in-charge. They shall
not be varied without the prior approval of the Engineer. Night work which requires supervision shall
not be permitted except when specifically allowed by Engineer each time, if requested by the
Contractor. The Contractor shall provide necessary lighting arrangements etc. For night work as directed by
Engineers without extra cost.
7.3 Further, the contractor shall submit the progress report of work in prescribed forms and charts etc.
At periodical intervals, as may be specified by the Engineer-in charge. Schedule shall be in form of
progress charts, forms, progress statement and/or reports as may be approved by the Engineer.
7.4 The contractor shall maintain proforma, charts, details regarding machinery, equipment, labour,
materials, personnel etc. As may be specified by the Engineer and submit periodical returns thereof as may
be specified by the Engineer-in-charge.
8. TREASURE-TROVE:
In the event of discovery by the contractor or his employees, during the progress of the work of any
treasure, fossils, minerals or any other articles of value or interest, the contractor shall give immediate
intimation thereof to the Engineer and forthwith hand over to the Engineer such treasure or things
which shall be the property of Government.
Setting out:
Setting out the works as spelt out in clause 109 of Ministry‟s specifications for Road and Bridge works will
be carried out by the Contractor.
Immediately on receipt of the work order, the contractor shall at his own expenses clean the site and take up
a provisional and final setting out and lining out of the work under the supervision of his responsible
representative and shall provide necessary material, labour, tools, instruments etc. required for the same.
The contractor shall be responsible for true and proper setting out of the work and for the
correctness of the positions, level dimensions and arrangements of all parts of works and for providing all
necessary instruments, appliances and labours in connection therewith at his own cost. Officers may assist
the contractor in proper setting out. Government instruments may be allowed to be used for setting out of
work for which no cost shall be recovered from the contractor. If at any time during the progress of work,
any errors arise in regard to levels of dimensions or alignment of any part of the work, rectification thereof,
on being required to do so, will be carried out by the contractor at his own cost, unless such errors are based
on incorrect data, supplied in writing by the Engineer or his authorized representative in which case the
expenses of the rectification shall be refunded by Government.
10.1 The contractor for shall provide free of charge all labour and materials required for lining out.
surveying, inspection decided by the Engineer as considered necessary for the proper and systematic
execution of the work, Likewise only one bench mark with definite value of R.L. will be shown to
contractor who shall have to provide for network of temporary benchmark's all along the site of works as
required for executive the work. The contractor shall be responsible for the provision, accuracy and
maintenance of such temporary bench mark. He shall be responsible for the correctness of the position,
levels, dimensions and alignments of all parts of the works and provisions of necessary instruments and
labour in connection with it. The contractor shall provide scientific instruments and labour in connection
with it. The contractor shall provide like theodolite total station and automatic leveling instruments and
steel tapes for lining out the work suitable masonry pedestals or wooden stacks firmly fixed shall be
provided by the contractor for marking the Center lines of the structures.
The checking or inspection of any setting out of any line or level or word by Engineer or his representative
shall not any way leave the contractor of his responsibility for correctness thereof. The contractor shall
carefully protect and preserve bench mark pedestals and stone etc. used in setting of the works.
10.4 To carry out activities mentioned above 10.1 , 10.2 & 10.3
Contractor shall make all necessary arrangements to carry out all necessary detail surveys required as per
the Specifications / Tender Conditions, during currency of work / project, and deliver desired outputs in
printed / soft as instructed by engineer in charge at different stages of works as instructed by the engineer
in-charge during the currency of the project, that is from start to finish of the work/project. To carry out
such surveys and deliver desired outputs in printed form / soft copy as instructed by engineer in charge as
mentioned above. The Contractor shall appoint a survey agency with the approval of the engineer in charge,
for that, Contractor shall submit list of three survey agencies to engineer in charge , along with the payment
of his security deposit (as required under the clause one of the B-1 contract) .
The engineer in charge on receipt of such list will select one survey agency out of three and communicate
it, along with the work order to contractor. Contractor should appoint survey agency as selected by the
engineer in charge. The survey agency shall not be changed without permission of the engineer in charge.
The survey agency and/or contractor shall have
1) Latest survey instruments and/or equipments viz. total station, auto levels, plotter etc.
2) Auto CAD, non-auto CAD base software to deliver desired outputs based on survey carried out using (1)
above, in printed/soft copy as instructed by engineer in charge.
3) Necessary trained manpower to work on and deliver as (1) and (2) above.
For appointing survey agency, to carry out such surveys and deliver desired outputs in printed/soft as
instructed by engineer in charge as mentioned above the Contractor shall not be paid separately. His offer
shall be inclusive of all.
The duties of the representative of the Engineer-in-charge are to watch and supervise the work and to test
and examine any material to be used or workmanship employed in connection with the works The
Engineer-in-charge may from time to time, in writing delegate to his representative any powers and
authorities vested in the Engineer-in-charge and shall furnish to the Contractor a copy of all such
delegations of powers and authorities. Any written instructions of Approval given by the representative of
the Engineer-in-charge to the Contractor within the terms of such" delegations (but not otherwise) shall
bind the Contractor and the department as through it had been given by the Engineer-in charge, provided
always as follows. Failure of the representative of the Engineer-in-charge to disapprove any work or
materials shall not prejudice the power of the Engineer-in-charge thereafter to disapprove such work or
materials and so order the putting down, removal or breaking up thereof.
Where for proper measurement of the work, it is necessary to have an initial set of levels or other
measurements taken, the same as recorded in the authorized field book or measurement book of
Government by the Engineer or his authorized representative will be signed by the contractor who will be
entitled to have a true copy of the same made at his cost. Any failure on the part of the contractor to get
such levels etc. Recorded before starting the work, will render him liable to accept the decision of the
Engineer as to the basis of taking measurements. Like-wise the contractor will not cover any work which
will render its subsequent measurements difficult or impossible without first getting the same jointly
measured by himself; and the authorized representative of the Executive Engineer. The record of such
measurements on the Government side will be signed by the Contractor and he will be entitled to have a
true copy of the same made at his cost.
All the work and materials before finally taken over by Government will be the entire liability of the
Contractor for guarding, maintaining and making good any damages of any magnitude interim payments
made for such work will not alter this position. The handing over by the Contractor and taking over by the
Executive Engineer or his authorized representative will be always in writing, copies of which will go to the
Executive Engineer or his authorized representative and the contractor. It is, however understood that
before taking over such work, Government will not put it into regular use as distance from casual or
incidental one, except as specially mentioned elsewhere in this contact, or as mutually agreed to.
The Engineer, on a written request by the contractor, will if in his opinion, the request is reasonable and in
the interest of work and its progress, assist the contractor in Securing, the priorities for deliveries, transport
permits for controlled materials etc., where such are needed. The Government, will not, however be
responsible for the non-availability of such facilities or delay in this behalf and no claims on account of
such failures or delays shall be allowed by the Government. The Contractor shall have to make his own
arrangement for machinery required for the work. Such machinery conveniently available with the
Department may be spared as the rules in force on recovery of necessary Security Deposit and rent with
Agreement in the prescribed Signature of Contractor form. Such an Agreement shall be independent of this
contract and the supply of machinery shall not form a ground for any claim or extension of time limit for
this work.
15. A) The Contractor shall set up and get it checked and certified by the Executive Engineer, a field
laboratory with necessary equipments for testing of all materials, finished products used in the construction
as per requirements of relevant specifications. The testing of all materials shall be carried out by the
Contractor in the presence of Engineer In charge or his representative for which the contractor shall make
all the necessary arrangements and bear the entire cost. The area of laboratory on field shall be minimum 60
sqm. The construction of laboratory shall be of semi permanent type & shall be constructed within 1 month
after date of work order.
B) At least 10% of the tests of those required as per frequency chart given in Clause 15.1 shall be
carried out in Government Laboratories of Vigilance & Quality Control Circle. All the tests which cannot
be carried out in field laboratory shall be carried out 100% at the contractor's cost in Vigilance & Quality
Control laboratory.
C) The tests which cannot be carried out both in field laboratory and Vigilance & Quality Control
Circle's laboratories shall be carried out 100% in the laboratories of Government Engineering College /
Government Polytechnic at the entire cost of Contractor.
iv) Elongation
6. Water Bound i) Aggregate Impact 1 test per 200 Cum M.O.R.T. H.
Macadam value 1 test per 100 cum specification
ii) Gradation 1 test per 200 cum on Table
iii) Flakiness Index & 900.3
Elongation Index One Test per 25 cum
iv) Atterberg Limits of of binding material
Binding material one test per 100 cum
v) Atterberg limits of
portion of
aggregates passing
524 Micron
7. Prime Coat / i) Quality of Binder No. of samples per lot and M.O.R.T.H.
tack coat/ Fog ii) Binder Temperature tests as per I.S. 73 IS 217 Specification
spray iii) Rate of Spread of and IS 8887 as applicable. on Table 900-
Binder At regular close intervals. 4
iv) Quality of Binder One test per 500 Ms and
not less than two Same as
mentioned under Sr. No. 7
Above.
8. Seal Coat/ i) Quality of Binder One test per 500 M2 and M.O.R.T.H.
Surface not less than two same as Specification
Dressing mentioned under Sr. No. 7 on Table.
above.
9. Open Graded i) Quality of Binder Same as mentioned under
premix ii) Impact value / Los Sr. No. 7 1 test per 50
surfacing/ Angles/ Abrasion cum.
Close graded value 1 Test per 50 Cum
premix iii) Flakiness & Initially 1 set of
surfacing Elongation Index
iv) Stripping value of
aggr. ( Immersion
tray
v) test)
vi) Water absorption
water sensitivity of
Mix
vii) Gradation
viii) Soundness
ix) Temp of Binder
x) Binder Content
xi) Rate of spread of
mixed material
10. Thermoplastic i) Glass bed contents One Test for 3 Km. Work.
paint and grading analysis One Test for 3 Km. Work.
ii) Reflectance and One Test for 3 Km. Work.
Yellowness Index One Test for 3 Km. Work.
iii) Flowability One Test for 3 Km. Work.
iv) Softening Point
11. Granular Sub i) Gradation One test per 200 Cum M.O,.R,.T.H.
base ii) Aterberg limits One test per 200 cum Specification
iii) Moisture content One test per 250 Cum on Table 900-
prior to compaction as required 3
iv) Density of
compacted layer
v) C.B.R.
12. Granular vi) Gradation One test per 200 Cum M.O,.R,.T.H.
Sub base vii) Aterberg limits One test per 200 cum Specification
viii) Moisture content One test per 250 Cum on Table 900-
prior to compaction as required 3
ix) Density of
compacted layer
x) C.B.R.
1. The cost of procuring, establishing, running, operating & maintaining SCADA including all Sensors,
and any other instrumentation/ automation required to acquire the desired test parameters.
[Link] contractor shall arrange to provide web based supervisory control and data acquisition system
(SCADA), with all instrumentation and automation .Test reports so generated shall be uploaded to PWD
server without any other interface. All other condition mentioned below at clause no. 15.1.1 of this
additional general condition shall apply.
[Link] Contractor shall provide Web connectivity on proper site where data is being acquired, transmitted,
processed, stored and retrieved with minimum speed of 1 MBPS and with 100% uptime (Connectivity).
[Link] Web Application thus provided by the Contractor shall be got approved by the Engineer In Charge.
The Contractor shall also provide a Agent Software for integrating with this Web Application.
[Link] Web Application shall be enabled to Communicate the Data which is beyond the set parameters by
SMS and e-mail to the representative of Engineer In charge.
[Link] Contractor Shall enter into legal agreement with the Agency providing the Web Application,
authorizing the Engineer In Charge / PWD .ALL the legal / intellectual rights for the data obtained by
this Web Application.
[Link] Agency providing the Web Application shall cooperate with the PWD Authorities for providing all
the necessary Data / Reports as and when necessary.
[Link] Agency providing the Web Application shall make any changes / medications in the Web
Applications as and when directed by PWD Authorities.
[Link]-based application including Computer Software, Hardware etc. to transmit, process, store and
retrieve the data in the forms and formats as prescribed by the Engineer In charge.
[Link] for security of data, Disaster recovery arrangements during the construction period and
up to defect liability period. (DLP), shall be as per latest prevailing I.T. Industry practice.
[Link] of all SCADA related attachment/accessories as per the latest prevailing specification.
Web based application to monitor the schedule of Calibration of all SCADA related
attachment/accessories. The invalidity of calibration shall lead to non-acceptance of work or
measurement and the Contractor shall not be paid for such non-accepted work or measurement.
[Link] of printed and authenticated reports to the Engineer In charge as and when required.
Validity of the above conditions shall be during contract period and up to defect liability period
15.3 It is mandatory on the part of Contractor to carry out all the required tests of various construction
materials as mentioned in above Para of the Tender.
If the contractor fails to submit required Test Results of the various construction materials as mentioned in
the items of Schedule-'B', he will be liable to deposit the amount at penal rate of five times of the amount of
particular test which he has not carried out. Contractor will be informed by the Engineer-in-charge by letter.
On receipt of letter, contractor will have to either deposit the said amount or to carry out the required test
within 10 days. If he again failed to carry out the required tests in stipulated time limit, the said tests will be
carried out by the department and total expenditure incurred on the testing charges plus five times amount
of testing charges will be recovered from the Contractor's bill.
As this recovery is only due to the negligence on the part of contractor to carry out work as per Tender
Conditions and Executive Engineer's decision will be final and binding on the Contractor and it cannot be
challenged by the Contractor by way of Appeal, Arbitration or in the Court of Law.
e) i) The Contractor shall set up Field Laboratory with necessary equipment for testing of all materials /
finished products, and get it checked and certified from the Executive Engineer.
ii) Such requirement test and or analysis as may be specified by the Engineer-in charge in order of
precedence given above.
iii) The contractor shall at his risk and cost make all arrangement and/or shall provide for all such
facilities as the Engineer-in-charge may require for collecting preparing required number of samples for
tests or for analysis at such time and to such places may be directed by the Engineer and bear all charges
and cost of testing. Such samples shall also be deposited with the Engineer-in-charge.
iv) The contractor shall if and when required submit at his cost the samples of materials to be tested or
analysis and if, so directed shall not make use of or incorporate in the work any materials represented by the
samples until the required tests or analysis have been made and the materials, finally accepted by the
Engineer- in-charge. Samples provided to the Engineer in charge for retention purpose are to be in labeled
boxes suitable for storage.
v) The contractor shall not be eligible for any claim or compensation at either arising out of any delay in
the work or due to any corrective measures required to be taken on account of and as a result of testing of
the materials.
vi) The contractor or his authorized representative will be allowed to remain present in the department
laboratory while testing samples furnish by him. However the results of all the tests carried out in the
department laboratory in the presence or absence of the contractor or his authorized representative will be
binding on the contractor.
vii) Cost of routine day-to-day quality control testing charges for tests required as per specifications will
be borne by the contractor by sending the same to the concerned Government laboratories.
viii) Test shall be carried out at approved Government Laboratories or Government institutions as
directed by Engineer-in-charge and all testing charges shall be borne by the Contractor.
ix) 15% of the rate shall be with held and shall be released only after the receipt of the satisfactory test
result wherever specified. Routine test shall mean testing of aggregate for gradation, flakiness index,
impact, value and binder content. All other tests shall be carried out by the contractor at his own cost.
However the cost of testing of material as directed by Engineer-in-charge for approving a particular
material as laid down in Para 15.2. (i) to (viii) will have to be borne by the contractor.
x) The contractor shall at his own cost arrange to carry out the routine tests of materials which are to
be used on the work. The tests will have to be carried out either in the field laboratory or in an approved
laboratory.
xi) Testing of the material used for this work should be carried out as per the provisions made in
Government Circular No. Miscellaneous /2004/PC-1 08/NH-2, dated 22/3/2005. Testing of material should
be carried out as per frequency stipulated by the Vigilance & Quality Control Circle. The contractor should
carry out 30% testing of material out of the total material required as per the frequency from the
Departmental Laboratory of Public Works Department. The payment for testing of material from the
Departmental Laboratory should be borne by the Contractor. 100% testing shall be carried out from Govt.
laboratory whose testing is not possible in tied laboratory.
xii) In case of materials procured by the contractor/testing as required by the codes and specifications,
the same shall be arranged by him at his own cost. Testing shall be done in the presence of an authorized
representative of the Engineer-in-charge at the nearest laboratory. If additional testing other than as required
by specification is ordered the testing charges shall be borne by the department if the test results are
satisfactory and by the contractor if the same are not satisfactory.
xiii) In case of materials supplied by the Government, if the contractor demands certain testing, the
charges thereof shall be paid by the contractor if the test results are satisfactory and by the department if the
same are not satisfactory.
15.3 The responsibility of assuring the quality of work shall be on the contractor who shall take actions
as stipulated in standard specification as per “ Schedule C”
15.4 It shall be responsibility of the contractor to achieve quality of work as stipulated in section 900 of
latest MORTH Specification for Road and Bridge Work.
16. CO-ORDINATION:-
When several agencies for different sub-work of the project are to work simultaneously for the
timely completion of the whole project smoothly, the scheduled dates for completion specified in each
contract shall there-fore be strictly adhered to. Each contractor may make his independent arrangement for
water, power, housing etc. If they so desire. On the other hand the contractors are at liberty to mutual
agreement in this behalf and make joint arrangements with the approval of the Engineer. No single
contractor shall take or cause to be taken any steps or action that may cause disruption, discontent, or
disturbance of the work labour or arrangement etc. of other contractor in the Project localities. Any action
by any contractor which the Engineer in his unquestioned discretion may consider as infringement of the
above code, would be considered as a breach of the contract conditions and shall be dealt with as such. In
case of any dispute, disagreement between the contractors, the Engineer's decision regarding the co-
ordination, co-operation and facilities to be provided by any of the contractors shall be final and binding on
the contractors concerned and such a decision or decisions shall not violate any contract nor absolve the
contractor's of his/their obligations under the contract nor consider for the grant for any claim or
compensation.
Whenever the contractor desires to use any designed devices, materials or process covered by the letter of
patent or copy right, the right for such use shall be secured by suitable legal arrangement and agreement
with patent owner and the copy of their agreement shall be filed with the Engineer-in-charge if so desired
by the letter.
18. PAYMENT
The contractor must understand clearly that the rates quoted are for completed work and include all cost due
to labour, scaffolding, plant, machinery, supervision, power, royalties, taxes etc. and should also include all
expenses to cover the cost of height work as and when required and no claim for additional payment
beyond the prices or rates quoted will be entertained. The mode of measurement has been indicated in the
specifications. If there is any ambiguity or doubt in this respect, the decision of Superintending Engineer
will be final.
19.1 SUPERVISION :-
The Contractor shall either himself supervise the execution of the works or shall appoint the competent
agent approved by the Engineer-in-charge, to act on his behalf. If in the opinion of the Engineer-in-charge,
the Contractor has himself no sufficient knowledge and experience of receiving instructions or cannot give
his full attention to the works, the Contractor shall at his own expenses empty as his accredited agent &
qualified Engineer approved by the Engineer-in-charge. Orders given to the Contractor's agent shall be
considered to have the force as if these had been given to the Contractor himself. If the Contractor fails to
appoint a suitable agent as directed by the Engineer-in-charge, the Engineer-in-charge shall have full power
to suspend the execution of the work until such date a suitable agent is appointed and the Contractor shall
be responsible for the delay so caused to the works and the Contractor shall not be entitled for any
compensation on this behalf.
19.2 INSPECTION:-
The Contractor shall inform the Engineer-in-charge in writing -when any portion of the work is ready for
inspection giving him sufficient notice to enable him to inspect the same without affecting the further
progress of the work. The work shall not be considered to have been completed in accordance with the
terms of the contract until the Engineer-in-charge shall have certified in writing to that effect. Approval of
materials or workmanship or approval of part of the work during the progress of execution shall not bind
the Engineer-in-charge or in any way affect him even to reject the work which is alleged to be completed
and to suspend the issue of his certificate of completion until such alteration and modifications or
reconstruction have been effected at the cost of the Contractor as shall enable him to certify that the work
has been completed to his satisfaction. The Contractor shall provide at his cost necessary ladders and such
arrangements as to provide necessary facilities and assistance for proper inspection of all parts of the work
at his own cost.
i) The contractor shall at his own expense maintain sufficient experienced supervisory staff etc.
Required for the work and shall make his own arrangement, provide housing for them with all necessary
arrangements, including fire preventive measures etc. as directed by the Engineer-in- charge.
ii) The contractor shall provide, furnish, maintain and remove on completion of the work, a suitable
office on the work-site for the use of Executive Engineer's representative. The covered area for office
exclusive of verandah should not be less than 24 Square Metre and height 3.0 meter It have Brick masonry
walls and asbestos or corrugated iron roof, paved floor should be 18" above ground level.
He should provide a basket type latrine, urinals and keep them clean, daily. The contractor shall
have provide Laboratory (with ref. books & I.S. codes) at site of size 6.0 m x 6.0m minimum and height 3.0
meter at work site. The office and Laboratory structures shall be semi permanent type. This will be
supposed to be included in his rates.
While executing the work, necessary precautions regarding safety of labour, supervisory staff, public and
traffic users shall be taken by the agency according to rules and regulations specified by the Government of
India / Government of Maharashtra and as directed by District Court, Pune.
1) The contractor shall take all necessary precautions for the safety of the workers and preserving their
health while working in such job as require special protection and precautions. The following are
some of the requirements listed, though no exhaustive. The contractor shall also comply with the
directions issued by the Engineer in this behalf from time to time and at all times.
2) Labour License : It shall be obligatory on the part of the contractor to obtained the necessary
labour License from the labour Department within fortnight of issue of work order.
3) Providing protective foot-wear to workers, in situations like mixing and placing of mortar of
concrete in quarries and places where the work is done under too much of wet condition as also for
movements over surfaces infected with Duster growth etc.
4) Providing protective head wear to workers, working in quarries etc. to protect them against
accidental fall of materials from above.
5) Taking such normal precautions like providing hand rails at the edges of the floating platform or
barges, not allowing nails or metal parts or useless timber to spread around etc.
6) Supporting workmen with proper belts, ropes etc. when working on any masters, cranes grabs,
hoist, dredgers etc.
7) Taking necessary steps towards training the workers concerned in the use of machinery before, they
are allowed to handle it independently and taking all necessary precautions in and around the areas
where machines, hoists and similar units are working.
8) Providing adequate number of boats (of at all required for playing water) to prevent overload and
over-crowding.
9) Providing life belts to all men working in such situation from where they may accidentally tell into
the water, equipping the boats with adequate number of life belts etc.
10) Avoiding bare live wires etc. As would electrocute workers.
11) Making all platforms, staging and temporary structures sufficiently strong so as not to cause
inconvenience and risk to the workmen and supervisory staff.
12) Providing sufficient first aid trained staff an equipment to be available quickly at the work site to
render immediate first aid treatment in case of accidents due to suffocations, dropping and other
injuries.
13) Take all necessary precautions with regard to use of divers.
14) Providing full length gum boots, leather hand gloves with fire proof apron to cover the chest and
back reaching upto knees and protective goggles for the eyes to the laborers working with hot
asphalt handling vibrator in cement concrete and also where use of any or all these items is
beneficial in the interest of health and well being of the labours in the opinion of the Engineer.
20. EXPLOSIVES :-
The Contractor shall at his own expense construct and maintain proper magazines, if such required for the
storage of explosives for use in connection with the works, and such magazine, being situated constructed
and maintained in accordance with the Government Rules applicable in that behalf. The contractor shall at
his own expenses obtain such Licenses as may be necessary for storage of explosives are approved by the
Engineer, the Government shall not be incurring any responsibility whatever in connection with storage and
use of explosives on the size or any accident or occurrence whatsoever in connection therewith, all
operations in or for which explosives are employed being at the risk of the contractor and upon his sole
responsibility and the contractor here by gives to Government an absolute indemnity in respect thereof.
The contractor shall take all precautions against damage by floods or like or from accident etc. No
compensation will be allowed to the Contractor on this account or for correcting and repairing any such
damage to the work during construction. The contractor shall be liable to make good at his cost any plant or
materials belonging to the Government, lost or damaged by floods or from any other cause which is in his
charge.
The contractor shall comply with all rules, regulation, bye-laws and direction given from time also
by any local public authority in connection with this work and shall himself pay fees or charges which are
leviable on him without any extra to the Department.
23 POLICE PROTECTION: For the Special Protection of camp and the contractor's works, the
department will help the contractor as far as possible to arrange for such protection with the concerned
authorities if so required by the Contractor in writing. The full cost of such protection shall be borne by the
contractor.
a) The contractor shall provide an adequate supply of potable water for use of laborers on work and in
Camps.
b) The contractor shall construct trench or semi permanent latrines for the use of the Labourers.
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 use of the
Labourers according to the following specifications :-
II . The contractor shall make arrangement for all anti-maleria measures to be provided for the labour
employed on the work. The anti-maleria measure shall be provided as directed by the Assistant Director of
Public Health.
25. QUARRIES :-
25.1 The quarrying operations shall be carried out by the Contractor with proper equipment such as
compressors. Jack-hammers, drill bits, explosives etc. and sufficient number of workmen shall be employed
so as to get the required out turn.
25.2 The Contractor shall carry out the works in the quarries in conformity with all the rules and
regulations already laid down or may be laid down from time to time by Government. Any cost incurred by
Government due to non-compliance of any rules or regulations or due to damages by the contractor shall be
the responsibility of the Contractor. The Engineer- in-charge or his representative shall be given full
facilities 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 enable him to check that the working records and
storage are all in accordance with the relevant rule. The Engineer-in-charge or his representative shall at
any time be allowed to inspect the works, buildings, and equipment at the quarters.
25.3 The Contractor shall maintain at its own cost, the book registers etc. required to be maintained
under the relevant rules and regulations and as directed by the Engineering-charge. These books shall be
open for inspection at all times by the Engineer-in charge or his representative and the Contractor shall
furnish the copies or extracts of books or register as and when required.
25.4 All quarrying operations shall be carried out by the Contractor in organized and expeditious manner
systematically and with proper planning. The Contractor shall engage licensed blaster and adopt electric
blasting and/or any other approved method which would ensure complete safety to all the men engaged in
the quarry and its surroundings. The Contractor shall himself provide suitable magazines and arrange to pre
and store explosive etc. as required under the rules at his own cost. The designs and the location of the
magazine shall be got approved in advance from the Chief Inspector of Explosives and the rules and
regulations in this connection as laid down by the Chief Inspector of Explosives from' time to time shall be
strictly adhered to by the Contractor. It is generally experienced that it takes time to obtain the necessary
license for blasting & license for storage of material from the concerned authorities. The contractor must
therefore take timely advance action for procuring all such licenses so that the work progress may not be
hampered.
25.5 The approaches to the quarrying place from the existing public roads shall have to be arranged by
the Contractor at his own cost, and the approach shall be maintained by the contractor at his own cost till
the work is over.
25.6 The quarrying operations shall be carried out by the Contractor to the entire satisfaction of the
Engineer-in-charge and the development of the quarry shall be made efficiently so as to avoid wastage of
stones. Only such stones as are of the required quality shall be used on the work. Any stone such is in the
opinion of the Engineer-in-charge, not in accordance with the specifications or of required quality will be
rejected at any time, at the quarry or at the site of work. The rejected stones shall not be used on the work
and such rejected materials shall be removed to the place shown at the Contractor's cost.
25.7 Since all stones quarried from Government quarry (if made available) by the contractor including
the excavated over burden are the property of the Govt. no stones or earth shall be supplied by the
Contractor to any other agencies or works are allowed to be taken away for any other works.
All such surplus quarried materials not required for work under this contract shall be the property of the
Govt. And shall be handed over by the Contractor to Government free of cost at quarry site duly heaped at
the spots indicated by the Engineer-in charge. The contractor will be entitled to the refund of default if any,
paid by him for such quantity handed over to Govt. for which necessary certificate will be issued by
Executive Engineer as per usual procedure, if however, the Government does not required such surplus
material the contractor may be allowed to dispose off or such surplus material elsewhere with prior written
permission of Engineer-in-charge. Leaving off a quarry face or opening of a new quarry face shall be done
only on the approval of the Engineer-in-charge.
25.8 Quarrying permission will have to be directly obtained by the Contractor, from the Collector of the
District concerned for which purpose the department will render necessary assistance. All quarry fees,
royalty charges, octroi duties, ground rent for staking material etc. and charges shall be paid directly to
Revenue Department by the contractor as per rules in force. If it is not paid by contractor the same will be
recovered from his bills.
25.9 The contractor will be permitted to erect at his own risk and cost at the quarry site if suitable vacant
space of Government area is available for the purpose, his own structures for stores, offices etc. At places
approved by the Engineer- in-charge. On completion of the work the contractor shall remove all the
structures erected by him and restore the site to its original condition.
25.10 The Contractor shall not use any Sand in the quarry either for cultivation or for any other purpose
except that required for breaking or stacking or transporting stones.
26 TRAFFIC REGULATION :-
Action in respect of public utilities will be taken by the Contractor as envisaged in Clause 110 of Ministry‟s
Specifications for Road and Bridge work.
Action for arrangement for traffic during construction will be taken by the Contractor as envisaged in the
contract documents and spelt out in clause 112 of MORTH Specification for Road and Bridge Work. (2001)
26.1 Unless separately provided for in the contract, the Contractor shall have to make all necessary
arrangements for regulating traffic, day to night during the period of construction to the entire satisfaction
of the Engineer. This includes the construction and maintenance of diversions if necessary. The contractor
shall have to provide necessary caution board, barricades, flags, light and watchmen etc. So as to comply
with the latest Motor Vehicles rules and Regulation and for Traffic Safety and he shall be responsible for all
claims from accidents which may arise due to his negligence whether in regulating the traffic or in stacking
material on the roads, or due to any other reasons.
26.2 It is to be clearly understood that whatever work carried out by the Contractor for construction of
diversion road including earthwork, W.B.M. bituminous surface dressing. R.C.C pipe drains etc. Will be
paid for only once. If due to flow of traffic, due to floods or due to any other cause, this diversion road
and/or the R.C.C drain gets damaged it shall be repaired and maintained by the Contractor in good
condition till completion of the whole work at his own expenses.
27.1 Where suitable and approved P.W. Department's quarries exist, the Contractor or piece worker will
be allowed if otherwise there is no objection to obtain the materials to the extent required for the work from
the quarry. He will be however, liable to pay compensation. If any damage is caused to the quarry either
deliberately or through negligence or for wastage of materials by himself or his staff or labour.
27.2 Where no suitable Government quarries exist or when the quantity .. of . the material required
cannot be obtained from a P.W. Department quarry the Contractor or pieceworker shall make his own
arrangements to obtain the material from existing or a new quarry in Government waste land, private land
or land belonging to other States or Talukas, etc. After opening the quarry but before starting collection the
quarry shall be got approved by the Engineer-in-charge or his representatives. The Contractor or piece
worker shall pay all royalty charges compensation etc. No claims or responsibility on account of any of
obstructions caused to execution of the work by difficulties arising out of private owners of land will be
entertained.
27.3 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 unsuitable material, dewatering a quarry, cost
of blasting powder and fuse, lift, lead, repairs to existing cart tracks, making new cart tracks, control
charges, Central/State Government or Municipal taxes, Local Boards, CASs, etc.
27.4 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 of conveyance charges in respect of the
leads and lifts. No claims on account of changes in lead will be entertained.
27.5 No material shall be removed from the land within the road boundary or from the land touching it
without the written permission of the Engineer- in-charge of his authorized agent. If any materials is un-
authorized obtained from such places the Contractor or piece worker shall have to make good the damages
and pay such compensation, in addition as may be decided by the Executive Engineer and will have to stop
further collection.
27.6 Any material that falls on any P.W.D. Road from the cart etc. during conveyance shall be
immediately picked up and removed by the Contractor or piece worker, failing which it will be got removed
Departmentally at his cost. No heap shall be left prior to
cking even temporarily on the road surface or in any way so as to cause any obstruction or danger to the
traffic. The Contractor or the piece worker shall be liable to pay for any claims of compensation etc. arising
out of any accident, etc.
Any such materials causing obstruction or danger etc. will be got removed Departmentally at his cost and
no claims for any loss or damage to the material, thus removed, will be entertained. 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 the Department and shall attend to any complaint which may be received otherwise
authorized by Engineer in writing. Collection and spreading shall not be carried out at the same time in one
and the same mile or in to adjoin in Km. except with the return permission of the Executive Engineer.
27.7 Unless otherwise directed, the materials shall be collected in the following orders availability of
space :-
1) Rubble (if included in tender)
2) Metal
3) Soft murum
4) Hard murum
Shall be stacked on the side opposite for petty repairs and shall be stacked on the side opposite to metal for
new layer. Where metal for two layers has to be stacked as in the case of new roads, the metal for each
layer shall be stacked on the opposite sides of the road.
27.8 All road material shall be examined and measured before it is spread. The labour for measurements
(and check measurements where ever carried out) shall be supplied by the contractor or place worker.
Immediately after the measurements are recorded the stacks shall be marked by the contractor or piece
worker by who wash or otherwise as may be directed by the Executive Engineer to prevent from any
authorized tampering with the stacks. If the contractor or piece worker fails to attend the measurements
after receiving the notice from Sub-divisional officer or his subordinate stating date and time of the
intention to measure work, shall be measured never-the-Iess and no complaint in this respect will be
entertained later on. If the contractor or piece worker fails to supply sufficient labour for the materials
required at the time of measurements or check measurements, after due notice has been given to him, the
expenses incurred on account of employing department labour or material etc. shall be charged against his
account.
27.10 The materials shall not be Stacked in place where it is liable to be damaged or lost due to traffic
passing Over it, to be washed away by rain or floods, to be buried under the landslides etc. or slip down an
embankment or hill side etc. No claims for any loss due to these and similar causes will be entertained.
27.11 Before stacking, the materials shall be free from all earth, rubbish vegetable matter and other
extraneous substance and in the case of metal, screened to gauge, if so directed when ready. It shall be
stacked entirely clear of the road way, on ground which has been cleaned of vegetation and leveled. On
high banks, ghat roads etc. where it may not be practicable to stack it entirely clear of the roadway it may
be stacked with the permission of the Engineer-in-charge on terms in such a way as to cause minimum
danger and obstruction to the traffic or as may be directed by him.
27.12 The size of the stacks for materials other than rubble shall be 3.00m x 1 .50m x 0.80m or such other
size as may be directed by the Engineer- in-charge and all but one stack in 200 M. shall be of the same
uniform size and shall be uniformly distributed over whole lengths. One stack (at the end) in each 200 M
may be of length different from the rest in order to adjust total quantity to be required but its width and
height will be the same as those of the rest.
27.13 The Sub Divisional Officer shall supply the Contractor with statement showing kilo meter wise
quantities that will be required and the order in which the collection is to be done. No materials in excess of
requirements in that furlong shall be stacked. Any excess quantity shall be removed at the expenses of the
Contractor or piece worker to where it is required before the material in that furlong is finally measured.
27.14 In slacking materials the deposition shall commence at the end of the KM fastest from the quarry and
be carried continuously to the other end (unless otherwise directed by the Executive Engineer). Stacking in
one 200 M shall be completed before it is started in another, unless directed otherwise, in writing by the
Executive Engineer. Measurements of the materials stacked in a furlong will not be recorded until the full
quantity required has been stacked.
27.15 All the materials such as asphalt, cement, steel etc. shall be procured by the contractor from approved
Government Institutions or as directed by Engineer-in charge only. The materials shall be brought at the site
of work well in advance by the contractor. The contractor shall be responsible for all transportation and
storage of the materials at the site and shall bear all the related costs. The Engineer shall be entitled
at any time to inspect or reasonable assistance.( or such inspection as may be required)
27.16 After receiving bitumen, the authorized challan / gate pass should be obtained from the refinery
mentioning the quantity of bitumen, rate of bitumen, date of delivery etc. And it should be handed over to
the department for each consignment. Similarly the invoice of cement etc. shall be given to the authorized
representative of the Engineering -charge immediately on procurement of the materials.
27.17 The day to day record of the receipt / utility balance of material should be kept by the contractor in
the form of register for each material like asphalt, cement, steel at plant site / site of work / store and the
same will be checked by the Engineer-in-charge or authorized Engineer at anytime. This register shall be
signed daily by the contractor or his representative and representative of Engineer-in-charge. The contractor
shall submit periodically as well as on completion of work an account of all materials used by him on the
work to the Engineer-in-charge.
27.18 While transportation of bouzer, transport pass should be obtained from those corporation /
municipality through whose limits the bouzer is passed and should be handed over to the authorized
representative of the department.
27.19 The procurement of cement / steel etc. should be from authorized manufacturing company /
institutions and vouchers regarding purchase thereof shall he submitted to the Engineer-in-charge. The
material from any other source other than the approved institutions shall not be allowed unless written
permission from the Executive Engineer is taken. In such cases certificate for test, quality shall be produced
by the contractor and samples of materials shall be tested from any Government laboratory by the
contractor at his cost and the test results be supplied to the department.
The materials not conforming to the required standard shall be removed at once from the Site of work by
the contractor at his own cost. All the materials such as asphalt, cement etc. required for use In the work
shall be confirmed from the concerned 1.8. M.O.R.T.H. specifications. These materials shall be used on
work by the contractor only after the tests thereof are found satisfactory. The responsibility of carrying out
tests to the frequencies specified for each material shall rest with the Contractor.
a) The R.C.C. pipes required for the work shall be procured from the Maharashtra Small Scale Industrial
Development Corporation only. The payment towards the item
of providing and fixing NP2 / NP3 / NP4 Pipes will be released only after the contractor submits the bills of
MSSIDC to authenticate that the pipes nave been purchased from the MSSIDC. No payment toward the
item of providing and laying of pipe will be released in absence of the submission of requisite documents.
27.20 Any consignment or part of consignment of cement which is dilapidated in any way shall not be used
In the works and shall be removed from the site by the contractor without charge to the employer.
27.21 Cement shall be transported and handed and stored on the site such a manner as to avoid
deterioration, contamination. Each consignment shall be stored separately so that it may be readily
identified and inspected. Cement shall be used in the sequence in which it's delivered at site.
27.22 The contractor shall prepare and maintain proper records on the site in respect of deliver, handling,
storage and use of cement and these records shall be made available for inspection by the Engineer at all
times.
27.23 The contractor shall construct at his own cost shed / sheds as per directions of the Engineer-in-charge
for storing the material and providing double locking arrangements. (one lock of department and other of
the Contractor) Materials shall be taken out from stores only in presence of authorized representative of the
Engineer-in-charge. The store shed constructed on site shall be removed on completion of work. The
contractor shall take all necessary steps to guard the materials brought by him.
27.24 Cement to be used in the works shall be any of the following types with the prior approval of the
Engineer. Ordinary Portland cement conforming to IS 8 112 (latest edition) Ordinary / Portland cement
conforming to !S 12269 (latest edition)
27.25 TMT FE-500 grade conforming to I.S. 1786 shall be used for reinforcement.
27.27 Asphalt VG-30 grade confirming to IS 8887 of 1995 shall be used for tack coat.
27.28 The contractor shall make his own arrangement for the self custody of the materials brought by him
on the site of work.
27.29 The charges for conveying of the material from the place of the purchase by the contractor to the site
of work and the actual spot of work shall be entirely borne by the contractor, No claim on this account shall
be entertained.
27.30 Register showing dispatch of bituminous load from the plant, vehicle No., time of dispatch,
temperature at the time of dispatch etc. shall be kept in prescribed form at hot mix plant site. Similarly
register showing the time, temperature of the mix at the site shall be kept the authorized representative of
the contractor shall fill both these registers. These shall be signed by the Contractor everyday in token of
acceptance The maintenance of these registers does not absolve the contractor of his contractual obligation
towards quality of the work.
27.31 The contractor should ensure that all safety precautions are observed by the labours while handling
the materials and precautions. For their labour at the cost of the contractor and the contractor will bear all
the expenses compensation etc. If any incident occur to the labour etc. no claim in this regard what-so-ever
shall be entertained and the decision of the Department will be final and conclusive.
27.32 In case the materials become surplus owing to the change in the design of the work after the materials
are brought by the contractor, no claim in this regard will be entertained and the contractor will be required
to take away such materials from the site.
27.33 The contractor should arrange for weighment of the bouzer if desired by the Engineering -charge.
The weighment shall be done in the presence of representative of the department at the cost of the
contractor.
27.34 The weight of the steel bars used on the work will be calculated on the basis of standard weight per
unit length vide IS. 1732. No wastage of steel will be considered at all. Cut pieces of the steel irrespective
of the length will be the property of the contractor and no claim whatsoever in this regard shall be
entertained. The consignment of the steel brought by the contractor having weight less than the standard
weight per unit length of the bar as mentioned above will not be accepted. For this purpose random sample
will be tested by the Executive Engineer and the decision of the Executive Engineer shall be binding on the
contractor, if the steel received is over weight (more than standard weight per running meter length) no
extra payment will be made and no claim in this regard whatsoever shall be entertained
27.35 No claims on account of cement or steel rods used for ancillary works on Site of- work shall be
entertained.
27.36 All the materials to be brought on site shall be brought only on working days and in presence of an
authorized representative of the Engineer-in -charge.
27.37 All the materials such as cement, mild steel, H.Y.S.D. Bars, TMT Bars etc. required for execution of
work shall be brought by the contractor at his own cost.
27.38 The contractor shall maintain the record of these materials (cement, steel etc.) in the prescribed
proforma and registers as directed by Engineer-in-charge. The sample of prescribed proforma is attached at
the end. These registers shall be signed by both the contractors and representative of the Engineer-in-
charge. These registers shall be made available for inspection, verification for the Department as and when
required. These registers shall be in the custody of Department and shall be maintained by the Department.
27.39 The material required only for this work shall be kept in the go-down at site. No material shall be
shifted outside of the go-down site except for the work for which this agreement is entered without prior
approval of the Engineer-in-charge.
27.40 The materials i.e. cement, steel etc. brought on the work site shall be accompanied with necessary
company/manufacturing firm's test certificates. In addition these materials shall be tested as per frequency
prescribed by the Department and the cost of such testing shall be borne by the contractor. If the test results
are satisfactory, then and then only the material shall be allowed to be used on the work. If the test results
are not as per standards prescribed, these materials shall be immediately removed from the work site at the
contractor's cost. In case of cement, if so requested by the contractor in writing, material shall be allowed to
be used before receipt, of test results but this will be entirely at the risk and cost of the contractor.
27.41 The contractor shall produce sufficient documentary evidence i.e. bill for the purchase of materials
brought on the work site at once if so required by the department.
27.42 All these materials i.e. cement, steel etc. shall be protected from any damages rains etc. by the
contractors at his own cost.
27.43 The contractor will have to erect temporary shed of approved specifications for storing of above
materials at work site at contractor's cost having double locking arrangements (By double lock it/s meant
that go-down shall always be locked by two locks, one lock being owned and operated by contractor and
other by Engineer-in charge or his authorized representative) and the door shall be open able only after both
locks are opened.
27.44 If required, the weighment of cement bags I steel etc. brought by the contractor shall be carried out at
his own cost.
27.45 The contractor shall not use cement and other material for the item to be executed outside the scope
of this contract except for such ancillary small items as are connected and absolutely necessary for this
work as may be decided by the Engineer-in-charge.
27.46 The Government shall not be responsible for the loss in cement and steel during transit to work site.
The cement brought by the contractor at the work site store shall mean 50 Kilogram equivalent to 0.0347
cubic meter per bag by weight. The rate quoted should correspond to this method of reckoning. In case of
ordinary I Controlled concrete, if cements found short, the shortage I shortages wilt be made good by the
contractor at his cost.
27.48 For Grade –I /Grade-II / Grade –III / WBM and BBM work metal shall be supplied at site only after
screening it on “mechanical vibratory screening unit”. The special “mechanical vibratory screening unit”
arrangement shall consist of main input hopper to receive raw metal, conveyor belt to transport it to the
“mechanical vibratory screening unit”. The “mechanical vibratory screening unit” shall have required
number of trays, sieves/decks as directed by the Engineering in charge. The output of “mechanical vibratory
screening unit” shall be conveyed to “storage Unit” where metal of different sizes, shall be stored
separately. Metal so supplied shall undergo all the tests as per the specifications. As a input to the main
input hopper, contractor may use hand broken metal or output of primary crusher / cone crusher of size or
equivalent to not less than 24“x18” The metal so supplied from the “mechanical Vibratory screening unit”
at site shall not exempt the contractor from carrying out tests as specified in the specifications.
28. MISCELLANEOUS :-
28.1 Rate shall be inclusive of Sales Tax, General Tax and other taxes etc.
28.2 For providing electric wiring or water lines etc. recesses shall be provided if necessary, through
walls, slabs, beams etc. and later on refilled up with bricks or stone chipping, cement mortar without any
extra cost.
28.3 In case it becomes necessary for the due fulfillment of contract for the Contractor to occupy land
outside the Dept. Limits, the Contractor will have to make his own arrangements with the land owners and
to pay such rents if any are payable as mutually agreed between them.
The Department will afford the Contractor all the reasonable assistance to enable him to obtain Govt. Land
for Such purpose on usual terms and conditions as per rules of Government.
28.4 The special provision in detailed specifications or wording of any item shall gain precedence over
corresponding contradictory provision (if any) in the standard specifications or P.W.D. Hand book where
reference to such specifications is given without reproducing the details in contract.
28.5 Suitable separating Barricades and enclosures shall be provided to separate material brought by
contractor and material issued by Government to contractor under Schedule "A" Same applies for the
material obtained from different sources of supply.
28.6 It is presumed that the Contractor has gone carefully through the Standard Specifications of P.W.D.
Hand Books and the Schedule of Rate of the Division and studied the site condition before arriving at rates
quoted by him. Decision of the Engineer-in-charge shall .be final as regards interpretation of specifications.
28.7 The stocking a storage of construction material at site shall be in such a manner as to prevent
deterioration or intrusion of foreign matter and to ensure the preservation of their quality, properties and
fitness of the work. Suitable precautions shall be taken by the Contractor to protect, the material against
atmospheric actions, fire and other hazards. The materials likely to be carried away by wind shall be stored
in suitable stores or with suitable barricades and where there is likely hood of subsidence of soil, such
heavy materials shall be stored on approved platform.
28.8 For Road and Bridge works, the contractor shall in addition to the specifications cited here, comply
with requirements of relevant I.R.C. Code of Practice.
28.9 The Contractor shall be responsible for making good the damages done to the existing property
during construction by his men.
28.10 If it is found necessary from safety point of view to test any part of the structure, the test shall be
carried out by the Contractor with the help of the Department at his own cost.
28.11 The contractor shall provide, maintain, furnish and remove on completion, temporary shed for
office on work site for the use of Executive Engineer's representative.
28.12 Defective work is liable to be rejected at any stage. The contractor, on no account can refuse to
rectify the defects merely on reasons that further work has been carried out No extra payment shall be made
for rectification.
28.13 General directions or detailed description of work, materials and items coverage of rates given in the
specification are not necessarily repeated in the Bill of Quantities. Reference is however, drawn to the
appropriate section clause(s) of the General Specifications in accordance with which the work is to be
carried out.
28.14 In the absence of specific directions to the contractor, the rates and prices inserted in the items are to
be considered as the full inclusive rates and prices for the finished work described there under and are to
cover all labour materials, wastage, temporary work, plant, overhead charges and profits, as well as the
general liabilities, obligations and risks arising out of the General conditions of contract.
28.15 All measurements will made in accordance with the methods indicated in the specification, and
specification read in conjunction with the General Conditions of Contract.
28.16 The details shown on drawings and all other information pertaining to the work shall be treated and
provisional only and are liable to variation as found necessary while preparing working drawing which will
be supplied by the Government during execution. The contractor shall not, on account of such variation be
entitled to any increase over the ones quoted in the tender which are on quantity basis.
28.17 The recoveries if any from contractor will be effected as arrears of land revenue through the Collector
of the District.
28.18 Protection of underground telephone cable and aerial telephone wires and poles, transmission towers,
electrical cables, and water supplying lines. It will therefore be the responsibility of the contractor to protect
then carefully all such cases should be brought to the notice of the Engineer-in-charge by the contractor and
also the concerned department, any damage what so ever done to these cables and pipe lines by the
contractor shall be made good by him at his cost.
The contractor must understand clearly that the rates quoted are for completed work and include all costs
due to labour, scaffolding, plant, machinery, supervision, power, royalties, octroi, taxes etc. And should
also include all expenses to cover the cost of night work if and when required and no claim for additional
payment beyond the prices or rates quoted will be entertained.
The mode of measurements has been indicated in the specification and in the schedule of payments, if there
is any ambiguity or doubt in this respect the decision of Superintending Engineer will be final.
29.2 Two payments in a month will be granted by the Engineer-in-charge if the progress is satisfactory,
and shall be made as per, accepted payment schedule.
29.3 Ground levels will be taken by the usual method and by Departmental staff in presence of
contractor's representative. Required labour etc. for this shall be supplied by the contractor, in case of
slushy portion, the ground levels shall be taken by erecting the leveling staff on wooden plank ( 0.5 x
0.5metre, 2.5 cm. thick) without claiming extra for cost of plank or by any other mutually agreed method.
29.4 Contractor can have copies of the measurements and of the bills paid to him at his own cost and his
own responsibility.
30 (i) The Contractor shall maintain the finished surface of the road for a period
mentioned in Clause No. 20 after the completion of work without any extra cost to Government
irrespective of the designs, standards and specifications and the actual traffic etc. The Contractor shall
get the pot holes filled up with asphalt mix materials and keep the road surface in good condition
througho ut the year. 5% amount of the total work done shall be recovered from running account bills
and shall be withheld for period mentioned in Clause No. 20 from the date of actual completion of work
as maintenance charges of maintaining and keeping the road in good condition. This 5% amount
withheld towards maintenance charges shall be allowed to be replaced with bank guarantee or other
recognized forms at intermediate stage, if so desired in writing. This maintenance charges shall be in
addition to security deposit.
30 (ii) On completion of the work in all respects, necessary certificate will be issued by the
concerned Executive Engineer and the defects liability period will be counted from the date of issue of
such certificates.
30 (iii) It will be responsibility of the contracting Agency to maintain total road length under
work portion of this contract Agreement in good condition from the date of issue of work orders, till
completion of defect liability period as per Clause 20 and this shall be treated as part of total scope of
this contract Agreement. In case the contractor fails to maintain road length properly including
rectification of the defects pointed out by the department within a period of 7 days from the date of
written notice by the Engineer-in-charge rectification / repairs to such defects will be carried out by the
department at contractor‟s risk and cost. The expenditure incurred on such rectification work shall be
recovered from the amount withheld as per Clause 35 for Building / Roads respectively.
30 (iv) All damages during execution shall be made good by the Contractor at his cost. He
will be responsible for any damages to the road surface including B.T. surface in rainy seasons and
during construction and guaranteed maintenance period and no separate payment will be made for
restoring such damages.
"Any defects noticed in finished black topped surface such as pot holes, damages etc.
within a period mentioned in Clause 20, after completion of work ( including Monsoon) will have
to be repaired by the Contractor at his own cost.”
30 (v) Defective work is liable to be rejected at any stage. The Contractor on no account can
refuse to rectify the defects merely on reasons that further work has been carried out. No extra payment
shall be made for such rectification.
31.2 Bills for extra work or for any claim shall be paid separately apart from the interim bills for the
main work. The payment of bills for the main work shall not be withheld for want of decision on the extras
or claims not covered in the stipulations of the contact.
31.3 Claims for extra work shall be registered within 30 days of occurrence of the event.
However, bills for these claims including supporting data details may be submitted subsequently at his own
cost.
32.1 The Contractor if necessary construct temporary roads and maintain these in proper condition till
the completion of the work at his own cost. If necessary, he shall also, at his own expenses make necessary
arrangements for acquisition of land required by him in connection with the execution of the work.
32.2 The contractor shall have to makes at his own cost all preliminary arrangements for labour, water
electricity and materials etc. immediately after getting the work order. No claim for any extra payment or
application for extension of time on the grounds of difficulty in connection with the above matter, will be
entertained,
32.3 The contractor shall at his own expenses, engage watchmen for guarding the materials and plant
and machinery and the work during-day and night against any pilferage of damages and also for prohibiting
trespassers or damage to them.
32.4 The contractor shall have to make his own arrangement for water required for any purpose on the
work.
33. INSPECTION :-
33.1 The contractor shall inform the Engineer-in-charge in writing when any portion of the work is
ready for inspection giving him sufficient notice to enable him to inspection to inspect the same without
affecting the further progress of the work. The work shall not be considered to have been completed in
accordance with the terms of the contract until the Engineer-in-charge shall have certified in writing to that
effect. No approval of materials or workmanship or approval of part of the work during the progress of
execution shall bind the Engineer-in-charge or in any way affect him even to reject the work which is
alleged to be completed and to suspend the issue of his certificate of completion until such alterations and
modifications or reconstruction have been effected at the cost of the contractor as shall enable him to certify
that the work has been completed to his satisfaction.
33.2 The contractor shall provide at his cost necessary ladders and such arrangements as to provide
necessary facilities and assistance for proper inspection of all parts of the work at his own cost.
33.3 The contractor after completion of work shall have to clean the site, of all debris and remove all
unused materials other than those supplied by the Department and all plant and machinery, equipment, tools
etc. belonging to him within one month from the date of completion of the work, or otherwise the same
shall be removed by the Department at his cost and the contractor shall not be entitled for payment of any
compensation for the same.
34. ACCIDENT :-
In the event of an accident involving serious injuries or damages to human life or death of any of his
employees and or laborers or tress passers, the same will be reported within 24 hours of the occurrence to
the Executive Engineer and the Commissioner of workmen's compensation.
35. PLANT:-
All constructional plant, provided by the contractor shall when brought on to the site be deemed to be
exclusively intended for the construction of this work and the contractor shall not remove the same or any
part thereof (Say for the purpose of moving it from one part of the site to another or the repairs etc.) without
the consent in writing of the Engineer-in-charge which shall not be unreasonably with-held. The concreting
shall be done by the ready mix batch type concrete mixer diesel or electrically operated with a minimum
size of 200 litres with automatic water measuring system and integral weigher ( Hydraulic or pneumatic
type one). This RMC Plant may be of portable type.
36.1 The contractor shall be under no liability whatsoever by way indemnity or otherwise for or in
respect of destruction of-or damage to the works (save work condemned under the provisions of
specifications and conditions of this tender prior to the occurrence of any excepted risk hereinafter
mentioned) or temporary works or to property whether of the Department or third parties or for or in respect
of injury or loss of life which is the consequence whatever direct or indirect, were hostilities (whether were
to declared or not) invasion, act of foreign enemies, rebellion, revolution, insurrection or military of
usurped power. Civil war or riot, commotion or disorder otherwise than among the contractor's own
employees or his piece worker and sub agencies (hereinafter comprehensively referred to as "The said
excepted risks") and the department shall indemnify and save harmless the contractor against and' from the
same and against and from all claims, demands proceedings, damages, costs charges and expenses,
whatsoever arising there out or in connection therewith and shall compensate the contractor for any loss of
or damage to property of the contractor used for intended to be used / or the purpose of the works and
laying at site of work and occasioned either directly or indirectly by the said excepted risks.
36.2 If the works or temporary works or any materials (whether for the former or the later brought to site
shall sustain destruction or damages by reasons of any of the said excepted risks, the contractor shall be
entitled payment for any permanent works and for any materials so destroyed or damaged and shall be paid
by the department the cost of making good any such destruction or damages whatever to the works or
temporary works and for replacing or making good such materials so far as may be necessary for the
completion of the works on a prime costs basis as the Engineer-In Charge may certify to be reasonable. The
contractor shall lodge his claim, in writing, supported by Engineer-in-charge immediately, but not later than
30 days of such occurrence of damage to works by excepted risk
36.3 Destruction, damage injury or loss caused by the explosion or impact whenever and wherever
occurring of any mine bomb, shell, grenade or other projectile missile or ammunition or explosive or war
resulting from action described in above shall be deemed to be a consequence of the. said excepted Risk.
37.1 The whole work shall be carried out strictly in accordance with the approved detailed drawing
(unless otherwise directed) description of the items, detailed specification of the M.O.S.T. for Bridge and
Road Works Ilird revision 1995 and 4th edition 2001, standard Specification book 4th edition (with Indian
Standard specification indicated therein) of P.W. Department, Government of Maharashtra subject to the
additional specification given for the relevant items and in the best workmen like manner.
37.2 While adopting the relevant number and pages for different items of the M.O.S.T. Specifications
for Bridges and Road Works. IIlrd revision 1995 Standard Specification Book, due care has been taken to
indicate correct number and page for the various items. However if for some reasons or other it is noticed
that the specification numbers and pages quoted are not pertinent, the contractor is bound to carry out the
work in accordance with the correct relevant specifications for the item or items from the standard
specification Book. After taking into account the description of the items, scope and spirit of the work.
37.3 It is to be definitely and clearly understood that the specifications stipulated shall be rigidly
enforced and no relaxations shall be allowed. Extra charges or claims in respect of extra works shall not be
entertained unless they are clearly outside the scope of the item and its specifications to which they relate or
unless such works are ordered in writing by the Executive Engineer and claimed for in specified manner
before the same is taken in hand.
The contractor shall submit written method statements detailing his exact proposals of execution of the
work in accordance with the specification. He will have to get those approved from the Engineer-in-charge.
The quality of the work shall be properly documented through certificate, records, check-lists and logbooks
of results etc. Such records shall be compiled from the beginning of the work and be continuously update
and supplemented and this will be the responsibility of the contractor. The forms should be got approved
form the Executive Engineer-in-charge.
38.2 Where the work is to be done on lump sum basis on contractor's design the contractor shall also
prepare and submit a maintenance manual giving procedure for maintenance, with the periodicity of
maintenance works including inspections, tools and equipment to be used, means of accessibility for all
parts of the structure. The maintenance manual shall be approved by the Engineer-In-Charge. He shall also
include the manual the specifications for maintenance work that would be appropriate. For his design and
technique of construction. This manual shall be submitted within the contract period.
This clause stipulates certain conditions relation to choice and use of equipment which have relevance
to production of quality work. These are:
a) The Contractor shall be required to give a trial run of the equipment for establishing capability to
achieve the laid down specifications and tolerances to the satisfaction of the Engineer before
commencement of work.
b) All equipment provided should be proven efficiently and shall be operated and maintained at all
times in a manner acceptable to the Engineer.
c) No equipment and personnel will be removed from the site without the permission of the Engineer.
2 The Contractor shall erect his Modern Drum Mix Plant conforming to the Clause No. 504.3.4 of
M.O.S.T. Specifications, commission the same within 30 days from the date of issue of work order.
3 The contractor has to ensure that the hot mix temperature is within the specified range as per MOST
specification at the time of laying of hot mix
ii) Clause No. 901 of Ministry's Specifications (4th Revision 2001)
a) The responsibility for the quality of the entire construction work is on the Contractor. For this
purpose he is required to have his own independent and adequate setup.
b) The Engineer for satisfying himself about the quality of the material and work will also have tests
conducted by quality control units or by any other agency, generally to the frequency set out in the
specifications. For test to be done by the Engineer, the Contractor is to render all necessary co-
operation and assistance including the provision of labour assistance in packing and dispatching
samples etc.
c) For the work of embankment, sub-grade and pavement , construction of subsequent layer of the same
or other material over the finished layer shall be done only after obtaining approval from the
Engineer.
d) The Contractor shall be responsible for rectifying / replacing any work falling short of quality
requirements as directed by the Engineer.
a) All materials and workmanship shall be of the respective type described in the contract and in
accordance with the Engineer's instructions and shall be subjected from time to time to such tests as the
Engineer may direct at the place of manufacture or fabrication, or on the site. All samples shall be supplied
by the Contractor.
b) No work is to be covered up or put out of view without the approval of the Engineer for his
examination and measurements.
c) During the progress of the works, the engineer shall have the power to order the removal from the
site of any unsuitable material, substitution or proper suitable material and the removal and proper re-
erection notwithstanding any previous test or interim payment therefore, and of any work which is in
respect of materials or workmanship is not, in the opinion of the Engineer in accordance with the contract.
42 CONTRACTOR'S FACILITIES
According to the contract ( see para1.3 above) , the Contractor is responsible for the quality of the entire
construction work, and for this purpose he is required to have his own independent and adequate set up. To
meet this requirement :-
a) The Contractor shall set up his own laboratory at locations(s) approved by the Engineer. The
laboratory shall be equipped with modern and efficient equipment with sufficient standbys suitable to carry
out the tests prescribed for different materials and work according to the specifications. The list of
equipments to be procured and the facilities to be provided shall be got approved by the Engineer. The
equipment shall be maintained in a workable condition to the satisfaction of the Engineer.
b) Sampling and testing procedures shall be in accordance with relevant standards of BIS (previously
called lSI) or IRC. Frequency of testing shall be as laid down in the Ministry's Specifications for Road and
Bridge Work, 4th Revision, 2001. In the absence of relevant Indian Standards, sampling and testing
procedures shall be as approved by the Engineer.
c) The laboratory should be manned by a qualified Materials Engineer assisted by Materials Inspector
/ Technicians, and the set up should be got approved by the Engineer.
d) The Contractor should prepare printed proforma for according readings and results of each type of
test, after getting the formats of the performance approved from the Engineer. He should keep a daily
record of all the tests conducted by him. Two copies of the test results should be submitted to the Engineer
for his examination and approval, of which one copy will be returned to the Contractor for being kept at site
of work.
e) The Material Engineer of the Contractor should keep close liaison with the Quality Control Unit of
the Engineer and keep the later informed of the sampling and testing programme so that the Engineer's
representative could be present during this activity, if considered necessary.
43) Day to Day Quality Control Operations
The day to day controls to be exercised by the contractor and the Engineer are enumerated in the below
paragraphs.
a) The Contractor should locate the center-line of the road from the pegs, pillars or preference points
fixed during the location survey and form the information. furnished in the Contract drawings. Any
discrepancy between the reference points on the ground and those on the drawings should immediately be
brought to the notice of the Engineer for reconciliation. b) Based on the approved center-line the
Contractor should set up batter pegs (to delineate the limits of embankment/cutting and cleaning stakes to
delineate limit of cleaning and grubbing and have these got checked and approved by the Engineer.
c) The contractor should check the reduced levels of bench marks setup along the alignment. Any
discrepancy in the reduced levels of those at site and as indicated in the drawings should immediately be
brought to the notice of the Engineer of reconciliation, the contractor should re-establish those bench marks
which are found missing at site, and should establish additional bench marks as needed ensuring effective
level control.
d) The contractor shall be responsible for the true and proper setting out of the works in relation to the
original survey points lines and levels of reference given by Engineer in writing if at any time during the
progress of the works, any error shall appear or arise in the position, levels dimensions or alignment any
part of the works, the contractor on being required to do so by the Engineer, shall at his own cost rectify the
error to the satisfaction of the Engineer, unless such error is based on incorrect data supplied in writing by
the Engineer.
e) The contractor shall carefully protect and prepare all bench marks, reference pillars and pegs used in
setting out the works till final take over by the Engineer.
ii. Natural ground for embankment construction/cut formation and their compaction
a) Atterberg limits, in situ dry density and CBR of the material at ground/out formation should be
determined and got approved by the Engineer. Any unsuitable material shall be removed and replace by
better material as ordered by the Engineer.
b) The Engineer's Quality Control Unit(s) shall have independent test checks on the quality and
compaction of the natural ground/cut formation
a) All borrow areas shall be got approved by the Engineer based on results of tests for atterberg limits
proctor/ modified proctor density, CBR and soil classification.
b) Layer thickness and in situ density shall be checked and got approved by the Engineer before
proceeding to the next layer.
a) Specific borrow areas having soil satisfying the requirements of specifications and specified
strength criteria shall be identified for use in subgrade and got approved by the Engineer based on tests on
borrow material for proctor modified proctor density and CBR.
b) In situ density and CBR of the constructed subgrade shall be checked and got approved by the
Engineer before proceedings on with the next pavement layer.
c) The soil used in actual construction of subgrade shall be remolded at density referred in sub-Para
(b) above at placement moisture content and checked for 4 days soaked and unsoaked CBRA set of 3
specimens shall be collected from each 3000 M3 area of the subgrade i.e. top of 0.5 m of embankment for
CBR test.
d) In case of any appreciable variation of inbuilt subgrade characteristics form the designed ones. the
pavement design shall be reviewed to match the in built characteristics of the subgrade.
v. Sub-base
a) The source of supply of material shall be inspected, tested and got approved by the Engineer before
any Material is delivered to the site of work(s).
b) Job-mix formula falling within the specified limits where applicable, shall be got approved by the
Engineer based on test results thereof.
c) Samples of materials from the laid sub-base shall be tested for gradation proctor density, PL and
CBR
d) Field compaction shall be checked and got approved by the Engineer before proceeding with the
work on the next pavement layer.
e) In case of any appreciable variation of inbuilt sub base characteristics from the designed ones, the
pavement design shall be reviewed to match the inbuilt characteristics of the sub base.
a) For graded type of granular material, the job mix formula falling within the specified grading limits
should be got approved by the Engineer.
b) Testing of aggregate brought to site of works for gradation and AIV should be done.
c) Testing of filter material for WBM for gradation L and PI shall be done.
d) Field compaction control should be exercised for density and by other sensory checks such as
observation of movement of layer under compaction plact, sinking /crushing of a piece of aggregate
placed before a moving roller complete removal of roller marks etc.
vii. Shoulders
a) Checking for the quality of shoulder materials including gradation shall be done.
i) The quality of the pipes should be checked. For BIS (formerly ISI) marked pipes, manufacturer's
certificate is acceptable, for other, the contractor shall demonstrate the strength capability of pipes
through theists either at the place of manufacture of at site of works.
ii) The quality of materials used for pipe bedding should be checked. Invert level, smoothness of the
pipeline and proper sealing of joints should be checked prior to back filling.
