0% found this document useful (0 votes)
87 views174 pages

E-Tender for SH-24 Road Maintenance

Uploaded by

ajeshgiri9999
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
87 views174 pages

E-Tender for SH-24 Road Maintenance

Uploaded by

ajeshgiri9999
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Page no.

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._________________________________________________
_________________________________________________

Agreement No. B1/ /DL/2024-25/Dt.


SPECIAL PROJECT (P.W.)DIVSION NO.2, DARYAPUR

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.2

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

2 Brief / Detailed Tender Notice, Earnest Money etc.

3 Chapter – I Brief Tender Notice

4 Chapter–I I Definition & Interpretation

5 Chapter –I II Detailed Tender Notice

6 Annexure- I Tendering Procedure

7 Post Qualification Criteria

8 Schedule No.1 List of Key Machinery

9 Schedule No-2 List of Road Works carried out in last 3 years.

10 Schedule No. 3 Executions of Quantities.

11 Chapter –IV Tender for a Lump Sum Contract Terms & Condition.

12 Memorandum

13 Condition of Contract

14 Form C Tender Condition

15 Appendix-A Schedule showing Approximately Quantity of materials

16 Chapter V

17 Chapter VI Brief Description of work

18 Chapter VII General Condition of Contract

19 Chapter VII Schedule of item for Extra work

20 Annexure I Quality Control Tests & Their Frequencies

21 Special Condition

22 Chapter IX Works Specification

23 Annexure 3 Guarantee Bond

24 Appendix B Design Criteria

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.3

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/-

B) Royalty - Rs. 39788/-

C) Testing Charges - Rs. 18070/-

Total A+ B + C = 1932738/-

Note :- The Tenderer shall quote their offer percentage considering the [Link] Portion cost - Rs. 1874880/- only.

Earnest Money : Rs. 19500/-

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.4

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.5

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

Estimated Cost put to tender : A) Work Portion - Rs. 1874880/-

B) Royalty - Rs. 39788/-

C) Testing Charges - Rs. 18070/-

Total A+ B + C = 1932738/-

Note :- The Tenderer shall quote their offer percentage considering the [Link] Portion cost - Rs. 1874880/- only.

Earnest Money : Rs. 19500/-

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

Cost of Tender Form : Rs. 590/-


Period for DownloadingTender Forms : Refer Online schedule on portal
[Link]
Last date and time for online bid preparation and hash : Refer Online schedule on portal
submission (technical and financial) [Link]

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

Registration class of Contractor : VA AND ABOVE

TO BE FILLED IN BY THE CONTRACTOR

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.6

GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT

INVITATION FOR TENDERS

DETAILED TENDER NOTICE

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

No. Cost Money Deposit Contractor in Tender

(Rupees) (Rupees) (Rupees) (Calendar

Months)

Annual Maintenance A) Work Portion VA AND 12 months


1 19500/- 39000/-
for SH-24 to Lakhad - Rs. 1874880/- ABOVE
Nimkhed Bazar B) Royalty (including
- Rs. 39788/-
Hirapur Turkhed C) Testing monsoon)
Chinchona Kalgavan Charges - Rs.
Road. MDR-62 Km 18070/-
Total A+ B + C =
13/00 to 24/00
1932738/-
[Link] Surji
Dist Amravati

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:

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.8

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.

3. Obtaining a Digital Certificate:

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.9

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.10

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.

d)Correction :- No corrections shall be made in the tender documents. Any corrections


that are to be made by crossing the incorrect portion and writing the
correct portions above with the initials of the tenderer.

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.

2.0 EARNEST MONEY :


.

(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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.11

2.1 2.1 Physical Submission:

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 .

1. Executive Engineer, Special Project (P.W.)Divsion No.2, Daryapur

( Nominated by Chief Engineer)

2. Executive Engineer, Special Project (P.W.)Divsion No.2, Daryapur

3. SPECIAL PROJECT (P.W.)DIVSION NO.2, DARYAPUR

4. Chief Engineer, P. W. Region, Amravati

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.

3.0 TENDERING PROCEDURE


3.1 Blank Tender Forms

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 Pre-Tender Conference :- Deleted

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.12

3.2. 5 DOCUMENTS TO BE SUBMITTED ONLINE IN ENVELOPE NO. 1


The bidder must purchase the bidding documents via online bia using NEFT/RTGS/payment
gateway mode only by entering the details for cost of Tender. All the bidders shall include the
following information and documents in "Envelope No. 1" digitally signed scanned copies of
original/ attested copies signed by Gazetted Officer of Public Works Department..

(i) Scanned copy of Valid certificate as a Registered Contractor with the


Government of Maharashtra in Public Works Department in appropriate class.

(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.

(v) Scanned copy of original valid MGST registration certificate OR


Aknowlegement from Maharashtra Goods Service Tax Department.
(Maharashtra Goods Service Tax Act 2017)

(vi) Scanned copy of Professional Tax Registration and clearance Certificate in


form PTR / PTE for the last financial year.

(vii) Registered Partnership Deed, Memorandum of Articles of Association, if the


renderer is a Partnership Firm , Joint Stock Company and Power of Attorney
and Firm Registration Certificate if any

(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).

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.13

(x) Self Declaration/undertaking for deployment for machinery (Information to be


given in Form No. I).

(xi) Article of Agreement (For hire of machinery if applicable.) (Information to be


given in Form 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).

(xiii) Declaration of the contractor (Information to be given in Form No. IV).

(xiv) Turn Over Certificate Certified by C.A. last Five years

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.

Bid capacity will be calculated as per GR [Link]-2022/[Link].50/Ima.2/Dated 11.05.2022.

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.

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]

3.2.7 Bids from Joint ventures are not acceptable


Signature of Contractor Dy. Executive Engineer Executive Engineer
S.P.(P.W.)Division No.2, Daryapur
Page no.14

B. Use of Specialized Machinery

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.

Sr Name of the Equipment Quantity Own / Hire / Lease


No.
1 Static roller (8-10 Tonnes) 1 Own/ Hire / Lease
2 Truck / Tipper 1 Own/ Hire / Lease
2. Deleted

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-

i) Scanned copy of proof of ownership / hired attached herewith shall be produced.

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.

3.2.8 One Bid per Bidder


[Link] Each bidder shall submit only one bid for one work. A bidder who submits or participates
in more than one Bid (other than as a subcontractor or in cases of alternatives that have been
permitted or requested) will cause all the proposals with the Bidder's participation to be
disqualified.

3.2.9 Cost of Bidding


[Link] The bidder shall bear all costs associated with the preparation and submission of his
Bid,and the Employer will in no case be responsible and liable for those costs.

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.

4.3 SUBMISSION OF TENDER:-


Refer to Section 'Guidelines to Bidders on the operations of Electronic
Tendering System of Public Works Department' for "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
A) Work Portion - Rs. 1874880/-
B) Royalty - Rs. 39788/-

C) Testing Charges - Rs. 18070/-

Total A+ B + C = 1932738/-

Note :- The Tenderer shall quote their offer percentage considering the [Link] Portion cost - Rs. 1874880/- only.

4.4 OPENING OF TENDER :-


On the date specified in the Tender Schedule following procedure will be adopted.

(A) ENVELOPE No.1 :- ( Documents)

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.

(B) ENVELOPE No.2: (Financial Bid)

a) This envelope shall be opened online immediately after opening of Envelope


No.1, only if contents of Envelope No.1 are found to be acceptable to the
Department. The tendered rates in Schedule 'B' or percentage above / below the
estimated rates shall then be read out in the presence of bidders who remain present
at the time of opening of Envelope No.2.

4.5 EARNEST MONEY:


(i)The EMD if applicable will be paid via online mode from the authorized account in the name of
the contractor only, exemption certificate will not be accepted

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.17

4.6 SECURITY DEPOSIT:


4.6.1 The successful tenderer shall have to pay 2% initial security deposit in Fixed Deposit
Receipt or Bank Guarantee pledged in favour of EXECUTIVE ENGINEER,
SPECIAL PROJECT (P.W.)DIVSION NO.2, DARYAPUR or Bank Guarantees
from a Nationalized / Scheduled Banks in the enclosed form and complete the
contract documents failing which his earnest money will be forfeited to
Government.

Initial Security Deposit may be in Bank Guarantee Form in format of tender


document for full period of completion of work and it should be extendable
upto expiry of valid extension if any as directed by Engineer-in charge.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.18

(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.

5. DOWNLOADING OF TENDER FORMS


The Pre-qualification / Main Bidding Documents are available for free downloading.
However to participate in the online tender, the bidder must purchase the bidding
documents vai online mode by filling the cost of Tender Form Fee.
6. The tenders who do not fulfill the condition of the notification and the general rules and
directions for the guidance of contractor in the agreement form or are incomplete in any
respect are likely to be rejected without assigning any reason therefore.

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.

19 Clause for Royalty / Laboratory Testing Charges.

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

these rates are fixed and protected by the department.


2. Royalty charges shall be payable at the time of actual execution of work as per rates decided
by the Govt. of Maharashtra revenue Department only on producing Royalty Passes and
payment details duly verified from concerned Revenue authority. However if, the contractor
fails to provide adequate number of passes for the quantity of materials of executed work,
then the penal recovery of royalty payable for such shortfall of royalty passes, shall be
made from the amount of bills payable. In such cases contractor himself will be solely
responsible for any legal action by appropriate authority for procuring material without
paying royalty.
3. Mandatory Testing of Material and Penalty Clause

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.21

STATEMENT NO-I

Information of Work in hand in the FY 2024-25

For Works up to 50.0 Lacs

(संदभभ - सा.बां. विभाग शासन शुध्दीपत्रक क्रमांक : सीएटी-2022/प्र.क्र.50/इमा-2 वदनांक 12/05/2022)

(To be given by individual firm / Bidder / joint venture consortium about all works/ agreement in hand)

NAME OF THE CONTRACTOR :

(I) WORKS IN HAND


Sr. Name of Agreem Date of work Agreement Cost Name of Division/
No. work ent No.

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.

(Stamp &Signature of Bidder)

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.22

STATEMENT NO-I
DETAILS OF WORKS IN HAND AND WORKS TENDERED

FOR AS ON ( DATE OF SUBMISSION OF BID)

NAME OF THE CONTRACTOR :

(II) WORKS IN HAND


Sr. Name Agree Tendered Date of Stipulated Value of Value of Probable
No. of ment Amount. comme date of work Balance date of
work No. nceme completio already work to completi
(Rs. in nt. n. done. be on.
lakhs) executed

Remarks
(Rs. In (Rs. In
lakhs) lakhs)

1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

(II) WORKS TENDERED & TO BE AWARDED

Sr. Name of Name and Tendered Time Probable date Other


No. work Address of Amount. limit when decision is relevant
Client. expected details, if
(Rs. In lakhs) any.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.23

STATEMENT NO. II

STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING


CONSTRUCTION WORKS DURING LAST FIVE YEARS WITH THE VALUE OF WORK
UNFINISHED.

NAME OF THE CONTRACTOR :

Amount of work done during Amount of


each of last five years work still
Amount remaining
Date of (Rs. In lakhs) to be
put to Agree
Sr. Name comme executed
Tender / ment
No of nceme
Tendered No.
work nt 2021-2022.
cost.

Remarks
(Rs. In
lakhs)

1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

Grand Total :-

Out ward No. and date of certificate issuing authority:

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.

Executive Engineer / Divisional Accounts Officer

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.24

FORM -I
UNDERTAKING FOR DEPLOYEMENT OF MACHENRY

(Self Declaration)

( To be submitted in ENVELOPE NO.1 )

Name of work :----------------------------------------------------------------------------------

1. I/We , have the required machinery ( - - - - N a m e t h e M a c h i n e r y t o b e o w n e d


a s s t i p u l a t e d i n t h e c l a u s e 3 . 7 . 5 ) etc. owned by me/us which can be spare for this
work immediately after awarding the work within a reasonable time. The documentary evidence of
copies of retailed /commercial invoices in respect of the Machineries are given in Envelope No.1

OR

I/We, intend to hire the required machinery . ( - - - - N a m e t h e M a c h i n e r y t o b e h i r e d


a s s t i p u l a t e d i n i n t h e c l a u s e 3 . 7 . 5 from M/s________who has promised to
spare the said machinery for this work immediately after awarding the work, within a reasonable
time and legal agreement or hire deed duly executed in front of magistrate / any other
registration authority by Government of Maharashtra is given in Envelope No.1.

Applicant/Contractor Name……
Address ……………………..
E-mail ……… Mobile No…………
Website

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.25

FORM-II
ARTICLES OF AGREEMENT

( This document should be on Stamp Paper of Rs. 100/-)

(This is a Model Form of Agreement, the tenderer shall upload this document if applicable for the tender.)

This Agreement of Hire of Machinery made and executed at on this, the


day of the month of 200 .

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).

Party of the Second Part.

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

________________ Name of Machine/s


And substantiate or establish it the documentary evidence in token of voucher enclosed. Where
as party of the second part herein is a registered Government Contractors as stated in appropriate Class
with Government of Maharashtra.
AND where as the party of the second part is or is likely to submit the tender for ______ Executive
Engineer / Superintending Engineer, ________________________________________
AND WHERE AS the party of the second part intends to use the machinery of the said work as is
being stipulated by the Department and desirous of taking the one
/s on the monthly hire charges basis.

