0% found this document useful (0 votes)
35 views259 pages

2 FDRCCdrainKurundaBasmath

The Government of Maharashtra is inviting online tenders for the construction of drains and a bridge in Kurunda Village, Hingoli, with an estimated cost of Rs. 9,67,32,743 and an earnest money deposit of Rs. 4,84,000. The tender process will be conducted through the GoM Electronic Tender Management System, and bidders must comply with specific guidelines and requirements outlined in the tender document. The deadline for bid submission and further details can be accessed on the official e-tendering portal.

Uploaded by

raj more
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
35 views259 pages

2 FDRCCdrainKurundaBasmath

The Government of Maharashtra is inviting online tenders for the construction of drains and a bridge in Kurunda Village, Hingoli, with an estimated cost of Rs. 9,67,32,743 and an earnest money deposit of Rs. 4,84,000. The tender process will be conducted through the GoM Electronic Tender Management System, and bidders must comply with specific guidelines and requirements outlined in the tender document. The deadline for bid submission and further details can be accessed on the official e-tendering portal.

Uploaded by

raj more
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 259

3

GOVERNMENT OF MAHARASHTRA

TENDER DOCUMENT
E-Tendering System

- Name of work -
FDR to Construction of Drain on both sides of the SH road passing through
Kurunda Village, nalla training and Construction of a bridge over the drain
passing through the village Tq.Basmath Dist.Hingoli.

Amount of Tender : Rs. 9,67,32,743/-


Earnest Money Deposit : Rs. 4,84,000/-

PUBLIC WORKS DIVISION, HINGOLI


-9881365187

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


4

Name of work : FDR to Construction of Drain on both sides of the SH road passing
through Kurunda Village, nalla training and Construction of a bridge over the drain
passing through the village Tq.Basmath Dist.Hingoli.

INDEX
Sr. Page
Particular
No. From To
1] Brief tender notice 1 02
2] Detailed tender notice 3 44
3] Integrity Pact 45 52
4] Agreement form B-1 53 104
5] Additional general condition & specifications 105 177
6] Schedule – A 178 178
7] Additional conditions for material brought by the contractor 179 184
8] Guarantee Bond for Performance Security. 185 186
9] Guarantee Bond for Security Deposit 187 188
10] Declaration of contractor 189 189
11] Drawing 190 191
12] MOST Specification 191 226
13] Schedule “B” & Specification 227 262

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


6

E-TENDER NOTICE NO. …….. /2024-25/INTERNAL NIT NO.


PUBLIC WORKS DEPARTMENT
TENDER NOTICE
Online Tenders (e-tender) in B-1 form for the following work are invited on behalf of Governor of
Maharashtra by the Executive Engineer, Public Works Division, Hingoli E-mail
[email protected] on GoM Electronic Tender Management System.
http://mahatenders.gov.in

SYSTEM TENDER NO. NIT NO. Dated (1stcall)


Online Tender is invited for the following works upto at 17.30 hours
The details can be viewed and downloaded online directly from the GoM e-Tendering Portal
http://mahatenders.gov.in on sub Portal of Public Works Department http://mahatenders.gov.in
form ________ At ______ hours (IST) onwards.
.
Cost of
Time limit
Estimated Earnest Blank
Sr. Name of for
cost in completion
Money in tender
No work
(Rs) (Months) (Rs) form
(Rs)
1 2 3 4 5 6
1 FDR to Construction of Drain on
both sides of the SH road passing 9,67,32,743/- 12 4,84,000/- 3000/-
through Kurunda Village, nalla (Twelve) (to be paid (to be
training and Construction of a Calendar online paid
Months
bridge over the drain passing online
including
through the village Tq.Basmath monsoon
Dist.Hingoli.
For more details on the tender and bidding process you may please visit the above Mentioned
portal.
NOTE:
1. Details of tender documents will be available on website http://mahapwd. com,
http://mahatenders.gov.in
2. Contractors are mandated to get enrolled on http://mahatenders.gov.in
3. For details contact – 24 X 7 Help Desk Toll Free No.1800 3070 2232, Mobile No.
+917878107985/86 +917878007972/73, Email [email protected],
cpppsupot@ nic.in
4. Right is reserved to reject any or all tenders without any reason thereof
5. We are not responsible for any problem coup up during on line E-tender process.
6. Above tender notice is also available on web site of http://mahapwd.com

Executive Engineer,
Public Works Division,Hingoli

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


7

Government of Maharashtra
PUBLIC WORKS DEPARTMENT
INVITATION FOR TENDERS.
DETAILED TENDER NOTICE
1. TENDER SCHEDULE
Online percentage rate tenders in ‘B-1’ Form are invited by the Executive Engineer,
Public Works Division, Hingoli for the following work from Contractors who meet
the eligibly criteria mentioned in Tender. The Name of Work, Estimated Cost,
Earnest Money, Security Deposit, Time limit for completion etc. are as under. The
bidder is advised to examine carefully all instructions in this NIT including addendum/
amendments to NIT, conditions of contract, contract data, forms, terms, technical
specifications, Schedule B etc. in the bid Document
The Name of Work, Estimated Cost, Earnest Money, Security Deposit, Time
limit for completion etc. are as under

Name of work FDR to Construction of Drain on both sides


of the SH road passing through Kurunda
Village, nalla training and Construction of a
bridge over the drain passing through the
village Tq.Basmath Dist.Hingoli.
Estimated Cost Put to Tender Rs. 9,67,32,743/-
Earnest Money Deposit (EMD) Rs.4,84,000/-(to be paid online as
prescribed)
Security Deposit Rs.9,68,000/-
Cost of Tender form Rs.3,000/-(to be paid online as prescribed)
Period for Downloading Tended Refer Online schedule on portal
forms http://mahatenders.gov.in or sub portal
of Public Works Department
http://mahatenders.gov.in
Last date and time for submitting Refer Online schedule on portal
pre-bid queries online http://mahatenders.gov.in or sub portal
of Public Works Department
http://mahatenders.gov.in
Place, time and date of opening On dated ____ upto 15.01 to
Technical Bid. _____15.00 hrs. in the office of the
Superintending Engineer Public Works
Circle, Nanded.
Place, time & date of opening of On dated ____ upto 15.01 to
Financial Bid. _____15.00 hrs. in the office of the
Superintending Engineer Public Works
Circle, Nanded.
Note - Above Schedule is subjective & to be verified by the Tenderer himself on web site.
Tender Schedule Flashed on Web-Site (System Generate Schedule) is final & binding to all
Tenderers

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


8

(2) Guidelines to Bidders on the operations of Electronic Tendering


Management System
[ETMS] of Public Works Department, https://mahatenders.gov.in
1. Tender Forms can be downloaded from the eTendering portal of Public
Works Department, Government of Maharashtra i.e.
https://mahatenders.gov.in Document Tender Fee and EMD to be paid Via
SBI MOPS Online Payment Gateway Mode Only. And upload successful
payment receipt in ENVELOPE NO.1 TECHNICAL BID Documents.
2. The tender submitted by the tenderer shall be based on the clarification,
additional facility offered (if any) by the Department, and this tender shall be
unconditional. Conditional tenders will be summarily REJECTED.
3. All tenderers are cautioned that tenders containing any deviation from the
contractual terms and conditions, specifications or other requirements and
conditional tenders will be treated as non responsive. The contractor should
clearly mention in forwarding letter that his offer (in Envelope No.1 & 2)
does not contain any condition, deviations from terms and conditions
stipulated in the tender.
4. Tenderers should have valid Class II / III Digital Signature Certificate (DSC)
obtained from any Certifying Authorities.
5. For any assistance on the use of Electronic Tendering System, the Users
may call the below
6. Toll Free Ph. No. 1800 3070 2232 E-Mail:
[email protected], [email protected]
7. Special Instructions to the Contractors / Bidders for the e-submission of the
bids online through this tender site: https://mahatenders.gov.in Bidder must
register themselves on https://mahatenders.gov.in portal by clicking “Online
Bidder Enrollment” and then map Digital Signature certificate.
8. Bidder then login to the site giving User id / Password chosen during
registration.
9. The DSC e-token that is registered should be used by the bidder and should
not be misused by others.
10. The Bidders can update well in advance, the documents such as
certificates, purchase order details etc., under My Documents option and

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


9

these can be selected as per tender requirements and then attached along
with bid documents during bid submission.
11. After downloading / getting the tender schedules, the Bidder should go
through them carefully and then submit the documents as asked, otherwise,
the bid will be rejected.
12. If there are any clarifications, this may be obtained online through the tender
site, or through the contact details. Bidder should take into account of the
corrigendum published before submitting the bids online.
13. Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender schedule and they should be in PDF/XLS/RAR
formats. If there is more than one document, they can be clubbed together.
14. Document Tender Fee and EMD to be paid via SBI MOPS Online Payment
Gateway Mode only and upload successful payment receipt in ENVELOPE
NO.1 TECHNICAL BID Documents.
15. The bidder reads the terms & conditions and accepts the same to proceed
further to submit the bids.
16. The bidder has to submit the tender document online well in advance before
the prescribed time to avoid any delay or problem during the submission
process.
17. After the bid submission, the acknowledgement number, given by the e-
tendering system should be printed by the bidder and kept as a record of
evidence for online submission of bid for the particular tender.
18. Document Tender Fee and EMD to be paid via SBI MOPS Online Payment
Gateway Mode only. And upload successful payment receipt in Envelope
No.1 Technical Bid Documents. and BOQ in .xls format file to Uploaded in
ENVELOPE NO.2 FINANCIAL BID Documents.
19 The Tender Inviting Authority (TIA) will not be held responsible for any sort
of delay or the difficulties faced during the submission of bids online by the
bidders.
20. The bidder may submit the bid documents either by online mode through
the site (https://mahatenders.gov.in) as indicated in the tender.
21. The tendering system will give a successful bid updating message after
uploading all the bid documents submitted & then a bid summary will be

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


10

shown with the bid no, date & time of submission of the bid with all other
relevant details. The documents submitted by the bidders will be digitally
signed using the DSC e-token of the bidder and then submitted. The bid
summary has to be printed and kept as an acknowledgement as a token of
the submission of the bid. The bid summary will act as a proof of bid
submission for a tender floated and will also act as an entry point to
participate in the bid opening date.
22. Bidder should log into the site well in advance for bid submission so that he
submits the bid in time i.e on or before the bid submission end time. If there
is any delay, due to other issues, bidder only is responsible.
23. 3.3.23.The bidder should see that the bid documents submitted should be
free from virus and if the documents could not be opened, due to virus,
during tender opening, the bid is liable to be rejected.
24. The time settings fixed in the server side & displayed at the top of the tender
site, will be valid for all actions of requesting, bid submission, bid opening
etc., in the e-tender system. The bidders should follow this time during bid
submission.
25. All the data being entered by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered
will not viewable by unauthorized persons during bid submission & not be
viewable by any one until the time of bid opening. Overall, the submitted
tender documents become readable only after the tender opening by the
authorized individual.
26. The confidentiality of the bids is maintained since the secured Socket Layer
128 bit encryption technology is used. Data storage encryption of sensitive
fields is done.
27. The bidders are requested to submit the bids through online eTendering
System to the TIA well before the bid submission end date & time (as per
Server System Clock).
28. The bidder should logout of the tendering system using the normal logout
option available at the top right hand corner and not by selecting the (X)
option in the browser.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


11

29. The bidder should upload the Technical Bid in .rar format single file to
upload in Technical cover and then BOQ in .xls format single file to
Uploaded in ENVELOPE NO.2 FINANCIAL BID Documents.
30. The User acknowledges and agrees that his/ her information will be
managed in accordance with the laws for the time in force.
31 Payment Gateway Disclaimer The Service is provided in order to
facilitate payment of Tender Fees/Earnest Money / Bid Security Deposit
online. The Merchant or the Payment Gateway Service Provider(s) do not
make any representation of any kind, express or implied, as to the operation
of the Payment Gateway other than what is specified in the Website for this
purpose. By accepting/ agreeing to these Terms and Conditions, the User
expressly agrees that his/ her use of the aforesaid online payment service is
entirely at own risk and responsibility of the User.
3 EXAMINATION OF DRAWING AND SITE CONDITIONS :

(3.1) The tenderer shall in his own interest carefully examine the drawings,
conditions of contract specifications etc.

(3.2) He shall also inspect the site and acquaint himself about the climate,
physical and all other conditions prevailing at site, the nature,
magnitude, special features, practicability of the works, all existing and
required means of communications and accesses to site, availability of
housing and other facilities, the availability of labour, materials, Power &
Water, space for labour’s camp, plant, stores and Godown etc.

(3.3) He shall obtain all necessary information as to the risk, contingencies


and other circumstances, which may affect and influence the tender.

(3.4) Should there be any discrepancy or doubt or obscurity as to meaning of


any of the tender document or as to the instructions to be observed by
him, he shall set forth in writing such discrepancies, doubts obscurity
and submit the same to the Executive Engineer, Public Works
Division, Hingoli for elucidation as soon as possible.

(3.5) No claims on any of the above or any other factors will be entertained by
the Government.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


12

4. PRE – TENDER CONFERENCE :-

(4.1) The Pre- Tender conference will be open to all prospective tenderers,
who have downloaded tenders from, can ask for any clarification
regarding tender conditions, seek additional information by submitting
Pre Tender quarries before the date mentioned in the Tender Schedule
by “Post Quarries” option available on e-tendering system portal. Reply
of these quarries will be given by the Department through the same
“Post Quarries” option.

(4.2) This reply / clarification / Amendment given by the department refer to as


common set of condition / Deviations (CSD) will form part of Tender.
Which will be common and applicable to all tenderers.

(4.3) This CSD will be available on the e tendering portal as corrigendum


to the tender documents.

(4.4) The tender submitted by the tenderer shall be based on the clarification,
additional facility issued (if any) by the Department, and this tender shall
be unconditional. Conditional tender will be summarily REJECTED.

(4.5) Point / Points if any throw online by the contractor in online queries and
not finding place in CSD issued after the are deemed rejected. In such
case the provision in NIT shall prevail. No individual correspondence will
be made thereafter with the contractor in this regard.

(4.6) All Intending Tenderers are cautioned that the tenders containing any
deviation from the contractual terms and condition, specifications or
other requirements, and conditional tenders will be treated as non
responsive.

(4.7) If CSD is not issued uploaded by the Department then it shall deemed
that there is no any Amendment to NIT.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


13

5. EARNEST MONEY DEPOSIT (EMD):-.

(5.1) Earnest Money Deposit (EMD.) which should be paid online using
NEFT/RTGS or payment gateway mode only as prescribed elsewhere in
the Tender Document. Earnest Money in any other form or cash or
cheques will not be accepted
(5.2) The EMD Exemption Certificate is not allowed
(5.3) Required amount of EMD must be paid through the Bank Account in the
name of Tendering Firm only.Screenshot of EMDtransaction showing
Name & Account Number shall be uploaded in Envelop No. 1
(5.4) Any tender not accompanied by the EMD shall be rejected as non-
responsive.
(4.6) The amount of EMD will be forfeited, in case a successful contractor does
not pay the amount of initial security deposit within the time specified as
stipulated by the Executive Engineer, and complete the contract
documents. In all other cases, EMD will be refunded to account provided
by the bidder during the bid preparation by Concerned Divisional Office.
(6) CONDITION FOR PAYMENT OF ADDITIONAL PERFORMANCE
SECURITY DEPOSIT IF THE OFFER IS RECEIVED LOWER MORE
THAN 1% BELOW
In Case lowest successful bidder’s offer found more than 1.00% below
the estimated cost put to tenderer, in that case, the tender shall have to pay
Additional Performance Security deposit drawn in favour of the concerned
Executive Engineer (in form of Demand Draft only) with in 8 (eight) days [in
no case limit of 8 days will be increased] from the date of opening of Financial
bid i.e. 2nd envelope as specified below;
6.1 There is no need to pay Additional Performance Security deposit, if
Tenderer’s offer is up to 1% (one percent) below the estimated cost put to
tender
6.2 If Tenderer’s offer is upto 10% below the estimated cost put to tender, then
the Additional Performance Security deposit shall be 1% of the estimated
cost put to tender.
6.3 If Tenderer’s is upto 15 percent below the estimated cost put to tender,
Tenderer shall submit 1% plus the percentage by which tender offer is more

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


14

than 10% below of amount put to tender. (e.g. if tenderer offered 14% below
he have to submit (14% - 10%) + 1% i.e. total 5% of estimated cost put to
tender) or minimum Rs. 1000/- which ever is higher.
6.4 If Tenderer’s offer is more than 15 percent below the estimated cost put to
tenderer shall have to submit Additional Performance Security Deposit as
specified below
1. for offer upto 10% below the estimated cost put to tender 1%
2. for offer upto 15% below the estimated cost put to tender (15%- 5%
10%=5%)
3. more than 15% below tenderer have to submit (e.g. if tenderer offered 8%
19% below tenderer have to submit (19-15% = 4% X 2 = 8%)
Total (1%+5%+08%) 14%

6.5 If the calculated amount of additional Performance Security deposit is less


than Rs.1000/- then the performance security deposit shall be Rs.1000/-
minimum of the estimated cost put to tender.
6.6 Amount of Additional Performance Security Should be rounded upto two
decimal only.
6.7 All above Demand Draft shall be of either of Government Bank or of
Scheduled Bank drawn in favour of Concerned Executive Engineer only. In
respect of Demand Draft it’s duly mentioning the MICR and IFSC code of
said bank shall be mentioned specifically on the said Demand Draft.
6.8 Successful Tenderer’s Additional Performance Security will be refunded
immediately upon the Certificate of satisfactorily completion of works issued
by Executive Engineer. In all other cases additional Performance Security
shall be forfeited to Government.
6.9 In case of lowest successful bidder whose offer found more than 1% below
fails or neglects to deposit the Additional Performance Security with in 8
(eight) specified days, then his EMD shall be forfeited to Government and
2nd lowest tenderer will become lowest and will be negotiated for award of
work.
6.10 The said amount of Additional Performance Security shall not carry any
interest whatsoever.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


15

7. Manner of Submission :
7.1 Uploading of Formats, Templates and Tender Documents:-
(a) The Intending Tenderer shall prepare the Bids in the Templates provided
online as part of tender. The Templetes shall be either Documents based
(in which the Intending Tenderer is required to attach the relevant
documents separately) or Forms Based (in which the Intending Tenderer
is required to fill in the information in given Formats).
(b) The required Documents (single document or a compressed file
containing multiple document having size of each document not more than
5 MB) available in Brief Case shall be attached against each up loadable
option in the Document Based Templates.
(c) The Information being filled in the Form Based Templates shall be
encrypted using a valid class II / III DSC.
(d) The Formats/ Templates shall be uploaded in Envelope No.1 (Technical
Bid) on the sub- Portal http;//mahatender.gov.in
1. Tenderer has to pay EMD by way of using online Gate way payment
facility/NEFT/RTGS only as prescribed elsewhere and upload the scanned
copy of Screen shot of payment showing the name & account number
of Tendering Firm.
2. Scanned Copy of Original valid Certificate of Construction or legal status
of bidder with place registration as may be applicable.
3. Scanned Copy of AFFIDAVIT regarding correctness of uploaded
Documents in the given ANNEXTURE- A (The Original Copy of the
Bond of the above affidavit should be submitted before award of
work to Concerned Division Office)
4. Scanned Copy of AFFIDVIT regarding no claim in respect of deployment
of technical personnel/ key persons in the given ANNEXURE-B (The
Original copy of the Bond of the above affidavit should be submitted
before award of work to Concerned Division Office)
5. Scanned copy of Details of the works tendered for and in hand with the
value of the work unfinished on the last date of submission of tender (in
Statement No. 1, on page No. 37). The Statement from the Head of the
Officer under whom the works are in progress should be uploaded.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


16

6. Scanned copy of the list of owned machinery and Plants immediately


available with the tenderer for use on this work and the list of machinery
proposed to be utilized on this work, but not immediately available and the
manner in which it is proposed to be procured. (In Statement No. 2 and
2(A) on page No. 39-40 respectively.)
7. Scanned copy of the list of the details of work of similar type and
magnitude carried out by the contractor during last Five years (in
Statement No.3 Page No.41)
8. Scanned copy of list of details of Technical personnel on the rolls of the
tenderers. (in the Statement No. IV on Page No. 42)
9. Scanned copy Partnership Deed and Power of Attorney, in case of a firm
tendering for work.
10. Scanned copy of Valid Professional Tax Registration Certificate in the
Form of PTR and PTE under Section (I) of Section 5 of Maharashtra State
Tax in Profession, Trade calling and Employment Act, 1975 Rule 3(2) for
Employees including technical personnel from the Professional Tax Office
of the concerned district of Maharashtra
11. Scanned copy of Registration Certificate of GST registration Certificate
from concerned authority under GST Act 2017.
12. Scanned Copy of Integrity Pact executed on plain paper in the given
format only duly signed by Authorised signatory (The Original Copy of the
Integrity Pact shall be submitted before award of work to Concerned
Division Office)
12. QUALIFICATION CRITERIA:-
To qualify for award of the contract each tenderer in his name should have
in the last Five Years i.e. 2019-20, 2020-21, 2021-22, 2022-23, 2023-24
as specified
(a) Achieved minimum financial Turn Over in any one year of last Five years
is Rs. 725.49 lakhs at price level 2024-25 during last Five Years i.e.
2019-20, 2020-21, 2021-22, 2022-23, 2023-24 (information to be
uploaded in statement No. V on page No. 43) Above Turnover should be
certified by the registered Chartered Accountant with Tenderer’s Total
Contract Receipts

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


17

(b) Satisfactorily completed as a prime contractor of at least;


(1) Three similar works of value not less than Rs. 386.93 lakh or
(2) Two similar works of value not less than Rs. 483.66 lakh or
(3) One similar work of value not less than Rs. 773.86 lakh
at price level 2024-25 during last Five years i.e. 2019-20, 2020-21, 2021-
22, 2022-23, 2023-24 (information to be uploaded in statement No. III on
page No. 41)
(c) Satisfactorily executed in any one year of last Five years for the following
minimum quantities of the work in 2019-20, 2020-21, 2021-22, 2022-23,
2023-24 (information to be uploaded in statement No. VI on page No. 44)

1. Earthwork in embankment 5619.00 Cubic Meter.


2. G.S.B. 257.00 Cubic Meter.
3. TMT / HYSD Steel 87.00 Metric Tonne
4. 75/50 mm MPM 495.00 Square Meter.
5. Cement concrete above M-20 1181.91 Cubic Meter

Note No 1: - Financial turnover and cost of completed works of previous year


shall be given linear weightage of 10 % per year on rupee value
to bring them at 2024-25 price level.
Note No. 2:- All these uploaded statement / forms shall be filled in and signed
properly and correctly. If these forms are found incomplete or
filled or wrongly filled, Contractor’s envelope No. 2 (financial Bid)
will not be opened.
Note No 1:- All the uploaded Scanned Copies of the necessary Certificates
shall be legible. Non readable uploaded scanned copies shall not
be considered.
Note No 1: Uploading of documents in the briefcase does not mean that the
documents are available to PWD at the time of Tender Opening
stage unless the documents are specifically attached to the bid
during the online Bid Preparation and Hash Submission stage as
well as during decryption and Re-encryption stage.
(d) Each Contractor should further demonstrate the availability of the
following key and critical equipment should be Owned or hired, as
specified by the contractor and be actually in his possession and
available exclusively for this work at the time of submission of tender
(Information is to be uploaded Statement No 2 A on page No.39-40 )

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


18

1. Fully automatic micro processor PLC with 1 No. (Owned)


SCADA enabled Concrete batch mix Plant
(Pan mixer) + Transit Mixer
2. Sand Screening and Washing Machine 1 No. (Owned )
(Electrically or diesel operated )
3. Drum Mix type hot mix Plant with SCADA 1 No. (Owned/Hired)
4. Paver Finisher with SCADA 1 No. (Owned/Hired)
5. Motor Grader 1 No. (Owned/Hired)
6. Vibratory Roller 1 No. (Owned )
7. Truck/Tipper 4 Nos. (Owned )
8. Excavator 1 No. (Owned )
9. Water Tanker 1 No. (Owned )
10. Soil Compactor 1 No. (Owned)

(e) Availability of a BE Civil qualified Project Manager for this work with not less
than Five years' experience in construction of similar type of work and other key
personnel with adequate experience as required (Information to be uploaded in
Statement No. IV on Page No. 42) as well as Technical Manpower Deployment
Certificate downloaded from portal "bidcap.emahapwd.com"
The Necessary certificates as mentioned in qualification criteria for sr,
no. (b) ta (c) are required to be obtained from the officer not below the rank of
Executive Engineer/ Divisional Accounts Officer, In the absence of these
certificates.
envelope No. 2 (Financial Bid) shall not be opened.
(f) Submission of online Bid Capacity & Technical Man Power
(1) Bid Capacity
The Tenderer must upload a QR-based Bid Capacity Certificate
obtained from the Public Works Department website
www.mahapwd.gov.in, accessible via the link "bidcap.emahapwd.com" in
envelope no. I only, otherwise tender will he treated as NON-
RESPONSIVE and said tenderer's Envelope No. 2 (Financial Did) will not
be opened.
The step-by-step procedure as per system requirement must be
followed. Tenderer may check user manual available on www.mahapwd.gov in
accessible via the link "bidcap.emahepwd.com" Once all necessary
information has been successfully uploaded into the system, a QR-based
Bid Capacity Certificate will be generated and made available through the
contractor's login.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


19

Bidder who meets the minimum qualification criteria will be qualified only
if their available bid capacity is more than the total bid value. The available bid
capacity will be calculated as under.
Assessed available bid capacity = ( A X N X 2 ) - B
Where
A = Maximum value of Annual Turnover of Civil Engineering
works only in any one year during the last 5 (Five) years
(updated to 2024-25 price level) taking into account the
completed as well as works in progress. [last 5 (Five) years
means 2019-20, 2020-21, 2021-22, 2022-23, 2023-24]
Note : In respect of Annual Turnover of Civil Engineering works
only. Tenderer have to upload year-wise Turnover
certificate of registered Chartered Accountant with
Tenderer's Total Civil Engineering Contract Receipts of last
Five years (i.e. 2019-20, 2020-21, 2021-22, 2022-23,
2023-24)
N = Number of years prescribed for completion of the work for
which bids are invited.
B = Value of existing commitments and on-going works in hand
(During period of work under consideration for which bids
are invited).
In regards of online submission of bid capacity, following points to
be noted by the tenderer.
(1) In respect of "A," Le. Annual Turnover of Civil Engineering works in Any
One Year during the Last Specified 5 (Five) Years, the tenderer must submit
the Annual Turnover of Civil Engineering work Certificate with UDIN No.
certified by the Registered Chartered Accountant, along with the Tenderer's
Total Civil Engineering Contract Receipts for the Last Five Years, the Yearly
Tax Credit Statement (Farm 26 A), CIBIL score, and other relevant documents.
And in respect of "B" i.e. "Work in hand," the tenderer must provide work
orders, GST R-7, and work done and work in-hand. (Information to be uploaded
in statement No. V on page No.43)

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


20

(2) The tenderer should note that the administrative control over this system will
remain with ITCC, Nagpur, For any assistance with using the QR-based Bid
Capacity Certificate, users should contact ITCC, Nagpur, directly. The authority
issuing the tender or calling for bids will not provide any advice or support.
(3) Any delays caused by difficulties in obtaining the QR-based Bid Capacity
Certificate will not be entertained, and the Tender Inviting Authority (TIA) will
not be held responsible for such delays.
(4) All uploaded data pertaining to bid capacity will be the exclusive
responsibility of the tenderer. Any issues resulting from erroneous, fraudulent,
or missing information provided by the tenderer will not be the responsibility of
PWD Officials, PWD Officers, or Divisional Accounts Officer and, Tenderer
attracts consequences according to the Bharatiya Nyay samhita, if they provide
any erroneous false or misleading data or information relating to the bid
calculation. particularly work-in-hand and/or annual financial turnover.
(5) The Data submitted by the tenderer via this computerized system will be
cross-checked with the e-Registration system, if necessary. If any information,
submitted by the tenderer, is found false and/or misleading, then action will be
initiated against the tenderer as per Bhartiya Nyay Samhita
(6) The data provided by the tenderer will be evaluated to ascertain the
contractor's ability to bid for the project. The decision of the Tender Opening
Authority in this regard will be final, conclusive and binding on all the tenderers.
(7) The tenderer is required to intimate immediately to the Tender Inviting
Authority (TIA) about any new work in which he has been declared as L-1 after
generation of QR-based Bid Capacity Certificate for this work.
(8) Any disputes arising, under this system will be adjudicated within the
jurisdiction of the Chief Engineer, Public Works Region, Nanded only.
(B) Technical Manpower Deployment Certificate
(1) Availability of a Project Manager for this work with experience in
construction of similar type of work and other key personnel with adequate
experience as required as stated in Information to be uploaded in Statement
No. IV. The tenderer has to fill the relevant information of key persons and
Technical Staff available with him in the formats and fields specified on
"bidcap.emahapwd.com" Portal. Out of the total Key person and Technical Staff

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


21

available with Tenderer. from Staff Dropdown Menu, he has to upload the
information of the staff, he desires to deploy for this work. This statement shall
be downloaded from portal "bidcap.emahapwd.com" by the tenderer and the
same shall be uploaded in envelope No.1 of the tender, otherwise tender will
be treated as NON-RESPONSIVE and said tenderer's Envelope No. 2
(Financial Bid) will not be opened.
(2) There is no claim what-so-ever shall be entertained in respect of
deployment of technical personnel / Key persons. In this regard, tenderer have
to upload scanned copy of AFFIDAVIT in the given ANNEXTURE-B in
envelope No. 1 (The Original Copy of the Bond of the above affidavit should be
submitted before award of work to Concerned Division Office)
Note–1-All statements / forms shall be filled in and signed
properly and correctly. If these forms / statements found
incomplete or wrongly filled the Envelope No. 2 (Financial
bid) will not be opened Even though the bidder meet the
above qualifying criteria, they are subject to be disqualified
if they have made :-
~ Misleading or False representation in the form, statements
and attachments submitted in proof of the qualification
requirements and/or
~ Record of poor performance such as abandoning the
works, not properly completing the contract, inordinate
delays in completion, litigation history of financial failure
etc.
Note – 1 All uploaded scanned copies of the necessary certificates shall be
legible. Non readable uploaded scanned copies shall not be
considered.

Note -2 - All statements / forms shall be filled in and signed properly and
correctly. If these forms / statements found incomplete or wrongly filled
the Envelope No. 2 (Financial bid) will not be opened

Even though the bidder meet the above qualifying criteria, they are
subject to be disqualified if they have made:-

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


22

- Misleading or False representation in the form, statements and


attachments submitted in proof of the qualification requirements
and/or

- Record of poor performance such as abandoning the works, not


properly completing the contract, inordinate delays in completion,
litigation history of financial failure etc.
Note: - The downloaded Tender Document along with detailed set of conditions
issued / additional stipulations (C.S.D.) (if issued) shall be signed by the
Intending Tenderer (In the event of Tender being submitted by Firm, it
must be signed by the Nominated partner or person holding power of
attorney to sign the bid) submit the same to Division Office before
award of work. Along-with Original copy of AFFIDAVIT in format
ANNEXURE A and original copy of Integrity Pact which is uploaded in
Envelope No.1
(e) Envelope No. 2 Tender (Financial Bid)
(1) The Intending Tenderer must quote his offer in form of percentage of
Estimated Rates only at the appropriate place provided online.

(8.2) ONLINE Submission:-


(i) Submission of online Tender Documents {uploading of Formats & Templates}
(in Env no.1) shall be followed by Digitally signed Bid Hashes (Seals) within the
Tender Time Schedule (Key Dates)
(ii) Then the Intending Tenderer is required to enter the date and encrypt the data
using the DSC.
(iii) The Hashes are the Thumbprint of electronic Data and are based on one – way
algorithm. The Hashes establish the unique identity of Bid Data.
(iv) The Bid hash values are digitally signed using valid Class – II or Class – III
DSC issued any Certifying Authority.
(v) After the hash value of bid data is generated, the intending Tenderer cannot
make any change / additions in his bid data.
Note -
(a) As the tenders are being processed on the Electronic Tender Management
System on Government of Maharashtra, all the provisions of Indian Information

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


23

Technology Act -2000 (re-enacted) is applicable & binding to all Intending


Tenderer, So it is presumed that the contractor gone carefully through the
whole tender document Before using his DSC for quoting Offer
(b) The Contractor upload a single document or a compressed file containing
documents against each upload able option.
(c) The Step by step procedure as per system requirement must be followed.
9. Dead line for Submission of Tender
The Engineer-in-Charge may at his discretion extend the deadline for
submission of tender by issuing an addendum in which case, all rights and
obligations of the Government and Tenderers previously subjected to the
original dead line shall therefore be subjected to new deadline as extended.
10. Submission of Hard Copy of online submitted copy.
Hard Copy of the online submitted Tender & Documents in one copy should be
compulsorily submitted within 72 (Seventy Two) hours after Bid Lock in
following manner.
(10.1) Documents submitted on line in Envelope No. 1 & 2 are put in separate
Envelope as Envelop No. 1 (Technical Bid) and Envelope No. 2 ( Financial Bid)
respectively and sealed properly.
(10.2) The above two sealed Envelopes No.1 and 2 shall be again put together in
one common cover and sealed. The name of work, online tender Notice
Number (i.e.SGN) and Name and full address of Tenderer with Mobile Number
shall be mentioned on the said common cover marked sealed Common Cover
Properly covers corner.
(10.3) The above Common Cover containing Envelope No. 1 & 2 must be
submitted to one of the following Office which may suitable to Tenderer within
the time and date specified in Tender Schedule Flashed on Web-Site portal on
working days (during office hours) only.

(1) Executive Engineer, Public Works Division, Hingoli Dist. Hingoli


(2) Executive Engineer, Public Works Division, Nanded Dist. Nanded
(3) Superintending Engineer, Public Works Circle, Nanded, Bandhkam
bhavan, Near Nanded Club, Sneha Nagar, Nanded
(4) Chief Engineer, Public Works Region, Nanded , Behind Govt. Rest
House P.W. Campus, Nanded.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


24

(10.4) No delay on account of any cause will be entertained for the receipt of
said Hard Copy..
Note:- In Case of inability to Proceed with the E-Tender due to technical
disruption,/Problems, Physical documents should be considered as valid
tender. But in any circumstances, the submitted physical documents
should not be opened without he prior information of date and time to the
concerned.
11. Close for bidding (Generation of Super Hash Values) : After the expiry of
the cut off time of Bid Preparation and Hash Submission stage to be completed
by the Intending Tenderer has lapsed, the Tender will be closed by the Tender
Authority. The Step by step procedure as per system requirement must be
followed. The Tender Authority from PWD shall generate and digitally signed
the Super Hash values (Seals).
12. Decryption and Re-encryption of Bids (Submitting the Bids online) :- The
Intending Tenderers are expected to get themselves fully conversant with the
GoM E-Tender System and latest changes therein. However brief details about
E-Tender System, it’s requirements, necessary procedure regarding purchase
of Tender Forms, downloading of Tender Forms, Submission of Tender
Documents, quoting offer etc, has been mentioned below;
(12.1) After the time for generation of Super Hash values by the Tender Authority
from PWD has lapsed, And After making online payment towards Fees of
Service Provider, the Contractors are required to decrypt their bid data using
their DSC and immediately re-encrypt their bid data using the Public Key of the
Tendering Authority. The Public Key of the Tendering Authority is attached to
the Tender during the Close for Bidding stage.
(12.2) At this time, the Intending Tenderer are also required to upload the files for
which they generated the Hash Vales during the Bid Preparation and Hash
Submission stage.
(12.3) The Bid Data and Documents of only those Intending Tenderer who have
submitted their Bid Hashes (Seals) within the stipulated time (as per the Tender
Schedule), will be available for decryption and re-encryption and to upload the
relevant documents from Briefcase.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


25

(12.4) A Intending Tenderer who has not submitted his Bid Preparation and Hash
Submission stage within the stipulated time will not be allowed to decrypt/
reencrypt the Bid Data / submit documents during the stage of Decryption and
Reencryption of Bids (submitting the Bids Online)
(12.5) The Step by step procedure as per system requirement must be followed.
13. Receipt of Tender After Deadline: The Tenderer will have to carry out their
respective tasks within the deadline defined in the Tender Schedule.
14. Department will not be responsible, For non Enrolment and non
Empanelment of ETMS, non submitting / uploading tender online due to failure
of internet services, or power supply or online submission of Tender Fees of
EMD or any other unforeseen or foreseen reasons/causes what-so-ever. No
claims on any of the above or any other factors in the regards will not be
entertained.
15. Opening of Technical Bid (Envelope No. 1) :
15.1 Tenders will be opened as per the Tender Schedule, (if possible) in the
presence of such intending Tenderers or his/ their authorized representatives
who may be present at that time.
(15.2) Tenders will be opened as per the Tender Schedule,
(a) All tenders are to be received on-line so Tender Opening Authority not able to
know who have submitted tender. Therefore it is not possible to communicate
the date and time of Tender opening to Tenderer. Hence it is responsibility of
Tenderer remain keep in touch with
concerned office to know the date and time of Tender Opening to present for
Tender Opening. Therefore all Tender Opening Procedure will be done in the
presence of such tenderer who may wish to be present or their representatives.
No claim or any grievances will be entertain what-so-ever by the Tender
Opening Authority in this regards.
(b) The Tendering Authority will first open the Envelope – I documents of all
Intending Tenderer and after scrutinizing these documents will shortlist the
Intending Tenderer who are eligible for Financial Bidding Process. The Short
listed Tenderers will be intimated by e-mail.
(c) The Contents in Envelope No. 1 will be verified by the Tender opening authority
to check their validity as per requirements. If any particular document of any

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


26

tender is either missing or does not meet the requirements as specified above
then a above to that effect will be recorded by the tender opening authority at
the time of short listing of Envelope – 1.
16. Opening of Financial Bid (Envelope No. 2)
(16.1) The Envelope No. 2 of the tenderer whose Envelope No. 1 dose not contain
the specified documents or any of the specified document is missing or do not
satisfy the requirements, such tenders will be rejected. The Envelope No. 2 of
such tender shall not be opened and a note to that effect will be made online at
the time of short listing of Envelope -1
(16.2) After the analysis and scrutiny of documents and evaluation with respect to
Departmental Requirement is over, the tender opening authority shall intimate
the date and time of opening of Envelope No. 2 to the Eligible Tenderers. The
Envelope No. 1 shall be opened as per tender schedule.
(16.3) The Envelope No. 2 of Eligible Tenderers shall be opened serially. The
percentage above or below over the estimated cost put to tender by the
Department quoted by each Eligible Tenderers shall then be read out by tender
opening authority and shall be reflected online for information of those present /
participated.
(16.4) In the case of difference between the rates written in figures and in
words, the correct rate will be the one, which is lower of the two
17. Tender Liable for Rejection.
Tender is liable for outright rejection if on opening it is found that –
(a) If Tenderer has not strictly followed the procedure laid down for submission of
tender.
(b) If the tender is CONDITIONAL
(c) If the Tenderer has quoted his offer anywhere else other than specified place
provided.
(d) The Tenderer has not uploaded the documents or Failed to fill the templates as
stated
(e) Any Corrections, modifications, additions, omission or any type of changes in
main tender document is not permissible and if it is found or noticed at any
stage the tender shall be rejected by forfeiting the Security Deposit.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


27

17 (i) Contractor will be solely responsible and also liable for action under Indian
Penal Code for submission of any false information, false bills/ invoice /
vouchers of purchase of material in supporting proof of purchase, proof of
testing / test results and any other required documents submitted by his staff /
representative or by himself or subletting company / contractor during contract
period or even after completion of work till finalization of bill and completion of
defect liability period.
17 (ii) If false information / documents are submitted as mentioned above, the
contractor will be blacklisted and if contract is at initial stage then such contract
will be terminated and no any compensation will be payable on any account to
the contractor.
17 (iii) PWD Officials / PWD Officers / Divisional Accounts Officer will not be
responsible for any complications due to submission of false / fraudulent
documents by the contractor as mentioned above.
18. The Contractor will have to sign the tender papers and the drawings C.S.D.
according to which the work is to be carried out. He shall also have to give a
declaration to the effect that he has fully studied the plans, specifications, local
conditions and availability of labour and materials and that he has quoted his
rates with due consideration to all these factors. and same shall submit to
Division office before award of work.
19. The acceptance of the tender may be intimated to the Contractor telegraphically
or otherwise (even may be by e-mail) and either by the Officer competent to
accept the tender or any authority in the department including Government and
such intimation shall be deemed to be an intimation of acceptance of the tender
given by the authority competent to accept the tender.
20. SECURITY DEPOSIT:-
(20.1) The Total Security Deposit to be paid shall be 1% (One Percent) of amount
put to tender.
(20.2) The Successful tenderer shall have to pay, half of the Security Deposit
preferably in the form of National Saving Certificate or in the form of Bank
Guarantee (in the form as prescribed by Govt.) from any Scheduled Bank in
favour of Executive Engineer, Public Works Division, Hingoli within 10 days
of acceptance of tender, and the balance security deposit will be recovered

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


28

from running account bills at the percentage as shown in item (d) of the
memorandum in printed B-1 form or as may be decided by the Executive
Engineer during course of execution of the work looking to the position and
circumstances that may prevail, whose orders will be final and binding on the
contractor.
(20.3) The Security Deposit for the due performance of the contract shall be as
detailed in the tender documents elsewhere. Fifty percent of the Security
deposit will have to deposited within ten days of the acceptance of the tender
and the Balance Security Deposit will be recovered from the Running Bills at
the rates as specified in the tender form on the cost of work as per CSR
prevailing at the time of acceptance of tender. Amount of total security deposit
to be paid shall be 1% (One Percent) of the cost of work worked out as per
S.S.R. 2022-23 of respective District.
(20.4) Initial Security Deposit may be in Bank Guarantee form in format on page
no.193 to 194 of Tender document for full period of completion of work and it
should be extendable upto expiry of valid extension if any, as directed by
Engineer-in-charge.
(20.5) In the event of the tenderer to pay cash security deposit within 10 days
(unless extended in writing by the Executive Engineer,) from the date of receipt
of notice (sent by Registered Post) of acceptance of his tender, the amount of
EMD shall be forfeited to Government and the acceptance of his tender, shall
be considered withdrawn. Except that in the event of the notice of acceptance
of the tender not being issued within 60 days of the date of opening of
Envelope No. 2 (financial bid). The tenderer shall have the option (to be
intimated in writing in good time before the expiry of 60 days period) of
withdrawing his tender, in which case the earnest money should be refunded in
full. All the tenders shall remain open for acceptance for 60 days from the date
fixed for opening of envelope No.2 (financial bid) and thereafter until it is
withdrawn by the tenderer by notice in writing as per condition No2 of the
Memorandum on

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


29

21. Income Tax :-


Income tax @ 2.00 % and surcharge thereon or at the rates amended from
time to time as intimated by competent Income tax authority shall be deducted
from bill amount, whether measured bills, advance payment or secured
advance.
22. GST
GST @ 2 % at the rates as amended from time to time as intimated by
competent GST Authority shall be deducted from bill amount, whether
measured bills, advance payment or secured advance
23. Insurance:-
As per the Govt. Resolution No. FD/Insurance 1098/cess No. 28/98 dated
19/08/1998 and Director of Insurance Maharashtra, Mumbai letter dated
26/04/2005. Contractor has to submit Govt. insurance policy before starting the
work, failing to which an amount equivalent to (1%) one percent of the tendered
cost will be recovered from the first Running Account Bill of this work.
ii) If completion period of work is Extended then period of work Insurance must be
renewed extended as per requirement.
24. BUILDING & OTHER CONSTRUCTION WORKERS WELFARE CESS:-
Building & other Construction workers welfare cess @ 1% or at the rates
amended from time to time as intimated by the competent authority of Building
and other construction workers welfare Act, 1996 shall be deducted from bill
amount, whether measured bill, advance payment or secured advance.
25. The contractor whose tender is accepted is required to note that no foreign
exchange will be released by the Department.
26. The e-notice-inviting tender and shall form part of the tender agreement.
27. The Tendering Authority is interested to make payment of contractor’s bill
through ECS / NEAFT system. For this purpose contractor should open his
Bank Account, having core banking facility only.
28. TIME LIMIT:-
The work is to be completed within time limit as specified in the Tender
which shall be reckoned from the date of written order of commencing the
work and shall be inclusive of monsoon period.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


30

29. TENDER RATE :-


No alteration in the form of tender and the schedule of tender and no
additions in the scope of special stipulation will be permitted. Rates
quoted for the tender shall be taken as applicable to all leads and lifts.
30. TENDER UNITS :-
The tenderer should particularly note that the unit mentioned in the
schedule ‘B’ on which the rates are based. No changes in the units shall
be allowed ..
31. CORRECTION :-
No correction shall be made in the tender documents. Any corrections
that are to be made, shall be made by crossing the incorrect portion and
writing the correct portions above with the initials of tenderer.
32. TENDER ACCEPTANCE :-
Acceptance of tender will rest with the Chief Engineer, Public Works
Region, Nanded, who reserve the right to reject any or all tenders
without assigning any reason thereof. The tenderer whose tender is
accepted will have to enter in to a regular B-1 agreement within 10 days
of being notified to do so. In case failure on the part of tenderer to sign the
agreement within the stipulated time, the earnest money paid by him shall
stand forfeited to the Govt. and the offer of the tenderer shall be
considered as withdrawn by him.
33. POWER OF ATTORNEY :-
I. If the tenderer are a firm or company, they should in their forwarding
letter mention the names of all partners together with the name of the
person who holds the power of Attorney authorising him to conduct all
transactions on behalf of the body, along with the tender.
II. The tenderer may in the forwarding letter mention any points he may
wish to make clear but right is reserved to reject the same or the who
le of the tenders if the same become conditional tender thereby.
III. The contractor or the firms tendering for the work shall inform the
Department if they appoint their authorised Agent on the work.
IV. No foreign exchange will be released by the dept. for the purchase of
plants and machinery for the work by the contractor.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


31

V. Any dues arising out of contract will be recovered from the contractor as
arrears of Land Revenue if not paid amicably. Moreover, recovery of
Government dues from the contractors will be affected from the payment
due to the contractor from any other Government works under execution
with them.
VI. All pages of tender document, conditions, specifications correction slips
etc. shall be initialed by the tenderer. The tender should bear full
signature etc shall be initialed by the tenderer. or his authorised power
or Attorney holder in case of firm.
VII. The Successful tenderers will be required to produce to the satisfaction
of the specified concerned authority, a valid and concurrent license
issued in his favour.
34. VALIDITY PERIOD:
The offer shall remain open for acceptance for mini mum period of 90
days from the date of opening of Envelope No. 2 (financial Bid) and
there after until it is withdrawn by the contractor by notice in writing duly
addressed to the authority opening the tender and sent by registered
post. Acknowledgment due. (refer to memorandum on page 58 to 60 of
B-1 form chapter)
35. The right is reserved to revise or amend the contract document prior to
the due notified for the receipt of tender or extended date. Such
deviations, amendment or extensions, if any, shall be communicated in
the form of corrigendum, by letter and / or by notice in newspapers as
may be considered suitable.
36. The tender submitted by the tenderer remain valid for a period of 120
days from the date of opening of Envelope No. 2(Financial Bid)
tenderers. Also see para 2 of General Rules etc. of contract form.
37. The contractor(s) whose tender is accepted is required to note that no
foreign exchange will be released by the Department.
38. The tenderers, who do not fulfill all or any of the conditions or are
incomplete in any respect are liable to summarily rejection.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


32

39. Right to reject any or all tenders without assigning reasons therefore is
reserved. The acceptance of the tender lies with the Chief Engineer
Public Works Region, Nanded.
40. The Notice inviting tender shall from part of the tender agreement.
41. The successful tenderers will be required to pr oduce to the satisfaction
of the specified concerned authority, a valid and concurrent license
issued in his favour under the provisions of the Contract Labour
(Regulation and Abolition) Act 1970 before starting the work. