12.07.2015 Views

e - Tender Notice No. 09/05 For 2013-2014 - e-Tendering

e - Tender Notice No. 09/05 For 2013-2014 - e-Tendering

e - Tender Notice No. 09/05 For 2013-2014 - e-Tendering

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

1Dy. Ex. Engg.INDEXNAME OF WORK: S.R.to Vita Peth Malkapur Oni road S.H.111 (S.H.150- 2001-2021)km 32/00 to 34/00 and 42/600 to 44/00 in Tal-WalwaDist Sangli.Sr.<strong>No</strong>. Description Page <strong>No</strong>.FromTo1 <strong>Tender</strong> <strong><strong>No</strong>tice</strong> 2 52. Disclaimer 6 73 e-<strong>Tender</strong>ing Procedure 8 424. Model <strong>For</strong>m of Bank Guarantee Bond 43 445. Declaration of Contractor 45 456. General Description and Scope of Work 46 467. Printed B-1 Agreement <strong>For</strong>m 47 858. Schedule ‘A’ 86 879. Additional Conditions for Materials 88 9111. Price Variation Clause 92 9612. Additional General Conditions and Specifications 97 15512. Bar Chart 156 15613. Schedule ‘B' 157 16214. Schedule ‘C' 163 166Issued to________________________________________________________________________________________________________________________________Registered in Class ___________Valid up to __________________D.R.<strong>No</strong>._____________________ On DatedDate _______________________Divisional Account OfficerSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


2Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


3Dy. Ex. Engg.¨É½þÉ®úɹ]Åõ ÉɺÉxÉ,EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ, ºÉÉ.¤ÉÉÆ. ({ÉÎSɨÉ) ʴɦÉÉMÉ, ºÉÉÆMɱÉÒú


4Dy. Ex. Engg.


5Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


6Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


7Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


8Dy. Ex. Engg.DISCLAIMER1. Detailed Time Table for the various activities to be performed in e-tendering process by the<strong>Tender</strong>er for quoting their offer is given in this <strong>Tender</strong> Document under "<strong>Tender</strong> Schedule",Contractor should carefully note down the cut-off" dates for the carrying out each e-tenderingprocess / activity.2. Every effort is being made to keep the Website up to date and running smoothly 24 x 7 by theGovernment and the Service Provider. However Government takes no responsibility, and willnot be liable for, the website being temporarily unavailable due to any technical issue at anypoint of time.3. In that event Public Works Department will not be liable or responsible for any damages orexpenses arising from any difficulty, error, imperfection or inaccuracy with this Website, itincludes ail associated services, or due to such unavailability of the Website or any partthereof or any contents or any associated services.4. <strong>Tender</strong>ers must follow the time table of e-tenderinq process and get their activities of e-tenderinq processes done well in advance so as to avoid any inconvenience due tounforeseen technical problem if any.5. Public Works Department will not be responsible for any incomplete activity of e-tenderingprocess of the tenderer due to technical error/ failure of website and it cannot be challengedby way of appeal, arbitration and in the Court of Law. Contractors must get done all the e-tendering activities well in advance.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


10Dy. Ex. Engg.GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTOriginal Agreement <strong>No</strong>. : B-1/Name of Work : S.R.to Vita Peth Malkapur Oni road S.H.111Name of Contractor :(S.H.150- 2001-2021) km 32/00 to 34/00 and42/600 to 44/00 in Tal-Walwa Dist Sangli.<strong>No</strong>. and Date of Work Order :Amount put to <strong>Tender</strong> : Rs. 11287540/-Percentage quoted :Amount of Contract :Date of Commencement :Time stipulated for : 6 Months from the date of written order to startwork, which will include the monsoon period.Date of completion as perAgreement:Acutual Date of Completion :Reference to sanction oftender:Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


11Dy. Ex. Engg.Name of Work :-DETAILS OF WORKS.R.to Vita Peth Malkapur Oni road S.H.111 (S.H.150- 2001-2021) km32/00 to 34/00 and 42/600 to 44/00 in Tal-Walwa Dist Sangli.Estimated cost of work Rs. 11287540/-Earnest Money Rs. 1,00,000.00Term Deposit Receipt of Schedule Bank / NationalisedBank / State Bank of India Challan or Valid E.M.D.Exemption Certificate duly attested shall be uploaded atthe time of submission.Total Security Deposit 4% ( Four Percent),(i) Initial Security DepositRs.225750.00(ii) and Further Security Deposit to be deducted from bills. Rs. 225750.00Total Security Deposit Rs. 451500.00Registration Class of ContractorIV and aboveValidity Period120 days from the date of opening.Time limit for completion of work6 months (including monsoon)TENDER SCHEDULECost of Blank <strong>Tender</strong> <strong>For</strong>m Rs 5000.00Download period of online <strong>Tender</strong>From <strong>05</strong>.07.<strong>2013</strong> at 10.00 a.m. to30.07.<strong>2013</strong> at 17.30 p.m.Last date and time for online bid preparation and Hash 02.08.<strong>2013</strong> at 15.00 p.m.submission by the contractor (Technical and Financial).Online Raised any Technical Point Last date and time. Online or in the office of the(Pre-bid Meeting)Superintending Engineer, Public WorksCircle Kolhapur raised any technical pointon or before 23.07.<strong>2013</strong> at 11.00 p.m.Period of online bid data decryption and re-encryption fortender details by the Contractor.From 02.08.<strong>2013</strong> at 18.01 Hrs.to 04.08.<strong>2013</strong> at 18.00 Hrs.Date and place where physically and confidentiallyEarnest money in the form of FDR or attested ExemptionCertificate and D.D. of <strong>Tender</strong> <strong>For</strong>m Fee in Original in theFrom <strong>05</strong>.08.<strong>2013</strong> up to 11.00 Hrs. in theOffice of Superintending Engineer, PublicWorks Circle KolhapurSealed Envelope shall be submitted.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


12Dy. Ex. Engg.<strong>No</strong>te-1) Those Contractors who have submittedtheir bids on line shall submita) Earnest Money Deposit in theform of FDR in original or copy ofExemption Certificate andb) D.D. of <strong>Tender</strong> <strong>For</strong>m Fee Rs. 5000.00In the Office of Superintending Engineer, PublicWorks Circle, Kolhapur OR Executive EngineerPublic Works (West) Division, Sangli2) Those contractors who have submitted theirbids on line but not submitted—a)Earnest Money Deposit in the form of FDR inoriginal or copy of Exemption Certificate andb) D.D. of <strong>Tender</strong> <strong>For</strong>m Fee Rs. 5000/-In the Office of Superintending Engineer, PublicWorks Circle, Kolhapur OR Executive EngineerPublic Works (West) Division, Sangli.Will result in forfeiture of Earnest Money Depositand / or cancellation of Empanelment /Registration. Also their Envelope <strong>No</strong>.2 will not beopened.3) If the concern office refuses toaccept above documents then thecontractor should approach the nexthigher authority in writing immediately.Place, Date and timing of Opening of Technicaland Financial BidIn case for any reason the contractor could notsubmit the Earnest money in the form of FDR orattested Exemption Certificate and D.D. of <strong>Tender</strong><strong>For</strong>m Fee in Original in the Sealed Envelope asspecified above, the contractor or his authorizedrepresentative can submit in person the Earnestmoney in the form of FDR or attested ExemptionCertificate and D.D. of <strong>Tender</strong> <strong>For</strong>m Fee inOriginal in the Sealed Envelope to the tenderopening authority during the processes of openingof Envelope <strong>No</strong>.1 of this work.Date <strong>05</strong>.08.<strong>2013</strong> at 11.00 Hrs. to07.08.<strong>2013</strong> at 18.00 Hrs. in the office ofSuperintending Engineer, Public Works Circle,Kolhapur (if possible) to open it on the datespecified above, the Bidopening authority shall communicate the change inopening date which shall not be less than threeworking days after the date of communication(Excluding date of communication) on E-tenderingweb-site.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


13Dy. Ex. Engg.TO BE FILLED BY THE CONTRACTORI/We have quoted my/our offer in percentage rate in words as well as in figures. I/ We furtherundertake to enter into contract in regular "B-1" form in Public Works Department. Name andsignature of Contractor/Power of Attorney holderWith complete address.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


14Dy. Ex. Engg.GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTINVITATION FOR TENDERSDETAILED TENDER NOTICEName of WorkS.R.to Vita Peth Malkapur Oni road S.H.111 (S.H.150- 2001-2021) km32/00 to 34/00 and 42/600 to 44/00 in Tal-Walwa Dist Sangli.Online percentage rate tenders in 'B-1' <strong>For</strong>m are invited by the Executive Engineer, PublicWorks (West) Division, Sangli. for the following work from Contractors registered in appropriateclass 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.<strong>No</strong>.Name of workEstimatedCost (Rupees)EarnestMoney(Rupees)SecurityDeposit(Rupees)Class ofContractorTime limit in<strong>Tender</strong>(CalendarMonths)1 2 3 4 5 6 71. S.R.to Vita Peth 11287540/- 100000/- 451500/- Class IV 6 MonthsMalkapur Oni roadS.H.111 (S.H.150-2001-2021) km32/00 to 34/00 and42/600 to 44/00 inTal-WalwaSangli.Distand above(Includingmonsoon)<strong>Tender</strong> form, conditions of contract, specifications and contract drawings can be downloadedfrom the e<strong>Tender</strong>ing portal of Public Works Department, Government of Maharashtra i.e.http//:pwd.maharashtra.etenders.in after entering the details payment of Rs. 5,000/- (Rupees FiveThousand only.) in the form of DD/ Pay Order of scheduled or Nationalised Bank in favour ofExecutive Engineer, Public Works (West) Division, Sangli as per the <strong>Tender</strong> Schedule. Furtherinformation regarding the work can be obtained from the above office.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


15Dy. Ex. Engg.The <strong>Tender</strong> Fee in the form of DD / Pay Order, Drawn in the name of Executive Engineer PublicWorks (West) Division, Sangli. /Attested EMD Exemption certificate, Affidavit should be submittedby Registered Post/Courier service in sealed covers addressed to the Superintending Engineer,Public Works Circle, Kolhapur. with the name of the work written at the top of the envelope will bereceived in the office of the Superintending Engineer, Public Works Circle, Kolhapur.(Phone:0231/2654861) as per the <strong>Tender</strong> Schedule. Bids will be opened as per the <strong>Tender</strong>Schedule, in the presence of such intending <strong>Tender</strong>ers or his/ their authorized representatives whomay be present at that time. The Envelope containing the above document can the submitted in theoffice of the S.E.P.W.Circle,Kolhapur till the online opening of envelope one is in process. If anofficer refuse to accept the documents, The bidder should contact next higher officer immediately Incase a bidder fails to submit original document as above after decryption and inscription of online bid,the tender fees and earnest money deposit will be recovered from the defaulting contractors, from thisother payments. Action to debar his embalmment will also be taken.TENDERING PROCEDURE: -1. Blank <strong>Tender</strong> <strong>For</strong>ms.<strong>Tender</strong> <strong>For</strong>ms can be downloaded from the e<strong>Tender</strong>ing Portal of Public Works Department,Government of Maharashtra i.e. http//:pwd.maharashtra.etenders.in after entering the detailsof payment towards <strong>Tender</strong> Fees as per the <strong>Tender</strong> Schedule.2 PRE-TENDER CONFERENCE: -2.1 Pre-tender conference open to all prospective tenderers who have downloaded tender formbefore the date of Pre-tender Conference, will be held at Kolhapur on 23.07.<strong>2013</strong> at 11.00Hrs. in the office of the Superintending Engineer,P.W.Circle,Kolhapur wherein prospective<strong>Tender</strong>ers will have an opportunity to obtain clarifications regarding the work and the <strong>Tender</strong>Conditions. The prospective tenderers may also post their queries only using post queryoption for the tender.2.2 The prospective tenderers are free to ask for any additional information or clarification eitherin writing or orally concerning the work, and the reply to the same shall be uploaded on theportal http://pwd.maharashtra.etenders.in and this clarification referred to as Common Set ofConditions/Deviations (C.S.D.), shall form part of tender documents and which will also becommon and applicable to all tenderers. The point/points if any raised in writing and/ orverbally/ online by the contractor in pre- tender conference and not finding place in C.S.D.issued after the pre- bid conference, is/are deemed rejected. In such case the provision in NITshall prevail. <strong>No</strong> individual correspondence will be made thereafter with the contractor in thisregard.2.3 The tender submitted by the tenderer shall be based on the clarification, additional facilityoffered (if any) by the Department, and this tender shall be unconditional.Conditional tendersshall be summarily REJECTED.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


16Dy. Ex. Engg.2.4 All tenderers are cautioned that tenders containing any deviation fromthe contractual terms and conditions, specifications or other requirements and conditionaltenders will be treated as non responsive. The tenderer should clearly mention in forwardingletter that his offer (in envelope <strong>No</strong>. 1 & 2) does not contain any conditions, deviations fromterms and conditions stipulated in the tender.2.5 <strong>Tender</strong>ers should have valid Class II / III Digital Signature Certificate (DSC) obtained from anyCertifying Authorities. In case of requirement of DSC, interested Bidders should go tohttp://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the procedure mentioned in thedocument 'Procedure for application of Digital Certificate.2.6 The <strong>Tender</strong>ers have to make a payment of Rs 1024/- online as service charges for the use ofElectronic <strong>Tender</strong>ing during Online Bid Data Decryption and Re-encryption stage of the<strong>Tender</strong>.2.7 <strong>For</strong> any assistance on the use of Electronic <strong>Tender</strong>ing System, the Users may call the belownumbers:Landline <strong>No</strong>. - 020 - 2531 5555 / 56Mobile <strong>No</strong>. - 91679 69601 / 04 / 142.8 <strong>Tender</strong>ers should install the Mandatory Components available on the Home Page ofhttp://maharashtra.etenders.in under the section 'Mandatory Components' and make thenecessary Browser Settings provided under section 'Internet Explorer Settings'2.9 Guidelines to Bidders on the operations of Electronic <strong>Tender</strong>ing System of Public WorksDepartment.http://pwd.maharashtra.etenders.inPre-requisites to participate in the <strong>Tender</strong>s processed by PWD:3. Enrolment and Empanelment of Contractors on Electronic <strong>Tender</strong>ing System:The Contractors interested in participating in the <strong>Tender</strong>s of Public Works Department -processed using the Electronic <strong>Tender</strong>ing System shall be required to enrol on the Electronic<strong>Tender</strong>ing System to obtain User ID.After submission of application for enrolment on the System, the application information shallbe verified by the Authorized Representative of the Service Provider. If the information isfound to be complete, the enrolment submitted by the Vendor shall be approved.<strong>For</strong> participating in Limited and Restricted tenders the registered vendors have to apply forempanelment on the sub-portal of PWD in an appropriate class of registration. Theempanelment will have to be approved by the respective officer from the PWD. Onlyempanelled vendors will be allowed to participate in such tenders.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


17Dy. Ex. Engg.The Contractors may obtain the necessary information on the process of enrolment andempanelment either from Helpdesk Support Team or may visit the information publishedunder the link Enrol under the section E-<strong>Tender</strong>ing Toolkit for Bidders on the Home Page ofthe Electronic <strong>Tender</strong>ing System.4. Obtaining a Digital Certificate :The Bid Data that is prepared online is required to be encrypted and the hash value of the BidData is required to be signed electronically using a Digital Certificate (Class - II or Class - III).This is required to maintain the security of the Bid Data and also to establish the identity of theContractor transacting on the System.The Digital Certificates are issued by an approved Certifying Authority authorized by theController of Certifying Authorities of Government of India through their AuthorizedRepresentatives upon receipt of documents required to obtain a Digital Certificate.Bid data / information for a particular <strong>Tender</strong> may be submitted only using the DigitalCertificate which is used to encrypt the data / information and sign the hash value during theBid Preparation and Hash Submission stage. In case during the process of preparing andsubmitting a Bid for a particular <strong>Tender</strong>, the Contractor loses his/her Digital SignatureCertificate (i.e. due to virus attack, hardware problem, operating system problem); he / shemay not be able to submit the Bid online. Hence, the Users are advised to store his / herDigital Certificate securely and if possible, keep a backup at safe place under adequatesecurity to be used in case of need.In case of online tendering, if the Digital Certificate issued to an Authorised User of aPartnership Firm is used for signing and submitting a bid, it will be considered equivalent to ano objection certificate / power of attorney to that User to submit the bid on behalf of thePartnership Firm. The Partnership Firm has to authorize a specific individual via anauthorization certificate signed by a partner of the firm (and in case the applicant is a partner,another partner in the same form is required to authorise) to use the digital certificate as perIndian Information Technology Act, 2000.Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority ofthe Authority User to bid on behalf of the Firm for the <strong>Tender</strong>s processed on the Electronic<strong>Tender</strong> Management System of Government of Maharashtra as per Indian InformationTechnology Act, 2000. The Digital Signature of this Authorized User will be binding on theFirm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority orSub Certifying Authority, if the Authorized User changes, and apply for a fresh DigitalSignature Certificate. The procedure for application of a Digital Signature Certificate willremain the same for the new Authorised User.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


18Dy. Ex. Engg.The same procedure holds true for the Authorized Users in a Private / Public LimitedCompany. In this case, the Authorisation Certificate will have to be signed by the Director ofthe Company or the Reporting Authority of the Applicant.<strong>For</strong> information on the process of application for obtaining Digital Certificate, the Contractorsmay visit the section Digital Certificate on the Home Page of the Electronic <strong>Tender</strong>ing System.5. Recommended Hardware and Internet Connectivity:To operate on the Electronic <strong>Tender</strong>ing System, the Contractors are recommended to useComputer System with at least 1GB of RAM and broadband connectivity with minimum 512kbps bandwidth.6. Set up of Computer System for executing the operations on the Electronic<strong>Tender</strong>ing System:To operate on the Electronic <strong>Tender</strong>ing System of Government of Maharashtra, the ComputerSystem of the Contractors is required be set up. The Contractors are required to installUtilities available under the section Mandatory Installation Components on the Home Page ofthe System.The Utilities are available for download freely from the above mentioned section. TheContractors are requested to refer to the E-<strong>Tender</strong>ing Toolkit for Bidders available online onthe Home Page to understand the process of setting up the System, or alternatively, contactthe Helpdesk Support Team on information / guidance on the process of setting up theSystem.7. Payment for Service Provider Fees:In addition to the <strong>Tender</strong> Document Fees payable to PWD, the Contractors will have to payService Providers Fees of Rs. 1,024/- through online payments gateway service available onElectronic <strong>Tender</strong>ing System. <strong>For</strong> the list of options for making online payments, theContractors are advised to visit the link E-Payment Options under the section E-<strong>Tender</strong>ingToolkit for Bidders on the Home Page of the Electronic <strong>Tender</strong>ing System8. Steps to be followed by Contractors to participate in the e-<strong>Tender</strong>s processed by PWD8.1. Preparation of online Briefcase:All Contractors enrolled on the Electronic <strong>Tender</strong>ing System of Government of Maharashtraare provided with dedicated briefcase facility to store documents / files in digital format. TheContractors can use the online briefcase to store their scanned copies of frequently useddocuments / files to be submitted as a part of their bid response. The Contractors are advisedto store the relevant documents in the briefcase before starting the Bid Preparation and HashSubmission stage.In case, the Contractors have multiple documents under the same type (e.g. multiple WorkCompletion Certificates) as mentioned above, the Contractors advised to either create asingle .pdf file of all the documents of same type or compress the documents in a singlecompressed file in .zip or .rar formats and upload the same.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


19Dy. Ex. Engg.It is mandatory to upload the documents using the briefcase facility. Therefore, theContractors are advised to keep the documents ready in the briefcase to ensure timely bidpreparation.<strong>No</strong>te: Uploading of documents in the briefcase does not mean that the documents are available toPWD at the time of <strong>Tender</strong> Opening stage unless the documents are specifically attached tothe bid during the online Bid Preparation and Hash Submission stage as well as duringDecryption and Re-encryption stage.8.2. Online viewing of Detailed <strong><strong>No</strong>tice</strong> Inviting <strong>Tender</strong>s:The Contractors can view the Detailed <strong>Tender</strong> <strong><strong>No</strong>tice</strong> along with the Time Schedule (KeyDates) for all the Live <strong>Tender</strong>s released by PWD on the home page of PWD e-<strong>Tender</strong>ingPortal on http://pwd.maharashtra.etenders.in under the section Recent Online <strong>Tender</strong>.8.3. Download of <strong>Tender</strong> Documents:The Pre-qualification / Main Bidding Documents are available for free downloading. Howeverto participate in the online tender, the bidder must purchase the bidding documents online byfilling up details of Demand Draft towards the cost of <strong>Tender</strong> <strong>For</strong>m Fee.8.4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:Submission of Bids will be preceded by online bid preparation and submission of the digitallysigned Bid Hashes (Seals) within the <strong>Tender</strong> Time Schedule (Key Dates) published in theDetailed <strong><strong>No</strong>tice</strong> Inviting <strong>Tender</strong>. The Bid Data is to be prepared in the templates provided bythe <strong>Tender</strong>ing Authority of PWD. The templates may be either form based, extensible tablesand / or uploadable documents. In the form based type of templates and extensible table typeof templates, the Contractors are required to enter the data and encrypt the data using theDigital Certificate.In the uploadable document type of templates, the Contractors are required to select therelevant document / compressed file (containing multiple documents) already uploaded in thebriefcase.<strong>No</strong>tes:a. The Contractors upload a single document or a compressed file containing multipledocuments against each unloadable option.b. The Hashes are the thumbprint of electronic data and are based on one - wayalgorithm. The Hashes establish the unique identity of Bid Data.c. The bid hash values are digitally signed using valid Class - II or Class – III DigitalCertificate issued any Certifying Authority. The Contractors are required to obtainDigital Certificate in advance.d. After the hash value of bid data is generated, the Contractors cannot make anychange / addition in its bid data. The bidder may modify bids before the deadline forSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


20Dy. Ex. Engg.Bid Preparation and Hash Submission as per<strong>Tender</strong> documents.Time Schedule mentioned in thee. This stage will be applicable during both, Pre-bid / Pre-qualification andFinancial Bidding Processes.8.5. Close for Bidding (Generation of Super Hash Values):After the expiry of the cut - off time of Bid Preparation and Hash Submission stage to becompleted by the Contractors has lapsed, the <strong>Tender</strong> will be closed by the <strong>Tender</strong> Authority.The <strong>Tender</strong> Authority from PWD shall generate and digitally sign the Super Hash values(Seals).8.6. Decryption and Re-encryption of Bids (submitting the Bids online):After the time for generation of Super Hash values by the <strong>Tender</strong> Authority from PWD haslapsed, the Contractors have to make the online payment of Rs. 1,024/ - towards the fees ofthe Service Provider.After making online payment towards Fees of Service Provider, the Contractors are requiredto decrypt their bid data using their Digital Certificate and immediately re- encrypt their biddata using the Public Key of the <strong>Tender</strong>ing Authority. The Public Key of the <strong>Tender</strong>ingAuthority is attached to the <strong>Tender</strong> during the Close for Bidding stage.<strong>No</strong>te: The details of the Processing Fees shall be verified and matched during the TechnicalOpening stage.At this time, the Contractors are also required to upload the files for which they generated theHash values during the Bid Preparation and Hash Submission stage.The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes(Seals) within the stipulated time (as per the <strong>Tender</strong> Time Schedule), will be available fordecryption and re-encryption and to upload the relevant documents from Briefcase. AContractor who has not submitted his Bid Preparation and Hash Submission stage within thestipulated time will not be allowed to decrypt / re- encrypt the Bid data / submit documentsduring the stage of Decryption and Re- encryption of Bids (submitting the Bids online).8.7. Shortlisting of Contractors for Financial Bidding Process:The <strong>Tender</strong>ing Authority will first open the Technical Bid documents of all Contractors andafter scrutinizing these documents will shortlist the Contractors who are eligible for FinancialBidding Process. The shortlisted Contractors will be intimated by email.8.8. Opening of the Financial Bids:The Contractors may remain present in the Office of the <strong>Tender</strong> Opening Authority at the timeof opening of Financial Bids. However, the results of the Financial Bids of all Contractors shallbe available on the PWD e-<strong>Tender</strong>ing Portal immediately after the completion of openingprocess.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


21Dy. Ex. Engg.8.9. <strong>Tender</strong> Schedule (Key Dates):The Contractors are strictly advised to follow the Dates and Times allocated to each stageunder the column "Contractor Stage" as indicated in the Time Schedule in the Detailed<strong>Tender</strong> <strong><strong>No</strong>tice</strong> for the <strong>Tender</strong>. All the online activities are time tracked and the Electronic<strong>Tender</strong>ing System enforces time-locks that ensure that no activity or transaction can takeplace outside the Start and End Dates and Time of the stage as defined in the <strong>Tender</strong>Schedule.At the sole discretion of the <strong>Tender</strong> Authority, the time schedule of the <strong>Tender</strong> stages may beextended9. Civil Works9.1 ONLINE ENVELOPE <strong>No</strong>. 1: (Document)The First Online envelope "Envelope <strong>No</strong>. 1" shall contain the following documents:9.2 Scanned copy of Government treasury challan or Term Deposit Receipt valid for a period ofone year from any Schedule Bank for the amount of earnest money, or valid certificate ofexemptionfrom payment of earnest money of the value of Rs. 1,00,000.00 (in wordsRupees One Lakh Only) if applicable (true copy attested by a Gazetted Officer to beSubmitted as per the tender Schedule).9.3 Scanned copy of Valid certificate as a Registered Contractor with the Government ofMaharashtra in appropriate class.9.4 Scanned copy of Sales Tax Registration Certificate in <strong>For</strong>m II, Rule 4(1) as provided byMaharashtra State, Sales Tax Act. (Maharashtra Act <strong>No</strong>.XXVI of 1989. The MaharashtraSales Tax on transfer of property in Goods involved in execution of works contract (Re-enacted Act, 1989) from the Sales Tax Department of Maharashtra State, (in original or acopy duly attested by a Gazetted Officer.)Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, SangliORScanned copy of A Xerox copy of valid VAT registration certificate from Maharashtra StateSale Tax Department duly attested by the Gazetted Officer. (Maharashtra Value Added TaxAct 20<strong>05</strong>)9.5 The list of Machinery and plants immediately available with the tenderer for use on this workand list of machinery proposed to be utilized on this work, but not immediately available andthe manner in which it is proposed to be procured (in form <strong>No</strong>. II on Page <strong>No</strong>. 37)9.6 Proof of appointment of employees including technical personnel by way of valid ProfessionalTax Registration certificate in form PT/R/ under section (I) of section 5 of Maharashtra SalesTax on Profession, Trade, Callings and employment Act, 1975, rule 3(2) from the ProfessionalTax Officer of the concerned District in Maharashtra. The Professional Tax ClearanceCertificate with list of Employees duly attested by Professional Tax Officer shall be enclosed.


22Dy. Ex. Engg.9.7 Details of work done during last three years with the value of work unfinished. (Information tobe given in <strong>For</strong>m <strong>No</strong>. V on Page <strong>No</strong>. 40)9.8 Details of work of similar type and magnitude carried out by the contractor, (in form <strong>No</strong>. III onPage <strong>No</strong>. 38).9.9 Details of list of works in hand and works tendered for. (Information to be given in Performa of<strong>For</strong>m <strong>No</strong>. I on Page <strong>No</strong>. 36)9.10 Details of Technical Personnel on the rolls of the tenderer. (Information to be given inPerforma of <strong>For</strong>m <strong>No</strong>. V on Page <strong>No</strong>. 39)9.11 Scanned copy of Partnership Deed and Power of Attorney, in case of a firm tendering forwork. (True copy attested by a Gazetted Officer.)10. USE OF SPECIALSED MACHINERY :-(i) Attested copy of proof of ownership or hired of modern drum mix plant confirming toclause no. 504-3-4 of MOST specification of 1995 edition and proof thereof must beenclosed in Envelope no.1 if the present location of modern drum mix plant owned bythe contractor is away from the site of work. The contractor shall shift his own moderndrum mix type hot mix plant conforming to MOST specification (4 th Revision, August2001 Edition) within 40 Kms. from the work site and commission the same within 30days from the date of issue of work order.(ii) If the modern drum mix plant is not within the distance of 40 Kms from the work sitethe contractor should submit additional earnest money of Rs.5.00 Lakhs (Rs FiveLakhs) in the form of F.D.R. issued by Nationalised / Schedule bank in favour ofExecutive Engineer, Public Works (West) Division, Sangli along with the originalearnest money in the Envelope no.1 of the tender.(iii) The additional earnest money of the contractor will be refunded only after thecontractor shifts his modern drum mix plant within the distance specified within 30days after the date of issue of work order by the Executive Engineer, Public Works(West) Division, Sangli If the contractor fails to do so the additional earnest moneyalong with the original earnest money will be forfeited and his tender will be rejectedforthwith.(iv) Attested copy of valid certificate issued by Assistant Chief Engineer (Mech.) of PublicWorks Department to the effect that specialised machinery enlisted <strong>No</strong>. 2A on Page<strong>No</strong>. 41 are ‘efficient working condition’ and in conforming with MOST Specificationmust be enclosed.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


23Dy. Ex. Engg.11. Post Qualification Clause.The tenderer will be qualified only if their available bid capacity is more than the totalestimated value of the works for which he has offered his bid. The available bid capacity willbe calculated as under Required bid capacity not less than Rs. 112.88 lakhsAssessed available bid capacity = ( A x N x 2 - B)Where,A = Maximum value of Civil Engineering works executed in any one year during the last 3years (updated to 2011-2012 level ) taking into account the completed as well as worksin progress .N = Number of year prescribed for the completion of the work for which bids are invitedB = Value of 2012-<strong>2013</strong> price level, of existing commitments and on going works to becompleted during the next 12 months<strong>No</strong>te : The statement showing the value of existing commitments and ongoing works as wellas the stipulated period of completion remaining for each of the works listed should becountersigned by the Engineer in charge, not below the rank of an Executive Engineer.I) To Qualify for award of the contract each tenderer in its name should have in the last 3 year.1) Achived a minimum Annual financial Turn Over of Rs. 84.66 Lakhs in any One Year, Insupport of this attested copy of Annual Report certified by Chartered Accountant should beproduced.2) Satisfactorily completed (from start to finish) as a prime contractor of at least one similar workvalue not less than Rs. 33.86 Lakhs at 2011 -2012 price level. Financial turnover and cost ofcompleted work of previous years shall be given weightage of 10% per year based on Rupeevalue to bring them to 2012-<strong>2013</strong> price level.3) Executed in any one year (in last three years) the following minimum quantities of work.1. B.B.M. : 7440.00 SQM2 OGC 20 MM : 7440.00 SQMThese quantities shall be certified by the Officer not below the rank of Executive Engineer.( <strong>No</strong>te :- Financial turnover is calsulated at 75% of bid capacity required converted to one year)Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


24Dy. Ex. Engg.II.Post Qualification Documents.(Equipment Capability)As a prime contractor the bibder should have in his ownership the following minimummachinery.Sr. <strong>No</strong>.Equipment’sMinimum <strong>No</strong>s.Required1. Modern Drum Mix Type Hot Mix Plant 1 <strong>No</strong>s.2 Paver finisher with Electronic Sensing device. 1 <strong>No</strong>s.3 Vibratory Tandom Roller 1 <strong>No</strong>s.4. 8-10 Tonne Roller 2 <strong>No</strong>s.5. Tipper or Dumper or Tractor with Dumping Trolleys 4 <strong>No</strong>s.6. Mechanical Asphalt Sprayer / Boiler 2 <strong>No</strong>s.7 Laboratory Equipment :-a) Bituminous Extractor with Solvant and electronicweighing balance of 2 kg capasity with accuracy of 0.1gramme2 <strong>No</strong>s.b) Camber Plate 4 <strong>No</strong>s.c) Field Density Apparatus 2 <strong>No</strong>s.d) Autolevel with stand and staff 1 <strong>No</strong>s.8 J.C.B. Machine 1 <strong>No</strong>.Machinery must be in the name of Concern or owner of the concern or in the name of Partnersof Associations Firm or in the name of member of the Private Ltd. Company or in the name ofPublic Ltd. Company. If the machinery is in the name of Partners, then the I.T. return alongwith Partners balance sheet for last three years shall be submitted.The technical personals required with the bidder to be made available for this work.III.Field Post Required.1) Site Engineer (Diploma / Degree) - 1 <strong>No</strong>.2) Supervisor (Technical) - 1 <strong>No</strong>.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


25Dy. Ex. Engg.PROFORMA – 1(Separate Information for Each Work)CERTIFICATEFOR THE WORK COMPLETED / UNDER PROGRESSAS ON_____________________1. Name of work :2. Estimated cost :3. Agreement <strong>No</strong>. :4. Name of the Contractor :5. <strong>Tender</strong>ed Cost of work (Rs.in lakhs) :6. Date of Work Order :7. Stipulated Period of Completion :8. Scheduled date of Completion :9. Extension granted1 st :2 nd :3 rd :4 th :10. Final date of completion :11. Revised cost of work :12. Cost of work executed :13. Balance cost of work :14. Reasons for non completion of work in :schedule period of completion15. Whether any penalties/fine/stop notices/compensation/liquidated damageimposed: Yes / <strong>No</strong>Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


26Dy. Ex. Engg.12. Details of Work Done:Details Unit B.U.S.G. B.M.50 M.M. OGC 20 MM Cost of WorkRs. In Lakhs<strong>Tender</strong>edQuantityRevisedQuantityExecutedQuantityYear wiseBackupIII rd 20<strong>09</strong>-10II nd 2010-11I st 2011-12Remarks about performance of contractor about physical progress and quality of work.Outward <strong>No</strong>.:SealDate:(Executive EngineerStamp with name)Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


27Dy. Ex. Engg.PROFORMA - 3Details of works tendered for as on the date of submission of Bid Capacity document.1. Name of workParticulars {1) {2} {3} {4} {5} {6} etc.2. Estimated Cost(Rs. In Lakhs)3. <strong>Tender</strong>ed cost(Rs. in Lakhs)4. Date when decision is expected5. Stipulated date and period ofcompletion6. Name, designation and addresswith whom the contents of theabove information can beverified.7. RemarksCertified that the above information is true and correct to the best of my knowledge andbelief.Signature of the ContractorSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


28Dy. Ex. Engg.PROFORMA A – BSTATEMENT FOR VALUE OF “B” i.e. VALUE OF EXISTING COMMITEMNTS AND ON-GOINGWORKS TO BE COMPLETED IN THE PERIOD STIPULATED FOR THE COMPLETION OF THEWORK CERTIFICATE REGARDING THIS WILL BE REQUIRED TO BE COUNTERSIGNED BY THEENGINEER-IN-CHARGESr.<strong>No</strong>.NameofWorkMonth andYear ofcommenceAmountofContractRevised<strong>Tender</strong>edCostPeriod ofCompletionSchedule ofCompletionBalancecost as on01.04.2012Ref. Page<strong>No</strong>. ofCertificatement1 2 3 4 5 6 7 8 9<strong>No</strong>te -Figure in column 3 to 8 should be supported by the certificate issued by theExecutive Engineer, in case of Govt. / Semi Govt. work and Head of Offices incase of the organizations.Certified that the above information is true and correct to the best of my knowledge andbelief.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