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.

Now therefore, this articles of agreement witnesseth as under : One /s to be hired.


It is hereby agreed between the parties to these presents that
________________________________________________________________________________
Name of the Machine/s
Of the second part has agreed to pay an amount of Rs. ______________ to the party of the first part
on account of monthly wages of the machine/s as detailed below at the end of each month.

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.

Name of Machine Monthly rate of hire charges.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.27

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.

6. Repairs and Maintenance :

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.

Party of the First Part Party of the Second Part

Signed Executed Signed Executed


and delivered for and on and delivered for and on behalf of behalf of

In the presence of :
AFFIRMED AND EXECUTED BEFORE
ME NOTARY
1. ______________________
2. ______________________

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.28

FORM-III
नमुना सत्यप्रवतज्ञापत्र (रू.100/-च्या स्टॅम्प पेपरिर)

सत्यप्रवतज्ञापत्र (Affidavit)

मी -------------------------------- िय िर्षे --------------------राहणार---------------------------

-या सत्यप्रवतज्ञा पत्राव्दारे विहू न दे तो की,मी-------------------------- फमभचा / कंपनीचा मािक असून---------

---------------------------- 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

कायदे वशर कायभ िाहीस पात्र राहीन.

1 जर कंत्राट कािािधीदरम्यान , मी माझ्या कायाियाने ककिा माझ्या कमभचा-यांनी सािभजवनक

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

कायदे वशर कायभ िाहीस पात्र राहीन.

3. जर काम समाप्तीनंतर दोर्ष दावयत्ि कािािधी दरम्यान ककिा त्यानंतर कोणत्याही िेळी ,

कोणतीही मावहती ककिा कागदपत्रे खोटी / बनािट,फसिी ककिा वदशाभूि करणारी आढळल्यास , मी

भारतीय दं डसंवहता अंतगभत कायदे वशर कायभ िाहीस पात्र राहीन.

कंत्राटदाराची सही / वशक्का

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.29

FORM-III
Contractor should submit the Affidavit ( on Rs.100/- Stamp Paper) as mentioned below in Envelope
No.1.

I .................................................... age ...................................... address

........................................ (Authorized signatory to sign the contract), hereby submit, vide this

affidavit in truth, that I am the owner of the contracting firm .................................... /

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

paper / information submitted in envelope no.1.

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

purchase, proof of testing submitted by my staff, subletting company or by myself, I

will be liable for action under Indian Penal Code.

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)

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.30

FORM NO-IV

DECLARATION OF THE CONTRACTOR

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

Wages Act, 1948 applicable to the zone concerned.

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.

Name and Signature of the Contractor(s) / Power of attorney holder


with complete address.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.31

FORM -V
( On stamp paper of worth Rs 100/-)
MODEL FORM OF BANK GURANTEE BOND

In consideration of the Governor of Maharashtra ( herein after referred to as “ the Government “ )


having agreed to exempt ______________________________ ( herein after referred to as “ the
contractor “ ) from depositing with the Government in cash the sum of Rs. _____ ( Rupees
_______________________ ____________________ only. ) being the amount of security deposit
payable by the Contractor to the Government under the terms and conditions of the agreement dated
the __________ day of __________ 20__ and made between the Government on the one part, and
the Contractor of the other part ( hereinafter referred to as “ the said Agreement “ ) for _________
as security for due observance and performance by the Contractor of the terms and conditions of the
said agreement, on the contractor furnishing to the Government a Guarantee in the prescribed form
of a Schedule bank in India being in fact those presents in the like sum of Rs._________ (Rs.
________________________ only.) We ______________________________BANK / LIMITED
registered in India under ____________Act and having one of our Local Head office at
__________ do hereby.

1. GUARANTEE TO THE GOVERNMENT :

(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

(i) Any change in the constitution of the Bank of the Contractor; or


(ii) Any agreement entered into between the Government and the Contractor with or without our
consent .
(iii) Any forbearance or indulgence shown to the Contractor ;
(iv) Any variations in the terms, covenants or conditions contained in the said Agreement.
(v) Any time given to the Contractor, or ;
(vi) Any other conditions or circumstances under which, in law, a surety would be discharged.

(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) __________________________

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.33

FORM-VI

INTEGRITY PACT

Between

Chief Engineer, Public Works Region, Amravati

Maharashtra Government

having its Office at Bandhkam Bhawan, Camp Amravati 444602

hereinafter referred to as

PUBLIC WORKS DEPARTMENT

and

[Insert the name of the Sole Bidder/Lead Partner of Joint Venture]

having its Registered Office at_

(Insert full Address)

and

[Insert the name of the Partner(s) of Joint Venture, as applicable]

having its Registered Office at_

(Insert full Address)

hereinafter referred to as

"The Bidder/Contractor

Preamble

PUBLIC WORKS DEPARTMENT intends to award, under laid - down organizational procedures,
contract(s) for

[Insert the name of the package]

(Signature) (Signature)

(For & On behalf of (For & On behalf of Bidder/Partner(s) of

PUBLIC WORKS DEPARTMENT) Joint Venture/ Contractor

Number _ Package and Specification

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.34

[Insert Specification Number of the package]

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.

It is hereby agreed by and between the parties as under:

Section I - Commitments of PUBLIC WORKS DEPARTMENT

(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.

Section II - Commitments of Bidders / Contractors

(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)

(For & On behalf of (For & On behalf of Bidder/Partner(s) of

PUBLIC WORKS DEPARTMENT) Joint Venture/ Contractor

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.35

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)

(For & On behalf of (For & On behalf of Bidder/Partner(s) of

PUBLIC WORKS DEPARTMENT) Joint Venture/ Contractor

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.36

the contract, if already signed, for such reason.

(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.

Section IV - Liability for violation of Integrity Pact

(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.

Section V - Previous Transgression

(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)

(For & On behalf of (For & On behalf of Bidder/Partner(s) of

PUBLIC WORKS DEPARTMENT) Joint Venture/ Contractor

(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.

Section VI - Equal treatment to all Bidders/ Contractors

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.37

(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.

Section VII - Punitive Action against violating Bidders/ Contractors

If PUBLIC WORKS DEPARTMENT obtains knowledge of conduct of a Bidder or a Contractor or his


subcontractor or of an employee or a representative or an associate of a Bidder or Contractor or his
Subcontractor which constitutes corruption, or if PUBLIC WORKS DEPARTMENT has substantive
suspicion in this regard, PUBLIC WORKS DEPARTMENT will inform the Chief Vigilance Officer
(CVO).

(*)Section VIII - Independent External Monitor/ Monitors

(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)

(For & On behalf of (For & On behalf of Bidder/Partner(s) of

PUBLIC WORKS DEPARTMENT) Joint Venture/ Contractor

(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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.38

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)

(For & On behalf of (For & On behalf of Bidder/Partner(s) of

PUBLIC WORKS DEPARTMENT) Joint Venture/ Contractor

(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.

Section XI - Pact Duration

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.

Section X - Other Provisions

(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)

(For & On behalf of (For & On behalf of Bidder/Partner(s) of

PUBLIC WORKS DEPARTMENT) Joint Venture/ Contractor

(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)

(For & On behalf of (For & On behalf of Bidder/Partner(s) of

PUBLIC WORKS DEPARTMENT) Joint Venture/ Contractor

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.40

(Office Seal) (Office Seal)

Name:- Name:-

Designation:- Designation:-

Witness 1 :- Witness 1 :-

(Name & Address) (Name & Address)

____________________________ ____________________________

____________________________ ____________________________

Witness 2 :- Witness 2 :-

(Name & Address) (Name & Address)

____________________________ ____________________________

____________________________ ____________________________

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.41

.STATEMENT NO. 2A

QUESTIONAIRE ON MODERN MACHINERY

(A) Proforma for information regarding machinery required for this work.

Sr No Name of Equipment Nose


ROAD works
1 Static roller (8-10 Tonnes) 1 Own/ Hire / Lease
2 Truck / Tipper 1 Own/ Hire / Lease

(B) Performa for information regarding Machinery immediately available for use on this work.

Type of Number of Names of Location Output in Quantitity Remarks


Machine Units work on tonnes of in tonnes of
which mix per day Hot Mix
deployed at balance for
present execution
on work in
hand
01 02 03 04 05 06 07

(C) Performa for information regarding Machinery not immediately available for use on this work and
manner in which it is proposed to be procured

Type of Number of Names of Manner of procurement Details of procurements


Machine Units work on Purchase/Hire
which
deployed at
present
01 02 03 04 05

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.42

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.

2) STATEMENT SHOWING DETAILS OF Static roller/ Vibratory Roller AVAILABLE WITH


THE TENDERER REQUIRED FOR THIS WORK

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.43

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

DECLARATION OF THE CONTRACTOR

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

Wages Act, 1948 applicable to the zone concerned.

TO BE FILLED BY THE CONTRACTOR

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 the Contractor(s) / Power of attorney holder with


complete address.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.44

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.45

THE METHOD AND SEQUENCE OF EXECUTION


( GENERAL GUIDELINES )

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.

3) The formation widening shall be executed simultaneously as per necessity.

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.

14) Testing of material shall be as per frequency.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.46

FORM B-1

_PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS


________________________________________________________________________________

DEPARTMENT :PUBLIC WORKS DEPARTMENT


REGION : PUBLIC WORKS REGION, AMRAVATI
CIRCLE : PUBLIC WORKS CIRCLE, AM RAV ATI
DIVISION :SPECIAL PROJECT (P.W.)DIVSION NO.2, DARYAPUR
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
General Rules and Directions for the Guidance of Contractors

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.48

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.

12. All corrections and additions or pasted slips should be initialed.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.49

Note:- Government Resolution No. RMR-1082/[Link].315/Road-1 Date 30 Septmber 2016

पररररष्ट - 1.1
INSPECTION

1.1 Minimum Frequency of Inspection of Roads

Sr. Type of road Executive Engineer Assistant Engineer Junior Engineer


No Routine Special Routine Special Routine Special
1 N.H.,S.H., Twice ina Before Once in two Before Once a Every
Municipal year and after months, and after month fortnight
Roads, (April & monsoon January, monsoon, during
Artillery / October) March, Twice monsoon
Main Roads May, July, during
September, rains
November
&
December

2 M.D.R., Once a Before Once infour Before Once in Every


O.D.R., year and after months and after two fortnight
Municipal monsoon monsoon months during
Roads, once monsoon
Subsidiary during
Roads rains
3 V.R. Once a Once in six Before Four Twice
year months and after times a during
monsoon year monsoon
once
during
rains

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.50

पररररष्ट - 1.2

1.2 Check List of Points To Be Examined During Inspection For Maintenance of


Roads

Sr. Item Points to be examined


No.
1 Safety Safety at blockage / breaches / deep cuts / damaged
culverts or bridge; horizontal and vertical clearance in
respect of power lines, road side trees, guard rails,
parapets etc.
2 Pavement Magnitude and location of potholes, undulations,
settlement, rutting pavement failures etc. along with their
cause, camber and super elevation.
3 Shoulders & Width and cross fall, side slopes, erosion, need forturfing
Embankment or other protective measures.
4 Drainage Adequacy of cross section, blockage, damage or siltation,
need for lining etc.
5 Road furniture and road Whether these are there, correctly located, need repairing
marking (road furniture), clearing / repainting etc.
6 Protection work The condition of retaining walls, parapet walls, drains,
spouts, pitching on slopes etc.
7 Road side trees Numbering of trees, disposal of dead trees etc.
8 Road Geometrics Horizontal and Vertical Alignment, side distance at
curves and intersections.
9 Additional points for Condition of catch water / roadside drains, scuppers etc.
hill roads need for new drains, safety measures, any danger of
landslides, soil erosion, problems etc.
10 Road side materials Whether aggregates and bitumen are stacked properly
whether these obstruct safe traffic operations, whether the
stacks are safe from inundation or washing away
during the rains. These material shall be cover with
polythin sheet
11 Encroachments Encroachments, if any, and review action taken for their
removal (Particularly the higher officer like S.E. / E.E.
should take note of these during their inspections and
ensure proper follow up action)
12 Quarries, Bench Marks These shall be inspected at least once annually by Sub
etc. Engineer and Assistant Engineer to check whether these
are being maintained properly.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.51

पररररष्ट - 1.3
1.3 Points To Be Looked For During Inspection and Action To Be Taken Prior
To / During / After Rains.

Prior to rains During rains After rains


Cleaning / Clearing all Have close watch on flood Assess the damage, give top
drains, catch pits etc. levels, desilting any tendency priority for repairing bridges
for overtopping and and removing blockages.
blockages of drains / culverts
etc. and take timely
action for rectification.
Repairing damages to all Repairs potholes and keep Watch for water oozing out
protective works like pitching road traffic worthy / of shoulders / slopes. If so
etc. motorable. cut out to release and
remove the locked up water.
Filling scour holes at In case of any breach / Repair potholes / cracks etc.
abutment / pier of C.D. works landslide cordon of the
affected stretch by barriers,
Storing and protecting road arrange for traffic diversion, Study stretches showing
construction materials safe notify the public of the recurring damage to ascertain
from floods. diversion, and take causes and evolve remedial
immediate action in making measures.
up the breach / landslide.

Repaving / sealing pavement


cracks, potholes etc.