The day-to-day controls to be exercised by the Contractor and the Engineer are enumerated in the
below paragraphs :-
45. BITUMINOUS CONSTRUCTION - GENERAL:
a) Manufacturer's test certificate for quality of bitumen will be acceptable to the Engineer. However,
where the quality is in doubt, the Engineer may call for tests to be conducted by the Contractor for
verification. However all quality control tests for binder needs to be carried out by contractor at his own
cost.
b) The base on which bituminous courses are to be laid must be dry and free of dust and other
delirious matters.
c) Mineral aggregates to be used should be checked for their specifications, requirements and got
approved by the Engineer.
a) Job mix formula (JMF) satisfying specification requirements should be worked out based on
laboratory tests and got approved by the Engineer. The Engineer will have independent tests made before
approving the JMF.
b) The plant should be checked for capability to produce mix conforming to the JMF If necessary, trial
stretches should be laid and checked approximately.
c) Control should be exercised on temperature of binder in the boiler, aggregate in the dryer and mix
at the time of laying and rolling.
d) Tests for stability flow, unit weight ,etc. of mix collected from the discharge point of the plant,
extraction test for binder content and aggregate gradation should be performed to check on the quality of
mix discharged from the plant.
e) Thickness and density of compacted mix should be checked by taking core samples.
In addition to the stipulation in the specification of relevant items, the finished surface shall be
checked with Rougho-Meter for roughness values. The finished surface shall have a roughness value of not
more than 2000 mm/Km. for bituminous concrete surface and 2500 mm/Km. for bituminous premix carpet
surface, when measured in accordance with M.O.S.T. Circular No. RW/NH/I11/8/10/64, dated 19/5/1984.
Subsequent readings should be taken within 4-6 months after opening of the road to traffic or the defects
liability period which is earlier. The roughness value during the second measurements should be judged
against the following standards
i) Besides manufacturer's test certificate for quality of cement, at least one set of physical and
chemical tests should be conducted for each source of supply of verification. Where the quality is in doubt,
or where the cement had been stored for long period or in improper condition, the Engineer shall call for
testing the cement at more frequent intervals.
ii) Job mix formula worked out based on trials carried out in the Contractor's laboratory should be got
approved by the Engineer.
iii) The mineral aggregates should be tested for their properties. Water to be used for mixing should be
tested for chemical impurities.
v) Ensuring that the crucial equipment like mixers and vibrators are in working order before start of
work.
vii) Control on workability and time elapsed between mixing and placing of concrete.
d) In case of masonry work, control should be exercised on the quality of the material (e.g. stone,
brick, sand, cement, etc.) as also on mortar proportions.
e) For RCC work, quality of steel in each batch may be approved on the basis of test certificate. The
reinforcement layout should be checked for conformity with approved drawings and bar bending schedules.
All laps should be checked for conformity with the specification. The reinforcement should be free of oil
and loose rust scale and should be properly tied with binding wire. The size and spacing of the bars as also
the cover should be checked for correctness.
a) The base on which the pavement layer is to be placed should be checked for levels and regularity,
and should be in a condition to receive the pavement layer.
b) Each layer should be checked for thickness, levels, cross fall (camber), regularity and
strength before next layer is permitted to be laid.
ANNEXURE-II
SPECIFICATION FOR MODIFIED BITUMINOUS MACADAM IRCSP20
Item: Providing and constructing 75 mm/ 50 mm thick modified bituminous macadam (MPM) road
surface including all materials, preparing the existing road surface, spreading 40 mm stone metal
lexicess 30% crusher broken metal + 70% hand broken (by breaking rubber obtained, by blasting)
heating and spraying the bitumen 60/70@ 2 kg/sqm, spacing 12 mm size chips, compacting with
static roller.
1) General :
The work consists of supply of materials and labour required for providing and laying bituminous
bound macadam surface for compacted thickness of 75mm/50mm. The item includes preparing the
existing road surface to receive the bituminous bound macadam course i.e. picking the existing
W.B.M. surface or application of tack coat on existing B.T. surface spreading of 40mm size metal
layer in required thickness with compaction with power roller, heating and spraying bitumen with
required thickness with compaction 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 of and in close conformity with grades, lines,
cross section and thickness as per approved drawings etc. complete.
2) Diversions:
Temporary diversions shall be constructed and maintained by the contractor at his own cost.
Diversions shall be watered if dust is likely to blow on to the road being Bituminized.
3) Materials :
(A) Aggregates: The aggregates for providing B.B.M. surface shall comply with specification Nos.
Rd.41 for 40 mm and 12 mm size metal, and shall normally comply with the following regarding to
size and quality of aggregate and grade and quantities of bitumen.
75 mm 50 mm
a) 40 mm size hand broken 9.00 Cum 9.00 Cum 6.00 Cum 6.00 Cum
metal
b) 12mm size chips 1.80 Cum 1.80 Cum 1.20 Cum 1.20 Cum
c) Bitumen for grouting I.S. 200 Kg 200 Kg 175 Kg. 175 Kg.
penetration or S.65 with
(60/70 grade) penetration
Note : 70% Hand broken metal and 30% crusher broken metal of total quantity for 40 mm size
(B) Bitumen :
The bitumen shall be paving bitumen of suitable penetration grade within the range S-35 to S-65
i.e. 60/70 as per Indian Standards Specifications for “Paving Bitumen” IS 73-1992.
4) Preparation of Base:
Any pot holes in the existing bituminous road surface and broken edges shall be patched well and
the surface shall be brought to correct level and camber with additional metal and bitumen as
required which will be paid separately. Before starting the work the bituminous surface shall be
swept clean of all the dirt, mud cakes, animal droppings & other loose foreign material.
If so required by the Engineer, the contractor shall keep the side width & nearby diversion watered
to prevent dust from blowing over the surface to be bituminous. Existing water bound macadam
surface shall be picked for and surface loosened for a depth of 2.5 cm and the picked surface shall
be brought approximately to the correct camber and section Edge line shall be correctly marked by
dog belling the surface to form a continuous the notch.
There shall always be sufficient length of prepared surface ahead of the bituminous surfacing
operations as directed by the Engineer to keep these operations continuous.
Applying tack coat for existing B.T. surface only at the rate of 50 kg/100 m2 as per specification
No. Rd-47.3.3.
Picking of existing W.B.M. surface for receiving bituminous bound macadam as per Rd. 33.
7.1 Spreading of 40 mm metal (70% Hand broken & 30% crusher broken):- 40 mm metal shall be
spreaded evenly at the specified rate of 9 cubic meters/6 cubic meter per 100 squares of area so as
to form a layer over the width of road with correct camber/super elevation as required. Any
foreign matter, organic matter, dust, grass etc. shall be removed immediately. The sections shall be
checked with camber board and straight edge batten etc. Any irregularities shall be made good by
adding aggregates in case of depressions and removing aggregates from high spots.
7.2 Compaction of 40mm size metal :- The surface of 40 mm metal layer after bringing to necessary
grades and sections shall be rolled with the use of 8 to 10 tonnes power roller. Roller shall
commence from the edges and progress toward the centre longitudinally except on super elevation
portion it shall progress form the lower to upper edges parallel to the centre line of pavement.
Whether the roller has passed over the whole area and high spot or depressions which become
apparent shall be corrected by removing or adding aggregates. The rolling shall then continued till
the entire surface has been rolled to desired compaction such that there is no crushing of aggregates
and all roller marks have been eliminated. Each pass of roller shall uniformly overlap not less than
one third of the track made in the preceding pass.
8) Application of Bitumen :
Bitumen of I.S. grade supplied for the work shall be heated to temperature of 177 Celsius to 191
Celsius (350 F to 375 F) in a bitumen boiler and temperature shall be maintained at the time of
actual application. The hot bitumen shall be applied through a pressure on the road surface
uniformly at the rate of 200 kg. Per 100 sqm. The road surface shall be divided into suitable
rectangles marked by chalk so as to ensure correct rate of application of the bitumen.
9) Key Aggregates:
Immediately after spraying of bitumen and spreading of key aggregates, the surface shall be rolled
with a power roller to obtained full compaction and to force the blindage of key aggregates in to the
interstice of the course aggregate. The rolling shall continue till the asphalt surface hardens and
key aggregates stop moving under power roller.
The surface finish shall conform to requirements of clause 902 of specification for roads and
bridges by Ministry of surface Transport (Copy enclosed) Quality control Test and their frequencies
shall be as per table below.
1 Quality of binder Two samples per lot to be subjected to all or some test
as directed by the Engineer.
2 Aggregate Impact Value One test per 200 cubic meter of aggregate.
3 Flakiness Index and Elongation One test per 200 cubic meter of aggregate.
Index
5 Water absorption of aggregates Initially one set of three representative specimen for
each source of supply subsequently when warranted by
changes in the quality of aggregate.
8 Rate of spreading for binder. One test per 500 square meter of area.
iii) Applying tack coat on existing B.T. or picking the existing W.B.M. surface.
vi) Supplying and spreading and compaction of 12 mm size chips (By Power roller.
vii) All labour, materials, including bitumen and aggregates used of tools, plants and equipment for
completing the item satisfactorily.
The contract rate shall be for 1.00 Sqm. The measurements shall be for the width of the road as
executed, limiting it to the width specified or as ordered by the Engineer and the length measured
along the centerline. The measurement dimensions shall be recorded correct upto two places of
decimals of a meter and the area worked out correct upto one place of decimal of a Sqm.
PROGRESSIVE METHODOLOGY
The work methodology as described above shall then be followed for next 200 meters and thus
progressively for entire length of road
The Deputy Engineer shall remain present and personally supervise cent percent ( 100%) length executed
during his tenure
902.1 General
All works performed shall conform to the lines, grades, cross section and dimensions shown on the
drawings or as directed by the Engineer, subject, to the permitted tolerances described hereinafter.
Horizontal alignments shall be reckoned with respect to the center line of the carriageway as shown on
the drawings. The edges of the carriageway as constructed shall be correct within a tolerance of
+ 10 mm. there from. The corresponding tolerance for edges of the roadway and lower layers of
pavements shall be 3.25 mm.
The levels of the Sub-grade and different pavement courses as constructed, shall not vary from
those calculated with reference to the longitudinal and cross profile of the road shown on the
drawings or as directed by the engineer beyond the tolerance + 6 mm or 0.6 mm. providing .
However, that the negative tolerance for wearing course, if the thickness of the former is thereby
reduces by more than 6 mm. for fixable pavements and 5 mm. for concrete pavements.
For checking compliance with the above requirement for sub-grade, sub-base and base
course, measurements of the surface levels shall be taken on a grid of points places at 6.25
m. longitudinally and 3.5 m. transversely. For any 10 consecutive measurements taken
longitudinally or transversely , not more than one measurement shall be permitted to exceed the
tolerance as above, this one measurement being not in excess of 5 mm. above the permitted
tolerance.
For checking compliance with the above requirement for bituminous wearing course and
concrete pavements , measurements of the surface level shall be taken on a grid of points spaced at
6.25 m. along the length and at 0.5 m. from the edges and at the center of the pavement. In
any length of pavement, compliance shall be deemed to be met for final road surface only if the
tolerance given above is satisfied for any point on the surface.
The Longitudinal profile shall be checked within a 3 meter long straight edge /moving
straight edge as desired by the Engineer at the middle of each traffic lane a line parallel to the center
line of the road. The maximum permitted number of surface irregularities shall be as per Table 900-2.
National 20 9 2 1 40 18 4 2
Highway
Expressways
Roads of Lower 40 18 4 2 60 27 6 3
Category
Category of each section road as described in the contract.
The maximum allowable difference between the road surface and underside of a 3 m. straight edge
when placed parallel with , or at right angles to the center line of the road at points decided by
the Engineer shall be.
902.5 Rectification
Where the surface regularity of sub-grade and the various pavement courses fall outside
the specified tolerances, the contractor shall be liable to rectify these in the manner described below
and to the satisfaction of the Engineer.
Bituminous Construction :- For bituminous other than wearing course, where the surface
is low , the deficiency shall be corrected by adding fresh material over a suitable tack coat if
needed and recomposing to specifications. Where the surface is high , the full depth of the layer
shall be removed and replaced with the fresh material and compacted to specifications.
Rd.33.1 General : The item provides and sectioning of the road surface for receiving
the new metal surface.
Rd.33.2 Road Diversion : If the traffic cannot be allowed to pass over the roadside
shoulders during picking, spreading and compacting operations, diversions should be taken out and
maintained as specified under Item No. BR.1.
Rd.33.3 Picking : All the caked mud, slush, animal droppings, vegetation and
all other rubbish accumulated on the road surface shall be removed. Where the section of the
road surface is good , the road surface shall be picked lightly only, to loosen the surface stones.
Where section is uneven , picking shall be done a little deeper to enable the sectioning to be
done to the required shape with the picked up material. The picking shall always be ahead
of the spreading of metal and compaction by about 100 meters. The edges of the picking shall
be truly in a line or curve as the case may be. This can be achieved by trying to nails driven on the
road edge and ranging for a sufficiently long length.
The picked up surface shall be sectioned to the required grade and camber, super
elevation or transition section. Template shall be sued to obtain correct and uniform camber ,
super elevation or transition section as the case may be.
The road surface may be watered by the contractor for easier picking without claiming
extra for the same.
The area picked shall be worked out in Sq. Meters correct upto a Sq. Mt. The width shall
be limited to the width specified or as ordered by the Engineer. The length shall be measured
along the center line of the road. The dimensions shall be recorded correct upto one decimal of
a meter increased width on curves shall be measured.
Rd 41 General : The item provides for the supply of stone aggregate of the specified
type and size at the roadside including obtaining the stones of the specified quality from approved
sources, crushing them in mechanical crushers, conveying to the road side with all leads and lifts
stacking in regular heaps as specified hereinafter uniformly along the road side.
41.2 Quarries : Stones of approved type for crushing aggregate shall be obtained from
quarries as specified in Section No. Rd 19.2
41.3.1 Quality : The aggregates shall be obtained by crushing approved stones of specified
type in a mechanical crusher and shall be clean, strong, tough, dense, durable, close grained and free
from soft, decayed and weathered portions and from coating of dust, dirt or other objectionable
matter. They shall preferably have good hydrophobic characteristics They shall generally satisfy the
following requirements.
Note : Not more than 20% of any sample shall exceed in its greatest dimension ,
standard size plus 25 mm, for 40 mm. standard size and standard size plus 12 mm. For 25
mm., 20 mm. and 12 mm. standard size and standard size plus 6 mm. for 10
mm. standard sizes
The pieces shall be roughly cubical in shape and more or less of uniform size with sharp
edges for interlocking, rounded flaky, thin elongated pieces shall not be accepted. Before collection
, samples of metal and chips shall be got approved for quality, size and shape by the Engineer who
will keep them in his office for reference. They shall be completely any at the time of use.
Rd 42.5 Item to include : Crushing aggregates to the specified sizes from approved
rubble and other items included in Specification No. Rd 19.5
As the rate is based on consumption of bitumen at the rate of 250 Kg/ 100
Sq.m. , it will be reduced in case of B.B.M. suffer by deducting cost of 50 Kg/bitumen
per 100 Sq.m. for the rate specified in Schedule "B".
1. The specification Nos. mentioned in columns No. 3 are as per number given in the specification book
of Ministry of Surface Transport edition 1995.
2. Any other specification or specifications not mentioned there in but which in the opinion of the
Engineer-in-charge ape applicable during the execution of the particular Items will have to strictly be
adhered too, at no extra cost.
3. The plant shall not be started earlier than 7.30 a. m. and the last load should not be delivered earlier
than 8.00 a. m. and t load should be so delivered so as- to complete laying acid compaction operations
at site as per specification not later than 6.00 p. m. positively. Also-the decanning of bouzer at plant
should not be done earlier than 7.30 a.m. and later than 17.30 p. m. Both these items should be done in
the presence of the Deputy Engineer-in-charge his authorized representative at plant site.
4. The spraying of asphalt by bouzer should not be done earlier than 8.00 am. and later than 17.30 pm
and this should be done in the presence of Deputy Engineer-in-charge or this authorized
representatives.
5. The proper of levels, temperature, quality. quantity consistency etc. should be maintained jointly by
the contractor or his authorized representative and Deputy Engineer-in-charge or his authorized
representative.
6. The Quarry considered for this work are within reasonable leads. Only the approved rubble / metal/
murum or rubble required for crusher from this quarry will be permitted to be used.
If the contractor desires to bring the materials from any other quarry, he should obtain specific approval
for the use of material from that quarry from Engineer-in-charge. Unless the approved to the source of
supply of material from proposed quarry is obtained by the contractor, the department will not be
responsible for the payment of work done. The contractor should also ensure that on other unapproved
material is used or mixed in the loads delivered on site. The quality control tests as per specifications
should be carried out at plants as well as at site of work and the contractor or his authorized
representative should sign the test results on each working day.
ADDITIONAL CONDITION
1. The Asphalt to be used for the bitumen items should be as per the grade as specified in the items and
its specifications.
2. The Asphalt if not specified otherwise shall be 60/70-grade asphalt to be used for bituminous items.
3. The Contractor will have to procure 60/70 grade asphalt from refinery or Government approved
supplier only. The agency has to make agreement of transport of asphalt form the place of supply by
refinery of Government approved supply at Mumbai. His rates will be inclusive of transportation of
asphalt.
a) The Sign no.1 "SPEED LIMIT (20")"shall be placed at a distance of 120m away from the point where
the transition of carnage way begins. The Sign Board shall be circle of size 60cm dia. having White
background and red border and the numerals shall be in black colour as per IRC 67-2001 (1st
revision). Distance between sign no.1 and sign no.2 shall be minimum 20m.
b) The Sign no.2 cautionary board indicating "NARROW ROAD AHEAD" shall be placed at a distance
of 80m away from the point of transition of carriageway. The signboard shall be of an equilateral
triangle of size 90cm having white coloured background. Retro reflective border in red colour and
Non reflective symbol in black colour as per IRC 67-2001 (1st revision).
c) The Sign no.3 cautionary board indicating "MEN AT WORK" shall be placed at a distance of 40 m
away from the point of transition of carriageway. The sign board shall be of an equilateral triangle of
size 90cm having white coloured background. Retro reflective border in red colour and Non reflective
symbol in black colour as per IRC 67-2001 (1st revision). The Sign no.4 displaying the message "GO
SLOW WORK IN PROGRESS" shall be placed at the point of transition of carriageway. The size of
sign board shall be 1.0 m X 1.0 m having red coloured background and Retro reflective message in
white colour.
d) Sand filled plastic cones mounted with retro reflective arrow hazard marker sign shall be J placed as
indicated in the drawing. Plastic cone shall be 73cm in height having 39cm square / hexagonal base.
Sand filled plastic cones shall be placed along the road length where work is in progress as shown in
the drawing.
e) Retro reflective strong inviolable stand type barrier shall be placed at either ends of the widening area
upto the edge of the formation. The barricades shall not be removed unless the permission is given by
the responsible officer of the rank not less than sectional engineer. The barricade shall have two plates
of size 1.30m x 0.20m painted black and shall have retro reflective strips and mounted on angle Iron
stand of 1.0 m height.
f) Yellow light flashers shall be kept lit from sunset to sunrise, 2 Nos. along transition line of
traffic and 3 nos. at barriers on both sides as indicated in the drawing.
g) The signs, lights, barricades and other traffic control devices shall be well maintained, till such time
the traffic is commissioned on the widened road. The size, shape and colour of all the sign and caution
boards shall be as mentioned above as per detailed drawings in accordance with the relevant I.R.C
specifications and as per Ministry of Road Transport and Highway's specifications.
h) The provision of item of traffic safety measures as per drawing no.1 shall be obligatory to the
contractor and no separate payment, whatsoever will be made for the same. Failure to supply with the
above provisions within 15 days of issue of work order will entitle the department to recover the
amount of Rs.1,00,000/- (Rupees one lakh) from the contractor from immediate forthcoming bill/bills.
j) In addition to above the contractor has to provide and fix on the site of work information board
(Displaying the details of work) as directed by Engineer in charge, at the starting and end point of
work.
DRAWINGS
CONTRACT DRAWINGS :
The contract drawings provided for tendering purpose with the tender documents
shall be used as a reference only. Contractor should visualize the nature of type of work
contemplated and to ensure that the rates and prices quoted by him in the bill of quantities take due
consideration of the complexities of work involved during actual execution / construction as
experienced Contractor in the field.
The tendered rates / prices for the work shall be deemed to include the cost of preparation ,
supply and delivery of all necessary drawings, prints, tracings and negatives which the Contractor
is required to provide in accordance with the Contract.
DOCUMENTATION :
If so ordered by the Engineer-in-charge, the Contractor will prepare drawings of the work at
constructed and will supply original and three copies to the Engineer who will verify these drawings.
Final as constructed drawings shall then be prepared by the Contractor and supplied in triplicate
along with a micro film of the same to the Engineer for record and reference purposes at the
Contractor‟s cost.
पुज
ां ीत डाांबराची आवक आनण खप याांचा नहशोब दशशनवणारी
िोंदवही क्रमाांक 1
कामाचे िाांव :-Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed
Chinchona Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravatiनज.
अमरावती
ददिाांक व्हाऊचर िांबर ररफाईिरीचे गेट पास प्राप्त डाांबराचे वापरलेल्या ददवसाच्या
िाांव क्रमाांक निव्वळ वजि डाांबराचे अखेरीस
निव्वळ वजि नशल्लक
डाांबराचे
वजि
1 2 3 4 5 6 7
िोंदवही क्रमाांक -2
िोंदवही क्रमाांक 3
कामाचे िाांव :-Annual Maintenance for SH-24 to Lakhad Nimkhed Bazar Hirapur Turkhed
Chinchona Kalgavan Road. MDR-62 Km 13/00 to 24/00 [Link] Surji Dist Amravati
नज. अमरावती
------------------- रोजी सांपणा-या आठवड्यासाठी गोषवारा
1 2 3 4 5 6 7