29Dy. Ex. Engg.STATEMENT FOR DETERMINING VALUE OF ‘A’ i.e. MAXIMUM VALUE OFWORKSSr. Name of WorkWork done during the year (Rs. in Lakhs)<strong>No</strong>.20<strong>09</strong>-2010 2010-2011 2011-2012 Total1 2 3 4 5 6<strong>No</strong>te :- 1. Figures in column <strong>No</strong>. 3 to 5 should be supported by certificate given byExecutive Engineer in case of Govt. / SemiGovt. work and Head of Offices in case of the organizations.2. The maximum value of works (A) executed in a year shall be minimum ofthe followinga. Ascertained from the certificates as mentioned aboveb. Ascertained from the balance sheets of last 5 year duly certified bythe Chartered Accountant.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


30Dy. Ex. Engg.13. ONLINE ENVELOPE <strong>No</strong>. 2 TENDER (FINANCIAL BID)The second online envelope "Envelope <strong>No</strong>. 2" shall contain only the main tender including theCommon Set of Conditions / Deviation issued by the Department after the pre-tenderConference. A tender submitted without this would be considered as invalid.The <strong>Tender</strong>er should quote his offer duly signed in terms of percentage of estimated rates atthe appropriate place of tender documents to be submitted only in Envelope <strong>No</strong>. 2 He shouldnot quote his offer any where directly or indirectly in Envelope <strong>No</strong>. 1. The contractor shallquote for the work as per details given in the main tender and also based on the detailed setof conditions issued / Additional stipulations made by the Department as informed to him by aletter from Chief Engineer / Superintending Engineer after Pre-<strong>Tender</strong> Conference. His tendershall be unconditional.14 SUBMISSION OF TENDER: -Refer to Section "Guidelines to Bidders on the operations of Electronic <strong>Tender</strong>ing System ofPublic Works Department" for details contact :- Superintending Engineer, Public WorksCircle, Kolhapur. (Phone:0231/2654861 / 2650140)15 OPENING OF TENDERS:On the date, specified in the <strong>Tender</strong> Schedule, following procedure will be adopted foropening of the <strong>Tender</strong>.(A)ENVELOPE <strong>No</strong>. 1 :- ( Documents)First of all Envelope <strong>No</strong>. 1 of the tender will be opened online to verify its contents as perrequirements. If the various documents contained in this envelope do not meet therequirements of the Department, a note will be recorded accordingly by the tender openingauthority and the said tenderers Envelope <strong>No</strong>. 2 will not be considered for further action andthe same will be recorded.The decision of the tender opening authority in this regard will be final and binding on thecontractors.(B) ENVELOPE <strong>No</strong>. 2: (Financial Bid)a) This envelope shall be opened online immediately after opening of Envelope <strong>No</strong>. 1, only ifcontents of Envelope <strong>No</strong>. 1 are found to be acceptable to the Department. The tendered ratesin Schedule 'B' or percentage above/below the estimated rates shall then be read out. in thepresence of bidders who remain present at the time of opening of Envelope <strong>No</strong>. 2.(C) In case of postponement of opening of either envelope-1 and 2, the bidder will be intimated 3days in advance (excluding date of communication ) on the etenders side & by email.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


31Dy. Ex. Engg.16 EARNEST MONEY :Earnest money will be accepted in the form of certificate of exemption from payment ofEarnest Money, or Term Deposit receipts valid for a period of one year (separately for eachwork) from the last date of submission of tender forms, issued by Nationalised or scheduledBank and endorsed in the name of the Executive Engineer, Public Works (West) Division,Sangli. The earnest money will be refunded in due course in case of tenderers whose tendersare not accepted. In case of successful tenderer the Earnest money will be refunded afterrecovering initial security deposit and completion of contract documents by the <strong>Tender</strong>er. Theamount of Earnest Money will be forfeited to Government in case the successful contractordoes not pay the amount of initial security deposit within specified time limit. Earnest MoneyExemption Certificate shall not be accepted in lieu of Earnest Money indicated elsewhere inthe N.IT. except in case of those bidders who have obtained Earnest Money exemptioncertificate after payment of Rs. 3.00 Lakh to their Registration authorities after issuance ofGovernment Resolution CAT - 1<strong>09</strong>6/CR -172/Bldg-2 Dated 20/4/98.17 SECURITY DEPOSIT:The successful tenderer shall have to pay half the security deposit in approved security form(preferably in the form of National Saving Certificate) or in cash or in the form of BankGuarantee (in the form as prescribed by Government) from any Schedule Bank and balanceSecurity Deposit will be recoverable through the bills at the percentage as shown in item(s) ofthe Memorandum in printed B-1 form or as may be decided by the Executive Engineer duringcourse of execution of the work looking to the position and circumstances that may prevail,whose orders will be final and binding on the contractor.The security deposit for the due performance of the contract shall be as detailed in the <strong>Tender</strong>Documents elsewhere, Fifty percent of the security deposit will have to be deposited withinten days (including Government holidays) of the acceptance of the tender and the remainingfifty percent will be recovered from the Running Bills at the rate as specified in the tenderform, on the cost of work as per C.S.R. prevailing at the time of acceptance of tender. Amountof total security deposit to be paid shall be 4% of the cost of work, worked out as per D.S.R.for the respective District. Initial Security Deposit may be in Bank Guarantee form in format onthis of tender document for full period of completion of work and it should be extendable up toexpiry of valid extension if any, as directed by Engineer-in-charge17.A Condition for payment of additional security deposit, if offer quoted by the tenderer islesser than 15% below the cost put to tender.The contractor shall deposit an additional security deposit along with the security deposit asper clause 1.9 within 10 days of acceptance of tender in the form of Bank guarantee, whenthe below percentage quoted is more than 15% of cost put to tender.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


32Dy. Ex. Engg.The amount of security deposit shall be worked out as per following formula. AdditionalSecurity Deposit = Rs. [% rate quoted by the contractor -15] x 50/100 x100Cost put tender (i.e. Rs. 2,29,93,434.00)If the contractor does not deposit this additional security deposit (if applicable) withinstipulated time then his earnest money deposit will be forfeited and his tender will not beconsidered for acceptance.This additional security deposit shall be extendable up to expiry of valid extensions if any andit shall be refunded along with the final bill, after satisfactory completion of work.18. ISSUE OF FORMS:Information regarding contract as well as blank tender forms can be downloaded from thee<strong>Tender</strong>ing website upon providing the details of the payment of cost as detailed in the N.I.T.Executive Engineer, Public Works (West) Division, Sangli.19. TIME LIMIT:The work is to be completed within time limit as specified in the N.I.T. which shall be reckonedfrom the date of written order for commencing the work and shall be inclusive of monsoonperiod.20. TENDER RATE:<strong>No</strong> alteration in the form of tender and the schedule of tender and no additions in the scope ofspecial stipulations will be permitted. Rates quoted for the tender shall be taken as applicablefor all leads and lifts.21. TENDER UNITS:The tenderers should particularly note the units mentioned in the Schedule "B" on which therates are based. <strong>No</strong> change in the units shall be allowed. In the case of difference betweenthe rates written in figures and in words, the correct rate will be the one, which is lower of thetwo.22. CORRECTION:<strong>No</strong> corrections shall be made in the tender documents. Any corrections that are to be madeshall be made by crossing the incorrect portion and writing the correct portions above with theinitials of tenderer.23. TENDER'S ACCEPTANCE :Acceptance of tender will rest with the Superintending Engineer, Public Works Circle,Kolhapur who reserves the right to reject any or all tenders without assigning any reasontherefore. The tenderer whose tender is accepted will have to enter in to a regular B-1agreement within 10 days of being notified to do so. In case of failure on the part of <strong>Tender</strong>erto sign the agreement within the stipulated time, the earnest money paid by him shall standSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


33Dy. Ex. Engg.forfeited to the Government and the offer of the tenderer shall be considered as withdrawn byhim.24. CONDITIONAL TENDER :The tenders who do not fulfil the condition of the notification and the general rules anddirections for the guidance of contractor in the agreement form or are incomplete in anyrespect are likely to be rejected without assigning any reason therefore.(a)(b)(c)The <strong>Tender</strong>ers shall be presumed to have carefully examined the drawings, conditions andspecifications of the work and have fully acquainted themselves with all details of the site, theconditions of rock and its joints, pattern, river, weather characteristics, labour conditions andin general with all the necessary information and data pertaining to the work, prior to tenderingfor the work.The data whatsoever supplied by the Department along with the tender documents are meantto serve only as guide for the tenderers while tendering and the Department accepts noresponsibility whatsoever either for the accuracy of data or for their comprehensiveness.The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are asper survey conducted by the Department. The Contractor should however examine thesequarries and see whether full quantity of materials required for execution of the work strictlyas per specification are available in these source before quoting the rates. In case thematerials are not available due to reasons whatsoever, the contractor will have to bring thematerials from any other source with no extra cost to Government. The rates quoted, shouldtherefore be for all leads and lifts from wherever the materials are brought at site of work andinclusive of royalty to be paid to the Revenue Department by the Contractor.POWER OF ATTORNEY:If the tenderers are a firm or company, they should in their forwarding letter mention thenames of all the partners together with the name of the person who holds the power ofAttorney, authorizing him to conduct all transactions on behalf of the body, along with thetender.25. The tenderer may, in the forwarding letter, mention any points are may wish to make clear butthe right is reserved to reject the same or the whole of the tender if the same becomesconditional tender thereby.26. The contractor or the firms tendering for the work shall inform the Department if they appointtheir authorized Agent on the work.27. <strong>No</strong> foreign exchange will be released by the Department for the purchase of plants andmachinery for the work by the Contractor.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


34Dy. Ex. Engg.28. Any dues arising out of contract will be recovered from the contractor as arrears of LandRevenue, if not paid amicably. Moreover, recovery of Government dues from the Contractorswill be affected from the payment due to the Contractor from any other Government worksunder execution with them.29. All pages of tender documents, conditions, specifications, correction slips etc. shall beinitialled by the tenderer. The tender should bear full signature of the tenderer, or hisauthorized power of Attorney holder in case of a firm.30. The Income Tax at 2.00 % including surcharge or percentage in force from time to time or atthe rate as intimated by the competent Income Tax authority shall be deducted from billamount whether measured bill, advance payment or secured advance.31. The successful tenderer will be required to produce, to the satisfaction of the specifiedconcerned authority a valid concurrent license issued in his favour under the provisions of theContract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure to do so,the acceptance of the tender shall be liable to be withdrawn and also liable for forfeiture of theearnest money.32. The tenderer shall submit the list of apprentices engaged by the Contractor under ApprenticeAct.33. VALIDITY PERIOD :The offer shall remain open for acceptance for minimum period of 90 days from the Date ofopening of Envelope <strong>No</strong>. 2 (Financial Bid) and thereafter until it is withdrawn by the contractorby notice in writing duly addressed to the authority opening the tender and sent by RegisteredPost Acknowledgment due.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W.(West) Division, Sangli


35 Dy. Ex. Engg.(On Stamp paper worth Rs. 100/-)ÃÖŸµÖ¯ÖÏן֖ÖÖ »ÖêÖ (Affidavit)´Öß ------------------------------------------------- ¾ÖµÖ ¾ÖÂÖì -------------------- ¸üÖÆüÖÖ¸ü --------------------------------------------------------------------- µÖÖ ÃÖŸµÖ¯ÖÏן֖ÖÖ »ÖêÖÖ¾¤üÖ¸êü ×»ÖÆæü−Ö ¤êüŸÖÖê úß,´Öß -------------------------------------------------µÖÖ ±ú´ÖÔ“ÖÖ / Óú¯Ö−Öß“ÖÖ ¯ÖÏÖê¯ÖÏÖµÖü¸ü †ÃÖæ−Ö ------------------------------------------------------------------ µÖÖ úÖ´ÖÖÃÖÖšüß ×−Ö×¾Ö¤üÖ ÃÖÖ¤ü¸ü êú»Öß †ÖÆêü. ŸµÖÖ×−Ö×¾Ö¤êü“µÖÖ »ÖÖÖêüÖ ÎÓú. 1 (Envelope <strong>No</strong>. 1) ´Ö¬µÖê •Öß úÖÖ¤ü¯Ö¡Öê ÃÖÖ¤ü¸ü êú»Öß †ÖÆêüŸÖ ŸÖß Ö¸üß,²Ö¸üÖê²Ö¸ü ¾Ö ¯ÖæÖÔ †ÖÆêüŸÖ. ŸµÖÖ´Ö¬µÖê úÖêÖŸµÖÖÆüß ¡Öãüß, “ÖãúÖ −ÖÖÆüßŸÖ †ÃÖê ¿Ö¯Ö£Ö¯Öæ¾ÖÔú ´ÖÖ−µÖ ú¸üßŸÖ †ÖÆêü. µÖÖúÖÖ¤ü¯Ö¡ÖÖÓ´Ö¬µÖê úÖÆüß “Öãúß“Öß, פü¿ÖÖ³Öæ»Ö ú¸üÖÖ¸üß, ÖÖêüß ŸÖÃÖê“Ö †¯ÖæÖÔ ´ÖÖ×ÆüŸÖß †Öœüôû»µÖÖÃÖ ´ÖßúÖµÖ¤êü¿Ö߸ü úÖµÖÔ¾ÖÖÆüßÃÖ ¯ÖÖ¡Ö †ÖÆêü ¾Ö ¸üÖÆüß−Ö.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


36 Dy. Ex. Engg.On Stamp paper worth Rs. 100/-)ÃÖŸµÖ¯ÖÏן֖ÖÖ »ÖêÖ (Affidavit)´Öß ----------------------------------------- ¾ÖµÖ ¾ÖÂÖì ------------- ¸üÖÆüÖÖ¸ü --------------------------------------------------------------------- µÖÖ ÃÖŸµÖ¯ÖÏן֖ÖÖ »ÖêÖÖ¾¤üÖ¸êü ×»ÖÆæü−Ö ¤êüŸÖÖê úß, ´Öß -------------------------------------------------µÖÖ ±ú´ÖÔ“ÖÖ / Óú¯Ö−Öß“ÖÖ ¯ÖÏÖê¯ÖÏÖµÖü¸ü †ÃÖæ−Ö ------------------------------------------------------------------ µÖÖ úÖ´ÖÖÃÖÖšüß ×−Ö×¾Ö¤üÖ ÃÖÖ¤ü¸ü êú»Öß †ÖÆêü.´ÖÖ—µÖÖ ´ÖÖ»Öúß“ÖÖ †£Ö¾ÖÖ ´Öß ------------------------------------------------------------µÖÖÓ“Öêú›æü−Ö ³ÖÖ›êüú¸üÖ¸üÖ¾Ö¸ü ‘ÖêŸÖ»Öê»ÖÖ ›Òü´Ö ×´ÖŒÃÖ ÆüÖòü ×´ÖŒÃÖ ¯»Öò−ü úÖ´ÖÖ“µÖÖ •ÖÖÖê¯ÖÖÃÖæ−Ö 40 ×ú.´Öß.†ÓŸÖ¸üÖ“µÖÖ †ÖŸÖ †ÃÖ»Öê²ÖÖ²ÖŸÖ ´Öß Ã¾ÖŸÖ„ ÖÖ¡Öß êú»Öê»Öß †ÖÆêü. Æêü ¿Ö¯Ö£Ö ¯Öæ¾ÖÔú ´ÖÖ−µÖ ú¸üßŸÖ †ÖÆêü.ÃÖ¤ü¸ü“Öß ´ÖÖ×ÆüŸÖß ÖÖêŸÖß †£Ö¾ÖÖ ×¤ü¿ÖÖ³Öæ»Ö ú¸üÖÖ¸üß †Öœüôû»µÖÖÃÖ ´Öß úÖµÖ¤êü¿Ö߸ü úÖµÖÔ¾ÖÖÆüßÃÖ ¯ÖÖ¡Ö †ÖÆêü ¾Ö¸üÖÆüß−Ö.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


37 Dy. Ex. Engg.<strong>For</strong>m <strong>No</strong>. IList of work <strong>Tender</strong>ed for and in hand as on the date of submission of tender.Name of the <strong>Tender</strong>er :-Sr. Name Place &<strong>No</strong> of Work CountryWork in Hand AnticipatedWork <strong>Tender</strong>ed forRemarks<strong>Tender</strong>edCostCost ofremainingWorkdate ofcompletionEstimatedCostDatewhendecisionisexpectedStipulateddate ofperiod ofcompletion1 2 3 4 5 6 7 8 9 10SPECIMENFORMSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


38 Dy. Ex. Engg.<strong>For</strong>m <strong>No</strong>. IIDetails of plant and machinery immediately available with the tenderer for theworkName of the <strong>Tender</strong>er :-Sr. Name of <strong>No</strong>. of Kind Capacity Age and Present Remarks<strong>No</strong>. Equipment Units andmakecondition Location1 2 3 4 5 6 7 8SPECIMENFORMSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


39 Dy. Ex. Engg.<strong>For</strong>m <strong>No</strong>. IIIDetails Of Works Of Similar Type And Magnitude Carried Out By The ContractorName of the <strong>Tender</strong>er :-Sr. Name Cost Date of Stipulated date Actual date Remark<strong>No</strong>. ofworkofworkstarting of period ofcompletionofcompletion1 2 3 4 5 6 7SPECIMENFORMSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


40 Dy. Ex. Engg.<strong>For</strong>m <strong>No</strong>. IVDetails of works executed in the interior backward and hilly areas during thepreceding 5 years.Name of the <strong>Tender</strong>er :-Sr. Name of Cost of Date of Stipulated Actual date Remark<strong>No</strong>. work work starting date ofperiod ofcompletionofcompletion1 2 3 4 5 6 7SPECIMENFORMSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


41 Dy. Ex. Engg.Name of the <strong>Tender</strong>er :-<strong>For</strong>m <strong>No</strong>. VDetails of Technical Personnel available with contractors.Sr. Name Qualification Whether Experience of Period for Remark<strong>No</strong>. ofPersonworking infield or inofficeexecution ofsimilar workwhich theperson isworking withthe tender1 2 3 4 5 6 7SPECIMENFORMSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


42 Dy. Ex. Engg.STATEMENT NO "2 (A)”(Applicable for works for which of modern machinery’s for Asphalting is specified)QUESTIONAIRE ON MODERN MACHINERY :Proforma for information regarding modern machinery (Owned) required for this work.1. MODERN DRUM MIX PLANT with 4 bin feeder conforming to clause 504.3.4 of M.O.S.T.specification 4 th Revision August 2001 edition must be owned basis by the <strong>Tender</strong>er.2. MECHANICAL SPRAYER3. PAVER FINISHER with electronic sensing device confirming to clause 504.3.5 of M.O.S.T.specification 4 th Revision August 2001 edition.4. POWER ROLLER of 8 to 10 tone static weight with amplitude and frequency of vibrationdesired of bituminous work.Question 1. :If the above machinery at Sr. <strong>No</strong>.1 & 4 is owned or hired by you are available with you forimmediate deployment of this work ?If "Yes" give following information :Type of Number of Names of works Location Output in Quantity tones ofMachine Units on whichdeployedat presenttones of mixper daynot mix balancefor execution onworks in hand1 2 3 4 5 6RemarksQuestion 2. :If answer question 1 is “<strong>No</strong>” please state how this machinery will be procured by you ?Whether by -a) Purchase from manufacturers ?If answer “a” is “Yes” please attach.I) Copy of firm order placed with manufactured alongwith receipt of advance payment modeto the manufacturers.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


43 Dy. Ex. Engg.II)<strong>No</strong>te : The Contractor must own Modern Drum Mix Plant mentioned at “I” above and forthis machinery replies to Question “I” shall be given for another Machinery replies to bothquestion <strong>No</strong>. 1 & 2 shall be given.Firm acceptance of order from manufacture giving dates of firm delivery.Question 3. :Please give details how machinery will be made available for use on this work.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


44 Dy. Ex. Engg.(On Stamp paper worth Rs. 100/-)MODEL FORM OF BANK GUARANTEE BONDIn consideration of the Governor of Maharashtra (hereinafter referred to as "The Government")having agreed to exempt____________________(hereinafter referred to as "the contractor") fromdepositing with the Government in case the sum of Rs._____________(Rupees_________________________________________ only) being the amount of securitydeposit payable by the Contractor to the Governments under terms and conditions of theagreement dated the _______day of _______________ and made between the Government ofthe 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 termsand conditions of the said agreement, on the contract furnishing to the Government a guarantee inthe prescribed form of scheduled bank in India being in face those presents in the like sum ofRs.______________________________ (Rupees_____________________________________________________________________only)We_________________________________________BANK/LIMITED _________________________________________ registered in India under Actand having one of our local Head Office at _______________________do here by:(1) Guarantee to the Government.(a) Due performance and observance by the Contractor of the terms, covenants andconditions on the part of the Contractor contained in the said Agreement and(b) Due and punctual payment by the Contractor to the Government of all sums of money,losses damages, cost charges, penalties and expenses payable to the Government by theContractor under or in respect to the said agreement.(2) Undertake to pay to the Government on demand and without demur and not withstandingany dispute or disputes raised by the Contractor(s) in any suit or proceeding filed in anyCourt of tribunal relating there to the said sum of Rs.______________________________(Rupees__________________________________________ Only) or such lesser summay be demanded by the Government from us our liability hereunder being absolute andunequivocal and agree that.(3) a) The guarantee herein contained shall remain in full and effect during the subsistenceof the said agreement and that the same will continue to enforceable till all the duesof the Government under or by virtue of the said agreement have been duly paid in itsclaim satisfied or discharged and till the Government certifies that the terms andSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


45 Dy. Ex. Engg.conditions of the said Agreement have been fully properly carried out by theContractor,b) We shall not be discharged or released from the liability under this guarantee byreason ofi) Any change in the constitution of the bank of the Contractor, orii) Any arrangement entered into between the Government and the Contractor with orwithout our consent.iii) Any forbearance or indulgence shown to the Contractoriv) Any variation in the terms and covenants or conditions contained in the saidagreement.v) Any time give to the Contractor orvi) Any other conditions or circumstances under which, in law, a surety would bedischarges.c) Our liability here in under shall be joint and several with that of the contractor as if we wereprincipal debtors in respect of the said sum of Rs._________________________(Rupees____________________________________________________________________________________________Only) andd) We shall not revoke this guarantee during the currency except with the previous consent inwriting of the GovernmentIN WITNESS WHEREOF THE common seal of ________________________________has been herein to affixed this ____________________ day of _______________19___The common seal of _____________________________________________________ waspursuant to the resolution of the Board of Directors of the Company dated the _______ day of_________________________________________________________herein affixed in the presence of ________ who, in token thereof, have here to set their respectivehands in the presence of1) _____________________________________________________2) _____________________________________________________Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


46 Dy. Ex. Engg.NAME OF WORK : S.R.to Vita Peth Malkapur Oni road S.H.111 (S.H.150- 2001-2021)km 32/00 to 34/00 and 42/600 to 44/00 in Tal-Walwa DistSangli.DECLARATION OF THE CONTRACTORI / We hereby declare that I/We have made myself / ourselves thoroughly conversant with thesubsoil 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. Thespecifications, conditions bore results and lead of materials on this work havebeen carefully studied and understood by me/us before submitting this tender.I/We undertake to use only the best materials approved by the Executive Engineer, PublicWorks (West) Division, Sangli or his duly authorised assistant, before starting the work and toabide by his decision.I/ We hereby further declare that my / our tender is unconditional in every manner of whatsoeverin nature.I / We hereby undertake to pay the labourers engaged on the work as per Minimum Wages Act.1948 applicable to the zone concerned.TO BE FILLED BY THE CONTRACTORI/we have quoted my/our offer in percentage rate in words as well as in figures. I/we furtherundertake to enter into contract in regular “B-1” form in Public Works Department.Name and Signature of Contractor(s) / Power of attorney holderwith complete address.Signature of Contractor(s)Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


47 Dy. Ex. Engg.GENERAL DESCRIPTION AND SCOPE OF WORKNAME OF WORK :- SPECIAL REPAIRS TO VITA PETH MALKAPUR ONE ROAD S.H.-150 Km. 34/000 TO 36/000 AND 42/600 TO 44/000 IN TAL WALWALDIST. ;- SANGLI.The work is on state highway no 150 from Km. 34/000 to 36/100 and 35/600 to 36/000Km no. 41/000 to 41/100 and 43/500 to 43/900 is also tackled in this work. The work startsfrom the bridge in Krishna river near Takari Village.Scope of Work :-1) 50mm B.B.M. – In Ch. 34/000 to 35/100 for 7.00 meter width, in Ch. 35/600 to 36/000 for7.00 meter width & in Ch. 41/000 to 41/100 and 42/500 to 42/900 for 14.60 meter width 50mmB.B.M. is to be provided.2) 20mm O.G.C. with liquid seal coat - On this above 50mm B.B.M. 20 mm O.G.C. along withtack coat and seal coat is to be carried out.3) Side widths in Hard murum are to be provided.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


48 Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


49 Dy. Ex. Engg.FORM B-1PERCENTAGE RATE TENDER AND CONTRACT FOR WORKSDEPARTMENTREGIONCIRCLEDIVISION: PUBLIC WORKS DEPARTMENT: PUBLIC WORKS REGION, PUNE.: PUBIC WORKS CIRCLE, KOLHAPUR,: PUBLIC WORKS (WEST) DIVISION, SANGLI.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 totender pasted on a board up in the office of the Executive Engineer and signed by theExecutive Engineer.This form will state the work to be carried out as the date for submitting and openingtender, and the time allowed for carrying out the work, also the amount of earnestmoney to be deposited with the tender and the amount of security deposit to bedeposited by the successful tenderer, and the percentage, if any, to be deducted frombills. If will also state whether a refund of a quarry fees, royalties, dues and ground rentswill be granted. Couples of the specifications, designs and drawings, estimated rates,scheduled rates and other documents required in connection with the work shall besigned by the Executive Engineer for the purpose of identification and shall also be openfor inspection by contractors at the office of the Executive Engineer, Public Works(West) Division, Sangli during office hours.Where the works are proposed to be executed according to the specificationsrecommended by a Contractors and approved by a competent authority on behalf ofGoverner of Maharashtra such specifications with designs and drawings shall form partof the accepted tender.2. In the event of the tender being submitted by a firm, it must be signed by each partnerthereof, and in the event of the absence of any partner, it shall be signed on his behalfby a person holding a power of attorney authorising him to do so.2.(A)(i) The contractor shall pay along with the tender the Rs. 1,00,000.00 (in words RupeesOne Lakh Only) as and by way of earnest money. The contractor may pay the saidamount by forwarding along with the tender. Treasury challan/call deposit receipt orshort term deposit receipt for a period of one year of any Nationalised Bank / ScheduleBank for the like amount in favor of the Executive Engineer, Public Works (West)Division, Sangli. The said amount of earnest money shall not carry any interest whatso ever.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


50 Dy. Ex. Engg.(ii)(iii)(iv)In the event of his tender being accepted, subject to the provisions of sub-clause (iii)below, the said amount of earnest money shall be appropriated towards the amount ofsecurity deposit payable by him under conditions of General Conditions of Contract.If after submitting the tender, the contractor withdraws his offer, or modifies the same orif after the acceptance of his tender the contractor fails or neglects to furnish thebalance of security deposit without prejudice to any other rights and powers of theGovernment, hereunder, or in law, Government shall be entitled to forfeit the fullamount of the earnest money deposited by him.In the event of his tender not being accepted, the amount of earnest money depositedby the contractor shall, unless it is prior thereto forfeited under the provisions of subclause(iii) above, be refunded to him on his passing receipt thereof.3. Receipts for payments made on account of any work, when executed by a firm, shouldalso be signed by all the partners except where the contractors are described in theirtender as a firm, in which case the receipt shall be signed in the name of the firm byone of the partners, or by some other person having authority to give effectual receiptsfor the firm.4. Any person who submits a tender shall fill up the usual printed form staying at whatpercentage above or below the rates specified in “Schedule-B” (memorandum showingitems of work to be carried out) he is writing to undertake the work. Only one rate orsuch percentage on all the estimated rates/Schedule rates shall be named. <strong>Tender</strong>swhich propose any alteration in the works specified in the said form of invitation totender, or in the time allowed for carrying out the work, or which contain any other formof invitation to tender, or in the time allowed for carrying out the work, or which containany other conditions, of any sort will be liable to rejection. <strong>No</strong> printed form of tendershall include a tender for more than one works but if contractor who wish to tender twoor more works, they shall submit separate tender for each <strong>Tender</strong>s shall have the nameand number of the work to which they refer, written outside the envelope.5. The Executive Engineer or his duly authorised Assistant shall open tenders in thepresence of the contractors who have submitted tenders or their representatives whomay be present at the time, and he will enter the amounts of the several tenders in acomparative statement in a suitable form. In the event of a tender being accepted, thecontractor shall for the purpose of identification, sign copies of the specifications andother documents mentioned in Rule 1. In the event of tender being rejected, thecompetent officer shall authorise the Treasury Officer concerned to refund the amountSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


51 Dy. Ex. Engg.of earnest money deposited to the contractor making the tender on his giving a receiptfor the return of the money.6. The officer competent to dispose off the tenders shall have the right of rejecting all orany of the tenders.7. <strong>No</strong> receipt for any payment alleged to have been made by a contractor in regard to anymatter relating this tender or the contract shall be valid and binding on Governmentunless it is signed by the Executive Engineer.8. The memorandum of work to be tendered for and the schedule of materials to besupplied by the Department and their rates shall be filled in and completed by the officeof the Executive Engineer before the tender form is issued., If a form issued to anintending tenderer has not been so filled in the completed he shall request the saidoffice to have this done before the completes and delivers his tender.9. All works shall be measured net by standard measure and according to the rules andcustoms of 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 foritems in this contract.11. Every registered Contractor should produce along with his tender certificate ofregistration as approved contractor in the appropriate class and renewal of suchregistration 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 theDepartment and no proposals to adopt alternative methods will be accepted. TheExecutive Engineers decision as to what is the usual method in use in the Departmentwill be final.14. A tendering contractor shall furnish a declaration along with the tender showing allworks for which he has already entered into contract, and the value of work thatremains to be executed in each case on the date of submitting the tender.15. Every tenderer shall furnish along with the tender, information regarding the income-taxcircle or ward the district in which he is assessed to income tax the number ofassessment and the assessment and the assessment year Permanent AccountNumber PAN <strong>No</strong>. ...................................Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


52 Dy. Ex. Engg.16. In view of the difficult position regarding the availability of foreign exchange no foreignexchange would be released by the Department for the purchase of plant andmachinery required for the execution of the work contracted for. (GCB/PWD/CFM/1<strong>05</strong>8-62517 date- 26.9.59)17. The contractor will have to construct shed for storing controlled and valuable materialsissued to him under “Schedule-A" of the agreement, at the work site, having doublelooking arrangement The materials will be taken for use in the presence of theDepartment person. <strong>No</strong> 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 whichpropose to use on the work in the form of statement <strong>No</strong>. II.19. Every registered Contractor should furnish along with the tender a statement showingprevious experience and technical staff employed by him, in form of Statement <strong>No</strong>. V.20 Successful tenderer will have to produce to the satisfaction of the accepting authority avalid and current license issued in his favour under the provision of Contract Labour(Regulation and Abolition Act, 1973) before starting work, failing which acceptance ofthe tender will be liable for withdrawal and earnest money will be forfeited toGovernment.21. The contractor shall comply with the provision of the Apprentices Act, 1961 and therules and orders issued there under from time to time. If he fails to do so, his failure willbe a breach of the contract and the Superintending Engineer, may in his discretioncancel the contract. The contractor shall also be liable for any pecuniary liability arisingon account of any violation by him of the provisions of the Act.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


53 Dy. Ex. Engg.In figures as well as inwords.Seal of Contractora)If several sub-works areincluded they should bedetailed in a separate listc)The amount of earnest moneyto be deposited shall be inaccordance with the provisionof para 204&2<strong>05</strong> of theM.P.W. Manuald)The Deposit shall be inaccordance with paras211and 212 of the M.P.WManuale)This percentage where nosecurity deposit is taken willvary from 5% to 10%according to the requirementof the case where securitydeposit is taken see note 1 toclause1 of condition ofcontractf)Give schedule wherenecessary showing dates bywhich the various items areto be completedTENDER FOR THE WORKS1. I/We hereby tender for the execution, for the Governor ofMaharashtra (herein before and hereinafter referred to as“Government") of the work, specified in the under writtenmemorandum within time specified in such memorandum at*(______________________________________________________________________________)percent below/above theestimated rates entered in “Schedule-B" (memorandum showingitems of work to be carried out) and in accordance in all respectswith the specifications, designs, drawing and instructions inwriting referred to in Rule Thereof and in clause 12 of theannexed conditions of the contract and agree that when materialsfor the work are provided by the Government. Such materials andthe rate to be paid for them shall be as provided in “Schedule-A"hereto.aMEMORANDUMGeneral Description:- S.R.to Vita Peth Malkapur Oniroad S.H.111 (S.H.150- 2001-2021) km 32/00 to 34/00and 42/600 to 44/00 in Tal-Walwa Dist Sanglib Estimated Cost Rs.11287540.00c Earnest money Rs. 100000.00dSecurity Depositi. Cash (not less than the amount of earnestmoney)Rs. 225750.00ii To be deducted form current bills Rs. 225750.00efPercentage, If any to be deducted frombills so as to make up the total amountrequired as security deposit by the time,half the work, as measured by the cost isdone.Time allowed for the work from the date ofwritten order to commenceTotal Rs. Rs. 451500.004%6 Months(Includingmonsoon)Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


54 Dy. Ex. Engg.2. I/We agree that the offer shall remain open for acceptance for aminimum period of 120 days from the date fixed for opening thesame and thereafter until it is withdrawn by me/us by notice inwriting addressed to authority opening the tenders and sent byregistered post AD or otherwise delivered at the office of suchauthority, Treasury Bank Challan <strong>No</strong>. and date or Deposit atreceipt <strong>No</strong>. and date or Term Deposit Receipt for a period ofone year receipt no. ________ and date______________ issuedby any Nationalised / Scheduled Bank in respect to the sum ofRs._____________/-(in words Rupees ___________________._______________________________________only)representing the earnest money is herewith forwarded. Theamount of earnest money shall not bear interest and shall beliable to be forfeited to the Government Should/ We fail to (i)abide by the stipulation to keep the offer open for the periodmentioned above or (ii) sign and complete the contractdocuments as required by the Engineer and furnish the securitydeposit as specified in item (d) of the memorandum contained inparagraph 1 above within the time limit laid down in clause (1) ofthe annexed General Conditions of contract. The amount ofearnest money may be adjusted towards the security deposit orrefunded to me/us if so desired by me/us in writing, unless thesame or any part thereof has been forfeited as aforesaid.3. I/We have secured exemption from payment of earnest moneyafter executing the necessary bond in favour of the Govt. a truecopy of which is enclosed herewith, should any occasion forforfeiture of earnest money for this work arise due to failure onmy/our part of(i) abode by the stipulations to keep the offeropen for the period mentioned above or (ii) sign and complete thecontract documents and furnish the security deposit as specifiedin item (d) of the Memorandum contained in paragraph (1) abovewithin the time limit laid down in clause-1 of the annexed GeneralConditions of contract, the amount payable by me/us may at theopinion of the Engineer, be recovered out of the amountdeposited in lumpsum for securing exemption in so far as thesame may extend in terms of the said bond and in the event ofthe deficiency out of any other moneys which are due or payableSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