Dressing berms so that these


easily shade off water

Removing all loose material


in cuttings, cleaning gutters
and catch water drains.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.52

पररररष्ट – 2.1
MAINTENANCE

2.1 Symptoms, Causes and Treatment of Defects in Bituminous Surfacing


[Link]. Symptoms Type of Distress Probable Causes Possible Types of
Treatment
A. Surface Defects -
1 Fatty surface Collection of Excessive binder Sand blinding : Open
binder on the in premix, spray graded premix ,
surface. of tack coat, loss liquid seal coat : burning
of cover of excess binder,
aggregates removal of affected area
excessively
heavy axle loads
2 Smooth surface Slippery Polishing of Resurfacing with surface
aggregates under dressing or premix carpet
traffic or
excessive binder
3 Streaking Presence of Non uniform Application of new
alternate lean and application of surface
heavy lines of bitumen or at a
bitumen low temperature
4 Hungry Surface Loss of Use of less Slurry seal or fog seal
aggregates or bitumen or
presence of fine absorptive
cracks aggregates
5 Bleeding of Slippery Excess of Sand blinding
asphalt asphalt while
mixing
B Cracks -
1 Hair line cracks Short and fine Insufficient
cracks at close bitumen, Should be filled with a
intervals on the excessive filler low viscosity
surface or improper binder or a slurry
compaction seal or fog
seal depending on
width of cracks.
Unsound cracked
pavements will need
strengthening or

rehabilitation
treatment.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.53

[Link]. Symptoms Type of Distress Probable Causes Possible Types of


Treatment
2 Longitudinal Cracks on Poor drainage Should be filed with
straight lines shoulder a low viscosity binder ora
along the road settlement, weak slurry seal or fog seal
joint between depending on width of
spreadsof [Link] cracked
pavementlayers pavements will need
or strengthening or
different frost rehabilitation treatment.
heave
3 Edge cracks Cracks near and Lack of support
parallel to from shoulder, Should be filed witha
pavement edge poor drainage, low viscosity
frost heave, or binder or a slurry
inadequate seal or fog
pavement width seal depending on
4 Shrinkage cracks Cracks in Shrinkage of width of cracks.
transverse bituminous layer Unsound cracked
direction or inter with age pavements will need
connected cracks strengthening or
forming aseries rehabilitation
of large treatment.
blocks
5 Reflection Sympathetic Due to joint and
cracks cracks over cracks in the
joints and cracks pavement layers
in the pavement underneath
underneath
C Deformation -
1 Slippage Formation of Unusual thrust Removal of surface layer
crescent shaped of wheels on in the affected area and
cracks pointing direction, lack replacement with fresh
in the direction of failure of material
of the thrust of bond between
wheels surface and
lower pavement
courses
2 Rutting Longitudinal Heavy Filling the depressions
depression in the channelized with premix material
wheel tracks traffic, in-adequate
compaction of
pavement layers,
poor stability of
pavement
material and
heavy
bullock–cart
traffic

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.54

[Link]. Symptoms Type of Distress Probable Causes Possible Types of


Treatment
3 Corrugations Formation of Lack of stability Scarification and relaying
regular in the mix of surfacing or cutting of
undulations oscillations set high spots and filling of
by vehicle low spots
springs, or
faulty laying of
surface course

4 Shoving Localized bulging Unstable mix, Removing the material of


of lack of bond firm base and relaying a
pavement surface between layers or stable mix
along heavy start – stop
with crescent pipe
shaped cracks movements and
those involving
negotiation of
curves and
gradients

5 Shallow Localized Presence of Filling with premix


Depression shallow inadequately materials
depressions compacted
pockets

6 Settlement and Large Poor compaction Where fill is weak, the


up-heaval deformation of of defective fill should be
pavement fills, poor excavated and redone,
drainage, where inadequate
inadequate pavement is the cause, the
pavement or pavement should be
frost heave strengthened

D Disintegration

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.55

1 Stripping Separation of Use of Spreading and


bitumen hydrophilic compacting heated sand
aggregate in the aggregate, over the affected area in
presence of inadequate mix the case of surface dressing
moisture composition replacement with fresh
continuous bituminous mix with added
contact with antistripping agent in other
water, poor cases
bond between
binder and
aggregate, poor
compaction etc.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.56

[Link]. Symptoms Type of Distress Probable Causes Possible Types of


Treatment
2 Loss of Rough surface Ageing and Application of liquid seal,
aggregate with loss of hardening of fog seal or slurry seal
aggregate in binder, depending on the extent
some portions stripping, poor of damage
bond between
binder and
aggregate,
insufficient
binder,
brittleness of
binder etc.
3 Raveling Failure of binder Poor Application of cut back
to hold the compaction, covered with course sand,
aggregate shown poor bond slurry seal or premix
up by pock between binder renewal coat.
marks or eroded and aggregate,
areas on the insufficient
surface. binder,
brittleness of
binder etc.

4 Pot holes Appearance of


Ingress of water Filling pot holes with
bowl shapedinto pavement, premix material or
holes, usually
lack of bond penetration patching.
after rain. between the
surface and
W.B.M. base,
insufficient
bitumen content
etc.
5 Edge breaking Irregular breaker Water Cutting the affected area
of pavement infiltration, poor to regular section and
edges lateral support rebuilding with
from shoulders simultaneous attention
inadequate paid to proper
strength of construction of shoulders
pavement edges
etc.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.57

पररररष्ट – 2.2
2.2 Time schedule for maintenance of different types of Roads

Types of roads under maintenance are –


1) Concrete Roads
2) Asphalt/Mastic Roads
3) Water Bound Macadam Roads &
4) Moorum Roads
5) Inerlocking concerete paver block roads
6) Thin or Ultra-Thin white topping roads.
The following time schedule should be followed.
[Link]. Type of Road Nature of Repairs Time Schedule
1 Concrete/Thin or Ultra- Filling cracks and potholes October and November
Thin White topping in c.c. pavement and every year and in March
roads reinstalling – April as per the need.
expansion joints with
asphalt mastic andcovering
worn – out
portion with thin carpet.
2 Asphalt /Mastic/Paver Covering worn out August and November
blocks Raods portion with asphalt every year and in March
overlay and filling potholes – April as per the need.
with asphalt cold mix
during dry spell. Incase of
paver blocks, maintaining
proper slope and repairing
any undulations due to
trenching activity

3 W.B.M. Roads a) Collection of material April to June


for patch repairs.
b) Filling potholes. June to October All
c) Picking loose metal the year round.
and spreading blindage.
4 Moorum Road Filling potholes and All the year round
dressing the road surface specially after
monsoon.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.58

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.

[Link]. Type of Road Nature of Repairs Time Schedule


e) Repair to C.D. Works May and June before
such as repairs to monsoon. November and
masonry, clearing December after
waterway, removing monsoon.
bushes from the masonry
etc.
f) Putting water table,
clearing road side gutters April to June.
and catch water gutters.
g) Removing watertables.
October to November.
h) Planting arboriculture July to August.
i) Watering new plantation January to June.
j) Fixing / re-fixing guard As per the need.
stones, boundary stones,
indicator stones, sign
boards.
k) Strip painting i.e. May & November.
center line of two lane
roads.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.59

6 Bridges a) Inspection of bridges, May & November.


bearings. All bridge
bearings and condition of
superstructure should be
inspected closely in detail
(with help of binoculars
and hangers etc. if
necessary)
b) Removal of railing June.
over submersible bridges.
c) Re-fixing of railing November.
over submersible bridges.
d) Removal of plants or November to
unwanted growth of December.
shrubs including
poisoning of roots and
branches of trees and to
be trimmed.
e) Painting of parapets
and Krebs November to December
7 Programme for B.T. a) Finalization of January
Renewal programme for next
financial year,
b) Sanction for S.R.
Estimates. February to March
c) Calling tender and
fixing agencies
d) Execution of S.R. March onwards
Programme
[Link]. Type of Road Nature of Repairs Time Schedule
8 Programme of W.B.M. a) Programme of next January
Renewal year February to March
b) Sanction for S.R.
Estimates March to April
c) Calling tender and
fixing agencies June to November
d) Execution of S.R.
Programme

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.60

पररररष्ट – 2.3

2.3 Maintenance Criteria of the Road


[Link]. Feature Criteria Action Priority
A Feature concerned with safety of traffic. -
A-1 Major breaches in Any type of Steps to be taken Urgent
the roadway breach which as listed in
endangers Annexure-XV
safety of (Action to be
traffic and taken in case the
causes Road is Breached
obstructions or Blocked)
to flow of
traffic
A-2 Minor cuts, ruts or Cuts or Get blockades Urgent
blockades blockades removed and get
which do not the cuts repaired
completely
obstruct the
traffic but
endanger
safety of
traffic
A-3 Branches of trees at Any kind Get them cut in Special attention
height less than order of lower
4.5m. over the once first
roadway
A-4 Improvements to Any kind Identify such According to
accident prone spots locations, prepare relative priority
and location estimate and take
requiring geometric up works annually
improvement sight according to
distance etc. relative priority
and availability of
funds
B Carriageway and crust conditions

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.61

B-1 Cracking not a) Cracking Local sealing or Routine


accompanied by in local areas filling of the
rutting equal to or cracks –
less than 25 a) Binder @ 1.5
percent of the kg/m2. of bitumen
total area emulsion or 1.5
b) Cracking kg/m2 of cut back
in large areas for local sealing
exceeding 25 b) Chipping (6 to Special Attention
percent of the 10 mm) for local
total area surfacing repairs
needs surfacing
after local sealing

[Link]. Feature Criteria Action Priority


B-2 Stripping a) In local Apply local Routine
areas sealing
exceeding
25 percent of
the total area
b) Any long Apply surface Special Attention
area dressing
exceeding
25 percent of
the total area
B-3 Bleeding a) In local Spread and roll Routine
areas over 6mm size
exceeding aggregate, heated
25 percent of to 600 C.
the total area
b) Any long Same as above Special Attention
area and if necessary
exceeding apply surface
25 percent of dressing after
the total areableeding has
stopped.
B-4 Rutting a) Less than Applying coat at Rutting
2
50 mm 0.5 kg/m and fill
accompanied bituminous mix
by cracking of using rake and
less than or leaving an excess
equal to 10 thickness of about
2
m/m one third the depth
of rut. Compacting
surfaces level and
local sealing of
cracks

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.62

b) Less than As above. Special attention


50 mm
accompanied
by cracking
of more than
10 m/m2
c) More than With surface Work of original
50 mm dressing over nature.
accompanied cracks overlay
by cracking required
of more than
10 m/m2

B-5 Pot-Holes Pot holes as Local restoration Special Attention


soon as they by patching
appear /overlay
[Link]. Feature Criteria Action Priority
B-6 Reflection cracks a) Widely Seals Recurrent
spaced cracks
b) Closely Apply surface Special attention.
spaced cracks dressing
B-7 Edge subsidence and Any extent Patch road edge Recurrent
rutting and repair
shoulder
B-8 Defective camber Any extent Check and correct Special Attention
by reconstructing
to proper camber
profile
B-9 Undulations Any extent Investigate the As above
cause and rectify
B-10 Loss of material Any extent Do re-gravelling As above
from unpaved road
C Shoulders – side drains-
C-1 Deformation or Any extent Fill and compact Routine
scour of shoulders and bring its
surface to desired
camber.
C-2 Silting of side drains As above Clean out the As above
drains
C-3 damage of scouring As above Reconstruct to Special attention
of drain adequate shape
and size
D C. D. Works-

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.63

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.64

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 RESTORATION OF RAIN CUTS

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.

3002.3 Construction Operation


The area affected by rain cuts shall be cleared of all loose soil and benched. The width of the
benches shall be at least 300 mm and they shall extend continuously for a sufficient length.
The height of the benches shall be in the range of 150-300 mm.
Fresh material shall be deposited in layers not exceeding 250 mm loose thickness and
compacted so as to match with the benching at moisture content close to the optimum.
Compaction shall be carried out using suitable equipment such as plate compactors and
rammers or by suitable implements handled manually. The finished work shall conform to
alignment, levels and slopes as indicated in the drawing or as directed by the Engineer.
3002.4 Measurements for Payment

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;

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.65

iv) Benching of old earthwork; and


v) Compacting after adding required quantity of water.

3003 MAINTENANCE OF EARTHEN SHOULDER

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.

3003.3 Construction Procedure

This work shall involve:

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.

3003.4 Measurement for Payment

Maintenance of earthen shoulder shall be measured in [Link].

3003.5 Rate

The Contract unit rate for maintenance of earthen shoulder shall be payment in fullcompensation
for :

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.66

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 BITUMINOUS WORK IN CONNECTION WITH MAINTENANCE


AND REPAIR

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 Filling potholes and Patch Repairs.

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.

3004.2.4 Backfilling operation.

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.

3004.2.5 Measurement for Payment.

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 :

i) Furnishing all material required.


ii) All work involved including excavation trimming filling with any
non bituminous layers required , applying tack coat, and back filling
with bituminous material.
iii) All labour, tools equipment and incidentals to complete the work in
accordance with the specifications.
3004.3 Crack sealing.

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

3004.3.2 Fog seal.


3004.3.2.1 Scope

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.

3004.3.2.4 Measurement for payment.

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

Where specified crack prevention courses shall conform to Clause 517.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.70

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.

3004.6 Surface Dressing for Maintenance Work

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 Special Treatments

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 MAINTENANCE OF CEMENT CONCRETE ROAD

3005.1 Repair of Joint Grooves with Epoxy Mortar or Epoxy Concrete

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.71

3005.1.3 Repairing Procedure

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 :

i) Supply and application of epoxy primer, epoxy mortar or epoxy concrete;


ii) All tools, equipment and incidentals to complete the work in accordance with
the Specifications.
3005.2 Repair Involving Removal of Old Joint Sealant and Sealing with Fresh
Sealant in Cement Concrete Pavements

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.

3005.2.3 Repairing procedure

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.72

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.

3005.2.4 Measurements for Payment

Repair of joint sealant shall be measured in linear meters.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.73

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).

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page no.74

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


S.P.(P.W.)Division No.2, Daryapur
Page No.75

SECTION – IV (A)

MODERN MACHINERY

Modern Pot Hole Filling Machinery Information


Sr. Name of Image Country Cost of Use Advantages Disadvantages Remarks For
No. Machinery Machinery use inIndian
Condition

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.

7. Dura Truck United Pothole Truck mounted patcher


States Patching Vent-Flo Nozzle
Ergonomic Nostress
Boom
6 yd aggregate hopper
Heated Emulsion Tank
Page No.78

Sr. Name of Image Country Cost of Use Advantages Disadvantages Remarks For
No. Machinery Machinery use inIndian
Condition

8. Dura Maxx – United Pothole In-cab operation


Pothole Patching States Patching Vent-Flo Nozzle
with Boom in Truck mounted
front convenience
5 yd aggregate hopper
Heated Emulsion Tank
Page No.79

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.

(b) Maintenance of side drains for effective drainage and removing


blockages (drains may be lined where erosion is anticipated. They may
also be covered temporarily during rainy season by wooden ballies
where they are likely to get chocked with sliding material) and
cleaning the catch pits of upstream of the culverts.

(c) Provision of drains or bunds by the side of chocked drains to


channelize the water which would otherwise flow across road surface.

(d) Provision of adequate holes in the retaining walls.

(e) Cleaning of drains and weep holes before onset of monsoon.


2. Soil Erosion

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

Landslide problems can be minimized by the following measures:-

(a) Providing the side slopes to the proper stable angle.

(b) Identification of all potential disturbed slopes and providing suitable


treatment.
(c) Avoiding indiscriminate blasting near about.

(d) Providing protective structures like chock walls/breast walls/toe walls.


Page No.80

पररररष्ट - 7

Trenching work, Trenchless Technology & Reinstatement.


Pipelines/cables of almost all utilities are laid underground, generally below theroad
surface which may include the carriage way or the footpaths. By virtue of increase
in population and living standards, the demand for services, has not only just increasedbut
the citizens, also expect better quality and prompt services from the Municipal
Corporation State Govt. and all other service providers. The services with pipelines or
cables laid underground are basically Water supply, Drainage, Electric supply,
Telecommunications, Gas line, CCTV etc. These services have caused great congestion
below the road surface due to which laying of new pipeline or cables has become difficult
and the occurrence of faults, requiring excavation for carrying out repairs, has increased.
For laying of new pipelines/cables as well as for repairing faults, the concerned utility
agency repeatedly seeks emergency permission from Road department. However, on
completion of laying pipelines/cables or after the fault is repaired, it becomes the
responsibility of the Corporation State Govt. organization to bring the excavated surface
back to its original status. To do this, the Corporation State Govt. organization recoversthe
costs from the concerned utility, but it is observed that repairing does not bring the
surface of the road or the footpath to its original status or in tune with the surroundings.
Inconvenience is caused to the public, as the reinstatement and restoration cannot be done
immediately. This is not only because of the technical deficiencies while carrying out the
work, but also due to a number of other limitations like reinstatement of only excavated
area, delay in reinstatement, communication gap between Utility agency and the
Corporation State Govt. organization or between various Departments of the Corporation.
The main problem observed during such works is enforcing the different conditions
laid down at various stages for trenching and the reinstatement. There arespecific
tender conditions for protection of trench, lighting and providing safety to roadusers. But,
these conditions are not fulfilled properly. At many places, heaps of earth(rubble,
material, pipes etc) are seen lying on both sides of trenches for manydays,creating
problems for all pedestrians and vehicles. Hence, it is absolutely essential,to enforce the
discipline by strict supervision and thorough penal action. The otherinherent defect is
in the backfilling process and materials used. These problem can betackled by
substituting Granular or other suitable material for entire backfill and
compaction of pavement by vibratory rollers as per requirements (small size equipment/
compactors required) .

Use of Trench less Technology


Use of Modern day techniques of trench less digging is an important solution for the
problems faced for trench repairs. Techniques for Utility line installation, replacement,
rehabilitation, inspection, location and leak detection are available in the market. These
technologies require minimum digging at the ground surface.
Page No.81

Benefits of Trench less digging are as follows:

[Link] for the public.


[Link] traffic impacts.
[Link] road repairs.
4. It reduces damages to valuable road surface.
5. It reduces the danger of improperly compacted excavation.
[Link] saves resources and thus environmental degradation.
7. It reduces noise pollution.
8. It avoids annoyance to the public.

New Trench less Construction Methods

1. Impact Moiling.
2. Pipe ramming.
3. Auger Boring.
4. Pilot Tube.
5. Pipe Jacking.
6. Micro-tunneling.
7. Horizontal Directional Drilling.

Methods of reinstatement of trenches

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

TYPICAL CROSS SECTION OF TRENCH FOR REINSTATEMENT OF FOOTPATH


/ PASSAGE

2400 to 3000 (foot path width)

LAYER 5
LAYER 4
LAYER 3

LAYER 2

LAYER 1

800

( ALL DIMENTIONS ARE IN MM)

LAYER WISE DETAILS OF ITEM / MATERIALS TO BE USED AND ITS


COMPACTION

Layer No PMC Item Description of Material Remarks


DSR code no
Layer 1 Road part 2-8-1 Granular Sub base Sufficient watering and
88815 Material Ramming by Utility
Layer 2 & 3 Road part 2-8-1 Granular Sub base Sufficient watering and
88815 Material Ramming by reinstatement
contractor
Layer 4 + 5 Road part 6-2-1 Grit / Crushed sand / -------
88941 River sand cushioning &
[Link] Block

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

Wearing Course 40 mm B.C ( or as exisrting on either side)

75 MM D.B.M. Layer ( or as existing on either side)

LAYER 5 W.B.M LAYER

LAYER 4 G.S.B. LAYER

LAYER 3 G.S.B. LAYER

LAYER 2 G.S.B. LAYER


W ( ABOVE 900 MM)

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

TYPICAL CROSS SECTION OF REINSTATEMENT FOR CABLE WORK

M 40 CONCRETE LAYER 6

W.B.M LAYER LAYER 5


G.S.B MATERIAL IN
150 MM COMPACTED
G.S.B LAYER LAYER 4
LAYER
G.S.B LAYER LAYER 3
PROPERLY COVERED
BY THE UTILITY G.S.B LAYER
G.S.B LAYER LAYER
LAYER 21

UTILITY SERVICE
CABLE / CONDUTE
P a g e | 85

800
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 Granular Sub base Sufficient watering and
88815 Material Ramming by Utility
Layer 3 & 4 Road part 2-8-1 Granular Sub base Sufficient watering and
88815 Material Ramming by
reinstatement contractor
Layer 5 Road part 2-10-1 W.B.M. Material Sufficient watering and
88817 Ramming by
reinstatement contractor
Layer 6 Road part 5-15-3 M 40 Concrete --------------
89147

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 86

TENDER FOR WORK

* 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)

2. I/We agree that the offer shall remain open for


acceptance for a minimum period of 60 days from the date
fixed for opening the same and thereafter until it is withdrawn
by me/us by notice in writing duly addressed to the authority
opening the tenders and sent by registered post A.D. or
otherwise delivered at the office of such authority.
Treasury/ Bank Challan No.________ and date
or Term Deposit Receipt for a period of one year receipt no. and
date In respect to the sum of Rs. (in
words ) representing the earnest

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 87

money is herewith forwarded.


The amount of earnest money shall not bear interest
and shall be liable to be forfeited to the Government should I/We
fail to (i) abide the stipulations to keep the offer open for the
period mentioned above or (ii) Sign and complete the
contract documents as required by the Engineer and furnish
the security deposit as specified in item (d) of the memorandum
contained in paragraph (1) above within the time limit laid
down in clause (1) of the annexed General Conditions of
Contract. The amount of earnest money may be adjusted towards
the security deposit or refunded to me/us if so desired by
me/us in writing unless the same or any part thereof has been
forfeited as aforesaid.
3. I/We have secured exemption from payment of
earnest money after executing the necessary bond in favour of
the Government, a true copy of which is enclosed herewith
should any occasion for forfeiture of earnest money of this
works arise due to failure on my/ our part to (i) abide by the
stipulations to keep the offer open for the period mentioned
above or (ii) sign and complete the contract documents and
furnish the security deposit as specified in item (d) of the
memorandum contained in paragraph (a) above within the
time limit laid down in clause (a) of the annexed General
Conditions of Contracts, the amount payable by me/us
may, at the option of the Engineer, be recovered out of the
amount deposited in lump sum for securing exemption in so far
as the same may extend in terms of the said bond and in the
event of the deficiency out of any other contract or transaction
of any nature whatsoever or otherwise.
4. Should this tender be accepted I/We hereby agree to abide
by and fulfill all the terms and provisions of the conditions of
Contract annexed hereto so far as applicable and in
default thereof to forfeit and pay to the Government the sums of
money mentioned in the said conditions
*Amount to be Receipt No._ Dated
specified in words and from the Government Treasury or Sub- Treasury
figures. at in respect of sum of Rs.* ______ ____________ /-
( In word ___ _________ ) Is herewith forwarded representing
*Strike out (a) if no the earnest money (as the value of which is to be absolutely
forfeited to the Government should I/We not deposit the full
cash security deposit is amount of security deposit specified in the above memorandum
to be taken. in accordance with clause 1 (A) of the said Conditions of
Contract otherwise the said Conditions of Contract otherwise the
said amount of Rs /- ( In words
) shall
be refunded.
Contractor :# Address :

Dated : The day of 200 (Witness ) : $


Address :
#Signature of
Contractor before (Occupation) :

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 88

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 89

Contractor shall be refunded along with the payment of final bill,


if the date upto which the Contractor has agreed to maintain the
work in good order is over, if such date is not over, only 50%
amount of security deposit shall be refunded along with the
payment of the final bill. The amount of the security deposit
retained by the Government shall be released after expiry of
period upto which the Contractor has agreed to maintain the
work in good order is over. In the event of the Contractor
failing or neglecting to complete rectification work within the
period upto which the Contractor has agreed to maintain the
work in good order, then subject to provision of Clauses 17 and
20 hereto the amount of security deposit retained by
Government shall be adjusted towards the excess cost incurred
by the Department on rectification work.
* Note: This will be the same percentages as that in the
tender at (e)
Compensation for Clause 2 – The time allowed for carrying out the work as
Delay entered in the tender shall be strictly observed by the Contractor
and shall be Strictly observed by the Contractor and shall be
reckoned from the date on which the order to commence work is
given to the Contractor. The work shall throughout the
stipulated period of the contract be proceeded with, with
all due diligence (time being deemed to be the essence of
the contract on the part of the Contractor ) and the
Contractor shall pay as compensation an amount equal to one
percent of such smaller amount as the Superintending Engineer
(whose decision in writing shall be final) may decide of the
amount of the estimated cost of the whole work as shown by
the tenderer for everyday that the work remains un-commenced
or unfinished after the proper dates. And further to ensure good
progress during execution of the work, the Contractor shall be
bound, in all cases in which the time allowed for any work
exceeds one month to complete.
The Programme for completion of work is attached in form of bar
chart on page No. . The contractor is supposed
to carry out the work and keep the progress as per bar chart on
page No. . The contractor should complete the work
as per phase period given below, which is arrived from the bar
chart.
1/4th of the work in 1/4th ** of the time
½ of the work in ½ ** of the time
3/4th of the work in 3/4th ** of the time
Full work to be completed in 12 months (including monsoon)

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 90

** Note : The quantity of the work to be done within a particular


time to be specified shall be fixed and inserted in the blank space kept
for the purpose by the Officer competent to accept the contracts after
taking into consideration the circumstances of each case and abide by the
programme of details process laid down by the Executive
Engineer.
The following proportion will usually be found suitable.
In ¼ time -25% of work
½ time- 50% of work
3/4time -75% of work
360 Days -100% of work.,
In the event of the Contractor failing to comply with these conditions he shall
be liable to pay as compensation an amount equal to one percent or such
smaller amount as the Superintending Engineer ( whose decision in writing
shall be final ) may decided of the said estimated cost of the whole work
for every day that the due quantity of work remains incomplete provided
always that the total amount of compensation to be paid under the
provisions of this clause shall not exceed 10 percent of the estimated cost
of the work as shown in the tender. Superintending Engineer should be the
final authority in this respect, irrespective of the fact that tender is accepted
by Chief Engineer/ Additional Chief Engineer/ Superintending Engineer/
Executive Engineer or Assistant Engineer/ Deputy Engineer.
Action when whole of Clause 3 – In any case in which under any clause of this contract of the
security deposit is Contractor shall have rendered himself liable to pay compensation
forfeited. amounting to the whole of this security deposit whether paid in one sum or
deducted by installments or in the case of abandonment of the work owing
to serious illness or death of the Contractor or any other causes, the Executive
Engineer, on behalf of the Governor of Maharashtra shall have power to
adopt any of the following courses, as he may deem best to the interest of
Government.
a) To rescind the contract (for which recession notice in writing to
the Contractor under the hand on Executive Engineer shall be
conclusive evidence ) and in that case the security deposit of the
Contractor shall stand forfeited and be absolutely at the disposal of the
Government.
b) To carry out the work or any part of the work departmentally debiting
the Contractor with the cost of the work, expenditure incurred on tools and
plant, and charges of additional supervisory staff including the cost of work-
charged establishment employed for getting unexecuted part of the work
completed and crediting him with the value of the work done departmentally
in all respects 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 Engineer as to the costs and the other allied expenses so
incurred and as to the value of the work so done departmentally shall be
final and conclusive against the Contractor.
c) To order that the work of the Contractor be measured up and so take such
part thereof as shall be unexecuted, out of his hands and to give it to another
contractor to complete. In which case all expenses incurred on advertisement
for fixing a new contracting agency, additional supervisory staff including the
cost of work charged establishment and the cost of the work executed by the
new contract agency will be debited to the contractor and the value of the

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 91

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 92

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 93

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 94

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 95

shall only be entitled to be paid in respect of the work carried out or


expenditure incurred by him prior to the date of the determination of the
rate as aforesaid according to such rate or rates as shall be fixed by the
Engineer-in-charge. In the event of a dispute the decision of the
Superintending Engineer of the Circle will be final. Where, however, the
work is to be executed according to the designs, drawings and
specifications recommended by the Contractor and accepted by the
Competent Authority the alterations above referred to shall be within the
scope of such designs, drawings and specifications appended to the tender.
Extension of time in The time limit for the completion of the work shall be extended in
consequence of addition the proportion that the increase in its cost occasioned by alterations or
or alterations additions bears to the cost of the original contract work, and the
certificate of the Engineer-in-charge as to such proportion shall be
conclusive.
Clause 15- (1) If at any time after the execution of the contract
No claim to any payment documents the Engineer-in-charge shall for any reason whatsoever ( other
or compensation for than default on the part of the Contractor for which the Government is
alteration in or
restriction of work entitled to rescinded the contract ) desire that the whole or any part of the
work specified in the tender should be suspended for any period or that the
whole or part of the work should not be carried out at all, he shall give to
the Contractor a notice in writing of such desire and upon the
receipt of such notice the Contractor shall forthwith suspend or stop the
work wholly or in part as required, after having due regard to
the appropriate stage at which the work should be stopped or suspended so
as not to cause any damage or injury to the work already done or
endanger the safety thereof provided that the decision of the Engineer as to
the stage at which the work or any part of it could be or could have been
safely stopped or suspended shall be final and conclusive against the
Contractor. The Contractor shall have no claim to any payment or
compensation whatsoever by reason of or in pursuance of any notice as
aforesaid, on account of any suspension, stoppage or curtailment except to
the extent specified hereinafter.
2. Where the total suspension of work ordered as aforesaid
continued of a continuous period exceeding 90 days the Contractor
shall be at liberty to withdraw from the contractual obligations under the
contract so far as it pertains
to the unexecuted part of the work by giving a 10 days prior notice in
writing to the Engineer, within 30 days of the expiry of the said period of 90
days, of such intention and requiring the Engineer to record the final
measurements of the work already done and to pay final bill. Upon giving
such notice the Contractor shall be deemed to have been discharged
from his obligation to complete the remaining unexecuted work under his
contract. On receipt of such notice the Engineer shall proceed to complete
the measurement and make such payment as may be finally due to the
Contractor within a period of 90 days from the receipt of such notice in
respect of the work already done by the Contractor. Such payment shall not in
any manner prejudice the right of the Contractor to any further compensation
under the remaining provisions of this clause.
3. Where the Engineer required the Contractor to suspend the
work for a period in excess of 30 days at any time or 60 days in the
aggregate the Contractor shall be entitled to apply to the Engineer within 30

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 96

days of the resumption of work after such suspension for payment of


compensation to the extent of pecuniary loss suffered by him in respect
of working machinery remained idle on the site or on the account of his
having had to pay the salary or wages of labour engaged by him during the
said period of suspension, provided always that the Contractor shall not be
entitled to any claim in respect of any such working machinery,
salary or wages for the first 30 days whether consecutive or in the aggregate
of such suspension or in respect of any suspension whatsoever occasioned
by unsatisfactory work or any other default on his part. The decision of the
Engineer in this regard shall be final and conclusive against the Contractor.
4. In the event of -
i) Any total stoppage of work on notice from the
Engineer under sub-clause (1) in that behalf.
ii) Withdrawal by the Contractor from the contractual obligation to
No claim compensation complete the remaining unexecuted work under sub-clause (2)
on account of loss due to on account of continued suspension of work a period exceeding
delay in supply of 90 days.
material by Government
OR
iii) Curtailment in the quantity of item or items originally tendered
on account of any alteration, omission or substitution in the
specifications, drawings, designs, or instructions under clause 14
(1) where such curtailment exceeds 25% in quantity and the
value of the quantity curtailed beyond 25% at the rates for the
item specified in the tender is more than Rs. 5,000/-
It shall be open to the Contractor, within 90 days from the service of (i) the
notice of stoppage of work or (ii) the notice of withdrawal from the
contractual obligations under the contact on account of the continued
suspension of work or (iii) notice under clause 14(1) resulting in such
curtailment, to produce to the Engineer satisfactory documentary
evidence that he had purchased or agreed to purchase material for use
in the contracted work, before receipt by him of the notice of stoppage,
suspension or curtailment and require the Government to take over on
payment such material at the rates determined by the Engineer, provided,
however, that such rates shall in no case exceed the rates at which the same
was acquired by the Contract. The Government shall thereafter take
over the material so offered, provided the quantities offered, are not in
excess of the requirements of the unexecuted work as specified in the
accepted tender and are of quality and specifications approved by the
Engineer.
No claim compensation Clause 15 (A) - The Contractor shall not be entitled to claim any
on account of loss due to compensation from Government for the loss suffered by him on
delay in supply of
material by Government. account of delay by Government in the supply of materials entered in
Schedule A where such delay is caused by
i) Difficulties relating to the supply of railway wagons.
ii) Force majeure. iii) Act of God.
iv) Act of enemies of the State or any other reasonable cause
beyond the control of Government.

In the case of such delay in the supply of materials,


Government shall grant such extension of time for the completion of the

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 97

works as shall appear to the Executive Engineer to be reasonable in


accordance with the circumstances of the case. The decision of the
Executive Engineer as to the extension of time shall be accepted as final
by the Contractor.
Clause 16- Under no circumstances whatever shall the contractor be
Time limit for entitled to any compensation from Government on any account unless the
unforeseen claims. Contractors shall have submitted claim in writing to the Engineer –
in- charge within one month of the case of such claim occurring.
Action and Clause 17- If at any time before the security deposit or any part thereof is
compensation payable refunded to the Contractor it shall appear to the Engineer-in-charge or
in case of bad work. his subordinate in charge of the work that any work has been
executed with unsound, imperfect or unskillful workmanship or with
materials of
P.W.D. Resolution inferior quality, or that any materials or articles provided by him for the
No. CAT-1087/CR- execution of the work are unsound or of a quality inferior to that contracted
94/Bldg.-2 Dated for, or are otherwise not in accordance with the contract, it shall be
14/6/89. lawful for the Engineer-in-charge to intimate this fact in writing to the
Contractor and then notwithstanding the fact that the work, materials or
articles complained of my have been inadvertently passed certified and
paid for, the Contractor shall be bound forthwith to rectify, or
remove and reconstruct the work so specified in whole or in part, as
the case may require or if so required shall remove the materials or articles
at his own charge and cost and in the event of his failing to do so within
a period to be specified by the Engineer – in – charge in the written
intimation aforesaid, the Contractor shall be liable to pay compensation at
the rate of one percent on the amount of the estimate for everyday not
exceeding 10 days during which the failure so continues and in the
case of any such failure the Engineer-in-charge may rectify or remove
and re-execute the work or remove, and replace the materials or articles
complained of as the case may be at the risk and expense in all respects
of the Contractor. Should the Engineer –in-charge consider that any
such inferior work or materials as prescribed above may be accepted or
made use of, it shall be within his discretion to accept the same at such
reduced rates as he may fix therefor.
Work to be open to Clause 18- All works under or in course of execution or executed in
inspection pursuance of the contract shall at all times be open to inspection and
supervision of the Engineer-in- charge and his subordinates, and the
Contractor or Contractor shall at all times during the usual working hours, and at all
responsible agent to other times at which reasonable notice of the intention of the Engineer-
be present. in-charge and his subordinate to visit the works shall have been given to
the Contractor, either himself be present to receive orders and instructions,
or have a responsible agent duly accredited in writing present for that
purpose. Orders given to the Contractors duly authorized agent shall be
considered to have the same force and effect as if they had been given to
the Contractor himself.
Notice to be given Clause 19 - The contractor shall give not less than five day‟s notice
before work is in writing to the Engineer-in –charge or his subordinate in charge of the
covered up work before covering up or otherwise placing beyond the reach of
measurement any work in order that the same may be measured and
correct dimensions thereof taken before the same is so covered up or
placed beyond the reach of measurement any work

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 98

without the consent in writing of the Engineer-in-charge or his


subordinate in charge of the work, and if any work shall be covered up or
place beyond the reach of measurement, without such notice having been
given or consent obtained the same shall be uncovered at the
Contractor‟s expense, and in default thereof no payment or allowance
shall be made for such work or for the materials with which the same was
executed.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 99

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.

Clause 21 (A)- The Contractor shall provide suitable scaffolds and


working platforms gangways and stairways and shall comply with the
following regulations in connection therewith-
a) Suitable scaffolds shall be provided for workmen
for all works that cannot be safely done from a ladder or by
other means.
b) A scaffold shall not be constructed, taken down or substantially
altered except:-
i) Under the supervision of a competent and responsible person, and
ii) As far as possible by competent workers possessing adequate
experience in this kind of work.
c) All scaffolds and appliances connected therewith
and ladders shall
i) be of sound material.
ii) Be of adequate strength having regard to loads and strains to
which they will be subjected, and
iii) Be maintained in proper condition.
d) Scaffolds shall be so constructed that no part thereof can be
displaced in consequence of normal use.
e) Scaffolds shall not be over-loaded and so far as practicable the
load shall be evenly distributed.
f) Before installing lifting gear on scaffolds special precautions shall
be taken to ensure the strength and stability of the scaffolds.
g) Scaffolds shall be periodically inspected by a competent person.
h) Before allowing a scaffold to be used by his workmen the
Contractor shall, whether the scaffold to be used by his
workmen or not, take steps to ensure that it complies fully with the
regulations herein specified.
i) Working platform, gangway, stairways shall
i) be so constructed that no part thereof can sag unduly or unequally.
iii) be kept free from any unnecessary obstruction. j) In the case
of working platform, gangways, working places and stairways
at a height exceeding 2 meters ( to be specified ) .
i) every working platform and every gangway shall be closely
boarded unless other adequate measures are taken to ensure safety:
ii) every working platform and gangway shall have
adequate width; and
iii) every working platform, gangway, working place and stairway
shall be suitably fenced.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 100

k) Every opening in the floor of a building or in a


working platform shall except for the time and to the extent
required to allow the excess of persons or the transport or
shifting of material be provided with suitable means to
prevent the fall of persons or material.
l) When persons are employed on a rood where there is a danger
of failing from a height exceeding 2 meters ( to be specified )
suitable precautions shall be taken to prevent the fall of persons or
materials.
m) Suitable precautions shall be taken to prevent
persons being struck by articles which might fall from scaffolds
or other working places.
n) Safe means of access shall be provided to all working
platforms and other working places.
o) The Contractor/(s) will have to make payments to
laborers as per Minimum Wages Act 1948.
Clause 21- (B) – The Contractor shall comply with the following
regulations as regards the Hoisting Appliances to be
used by him:-
a) Hoisting machines and tackles, including their
attachments, anchorages and supports shall
i) be of good mechanical construction, sound material and
adequate strength and free from patent defect,
and
ii) be kept in good repair and in good working order.
b) Every rope used in hoisting or lowering materials
or as a means of suspension shall be of suitable
quality and adequate strength and free from patent defect.
c) Hoisting machines and tackles shall be examined and
adequately tested after erection on the site and before use
and be re-examined in position at intervals to be prescribed by
the Government.
d) Every chain, ring, hook, shackle, swivel and pulley
block used in hoisting or lowering materials or as a means of
suspension shall be periodically examined
e) Every crane driver or hoisting appliance operator
shall be properly qualified.
f) No person who is below the age of 21 years shall be in control
any hoisting machine, including any scaffold which give
signals to the operator.
g) In case of every hoisting machine and of every
chin, ring, hook, shackle, swivel and pulley block used in
hoisting or lowering or as a means of suspension, the safe
working load shall be ascertained by adequate means.
h) Every hoisting j machine and all gear referred to in
preceding regulation shall be plainly marked with the
safe working load.
i) In the case of a hoisting machine having a variable
safe working load each safe working load and the conditions
under which it is applicable shall be clearly indicated.
j) No part of any hoisting machine or any gear referred to in

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 101

regulation (g) above shall be loaded beyond the safe working


load except for the purpose of testing.
k) Motors, gearing, transmissions, electric wiring and other
dangerous parts of hoisting appliances shall, be provided with
efficient safeguards.
l) Hoisting appliances shall be provided with such means as
will reduce to minimum and the risk of the accidental descent
of the load.
m) Adequate precaution shall be taken to reduce to a
minimum the risk of any part of a suspended load
becoming accidentally displaced.
Measurement for Clause 22- The Contractor shall not set fire to any standing jungle, trees,
prevention of fire. brushwood or grass without a written permission from the Executive
Engineer. When such permit is given, and also in the cases when
destroying, cut or dug up trees, brushwood, grass etc. by fire, the
Contractor shall take necessary measures to prevent such fire spreading to
or otherwise damaging surrounding property. The Contractor shall
make his own arrangements for drinking water for the labour employed
by him and provide sanitary and other arrangement
Liability of Contractor Clause 23- Compensation for all damages done intentionally or
for any damage done in unintentionally by Contractor‟s labour whether in or beyond the limits
or outside work area. of the Government property including and damage caused by the
spreading of fire mentioned in Clause 22 shall be estimated by the
Engineer-in-charge or such other officer as he may appoint and the
estimate of the Engineer –in-charge subject to the decision of the
Superintending Engineer on appeal shall be final and the Contractor shall
be bound to pay the amount of the assessed compensation on
demand, failing which the same will be recovered from the Contractor as
damage in the prescribed in Clause 1 or deducted by the Engineer-in-
charge from any sums that may be due or become due from Government to
Contractor under this contract or otherwise. The Contractor shall bear the
expenses of defending any action or other legal proceedings that may
be brought by any person for injury sustained by him owing to neglect
of precautions to prevent the spread of fire and he shall pay any damages
and cost that may be awarded by the court in consequence.
Employment of Clause 24- The employment of female laborers on works in neighbor-
female labour hood of soldier‟s barracks should be avoided as far as possible. The
contractor shall employ the labour with the nearest employment
exchange.
Work on Sunday Clause 25- No work shall be done on a Sunday without the sanction in
writing of the Engineer-in-charge.

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 102

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-

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 103

110/Bldg.2, dated 7.5.1986).


Stores of European or Clause 31 - The Contractor shall obtain from Departmental stores all stores
American manufacture and articles of European or American manufacturer which may be required
to be obtained from the for the work. , or any part thereof or in making up any articles required
Government.
thereof or in connection therewith unless he has obtained permission in writing
from the Engineer-in-charge to obtain such stores and articles elsewhere.
The value of such stores and articles as may be supplied to the Contractor
by the Engineer-in-charge will be debited to the Contractor in his account at
the rates shown in the Schedule in Form 'A' attached to the contract
and if they are not entered in the said schedule, they shall be debited to him at
cost price which for the purpose of this contract shall include the cost of
carriage and all other expenses whatsoever, which shall have been incurred in
obtaining delivery of the same at the store aforesaid.
Lumpsums in Clause 32 - When the estimate on which a tender is made includes
estimates lumpsums in respect of parts of the work, the Contractor shall be entitled to
payment in respect of the items of work involved or the part of the work
in question at the same rates as are payable under this contract for each
items, or if the part of the work in question is not in the opinion of the
Engineer-in-charge capable of measurement, the Engineer-in-charge may
at his discretion pay the lump sum amount entered in the estimate and the
certificate in writing of the Engineer-in-charge shall be final and
conclusive against the Contractor with regard to any sum or sums
payable to him under the provisions of this clause.
Actions where no Clause 33 - In the case of any class of work for which there is no such
specifications. specifications as is mentioned in Rule 1 of Form B-1 such work shall be
carried out in accordance with the Divisional specifications, and in the event
of there being no Divisional specification, then in such case the work shall
be carried out in all respect in accordance with all instructions and
requirements of the Engineer-in-charge.
Definition of work Clause 34 - The expression " Work" or "Works" where used in these
conditions, shall unless there be something in the subject or context
repugnant to such construction , be construct to mean the work or
works contracted to be executed under or in virtue of the contract , where
temporary or permanent an whether original, altered, substituted or
additional.
Contractor's percentage Clause 35 - The percentage referred to in the tender shall be deducted
whether applied to from / added to the gross amount of the bill before deducting the value
net or gross amount of of any stock issued.
bill
Payment of quarry fees Clause 36 - Royalty charges shall be payable at the time of actual execution
and royalties [Link]. of work as per rates decided by the Govt. of Maharashtra revenue Department
Misc.02/05/(291)
/Buildg.2, dated only on producing Royalty Passes and payment details duly verified from
11/9/2003 concerned Revenue authority. However if, the contractor fails to provide
adequate number of passes for the quantity of materials of executed work, then
the penal recovery of royalty payable for such shortfall of royalty passes, shall be
made from the amount of bills payable. In such cases contractor himself will be
solely responsible for any legal action by appropriate authority for procuring
material without paying royalty.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 104

Compensation Clause 37 - The Contractor shall be responsible for and


under Workmen's shall pay any compensation to his workmen payable under the Workmen's
Compensation Act. compensation Act, 1923 (VII of 1923) , ( hereinafter called the said Act) for
injuries caused to the workmen. If such compensation is payable / pad by
the Government as principal under sub-section (1) of Section 12 the said
Act on behalf of the Contractor, it shall be recoverable by the
Government from the Contractor under sub-section (2) of the said section.
Such Compensation shall be recovered in the manner laid down in Clause 1
above.

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.

Clause 37 (B) - The Contractor shall provide all necessary personal


safety equipment and first aid apparatus available for the use of the persons
employed on the site and shall maintain the same in condition suitable for
immediate use at any time and shall comply with the following regulations in
connection therewith.

a) The workers shall be required to use the equipments so provided by


the contractor and the Contractor shall take adequate steps to ensure
proper use of the equipment by those concerned.
b) when work is carried on in proximity to any place where
there is a risk of drowning all necessary equipment shall be provided
and kept ready for use and all necessary steps shall be taken for the
prompt rescue of any person in danger.

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/-

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 105

(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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 106

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.

vi) Contractor shall provide drinking water facilities to the


workers. Similar amenities shall be provided to the workers engaged
on large work in urban areas.
vii) Contractor to take precautions against accidents which
take place on account of labour using loose garments while working near
machinery.
viii) All facilities provided in the Contract Labour
(Regulation and Abolition Act 1971), the Maharashtra Contract Labour
Regulation and Abolition Rule 1971 should be provided.
Method of Clause 44 - Payment to Contractors shall be made by
payment cheque drawn on any treasury within the division convenient to them, provided
the amount exceeds Rs. 10/- . Amounts not exceeding Rs. 10 will be paid in
cash.
Acceptance of Clause 45 - Any Contractor who does not accept these
conditions compulsory conditions shall not be allowed to tender for work.
before tendering for
work.
employment of Clause 46 - If Government declares a state of scarcity or
scarcity labour. famine to exist in any village situated within 10 miles of work, the Contractor
shall employ upon such parts of the work, as are suitable for unskilled labour,
any person certified to him by the Executive Engineer, or by any person to
whom the Executive Engineer may have delegated this duty in writing to be in
need of relief and shall be bound to pay to such person wages not below the
minimum which Government may have fixed in this behalf. Any disputes
which may arise in connection with the implementation of this clause shall be
decided by the Executive Engineer whose decision shall be final and binding
on the Contractor.

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 107

[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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 108

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 109

Fax No. IS022-26592461/26590403).

Similarly all workmen's appointed to complete the contract work are


required to insure under workmen's compensation Insurance Policy. Insurance
Policy/ Policies taken out from any other company will not be [Link] any
contractor has affected insurance with any insurance company, the same will
not be accepted.

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

B) Loss of or damage to Equipment


C) Loss of or damage of property ( except the work, plant, materials and
equipment) in connection with the contractor and
D) Personal injury or death Policies and certificates for insurance shall be
delivered by the contractor to the Engineer for the Engineer‟s approval before
the start date. All such insurance shall provide for compensation to be payable
in the types and proportions of currencies required to rectify the loss or damage
incurred.
The insurance charges borne by the contractor will be reimbursed by
department at the time of final bill, for this purpose contractor should submit
proof of payment of insurance charges to Director of Insurance Govt. of
Maharashtra, along with policy issued by Director of Insurance, Govt. of
Maharashtra.
If the contractor does not provide any of the policies and certificates required,
the Employer may effect the insurance which the contractor should have
provided and recover the premiums the Employer has paid from payments
otherwise due to the contractor preferably from first running bill of 1% of the
contract amount or, if no payment is due, the payment of the premiums shall be
a debt due.
Alteration to the terms of an insurance shall not be made without the approval
of the Engineer.

Both parties shall comply with any conditions of the insurance policies.

The contractor shall provide insurance copy to the Executive Engineer, issued

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 110

by the Directorate of Insurance, Govt. of Maharashtra, within one month from


the date of issue of work order, failing which total 1% insurance will be
deducted from the Ist running bill due to the contractor.

If completion period of work is Extended, then period of work Insurance must


be renewed/extended as per requirement.

Government in Clause 57 - Building and Other Construction Workers Welfare


[Link]. letter ( in c ess
Marathi) No. Misc./10 As per Government of Maharashtra, Industry, Energy & Labour
/ 09 / [Link].277/ Deptt. G.R. No. BLA 2009/[Link].108/Kamgar-7A, dt. 17/6/2010 &
Bldg.-2, Public Works Department Circular No. BDG- 2010/[Link]. 277/Building-2,
Mantralaya, dated 28/09/2010, Building and Other Construction Workers Welfare Cess
Mumbai.32 dated at one percent or at the rates amended from time to time as intimated by the
17/08/2010. competent authority under Building and Other Constructions Worker
Welfare Act 1996 will be deducted from the Bill amount, whether
measured Bill, advance payment or Secured Advance.
Government Circular Clause 58 -
No. Revenue- Contractor shall bear whole required amount of Stamp Duty on works contract
2020/[Link].01- as per Mumbai Stamp Duty Act.1958 Clause 34 at the prevailing rates.
2016/C.N.218/M- i) For works contract upto 10.00 lakhs - Rs.500.00
1(Policy) ii) For works contract above Rs. 10.00lakhs- Rs. 500.00 + Rs. 100.00 for
/Mantralaya, Rs.1 lakh or part therefore above Rs.10.00 Lakh subject to maximum
Mumbai.400032 of Rs. 25,00,000/- (As per Maharashtra stamp ( Amendment Act-
dated 2015) Maharashtra State Gazette Dt.24.04.2015)
18/03/2021. No claim against this shall be considered and if the contractor fails to bear this
amount, acceptance of the tender shall be liable to be considered as
withdrawn.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 111

ADDITIONAL CONDITIONS FOR MATERIALS

( CEMENT, M.S. / H.Y.S.D./ T.M.T. BARS, ASPHALT, ETC. BROUGHT BY CONTRACTOR)

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 112

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 113

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.

8. The testing charges shall be entirely borne by the Contractor.

=======================================================================

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 114

SPECIAL ATTENTION OF CONTRACTOR FOR EXECUTION

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.

=======================================================================

ENSURING GRADE OF ASPHALT BROUGHT ON SITE BY THE CONTRACTOR

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.

Accompaniments to Government Resolution


Public Works Department No. CAT/06/04/148, dated 16/5/2005.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 115

PRICE VARIATION CLAUSE


If during the operative period of the contract as defined in condition (i) below , there shall be any
variation in the Consumer Price Index (New Series) for industrial workers for Nagpur Centre as
per the Labour Gazette published by the Commissioner of Labour, Government of Maharashtra and
/ or in the Wholesale Price Index for all commodities prepared by the Office of Economic Advisor,
Ministry of Industry, Government of India, or in the price of Petrol/ Oil and Lubricants and
major construction materials like Bitumen, Cement , Steel , various types of metal pipes etc., then
subject to other conditions mentioned below, price adjustment on account of 1) Labour Component
2) Material Component 3) Petrol , Oil and Lubricants Component 4) Bitumen Component 5) HYSD
and Mild steel Component 6) Cement Component 7) C.I. and D.I. Pipes Component, calculated
as per the formulae hereinafter appearing shall be made. Apart from these , no other adjustments
shall be made to the contract price for any reasons whatsoever. Component percentage as given
below are as of the total cost of work put to tender. Total of Labour, material and POL
components shall be 100 and other components shall be as per actual

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.

(1) Formula for Labour Components.

VI = Amount of price variation in Rupees to be


allowed for labour component.
P= Cost of work done during the quarter under consideration
Minus the cost of Cement, HYSD and Mild Steel, Bitumen C1 and D.1. Pipes calculated at
the Basic star rates as applied for the tender consumed during the quarter under consideration.
( These star rates shall be specified here)

1. Bitumen VG-30 Grade : Rs. 0.00 Per M.T.


2. Bitumen VG-10 Grade : Rs. 0.00 Per M.T.
3. Cement : Rs. 0.00 Per M.T.
4. T. M.T. Steel bar : Rs. 0.00 Per M.T.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 116

K1 = Percentage of labour component as indicated above.


L0 = Basic Consumer price Index for Nagpur centre shall be average price
index for the quarter preceding the month in which the last date
prescribed for receipt of tender, falls.
L1 = Average consumer price index for Nagpur centre for the quarter under
consideration.

(2) Formula for Material Component

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.

(3) Formula for Petrol , Oil, and Lubricant Component

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

(4) Formula for Bitumen Component


V4 = QB x ( B1 - B0 ) where,

V4 Amount of price variation in Rupees to be allowed for Bitumen


QB component.
Quantity of Bitumen (Grade) in metric tones used in the permanent
works and approved enabling works during the quarter under
consideration.
B1 = Current, average ex-refinery price per metric tonne of Bitumen (Grade)
under consideration including taxes (octroi, excise, sales tax) during the
quarter under consideration .
B0 = Basic rate of Bitumen in rupees per metric tonne as considered for
working out value of P or average ex-refinery price in rupees per metric ton
including taxes ( octroi, excise, sales tax) of Bitumen under consideration for
prevailing quarter preceding the month in which the last date prescribed for
receipt of tender, falls which is higher.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 117

(5) Formula for TMT/ HYSD and Mild Steel Component

V5 = { S0 ( SI1 - SI0 ) } x T hère, SI0


V5 = Amount of price variation in Rupees to be allowed for TMT/ HYSD/ Mild
Steel component.
S0 = Basic rate of TMT/ HYSD/ Mild Steel in rupees per metric tonne as
considered for working out value of P.
SI1 = Average Steel Index as per RBI Bulletin during the quarter under
consideration..
SI0 = Average Steel index as per RBI Bulletin during the quarter preceding the
month in which the last date prescribed for receipt of tender, falls. Tonnage
T = of Steel used in the permanent works for the quarter under
consideration.

(6) Formula for Cement Component

V6 = { C0 ( CI1 - CI0 ) } x T hère, CI0


V6 = Amount of price escalation in Rupees to be allowed for Cement
component.
C0 = Basic rate of Cement in rupees per metric tonne as considered for working
out value of P..
CI1 = Average Cement Index published in RBI Bulletin for the quarter under
consideration..
CI0 = Average Cement index published in RBI Bulletin for the quarter
preceding the month in which the last date prescribed for receipt of
tender, falls.
T = Tonnage of Cement used in the permanent works for the quarter
under Consideration.
(7) Formula for C.I. / D.I. Pipe Component

V7 = Q0 x ( D1 - D0 ) where,

V7 = Amount of price escalation in Rupees to be allowed for C.I./D.I. Pipe component.


D0 = Pig iron basic price in rupees per metric tonne as considered for working out value of
P.
D1 = Average Pig Iron price in rupees per tonne during the quarter under consideration
( Published by HSCO) .
Q0 = Tonnage of C.I./D.I. Pipes used in the permanent works for the quarter under
Consideration.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 118

(III) THE FOLLOWING CONDITIONS SHALL PREVAIL

(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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 119

ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS

I N D EX

Reno. Description Page No.


1. 2. 3. 4.

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 120

ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS

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.

1.0 CONTRACTOR TO INFORM HIMSELF FULLY:

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:

Unless excluded by or repugnant to the context,


(a) The expression" Government "as used in the tender papers shall mean the Public Works,
Department of the Government of Maharashtra.

(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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 121

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 122

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"

4. ERRORS, OMISSION AND DISCREPANCIES:

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.

4.1 PROGRAMME OF WORK


4.1.1 The work is required to be completed within a period of 12 months (including
monsoon)The Contractor shall submit the tentative Bar Chart before commencement of work.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 123

5. METHODOLOGY OF CONSTRUCTION AND CONSTRUCTION EQUIPMENTS :-

5.1 Construction Machinery / Equipments:

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.

6.1) WORK METHODOLOGY FOR SEAL COAT

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 124

6.2 PROGRESSIVE METHODOLOGY.

The work methodology as described above shall then be followed for next 200mts. and thus
progressively for entire length of road.

6.3 MODE OF INSPECTION AND MEASUREMENT

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 125

7.5 PRIORITIES OF WORKS TO BE EXECUTED:


Priorities for items to be executed shall be determined periodically keeping in view of the final time limit
allowed for the work and all the time schedule fixed for intermediate stages of work. Engineer can initiate
such action at any time by giving 7 day notice in writing to contractor.

7.6 Revised Programme of Work in case of slippage:


In case of slippage from the approved work programme at any stage, the contractor shall furnish revised
programme to make up slippage within the stipulated time schedule and obtain the approval of the
Engineer-in-charge to the revised programme.

(4)7.7 Action in case disproportionate progress:


In case of extremely poor progress of the work or any item at any stages of work which in the opinion of
the Engineer-In-Charge cannot be made good by the Contractor considering his available resources, the
Engineer-In-Charge will get it accelerated to make up the lost time through any other agency, and recover
the additional cost incurred, If any, in getting the work done from the Contractor after informing him about
the action envisaged by him.

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.

9. AGENT AND WORK-ORDER BOOK:


The contractor shall himself manage the work or engage an authorized all-time agent on the work capable
of managing and guiding the work and understanding the specifications and contract condition. A qualified
and experience, Engineer shall be provided by the Contractor as his agent for technical matters in case the
Engineer-in charge considers this as essential for the work and so directs contractors. He will take orders as
will be given by the Executive Engineer or his representative and shall be responsible for carrying them out.
This agent shall not be changed without prior intimation to the Executive Engineer and his representative
on the work site. The contractor shall supply to the Engineer the details of all supervisory and other staff
employed by the Contractor and notify changes when made, and satisfy the unquestionable right to ask for
change in the quality and numbers of contractor's supervisory staff and to order removal from work of any
of such staff. The contractor shall comply with such orders and effect replacements to the satisfaction of the
Engineer.
A work-order book shall be maintained on site and it shall be the property of Government and the Contractor shall
promptly sign orders given therein by Executive Engineer or his representative and his superior officers, and comply
with them. The compliance shall be reported by the contractor to the Engineer in good time so that it can be checked.
The blank work order book with machine numbered pages will be provided by the Department free of charge for this
purpose. The contractor will be allowed to copy out instructions therein from time to time.

10. SETTING OUT FOR ROAD / BRIDGE :-

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 126

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.

10.2 RESPONSIBILITIES FOR LEVEL AND ALIGNMENT. :-


The Contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the
levels and correctness of every part of the work and shall rectify effectively any errors or imperfections
therein, such rectifications shall be carried out by the Contractor, at its own cost, when instructions are
issued to that effect by the Engineer- in-charge.

10.3 LEVELLING INSTRUMENTS:


If measurements of items of the work are based on volumetric measurements calculated from levels taken
before and after construction of the item, a large number of leveling staffs, tapes etc. will have to be kept
available by the Contractor at the site of work for this purpose. Lack of such leveling staffs, tapes etc. in
required numbers may cause delay in measurements and the work. The Contractor will have therefore to
keep sufficient number of these readily available at site and in good working condition.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 127

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.

11) AUTHORITIES OF THE ENGINEER-IN-CHARGE REPRESENTATIVE

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.

12) INITIAL MEASUREMENTS FOR RECORD:

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.

13 HANDING OVER OF WORK:-

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.

14. ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC. :-

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 128

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.

15.1 Frequency Chart for Testing of Materials

Sr. Material Test Frequency of Testing Remarks


No.
1. Sand i) Finess Modulus At the beginning and if Every batch of
ii) Silt Content there is change in source sand
for silt content
2. Metal i) Crushing value On test per 200 Cum. or PWD Hand
ii) Impact value part thereof. Book I.S.
iii) Abrasion value 2386 Part-II
iv) Water Absorption
v) Flakiness Index
vi) Stripping value
vii) Gradation
3. Cement i) Compressive Strength Upto 5 Cum – 1 set M.O.R.T.H.
Concrete 6-15 Cum – 2 set Specification
16-30 – 3 set 1716
31-50 – 4set+
One additional set for each
additional 50 Cum
4. Cement i) Compo strength Or part thereof. I.S. 269
ii) Initial setting time One Test for each 12269
iii) Final setting time consignment of 50 M.T.
iv) Specific Gravity (1000 bags) or part
v) Soundness thereof.
vi) Fineness
5. Steel i) Weightper Metre One test for every 5.0 I.S. 432.
ii) Ultimate Tensile M.T. or part thereof for
stress each diameter
iii) Yield stress

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 129

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 130

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.

13. Bituminous i)Quality of binder Sa me as per Sr. No. 9 M.O.R.T. H.


Macadam ii)Impact/ Abrasion value Same as per Sr. No. 9 Specification
iii)Flakiness/ Elongation Same as per Sr. No. 9 onTable 900.4
Index Same as per Sr. No. 9 Binder content
iv)Stripping value Same as per Sr. No. 9 shall be
v)Water Sensitivity of mix Same as per Sr. No. 9 checked on
vi)Water Absorption Same as per Sr. No. 9 M.O.R.T.H.
vii)% of fractual faces Same as per Sr. No. 9 Specification
viii)Sand Equivalent test Same as per Sr. No. 9 on Table 900-
ix)Plasticity Index As required 46and Chapter
x)Mix Grading as Required One set of test on 10 Table 10.7.
xi)Binder Content individual construtents & of MORTH
xii)Stability of Mix Mix aggregates from dryer Manual for
xiii)Water Sensitivity of Mix mix subject to a minimum construction
xiv)Swell Test of Mix and
of two tests per plant per
xv)Control of Temp of Supervision of
day For each 400 Tonnes
Binder in Boiler, aggr. Bituminous
of mix products Sam as
In dryer and mix at the work.
per Sr. No. 9 As required
time of laying & rolling.
xvi)Control of Binder. for Bituminous concrete
content & grading of At regular close intervals.
mix

xvii) Rates of spread of Tonnes of mix subject to


mixed material minimum of two tests per
xviii) Density of compacted day per plant.
layer Regular control through
checks on the weight of
mixed material and layer
thickness
1 test per 250 Sqm. Area.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 131

15.2THE OFFER OF THE CONTRACTOR SHALL INCLUDE FOR THIS PURPOSE:

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 132

ADDITIOAL CONDITION FOR MATERIAL TESTING

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.

15.2 SAMPLING OF MATERIALS


Samples provided to the Engineer or his representative for their retention is to be in the labeled boxes
suitable for storage. Materials or workmanship not corresponding in character and quality with approved
samples will be rejected by the Engineer or his representative and shall be removed from the site as directed
by the Engineer at the Contractor's cost. Samples required for approval and testing must be supplied well in
advance by at least 48 hours to allow for testing and approval. Delay to work arising from the late
submission of sample will not be acceptable as a reason for delay in the completion of work. For all
materials brought from outside, the cost of sampling, testing whether in India or outside shall be borne by
the contractor.
All materials to be used on work shall be got approved in advance from the Engineering-charge and shall
pass the test and or analysis required by him. which will be as follows :-

a) As specified by the Indian Road Congress Standard Specification.

b) Code of Practice for Road and Bridges.


OR
c) ISI specification (whichever and wherever applicable)

d) Such recognized specifications accepted to Engineer-in-charge or equivalent hereto or in absence of


such recognized specifications.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 133

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 134

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.

17. PATENTED DEVICE

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. SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL:-

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 135

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.

19.3 TEMPORARY QUARTERS:

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.

19.4 SAFETY MEASURES AND AMENITIES:

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 136

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.

21. DAMAGE BY FLOODS OR ACCIDENTS :-

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.

22. RELATION WITH PUBLIC AUTHORITIES :-

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 137

24. MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FOR LABOUR


EMPLOYED ON THE CONSTRUCTION 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 :-

I. Huts of Bamboos and Grass may be constructed.


A good site not liable to submergence shall be selected on high ground remote from jungle but well
provided with trees, shall be chosen where it is available. The neighborhood of tank, jungle, grass or woods
should be particularly avoided. Camps should not be established close to large cuttings of earth work. The
lines huts shall have open spaces of at least ten meters between rows. When a good natural site cannot be
procured, particular attention should be given to the drainage. There should be no overcrowding. Floor
space at the rate of 30 [Link]. Per head shall be provided. Care should be taken to see that the huts are kept
clean and in good order. The Contractor must find his own land and if he wants Government land, he
should apply for it and pay assessment for it, if made available by Government. The contractor shall
construct a sufficient number of bathing places. Washing places should also be provided for the purpose of
washing clothes. The Contractor shall make sufficient arrangements for draining away the surface and
sullage water as well as water from the bathing and washing places and shall dispose off this waste water in
such way as not to cause any nuisance. The contractor shall engage a Medical officer with a traveling
dispensary for a Camp containing- 500 or more persons if there is no Government or other private
dispensary situated within 8 kilometers from the Camp. In case of emergency the contractor shall arrange at
his cost for transport for quick medical help to his sick worker. The Contractor shall provide the necessary
staff for effecting a satisfactory drainage system and cleanliness of the camp to the satisfaction of the
Engineer. At least one sweeper per 200 persons should be engaged. The Assistant Director of Public Health
shall be consulted before opening a labour camp and his instruction on matters such as water supply
sanitary conveniences, the camp site accommodation and food supply shall be followed by the Contractor.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 138

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 139

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.

25.11 All royalty charges shall be recovered from contractors bills.

26 TRAFFIC REGULATION :-

(A) Public Utilities:

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.

(B) Arrangement for traffic during construction :

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. PROCUREMENT OF MATERIALS :-

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 140

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.

27.9 No deduction will made for voids.

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 141

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 142

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.

27.26 Bulk bitumen of IS grade VG-30 grade shall be used.

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 143

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 144

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.

27.47 : Special Condition for B.T. work :

In respect of Bituminous Works, 15% (Fifteen Percent) payment of Bituminous Works in a


particular Km. shall be retained till satisfactory completion of side berms, C.D. Works, and other
miscellaneous / road furniture items in that Km. After satisfactory completion of other items
satisfactorily, the withheld payment shall be released.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 145

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 146

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.

29. PAYMENTS AND MEASUREMENTS :-


29.1 PAYMENT:

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. MAINTENANCE : (ROADS)

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 147

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. FINAL BILL:


31.1 The contractor should submit final bill within one month after completion of the work and the same
will be paid within 5 months if it is in order. Disputed items and claims, if any shall be excluded from the
bill and settled separately later on.

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. PRELIMINARY ARRANGEMENTS: -

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 148

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. EXCEPTED RISKS :-

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 149

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. ADDITIONAL WORKS SPECIFICATIONS :-

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.

38. QUALITY ASSURANCE AND MAINTENANCE:-


38.1. The contractor to ensure the specified quality of work which will also include necessary surveys,
temporary works etc. The contractor shall prepare a quality assurance plan and get the same approved form
the Engineer-in-charge within one month from the date of work order. The contractor shall submit an
organization chart of his technical personnel to be deployed on the work along with their' qualification, job
descriptions defining the functions of reporting, supervising inspecting and approving. The contractor shall
also submit a list of tools, equipment and the machinery and instruments which he proposes to use for the
construction and for testing in the field and or in the laboratory and monitoring. The contractor shall
modify/supplement the organization chart and the list of machinery, equipment etc. as per the directions by
the Superintending Engineer Engineer-In-Charge and shall deploy the personnel and equipment on the field
as per the approved chart and list respectively.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 150

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.

39. TECHNICAL COMPLETION REPORT


The contractor shall submit Technical Completion Report along with his final bill, which shall include:
1. Detailed measurements
2. Working drawing
3. Details of material brought on site and consumed in the work, which shall also indicate standard
consumption and deviation if any, with reasons.
4. Test Results of all materials used in the work with an abstract of total tests carried out and required
as per frequency of tests as laid down in the relevant M.O.R.T.& H. Specifications.
5. Roughometer survey data as laid down in acceptance criteria. Design Calculations / Job-Mix
Formula etc. Maintenance Manual.

40. ADDITIONAL SPECIAL CONDITIONS FOR HOTMIX ASPHALTIC WORKS:

1. i) Clause No.1 06 of Ministry's Specifications (4th Revision 2001)

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 151

d) The Contractor shall be responsible for rectifying / replacing any work falling short of quality
requirements as directed by the Engineer.

iii) CLAUSES IN THE CONDITION OF CONTRACT

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.

41. GUIDELINES ON QUALITY CONTROL OPERATIONS: DELETED

41.2 THE OFFER OF THE CONTRACTOR SHALL INCLUDE: DELETED

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 152

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.

i. Alignment and Level Control.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 153

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

iii. Embankment Construction

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.

iv. Sub Grade

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 154

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.

vi. Granular Base Course

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.

b) Field compaction shall be checked at site on the compacted layer.

c) Checking for the cross fall built shall be done.

viii. Culverts and other Appurtenances

a) Lines, levels and quality of the foundation should be checked.

b) In case of pipe culverts

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 155

44. 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 :-
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.

47. HOT MIXED AND HOT LAID BITUMINOUS CONSTRUCTIONS:

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.

48. ACCEPTANCE CRITERIA:

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 156

1) Bituminous concrete 2500 mm/Km. 2) Premix carpet 3500mm /Km.


It shall be the responsibility of the contractor to make all the required arrangements and get this
survey done in the presence of and under the guidance of the Engineer-in charge. The Survey data shall be
submitted to the Engineer-in-charge for his perusal who shall decide further action to be taken depending
on survey results.
49. IN CASE OF CEMENT CONCRETE WORKS

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.

iv) Checking for stability and sturdiness of formwork.

v) Ensuring that the crucial equipment like mixers and vibrators are in working order before start of
work.

vi) Control on water cement ratio.

vii) Control on workability and time elapsed between mixing and placing of concrete.

viii) Control on compaction and finishing.

ix) Tests on cube samples at 7 to 28 days.

x) Check on provisions for adequate curing.

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.

50. PAVEMENT COURSES - GENERAL CONTROLS:

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 157

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.

Sr. No. Description Rate of application for 100 sqmt.

75 mm 50 mm

On asphalt On WBM On asphalt On WBM


surface Surface surface Surface

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

d) Tack coat for existing 50 Kg - 50 Kg -


Bitumen surface with
60/70 bitumen

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 158

Note : 70% Hand broken metal and 30% crusher broken metal of total quantity for 40 mm size

metal shall be used.

(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.

5) Tack Coat on bitumen surface:

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.

6) Picking of existing W.B.M. Surface :

Picking of existing W.B.M. surface for receiving bituminous bound macadam as per Rd. 33.

7) Spreading and Compaction

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

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 159

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:

On Completion of bitumen application, 12 mm size key aggregates shall be spread immediately at


a uniform rate of 1.8 cubic meters/ 1.2 cubic meters per 100 sqm. of area when entire surface in hot
condition Brooms shall be used to ensure even distribution of key aggregates.

10) Final Compaction:

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.

11) Surface Finish and Quality Control:

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.

Reno. Test Frequency

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

4 Stripping value Initially one set of three representative specimen for


each source of supply subsequently when warranted by
changes in the quality of aggregate.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 160

6 Aggregate grading One test per 100 cubic meter of aggregate

7 Temperature of binder at At regular close intervals.


application

8 Rate of spreading for binder. One test per 500 square meter of area.

12) Item to Include:

i) Diversions unless separately provided in the tender

ii) Preparing the road surface.

iii) Applying tack coat on existing B.T. or picking the existing W.B.M. surface.

iv) Supplying spreading and compaction of 40 mm and 12 mm size aggregate.

v) Supplying, heating and spraying of bitumen.

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.

13) Mode of Measurement and Payment.

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.

WORK METHODOLOGY FOR SEAL COAT


Liquid seal coat shall be executed as per Clause No. 513 of Specification for Road and Bridge Works of
M.O.R.T.&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.
Construction of seal coat shall be as per Clause [Link] and shall be for 200 m. length prepared as above.
The preparation of surface for seal coat and construction of seal coat as per Clause [Link] and [Link]
responsively as mentioned above shall be done in 200 m. in one go and the cycle of during in 200 m. 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 separately.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 161

PROGRESSIVE METHODOLOGY
The work methodology as described above shall then be followed for next 200 meters and thus
progressively for entire length of road

MODE OF INSPECTION AND MEASUREMENT

The Deputy Engineer shall remain present and personally supervise cent percent ( 100%) length executed
during his tenure

Extract from specifications for Road and Bridge works by M.O.S.T.

902 Control of alignment , level and surface regularity.

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.

902.2 Horizontal alignment

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.

902.3 Sub-grade Levels

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.

902.4 Surface Regularity of pavement courses

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 162

Table 900-2 Maximum permitted number of surface irregularities

Irregularity Surface of carriageway and Surface of Lay bays, services


paved shoulders Areas and all bituminous base
Course.
4 mm. 7mm. 4mm. 7 mm.

Length (m) 300 75 300 75 300 75 300 75

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.

For Pavement surface ( Bituminous and cement concrete) 3 mm.


For Bituminous base courses 6 mm.
For Granular Sub-base courses 8 mm.
For Sub-base under concrete Pavements 10 mm.

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.

Abstract from Standard Specifications for Roads and Bridges of Government of


Maharashtra.
Rd.33 Picking the road surface including sectioning complete

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 163

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 junctions of the picked and non-picked surfaces shall be diagonal.

Rd 33.4 Item to include

Picking, watering if required, sectioning and grinding, Divisions including barricading


warning signals, lights , etc. unless separately provided in the tender, the work satisfactorily.

Rd 33.5 Mode and Measurement of Payment


The contract rate shall be one [Link] of surface picked & sectioned.

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 Stone aggregates :

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.

For light or medium For heavy traffic


traffic
Los Angles abrasion test, percent 25 17
fines maximum
Aggregate crushing test, percent, 23 17
fines maximum

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 164

Water absorption by weight after 1 1


24 hours immersion , percent, not
more than

Test shall be carried out according to I.S. 383-1970.


Test considered necessary shall be carried out in an approved laboratory when the Engineer considers
quality to be doubtful or there is dispute about the quality. If the results are satisfactory, the cost
of tests shall be borne by the Department and if unsatisfactory by the contractor.

Rd 41.3.2 Size : Size of the metal and chips shall be as under :


Standard size Wholly passing through Wholly retained on square
Square mesh of internal mesh of internal
dimension dimension.

40 mm. ( about 1.5") 50 mm. ( about 2" ) 25 mm. ( about 1" )

22 mm. ( about 1") 40 mm. ( about 1.5") 20 mm. (about 0.75")

20 mm. ( about 0.75") 25 mm. ( about 1") 12 mm. (about 0.50")

12 mm. ( about 0.05") 20 mm. ( about 0.75") 10 mm. (about 0.75")

10 mm. ( about 0.75") 12 mm. ( about 0.50") 6 mm. (about 0.25")

6 mm. ( about 0.25") 10 mm. ( about 0.75") 5 mm. (about 3/16")

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 41.3.3 Conveyance : According to Specification No. Rd 19.3.3

Rd 41.3.4 Stocking : According to Specification No. Rd. 22.3.4 wherever a mixture of


aggregates of two or more standard sizes is specified for the work, each size of aggregates shall
be stacked separately and entirely clear of the carriageway and where possible clear of the
shoulders also. They shall be stacked in such a manner as to prevent mixture, deterioration or
contamination.

Rd 41.4 Special points : According to Specification No. Rd. 19.4

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

Rd 42.6 Mode of measurement and payment according to Specification [Link].20.6.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 165

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".

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 166

SUPPLEMENTS SPECIFICATION OF SCHEDULE "B"

(To be referred with schedule "B" and Its specifications)

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 167

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.

Additional Condition for Payment of Bituminous Works :-


In respect of bituminous work 15% (Fifteen percent) payment on bituminous items in 'a' particular
kilometer will be with held till completion of agreement items of side berms, built up drains, site
clearance, road side furniture, C.D. works and other items in that kilometer as per the instructions of
the Engineer-in-charge. After completion of these items in the particular kilometer the withheld
payment will be finally released.
4. After digging a pit at a place, if a pit falls in that place before a period of one year, the responsibility
of the same shall remain with the contractor and the repair of the pit shall be undertaken by the
contractor at his own expense.
5. Complaints should be redressed immediately using PCRS app, a public oriented mobile system
launched by the government.
6. It should be noted that action will be taken against the contractor who delays in quality and
performance in the non-scheduled annual maintenance repair work.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 168

TRAFFIC SAFETY MEASURES TO BE TAKEN BY THE CONTRACTOR AT HIS OWN COST


DURING IMPROVEMENT OF ROADS WHERE TRAFFIC CAN BE PASSED OVER PART
WIDTH
ITEM :- Providing traffic safety measures on road during improvement of existing road comprising of
Traffic Sign Boards and devices as per detailed design drawing and specifications and as directed by
Engineer in charge.
SPECIFICATIONS:- The item includes traffic safety arrangements required for traffic control near the
stretch of road where improvement work is being taken up, before actual start of improvement work of
road. The contractor will have to provide traffic safety arrangements as per detailed drawing. The traffic
safety arrangement will have to be got approved from Engineer in charge by the contractor before taking
any construction activities for improvement of road.
The Engineer in charge shall get himself satisfied about the traffic safety arrangement provided on the
work site before allowing contractor to commence the improvement activity and a certificate to that effect
shall be recorded in the measurement book.

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 169

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 170

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.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 171

डाांबरीकरणासाठी पुरवठा करण्यात येत


असलेल्या डाांबराची प्रत (Grade)
निनित करणेबाबत.

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

आवक आनण खप याांचा नहशोब

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

कां त्राटदाराची सही अनभयांत्याची सही

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 172

िोंदवही क्रमाांक -2

निरनिराळ्या बाबींवर आठवड्यामध्ये उपयोगात आणणे आवश्यक

असलेले पररमाण याांची तुलिा दशशनवणारे कोष्टक

आठवड्यामध्ये के लेल्या कामाचे एकू ण अांदाजे पररमाण

1) ओपि ग्रेडेड कारपेट


2) नलक्वीड नसलकोट
3) बी.बी.एम.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 173

िों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

अ. क्र. बाबीचे िाांव के लेल्या कामाचे वापरणे वापरावयास प्रत्यक्ष वापरलेले


आवश्यक हवे असलेल्या डाांबराचे एकू ण
अांदाजे पररमाण
असलेले डाांबराचे एकू ण पररमाण
पररमाण एकमाि डाांबराचे पररमाण मे.टि मे.टि
पररमाण मे.टि

1 2 3 4 5 6 7

Signature of Contractor Dy. Executive Engineer Executive Engineer


.
P a g e | 174

Attach necessary drawings.

Signature of Contractor Dy. Executive Engineer Executive Engineer


.

You might also like