*Strike out(a) if no cashsecurity deposit to betaken#Signature ofcontractor beforesubmission of tender#Signature of Witnessto contractor’sSignature55 Dy. Ex. Engg.to me/us by the Government under any other contract ortransaction of any nature whatsoever or otherwise.4. Should this tender be accepted I/We hereby agree to abide byand fulfil all the term, and provisions of the conditions of contractannexed hereto so far as applicable, and in default there of toforfeit and pay to Government the sums of money mentioned inthe said conditions.Receipt <strong>No</strong>. _________________ dated___________ from theGovernment Treasury or Sub Treasury at _____________in respect of the sum of Rs_*_________ (in wordsRupees________________________________________ Only)is herewith forwarded representing the earnest money (a) the fullvalue of which is to be absolutely forfeited toGovernment should I/We not deposit the full amount ofsecurity deposit specified in the above memorandum, inaccordance with clause 1 (A) of the said conditions of thecontract, otherwise the said sum of Rs.*________________ (inwords Rupees __________________________________ Only)Name of Contractor # _________________________________Address ________________________________________________________________________________________________Dated – The _______________day of _____________2012(Witness) - $ ________________________________________Address ________________________________________________________________________________________________(Occupation) ________________________________________The above tender is hereby accepted by me for and onbehalf of the Governor of Maharashtra.Dated __________ day of _____________2012*#Signature of theofficer by whomaccepted.Executive EngineerPublic Works (West) Division, SangliSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


56 Dy. Ex. Engg.CONDITIONS OF CONTRACTSecurity DepositPWD Resolution<strong>No</strong>. CAT/1087/CR-94/Bldg.2dated –14.6.1989Security DepositClause 1: The person/persons whose tender may be accepted(hereinafter called the contractor, which expression shall unlessexcluded by a repugnant to the context include his heirs, executors,administrators, and assigns) shall (A) within 10 days (Which may beextended by the Superintending Engineer concerned up to 15days ifSuperintending Engineer thinks fit to do so) of the receipt by him of thenotification of the acceptance of his tender deposit with the ExecutiveEngineer in cash or Govt. securities endorsed to the Executive Engineer(if deposited for more than 12 months) of sum sufficient which will madeup the full security deposit specified in the tender or (B)(PermitGovernment at the time of making any payment to him for work doneunder the contract to deduct such as will amount to 4% of all moneys sopayable such deductions to be held by Government by way of securitydeposit) provided always that in the event of the contractor depositing alump sum by way of security deposit as contemplated at (A) above thenand in such case, if the sum so deposited shall not amount to 4%percent of the total estimated cost of the work, it shall be lawful forGovernment at the time of making any payment to the contractor forwork done under contract to make up the full amount of 4% bydeducting a sufficient sum for every such payment as last aforesaid untilthe full amount of the security deposit is made up. All compensation orother sums of money payable by the contractor to Government underthe terms of his contract may be deducted from or paid by the sale ofsufficient part of his security deposit or from the interest arisingtherefrom or from any sums which may become due by Government tothe contractor under any other contract or transaction of any nature onany account whatsoever and in the event of his security deposit beingreduced by reason of any such deduction or sale as aforesaid thecontractor shall within ten days there after, make good in cash orGovernment securities endorsed as aforesaid any sum or sums whichmay have been deducted from or raised by sale of his security depositor any part thereof. The security deposit referred to when paid in cashmay at the cost of the depositor be converted into interest bearingsecurities provided that the depositor has expressly desired this inwritingSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


57 Dy. Ex. Engg.The Security deposit will not be accepted in forms of insurancecompany bonds as per Government order contained in <strong>No</strong>.CCM/PWD/CAD 4250 Dt. 27.2.1956 If the amount of the securitydeposit to be paid the lump sum with the period at (A) above is not paidthe tender/contract already accepted shall be considered as cancelledand legal steps taken against the contractor for recovery of theamounts. The amount of the Security Deposit lodged by the contractorshall be refunded along with the payment of the final bill if the date up towhich the contractor has agreed to maintain the work in good order isover. If such date is not over only 50% amount of security depositshall be refunded along with the payment of the final bill. Theamount of Security Deposit retained by the Government shall bereleased after expiry of period up to which the contractor has agreed tomaintain the work in good order is over. In the event of the contractorfailing or neglecting the complete rectification work within the period upto which the contractor has agreed to maintain the work in good orderthen subject to provisions of clauses 17 and 20 hereof the amount ofSecurity Deposit retained by Government shall be adjusted towards theexcess cost incurred by the Government on rectification work._______________________________________________________* <strong>No</strong>te–This will be the same percentage as that in the tender at (e)Compensationfor DelayClause2: The time allowed for carrying out the work as entered in thetender shall be strictly observed by the contractor's and shall bereckoned from the date on which the order to commence work is givento the contractor's. The work shall through the stipulated period of thecontract proceeded with, all due diligence (time being deemed to be theessence of the contract on the part of the contractor's) and thecontractor's shall pay as compensation an amount equal to one percentor such smaller amount as the Superintending Engineer (whosedecision in writing shall be final) may decide, of the amount of theestimated cost of the whole work as shown in the tender for every daythat the work remains uncommenced, or unfinished after the properdates. And further to ensure good progress during execution of thework, the contractor's shall be bound, in all cases in which the timeallowed for any work exceeds one month to complete.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


58 Dy. Ex. Engg.1. ⅛ of the Work in ¼ of the time2. ⅓ of the Work in ½ of the time3. ¾ of the Work in ¾ of the timeFull work to be completed 6 Months <strong>No</strong>te : The quantity of the work tobe done within a particular time to be specified above shall be fixed andinserted in the blank space kept for the purpose by the Office competentto accept the contracts after taking into consideration the circumstancesof each and abide by the programme of detailed process laid down bythe Executive Engineer.The following proportion will usually be found suitable in In 1/4, 1/2, 3/4of the time.Reasonable progress of earth work 1/6, 1/2, 3/4 of the total value of thework to be done.Reasonable progress of masonry work 1/10, 4/10, 8/10 of the total valueof the work to be done.In the event of the Contractor failing to comply with these conditions heshall be liable to pay as compensation an amount equal to onepercent or such smaller amount as the said cost of the wholework for every day that the due quantity of work remains incompleteprovided always that the total amount of compensation to be paid underthe provisions of this clause shall not exceed 10 percent of theestimated cost of the work as shown in the tender. SuperintendingEngineer should be the final authority in this respect, irrespactive of thefact that tender is accepted by Chief Engineer/Additional ChiefEngineer/ Superintending Engineer/Executive Engineer or AssistantEngineer/Deputy Engineer.Action when whole ofsecurity deposit isforfeitedClause 3: In any case in which under any clause of this contract thecontractor shall have rendered himself liable to pay compensationamounting to the whole of this security deposit weather paid one sum ordeducted by installments or in the case of abandonment of the workowing to serious illness or death of the contractor or any other cause theEngineer, on behalf of the Governor of Maharashtra, shall have powerSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


59 Dy. Ex. Engg.to adopt any of the following courses, as he may deem best suited tothe interest for Government:(a) To rescind the contract (for which rescission notice in writing to thecontractor under the head of Executive Engineer shall beconclusive evidence ) and in that case the security deposit of thecontractor shall stand forfeited and be absolutely at the disposal ofGovernment(b) To carry out the work or any part of the work departmentallydebiting the contractor with the cost of the work, expenditureincurred on tools and plant, and charges on additional supervisorystaff including the cost of work-charged establishment employed forgetting the un-executed part of the work completed and all respectsin the same manner and at the same rates as if it had been carriedout by the contractor under the terms of his contract. The certificateof the Executive Engineer as to the cost and other allied expensesso incurred and so to the value of the work so done departmentallyshall be final and conclusive against the contractor.(c) To order that the work of the contractor be measured up and totake such part thereof as shall be unexecuted out of his hand, andto give it to another contractor to complete, in which case allexpenses incurred on advertisement for fixing a new contractingagency, additional supervisory staff including the cost of workcharged establishment and the cost of the work executed by thenew contract agency will be debited to the contractor and value ofthe work done or executed through the new contractors shall becredited to the contractor in all respects and in the same mannerand at the same rates as if it had been carried out by the contractorunder the terms of his contract The certificate of the ExecutiveEngineer as to all the cost of the work and other expenses incurredas aforesaid for or in getting the unexecuted work done by the newcontractor and as to the value of the work so done shall be finaland conclusive against the contractor.In case the contract shall be rescinded under clause(a) above thecontractor's shall not be entitled to recover or be paid, any sum forany work therefore actually performed by him under this contractunless and until the Executive Engineer shall have certified inwriting the performance of the such work and the amount payableSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


60 Dy. Ex. Engg.to him in respect thereof and he shall only be entitled to be paid theamount so certified. In the event of either of the courses referred toin clause (b) or c) being adopted and the cost of the work executeddepartmentally or through a new contractor and other alliedexpenses exceeding the value of such work credited to thecontractors the amount of excess shall be deducted from anymoney due to the contractor, by Government under the contractoror otherwise howsoever or from his security deposit or the saleproceeds thereof provided however that contractor shall have noclaim against Government even if the certified value of the workdone departmentally or through a new contractor excess thecertified cost of such work and allied expenses, provided alwaysthat whichever of the three courses mentioned in clause (a), (b) orc) is adopted by the Executive Engineer, the contractor's shallhave no claim to compensation for any loss sustained by him byreasons of his having purchased or procured any materials orentered into any engagements or made any advance on account ofor with a view to the execution of the work or the performance ofthe contract.Action when theprogress of anyparticular portion ofthe work isunsatisfactoryClause 4: If progress of any particular portion of work is unsatisfactory,the Executive Engineer shall not withstanding that the general progressof the work is in accordance with the condition mentioned in clause 2 beentitled to take action under clause 3 (b) after giving the contractor's 10days notice in writing. The contractor will have no claim to compensationfor any loss sustained by him owing to such action.Contractor remainsliable to paycompensation ifaction not takenunder clause 3 & 4Power to takepossession of or sellcontractor’s plantClause 5: In any case in which any of the powers conferred upon theExecutive Engineer by clause 3 and 4 hereof shall exercised the nonexercisethereof shall not constitute a waiver of any of the conditionshereof and such powers shall not withstanding be exercisable in theevent of any future case of default by the contractor for which under anyclauses hereof he is have become exercisable and the same shall nothave been declared liable to pay compensation amounting to the wholeof his security deposit and additional security deposit and the liability ofthe contractor for past and future compensation shall remain unaffected.In the event of the Executive Engineer taking action under clause 3 heSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


61 Dy. Ex. Engg.may if he so desires take possession of all or any tools, plant, materialsand stores in or upon the work or the site thereof or belonging to thecontractor or procured by him and intended to be used for the executionof the work or any part thereof paying or allowing for the same inaccount at the contract rates or in the case of contract rates not beingapplicable at current market rates to be certified by the ExecutiveEngineer whose certificate thereof shall be final. In the alternative theExecutive Engineer may after giving notice in writing to the contractor orhis clear of the work foreman or other authorised agent require him toremove such tools & plant materials or stores from the premises within atime to be specified in such notice and in the even of the contractorfailing to comply with any such requisition the Executive Engineer mayremove them at the contractors expense or sell them by auction orprivate sales on account of the contractor and at his risk in all respectsand the certificate of the Executive Engineer as to the expense of anysuch removal and the amount of the proceeds and expense of any suchsale shall be final and conclusive against the contractor.Extension timeClause 6: If contractor shall desire an extension of the or completion ofwork on the ground of his having been unavoidable hindered in itsexecution or on any other ground he shall apply in writing to theExecutive Engineer before the expiration of the period stipulated intender or before the expiration of 30 days from the date on which hewas hindered as aforesaid or on which the cause for asking forextension occurred whichever is earlier and the Executive Engineer or inthe opinion of Superintending Engineer, or Chief Engineer as the casemay be if in his opinion there were reasonable grounds for granting anextension grant such extension as he thinks necessary or proper thedecision of the Executive Engineer/Superintending Engineer/ChiefEngineer in this matter shall be final.Final CertificateClause 7: On the completion of the work the contractor shall befurnished with a certificate by the Executive Engineer (hereinafter calledthe Engineer-in-charge) of such completion but so such certificate shallbe given or shall the work be considered to be completed until thecontractor shall have removed from the premises on which the workshall have been executed all scaffolding, surplus materials and rubbishSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


62 Dy. Ex. Engg.and shall have cleaned off the dirt from all wood work, door, windows,walls, floor or their parts of any building in or upon which the work hasbeen executed or of which he may have had possession for the purposeof executing the work or until the work have been measured by theEngineer-in-charge or where the measurements have been taken by hissubordinates until they have received approval of the Engineer–inchargethe said measurements being binding and conclusive against thecontractor. If the contractor shall fail to comply with the requirements ofthis clause as to the removal of scaffolding surplus materials andrubbish and cleaning of dirt on or before the date fixed for thecompletion of the work the Engineer-in-charge may at the expenses ofthe contractor, remove such scaffolding surplus materials and rubbishand dispose off the same as he thinks fit and clean off such dirt asaforesaid. incurred but shall have no claim in respect of any suchscaffolding or surplus materials as aforesaid except for any sum actuallyrealised by the sale thereof.Payment onintermediate certificateto be regarded asadvancesBill to be submittedmonthlyClause 8: <strong>No</strong> payment shall be made for any work estimated to costless than rupees one thousand till after the whole of work shall havebeen completed and a certificate of completion given. But in the case ofworks estimated to cost more than rupees one thousand the contractorshall on submitting a monthly part of the work then approved andpassed by the Engineer-in-charge, whose certificate of such approvaland passing of the sum to payable shall be final and conclusive againstthe contractor. All such intermediate payments shall be regarded aspayments by way of advance against the final payments only and not aspayments for work actually done and completed and shall not precludethe Engineer-in-charge from requiring any bad, unsound imperfect orunskillful work to be removed or taken away and reconstructed or recreatednor shall any such payment be considered as an admission ofthe due performance of the contract or any part thereof in any respect orthe occurring of any claim nor shall it conclude determine or effect inany other way the powers of the Engineer-in-charge as to the finalsettlement and settlement of the accounts or otherwise or in any otherway vary or affect the contract. The final bill shall be submitted by thecontractor within one month of the date fixed for the completion of thework otherwise the Engineer-in-charge's certificate of theSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


63 Dy. Ex. Engg.measurements and of the total amount payable for work shall be finaland binding on all parties.Payment at reduced rateon account of items ofwork not accepted ascompleted d to be at thediscretion of the Engineerin-charge.Clause 9: The rates for several items of work estimated to cost morethan Rs. 1,000 /- agreed to within, shall be valid only when the itemconcerned is accepted as having been completed fully in accordancewith the sanctioned specifications. In cases where the items of work arenot accepted as so completed by the Engineer-in charge may makepayment on account of such items at such reduced rates as he mayconsider reasonable in the preparation of final or on account bills.Clause 10: A bill shall be submitted by the contractor in each month onor before the date fixed by the Engineer-in-charge for all works executedin the previous month and the Engineer-in-charge shall take or cause tobe taken the requisite measurement for the purpose of having the sameverified and the claim, so far as it is admissible, shall be adjusted, ifpossible , within ten days from the presentation of the bill. If thecontractor does not submit the bill within the time fixed as aforesaid, theEngineer-in-charge may depute a subordinate to measure up the saidwork in the presence of the contractors or his duly authorised agentwhose countersignature to the measurement list shall be sufficientwarrant, and Engineer-in-charge may prepare a bill from such list whichshall be binding on the contractor in all respects.Bill to be on printedformsClause 11: The contractor shall submit all bills on the printed forms inthe format approved by the Engineer in charge. The charges to be madein the bills shall always be entered at the rates specified in the tender. Inthe case of any extra work ordered in pursuance of these conditions,and not mentioned or provided for in the tender at the rates hereinafterprovided for such work.Stores supplied byGovernmentClause 12: If the specification or estimate of the work provides for theuse of any special description of material to be supplied from the storeof the Government or if it is required that the contractor shall use certainstores to be provided by the Engineer- in- charge (such material andstores and the prices to be charged therefor as hereinafter mentionedbeing so far as practicable for the convenience of the contractor but notSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


64 Dy. Ex. Engg.so as in any way to control the meaning or effect of this contractspecified in the schedule or memorandum hereto annexed), thecontractor shall be supplied with such materials and stores as may berequired from time to time to be used by him for the purpose of thecontract only, and value of the full quantity of the materials and storesso supplied shall be set off or deducted from any sums then due orthereafter to become due to the contractor under the contract orotherwise or from the security deposit or he proceeds of sale thereof ifthe security deposit or the proceeds of sale thereof if the securitydeposit is held in Government securities the same or sufficient portionthereof shall in that case be sold for the purpose. All materials suppliedto the contractor shall remain the absolute property of Government andshall on no account be removed from the sites of the work and shall atall times be open for inspection by the Engineer-in-charge. Any suchmaterials unused and in perfectly good condition at the time ofcompletion or termination of the contract shall be returned to theGovernment store if the Engineer-in- charge so requires by a notice inwriting given under his hand but the contractor shall not be entitled toreturn any such materials except with consent of the engineer in chargeand he shall have no claim for compensation on account of any suchmaterial supplied to him as aforesaid but remaining unused by him or forany wastage in or damage to any such materials.Clause 12(A): All stores of controlled materials such as cement, steeletc. supplied to the contractor by Government should be kept by thecontractor under lock & key and will be accessible for inspection byExecutive Engineer or his authorised agent at all the timesClause 13: The contractor shall execute the whole and every part of thework in the most substantial and workman like manner and both asregards materials and every other respect in strict accordance withspecifications. The contractor shall also conform exactly, fully andfaithfully to the designs, drawing and instructions in writings relating tothe work signed by the Engineer-in-charge and lodged in his office andto which the contractor shall be entitle to have access for the purpose ofinspection at such office or on the site of the work during office hours.The contractor will be entitled to receive three sets of contract drawingSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


65 Dy. Ex. Engg.and tender along with the work order free of cost. Further copies of thecontract drawings and working drawings if required by him, shall besupplied at the rate of Rs.500/- per set of contract drawing and Rs 500/-working drawing except where otherwise specified.Alterations inspecifications anddesigns not toinvalidate contractsRates for work notentered in estimate orschedule of rate of thedistricts.Extension of time inconsequence ofadditions or alterationClause 14: The Engineer-in-charge shall have power to make anyalterations in or additions to the original specifications, drawings designsand instructions that may appear to him to be necessary or advisableduring the progress of the work and the contractor shall be found tocarry out the work in accordance with any instructions in this connectionwhich may be given to him in writing signed by the Engineer-in-Chargeand such alteration shall not invalidate the contract and any additionalwork which the contractor may be directed to do in the manner abovespecified as part of the work shall be carried out by the contractor on thesame conditions in ail respects on which he agreed to do the main workand at the same rates as are specified in the tender for the main work.And if the additional and altered work included any class of work forwhich no rate is specified in this contract then such class of work shallbe carried out at the rates entered in the schedule of rates of thedivision or at the rates mutually agreed upon between the Engineer- inchargeand the contractor which ever are lower. If the additional oraltered work for which no rate is entered in the Schedule of rates of thedivision is ordered to be carried out before the rates are agreed uponthen the contractor Shall within seven days of the date of receipt by himof the order to carry out the work, inform the engineer-in-charge of therate which it is his intention to charge for such class of work. And if theengineer in charge does not agree to this rate he shall by notice inwriting be at liberty to cancel his order to carry out such class of workand arrange to carry out in such manner as he may consider advisableprovided always that if the contractor shall commence work or incur anyexpenditure in regard thereof before the rates shall have beendetermined as lastly herein before mentioned then in such case he shallonly be entitled to be paid in respect of the work carried out orexpenditure incurred by him prior to the date of the determination of therate as aforesaid according to such rate of rates as shall be fixed by theengineer in charge in the event of a. dispute, the decision of thesuperintending Engineer of the circle will be final.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


66 Dy. Ex. Engg.Where, however, the work is to be executed according to the designs,drawings and specifications recommended by the Contractor andaccepted by the Competent Authority the alternations above referred toshall be within the scope of such designs, drawings and specificationsappended to the tenderThe time limit for the completion of the work shall be extended in theproportion that increase in its cost occasioned by alternations oradditions bears to the cost of the original contract work, and thecertificate of the Engineer in- charge as to such proportion shall beconclusiveClause 15: 1) If any time after the execution of the contract documentsthe Engineer shall for any reason what so ever other than default on thepart of the contractor for which the Government is entitled to rescind thecontract desires, that the whole or any part of the work specified in thetender should be suspended for any period or that the whole or part ofthe work should not be carried out at all he shall give to the contractor anotice in writing of such desire and upon the receipt of such notice thecontractor shall forthwith suspend or stop the work wholly or in part asrequired after having due regard to the appropriate stage at which thework should be stopped or suspended so to cause any damage or injuryto the work already done or endanger the safety there of provided thatthe decision of the engineer to the state at which the work or any part ofit could be or would have been safely stopped or suspended shall haveno claim to any payment or compensation whatsoever by reason of or inpursuance of an 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 continuedfor a continuous period exceeding 90 days the contractor shall be atliberty to withdraw from the contractual obligations under the contract sofar as it pertains to the unexecuted part of the work by giving a 10 daysprior notice in writing to the engineer within 30 days of the expiry of thesaid period of 90 days of such intention and requiring the engineer torecord the final measurement of the work already done and to pay finalbill . Upon giving such notice the contractor shall be deemed to havebeen discharged from his obligation to complete the remainingSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


67 Dy. Ex. Engg.unexecuted work under his contract. On receipt of such notice "theengineer shall proceed to complete the measurements and make suchpayment as may be finally due to the contractor within a period of 90days from the receipt of such notice in respect of the work already doneby the contractor. Such payment shall not in any manner prejudice theright of the contractor to any further, compensation under the remainingprovisions of this clause.3) Where the Engineer required the contractor to suspend the work for aperiod in excess of 30 days at any time or 60 days in the aggregate thecontractor shall be entitled to apply to the Engineer within 30 days of theresumption of work after. Such suspension for payment ofcompensation to the extent of pecuniary loss suffered by him in respectof working machinery remained idle on the site or on the account of hishaving and to pay the salary or the wages of labour engaged by himduring the said period of suspension providing always that thecontractor shall not be entitled to any claim in respect of any suchworking machinery, salary or wages for the first 30 days whetherconsecutive or in aggregate of such suspension or in or in respect ofany suspension whatsoever occasioned by unsatisfactory work or anyother default on his part. The decision of the Engineer in this regardshall be final & conclusive against the contractor.4) In the event of -i) Any total stoppage of work on notice from the Engineer under subclause (1) in that behalf.ii) Withdrawal by the contractor from the contractual obligation tocomplete the remaining unexecuted work under sub clause (2) onaccount of continued suspension of work for a period exceeding 90 daysSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,SangliORiii) Curtailment in the quantity of item or items originally tendered onaccount of any alteration, omission or substitution in the specificationsdrawings, designs or instruction under clause 14 (1) where suchcurtailment exceeds 25 % in the quantity and the value of the quantitycurtailed beyond 25 % at the rates for the item specified in the tender ismore 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 form the


68 Dy. Ex. Engg.contractual obligations under the contract on Account of the continuedsuspension of the work or (iii) <strong><strong>No</strong>tice</strong> under clause 14 (1) resulting insuch curtailment to produce the Engineer satisfactory documentaryevidence that he had purchased or agreed to purchase material for usein the contracted work before receipt by him of the notice of stoppage,suspension or curtailment and required the Government to take over onpayment such materials at the rates determined by the Engineer,provided however such rates shall in no case exceed the rates at whichthe same was acquired by the contractor. The Government shallthereafter take over the materials , so offered are not in excess of therequirements of the unexecuted work as specified in the acceptedtender and are of quality & specifications approved by the Engineer.<strong>No</strong> claimcompensation onaccount of loss due todelay in supply ofmaterial byGovernmentClause 15 A: The contractor shall not be entitled to claim anycompensation from Government for the loss suffered by him onaccount of delay by Government in the supply of materials where suchdelay is caused byi) Difficulties relating to the supply of railway wagons.ii) <strong>For</strong>ce – majeureiii) Act of Godiv) Act of enemies of the State or any other reasonable causebeyond the control of Government.In the case of such delay in the supply of materials, Government shallgrant such extension of time for the completion of the work as Shallappear to the Executive Engineer to be reasonable in accordance withthe circumstances of the case. The decision of the Executive Engineeras to the extension of the time shall be accepted as final by thecontractor.Time limit forunforeseen claimsClause 16: Under no circumstances whatever shall be contractor beentitled to any compensation from Government on any account unlessthe contractor shall have submitted a claim in writing to the Engineer- in- Charge within one month of the case of such claim occurring.PWD. Resolution <strong>No</strong>.CAT-1087/CR-94/Bldg.-2 Dated 14.6.89Clause 17: If any time before the security deposit or any part thereof isrefunded to the contractor it shall appear to the Engineer -in -Charge orhis subordinate in charge of the work that any work has been executedSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


69 Dy. Ex. Engg.Action &Compensationpayable in case ofbad workwith unsound, imperfect or unskillful workmanship or with materials ofinferior quality, or that any materials or articles provided by him for theexecution of the work are unsound, or of a quantity inferior to thatcontracted for or are otherwise not in accordance with the contract, itshall be lawful for the Engineer- in-charge to intimate this fact in writingto the contractor and then not withstanding the fact that the work,materials or articles complained of may have been inadvertently passed,certified and paid for, the contractor shall be bound for with to rectify, orremove or reconstruct the work so specified in whole or in part, as thecase may or if so required, shall remove the materials or articles sospecified and provide other proper and suitable materials or articles athis own charge and cost and in the event of his failing to do so withinperiod to be specified by the Engineer-in-charge in the written intimationaforesaid, the contractor shall be liable to pay compensation at the ratesof one percent on the amount of estimate for every day not exceeding10 days, during which failure so continues and in the case of any suchfailure the Engineer- in-charge may rectify or remove and re-execute thework or remove and replace the materials or articles complained of asthe case may be at the risk and expense in all respect of the contractor.Should the Engineer- in-charge consider that any such inferior work ormaterials as described above may be accepted or made use of it shallbe within his direction to accept the same at such reduced rates as hemay fix therefor.Work to be open toinspectionContractor orresponsible agent tobe presentClause 18: All works under or in course of execution or executed inpursuance of the contract shall at all times be open to the inspectionand supervision of the Engineer- in-charge and his subordinates and thecontractor shall at all times during the usual working hours and at alltimes at which reasonable notice of the intention of the Engineer- inchargeand his subordinates to visit the work shall have been given tothe contractor either himself or present to receive orders andinstructions or have a responsible agent duly accredited in writingpresent for that purpose. Orders given to the contractors duly authorisedagent shall be considered to have the same force and effect as if theyhad been given to the contractor himself.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


70 Dy. Ex. Engg.<strong><strong>No</strong>tice</strong> to be givenbefore work iscovered upClause 19: The contractor shall give not less than five days notice inwriting to the Engineer-in-charge or his subordinates in charge of thework before covering up or otherwise placing beyond the reach ofmeasurement any work in order that the same may be measured andcorrect dimensions thereof taken before the same is so covered up orplaced beyond the reach of measurements and shall not cover up orplace beyond the reach of measurement any work without the consentin writing of the Engineer-in-charge or his subordinate in charge of thework and if any work shall covered up or placed beyond the reach ofmeasurements without such notice having been given or consentobtained the same shall be uncovered at the contractors expense & indefault thereof no payment or allowance shall be made for such work orfor the materials with the same was executed.Contractor liable fordamage done & forimperfectionsPWD. Resolution <strong>No</strong>.CAT-1087/CR-94/Bldg.-2 Dated 14.6.89Clause 20: If during the period of 24 month from the date of completionas certified by the Engineer-in-charge pursuant to Clause-7 of thecontract or 30 months after commissioning the work, whichever isearlier in the opinion of the Executive Engineer, the said work isdefective in any manner whatsoever the contractor shall forthwith onreceipt of notice in that behalf from the Executive Engineer, dulycommence execution and Completely carry out at his cost in everyrespect all the work that may be necessary for rectifying & setting rightthe defects specified therein including dismantling and reconstruction ofunsafe portions strictly in accordance with and in the manner prescribedand under the supervision of the Executive Engineer. In the event of thecontractor failing or neglecting to commence execution of the saidrectification work within the period prescribed therefor in the said noticeand/or to complete the same as aforesaid as required by the said notice,the Executive Engineer get the same executed and carried outdepartmentally or by any other agency at the risk on account and at thecost of the contractor. The contractor shall forthwith on demand pay tothe Government the amount of such costs, charges, and expensessustained or incurred by the Government of which the certificate of theExecutive Engineer shall be final and binding on the contractor. Suchcosts, charges and expenses shall be deemed to be arrears of andrevenue and on the event of the contractor failing or neglecting to paythe same on demand as aforesaid without prejudice to any other rightSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


71 Dy. Ex. Engg.and remedies of the Government, the same may be recovered from thecontractor as arrears of land revenue. The Government shall also beentitled to deduct the same from any amount which may be payable orwhich may thereafter become payable by the Government to thecontractor either in respect of the said work or any other workwhatsoever or from the amount of security deposit retained byGovernment.Contractor to supplyplant ladders,scaffoldings etc.And is liable fordamages arising fromnon provisions of lightfencing etc.Clause 21: The contractor shall supply at his own cost all materials(expect such special materials . if any as may, in accordance with thecontract be supplied from the Government stores) plant, tools,appliances, implements, ladders carriage, tackle, scaffolding andtemporary work requisite for the proper execution of the work, whetherin the original, altered or substituted from and whether included in thespecification or other Documents forming part of the contract or referredto in these conditions or not and which may be necessary for thepurpose of satisfying or complying with the requirement of the Engineerin-chargeas to any matter as to which under conditions he is entitled tobe satisfied or which he is entitled to require together with the carriagetherefor to and from the work. The contractor shall also supply withoutcharge the requisite number of persons with the means end materialsnecessary for the purpose of setting out works and counting weighingand assisting in the measurement or examination at any time & fromtime to time of the work or the materials, failing which the same may beprovided by the Engineer-in-charge at the expense of the contractor andthe expenses may be deducted from any money due to the contractorunder the contract or from his security deposit or the proceeds of salethereof a sufficient portion thereof. The contractor shall provide allnecessary fencing and lights required to protect the public from accidentand shall also be bound to bear the expenses of defense of every suit,action or other legal proceeding that may be brought by any person forinjury sustained owing to neglect of the above precautions and to payany damages and costs which may be awarded in any such suit, actionor proceedings to any such person or which may with the consent of thecontractor be paid for compromising any claim by any such person.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


72 Dy. Ex. Engg.List of machinery in contracts possession & which they propose to useon the works should be submitted along with the tender.Clause 21 (A): The contractor shall provide scaffolds and workingplatforms gangways and stairways and shall comply with the followingregulations in connection therewith.a) Suitable scaffolds shall be provided for workmen for all worksthat cannot be safely done from a ladder or by other meansb) A scaffolds shall not be constructed, taken down or substantiallyaltered expect-i) Under the supervision of a competent and responsibleperson andii) As far as possible by competent workers possessingadequate experience in this kind of work.c) All scaffolds and appliances connected there with and allladders shalli) Be of sound materialii) Be of adequate strength having regard to the loads andstrains to which they will be subjected, andiii) Be maintained in proper conditiond) Scaffolds shall be so constructed that no part thereof can bedisplaced in consequence of normal use.e) Scaffolds shall not be over-loaded and so far as practicable theload shall be evenly distributed.f) Before installing lifting gear on scaffolds specialprecautions shall be taken to ensure the strength and stability ofthe scaffold.g) Scaffolds shall be periodically inspected by the competentperson.h) Before allowing a scaffold to be used by his workmen thecontractor shall whether the scaffold has been erected by hisworkmen or not take steps to ensure that if complies fully withthe regulation here-in-specified.i) Working platform, gangways, stairways shall(i) be so constructed that no part thereof can sag unduly orunequally.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


73 Dy. Ex. Engg.ii) Be so constructed and maintained having regard to theprevailing conditions as to reduce as far as practicable risksof persons and stripping or slipping, andiii) Be kept free from any unnecessary obstructionj) In the case of working platforms, gangways, working place andstairways at a height exceeding 3 meters.i) Every working platform and every gangways shall be closelyboarded unless other adequate measure are taken to ensuresafety.ii) Every working platform and gangways shall have adequatewidth andiii) Every working platform, gangways, working place andstairway shall be suitable fenced.k) Every opening in the floor of a building or in a working platformshall expect for the time and to extent required to allow theexcess of persons or the transport or shifting of material beprovided with suitable means to prevent the fall of persons ormaterial.l) When persons are employed on roof where there is a danger offalling from a height exceeding 3 meters suitable precautionsshall be taken to prevent the fall of persons or materials.m) Suitable precautions shall be taken to prevent persons beingstruck by articles which might fall from scaffolds or other workingplaces.n) Safe means of access shall be provided to all working platforms& other working places.o) The contractor(s) will have to make payments to the labourers asper Minimum Wages Act.Clause 21 (B): The contractor shall comply with the followingregulations as regards the Hoisting Appliances to be used by hima) Hoisting machines and tackle, including their attachments,anchorage’s and support shalli) Be of good mechanical construction, sound material andadequate strength and free from patent defectii) Be kept in good repair and good working order.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


74 Dy. Ex. Engg.b) Every rope used in hoisting or lowering materials or as a meansof suspension shall be of suitable quality and adequate strengthand free from patent defect.c) Hoisting machines and tackle shall be examined and adequatelytested after erection on the site and before use and be reexaminedand in position at intervals to be prescribed by theGovernmentd) Every chain, ring, hook, shackle, swivel and pulley blocks usedin hoisting or lowering materials or as means of suspension shallbe periodically examined.e) Every crane driver or hoisting appliance operator shall beproperty qualified.f) <strong>No</strong> person who is below the age of 18 years shall be in control ofany hoisting machine, including any scaffold which or givesignals to the operator.g) In case of every hoisting machine and of every chain, ring,shackle, swivel, pulley block used in hoisting or lowering or as ameans of suspension the safe working load shall be ascertainedby adequate means.h) Every hoisting machine and all gear referred to in precedingregulation shall be plainly marked with the safe working load.i) In case of a hoisting machine having a variable safe workingload, each safe working load and the conditions under which it isapplicable shall be clearly indicated.j) <strong>No</strong> part of any hoisting machine or of any gear referred to inregulation (g) above shall be loaded beyond the safe workingload expect for the purpose of testing.k) Motors, gearing, transmission, electric wiring and otherdangerous parts of hoisting appliances shall be provided withefficient safeguards.l) Hosting appliances shall be provided with such means as willreduce to minimum risk of the accidental descent of the load.m) Adequate precaution shall be taken to reduce to a minimum therisk at any part of a suspended load becoming accidentallydisplaced.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


75 Dy. Ex. Engg.Measures forprevention of fire.Clause 22: The contractor shall not set fire to any standing Jungle,trees, brush wood or grass without a written permit from the ExecutiveEngineer. When such permit is given and also in all cases whendestroying out or dug up trees, brushwood, grass etc. by fire, thecontractor shall take necessary measures to prevent such fire spreadingto or otherwise damaging surrounding property. The contractor shallmake his own arrangements for drinking water for the labours employedby him and provide sanitary and other arrangements.Liability of contract forany damage done inor outside work areaEmployment of femalelabour.Clause 23: Compensation for all damage done intentionally orunintentionally by contractor's labour whether in or beyond the limits ofGovernment property including any damage caused by the spreading offire mentioned in Clause 22 shall be estimated by the Engineer-inchargeor such other officer as he may appoint and the estimates of theEngineer-in-charge subject to the decisions of the SuperintendingEngineer on appeal shall be final and the contractor shall be bound topay amount of the assessed compensation on demand, failing which thesame will be recovered from the contractor as damages in the mannerprescribed in Clause 1 or deducted by the Engineer-in-charge from anysums that may be due or become from Government to contractor underthis contract or otherwise.The contractor shall bear the expenses of defending any action or otherlegal proceeding that they be brought by any persons for injurysustained by him owing to neglect of precautions to prevent the spreadof fire and he shall pay any damages and cost that may be awarded bythe court in consequence.Clause 24: The employment of female labours on works inneighborhood of soldier's barracks should be avoided as far as possible.The contractor shall employ the labour with the nearestemployment exchange.Work on holidaysClause 25: <strong>No</strong> work shall be done on weekly local holidays without thesanction in writing of the Engineer-in-change.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


76 Dy. Ex. Engg.Work not to subletContract may berescinded andsecurity depositforfeited for sublettingit without approval orfor bribing a Govt.officer or if contractorbecomes insolventClause 26: The Contract shall not be assigned or subject without thewritten approval of the Engineer-in-charge. And if the contractor shallassign or subject his contract or attempt so to do or become insolvent orcommence any proceedings to get himself adjudicated and insolvent ormake any compositions with his creditors or attempt so to do or if bribe,gratuity gift, loan, Perquisite reward of advantage, pecuniary orotherwise shall either directly on indirectly be given or promised oroffered by the contractor or any of his servants or agents to anyGovernment officer or person in the employment of Government in anyway relating to his office or employment or if any such officer or personshall become in any way directly or indirectly interested in the contractthe Engineer-in-charge may thereupon by notice in writing rescind thecontract and the security deposit and additional security deposit of thecontractor shall thereupon stand forfeited and be absolutely at thedisposal of Government and same consequences shall ensure as if thecontract had been rescinded under Clause 3 here of and addition thecontractor shall not be entitled to recover or be paid for any worktherefore actually performed under the contract.Sum payable by way ofcompensation to beconsidered asreasonablecompensation withoutreference to actual loss.Clause 27: All sums payable by a contractor by way of compensationunder any of these condition shall be considered as a reasonablecompensation to be applied to the use of Government without referenceto the actual loss or damage sustained and whether any damage has ornot been sustainedClause 28: In the case of tender by the partners any charge in theconstitution of a firm shall be forthwith notified by the contractor to theEngineer-in-charge for his information.Direction & Control ofthe superintendingEngineerClause 29: All work to be executed under the contract shall be executedunder the direction and subject to the approval in all respects of theSuperintending Engineer of the Circle for the time being who shall beentitled to direct at what point or point and in what manner they are to becommenced and from time to time carried on.Direction & Control ofthe superintendingEngineerClause 30(1): Except where otherwise specified in contract and subjectto the powers delegated to him by Government under the code, rulesSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


77 Dy. Ex. Engg.than the force the decision of Superintending Engineer of the circle forthe time being shall be final, conclusive and binding on all parties of thecontract upon all question relating to the meaning of the specification,design, drawing and instructions herein before mentioned and as to thequality or workmanship or materials used on the work or as to any otherquestion claim, right matter or thing whatsoever if any arising out of orrelating to the contract, designs, drawings specification, estimates,instructions, orders or these conditions or otherwise concerning theworks , or the execution or failure to execute same, whether arisingduring the progress of work or after the completion or abandonmentthereof.Clause 30(2): The contractor any within 30 days of receipt by him of anyorder passed by the Superintending Engineer of the circle as aforesaidappeal against it to the Chief Engineer concerned with the contract workor project provided that -a) The accepted value of the contract exceeds Rs.10 Lakhs (Rs. TenLakhs)b) Amount of claim is not less than Rs. 1.00 Lakh (Rs. One Lakh)Clause 30(3):If the contractor is not satisfied with the order passed bythe Chief Engineer as aforesaid the contractor may within 30 days ofreceipt by him of any such order appeal against it to the concernedSecretary, Public Works Department who if convinced that prima-faciethe contractor's claim rejected by Superintending Engineer /ChiefEngineer is not frivolous and that there is some substance in the claim ofcontractor as would merit detailed examination & decision by StandingCommittee , shall put up the Standing Committee at /Government levelfor suitable decision. (Vide PW Circle <strong>No</strong> CAT-1086-CR-110/Bldg-2 dt.7/5/86.Stores of European orAmericanmanufacture to beobtained from Govt.Clause 31: The contractor shall obtain from the Government stores allstores and articles of European or American manufacture which may berequired for the work or any part thereof or in making up any articlesrequired therefor / or in connection therewith unless he has obtainedpermission in writing from Engineer-in-charge to obtain such stores andarticles elsewhere. The value of such stores and articles may beSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


78 Dy. Ex. Engg.supplied to the contractor by the Engineer-in-charge will be debited tothe contractor in his account at the rates shown in the schedule, in formA attached to the contract & if they are not entered in the said schedule ,they shall be debited to him at cost price which for the purpose of thiscontract shall include the cost of carriage & other expenses whatsoeverwhich shall have been incurred in obtaining delivery of the same at thestores aforesaid.Lump sums inestimatesClause 32: When the estimate on which a tender is made includes lumpsums in respect of part of works the contractor shall be entitled topayment in respect of the item of work involved or the part of work inquestion at the same rates are payable under this contract for each itemor if the part of work in question is not in the opinion of the Engineer-inchargecapable of measurement of Engineer-in-charge may at hisdiscretion pay the lump sum amount entered in the estimate and thecertificate in writing of the Engineer- in -charge shall be final &conclusive against the contractor with regard to any sum or sumspayable to him under the provisions of this clause.Action where nospecificationClause 33: In case of any class of work for which there is no suchspecification as is mentioned in Rule 1 such work shall be carried out inaccordance with the divisional specifications and in the event of therebeing no divisional specification than in such case the work shall becarried out in all respects in accordance with all instructions &requirements of the Engineer -in-Charge.Definition of workClause 34: The expression ‘work' or ‘works' where used in theseconditions shall unless there be something in the subject or contextrepugnant to such construction be construed to mean the work or workscontracted to be executed under or in virtue of the contact whetheroriginal , altered , substituted or additional.Contractorspercentage whetherapplied to net or grossamount of billClause 35: The percentage referred to in the tender shall be deductedfrom/added to the gross amount of the bill before deducting the value ofany stock issued.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


79 Dy. Ex. Engg.Payment of quarryfees and royaltiesCompensation underworkmen’sCompensation ActClause 36: All quarry fees, royalties, octroi dues and ground rent forstaking materials if any should be paid by Contractor.Clause 37: The contractor shall be responsible for & shall pay anycompensation to his workmen payable under the workmen'sCompensation Act 1923 (VIII of 1923 ) (there in after called the Said Act)for injuries caused to the workmen if such compensation is payable andor paid by Government as principal under sub - section (1) of section 12of the Said Act on behalf of the Contractor it shall be recoverable byGovernment from the Contractor under sub-section(2) of the said sectionsuch compensation shall be recovered in the manner laid down inClause 1 above.Clause 37 (A): The Contractor shall be responsible (or and shall pay theexpenses to providing medical aid to any workmen who may suffer abodily injury as a result of an accident. If such expenses are incurred byGovernment the same shall be recoverable from Contractor forthwithand be deducted without prejudice to any other remedy of Governmentfrom any amount due or that may become due to the Contractor.Clause 37 (B): The Contractor shall provide all necessary personalsafety equipment and first aid apparatus available for the use of thepersons employed on the site & shall maintain the same in conditionsuitable for immediate use at any time & shall comply with the followingregulation in connection therewith.a) The worker's shall be required to use the equipment’s soprovided by the Contractor & Contractor shall take adequatesteps to ensure proper use of equipment by those concerned.b) When work is carried on in proximity to any place where there isa risk of drowning all necessary equipment shall be provided &kept ready for use & all necessary steps shall be taken forprompt rescue of any person in danger.c) Adequate provision shall be made for prompt first aid treatmentof all injuries likely to be sustained during the course of the work.Govt. Circular <strong>No</strong>.PWD. IID. CAT-6076/3336/400/Bldg.-2dated 16.08.1985Clause 37 (C): The Contractor shall duly comply with the provision ofApprentices Act 1961 (III of 1961) the rules made thereunder & ordersthat may be issued from time to time under the said Act & the said RulesSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


80 Dy. Ex. Engg.& on his failure or neglect to do so he shall be subject to all the liabilities& penalties provided by the said Act & said Rules.Claim for quantitiesentered in the tenderor estimates.Clause 38:1) Quantities in respect of the several items shown in the ‘Schedule-B’of the tender are approximate and no revision in the tendered ratesshall be permitted in respect of any of items so long as subject toany special provision contained in the specification prescribingdifferent percentage of permissible variation the quality of the itemdoes not exceed the tender quantity by more than 25% and so longas the value of the excess quantity beyond this limit at the rate of theitem specified in the tender is not more than Rs. 5000/-.2) The contractor shall if ordered in writing by the Engineer so to doalso carry out any quantities in excess of the limit mentioned in subclause (i) hereof on the same condition as and in accordance withthe specification in the tender and at the rates (i) derived from therates entered in the current schedule of rates and in the absence ofsuch rates (ii) at the rate prevailing in the market, the said ratesbeing increased or decreased as the case may be by the percentagewhich the total tendered amount bears to the estimated cost of thework as put to tender based upon the schedule of rates applicable tothe year in which the tenders were accepted. <strong>For</strong> the purpose ofoperation of this clause, this cost shall be worked out from the DSRprevailing at the time of acceptance of tender.3) Claims arising of reduction in the tendered quantity of any itembeyond 25 % will be governed by the provision of clause 15 onlywhen the amount of such reduction beyond 25 % at the rate of theitem specified in the tender is more than Rs. 5000/-(The clause isnot applicable to extra items.)4) The Clause is not applicable to extra items.5) There is no change in the rate if the excess is more than 25 % of thetendered quantity, but the value of the excess work at the <strong>Tender</strong>edrates does not exceed Rs. 5000/-6) The quantities to be paid at tendered rate shall include:a) <strong>Tender</strong>ed quantity plusb) 25 % excess of the <strong>Tender</strong>ed quantity or the excess quantity of thevalue of Rs. 5000/- at the <strong>Tender</strong>ed rates whichever is more.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


81 Dy. Ex. Engg.Employment of faminelabour etc.Claim forcompensation fordelay in starting theworkClaim forcompensation fordelay in execution ofworkEntering upon orcommencing anyportion of work.Minimum age ofperson employed, theemployment ofdonkeys and or otheranimals and thepayment of fair wagesClause 39: The contractor shall employ any famine, convict or otherlabour of a particular kind or class if ordered in writing labour etc. to doso by the Engineer-in-charge.Clause 40: <strong>No</strong> Compensation shall be allowed for any delay caused inthe starting of the work on account of acquisition of land or in the case ofclearance work on account of delay in according to sanction ofestimates.Clause 41: <strong>No</strong> compensation shall be allowed for any delay in theexecution of the work on account of water standing on borrow, pits orcompartments. The rates are inclusive for hard or cracked soil,excavation in mud sub-soil water or water standing in barrow pits and noclaim for an extra rates shall be entertained unless otherwise expresslyspecified.Clause 42: The contractor shall be enter upon or commence any portionof work expected with the written authority and instruction of theEngineer-in-charge or of his subordinate in charge of the work failingsuch authority the contractors shall have no claim to ask formeasurement of or payment for work.Clause 43:i) <strong>No</strong> contractors shall employ any person who is under the age of 18years.ii) <strong>No</strong> contractors shall employ donkeys or other animals withbreaching of string or thin rope The breaching must be at least threeinches wide and should be of tape (Newer)iii) <strong>No</strong> animal suffering from sores, lameness or emaciation or which isimmature shall be employed on the work.iv) The Engineer-in-charge or his Agent is authorised to remove fromthe work any persons of animal found working which does notsatisfy these conditions and no responsibility shall be accepted byGovernment for any delay caused in completion of the work by suchremovalv) The contractors shall pay fair and reasonable wages to the workmenemployed by him, in the contract undertaken by him. In the event ofany dispute arising between the contractors and his workmen on thegrounds that the wages paid are not fair and reasonable, the disputeshall be referred without delay to the Executive Engineer who shallSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


82 Dy. Ex. Engg.decide the same. The decision of the Executive Engineer shall beconclusive and binding on the contractors but such decision shallnot in any way effect the conditions in the sanctioned tender ratesvi) Contractor shall provide drinking water facilities to the workersSimilar amenities shall be provided to the workers engaged on largework in urban areasvii) The contractor should take precaution against accidents which takeplace on account of labour using loose garments while working nearmachineryMethod of paymentClause 44: Payment to contractors shall be made by chque drawn onany Treasury within the division convenient to them, provided theamount exceeds Rs. 10/-- Amounts not exceeding Rs 10/- will be paid incash.Acceptance ofcondition compulsorybefore tendering theworkEmployment ofscarcity labourClause 45: Any contractors who does not accept these conditions shallnot be allowed to tender for worksClause 46: If Government declares a state of scarcity or famine to existin any village situated within 16 km of the work the contractors shallemploy upon such parts of the works as are suitable for unskilled labourany persons certified to him to him by Executive Engineer may havedelegated this duty in writing to be in need of relief and shall be bound topay to such persons wages not below the minimum which Governmentmay have fixed in this behalf. Any disputes which may arise inconnection with the implementation of this clause shall be decided bythe Executive Engineer whose decisions shall be final and binding oncontractor.Clause 47: The price quoted by the contractors shall not in any caseexceed the control price, if any fixed by Government or reasonable pricewhich it is permissible for him to charge a private purchaser for the sameclass and description the controlled price or the price permissible exceedthe controlled price or the price permissible under Hoarding andProfiteering Ordinance, 1948 as amended from times to time. If the pricequoted exceed the controlled price or the price permissible underHoarding and Profiteering Prevention Ordinance the Contractors willSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


83 Dy. Ex. Engg.specifically mention this fact in this tender along with the reasons forquoted such, higher price. The purchaser at his description will in suchcase exercise the right of revising me price at any stages so as toconform with the controlled price as permissible under the Hoarding andPrevention Ordinance This discretion will be exercised without prejudiceto any other action that may be taken against the contractor.Clause 47A:The tendered rates shall be inclusive of all taxes, rates &ceases .Clause 48: The rates to be quoted by the Contractor must be inclusiveof Vat, <strong>No</strong> extra payment on this account will be made to the contractor.Clause 49: In the case if materials may remain surplus with thecontractors from those issued for the work contracted for the date ofascertainment of the materials being surplus will be taken as the date ofthe sale for the purpose of sales tax and the sales tax will be recoveredon such sales.Clause 50: The contractors shall employ the unskilled labour to beemployed by him on the said work only from locally available laboursand shall give preference to those persons enrolled under MaharashtraGovernment Employment and Self Employment Department's Scheme.Provided however, that if the required number of unskilled labour fromthat district is not available, the contractors shall in the first instanceemploy such number of persons as is available and there after may withthe previous permission in writing of Executive Engineer-in-charge of thesaid work obtain the rest of the requirement of unskilled labour fromoutside the above SchemeClause 51: Wages to be paid to the skilled and unskilled labourersengaged by the contractors.The contractors shall pay the labourers skilled & unskilled according tothe wages prescribed by the Minimum Wages Act of 1948 applicable tothe area in which the work of the contractors is progress.The contractor shall comply with the provisions of the Apprentices Act1961 & the rules & orders issued thereunder from time to timeSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


84 Dy. Ex. Engg.If he fails to do so, his failure will be a breach of the contract and theSuperintending Engineer, may in his discretion cancel the contract Thecontractor shall be also be liable for any pecuniary liability arising onaccount of any violation by him of the provision of the act.The contractor shall pay the labourers – skilled and unskilled –according to wages prescribed by Minimum Wages Act. 1948 applicableto the area in which the work is in progress.Government circular<strong>No</strong>. CAT 1274/40364Desk- 2, MantralayaMumbai 400 032 dt.07.12.76Government circular<strong>No</strong>. CAT 1284/(120)Building 2, MantralayaMumbai 400 032 dt.14.8.85Clause 52: All amounts whatsoever which the contractor is liable to payto the Government in connection with the execution of the work includingthe amount payable in respect of (i) materials and/or storessupplied/issued here under by the Government to the contractor, ii) hirecharges in respect of heavy plant machinery and equipment given onhire by the Government to the contractor for execution by him of thework and/or on which advances have been given by the Government itthe contractor shall be deemed to be arrears of the Land Revenue andthe Government may without prejudice to and other right and remediesof the Government recover the same from contractor as arrears of LandRevenue.Clause 53: The contractor shall duly comply with all the provisions ofthe contract labour (Regulation and Abolition) Act 1970 (37 of 1970) andthe Maharashtra contract labour (Regulation and Abolition) Rules. 1971as amended from time to time and all other relevant status and statutoryprovisions concerning payment of wages particularly to workmenemployed by the contractor and working on the site of the work inparticular contractor shall pay wages to each worker employed by himon the site of the work at the rates prescribed under the Maharashtracontract Labour (Regulation and Abolition) Rule 1971. if the contractorfails or neglect to pay wages at the said rates or makes short paymentand the Government makes such payment of wages in full or partthereof less paid by the Government to such workers shall be deemed tobe arrears of Lands Revenue and the Government shall be entitled torecover the same as such from the contractors or deduct the same fromthe amount payable by the Government to the contractor hereunder orfrom any other amounts payable to him by the Government.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


85 Dy. Ex. Engg.Clause 54: The contractor shall engage apprentices such as brick layer,carpenter, wiremen, plumber, as well as black smith by recommendedby the State Apprentice Ship Advisor Director of Technical Education,Dhobi Talaw, Mumbai-1. In the construction work (As per Governmentof Maharashtra, Education Department <strong>No</strong>. TSA/5170/T/ 56689,dated 7/7/72.)Clause 55: (Government of Maharashtra P.W.D. Resolution <strong>No</strong>.CAT-1086/CR-243/K/Bldg. 2 Mantralaya, Mumbai Dated 11.08.1987)CONDITIONS FOR MALARIA ERADICATION. ANTI-MALARIA ANDOTHER HEALTH MEASURESa) The anti-malaria and other health measures shall be as directedby the Joint Director (malaria and filaria) of Health Services,Pune.b) The Contractor shall see that mosquitogenic conditions are notcreated so as to keep vector population to minimum level.c) The Contractor shall carry out ant-malaria measures in the areaas per guidelines prescribed under National Malaria EradicationProgram and as directed by the joint Director (malaria andfilaria) of Health Services, Pune.d) In case of default in carrying out prescribed anti-malariameasures resulting in increase in malaria incidence, Contractorshall be liable to pay to Government the amount spent by theGovernment on anti-malaria measures to control situation inaddition to fine.e) RELATION WITH PUBLIC AUTHORITIESThe Contractor shall make sufficient arrangements for drainingaway the sewerage water as well as water coming from thebathing and washing places and shall dispose off this water insuch a way as not to cause any nuisance. He shall also keepthe premises clean by employing sufficient number of sweepers.The Contractor shall comply with rules, regulations, bye-lawsand directions given from time to time by any local or publicauthority in connection with this work and shall pay fees orcharges which are leviable on him without any extra cost toGovernment.(Government of Maharashtra P.W.D. Resolution<strong>No</strong>. CAT-1086/CR-243/K/Bldg. 2 Mantralaya, Mumbai Dated11.08.1987)Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


86 Dy. Ex. Engg.Clause 56 - CONDITIONS RELATING TO INSURANCE OFCONTRACT WORKThe Contractor shall take out necessary Insurance Policy / Policies (viz.Contractor's All Risks Insurance Policy, Erection All Risks InsurancePolicy etc. as decided by the Directorate of Insurance) so as to provideadequate insurance cover for execution of the awarded contract workfor total contract value and complete contract period COMPULSORILYfrom the " Directorate of Insurance, Maharashtra State, Mumbai"only. Its postal address for Correspondence is " 264, MHADA, FirstFloor, Opposite Kalanagar, Bandra (East), Mumbai- 400<strong>05</strong>1."(Telephone <strong>No</strong>s. 022- 265 90 403 / 265 90 690 and Fax <strong>No</strong>. is 022-265 92 461 / 265 90 690). Similarly all workmen's appointed to completethe contract work are required to insure under workmen's compensationInsurance Policy. Insurance Policy / Policies taken out from any othercompany will not be accepted. If any Contractor has not taken out outthe insurance policy from the “Directorate of Insurance, MaharashtraState, Mumbai” or has effected Insurance with any InsuranceCompany, the same will not be accepted and 1% of the tender amountor such amount of premium calculated by the Government InsuranceFund will be recovered directly from the amount payable to theContractor for the executed contract work and paid to the Directorate ofInsurance Fund, Maharashtra State, Mumbai. The Director of Insurancereserves the right to distribute the risks of insurance among the otherinsurers.Government inP.W.Deptt. letter (inMarathi)<strong>No</strong>. Misc /10 1<strong>09</strong>1Pra.Kra.2771 BWg.-2, Mantralaya,Mumbai - 32 dated17/08/2010.Clause 57 - Building and Other Construction Workers Welfare CessAs per Government of Maharashtra, Industry, Energy & Labour Deptt.G.R. <strong>No</strong>. BLA 20<strong>09</strong>/ Pra.Kra.108 / Kamgar-7A, dt 17/6/2010 & PublicWorks Department Circular <strong>No</strong>. BDG-2010/ Pra.kra. 277 / Building-2,dated 28/<strong>09</strong>/2010, Building and Other Construction Workers WelfareCess at one percent or at the rates amended from time to time asintimated by the competent authority under Building and OtherConstructions Worker Welfare Act 1996 will be deducted from the Billamount, whether measured Bill, advance payment or Secured Advance.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


87 Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


88 Dy. Ex. Engg.“SCHEDULE A”NAME OF WORK : S.R.to Vita Peth Malkapur Oni road S.H.111 (S.H.150- 2001-2021) km 32/00 to 34/00 and 42/600 to 44/00 in Tal-Walwa DistSangli..Schedule showing (approximately) the materials to be supplied from the public worksdepartment store for the work contracted and ancillary work and the rates at which they arecharged for..Sr.<strong>No</strong>.Particulars Qty Unit Rates at which the material willbe charged to the contractorPlace ofDeliveryIn figures In words1 2 3 4 5 6 7NIL<strong>No</strong>te –1) The person on firm submitting the tender should see that the rates in theabove schedule are filled up by the Executive Engineer In charge on theissue of the form prior to the submission of the tender.2) The rates mentioned in Schedule “A” are inclusive of all taxes and storagecharges.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


89 Dy. Ex. Engg.ADDITIONAL CONDITIONS FOR MATERIALS1. All the materials such as cement, steel, asphalt etc. shall be procured by the contractor fromapproved Government institution or as directed by Engineer-in-charge only. The material shallbe brought at the site of work well in advance by the contractor. The gate pass of the cement,steel, asphalt etc. shall be examined by the authorized representative of the Engineer-incharge.2. The contractor shall submit periodically as well as on completion of work, an account of allmaterials used by him on the work. In addition, a separate register shall be maintained on sitefor recording daily item wise asphalt, consumption and also item wise consumption of theother material. This shall be signed daily by contractor or his representative andrepresentative of Engineer-in-charge.3. All the material required for the work shall be procured from the approved Govt. Institution oras directed by Engineer-in-charge only. The material from any other source in lieu of theapproved Institution shall not be allowed except under written permission from the ExecutiveEngineer. In such case, certificate for its quality shall be produced by the contractor andsamples of materials shall be tested from any Government Laboratory by the contractor at hisown cost and the test result be supplied to the Department. The materials not conforming tothe required standard shall be removed at once from the site of the work by the contractor athis own cost. All the materials such asphalt etc. required for use in the work shall beconfirming to the concerned I S./M.O S.T. specification. The contractor shall get necessarytests carried out to the frequency specified for each material in the specification and submitthe test result to the Engineer-in-charge or his authorized representative. These materialsshall be used on work by the contractor, only if the tests thereof are found satisfactory in theEngineer-in-charge or his authorized representative. These materials shall be used on workby the contractor, only of the tests thereof are found satisfactory to the Engineer-in-charge orhis authorized representative for the purpose of daily testing of material such as metal sand,rubble etc. The contractor shall make his own arrangement to install a well equippedlaboratory at the site of work at his own cost. The Contractor shall employ qualified personnelin this laboratory at his own cost. The responsibility of carrying out tests to the frequencyspecified for the material shall rest with the contractor.4. Contractor shall Construct at his own cost shed/sheds as per direction of the Engineer-inchargeof the work for storing the material and provide double locking arrangements. TheStore shed such constructed shall be removed in completion of work. The contractor shalltake all necessary steps to guard the material brought by work.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


90 Dy. Ex. Engg.5. The contractor shall make his own arrangements for the safe custody for the materialsbrought by him on site of work.6. The charges for conveying of materials for place of purchase by the contractor on the site ofwork and the actual spot on work site shall be entirely borne by the contractor no claims onthis account shall be entertained.7. The material required only for this work shall be kept in the godown at site. no materials shallbe shifted out side of the godown except for which this agreement is entered without priorapproval of the Engineer-in-charge.8. The contractor shall produce sufficient documentary evidence i.e. bill for the purchase, octroireceipts etc. for the purchase of material brought on the work site at once if so request by theDepartment.9. All these material i.e. cement, steel, bitumen etc. shall be protected from any damages, rainsetc by the contractor at his own cost.10. The contractor will have to erect temporary shed of approved specification for storing of abovematerials at work site having double lock arrangement (by double lock it is meant the godownshall always be locked by two locks, one lock being owned and operated by contractor andother by Engineer-in-charge or his authorized representative and the doors shall be openableonly after both locks are opened.11. If required, the weighment of cement bags/steels/bitumen etc. brought by the contractor shallbe carried out by the contractor at his own cost.12. The contractor shall not use cement and other material for the to be executed outside thescope of this contract except for such this work as may be decided by the Engineer-in-charge.13. The Government shall not be responsible for the loss in cement and steel during transit towork site. The cement brought by the contractor at the work site store shall mean 50 Kg.Equivalent 0.0347 cubic meter per bag by weight. The rate quoted should correspond to thismethod of reckoning. In case of ordinary/ controlled concrete if cement is found short, theshort/storage’s will be good by the contractor at his cost.14. The R.C.C pipes required for the work shall be procured from the MISSIDC only. Thepayment toward providing and fixing NP2 / NP3 / NP4 pipes will be released only after thecontractor submits bills of MISSIDC to authenticate that the pipes have been purchased fromthe MISSIDC. <strong>No</strong> payment towards the item of providing and laying of the pipe will beSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


91 Dy. Ex. Engg.released in absence of the sub of requisite document. After completion of these items in theparticular kilometer the withheld pap will be finally released.14. Indemnity : The condition regarding Indemnity as defined on pages at Sr. <strong>No</strong>. 4 will applymutatis mutandis is case of material brought by contractor at the site for the execution of thework being executed under this contract.15. In case the material brought by the Contractor become surplus owing to the change in thedesign of the work, the material should be taken back by the Contractor at his own cost afterprior permission of Engineer in Charge.16. All empty cement bags shall be returned by Contractor to Department and the ExecutiveEngineer shall preserve them for one year as token of proof of use of cement in properproportion in work.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


92 Dy. Ex. Engg.ARRANGEMENT OF MATERIALS1. The Contractor shall make his own arrangement for supply of materials including bitumen 60770 grade, and 30/40 grade, cement and steel R.C.C pipes / collars. The Contractor shall beresponsible for all transportation and storage of the materials at site and shall bear all therelated costs. The Engineer shall be entitled at any time, to inspect or examine all suchmaterials. The Contractor shall provide reasonable assistance for such inspection orexamination as may be required.2. The Contractor shall keep as accurate record of use of materials like bitumen, cement andsteel used in the works in a manner prescribed by the Engineer.3. If there is any doubt regarding the material received, the same should be get tested from theGovernment laboratory at the cost of the Contractor, and if the results are substandard, thematerial or the work executed with such material will be rejected.4. The day to day record of the receipt / utility / balance of material should be kept by theContractor at plant site / site of work / store and same will be checked by the Engineer-inchargeor authorised engineer at any time.5. The procurement of cement / steel etc. should be from authorised manufacturing companyand the vouchers regarding purchase thereof shall be submitted to Engineer-in-charge.6. The testing charges shall be entirely borne by the Contractor.SPECIAL ATTENTION OF CONTRACTOR FOR EXECUTIONProcurement of material: -1. 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 thematerial brought to the site by the contractor should be verified through the various testsprovided as per relevant Indian Standards at the cost of the contractor.2. The adjustment for variation in cost prices of Mild steel and Tor steel bars, structural steelcement (all tested quality) shall be separately made corresponding to the difference in thecost as per the basic price mentioned hereafter and the purchase price of the material subjectto limitation of price.3. The contractor shall construct shed / sheds at his own cost and as per direction of theEngineer-in-charge for storing the materials brought by him and provide double lockingarrangements, one lock shall be in the charge of departmental person and material shall betaken for use in presence of the departmental person onlySignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


93 Dy. Ex. Engg.Accompaniment to the government resolution public works departmentNO. CAT /06 / 04 / 148, Dated 16.<strong>05</strong>.20<strong>05</strong>PRICE VARIATION CLAUSEI. If during the operative period of the contract as defined in condition (i) below, there shall beany variation, in the Consumer Price Index (New Series) for Industrial workers for Solapurcenter as per the Labour Gazette published by the Commissioner of Labour, Government ofMaharashtra and/or in the Whole-sale Price Index for all commodities prepared by the officeof Economic Adviser, Ministry of Industry, Government of India, or in the price of petrol / Oiland Lubricants and major construction materials like bitumen, cement, steel, various types ofmetal pipes etc., then subject to the other conditions mentioned below, price adjustment onaccount of(i) Labour component(ii) Material component(iii) POL component(iv) Bitumen component(v) TMT Bars & Mild Steel component(vi) Cement component(vii) C. I. and D.I. Pipe componentCalculated as per the formula hereinafter appearing, shall be made. A part from these, noother adjustment shall be made to the contract price for any reasons whatsoever. Componentpercentage as given below are as of the total cost of work put to tender. Total of Labour,Material & POL components shall be 100 and other components shall be per actuals.Civil Worki) Labour Component K 1 9.00 %ii) Material component K 2 74.00 %iii) POL component K 3 17.00 %iv) Bitumen Component Actualv) TMT Fe 415 Bars & Mild Steel component Actualvi) Cement component Actual<strong>No</strong>te :- If Cement, Steel, Bitumen, C.I.& D.I. Pipes are supplied on Schedule 'A' then respectivecomponent shall not be considered. Also if particular component is not relevant same shallbe deleted.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


94 Dy. Ex. Engg.1. <strong>For</strong>mula for Labour Component:V 1 =0.85P [ K 1 ] X [ L 1 – L 0 ][ 100 ] [ L 0 ]Where,V 1 = Amount of price variation in Rupees to be Allowed for Labour component.P = Cost of work done during the quarter under ConsiderationminusThe cost of Cement, TMT Fe 500 and Mild Steel, bitumen, C.I. & D.I. Pipes calculatedat the basic star rates as applicable for the tender, consumed during the quarter underconsideration.The star rates are1. Cement Rs. -- Per Mt2. Mild Steel Rs. -- Per Mt3. TMT FE 500 Rs. -- Per Mt4. 60/70 Bulk Asphalt VG-30 Rs. 51,087.00 Per MtK 1 =L 0 =L 1 =Percentage of labour component as indicated above.Basic consumer price index for Solapur centre shall be average consumer price indexfor the quarter preceding the month in which the last date prescribed for receipt oftender, falls.Average consumer price index for Solapur centre for the quarter under consideration.2 <strong>For</strong>mula for Materials Component :V 2 =0.85P [ K 2 ] X [ M 1 – M 0 ][100 ] [ M 0 ]V 1 =P =K 2 =M o =M 1 =Where,Amount of price variation in Rupees to be Allowed for Materials component.Same as worked out for labour component.Percentage of material component as indicated above.Basic wholesale price index shall be average wholesale price index for the quarter precedingthe month in which to the last date prescribed for receipt of tender, fallsAverage wholesale price index during the quarter under consideration.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


3. <strong>For</strong>mula for Petrol, Oil and Lubricant Component,95 Dy. Ex. Engg.V 3 =P =K 3 =P 0 =P 1 =V 3 =0.85P [K 3 ] X [ P 1 –P 0 ][100 ] [ P 0 ]Where,Amount of price variation in Rupees to be Allowed for POL component.Same as worked out for labour component.Percentage of Petrol, Oil & Lubricant Component.Average price of HSD at Sangli during the quarter preceding the month in which the last dateprescribed for receipt of tender fallsAverage price of HSD at Sangli during the quarter under consideration.4 <strong>For</strong>mula for Bitumen Component.V 4 = QB (B 1 -B 0 )V 4 =QB =B 1 =B o =Amount of price variation in Rupees to be allowed for Bitumen component.Quantity of Bitumen (Grade..) in metric tonnes used in the permanent works and approvedenabling works during the quarter under consideration.Current, average ex-refinery price per metric tonne of Bitumen (Grade..) under considerationincluding taxes (Octroi, Excise Sales Tax) during the quarter under consideration.Basic rate of Bitumen in rupees per metric tonne as considered for working out value of P oraverage ex-refinery price in rupees per metric ton including taxes (octroi, excise sales tax) ofBitumen for the grade of bitumen under consideration prevailing quarter preceding the monthin which the last date prescribed for receipt of tender, falls, whichever is higher5 <strong>For</strong>mula for TMT and Mild Steel component.V 5 = So (SI 1 –SI 0 )X TV 5 =So =SI 1 =SI 0 =T =SI 0Where,Amount of price variation in Rupees to be allowed for TMT/ Mild Steel component.Basic rate of TMT /Mild Steel in rupees per metric tonne as considered for working out valueof PAverage Steel Index as per RBI Bulletin during the quarter under consideration.Average of Steel Index as per RBI Bulletin for the quarter preceding the month in which thelast date prescribed for receipt of tender, fallsTonnage of steel used in the permanent works for the quarter under consideration.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


96 Dy. Ex. Engg.6 <strong>For</strong>mula for Cement component.V 6 = Co (CI 1 –CI 0 ) X TCI 0V 6 = Amount of price escalation in Rupees to be allowed for cement component.Co = Basic rate of cement in rupees per metric ton as considered for working out value of P.CI 1 = Average cement Index published in the RBl bulletin for the quarter under consideration.CI 0 = Average of cement Index published in the RBI bulletin for the quarter preceding the month inwhich to the last date prescribed for receipt of tender, fallsT = Tonnage of cement used in the permanent works for the quarter under consideration.7 <strong>For</strong>mula for C.l./D.I. Pipe componentV 7 = Q d (D 1 -D 0 )WhereV 7 = Amount of price escalation in rupees to be allowed for C.l./D.l. pipe componentsD 0 = Pig Iron basic price in rupees per tonne considered for working out value of P.D 1 = Average Pig Iron price in rupees per tonne during the quarter under consideration (publishedby IISCO)Q d = Tonnage of C.I/D.I pipes used in the works during the quarter under consideration.II) The following conditions shall prevail :(I)The operative period of the contract shall mean the period commencing from the date of thework order issued to the Contractor and ending on the date on which the time allowed for thecompletion of the work specified in the contract for work expires, taking in to consideration theextension of time if any for completion of the work granted by Engineer under the relevantclause of the conditions of contract in cases other than those where such extension isnecessitated on account of default of the Contractor. The decision of the Engineer as regardsthe Operative period of the contract shall be final and binding on the contractor. Where anycompensation for liquidated damages is levied on the contractor on account of delay incompletion or inadequate progress under the relevant contract provisions, the escalationamount for the balance work form the date of levy such compensation shall be worked out bypegging the indices L 1 , M 1 , C 1 , P 1 B 1 , Sl 1 & Cl 1 to levels corresponding to the date from whichsuch compensation is levied.(II)This price variation clause shall be applicable to all contracts in B-1, B-2 and C forms but shallnot apply for piece works. This price variation shall be determined during each quarter as performula given above in this clause.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


97 Dy. Ex. Engg.(III)The price variation under this clause shall not payable for the extra items required to beexecuted during the completion of the work and also on the excess quantities of itemspayable under the provisions of Clause 38/37 of the contract form B-1 / B-2, payable for extraitems or extra quantities under clause 38 / 38 are to be fixed as per the current DSR or asmutually agreed, to yearly revision till completion of such work. In other words, when thecompletion/execution of extra items as well as extra quantities under clause 38 37 of thecontract form B-1 / B2 extends beyond the operative date of the then DSR, the rates payablefor the same beyond that date shall be revised with reference to the next DSR prevalent atthat time on year to year basis or revised in accordance with manual agreement thereon, asprovided for in the contract, whichever is less.iv)This clause is operative both ways, i.e. if the price variation as calculated above is on the plusside, payment on account of the price variation shall be allowed to the contractor and if it is onthe negative side, the Government shall be entitled to recover the same from the Contractorand 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 the Contractor is not entirelycovered by the provision of this or other clauses in the contract, the unit rate and pricesincluded in the contract shall be deemed to include amounts to cover the contingency of suchother actual rise or fall in costs.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


98 Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


99 Dy. Ex. Engg.ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS1. These are to apply as additional specifications and conditions, unless otherwise alreadyprovided for contradictorily else where in this contract.2. Contractor To Study Site Conditions:The contractor shall be deemed to have carefully examined the work and site conditionsincluding labour, the general and the special conditions, specifications, schedules anddrawings and shall be deemed to have visited the site of work and to have fully informedhimself regarding the local conditions and carried out his own investigations to arrive at ratesquoted in the tender. In this regard, he will be given necessary information to the best ofknowledge 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 orthe special conditions, or the scope of work or the specifications and drawings, or any othermatter concerning the contract, he shall in good time, before submitting his tender, set forththe particulars thereof and submit them to the Executive Engineer, Public Works (West)Division, Sangli in writing in order that such doubts may be clarified authoritatively beforetendering. Once a tender is submitted, the matter will be decided according to tenderconditions in the absence of such authenticPre-clarification.3. Declaration of the Contractor:The Contractor should sign the declaration form on page <strong>No</strong>. 45.4. Indemnity :The contractor shall indemnity the Government against all actions, suits, claims and demandsbrought or made against him in respect of anything done or committed to be done by thecontractor in execution of or in connection with the work of this contract and against any lossor damage to the Government in consequence of any action or suit being brought against theContractor for anything done or committed to be done in the execution of the work of thiscontract .5. Definitions :Unless excluded by or repugnant to the context.(a) The expression "Government" as used in the tender papers shall mean the public WorksIrrigation and Housing Department of the Government of Maharashtra.(b) The expression "Chief Engineer" as used any where in the tender papers shall mean chiefEngineer of the Government of Maharashtra who is designated as such.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


(c)(d)(e)(f)(g)(h)(i)(j)(k)(l)(m)(n)(o)(p)(q)(r)100 Dy. Ex. Engg.The expression "Superintending Engineer" as used in the tender papers shall mean an officerof Superintending Engineer's rank (by whatever designation he may be known) under whosecontrol the work lies for the time being.The expression "Engineer" Or "Engineer in charge" as used in the tender papers shall meanthe Executive Engineer-in-charge of the work for the time being.The expression "Contractor" used in the tender papers shall mean the successful tendererwhose tender has been accepted, and who has been authorised to proceed with the work.The expression "contractor" as used in tender papers shall mean the deed to contracttogether with its original accompaniment and those latter incorporated in it by mutual consent.The expression "plant" as used in the tender papers shall mean every temporary andnecessary or considered necessary by the Engineer to execute, construct complete andmaintain the works and used in altered, modified, substituted and additional work ordered inthe time and the manner herein provided and all temporary materials and special and otherarticles of appliances of every sort, kind and description whatsoever intended or used thereof(h) "Drawings" shall mean the drawings referred to in the specifications and any modificationsof such drawings approved in writing by Engineer and such other drawings as may from timeto time be furnished or approved in writing by the Engineer."Engineer's representative" shall mean an assistance of the Engineer notified in writing to thecontractor by the Engineer."Provisional sum" or "Provisional lump sum" shall mean lump sum included by Government intender documents and shall represent the estimated value of work for which details are notavailable at the time of issue of tender."Provisional items'” shall mean items for which approximate quantities have been included inthe tender documents.The 'site’ shall mean the lands and/or other places on under, in or through which the work isto be executed under the contract including any other lands or places which may be allottedby Government or used for the purpose of contract.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 or additional altered or substitutedworks as required for performance of the contract.The 'contract sum' shall mean the sum for which the tender is accepted.The 'accepting Authority’ shall mean the officer competent to accept the tender.The 'Day' shall mean a day of 24 hours from midnight to midnight irrespective of the numberof hours worked in any day in that week.‘Temporary works' shall mean all temporary works of every kind required in or about theexecution, completion or maintenance of the works.'Urgent Works" shall mean any measure which, in the opinion of the Engineer- in-chargebecome necessary during the progress of the works to obviate any risk or accident or failureor which become necessary for security of the work of the persons working thereon.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


101 Dy. Ex. Engg.Where the context so requires, words importing the singular only also include the plural andvice versa.Heading and marginal notes, if any, to the general conditions shall not be deemed to form partthereof or be taken into consideration in the interpretation or construction thereof of thecontract.Wherever there is mention of "Schedule of rates” of the Division or simply D.S.R.in this tender, it will be taken to mean as " the Schedule of the rate of the Divisionin whose jurisdiction the work lies".(6) Errors, Omissions and Discrepancies:a) In case of errors, omissions and/or disagreement between written and scaled dimensions onthe drawing or between drawings and specifications etc the following order of reference shallapply.i) Between actual scaled and written dimensions or descriptions a drawing the latter shall beadopted.ii) Between written or shown description or dimensions in the drawing and corresponding one inthe specifications, the latter shall apply.iii) between the quantities shown in schedule of quantities and those arrived at from thedrawings, the latter shall be preferred.iv) Between the written description of the item in the schedule of quantities an the detailsdescription in the specifications of the same items, later shall be adoptedb) In case of discrepancy between percentage rate quoted in figures and words, the lowest ofthe two will be considered for acceptance of tender.c) In all cases of omissions and or doubts or discrepancies in the dimensions or description ofany item or specification, a reference shall be made to the Executive Engineer, PublicWorks (West) Division, Sangli whose elucidation-elaboration or decision shall beconsidered as authentic. The contractor shall be held responsible for any errors that mayoccur in the work through lack or such, reference and precaution.d) The special provision in detailed specifications and wording of any item shall gain precedenceover corresponding contradictory provision (if any) in the Standard Specifications of PublicWorks Department Hand book where reference to such specifications is given withoutreproducing the details in contract.7.1 PROGRAMME OF WORK:The work is required to be completed within a period of 12 months (including the monsoonperiod.) The tentative programme may be as per the Bar chart on page <strong>No</strong>. --7.2a)METHODOLOGY OF CONSTRUCTION AND CONSTRUCTION EQUIPMENTS:Contractor shall furnish atleast 15 days in advance his programme of commencement of itemof work, the details of actual methods that would be adopted by the contractor for the executionSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


102 Dy. Ex. Engg.of various items of work such as well sinking, cast-in-situ, superstructure for Bridge work andEarth work, W.B.M., Black topping items etc. for road works supported by necessary detaileddrawing and sketches including those of the Plant and Machinery that would be used, theirlocations, arrangement for conveying and handling materials etc. and obtain prior approval ofEngineer-in-charge well in advance of starting of such item of work. The Engineer-in-chargereserves the right to suggest modifications or make complete changes in the method proposedby the contractor, whether accepted previously or not any stage of the work, to obtain thedesired accuracy, quantity and progress of the work which shall be binding on the contractorand no claim on account of such change in method of execution will be entertained byGovernment so long as specifications of the item remain unaltered. The sole responsibilities forthe safety and adequacy of the methods adopted by the contractor, will however, rest on thecontractor, irrespective of any approval given by the Engineer. In case of slippage from theapproved work programme at any stage, the contractor shall furnish revised programme tomake up the slippage within the stipulated time schedule and obtain the approval of theEngineer to the revised programme.b) CONSTRUCTION EQUIPMENT AND LOCATION:The contractor shall be required to give a trial run of the equipment’s for establishing theircapability to achieve the laid down specifications and tolerance to the satisfaction of theEngineer before commencement of the work. All equipment provided shall be of provenefficiency and shall be operated and maintained at all times, in a manner acceptable to theEngineer and no equipment or personnel will be removed from site without permission of theEngineer.c) PROGRESS SCHEDULE :The contractor shall furnish within the period of one month of the order to start the work, theprogramme of work in CPM/PERT charts in quadruplicate indicating the date of actual start,the monthly progress expected to be achieved and the anticipated completion date of eachmajor item of work to be done by him, also indicating dates of procurement and setting up ofmaterials, plant of whole work in the time limit, the particulars items, if any, on the due datesspecified in the contract and shall have the approval of the Engineer in charge. <strong>No</strong> revisedschedule shall be operative without such acceptance in writing. The Engineer is furtherempowered to ask for more detailed schedule or schedules say; week by week for any item oritems, in case of urgency of work as will be directed by him and the contractor shall supply thesame as and when asked for.The contractor shall furnish sufficient plant, equipment and labour as may be necessary tomaintain the progress of schedule. The working and shift hours restricted to one shift a day foroperations to be done under the Government supervision shall be such as may be approvedSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


103 Dy. Ex. Engg.of 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 specificallyallowed by Engineer each time, if requested by the Contractor. The contractor shall providenecessary lighting arrangements etc. for night work as directed by Engineer without extracost.Further the contractor shall submit the progress report of work in prescribed and charges etc.at periodical intervals as may be specified by the Engineer in charge. Schedule shall be in theform of progress charts, forms progress statement and/or reports as may be approved by theEngineer.7.2.1 The contractor shall maintain proforma, charts, details regarding machinery, equipment,labour, materials personnel etc. as may be specified by the Engineer and submit periodicallyreturn thereof as may be specified by the Engineer-in- charge.Contractor shall make all necessary arrangements to carry out all necessary detail surveysrequired as per the Specifications / <strong>Tender</strong> Conditions, during currency of work / project, anddeliver desired outputs in printed / soft as instructed by engineer in charge at different stagesof works as instructed by the engineer in-charge during the currency of the project, that isfrom start to finish of the work/project.To carry out such surveys and deliver desired outputs in printed form / soft copy as instructedby engineer in charge as mentioned above.The Contractor shall appoint a survey agency with the approval of the engineer in charge, forthat, Contractor shall submit list of three survey agencies to engineer in charge , along withthe 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 andcommunicate it, along with the work order to contractor. Contractor should appoint surveyagency as selected by the engineer in charge. The survey agency shall not be changedwithout permission of the engineer in charge.The survey agency and / or contractor shall have…….1) Latest survey instruments and/or equipments viz. total station, auto levels, plotter etc.2) Auto CAD, non-auto CAD base software to deliver desired outputs based on survey carriedout 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.<strong>For</strong> appointing survey agency, to carry out such surveys and deliver desired outputs inprinted/soft as instructed by engineer in charge as mentioned above the Contractor shall notbe paid separately. His offer shall be inclusive of all.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


104 Dy. Ex. Engg.8. AGENT AND WORK ORDER BOOKThe contractor shall himself manage the work of engage an authorised all time agent on thework capable of managing and guiding the work and understanding the specifications andcontract conditions. A qualified and experienced, Engineer shall be provided by the Contractoras his agent for technical matter in case the Engineer-in-charge considers this is essential forthe work and so directs contractors. He will take orders as will be given by the ExecutiveEngineer or his representative and shall be responsible for carrying them out. This agent shallnot be changed without prior intimation to the Executive Engineer and his representative onthe work site. The contractor shall supply to the Engineer the details of all supervisory andother staff employed by the contractor and notify changes when made, and satisfy theEngineer regarding the quaintly and sufficiency of the staff, thus employed. The Engineer willhave the unquestionable right to ask for changes in the quality and numbers of contractorssupervisory staff and to order removal from work of any of such staff. The contractor shallcomply 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 andthe contractor shall promptly sign orders given therein by Executive Engineer or hisrepresentative and his superior officers and comply with them. The compliance shall bereported by the contractor to the Engineer in good time so that it can be checked. The blankwork order book with machine numbered pages will be provided by the Department free ofcharge for this purpose. The contractor will be allowed to copy out instructions therein fromtime to time.9. SETTING OUT :I) ROADWORKS9.1 The contractor shall establish working bench marks in the area soon after taking possessionof the site. The reference Bench mark for the area shall be as indicated in ContractDocuments. The working bench marks/shall be at the rate of four per. KM and also at or nearall drainage structures, over bridge and underpasses. The working bench marks/levels shouldbe got approved from the Engineer, Checks must be made on these bench marks once everymonth and adjustments if any got agreed with the Engineer and recorded, An upto daterecord of all bench marks including approved adjustment, if any shall be maintained by thecontractor and also a copy supplied to the Engineer for his record.9.2 The lines and levels of formation, side slopes, drainage, courage ways and shoulder shall becare fully set out and frequently checked, care being taken to ensure that correct gradientsand cross sections are everywhere obtained.9.3 In order to facilitate the setting out of the works, the center line of the carriageway or highwaymust be accurately established by the contractor and approved by the Engineer. It must thenSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


1<strong>05</strong> Dy. Ex. Engg.be accurately referenced in a manner satisfactory to the Engineer, every 50 m intervals inplain and rolling terrain and 20 m intervals in hilly terrain and in all curve points as directed bythe Engineer, with marker pages and chainage boards set in or near the fence line, and aschedule of reference dimensions shall be prepared and supplied by the contractor to theEngineer. These markers shall be maintained until the works reach finished formation leveland are accepted by the Engineer.9.4 On construction reaching the formation level stage the center line shall again be set out bythe contractor and when approved by the Engineer shall be accurately referenced in amanner satisfactory to the Engineer by marker page set at the outer limits of the formation.9.5 <strong>No</strong> reference peg or marker shall be moved or withdrawn without the approval of the Engineerand no earthwork of structural work shall be commenced until the center line has beenreferenced.9.6 The contractor will be the sole responsible party for safeguarding all survey monuments,bench marks, beacons etc. The Engineer will provide the contractor with the data necessaryfor the setting out of the center line. All dimensions and levels shown on the drawings ormentioned in documents forming part of or issued under the contract shall be verified by thecontractors on the site and he shall immediately inform the Engineer of any apparent errors ordiscrepancies in such dimensions or levels. The contractor shall after or in connection with thesetting out of the center line, survey the terrain along the road and shall submit to theEngineer for his approval, a profile along the road center line and cross sections at intervalsas required by the engineer.9.7 After obtaining approval of the Engineer, work on earthwork can commence and profile andcross sections shall form the basis for measurements and payment. The contractor isresponsible for checking that all the basic traverse points are in place at the commencementof the contract and if any are the missing or appear to have been disturbed, the contractorshall make arrangements to re-establish these points. A "Survey File" containing thenecessary data will be made available for these purpose. If in the opinion of the Engineer,design modifications of the center line or grade are advisable, the Engineer will issue detailedinstructions to the contractor and the contractor shall perform the modifications in the field, asrequired and modify the ground levels on the cross sections accordingly as many times asrequired. There will be no separate payment for any survey work performed by the contractor.The cost of these services shall be considered as being included in the cost of the items ofwork in the Bill of Quantities.9.8 The work of setting out shall be deemed to be a part of general works preparatory to theexecution of work and no separate payment shall be made for the same.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


106 Dy. Ex. Engg.ii) SETTING OUT FOR (BRIDGE WORKS) :-Immediately on receipt of the work order, the Contractor shall at his own expense clean thesite and take up a provisional and final setting out and lining out of the work under thesupervision of his responsible representative and shall provide necessary material, labour,tools, instruments etc. required for the same.One tentative abutment location will be indicated by Engineer-in-charge and the centre line of.the bridge shall be defined by him. The Contractor will then have to fix up the location of theother abutment. The abutment location will then be verified by the Department and may beadjusted. Once the final location of abutments is so finalised, it will be the Contractor'sresponsibility to line out and locate the remaining foundations.The Contractor shall be responsible for true and proper setting out of the works and for thecorrectness of the positions, level dimensions and arrangements of all parts of works, and forproviding all necessary instruments appliances and labours in connection therewith at his owncost. Officers may assist the Contractor in proper setting out. Government instruments may beallowed to be used for setting out of work for which no cost shall be recovered from theContractor. If at any time during the progress of work, any errors arise in regard to levels ordimensions or alignment of any part of the work, rectification thereof, on being required to doso, will be carried out by the Contractor at his own cost, unless such errors are based onincorrect data, supplied in writing, by the Engineer or his authorised representative in whichcase the expenses of the rectification shall be refunded by Government.The checking of any setting out or checking of levels by the Engineer or his authorisedrepresentative shall not in any way relieve the Contractor of his responsibility for thecorrectness thereof. The Contractor shall carefully protect and preserve all bench marks siterails, pegs and other things used in setting out of works.RESPONSIBILITIES FOR LEVEL AND ALIGNMENT:The contractor shall be entirely and exclusively responsible for the horizontal and verticalalignment the levels and correctness on every part of the work and shall rectify effectual anyerrors or imperfections therein, such rectification's shall be carried out by the contractor, at hisown cost when instructions are issued to the effect by the Engineer-in-charge.10. LEVELLING INSTRUMENTS:If measurements of items of the work are based on volumetric measurements calculated fromlevels taken before and after construction of the item, a large number or leveling stages, tapesetc. will have to be kept available by the Contractor at the site of work for this purpose, lack ofsuch leveling staves, tapes, etc, in required numbers may cause delay in measurement andthe work. The contractor will have therefore to keep sufficient number of these readilyavailable at site.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


107 Dy. Ex. Engg.11. AUTHORITIES OF THE ENGINEER-IN-CHARGE REPRESENTATIVE:The duties of the representative of the Engineer in charge are to watch and supervise thework and to test and examine any material to be used or workmanship employed inconnection with the works.The Engineer-in-charge may from time to time, in writing delegate to his representative anypowers and authorities vested in the Engineer-in-charge and shall furnish to the contractor acopy of all such delegations of powers and authorities. Any written instructions of approvalgiven by the representative of the Engineer-in-charge to the contractor within the terms ofsuch delegations (but not otherwise) shall bind the contractor and the department as though ithad been given by the Engineer in charge, provided always as follows.Failure of the representative of the Engineer in charge to disapprove any work of materialsshall not prejudice the power of the Engineer in charge thereafter to disapprove such work ormaterials and so order the putting down, removal or breaking up thereof.12. CO-ORDINATION :When several agencies for different sub works of the Projects are to work simultaneously onthe Project site, there must be full co-ordinations and cooperation between differentcontractors to ensure timely completion of the whole Project smoothly. The scheduled datesfor completion specified in each contract shall therefore, be strictly adhered to. Eachcontractor may make his independent arrangement for water, power, housing etc. if they sodesire. On the other hand the contractors are at liberty to mutual agreement in this behalf andmake joint arrangements with the approval of the Engineer. <strong>No</strong> single contractor shall take orcause to be taken by any steps or action that may cause, disputation discontent, ordisturbance or 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 consideras infringement of the above code would be considered as a breach of the contract conditionsand shall be dealt with as such.In case of any dispute, disagreement between the contractors the Engineer's decisionregarding the co-ordination, co-operation and facilities to be provided by any of thecontractors shall be final and binding on the contractors concerned and such a decision ordecisions shall not vitiate any contract not absolve the contractor(s) of his/their obligationsunder the contract not consider for the grant for any claim compensation.13. ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC.:The Engineer, on a written request by the contractor will if in his opinion request reasonableand in the interest of work and its progress, assist the contractor in securing, the priorities fordeliveries transport permits for controlled materials etc. where such are needed. TheGovernment will not however be responsible for the non availability of such facilities or delaySignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


108 Dy. Ex. Engg.in his behalf and no claims on account of such failures or delays shall be allowed by theGovernment.The contractor shall have to make his own arrangement for machinery required for the work.However, such machinery conveniently available with the department may be spared as therules in force on recovery of necessary Security Deposit and rent with agreement in theprescribed form. Such as Agreement shall be independent of this contract and the supply ofmachinery shall not form a ground for any claim or extension of time limit for this work.14. QUARRIES:14.1 <strong>No</strong> P.W D quarries are available with this Department. The contractors shall have to arrangethe same himself/themselves.14.2 The quarrying operations shall be, carried out by the contractor with proper equipment suchas compressors, Jack hammers drill bits, explosives etc. and sufficient, number of workmenshall be employed so as to get required out turn.14.3 The contractor shall carry out the works in the quarries in conformity, with all the rules andregulations already laid down from time to time by Govt. any cost incurred by Governmentdue to non compliance of any rules or regulations or due to damages by the contractor shallbe the responsibility of the contractor. The Engineer in charge or his representative shall begiven full facilities by the Contractor for inspection at all times of the working of the quarryrecords, maintained the stocks of the explosives and detonators etc, so as to enable him tocheck that the working records and storage are all in accordance, with the relevant rules. TheEngineer-in-charge or his representative shall at any time be allowed to inspect the workbuildings, and equipment at the quarters.14.4 The contractor shall maintain at his own cost the books, registers etc. required to bemaintained under the relevant rules and regulations and as directed by the Engineer incharge. These books shall be open for inspection at all times by the Engineer in charge or hisrepresentative and the contractor shall furnish the copies or extracts of books or registers asand when required.14.5 All quarrying operations shall be carried out by the contractor in organised andExpeditious manner, systematically and with proper planning, The contractor shall engagelicensed blasters and adopt electronic blasting and/or any other approved method whichwould ensure complete safety to all the men engaged in the quarry and its surroundings. Thecontractor shall himself provide suitable magazines and arrange to procure and storeexplosives etc. as required under the rules at his own cost. The designs and the location ofthe magazine shall be got approved in advance from the chief Inspector of Explosives and therules and regulations in this connection as laid down by the Chief Inspector of Explosive fromtime to time shall be strictly adhered to by the contractor. It is generally experienced that itSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


1<strong>09</strong> Dy. Ex. Engg.takes time to obtain the necessary license for blasting and license for storage of materialsfrom the concerned authorities. The contractor must therefore take timely advance action forprocuring all such license so that the work progress may not be hampered.14.6 The approacher to the quarrying place from the existing public roads shall have to bearranged by the contractor at his own cost, and the approaches shall be maintained by thecontractor at his own cost till the work is over.14.7 The quarrying operations shall be carried out by the contractor to the entire satisfaction of theEngineer-in-charge and the development of the quarry shall be made efficiently so as toavoid wastage of stones. Only such stones as are of the required quality shall be used on thework. Any stone show is in the opinion of the Engineer in charge, not in accordance with thespecifications or of required, quality will be rejected at any time, at the quarry or at the site ofwork, The rejected stones shall not be used on the work and such rejected materials shall beremoved to the place shown at the contractor's cost.14.8 Since all stones quarried from Government quarry (if made available) by the contractorincluding the excavated over burden are the property of the Government no stones or earthshall be supplied by the contractor to any other agencies or works are allowed to be takenaway for any other works. All such surplus quarried materials not required for work under thiscontract shall be the property of the Government and shall be handed over by the contractorto Government free of cost at quarry site duly heaped at the spots indicated by the Engineerin-charge.The contractor will be entitled to the refund of royalty if any, paid by him for suchquantity handed over to government for which necessary certificate will be issued byExecutive Engineer as per usual procedure, if however, the Government does not requiresuch surplus material, the contractor maybe allowed to dispose off or use such material elsewhere with prior written permission of the engineer-in-charge. Leaving off quarry face ofopening of a new quarry face shall be done only on the approval of the Engineer-in-charge.14.9 Quarrying permission will have to be directly obtained by the contractor, from the collector ofthe District concerned for which purpose the department will render necessary assistance. Allquarry fees royalty charges, octroi, duties, ground rent for stacking materials etc. if any to bepaid shall be paid directly by the Contractor as per rules in force.14.10 The contractor will be permitted to erect at his own risk and cost at the quarry site if suitablevacant space in Govt. area is available for the purpose, his own structures for stores, officesetc, at places approved by the Engineer in charge. On completion of the work the contractorshall remove all the structure erected by him and restore the site to its original condition.14.11 The contractor shall not use any land in the quarry either for cultivation or for any otherpurpose except, that required for breaking or stacking or transporting stones.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


15. COLLECTION OF MATERIALS:110 Dy. Ex. Engg.I) Where suitable and approved P. W. D's quarries exist, the contractor or piece worker will beii)iii)iv)allowed it otherwise there is no objection to obtain the materials to the extent required for thework from the quarry. He will be however, liable to pay compensation. If any damage iscaused to the quarry either deliberately or through negligence or for wastage of materials byhimself of his staff or labour. The contractor shall pay necessary royalty in advance and claimrefund according to rules, if admissible, and shall submit detailed accounts of materials fromquarries as directed.Where no suitable P. W. D's quarries exist or when the quantity of the material requiredcannot be obtained from a P.W.D. quarry the contractor or piece worker shall make his privetland or land belonging to other states or talukas, etc. After opening the quarry but beforestarting collection the quarry shall be got approved by the Engineer-in-charge or hisrepresentatives. The contractor or piece worker shall pay all royalty charges compensationetc. <strong>No</strong> claims or responsibility on account of any of obstructions caused to execution of thework by difficulties arising out of private owners or land, will be entertained.The rates in the tender include all incidental charges such as opening of a new quarry,opening out a new portion in an existing quarry, removing top soil and the 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, Localboards Cess etc.The rates in the tender are for the delivery of the approved material on road side propertystacked at the places specified by the Engineer-in-charge and are inclusive of conveyancecharges inspected of the leads and lifts. <strong>No</strong> claims on account of changes in lead will beentertained.v) <strong>No</strong> material shall be removed from the land within the road boundary or from the land touchingvi)it without the written permission of the Engineer-in-charge or his authorised agent, if anymaterial is unautorisedly obtained from such places the contractor or piece worker shall haveto make good the damages and pay such compensation, in addition as may be decide by theExecutive Engineer and will have to stop further collection.Any material that falls on any P.W.D. Road, from the cart etc during conveyance shall beimmediately picked up and removed by the contractor or piece worker, falling which it will begot removed departmentally at his cost. <strong>No</strong> heap shall be left prior to stacking eventemporarily on the road surface or in any way so as to cause any obstruction or dangle to thetraffic. The contractor or the piece worker shall be liable to pay any claims or compensationetc. arising out of any accident etc. Any such materials causing obstruction or danger etc willbe got removed departmentally at his cost and no claims for any loss or damage to thematerial, thus removed will be entertained. The contractor shall also be responsible for thedamage or accident etc arising out of any material that falls on the road or terrace not incharge of the Dept. and shall attend to any complaint which may be received.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


vii)viii)ix)111 Dy. Ex. Engg.The materials shall not be stacked in place where, it is liable to be damaged or lost due totraffic passing over it to be washed away by rain or floods, to de buried under the land sideetc. or slip down an embankment or hill side etc. <strong>No</strong> claims for any loss due to these andsimilar causes will be entertained.Before stacking, the materials shall be free from all earth, rubbish vegetable matter and otherextraneous substance and in the case of metal, screened to gauge, if so directed when readyit shall be stacked entirely clear of the road way, on ground which has been cleaned ofvegetation and leveled. On high banks, ghat roads etc where it may not be practicable tostack it entirely clear of the roadway, if may be stacked with permission of the Engineer-inchargeon terms in such a way as to cause minimum danger and obstruction to the traffic oras may be directed by him.The size of the stacks for materials other than rubble shall be made 1m x 1mx 0.5 m or suchother size as may be directed by the Engineer-in-charge and all but one stack in 200 m shallbe of the same uniform size and shall be uniformly disturbed over whole lengths. One stack(at the end) in each furlong may be length different from the rest in order to adjust totalquantity to he required but its width height will be the same as those of the rest.x) The Sub divisional officer shall supply the contractor with statement showing 200 m wisexi)xii)xiii)quantities that will be required and the order in which the collections to be done. <strong>No</strong> materialsin excess of requirements in that 200m shall be stacked. Any excess quality shall be removedat the expenses of the contractor or piece work to where it is required before the material inthat furlong is finally measured.In stacking materials the deposition hall commence at the end of the Km. farthest from thequarry and be carried continuously to the other end (unless otherwise directed by theexecutive Engineer) Stacking in one 200m shall be completed before it is started in another,unless directed otherwise in writing by the Executive Engineer. Measurements of the materialsstacked in a 200 m will not be recorder until the full quantity required has been stacked unlessotherwise authorised by Engineer in writing. Collecting and spreading shall not be carried outat the same time in one and the same Km. or in two adjoining Km except with the writtenpermission of the Executive Engineer.Unless otherwise directed, the materials shall be collected in the following order according toavailability of sace: (1) Rubble (if included in tender) (2) Metal (3) soft murum and (4) HardMurum. Hard murum shall be stacked on the side opposite to that on which soft murum hasbeen stacked. Similarly, metal collected for petty repairs shall be stacked on the side oppositeto metal for new layer, where metal for two layers has to be stacked, as in the case of newroads, the metal for each layer shall be stacked on the opposite sides of the road.All road material shall be examined and measured before it is spread. The labour formeasurements (and check measurements wherever carried out) shall be supplied by thecontractor or piece worker immediately after the measurements are recorded the stacks shallbe marked by the contractor or piece worker by white wash or otherwise as may be directedSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


112 Dy. Ex. Engg.xiv)by the Executive Engineer to prevent from any possibility of the same material beingmeasured and recorder over again and to prevent any unauthorised tempering with thestacks.If the contractor or the piece worker fails to attened the measurements of materials afterreceiving the notice from the sub divisional officer of his subordinate stating date and time ofthe intention to measure the work, the same shall be measured never the less and nocomplaint in this respect will be entertained letter on. If the contractor or piece worker fails tosupply sufficient labour for the materials required at the time of measurements of checkmeasurements after due notice has been given to him, the expensed incurred on account ofemploying departmental labour or material etc. shall be charged against account.<strong>No</strong> deduction will be made for voids.16) TEMPORARY QUARTERS AND SITE OFFICEI) The contractor shall at his own expense maintain sufficient experienced supervisoryii)staff etc. required for the work and shall make his own arrangement provide housing for themwith all necessary arrangements,the Engineer-in-charge.including fire preventive measures etc, as directed byThe contractor shall provide, furnish maintain and remove on completion of the work asuitable office on the work site for the use of executive Engineer's representative The coveredarea exclusive of verandah should be less than 40 sqm. It may have bamboo mating wallsand asbestos or corrugated iron roof, paved floor should be 45 cm above ground level. Heshould provide a basket type latrine, urinals and keep them clean daily. This will be supposedto be included in his rate.17) TREASURE TROVE:In the event of discovery by the contractor or his employees, during the progress of the workof any treasure, fossils, minerals or any other articles of value or interest the contractor shallgive immediate intimation thereof to the Engineer and forthwith hand over to the Engineersuch treasure or things which shall be property of Government,18) PATENTED DEVICE, MATERIAL AND PROCESSES:Whenever the contractor desires to use any designed devices, materials or process coveredby the latter of patent or copy right, the right for such use shall be secured by suitable legalarrangement and agreement with patent owner and the copy of their agreement shall be filledwith the Engineer-in-charge if so desired by the later.19) EXPLOSIVESThe contractor shall at his own expenses construct and maintain proper magazines. If suchare required for the storage of explosives for use in connection with the work and suchmagazine being situated, constructed and maintained in accordance with the GovernmentSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


113 Dy. Ex. Engg.Rules applicable in that behalf. The contractor shall at his own expenses obtain such licenseor licensees may be necessary for storing and using explosives. <strong>No</strong>t withstanding the locationetc. or storage of explosives are approved by the Engineer, the Government, shall not beincurring any responsibility what ever in connection there with all operations in or for whichexplosives are employed being at the risk of the contractor and upon his sole responsibilityand the contractor hereby given to Government an absolute indemnity in respect thereof.20) DAMAGE BY FLOODS OR ACCIDENTS :The contractor shall take all precautions against damage by floods, or like or from accidentetc. <strong>No</strong> compensation will be allowed to the Contractor on this account or for correcting andrepairing any such damage to the work during construction. The contractor shall be liable tomake good at his cost any plant or materials belonging to the Government lost or damaged byfloods or from any other cause which is in his charge.21) POLICE PROTECTION :<strong>For</strong> the special protection of camp and of the contractors work the Dept. will help thecontractor as far as possible to arrange for such protection with the concerned authorities, ifso required by the contractor in writing. The full cost of such protection shall be borne by theContractor.22) TRAFFIC REGULATION FOR ROAD WORKS :22.1 Unless separately provided for in the contract. The contractor shall have to make allnecessary arrangements for regulating traffic, day and night during the period of constructionto the entire satisfaction of the Engineer. This includes the construction and maintenance todiversions if necessary. The contractor shall have to provide necessary caution boards,barricades flags, lights and watchmen etc. so as to comply with the latest Motor Vehicles rulesand regulation and for traffic safety and he shall be responsible for all claims from accidentswhich may arise due to his negligence whether in regulating the traffic or in stacking materialson the roads, or due to any other reasons.22.2 The contractor shall at all times carry out the work on the road in a manner creating leastinterference to the flow to traffic, while consistent with the satisfactory execution of the same.<strong>For</strong> all works involving improvements to the existing road, the contractor shall in accordancewith the directives of the Engineer-in-charge. provides and maintain, during the execution ofwork a passage for traffic, either along or part of the existing carraigeway under improvementor along a temporary diversion constructed close to the road.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


114 Dy. Ex. Engg.22.3 TRAFFIC REGULATION FOR BRIDGES AND C.D. WORKSIt is to be clearly understood that wherever work carrier! out by the contractor for constructionof diversion road including earthwork, W.B.M bituminous surface dressing. R.C.C. pipe drainsetc. 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 maintainedby the Contractor in good condition till completion of the whole work at his own expenses.Traffic safety and control shall be as per clause <strong>No</strong>. 112.4 M.O.S.T specifications for Roadsand Bridges (2nd Revision, 1992)23. SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL :23.1 SUPERVISIONThe contractor shall either himself supervise the execution of the works or shall appoint thecompetent agent approved by the (Engineer in charge, to act on his behalf if in the Opinion ofthe Engineer-in-charge, the contractor has himself no sufficient knowledge and experience ofreceiving instructions or cannot give his fun attention to the works The contractors shall at hisown expenses employ as his accredited agent a qualified Engineer approved by the Engineerin-charge.Orders given to the contractors agent shall be considered to have the force as if these hadbeen given to the contractor himself. If the contractor fails to appoint suitable agent asdirected by the Engineer in charge, the Engineer in charge shall have full power to suspendthe execution of the work until such date a suitable agent is appointed and the contractor shallbe responsible for the delays so caused to the works and the contractor shall not be entitledfor any compensation on this behalf.23.2 INSPECTIONThe contractor shall inform the Engineer in charge in writing when any portion of the work isready for inspection giving him sufficient notice to enable him to inspect the same withoutaffecting the further progress of the work The work shall not be considered to have beencompleted in accordance with the terms of the contract until the Engineer-in-charge shall havecertified in writing to the effect, Approval of materials or workmanship or approval of part of thework during the progress of execution shall not bind the Engineer-in-charge or in any wayaffect him even to reject the work which is alleged to be completed and to suspend the issueof his certificate of completion until such alteration and modifications or reconstruction havebeen effected at the cost of the contractor as shall enable him to certify the work has beencompleted to his satisfaction. The contractor shall provide at his cost necessary ladders andsuch arrangements as to provide necessary facilities and assistance for proper inspection ofall parts of the work at his own cost.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


115 Dy. Ex. Engg.24. INITIAL MEASUREMENTS FOR RECORD :Where for the proper measurement of the work it is necessary to have an initial set of levels orother measurements taken, the same as recorded in the authorised field book ormeasurement book of Government by the Engineer or his authorised representative will besigned 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 thework will render him liable to accept the decision of the Engineer as to the basis of takingmeasurement, Like-wise the contractor will not cover any work which will render itssubsequent measurements difficult or impossible without first getting the same jointlymeasured by himself and the authorised representative of the Executive Engineer. The recordof such measurements on the Government side will be signed by the Contractor and he will beentitled to have a true copy of the same made at his cost.25. SAMPLES AND TESTING OF MATERIALS :i) All materials to be used on work shall be got approved in advance from the Engineer-inchargeand shall pass the test and/or analysis required by him which will be :a) as specified in the specification for the items concerned and/orb) Red Book.c) As specified by the Indian Roads Congress Standard Specification and cost of practice forRoads and Bridges 4th Revision , Section 900.d) I.S.I, specifications (whichever and wherever applicable) ore) Quality Control for road work.f) such recognized specifications accepted to Engineer-in-charge as equivalent thereto or inabsence of such authorised specification.g) such requirement test and/or analysis as may be specified by the Engineer-in-charge inorder of precedence given above.Additional condition for material Testing1. It is mandatory on the part of contractor to carry out all the required tests of variousconstruction materials as mentioned in the Schedule-B of the <strong>Tender</strong>.2. If the Contractor fails to submit required Test results of the various constructionmaterials as mentioned in the items of Schedule-B he will be liable to deposit theamount at penal rate of five times of the amount of Particulars test which he has notcarried out. Contractor will be informed by the Engineer-in-charge by letter. On receiptof letter, contractor will have to either deposit the said amount or to carry out therequired test within 10 days. If he again failed to carry out the required tests instipulated time limit, the said tests will be carried out by the department and totalexpenditure incurred on the testing charges plus five times amount of testing chargeswil be recovered from the contractor’s bill.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


116 Dy. Ex. Engg.3. As this recovery is only due to the negligence on the part of contractor to carry ourwork as per tender conditions and Executive Engineer’s decision will be final andbinding on the contractor be way of appeal, arbitration or in the court of law.ii) The Contractor shall at his risk and cost make all arrangements and/or shall provide for allsuch facilities as the Engineer-in-charge may require for collecting, preparing required numberof samples for tests or for analysis at such time and to such place or places as may bedirected by the Engineer and bear all such charges and cost of testing. Testing charges shallbe reimbursed subject to condition under this clause 24 (viii) a to g. Such samples shall alsobe deposited with the Engineer-in-charge.iii) The Contractor shall if and when required, submit at his cost the samples of materials to betested or analysed and if, so directed, shall not make use of or incorporate in the work anymaterials represented by the samples until the required tests or analysis have been made andthe materials, finally accepted by the Engineer-in-charge.iv) The Contractor shall not be eligible for any claim or compensation either arising out the anydelay in the work or due to any corrective measures required to be taken on account of andas a result of testing of the materials.v) The Contractor or his authorised representative will be allowed to remain present in thedepartment laboratory while testing samples furnished by him. However, the results of all thetests carried out in the departmental laboratory in the presence or absence of the Contractoror his authorised representative, will be binding on the Contractor.vi) a) The Contractors shall at his own cost, set up Field Laboratory, get it checked and certifiedby the Executive Engineer, with all necessary equipments as given below, for testing of allmaterials, finished products used in the construction as per requirements of relevantspecifications. The necessary testing equipment shall be calibrated under the supervision ofSuperintending Engineer, Vigilance & Quality Control Circle, Pune or authorized Governmentor Private Agency.(b) 70% tests shall have to be carried out in his field laboratory and 30% in Quality ControlLaboratory. In respect of other construction material which is not mentioned in the followingtable, 50% tests shall be carried out in the Contractors field laboratory and 50% tests in thenearest quality control laboratory of the Department. In case of small and scattered workswhere there is no provision of field laboratory, 100% tests shall be carried out in Vigilance &Quality Control Laboratory.(c) The tests which cannot be carried out both in field laboratory and Vigilance & QualityControl Circle's laboratories, shall be carried out 100% in the laboratories of GovernmentEngineering College / Government Polytechnic at the entire cost of Contractor.vii) In case of materials supplied by the Government, if the Contractor mands certain testing, thecharges thereof shall be paid by the Contractor if the sting results are satisfactory and by theDepartment if the same are not satisfactory.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


117 Dy. Ex. Engg.viii)a) The test shall be carried out in accordance with the Clause "Samples & Testing ofMaterials" given under "Additional General Conditions & Specifications" of this tenderdocument.b) The testing of materials shall be carried out as per the frequency specified by theSuperintending Engineer, Vigilance & Quality Control Circle, Pune and shall be theresponsibility of contractor.c) The material required for testing shall be sent by the contractor to the specified Laboratoryat his own risk and cost.d) In case the desired results are not obtained during testing or the material is rejected due tounsatisfactory results, the testing charges shall not be paid to the contractor.e) It shall be obligatory on contractor to produce the test results along with receipt of paymentmade to the Laboratory, for releasing payment towards Testing Charges.f) In case additional testing of material is found necessary due to change in source, noseparate payment shall be made and it shall be the entire responsibility of contractor.g) Material -Testing shall be carried out as directed by Engineer in charge.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


118 Dy. Ex. Engg.²ÖÖÓ¬ÖúÖ´Ö ÃÖÖ×ÆüŸµÖÖ“µÖÖ ‹æúÖ “ÖÖ“ÖµÖÖ¯Öîúß ¿ÖÖÃÖúßµÖ ¯ÖϵÖÖêÖ ¿ÖÖôêûŸÖ ú¸üÖ¾ÖµÖÖ“µÖÖ “ÖÖ“ÖµÖÖÓ“Öß üŒêú¾ÖÖ¸üß ¾Ö¾ÖÖ¸Óü¾ÖÖ¸üߟÖÖ²ÖÖ²ÖŸÖ.´ÖÆüÖ¸üÖÂÒü ¿ÖÖÃÖ−Ö ÃÖÖ¾ÖÔ•Ö×−Öú ²ÖÖÓ¬ÖúÖ´Ö ×¾Ö³ÖÖÖ, ¿ÖÖÃÖ−Ö ¯Ö׸ü¯Ö¡Öú Îú. ÃÖÓ×úÖÔ -2004/¯ÖÏÎú.1<strong>09</strong>/¸üÖ.´Ö./2´ÖÓ¡ÖÖ»ÖµÖ ´ÖãÓ²Ö‡Ô -400 032 פü−ÖÖÓú - 22.3.20<strong>05</strong>†) úÖµÖÔúÖ¸üß †×³ÖµÖÓŸÖÖ, ÃÖÖ¾ÖÔ•Ö×−Öú ²ÖÖÓ¬ÖúÖ´Ö ×¾Ö³ÖÖÖ, µÖÖÓ−Öß ŸÖ¯ÖÖÃÖæ−Ö ¯ÖÏ´ÖÖÖßŸÖ êú»Öê»Öß Öê¡ÖßµÖ ¯ÖϵÖÖêÖ¿ÖÖôûÖ (SiteLaboratory) •µÖÖ úÖ´ÖÖ¾Ö¸ü †ÖÆêü ŸµÖÖ úÖ´ÖÖ¾Ö¸üᯙ ¯Ö׸ü׿ÖÂü † ´Ö¬Öᯙ −Ö´Öæ¤ü êú»Ö껵ÖÖ ²ÖÖÓ¬ÖúÖ´Ö ÃÖÖ×ÆüŸµÖÖ“µÖÖ ‹æúÖ 70Œêú “ÖÖ“ÖµÖÖ Öê¡ÖßµÖ ¯ÖϵÖÖêÖ¿ÖÖôêûŸÖæ−Ö ¾Ö 30 üŒêú “ÖÖ“ÖµÖÖ ¤üÖŸÖÖ ¾Ö ÖãÖ ×−ÖµÖÓ¡ÖÖ ´ÖÓ›üôûÖ“µÖÖ ¯ÖϵÖÖêÖ¿ÖÖôêûŸÖæ−Ö ú¸üµÖÖŸÖµÖÖ¾µÖÖŸÖ. ¯Ö׸ü׿ÖÂü † ´Ö¬µÖê ÃÖ´ÖÖ×¾ÖÂü −ÖÃÖ»Ö껵ÖÖ †−µÖ ¾Ö ÃÖ¾ÖÔ ²ÖÖÓ¬ÖúÖ´Ö ÃÖÖ×ÆüŸµÖÖ“µÖÖ ‹æúÖ 50 üŒêú “ÖÖ“ÖµÖÖ Öê¡ÖßµÖ¯ÖϵÖÖêÖ¿ÖÖôêûŸÖæ−Ö 50 üŒêú “ÖÖ“ÖµÖÖ ¤üÖŸÖÖ ¾Ö ÖãÖ ×−ÖµÖÓ¡ÖÖ ´ÖÓ›üôûÖ“µÖÖ ¯ÖϵÖÖêÖ¿ÖÖôêûŸÖæ−Ö ú¸üµÖÖŸÖ µÖÖ¾µÖÖŸÖ.²Ö) •µÖÖ úÖ´ÖÖ¾Ö¸ü Öê¡ÖßµÖ ¯ÖϵÖÖêÖ¿ÖÖôûÖ −ÖÃÖê»Ö , ŸµÖÖ úÖ´ÖÖÃÖÖšüß“µÖÖ ²ÖÖÓ¬ÖúÖ´Ö ÃÖÖ×ÆüŸµÖÖ“µÖÖ 100 üŒêú “ÖÖ“ÖµÖÖ ¤üÖŸÖÖ ¾Ö ÖãÖ×−ÖµÖÓ¡ÖÖ ´ÖÓ›üôûÖ“µÖÖ ¯ÖϵÖÖêÖ¿ÖÖôêûŸÖæ−Ö ú¸üµÖÖŸÖ µÖÖ¾µÖÖŸÖ.ú) ×−Ö×¾Ö¤üÖ ¯Öϯ֡ÖÖŸÖ ×¾Ö׿ÖÂü †ü (Special Condition) †ÓŸÖÖÔŸÖ ²ÖÖÓ¬ÖúÖ´Ö ÃÖÖ×ÆüŸµÖÖ“µÖÖ “ÖÖ“ÖµÖÖ ¾ÖÖ¸Óü¾ÖÖ׸üŸÖÖ ¯ÖÖôûµÖÖ²ÖÖ²ÖŸÖ‹ú †ü ÃÖ´ÖÖ×¾ÖÂü ú¸üÖ¾Öß. µÖÖ †üß ÃÖÖê²ÖŸÖ ‹ú ¯Ö׸ü׿ÖÂü ¤êü‰ú−Ö ŸµÖÖ ¯Ö׸ü׿ÖÂüÖŸÖ ÃÖ¾ÖÔ ÃÖÖ×ÆüŸµÖÖ“µÖÖ “ÖÖ“ÖµÖÖ“Öß ×ú´ÖÖ−Ö¾ÖÖ¸Óü¾ÖÖ¸üߟÖÖ (Frequency) −Ö´Öæ¤ü ú¸üµÖÖŸÖ µÖÖ¾Öß. ¾ÖÖ¸Óü¾ÖÖ¸üߟÖÖ −Ö´Öæ¤ü ú¸üŸÖÖ−ÖÖ ÖÖ»Ö߻֯ÖÏ´ÖÖÖê ¯Ö¬¤üŸÖ †¾Ö»ÖÓ²ÖÖ²Öß.1) ×−Ö×¾Ö¤êüŸÖᯙ •µÖÖ²ÖÖ²ÖßÃÖÖšüß MORT & H Specification “ÖÖ ÃÖÓ¤ü³ÖÔ ¤êüµÖÖŸÖ †Ö»ÖÖ †ÖÆêü, ŸµÖÖ ²ÖÖ²Öß´Ö¬Öß»ÖÃÖÖ×ÆüŸµÖÖÓ“µÖÖ “ÖÖ“ÖµÖÖÃÖÖšüß MORT & H Specification ´Ö¬µÖê −Ö´Öã¤ü êú»Öê»Öß ¯ÖÏ“Ö×»ÖŸÖ ×ú´ÖÖ−Ö ¾ÖÖ¸Óü¾ÖÖ¸üߟÖÖ ¤êüµÖÖŸÖµÖÖ¾Öß.2) ×−Ö×¾Ö¤üÖŸÖᯙ •µÖÖ ²ÖÖ²ÖßÃÖÖšüß P. W. D. Specifications “ÖÖ ÃÖÓ¤ü³ÖÔ ¤êüµÖÖŸÖ †Ö»ÖÖ †ÖÆêü, ŸµÖÖ ²ÖÖ²Öß´Ö¬Öß»ÖÃÖÖ×ÆüŸµÖÖÓ“µÖÖ “ÖÖ“ÖµÖÖÃÖÖšüß P. W. D. Specifications “ÖÖ ÃÖÓ¤ü³ÖÔ ¤êüµÖÖŸÖ †Ö»ÖÖ †ÖÆêü. ŸµÖÖ ²ÖÖ²Öß´Ö¬Öᯙ ÃÖÖ×ÆüŸµÖÖÓ“µÖÖ“ÖÖ“ÖµÖÖÃÖÖšüß P. W. D. Specifications ´Ö¬µÖê −Ö´Öã¤ü êú»Öê»Öß ¯ÖÏ“Ö×»ÖŸÖ ×ú´ÖÖ−Ö ¾ÖÖ¸Óü¾ÖÖ¸üߟÖÖ ¤êüµÖÖŸÖ µÖÖ¾Öß.3) •µÖÖ²ÖÖ²ÖßÃÖÖšüß / ÃÖÖ×ÆüŸµÖÖÃÖÖšüß ¾Ö¸üᯙ 1 ¾Ö 2 ´Ö¬µÖê −Ö´Öæ¤ü ×¾Ö×−Ö¤ìü¿ÖÖŸÖ ¾ÖÖ¸Óü¾ÖÖ¸üߟÖÖ ×¤ü»Öê»Öß −ÖÖÆüß, †¿ÖÖ ²ÖÖ²ÖßÃÖÖšüß I. S.Codes “ÖÖ ¾ÖÖ¯Ö¸ü ú¸üµÖÖŸÖ µÖÖ¾ÖÖ, ¾Ö ŸµÖÖ¯ÖÏ´ÖÖÖê ×ú´ÖÖ−Ö ¾ÖÖ¸Óü¾ÖÖ¸üߟÖê“ÖÖ ˆ»»ÖêÖ ú¸üµÖÖŸÖ µÖÖ¾ÖÖ.4) ÃÖ¾ÖÔ “ÖÖ“ÖµÖÖÃÖÖšüß ×ú´ÖÖ−Ö ¾ÖÖ¸Óü¾ÖÖ¸üߟÖÖ ¾ÖÖœü×¾ÖµÖÖÃÖ ¯ÖÏŸµÖ¾ÖÖµÖ −ÖÖÆüß.ÃÖÖê²ÖŸÖ ¯Ö׸ü׿ÖÂü - †QUALITY CONTROL TESTSSr. <strong>No</strong> Material Test Frequency1 Masonary Stone 1. Compressive Strength.2. Crushing value.2 Metal b) Crushing value,c) Impact value,d) Abrasion value,e) Water Absorption.3 Bricks. B) Crushing Strength,C) Water Absorption.4 Manglore Tiles 1 Breaking Load,2 Water Absorption.As perSpecification5 Flooring Tiles. 1 Flexural Strength,2 Water Absorption.6 Glazed Tiles. i) Water Absorption.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


119 Dy. Ex. Engg.Sr. <strong>No</strong> Material Test Frequency7 Cement 1 Compressive Strength.2 Initial setting time3 Final setting time4 Specific Gravity5 Soundness6 Fineness7 Standard consistency.8 Steel. 2 Weight per meter,3 Ultimate tensile stress4 Yield stress,5 Elongation.9 Granular. i. Density of compacted layer.ii. C.B.R.10 Lime/Cement Stabilised soilsub base1 Quality of Lime /Cement2 Degree of pulverisation3 Lime / Cement content.4 CBR or unconfined Compressive Strengthtest on a set of 3 specimen,5 Density of compacted layer.11 Water Bound Macadam 1 Aggregate impact value,2 Flakiness and Elongation Index.12 Wet Mix Macadam. 1 Impact value,2 Flakiness and Elongation Index.3 Density of compacted layer.13 Prime Coat/SurfaceDressing.14 Seal Coat / SurfaceDressing.15 Open graded premixsurfacing / Close gradedpremix surfacing.i) Quality of Binder. As PerSpecification1 Quality of Binder,2 Impact value/Los Angle's Abrasion value,3 Flakiness and Elongation Index.4 Water Absorption.1 Quality of Binder,2 Impact value / Abrasion value.3 Flakiness and Elongation Index.4 Water Absorption.16 Bituminous Macadam. i) Quality of Binderii) Impact value/Los Angle's Abrasion value,iii) Flakiness and Elongation Index.iv) Water Absorption,v) Density of Compacted Layer.17 Bituminous Penetration i) Quality of Binder,Macadam, Built up spray ii) Impact value / Abrasion value.Grout.iii) Flakiness / Elongation Index,iv) Water Absorption.18 Dense Bituminous 1. Quality of BinderMacadam / Semidense 2. Impact value / Abrasion valueBituminous concrete / 3. Flakiness and Elongation IndexBituminous Concrete. 4. Water Absorption,5. Stability of Mix.6. Density of compacted layer.7. Job mix design.19 Mastic Asphalt. 1. Quality of Binder,2. Impact value / Abrasion value,3. Flakiness and Elongation Index.4. Water Absorption.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


120 Dy. Ex. Engg.Sr. <strong>No</strong> Material Test Frequency20 Slurry Seal. i) Quality of Binder.21 Modified Binder. 1. Softening point,2. Penetration at 25°c & 4°c3. Elastic Recovery,4. Ductility5. Flash point,6. Viscosity,7. Thin film oven test, penetration, softening point,Elastic recovery of residue, loss on heating.22 Thermoplastic paint. 2. Glass beed contents and grading Analysis,3. Reflectance and Yellownessindex4. Flowability.5. Drying Time.23 Interlocking concrete pavingblocka) Compressive strength.b) Flexural Testc) Resistance to wear.As perSpecification24 Wood work (shutters) 1) End immersion tests,2) Knife test,3) Glue adhesion test.25 Cement Concrete. i) Mix design.26 Asphalt Concrete. 8.0 Job mix design with all tests on basic Material.27 Reinforcement steel bars. i) Tensile strength,ii) % Elongation.26. CHANGE OF CEMENT CONTENT ETC.The tendered rates for any item, involving the use of cement, shall apply to the quantity ofcement specified for the mix for that item in the specifications, If for any reasons except thoserequired for compensating the deficiencies, in the components, the cement content andproperties are altered by the Engineer (Engineer-in-charge) at any time or from time to timethe tendered rates for that particulars item and quantity or quantities shall be duly enhanced orreduced only to account for the addition or reduction in cost of the cement content from thatlaid down in the specification at the rates specified in the star rate of the contract plus 10% tocover all other incidental charges whatsoever likewise if any additives compounds waterproofing material etc. are ordered by the Engineer to be added to the mortar or concrete, noextra rate shall be payable for this change which shall be carried out as per directions of theEngineer-in-charge.27. CEMENT CONCRETE :27.1 General :(i)All concrete shall be controlled concrete and machine mixed, unless otherwise directed byEngineer in charge for controlled or High grade concrete, the grading or aggregates shall begot approved from the Engineer.b) The correct proportions and the total amount of water for the mix will be determined by meansof preliminary tests and shall be got approved by the Engineer.However, such approvalSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


121 Dy. Ex. Engg.does not relieve the contractors from his responsibility regarding the minimum works strengthrequirements. Work test shall be taken in accordance with relevant codes and specifications.All proportioning of aggregates shall be done by weight unless otherwise ordered by theEngineer in writing.c) All mixing shall be done mechanical means in approved mixers The engineer may at hisdiscretion allow in writing hand mixing of concrete for minor items where small quantities areinvolved by in that case the contractor shall increase the cement content of the mixture by10% without any extra costd) The form work used shall be made preferably of steel or with lining of steel. Wooden shuttersmay be allowed at the discretion of the Engineer e.g. lintels, small slabs and beams coping etce) The concrete shall be mechanically vibrated for proper compaction by the method approvedby the Engineerf) The concrete shall be cured only by a sween portable water for full 21 days after the time ofthe period specified in the detailed specification or as may be directed by Engineer-in-charge.27.2 FORM WORK AND STAGING FOR BRIDGE STRUCTURES27.2.1 <strong>For</strong> bridge structure, forms for concrete shall be constructed of mild steel plates or marineplywood and be of substantial and rigid construction true to shape and dimensions shown onthe drawings. Where metal forms are used all bolts and rivets shall be counter sunk and wellground provide a smooth plain surface.27.2.2 <strong>For</strong>ms shall be mortar tight and shall be sufficiently rigid by the use of ties and bracing toprevent any displacement or sagging between supports. They shall be strong enough towithstand pressure, ramming and vibration, without deflection from the prescribed lineoccurring during and after placing and concrete and shall be tight enough to prevent anyappreciable toss of concrete during vibration. Screw Jacks or had wood wedges whererequired shall be provided to make up any settlement in the form work before or during theplacing of concrete.27.2.3 Schedule camber shall be provided in horizontal numbers of structures, specially in long pansto counteract the effects of any deflection. The form work shall be so fixed to provide for suchcamber.27.2.4 <strong>For</strong>ms shall be so constructed as to be removal in sections in the desired sequence, withoutdamaging the surface of concrete or disturbing other sections28. MISCELLANEOUS:29.1 Rate shall be inclusive of S.T. General Tax and other taxes Royalty, Vat/Sale Tax, TurnoverTax etc.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


122 Dy. Ex. Engg.28.2 <strong>For</strong> providing electric wiring or water lines etc recesses shall be provided if necessary throughwalls, slabs, beams etc. and latter on refilled up with bricks or stone chipping, cement mortarwithout any extra cost.28.3 In case it becomes necessary for the due fulfillment of contract for the contractor to occupyland outside Dept. limits the contractor will have to make his own arrangements with the landowners and pay such rents if any are payable as mutually agreed between them. Thedepartment will afford the contractor all the reasonable assistance to enable him to obtainGovt. land for such purpose on usual terms and conditions as per rules of Government, if suchland is available.28.4 The special provision in detailed specifications or wording of any item shall gain precedenceover 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 incontract.28.5 Suitable separating Barricades and enclosures shall be provided to separate material broughtby contractor and material issued by Government to contractor under Schedule "A" sameapplies for the material obtained from different sources of supply28.6 The stacking and storage of construction material at site shall be such as manner as toprevent deterioration or intrusion of foreign matter and to ensure the preservation of theirquality, properties and fitness for the work. Suitable precautions shall be taken by thecontractor to protect the material against atmospheric actions, fire and other hazards. Thematerials likely to be carried away by wind shall be stored in suitable stores or with suitablebarricades and where there is likely hood of subsidence of soil, such heavy materials shall bestored on approved platforms28.7 <strong>For</strong> road and Bridge works the contractor shall in addition to the specification citedHere, comply with requirements of relevant I.R.C code proactive.28.8 The contractor shall be responsible for making good the damages done to theexisting property during construction by his men.28.9 If it is found necessary from safety point of view to test any part of the structure, the test shallbe carried out by the contractor with the help of the dept. at his own cost.28.10 Defective work is liable to be rejected at any stage. The contractor on no account can refuse torectify the defects merely on reasons that further work has been carried out <strong>No</strong> extra paymentshall be made for rectification.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


123 Dy. Ex. Engg.28.11 In the schedule "B" the work has been divided into sections but notwithstanding this, everypart it shall be deemed supplementary to and complementary of every other part.28.12 General directions or detailed description of work, materials and items coverage of rates givenin the specification are not necessarily repeated in the Bill of Quantities, Reference ishowever, drawn to the appropriate section clause (s) of the General specifications accordancewith which the work is to be carried out.28.13 In the absence of specific direction to the contrary, the rates and prices inserted in the itemsare to be considered as the full inclusive rates and prices for the finished work described thereunder and are to cover all labour, materials, wastage, temporary work, plant overheadcharges and profits as well as the general liabilities, obligations and risks arising out of theGeneral conditions of contract.28.14 The quantities set down against the item in the Schedule "B" are only estimated quantities ofeach kind of work included in the contract and are not to be taken as a guarantee thequantities scheduled will be carried out or required that they will not exceeded.28.15 All measurements will be made in accordance with the methods indicated in the specificationand read in conduction with the General conditions of contract28.16 The details shown on drawings and all other information pertaining to the work shall be treatedas indicative and provisional only and are liable to variation as found necessary whilepreparing working drawing which will be supplied by the Government during execution. Thecontractor shall not on account of such variation entitled to any increase over the ones quotedin the tender which are no quantity basis.28.17 The recoveries if any due from contractor will be directed as arrears of land revenue throughthe Collector of the District.28.18 Clause 101 to 107 of specifications of Road and Bridges work adhered herewith will beapplicable towers as per Schedule "B" u, less specified otherwise in the detailed specificationsof the relevant items.28.19 All materials used in the construction shall conform to the requirement of specification clauseunder section 1000 materials for Structures of specifications of Roads and Bridge workM.O.S.T. New Delhi 1992 edition28.20 Extraneous materials and steps to minimise dust nuisance during construction shall be as perclause 111 of M.O.S.T. specification (Second Edition 1992)Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


124 Dy. Ex. Engg.PROTECTION OF UNDERGROUND TELEPHONE CABLE AND AERIAL TELEPHONEWIRES AND POLES. TRANSMISSION TOWERS. ELEC. CABLES AND WATER SUPPLYLINES :During the execution of work it is likely that the contractor may meet with telephone cable,electrical cables, water supply lines etc. it will therefore be the responsibility of the contractorto protect them carefully. All such cases should be brought to the notice of the Engineer-inchargeby the contractor and also to the concerned Department. Any damage what so everdone to these cables and pipe lines by the contractor shall be made by him at his cost.29. MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FOR LABOUREMPLOYED IN THE CONSTRUCTION BY THE CONTRACTOR.a) The contractor shall provide an adequate supply of portable water for the use of labour's onwork and in camps.b) The contractor shall construct trench or semi permanent latrines for the use of the laboursseparate 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 theLabour's according to the following specifications:1. Huts of Bamboo's and Grass may be constructed,2. A good site not liable to submergence shall be selected on high ground remote from jungle butwell provided with trees, shall be chosen wherever it is available. The neighborhood of tank,jungle grass or woods should be particularly avoided. Camps should not be established closeto large cuttings of earth work.3. The lines of huts shall have open spaces of at least ten yards between rows, when a goodnatural site cannot be procured, particular attention should be given to the drainage.4. There should no over crowding, floor space at the rate of 30 sq. ft. per head shall be provided.Care should be taken to see that the huts are kept clean and in good order.5. The contractor must find his own land and if he wants Governments land, he should apply forit and pay assessment for it, if made available by Government6. The contractor shall construct a sufficient number of bathing places. Washing places shouldalso be provided for the purpose of washing clothes.7. The contractor shall make sufficient arrangements for draining away the surface and sulfagewater as well as water from the bathing and washing places and shall dispose off this wastewater in such way as not to cause any nuisance.d) The contractor shall manage a Medical officer with a travelling dispensary for a Campcontaining 500 or more persons if there is no Govt. or other private dispensary situated within8 k.m. from the Camp. In case of emergency the contractor shall arrange at his cost oftransport for quick medical help to his workerSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


125 Dy. Ex. Engg.e) The contractor shall provide the necessary staff for effecting a satisfactory drainage systemand cleanliness of the camp to the satisfaction of the Engineer. At least one sweeper per 200persons should engaged.f) The assistant Director of Public Health shall be consulted before opening a labourcamp and his instruction on matters such as water supply sanitary conveniences,the camp site accommodation and food supply shall be followed by thecontractor.g) The contractor shall make arrangements for ail anti-malaria measures to be provided for thelabour employed on the work. The anti-malaria measures shall be provided as directed by theAssistant Director of Public Health.30. SAFETY CODE :Suitable scaffolds shall be provided for workmen for all works that cannot safely be done fromthe ground or from the solid construction except such short period work as can be done safelyfrom ladders. When ladder is used an extra mazdoor shall be engaged for holding the ladderand if the ladder is used for carrying materials as well suitable footholds and handholds shallbe provided on the ladder and the ladder shall be given in inclination not steeper than 1 to 4 (1horizontal and 4 vertical). Scaffolding or staging more than 3.25 m. above the ground or floorsswing or suspended from an overhead support or erected with stationary support shall have aguard rail properly attached, bolted braced and otherwise assured atleast 1m. high abovethe floor of platform of such scaffolding to staging and extending along the entire length of theoutside and ends thereof with only such openings as may be necessary for the delivery ofmaterials. Such scaffolding or staging shall be so fastened as to prevent it from swaying fromthe building of structure. Working platform, gangways and stairways shall be so constructedthat they do not sagunduly or is more than 3.25 m above ground level or floor level, it shall beclosely boarded, have adequate width and suitably fenced as described in 2 above.Every opening in floor of the building or in a working platform shall be provided with suitableprotection to prevent fall of persons or materials by providing suitable fencing or railing withminimum height of 1 meter.Safe measan of access shall be provided to all working platform and other working places.Every ladder shall be securely fixed no portable single ladder shall be over 9m in length,width between side rails in rung ladder shall in no case be less than 30cms for ladders uptoand including 3m in length. <strong>For</strong> longer ladder this width shall be increased atleast 6mm foreach additional 30cms of length. Uniform steps spacing shall not exceed 30cms.Adequate precautions shall be taken to prevent danger from electrical equipment's, nomaterials on any of the site shall be stacked or placed as to cause danger or inconvenience toSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


126 Dy. Ex. Engg.any person or the public. The contractor shall provide all necessary fencing and lights toprotect public from accidents and shall be by any person for injury sustained owing to neglectof the above precaution and to pay any damages and costs which may be awarded in anysuch suit action or proceedings to any such person or which may will the consent of thecontractor to be paid to compromise any claim by any such person.EXCAVATION AND TRENCHING:All trenches 1.5 meter or more in depth, shall at all times be supplied with at least one ladderfor each 30 meters in length or fraction thereof. Ladder shall be extended from bottom oftrench to atleast 1 meter above surface of the ground sides of a trench which is 1.5 meters ofmore in depth shall be stepped back to give suitable slope, or security held by timber bracing,so as to avoid the danger of sider collapsing . Excavated materials shall not be placed within1.3 meters of edge of trench or had of depth of trench whichever is more. Cutting shall bedone from top to bottom under no circumstances shall undermining or undercutting be done.DEMOLITION :Before any demolition work is commenced and also during the process of the work.a) All roads and open areas adjacent to the work site shall either be closed or suitably protected.b) <strong>No</strong> electric cable or apparatus which is liable to be a source of danger or a cable or apparatusused by operator shall remain electrically charged.a) All practical steps shall be taken to prevent danger to person employed, from risk or fire orexplosion or hooding. <strong>No</strong> floor, roof or other part of a building shall be so overloaded withdebris of materials as to render it unsafe.All necessary personal safety equipment's as considered adequate by the Engineer-in-chargeshall be available for use of persons employed on the site and maintained in a conditionsuitable for immediate use and the contractor shall take adequate step to ensure proper useof equipment by those concerned.a) Workers employed on mixing asphaltic materials cement and lime mortars concrete shall beprovided with protective footwear and protective goggles.b) Those engaged in handling any materials which is injurious to eyes shall be provided withprotective goggles.c) Those engaged in welding works shall be provided with welder's protective eyeshieldsd) Stone breakers shall be provided with protection goggles and protective clothing and seatedat sufficiently safe intervals.e) When workers are employed sewers and manholes which are in use the contractor shallensure that manhole covers are opened and manholes are ventilated at least for an hourbefore workers are allowed to get into them Manholes opened shall be cordoned off withsuitable railing and provided with warning signals or boards to prevent accident to public.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


127 Dy. Ex. Engg.f) The contractor shall not employ, men below the age of 18 and women on the work of paintingwith products containing lead in any form, wherever men above the age of 18 year areemployed on the work of lead painting the following precautions shall be taken.i) <strong>No</strong> paint containing lead or lead product shall be used expect in the term of paste or readyii)iii)made paint.Suitable face masks shall be supplied for use by workers when paint is applied in the formspray or a surface having lead paint dry rubbed and scrapped.Overall shall be supplied by the contractor workmen and adequate facilities shall be providedto enable working painters to wash during and no cessation of work,g) When work is done near any place where there is risk of drowning all necessary equipmentshall be provided and kept ready for use and all necessary steps taken for prompt rescue ofany person in danger and adequate provision made for prompt first and treatment of all likelyto be sustained furing the course of the work.Use of hoisting machines and shackles including the attachments, anchorage supports shallconfirm to the following :i) These shall be of good mechanical construction, round materials and adequate strengthii)iii)and free from potent defects and shall be kept in good repair and in good working order.Every rope used in hoisting or lowering material or as a means of suspension shall be durablequality and of adequate strength and free from potent defects.Every crane driver or hoisting appliance operator shall be properly qualified and no personunder the age of 21years shall be incharge of any hoisting machine including any scaffolding.i) In case of every hoisting machine and of every chain ring, hook, shackle ownel and pulleyblock used in hoising or lowering or as means of suspension safe working load shall beascertained by adequate means. Every hoising machines and all gear referred to above shallbe plainly marked with safe working loads.In case of a hoisting machine having a variable safe working load, each working load and theconditions under which it is applicable shall be clearly indicated. <strong>No</strong> part of any machine or ofany gear referred to above in this paragraph shall be loaded beyond safe working load exceptfor the purpose of testing.i) In case of departmental machines safe working load shall be notified by the Engineer incharge. As regards contractors machines the contractor shall notify safe working load of eachmachine to the Engineer-in-charge whenever, he brings tit to site of work and get it verified bythe Engineer-in-charge.Motors gearing, transmission, electric wiring and other dangerous parts of hoisting appliancesshall be provided with such means as will reduce to the minimum risk of accidental descent ofload. Adequate precaution shall be taken to reduce to the minimum the risk of any part of thesuspended load becoming accidentally displaced, when workers are employed. On electricinstallations. which are already energised insulating materials wearing approved such asSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


128 Dy. Ex. Engg.gloves sleaves and coats as may be necessary shall be provided. Workers shall not wear anyrings, watches and carry keys or other materials, which are good conductors of electrically.All scaffolds, ladders, and other safety divides mentioned or described herein shall bemaintained in a safe condition and no scaffold ladder of equipment shall be altered orremoved while it is in use. Adequate washing facilities shall be provided at or near places ofwork.These safety provisions shall be brought to the notice of all concerned display on a noticeboard at a prominent place at the work spot. Persons responsible ensuring compliance withthe safety code shall be named therein by the contractori) To ensure effective enforcement of the rules and regulations relating to safetyprecautions arrangements made by the contractor shall be open to inspection bythe Engineer-in charge or his representatives and inspecting officers.ii) Failure to comply with the provision thereunder shall make the contractor liable to pay to theDepartment as penalty an amount not exceeding Rs. 50/- for each default and decision of theEngineer-in-charge shall be final and binding.<strong>No</strong>t withstanding the above conditions 1 to 14 the contractor is not exempted from theoperation of any other Act or rules in force.31. SCOPE OF RATES FOR DIFFERENT ITEMS OF WORK:<strong>For</strong> item rate contracts the contract unit rates for different items of work shall be payment infull for completing the work to the requirements of the specifications including fullcompensation for all the operations detailed in the relevant sections of these specificationsunder "Rates". In the absence of any directions to the contrary, the rates are to be consideredas the full inclusive rate for finished work covering all labour materials, wastage temporarywork plant equipment, overhead charges and profits as well as the general liabilities,obligations and risks arising - out of the general conditions of contract.The item rates quoted by the contractor shall unless otherwise specified, also includecompliance with supply of the following.i) General works such as setting out clearance of site before setting out andii)clearance works after completion.A detailed programme for the construction and completion of the works (using CPM/PERTtechniques) giving, in addition to construction activities detailed network activities for thesubmission and approval of materials procurement of critical materials and equipment,fabricatiorily of special products equipment's and their installations an detesting and for allactivities of the Employer that are likely to effect the progress of work etc including updating ofall such activities on the basis of the decisions taken at the periodic site review meeting or asdirected by the Engineers.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


129 Dy. Ex. Engg.iii) Samples of various materials proposed to be used on the work for conduction tests thereon asrequired as per the provision of the contract.iv) Design of mixes as per the relevant clauses of the specifications giving proportions ofingredients, sources of aggregates and brinder alongwith accompanying trial mixes as per therelevant clauses of these specifications to be submitted to the Engineer for his approvalbefore use of the works.v) Detailed design calculations an drawings for all Temporary works (such as form workstaging, centering, specialised constructional handling and launching equipment and the like)vi) Detailed drawings for templates, support and end anchorage, details is for prestressing cableprofiles bar bending and for cutting schedules reinforcement, materials list for fabrication andstructural steel etc.vii) Mill test reports for all mild and high tensile steel and cast steel as per the relevant provisionsof the specification.viii) Testing of various finished items and materials including bitumen, cement, concrete, bearingsas required under these specification and furnishing test reports/certificates.ix) Inspections Reports in respect of form work, staging reinforcement and other items of work asper the relevant specifications.x) Any other data which may be required as per these specifications or the conditions of contractor any other annexures / schedules forming part of the contract.xi) Any other item of work which is not specifically provided in the bill of quantities but which isnecessary for complying with the provisions of the contract andxii) All temporary works form work and false works.Portions of road works beyond the limits and or any other work may be got constructed by theemployer directly through other agencies. Accordingly other agencies employed by theEmployer may be working in the vicinity of the work being executed by the contractor/ Thecontractor shall liaise with such agencies and adjust his construction programme for thecompletion of the work accordingly and no claim or compensation due to any reasonwhatsoever will be entertained on this account. The employer will be indemnified by thecontractor for any claims from other agencies on this account.32. PAYMENTS:a) Running BillTwo payments in a month will be granted by the Engineer in charge if the progress issatisfactory Contractor should submit bills to the Engineer in charge in appropriate forms.(I) The payment of Carpet shall be made only after completion of seal coat.(ii) 10% amount of premix carpet and seal coat shall be withheld from running bills till thecompletion of side shoulders.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


) Final Bill130 Dy. Ex. Engg.The contractor should submit final bill within one month after completion of the work and thesame will be paid within 3 months if it is in order. Disputed item and claims if any shall beexcluded from the final bill and settled separately later on.33. MAINTENANCE (ROADS)a. The Contractor shall maintain the finished surface of the road for a period mentioned inclause no.20 after the completion of work without any extra cost to Government irrespectiveof the designs, standards and specifications and the actual traffic etc. The Contractor shall getthe pot holes filled up with asphalt mix materials and keep the road surface in good conditionthrough out the year. 5% amount of the total work done shall be recovered from runningaccount bills and shall be withheld for period mentioned in clause no.20 from the date ofactual completion of work as maintenance charges of maintaining and keeping the road ingood condition. This 5% amount with held towards maintenance charges shall be allowed tobe replaced with bank guarantee or other recognised forms at intermediate stage, if sodesired in writing. This maintenance charges shall be in addition to security deposit.b. On completion of the work in all respects, necessary certificates will be issued by theconcerned Executive Engineer and the defects liability period will be counted from the date ofissue of such certificates.c. All damages during execution shall be made good by the contractor at his cost. He will beresponsible for any damages to the road surface including B.T. surface in rainy seasons andduring construction and guaranteed maintenance period and no separate payment will bemade for restoring such damages."Any defects noticed in finished black topped surface such as pot holes, damaged etc. withina period mentioned in clause no.20 after completion of work (Including Monsoon) will have tobe repaired by the contractor at his own cost. 5% (Five percent) of the amount payable underB.T. items in addition to the security deposit will not be released till the defect liability periodmentioned in clause no.20 is over. The contractors will examine existing road its camber, soilconditions, existing crust etc. before quoting for <strong>Tender</strong>. <strong>No</strong> claims on this account will beaccepted. The contractor will have to maintain the road surface in good condition till defectliability period is over.d. Defective work is liable to be rejected at any stage. The Contractor on no account can refuseiii)to rectify the defects merely on reasons that further work has been carried out. <strong>No</strong> extrapayment shall be made for such rectification.It will be responsibility of the contracting Agency to maintain total road length under workportion of this contract Agreement in good condition from the date of issue of work orders, tillcompletion of defect liability period as per clause –20, and this shall be treated as part of totalscope of this contract Agreement. In case the contractor fails to maintain road length properlySignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


131 Dy. Ex. Engg.including rectification of the defect pointed out by the department within a period of 7 daysfrom the date of a written notice by the Engineer-in-charge rectification / repairs to suchdefects will be carried out by the department at contractor’s risk and cost. The expenditureincurred on such rectification work shall be recovered from the amount withheld as per clause35(i) / 35(ii) for building / Roads respectively.34. HANDING OVER OF WORK:All the work and materials before finally taken over by Government, will be the entire liability ofthe contractor for guarding, maintaining and making good any damages of any magnitude.Interim payments made for such work will not alter this position. The handling over by thecontractor and taking over by the Executive Engineer or his authorised representative will bealways in writing of which copies will go to the Executive Engineer of his authorisedrepresentative and the contractor, it is however understood that before taking over such workGovernment will not put it into regular use as distinct from casual or incidental one, except asspecifically mentioned elsewhere in this contract, or as mutually agreed to.35. CLAIMS :Bills for extra work or for any claim shall be paid separately apart from the interim bills for themain work. The payment of bills for the main work shall not be with held for want of decision ofthe extras of claims not covered in the appendices.Claims for extra work shall be registered within 30 days of occurrence of the event Howeverbills for these including supporting data/details may be submitted subsequently.36. In super session to whatever has been defined in Clause 10 and 11 of B-1 agreement form orelse where in the N.I.T documents, the Contractor shall submit detailed measurements ofwork done along with each Monthly bill and Final bill. The Engineer-in-charge shall effectnecessary checking of the measurements and then effect payment within 10 days ofsubmission of measurements, if possible. If it is proved that the measurements are mindfullyand swollen incorrect / irrelevant the Engineer-in-charge shall deduct 25% of the actualpayment due, towards compaction for avoidable labour enforced.Working Drawing :-The Contractor shall submit two sets of working drawings on the base of whichmeasurements as aforesaid, shall be based.37. TECHNICAL COMPLETION REPORTThe Contractor shall submit Technical Completion report along with his final bill, shall include.i) Detailed measurementsii) Working Drawingsiii) Details of material brought on site and consumed in the work, which shall indicatestandard consumption and deviation, if any, with reasons.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


132 Dy. Ex. Engg.iv) Test results of all materials used in work with an abstract of total tests carried out andrequired as per frequency of tests as laid down in the relevant M.O.S.T specifications.v) Rougho-metre survey data as laid down in acceptance criteria.vi) Design calculations / Job-Mix formula etc.vii) Maintenance-manual.38. QUALITY ASSURANCE AND MAINTENANCE(<strong>For</strong> works costing more than 100 lakhs)1) Ensure the specified quality of work which will also include necessary surveys, temporaryworks etc. the contractor shall prepare a quality assurance plan and get the same approvedfrom the Engineer in charge with in one month from the date of work order. <strong>For</strong> the contractorshall submit an organisation chart of his technical personnel to be delayed on the work alongwith their qualification, job descriptions defining the functions of reporting supervisinginspecting and approving The contractor shall also submit a list of tools, equipment and themachinery and instrumentation which the proposes to use for the construction and for testingin the field and/or in the laboratory and monitoring the contractor shall modify/supplement theorganisation chart and the list of machinery equipment etc. as per the directions of thesuperintending Engineer and shall deploy the personnel and equipment on the field as per theapproved charge and list respectively. The contractor shall submit written method statementsdetailing his exact proposals of execution of the work in accordance with the specification. Hewill have to get these approved from the Engineer in charge. The quality of the work shall beproperly documented through certificate, records, check lists and log books of results etc.Such records shall be complied from the beginning of the work and be a continuously updatedand supplemented and this will be the responsibility of the contractor. The forms should be gotapproved from the Executive Engineer in charge.2) Where the work is to be done on lump-sump basis on contractors design the contractor shallalso prepare and submit a maintenance manual giving procedure for maintenance with theperiodicity of maintenance works including inspections tools, and equipment to be usedmeans of accessibility for all parts of the structure. he shall also include in the manual thespecifications for maintenance work that would be appropriate for his design and technique ofconstruction This manual shall be submitted within the contract period.39. PHOTOGRAPHSSo as to observe the progress of work at different stages of execution of works the contractorshall take out coloured photograph at 3 stages i.e1) Before execution2) During execution3) After completion of workSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


133 Dy. Ex. Engg.Contractor shall take out atleast 15 photographs of different location of each subworks ateach stage. The photographs will be of post card size same shall be submitted along with therunning bill in duplicate.<strong>No</strong> extra cost shall be paid to the contractor on this account.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


134 Dy. Ex. Engg.ADDITIONAL SPECIAL CONDITIONS FOR HOTMIX ASPHALTIC WORKSi) Clause <strong>No</strong>. 106 of Ministry’s Specification (2nd Revision)This clause stipulates certain conditions relating to choice and use of equipment which haverelevance to production of quality work. These area) The contractor shall be required to give a trial run of the equipment for establishing capabilityto achieve the laid down specifications and tolerances to the satisfaction of the Engineerbefore commencement of workb) All equipment provided should be of proven efficiency and shall be operated and maintainedat all times in a manner acceptable to the Engineerc) <strong>No</strong> equipment and personnel will be removed from the site without the permission of theEngineerii) Clause <strong>No</strong>. 901 of Ministry Specification (4 th Revision 2001)a) The responsibility for the quality of the entire construction work is on the contractor. <strong>For</strong> thispurpose he is required to have his own independent and adequate set up.b) The Engineer for satisfying himself about the quality of the materials and work will also havetests conducted by quality controlled units or by any other agency, generally to the frequencyset out in the specification. <strong>For</strong> test to be done by the Engineer, the contractor is to render allnecessary co-operation and assistance including the provision of labour assistance in packingand dispatching samples etc.c) <strong>For</strong> work of embankment, subgrade and pavement, construction of subsequent layer of thesame other material over the finished layer shall be done only after obtaining approval fromthe Engineer.d) The contractor shall be responsible for rectifying / replacing any work falling short of qualityrequirements as directed by the Engineer.iii)Clauses in the conditions of contract:a) All material and workmanship shall be of the respective type described in the contract and inaccordance with the Engineer's instructions and shall be subjected from time to time to suchtests as the Engineer may direct at the place of manufacture of fabrication or on the site. Allsamples shall be supplied the contractor.b) <strong>No</strong> work is to be covered up or put out of view without the approval of the Engineer for hisexamination and measurements.c) During the progress of the works, the Engineer shall have the power to order the removal fromthe site of any unsuitable material, substitution of proper and suitable material and theremoval and proper erection not withstanding any previous test or interim payment, therefore,Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


135 Dy. Ex. Engg.and of any work which in respect of materials or workmanship is not m the opinion of theEngineer in accordance with the contract2) Guidelines on Quality control operations :The onus of achieving quality of work will be on the contractor who will take actions asstipulated in section 900 of Ministry's specifications for Road and Bridge works (2nd Revision1992)Ministry's Specifications for Road and Bridge works (2nd Revision 1992)Ministry's specifications for Road and Bridge works (2nd Revision 1992 will form part ofcontract documents and the contractor will be legally bound to the various stipulations madetherein unless and otherwise specifically relaxed or waived wholly or partly through a specialclause in the contract documentContractor's FacilitiesAccording to the contract (see para 1.3 above) the contractor is responsible for the quality ofthe entire construction work, and for this purpose he is required have his own independentand adequate set up. To meet this requirement.a) The contractor shall set up his own laboratory at location(s) approved by the Engineer. Thelaboratory shall be equipped with modern and efficient equipment with sufficient standbyssuitable to carry out the tests prescribed for different materials and work according to thespecifications, the list of equipment to be procured and the facilities to be provided shall be gotapproved by the Engineer. The equipment shall be maintained in a workable condition to thesatisfaction of the Engineer.b) Sampling and testing procedures shall be in accordance with the relevant standards of BIS(Previously called ISI) or (IRC). Frequency of testing shall be as laid down in the Ministry'sSpecifications for Road and Bridge work (2nd Revision 1992) In the absence of relevantIndian standards sampling and testing procedures shall be as approved by the Engineer.c) The laboratory should be manned by qualified Materials Engineers assisted by Materialsinspector / Technicians, and the set up should be got approved by the Engineer.d) The contractor should prepare printed proforma for recording readings and results of eachtype of test, after getting the formats of the performance approved from the Engineer Heshould keep a daily record of all the tests conducted by him. Two copies of the test resultsshould be submitted to the Engineer for this examination and approval, of which one copy willbe return to the contractor for being kept at site of work.e) The Materials Engineer of the contractor should keep close liaisons with the quality controlUnit of the Engineer and keep later informed of the sampling and testing programme so thatthe Engineer's representative could be present during this activity, if considered necessary.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


136 Dy. Ex. Engg.3) Day to Day Quality Control OperationsThe day to day controls to be exercised by the contractor and the Engineer are enumerated inthe below paragraphs.Alignment and Level Control.a) The Contractor should locate the center-line of the road from the pegs, pillars or preferencepoints fixed during the location survey and form the information. furnished in the Contractdrawings. Any discrepancy between the reference points on the ground and those on thedrawings 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 thelimits of embankment/cutting and cleaning stakes to delineate limit of cleaning and grubbingand 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 shouldimmediately be brought to the notice of the Engineer of reconciliation, the contractor shouldre-establish those bench marks which are found missing at site, and should establishadditional 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 relationto the original survey points lines and levels of reference given by Engineer in writing if at anytime during the progress of the works, any error shall appear or arise in the position, levelsdimensions or alignment any part of the works, the contractor on being required to do so bythe Engineer, shall at his own cost rectify the error to the satisfaction of the Engineer, unlesssuch 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 pegsused in setting out the works till final take over by the Engineer.Natural ground for embankment construction/cut formation and their compactiona) Atterberg limits, in situ dry density and CBR of the material at ground/out formation should bedetermined and got approved by the Engineer. Any unsuitable material shall be removed andreplace by better material as ordered by the Engineer.b) The Engineer's Quality Control Unit(s) shall have independent test checks on the quality andcompaction of the natural ground/cut formationEmbankment Constructiona) All borrow areas shall be got approved by the Engineer based on results of tests for atterberglimits proctor/ modified proctor density, CBR and soil classification.b) Layer thickness and in situ density shall be checked and got approved by the Engineer beforeproceeding to the next layer.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


137 Dy. Ex. Engg.Sub Gradea) Specific borrow areas having soil satisfying the requirements of specifications and specifiedstrength criteria shall be identified for use in subgrade and got approved by the Engineerbased 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 bythe Engineer before proceedings on with the next pavement layer.c) The soil used in actual construction of subgrade shall be remoulded at density referred in subpara(b) above at placement moisture content and checked for 4 days soaked and unsoakedCBRA set of 3 specimens shall be collected from each 3000 M 3 area of the subgrade i.e. topof 0.5 m of embankment for CBR test.d) In case of any appreciable variation of inbuilt subgrade characteristics form the designedones. the pavement design shall be reviewed to match the in built characteristics of thesubgrade.Sub-basea) The source of supply of material shall be inspected, tested and got approved by the Engineerbefore 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 bythe Engineer based on test results thereof.c) Samples of materials from the laid sub-base shall be tested for gradation proctor density, PLand CBRd) Field compaction shall be checked and got approved by the Engineer before proceeding withthe work on the next pavement layer.e) In case of any appreciable variation of inbuilt sub base characteristics from the designedones, the pavement design shall be reviewed to match the inbuilt characteristics of the subbase.Granular Base Coursea) <strong>For</strong> graded type of granular material, the job mix formula falling within the specified gradinglimits 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 asobservation of movement of layer under compaction plact, sinking /crushing of a piece ofaggregate placed before a moving roller complete removal of roller marks etc.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


138 Dy. Ex. Engg.Shouldersa) 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.Bituminous construction Generala) Manufacturers 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 theContractor for verification.b) The base on which bituminous courses are to be laid must be dry and free of dust and otherdelirious matters.c) Mineral aggregates to be used should be checked for their specification requirement and gotapproved by the Engineer.Bituminous sprayed worka) Temperature of binder in the boiler and rate of spray at site shall be checked. Spraying shallbe uniform and shall be carried out with the help of either self peopled or bitumen pressuresprayer with self heating arrangements and spraying nozzles arrangements.b) Rate and uniformity of spread of chipping should be checked and controlled.c) Adequate embedment of the chippings by rolling shall be ensured.Hotmixed And Hot Laid Bituminous Constructionsa) Job mix formula (JMF) satisfying specification requirements should be worked out based onlaboratory tests and got approved by the Engineer. The Engineer will have independent testmadebefore approving the JMF.b) The plant should be checked for capability produce mix conforming to the JMF necessary, trialstretch should be laid and checked approximately.c) Control should be exercised on temperature of binder in the boiler, aggregate in the dryer andmix at the time of laying and rolling.d) Tests of stability flow, unit weight etc. of mix collected from the discharge point of the plantextraction test for binder content and aggregate gradation should be performed to check onthe quality of mix discharged from the plant.e) Thickness and density of the compacted mix should be checked by taking core samples.ACCEPTANCE CRITERIAIn addition to the stipulation in the specification of relevant items, the finished surface shall bechecked with Rougho-meter for roughness values. The finished surface shall have aSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


139 Dy. Ex. Engg.roughness value of not more than 2000 mm/Km, for Bituminous concrete surface and 3000mm/Km, for bituminous premix carpet surface, when measured in accordance with M.O.S.Tcircular <strong>No</strong>. RW/ NH 111/8/10/64 dated 19/5/1984.Subsequent readings should be taken within 4-6 months after opening of the road to traffic orthe defects liability period whichever is earlier, he roughness value during the secondmeasurements should be judged against the following standards.1) Bituminous concrete 2500 mm/ Km.2) Premix carpet. 35DO / Km.It shall be the responsibly of the contractor to make all the required arrangements and get thissurvey done in the presence of and under the guidance of the Engineer-in-charge. The surveydata shall be submitted to the Engineer-in-charge for his persual who shall decide furtheraction to be taken depending on survey results.Culverts and other Appurtenancesa) Lines, levels and quality of the foundation should be checked.b) In case of pipe culvertsi) The quality of the pipes should be checked. <strong>For</strong> BIS (formerly ISI) marked pipes,manufacturer's certificate is acceptable, for other, the contractor shall demonstrate thestrength capability of pipes through theists either at the place of manufacture of at site ofworks.ii) The quality of materials used for pipe bedding should be checked. Invert level, smoothness ofthe pipeline and proper sealing of joints should be checked prior to back filling.c) In case of cement concrete worksi) Besides manufacturers test certificate for quality of cement, at least on set of physical andii)iii)iv)chemical tests should be conducted for each source of supply for verification. Where thequality is in doubt or where the cement had been stored for long periods or in improperconditions the Engineer shall call for testing the cement at more frequent intervals.Job mix formula worked out based on trials carried out in the Contractor's laboratory should begot approved by the Engineer.The mineral aggregates should be tested for their properties. Water to be used formixing should be tested for chemical impurities.Checking of stability and sturdiness of form work.v) Ensuring that the crucial equipment like mixers and vibrators are in working ordervi)vii)before start of work,Control of water cement ratio.Control of workability and time elapsed between mixing and placing of concrete.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


140 Dy. Ex. Engg.viii) Control on compaction and finishing.ix) Tests on cube samples at 7 and 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) <strong>For</strong> 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 barbending schedules. All laps should be checked for conformity with the specification. Thereinforcement should be free of oil and loose rust scale and should be properly tied withbinding wire. The size and spacing of the bars as also the cover should be checked forcorrectness.Pavement Courses - General Controlsa) The base on which the pavement layer is to be placed should be checked or levels andregularity and should be in a condition to receive the pavement layer.b) Each layer should be checked for thickness, levels, crossfall (camber) regularity and strengthbefore next layer is permitted to be laid.BITUMINOUS CONSTRUCTION GENERALa) Manufacture’s test certificate for quality of bitumen shall be submitted to the Engineer.However, the procedure laid down in the GTovernment Circular (Marati)<strong>No</strong>.Misc/20<strong>05</strong>/CR-187/NH-2 dated 8.10.2007 shall be strictly followed.b) The base on which bituminous courses are to be laid must be dry and free of dust andother delirious matters.c) Mineral aggregates to be used should be checked for their specifications requirementsand got approved by the Engineer.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


141 Dy. Ex. Engg.SPECIFICATIONS FOR BITUMINOUS BOUND MACADAMRef – Govt. of Maharashtra P. W. Departments Govt. Circular <strong>No</strong>. Misc. 12001 /P.C.-2/PLN3,Mantralaya Mumbai – 400 001 Dated – 24.01.2001SPECIFICATIONSItem <strong>No</strong>. Providing and laying 75 millimeter thick bituminous bound macadam road surfaceincluding supplying all materials, preparing the existing road surface, spreading 40 mmstone metal layers, heating and spraying the bitumen, spreading 12 mm size chipscompacting with power roller etc. complete,a) Including picking of existing WBM surface.b) Including applying tack coat at the rate of 50 Kg/ 100 Sqm. On existing bituminoussurface.1) GeneralThe work consists of supply of materials and labour required for providing and layingbituminous bound macadam surface for compacted thickness of 75 mm. This item includespreparing the existing road surface to receive the bituminous bound macadam course i.e.picking the existing W.B.M. surface or application of track coat on existing B.T. surfacespreading of 40 mm size metal layer in required thickness with compaction with power rollerheating and spraying bitumen with sprayer etc. spreading day aggregates 12 mm chips andfinal compaction with power roller etc. complete and finishing in accordance with therequirement in close conformity with grades lines, cross sections and thickness as perapproved drawings etc. complete.2) DiversionsTemporary diversions shall be constructed and maintained by the contractor at his own cost.Diversion shall be watered if dust is likely to blow on to the road being bitumenised.3) MaterialsA) Aggregates:The aggregates for providing B.B.M. surface shall comply with specification <strong>No</strong>s. Rd-41 for 40mm and 12 mm size metal, and shall normally comply with the following regarding size andquantity of aggregates and grade and quantities of bitumen.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


Description142 Dy. Ex. Engg.REQUIREMENT OF MATERIAL FOR B.B.M.AS PER GOVT. CIRCULAR NO.12001/DOn asphaltsurfaceRate of application for 100 Sq.mt.75 mm 50 mmOn W.B.M On asphaltSurface surfaceOn W.B.MSurface40 m size hand broken metal 9.00 cum 9.00 cum 6.00 cum 6.00 cum12 mm size chips 1.8 cum 1 8 cum 1.8 cum 1.8 cumBitumen for grouting I.S.Grade S35 with 30/40penetrationTack coat for existingbituminous surface200 Kg. 200 Kg. 175 Kg. 175 Kg.50 Kg. -- 50 Kg. ---<strong>No</strong>te:- Hand broken metal is preferred. However up to 30% of total quantity of 40 mm sizemetal, 40 mm crusher broken metal can be used.B) Bitumen:- The bitumen shall be paving bitumen of suitable penetration grade within the rangeS 35 S65 or A 35 to A 65 (30/40 to 60/70) as per Indian Standard Specifications for "Pavingbitumen" IS 73-1992.4) Preparing the base:- Any pothole in the existing bituminous road surface and broken edgesshall be patched well in advance and the surface shall be brought to correct level and camberwith additional metal and bitumen as required which will be paid separately. Before starting theWork the bituminous surface shall be swept dean of all the dirt, mud cakes, animal droppingsother loose foreign material.If so required by the Engineer, the contractor shall keep the side width and nearby diversionwatered to prevent dust from blowing over the surface to be bituminisect.Existing water bound macadam surface shall be picked for and surface loosened for a depthof 7.5 cm and picked surface shall be brought approximately to the correct, camber andsection. Edge line shall be correctly marked by dog belling the surface to form a continuos veenotch.There shall always be specified length of prepared surface ahead of the bituminous surfacingoperations as directed by the Engineer to keep these operations continue.5) Tack coat on Bitumen surface :- Applying tack coat for existing B.T surface only at the rateof 50 kg/100 Sqm as per specification <strong>No</strong>. Rd-47 3.3.6) Picking of existing W.B.M surface:- Picking of existing W.B.M surface for receivingBituminous Bound Macadam as. per Rd-33.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


143 Dy. Ex. Engg.7) Spreading and Compaction7.1) Spreading of 40 mm metal :- 40 mm size metal shall be spread evently at the specified rate9 cum per 100 Square meter of area so as to form a layer even the width of road with correctcamber / super elevation as required. Any foreign, matter, organic matter, dust grass, edgebatten etc. any regulations shall be made good by adding aggregates in case of depressionsand removing aggregates from high spots.7.2 Compaction of 40 mm size metalThe surface of 40 mm metal layer after bringing it to necessary grades and sections shall berolled with the use of 8 to 10 tones power roller. Rolling shall commence from the edges andprogress towards center longitudinally except on super elevated portion it shall progress fromthe lower to upper edge parallel to the center line of pavement. When the roller has passedover the whole area any high spots or depressions which become apparent shall be correctedby removing or adding aggregates. The rolling shall then be continued till the entire surfacehas been rolled to desired compaction such that there is not crushing of aggregates and allroller marks have been eliminated. Each pass of roller shall uniformly overlap not less thanone third of the track made in the preceding pass.8. Application of Bitumen:Bitumen of I.S. grade S.35 supplied for the work shall be heated to temperature of 177 Celsiusto 191 Celsius (350 F to 375 F) in a bitumen boiler and temperature shall be maintained at thetime of actual application. The not bitumen shall be applied through a pressure sprayer on theroad surface uniformly at the rate of 200 Kg/100 Sqm. The road surface shall be divided intosuitable 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 aggregate shallspread immediately at a uniform rate of 1.8 Cubic metre/1.2 Cum per 100 square metre areawhen entire surface is in not condition. Brooms shall be used to ensure even distribution of Iaggregate.10 Final Compaction:- Immediately after spraying of bitumen and spreading of key aggregatesthe surface shall be rolled with a power roller to obtain full compaction and to force thebindage of key aggregates into the interstices of the course aggregate. The rolling shallcontinue till the asphalt surface hardens and key aggregates stop moving under power roller.11 The surface finish shall confirm to requirements of clause 902 of specification for Road andBridges by Ministry of Surface Transport, (copy enclosed) Quality Control Test and theirfrequencies shall be as per table below.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


144 Dy. Ex. Engg.Sr. Test Frequency1. Quality of Binder Two samples per lot to be subjected to all of some bestas directed by the Engineer.2. Aggregate impact One test per 200 cubic meter of aggregate.3. Flakiness Index and One test per 200 cubic meter of aggregates.Elongation Index4. Stripping value Initially one set of three representative specimen for eachsource of supply subsequently when warranted bychanges in the quality of aggregate.5. Water absorption of Initially one set of three representative specimen for eachaggregates.source of. supply subsequently when warranted bychanges in the quality of aggregate.6. Aggregate grading One test per 100 cubic meter of aggregate.7. Temperature of binder At regular clause intervals.8. Rate of spread of One test per 500 square meter of area.12. ITEM TO INCLUDE :1) Diversions unless separately provided in the tender.2) Preparing the road surface3) Applying tack coat on existing B.T. or picking the existing W.B.M surface4) Supplying spreading and compaction of 40 mm & 20 mm aggregate.5) Supplying, heating & spraying bitumen6) Supplying , spreading & compaction of 12 mm size chips7) All labour, material, including bitumen & aggregate use of tools, plants and equipment’s forcompleting the item satisfactory.13. MODE OF MEASUREMENTThe contract rate shall be for 100 Sq. m. The measurement shall be for the width of road asexecuted, limiting it to the width specified or as ordered by the Engineer and the lengthmeasured along the center line. The measurement of dimensions shall be recorded correctupto 2 places of decimals of meter and the area worked out correct upto one place of decimalof a square meter.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


145 Dy. Ex. Engg.EXTRACT FROM SPECIFICATIONS FOR ROADS AND BRIDGES WORK BY MOST:Control of alignment, level, and surface regularity1) General:All works performed shall conform to the lines, grades, cross sections and dimensions shownon the drawings or as directed by the Engineer, subject to the permitted tolerance describedhereinafter.2) Horizontal alignment:Horizontal alignments shall be reckoned with respect to the centerline of the carriage way asshown on the drawings. The edge of the carriage way as constructed shall be correct within atolerance of ±10 mm therefrom. The corresponding tolerance for edges of the roadway andlower layers of pavement shall be ± 25 mm.Maximum permitted number of surface Irregularities.Irregularity Surface of carriage way andpaved shouldersSurfaces of laybys, services areasand all bituminous base course4 mm 7mm 4 mm 7 mmLength (m) 300 75 300 75 300 75 300 75NationalExpresswaysHighways/20 9 2 1 40 18 4 2Roads of lower Category 40 18 4 2 60 27 6 3Category of each section of road as described in the contract.The maximum allowable difference between the road surface and underside of a 3 mstraight edge when placed parallel with, or at right angles to the center line of the road atpoints decided by the Engineer shall be:<strong>For</strong> pavement surface (bituminous and cement concrete) : 3 mm.<strong>For</strong> bituminous base courses : 6 mm.<strong>For</strong> granular Sub-base courses : 8 mm.<strong>For</strong> Sub-base under concrete pavements : 10 mm.Rectification:Where the surface regularity of sub-grade and the various pavement courses fall outside thespecified tolerances, the contractor shall be liable to rectify these in the manner describedbelow and to the satisfaction of the Engineer.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


146 Dy. Ex. Engg.Bituminous Construction:<strong>For</strong> bituminous other than wearing course, where the surface is low, the deficiency shall becorrected by adding fresh material over a suitable tack coat if needed and re-compaction tosatisfaction. Where the surface is high, the full depth of the layer shall be removed andreplaced with the fresh material and compacted to specifications.Rd.41.1GeneralThe item provides for the supply of stone aggregate of the specified type and size at theroadside 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 liftsstacking in regular heaps as specified hereinafter uniformly along the road side.Rd 41.2 Quarries :Stones of approved type for crushing aggregate shall be obtained from quarries as specifiedin section no. Rd. 19.2Rd 41.3 Stone aggregates :Rd 41.3.1 Quality:The aggregates shall be obtained by crushing approved stones of specified type in amechanical crusher and shall be clean, strong, tough, dense, durable , close grained and freefrom soft, decayed and weathered portions and from coating of dust, dirt or otherobjectionable matter. They shall preferably have good hydrophobic characteristics They shallgenerally satisfy the following physical requirements :<strong>For</strong> light or medium traffic <strong>For</strong> heavy trafficLos Angles abrasion test, percent fines maximum. 25 17Aggregate crushing test,percent, fines maximumWater absorption by weight after 24 hoursimmersion, percent, not more than23 171 1Tests shall be carried out according to I.S. 383-1970Tests considered necessary shall be carried out in an approved laboratory when the EngineerTests considered necessary shall be carried out in an approved laboratory when the Engineerconsiders the quality to be doubtful or there is a dispute about the quality. If the results aresatisfactory, the cost of tests shall be borne by the Department and if unsatisfactory by thecontractor.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


147 Dy. Ex. Engg.Rd41.3.2 SIZE-SIZE OF THE METAL AMD CHIPS SHALL BE AS UNDER:Standard Size Wholly passing through squaremesh of internal dimensionWholly retained on squaremesh of internal dimension40 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")2 mm (about 0.50") 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")<strong>No</strong>te: <strong>No</strong>t more than 20% of any sample shall exceed in its greatest dimension, standard sizeplus 25 mm, for 40 mm, standard size, standard size plus 12 mm. <strong>For</strong> 25 mm, 20 mmand 12 mm standard sizes and standard size plus 6 mm. <strong>For</strong> 10 mm standard sizes.The pieces shall be roughly cubical in shape and more or less of uniform size with sharpedges for interlocking. Rounded, flaky, thin, elongated pieces shall not be accepted. Beforecollection, samples of the metal and chips shall be got approved for quality, size and shape bythe Engineer who will keep them in his office for reference They shall be completely dry at thetime of use.Rd 41.3.3 ConveyanceAccordance to specification no. Rd 19.3.3Rd 41.3.4 StockingAccording to specification no Rd 22.3.4 wherever a mixture of aggregates of two or morestandard sizes is specified for the work, each size of aggregates shall be stacked separatelyand entirely clear of the carriage way and where possible clear of the shoulders also. Theyshall be stacked in such a manner as to prevent mixture, deterioration or contamination.Rd. 41.4Special pointsAccording to specification no. Rd.19.4Rd. 41.5Rd. 41.6Item to includeCrushing aggregates to the specified sizes from approved rubble and other items included inspecification no. Rd.19.5Mode of measurement and paymentAccording to specification no. Rd.20.6Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


148 Dy. Ex. Engg.ADDITIONAL SPECIFICATION FOR BITUMINOUS MACADAM1. The grade for aggregates to be used shall be as per tabte-500-4 on page <strong>No</strong>. the Bitumen contentshall be as mentioned in the specification.2. <strong>For</strong> compaction 8-to 10 tonnes roller can also be used.3. The contractor shall prepare the marshal mould of bituminous mix as per required grading andtest the same for laboratory density. 95% of marshal density of bituminous macadam after layingand compaction shall be the criteria for acceptance of degree of compaction of the laid mix. TheLaboratory density of the mix shall be done for every change in source of aggregated and eachgrade asphalt to be used on work. The frequency of testing shall not be less than one test forevery 500 square metre of the- laid ratio.4. The tack coat shall be-to be provided by at least manually to be used hand operated pressurespar with the required, heating arrangement.5. Initial ground level of interval of l0 meter on strength reaches and at interval of 5 meter at onecurve at minimum 5, point on cross section as directed by Engineer-in-Charge shall be taken inpresence of contractor or his authorised representative, these intervals are subjected tomodifications as decided by Engineer-in-charge or his authorised representative. All levelspertaining to work in field books must be sighed by contractor or his authorised representative.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


149 Dy. Ex. Engg.ADDITIONAL SPECIFICATIONS FOR 25 MILIMETER THICK SEMIDENCE CARPET1. The grading are of aggregate shall be used as per table 500-20 on page <strong>No</strong>. of thespecifications.2. The tack coat shall be provided by out least manually towed hand operated pressure thesparer with the required arrangement.3. The required field density shall be 98 % of the marshal density within 3 days of traffic afterfinal compaction of the laid mix by approved compacting machinery. <strong>For</strong> condition of notmix plant, please refer page <strong>No</strong>.____WORK METHODOLOGY FOR SEAL COAT.Liquid seal coat shall be executed as per clause <strong>No</strong>.513 of Specification for Road andBridge works of M.O.R.T & H Specification 2001 and latest reprint amendments. Preparation ofsurface to receive seal coat shall be as per 513.3.3.2 and in one go 200 M.only.Construction of seal coat shall be as per clause 513.3.3.3 and shall be for 200m. lengthprepared as above. The preparation of surface for seal coat and construction of seal coat asper Clause 513.3.3.2 and 513.3.3.3 responsively as mentioned above shall be done in 200 m.in one go and the cycle of during in 200m. shall be reated throughour the day and at the end ofthe working day any fraction left measuring less than 200 metres shall be done separately.PROGRESSIVE METHODOLOGYThe Deputy Engineer shall remain present and personally supervise cent percent100%) length executed during his tenure.PAYMENTSa) Two payments in a month will be granted by the Engineer-in-charge if the progress issatisfactory Contractor should submit to the Engineer-in-charge in appropriate forms.i) The payments of carpet shall be made only after completion of seal coat.ii) 10% amount of premix carpet and seal coat shall be withheld from running account billstill the completion of side shoulders.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


150 Dy. Ex. Engg.SUPPLEMENTS SPECIFICATION OF SCHEDULE "B"(To be referred with schedule "B" and Its specifications)1. The specification <strong>No</strong>s. mentioned in columns <strong>No</strong>. 3 are as per number given in thespecification book of Ministry of Surface Transport edition 1995.2. Any other specification or specifications not mentioned there in but which in the opinion ofthe Engineer-in-charge ape applicable during the execution of the particular Items will haveto strictly be adhered too, at no extra cost.3. As regards <strong>Tender</strong> item <strong>No</strong>….. should be noted that the plant shall not be started earlierthan 7.30 a. m. and the last load should not be delivered earlier than 8.00 a. m. and t loadshould be so delivered so as- to complete laying acid compaction operations at site as perspecification not later than 6.00 p. m. positively. Also-the decanning of bouzer at plantshould not be done earlier than 7.30 a.m. and later than 17.30 p. m. Both these itemsshould be done in the presence of the Deputy Engineer-in-charge his authorisedrepresentative at plant site.4. As regards tender item <strong>No</strong>. …… spraying of asphalt by bouzer should not bedone earlier than 8.00 am. and later than 17.30 pm and this should be done in thepresence of Deputy Engineer-in-charge or this authorised representatives.5. As regards with tender item <strong>No</strong>. …… proper of levels, temperature, quality. quantityconsistency etc. should be maintained jointly by the contractor or his authorisedrepresentative and Deputy Engineer-in-charge or his authorised representative.6. The Quarry considered for this work 3re 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 obtainspecific approval for the use of material from that quarry from Engineer-in-charge. Unlessthe approved to the source of supply of material from proposed quarry is obtained by thecontractor, the department will not be responsible for the payment of work done. Thecontractor should also ensure that on other unapproved material is used or mixed in theloads delivered on site. The quality control tests as per specifications should be carried outat plants as well as at site of work and the contractor or his authorised representativeshould sign the test results on each working day.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


151 Dy. Ex. Engg.ADDITIONAL CONDITION1. The Asphalt to be used for the bitumen items should be as per the grade asspecified in the items and its specifications.2. The Asphalt if not specified otherwise shall be 60/70-grade asphalt to be used forbituminous items.3. The Contractor will have to procure 60/70 grade asphalt from refinery orGovernment approved supplier only. The agency has to make agreement of transport ofasphalt form the place of supply by refinery of Government approved supply at Mumbai.His rates will be inclusive of transportation of asphalt.4. The Star rate of 60/70 grade asphalt of Mumbai will be Rs. ________per M.T.5. The difference in between the Star rate of 60/70 grade asphalt and the refinery rateof 60/70 grade asphalt on the date of actual use. (or supply rate of 60/70 grade asphaltof the approved supplier of department as the case may be) will be adjusted.6. If the agency permitted to use 60/70 or 80/100 grade asphalt the differencebetween the star rate of 30/40 grade asphalt and the refinery rate of 60/70 or 80/100grade asphalt as the case may be will be adjusted.7. Excepting 5 and 6 as above no any separate price escalation will be admissible onbitumen.8. While admitting the price escalation for other components (other than Bitumen) thecost of work will be = (cost or the work done - Quantity of asphalt X Star rate of asphalt).9. 30 days before actual execution of Bituminous work, the Contractor will have tosubmit the cost of asphalt in the form of Demand Draft in the name of Refinery orGovernment approved supplier to the Executive Engineer in-charge. The ExecutiveEngineer then will place the order of supply of asphalt with refinery or Governmentapproved suppliers it will be the responsibility of the Contractor to procure and transportthe asphalt to the site of work at his own cost.Additional Condition for Payment of Bituminous Works :-In respect of bituminous work 20% (Twenty percent) payment on bituminous items in 'a'particular kilometer will be with held till completion of agreement items of side berms, built updrains, site clearance, road side furniture, C.D. works and other items in that kilometer as perthe instructions of the Engineer-in-charge. After completion of these items in the particularkilometer the withheld payment will be finally released.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


152 Dy. Ex. Engg.ADDITIONAL CONDITIONRef:- 1) The Chief Engineer, P.W. Region, Nasik Letter <strong>No</strong>. Desk-IV(7)/Store/333 Date-11/02/2000.2} The Superintending Engineer, RW. Circle, Dhule <strong>Tender</strong>/24/1 Date- 20/<strong>05</strong>/2000.The R.C.C pipes required for the work shall be procured from the MISSIDC only. Thepayment toward providing and fixing NP2 / NP3 / NP4 pipes will be released only after thecontractor submits the bills of MISSIDC to authenticate that the pipes have been purchasedfrom the MISSIDC. <strong>No</strong> payment towards the item of providing and lying of the pipe will bereleased in absence of the submission of requisite document. After completion of these itemsin the particular kilometer the withheld payment will be finally released.Ensuring Grade of AsphaltIt shall be mandatory on the part of the contractor to procure the asphalt from governmentowened refinery only. The Contractor shall communicate the schedule of arrival of hbouzsers ofasphalt to the Engineer-in-charge. Apparatus Equipment for testing grade of asphalt shall bemade available by the Contractor at site. If the grade of asphalt is found as per specificationwritten permission will be giver for unloading the bouzwser by the Engineer-in charge.Otherwise instruction will be given for not using the same on site. Refer Govt.circular dated 8 thOct 2007Additional Condition for carrying the Roughness Index clauseThe Contractor shall be responsible to measure the roughness of road surface for which hemay use Roughness Index Testing machine at his own cost. Use of Towered fifth BumpIntegrator' shall be made to measure the roughness of the road surface the Calibration ofmachine shall be done from time to as and when warranted, from the reputed institutions likeCRRI, New Delhi and their certificate shall be values given below for various types of roadsurface under standard conditions of carrying out the test and as specified below,1) Bituminous Concrete 2500 mm/Km. 2) DBM/OGC 3500 mm/Km.3) B.M 4000 mm/Km. 4) Surface dressing 4500 mm/Km.5) W.B.M 8000 mm/Km.The Roughness Index Test shall be carried out before start of the work, after completion ofB.M (wherever applicable) and after completion of the Final bituminous layer whereverapplicable as directed by Engineer-in-Charge.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


153 Dy. Ex. Engg.The Additional tender Condition will be as follows: -"'<strong>No</strong>t withstanding whether it as per the rules of the Traffic authorities of otherwise the agencyshould ensure that their vehicle the includes all construction machinery toward or self drivenare equipped with the following to emphasize traffic safety."1) Reflector 4 nos. 2) Tail Lamp 2 <strong>No</strong>s. 3) One of the Following slogan"Drink & Drive you won't survive"¾ÖÖÆü−Ö ¾µÖ¾ÖÛÃ£ÖŸÖ •Öß¾Ö−Ö ¾µÖ¾ÖÛã֟Ö" Live & Let Live " ‹ú —Ö¯Öúß ‹ú †¯Ö‘ÖÖŸÖ" A Cat has 9 lives you have only 1" †Ö¯Öúß ³Öæ»Ö ¤ãüÃÖ¸üÖëúß ¯Ö¸êü¿ÖÖ−Öß•Ö»¤üß ú¸üŸÖß úÖ´Ö Ö¸üÖ²Ö, ÆüÖê¿Ö ´Öë †Ö†Öê »ÖÖü ÃÖÖÆü²Ö†Ö¾Ö¸üÖ ¾ÖêÖÖ»ÖÖ ÃÖÖ¾Ö¸üÖ •Öß¾ÖÖ»ÖÖ¤üÖ¹ý“ÖÖ ‹ú“Ö ¯µÖÖ»ÖÖ úÖ¸üÖ ŸÖã´Ö“µÖÖ −Ö¿ÖÖ»ÖÖ´Ö−ÖÖ“ÖÖ ²ÖÎêú ˆ¢Ö´Ö ²ÖÎêú−ÖúÖê ´Ö¸üÖ, −ÖúÖê †¯ÖÓÖŸÖÖ, ¾ÖêÖÖ¾Ö¸ü ŸÖÖ²ÖÖ ¯ÖÖôûÖ ¤üÖŸÖÖ ¬Öã´ÖϯÖÖ−Ö ´Öª¯ÖÖ−Ö †ÖµÖãµÖÖ“Öß ¯Öôû¬ÖÖ−ÖÃÖ´ÖµÖ ´Ö㻵־ÖÖ−Ö Æüî »Öê×ú−Ö •Öß¾Ö−Ö †´Öã»µÖ Æüî•Öê£Öê »ÖÖ ×¾Ö“Ö×»ÖŸÖ ŸÖê£Öê †¯Ö‘ÖÖŸÖ ×−ÖÛ¿“ÖŸÖIn absence of the above requirement and failure of the agency to fulfill them in a reasonabletime the Executive Engineer in-charge of the work will get it done from the Mechanical Wing ofRW. Department and would recover the cost from the count due to agency at following rates.1) Reflector = Rs. 25/- per no. 2) Tail Lamp = Rs. 175/- per no. 3) Slogan = Rs. 75/-per no.Decision of the Executive Engineer win be binding and conclusive in the matter.TRAFFIC SAFETY MEASURES TO BE TAKEN BY THE CONTRACTOR AT HIS OWNCOST DURING IMPROVEMENT OF ROADS WHERE TRAFFIC CAN BE PASSED OVERPART WIDTHITEM :- Providing traffic safety measures on road during improvement of existing roadcomprising of Traffic Sign Boards and devices as per detailed design drawing andspecifications and as directed by Engineer in charge.SPECIFICATIONS:- The item includes traffic safety arrangements required for traffic controlnear the stretch of road where improvement work is being taken up, before actual start ofimprovement work of road. The contractor will have to provide traffic safety arrangements asper detailed drawing. The traffic safety arrangement will have to be got approved fromEngineer in charge by the contractor before taking any construction activities for improvementof road.The Engineer in charge shall get himself satisfied about the traffic safety arrangementprovided on the work site before allowing contractor to commence the improvement activityand 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 thepoint where the transition of carnage way begins. The Sign Board shall be circle of size60cm dia. having White background and red border and the numerals shall be in blackSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


154 Dy. Ex. Engg.colour as per IRC 67-2001 (1st revision). Distance between sign no.1 and sign no.2 shallbe minimum 20m.b) The Sign no.2 cautionary board indicating "NARROW ROAD AHEAD" shall be placed at adistance of 80m away from the point of transition of carriageway. The signboard shall beof an equilateral triangle of size 90cm having white coloured background. Retro reflectiveborder in red colour and <strong>No</strong>n reflective symbol in black colour as per IRC 67-2001 (1strevision).c) The Sign no.3 cautionary board indicating "MEN AT WORK" shall be placed at a distanceof 40 m away from the point of transition of carriageway. The sign board shall be of anequilateral triangle of size 90cm having white coloured background. Retro reflective borderin red colour and <strong>No</strong>n reflective symbol in black colour as per IRC 67-2001 (1st revision).d) The Sign no.4 displaying the message "GO SLOW WORK IN PROGRESS" shall beplaced at the point of transition of carriageway. The size of sign board shall be 1.0 m X 1.0m having red coloured background and Retro reflective message in white colour.e) Sand filled plastic cones mounted with retro reflective arrow hazard marker sign shall be Jplaced as indicated in the drawing. Plastic cone shall be 73cm in height having 39cmsquare / hexagonal base. Sand filled plastic cones shall be placed along the road lengthwhere work is in progress as shown in the drawing.f) Retro reflective strong inviolable stand type barrier shall be placed at either ends of thewidening area upto the edge of the formation. The barricades shall not be removed unlessthe permission is given by the responsible officer of the rank not less than sectionalengineer. The barricade shall have two plates of size 1.30m x 0.20m painted black andshall have retro reflective strips and mounted on angle Iron stand of 1.0 m height.g) Yellow light flashers shall be kept lit from sunset to sunrise, 2 <strong>No</strong>s. along transition line oftraffic and 3 nos. at barriers on both sides as indicated in the drawing.h) The signs, lights, barricades and other traffic control devices shall be well maintained, tillsuch time the traffic is commissioned on the widened road. The size, shape and colour ofall the sign and caution boards shall be as mentioned above as per detailed drawings inaccordance with the relevant I.R.C specifications and as per Ministry of Road Transportand Highway's specifications.i) The provision of item of traffic safety measures as per drawing no.1 shall be obligatory tothecontractor and no separate payment, whatsoever will be made for the same. Failure tosupply with the above provisions within 15 days of issue of work order will entitle thedepartment torecover the amount of Rs.1,00,000/- (Rupees one lakh) from the contractorfrom immediate forthcoming bill/bills.j) In addition to above the contractor has to provide and fix on the site of work informationboard (Displaying the details of work) as directed by Engineer in charge, at the startingand end point of work, the wording of item is as under :-Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


155 Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


156 Dy. Ex. Engg.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


157 Dy. Ex. Engg.BAR CHARTS.R.to Vita Peth Malkapur Oni road S.H.111 (S.H.150- 2001-2021) km 32/00 to 34/00 and 42/600 to 44/00 in Tal-Walwa DistSangli.Sr.<strong>No</strong>. ACTIVITY Month 1 Month 2 Month 3 Month 4 Month 5 Month 61 Carrying out roughness index before starting2 Providing and laying 75 mm th BBM3 Providing and laying 20 mm O G C4 Providing and laying seal coat5 Supplying HM,spreading and compaction for side width6 Carrying out roughness index after completionSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli158 Dy. Ex. Engg.


159 Dy. Ex. Engg.S C H E D U L E "B"P.W. (W) Division, Sangli P.W. Sub Division, IslampurName of Work : Special Repairs to Vita Peth Malkapur Oni roadSH-111 (SH-150 - 2001-2021) Km. 32/000 to 34/000and 42/600 to 44/000 in Tal. Walwa Dist Sangli.NOTES : 1) All the quantities shown in Schedule 'B' are approximate and are likely to vary at the time of actual execution, as such noclaims on this account shall be entertained.2) All the rates are inclussive of all leads and lifts, labour and material involved for completed items and site clearance.3) The rates are inclussive of all taxes, octroi and royalty charges.4) The work shall be carried out as per the instructions / orders and to the entire satisfaction of the Engineer-In-Charge.5) The detailed specifications are as per Standard Specification Book Volume I Edition 1979 and Volume II Edition 1981published by the Government of Maharashtra in Public Works Department and specifications for road and bridge work publishedby Ministry of Road Transport and Highways 2001 Edition.4 th revision.6) In case of detailed specification, all other specifications not quoted directly in column 8 and 9, but quoted in StandardSpecifications book as part three are also applicable as and when necessary, even if such specification numbers are notmentioned in column 8 and 9. <strong>For</strong> any point not covered by the specifications given in the Specification Book or given asadditional specification for respective items, the instructions of the Executive Engineer are final and biding onContractor.7) Government Circulars issued previously and will be issued hereafter are biding on the Contractor.Memorandum showing the items of work to be carried out by the contractor============================================================================================================================================Item Quantity Item of Work Estimated Rates Unit Total<strong>No</strong>. Estimated Amountbut may in Figures in Words According tobe more (Rs.) Estimatedor less Quantities============================================================================================================================================1 2 3 4 5 6 7========================================================================================================================================================================================================================================================================================Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


160 Dy. Ex. Engg.============================================================================================================================================1 2 3 4 5 6 7============================================================================================================================================1 24800.000 Providing and laying 50 millimetre thick compacted 217.70 Rupees Two Hundred One 5398960.00Square bitumenous bound macadam on existing black topped surface Seventeen and Paise SquareMetre including throughly cleaning the surface by using mechanical Seventy Only. Metrebroom or approved equipment as directed by Engineer incharge providing and applying tack coat of 50 killogram per100 square metre as per MORTH clause no 503 and immidiatelyspreading 40 millimetre size hand broken metal at the rateof 6 cubic metre per 100 square metre by making panelscompacting it suitable till it forms the stable surface andspreading bitumen at the rate of 175 killogram per 100square metre using sprayers attached to the bouzer,spreading 12 millimetre metal at the rate of 1.80 cubicmetre per 100 square metre and final compaction with powerroller excetra complete and finishing in accordance with therequirement in close confirmity with grade lines, crosssection and thickness as per approved drawing excetracomplete.Using Bulk asphalt 60/70 grade.VG.30.2 24800.000 Providing, laying and rolling of open graded premix 220.50 Rupees Two Hundred One 5468400.00Square surfacing of 20 millimeter thickness composed of 13.2 Twenty and Paise Fifty SquareMetre millimeter to 5.6 millimeter aggreagates either using Only. Metrepenetration grade bitumen or cut back or emulsion torequired line, grade and level to serve as wearing course ona previously prepared base, including mixing in suitableplant, laying with a hydrostatic paver finisher with sensorcontrol to the required grade and rolling with a smoothwheeled roller 8 - 10 tonnes capacity, finished to requiredlevel and grades on black topped surface including providingand laying seal coat sealing the voids in a bituminoussurface laid to the specified level and cross fall usingtype A seal coats but including cost of primer / tack coat.Using 60/70 grade bulk asphalt.3 495.000 Supplying hard murum at the road site, including conveying 538.15 Rupees Five Hundred One 266384.25Cubic and stacking excetra complete. Thirty Eight and Paise CubicMetre Fifteen Only. Metre4 495.000 Spreading hard murum complete. 35.00 Rupees Thirty Five and One 17325.00Cubic Paise Nil Only. CubicMetre Metre5 5800.000 Compacting the hard murum side widths layers on each side 5.30 Rupees Five and Paise One 30740.00Square with power roller including artifical watering complete. Thirty Only. SquareMetre Metre=============111818<strong>09</strong>.25Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


161 Dy. Ex. Engg.============================================================================================================================================1 2 3 4 5 6 7============================================================================================================================================Amount b/f 111818<strong>09</strong>.256 2.000 Providing and fixing Road junction / Information sign board 4772.25 Rupees Four Thousand One 9544.50Number of size 1.20 metre X 0.75 metre, prepared on 16 gauge mild Seven Hundred Seventy Numbersteel sheet with angle iron frame of size 35 millimeter X 35 Two and Paise Twentymillimeter X 3 millimeter with cross bracing of size 25 Five Only.millimeter X 25 millimeter X 3 millimeter including paintingwith one coat of zinc cromate stoving primer and two coatseach of green / white background and back side gray stoveenamelled, bonded with cut out of Retro reflective sheetEngineering grade, symbol / letters / numerals / borderarrow, coated with non pealable crystal clear protectivetransparent coat retaining 100 percent reflection includingone number of mild steel angle iron post of size 50millimeter X 50 millimeter X 5 millimeter of 3.65 meter longinflated at bottom drilled on top and painted in white andblack bands of 25 centimeter with four numbers of highstrength galvanised iron bolts and nuts of size 10millimeter diameter, 20 millimeter long including all taxes,conveying, fixing in ground with cement concrete 1:4:8 blockof 60 centimeter X 60 centimeter X 75 centimeter size asdirected by Engineer in-charge excetra complete.Laboratory testing charges for various materialsrequired for items of work, on the basis oftesting frequency and charges fixed by Vigilenceand Quality Control Circle, Pune.7 15.00 Sieve Analysis Test for Metal 40 mm & above 400.00 Rupees Four Hundred Per 6000.00Number and Paise Nil Only. Number8 1.00 Water Absorption, Specific Gravity, Impact Value, 1600.00 Rupees One Thousand Six Per 1600.00Number Crushing Value Test for Metal 40 mm & above Hundred and Paise Nil NumberOnly.9 1.00 Flekiness Index / Elongation Index Test for Metal 300.00 Rupees Three Hundred Per 300.00Number 40 mm & above and Paise Nil Only. Number10 7.00 Sieve Analysis Test for Metal below 40 mm 400.00 Rupees Four Hundred Per 2800.00Number and Paise Nil Only. Number============================================================================================================================================Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


162 Dy. Ex. Engg.============================================================================================================================================1 2 3 4 5 6 7 8============================================================================================================================================11 1.00 Water Absorption, Specific Gravity, Impact Value, 1600.00 Rupees One Thousand Six Per 1600.00Number Crushing Value Test for Metal below 40 mm Hundred and Paise Nil NumberOnly.12 1.00 Flekiness Index / Elongation Index Test for Metal 300.00 Rupees Three Hundred Per 300.00Number below 40 mm and Paise Nil Only. Number13 22.00 Penetration, Softening Point, Flash & Fire Point, 2150.00 Rupees Two Thousand One Per 47300.00Number Specific Gravity for Asphalt Gr 60/70 Hundred Fifty and Paise NumberNil Only.14 22.00 Viscosity Test for Asphalt Gr 60/70 1<strong>05</strong>0.00 Rupees One Thousand Per 23100.00Number Fifty and Paise Nil NumberOnly.15 7.00 Sieve Analysis Test for Mix Material / Crushed 400.00 Rupees Four Hundred Per 2800.00Number Metal and Paise Nil Only. Number16 1.00 Water Absorption, Specific Gravity, Impact Value, 1600.00 Rupees One Thousand Six Per 1600.00Number Crushing Value Test for Mix Material / Crushed Hundred and Paise Nil NumberMetal Only.17 1.00 Flekiness Index / Elongation Index Test for Mix 300.00 Rupees Three Hundred Per 300.00Number Material / Crushed Metal and Paise Nil Only. Number18 2.00 Extraction Test for Mix Material 1100.00 Rupees One Thousand One Per 2200.00Number Hundred and Paise Nil NumberOnly.19 5.00 Sieve Analysis Test for H.M. 400.00 Rupees Four Hundred Per 2000.00Number and Paise Nil Only. Number20 2.00 Liquid Limit & Plastic Limit for H.M. 800.00 Rupees Eight Hundred Per 1600.00Number and Paise Nil Only. NumberSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


163 Dy. Ex. Engg.============================================================================================================================================1 2 3 4 5 6 7 8============================================================================================================================================21 3.500 Carrying out roughness index / road unevenness test with car 767.60 Rupees Seven Hundred Per 2686.60Kilo mounted / jeep towed Automatic Road Unevenness Recorder Sixty Seven and Paise KiloMetre machine calibrated from Central Road Research Institute, New Sixty Only. MetreDelhi or any other equivalent authority including takingobservations, feeding data and giving computerised testresults including hire charges of all machinery and labour,excetra complete.ii) Road surface 1.5 / 2.00 lane 5.50 / 7.00 metre width===================Say Rupees 1,12,87,540.00=================(Rupees One Crore Twelve Lakh Eighty Seven Thousand Five Hundred <strong>For</strong>ty and Paise Nil Only.)============================================================================================================================================Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli164 Dy. Ex. Engg.


165 Dy. Ex. Engg.P.W. (W) Division, Sangli P.W. Sub Division, IslampurName of Work : Special Repairs to Vita Peth Malkapur Oni roadSH-111 (SH-150 - 2001-2021) Km. 32/000 to 34/000and 42/600 to 44/000 in Tal. Walwa Dist Sangli.S C H E D U L E "C"Memorandum showing the Specifications of items of work to be carried out by the contractor============================================================================================================================================Item Item of Work Reference to Standard Additional Specifications<strong>No</strong>. Specifications Book if anyEdition 1979 and 1981Specification Page<strong>No</strong>. <strong>No</strong>.============================================================================================================================================1 2 3 4 5============================================================================================================================================1 Providing and laying 50 millimetre thick compacted ---- --- 1. The work shall be done as per instructions ofbitumenous bound macadam on existing black topped surface Engineer in charge.including throughly cleaning the surface by using 2. The representative of contractor shall maintain amechanical broom or approved equipment as directed by register giving details of challens for bitumenEngineer in charge providing and applying tack coat of 50 received and should get it signed from thekillogram per 100 square metre as per MORTH clause no 503 representative incharge of the Department in tokenand immidiately spreading 40 millimetre size hand broken of its acceptance and as per Govt.Circular <strong>No</strong>.misc/metal at the rate of 6 cubic metre per 100 square metre PR.2/PL.3/12001 date 24.1.2001by making panels compacting it suitable till it forms thestable surface and spreading bitumen at the rate of 175killogram per 100 square metre using sprayers attached tothe bouzer, spreading 12 millimetre metal at the rate of1.80 cubic metre per 100 square metre and finalcompaction with power roller excetra complete andfinishing in accordance with the requirement in closeconfirmity with grade lines, cross section and thicknessas per approved drawing excetra complete.Using Bulk asphalt 60/70 gradeSignature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


166 Dy. Ex. Engg.============================================================================================================================================1 2 3 4 5============================================================================================================================================2 Providing, laying and rolling of open graded premix M.O.R.T.& --- 1. The work shall be carried out in day time and insurfacing of 20 millimeter thickness composed of 13.2 dry wheather.millimeter to 5.6 millimeter aggreagates either using M.O.R.T.& 157-160 2. The representative of contractor shall maintain apenetration grade bitumen or cut back or emulsion to 501 139-152 register giving details of challens for bitumenrequired line, grade and level to serve as wearing course 503 157-160 received and should get it signed from theon a previously prepared base, including mixing in 511 192-199 representative incharge of the Department in tokensuitable plant, laying with a hydrostatic paver finisher 513 201-204 of its acceptance.with sensor control to the required grade and rolling As per M.O.R.T.& H. 3. <strong>For</strong> controlling trafic and maintening diversionwith a smooth wheeled roller 8 - 10 tonnes capacity, Spectial during construction, no extra payment shall be made.finished to required level and grades on black topped 2001 edition.surface including providing and laying seal coat sealing 4 th revision.the voids in a bituminous surface laid to the specifiedlevel and cross fall using type A seal coats butincluding cost of primer / tack coat.Using 60/70 grade bulk asphalt.3 Supplying hard murum at the road site, including RD.23 202-203conveying and stacking excetra complete.4 Spreading hard murum complete. RD.39 210-2115 Compacting the hard murum side widths layers on each RD.40 211 The contract rate is for one square metre instead ofwith power roller including artifical watering complete. one kilometre as mentioned in the specification.6 Providing and fixing Road junction / Information sign I.R.C.: ---board of size 1.20 metre X 0.75 metre, prepared on 16 67-1977gauge mild steel sheet with angle iron frame of size 35millimeter X 35 millimeter X 3 millimeter with crossbracing of size 25 millimeter X 25 millimeter X 3millimeter including painting with one coat of zinccromate stoving primer and two coats each of green /white background and back side gray stove enamelled,bonded with cut out of Retro reflective sheet Engineeringgrade, symbol / letters / numerals / border arrow, coatedwith non pealable crystal clear protective transparentcoat retaining 100 percent reflection including onenumber of mild steel angle iron post of size 50millimeter X 50 millimeter X 5 millimeter of 3.65 meterlong inflated at bottom drilled on top and painted inwhite and black bands of 25 centimeter with four numbersof high strength galvanised iron bolts and nuts of size10 millimeter diameter, 20 millimeter long including alltaxes, conveying, fixing in ground with cement concrete1:4:8 block of 60 centimeter X 60 centimeter X 75centimeter size as directed by Engineer in-charge excetracomplete.Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli


167 Dy. Ex. Engg.============================================================================================================================================1 2 3 4 5============================================================================================================================================Laboratory testing charges for various materials ---- --- 1. The amount of laboratory testing charges will befor items of work, on the basis of testing frequency and paid to contractor only after submission of thecharges fixed by Vigilence and Quality Control Circle, original receipt from the Vigillence and QualityPune. Control Office with the name of work mensioned onit.2. As Directed by Engineer-in-Charge .7 Sieve Analysis Test for Mix Material / Crushed Metal ---- ---- 1 Test per 100.00 Cubic Meter.8 Water Absorption, Specific Gravity, Impact Value, ---- ---- 1 Test per source.Crushing Value Test for Mix Material / Crushed Metal9 Flekiness Index / Elongation Index Test for Mix ---- ---- 1 Test per source.Material / Crushed Metal10 Penetration, Softening Point, Flash & Fire Point, ---- ---- 1 Test per 15.00 Metric Tonne.Specific Gravity for Asphalt Gr 60/7011 Viscosity Test for Asphalt Gr 60/70 ---- ---- 1 Test per 15.00 Metric Tonne.12 Extraction Test for Mix Material ---- ---- 2 Test per 500.00 Cubic Meter.13 Sieve Analysis Test for Metal below 40 mm ---- ---- 1 Test per 100.00 Cubic Meter.14 Water Absorption, Specific Gravity, Impact Value, ---- ---- 1 Test per source.Crushing Value Test for Metal below 40 mm15 Flekiness Index / Elongation Index Test for Metal ---- ---- 1 Test per source.below 40 mm16 B.M. Job Mix Design (Preparation of Marshall Mould & ---- ---- 1 Test per 500.00 Cubic Meter.Density)17 Sieve Analysis Test for HM ---- ---- 1 Test per 100.00 Cubic Meter.19 Liquid Limit & Plastic Limt for H.M. ---- ---- 1 Test per 250.00 Cubic Meter.20 Carrying out roughness index / road unevenness test ---- --- The work shall be done as per instructions ofcar mounted / jeep towed Automatic Road Unevenness Engineer in charge.Recorder machine calibrated from Central Road ResearchInstitute, New Delhi or any other equivalent authorityincluding taking observations, feeding data and givingcomputerised test results including hire charges of allmachinery and labour, excetra complete.ii) Road surface 1.5 / 2.00 lane 5.50 / 7.00 metre width============================================================================================================================================Signature of Contractor <strong>No</strong>. of Corrections Executive EngineerP.W. (West) Division,Sangli

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

Saved successfully!

Ooh no, something went wrong!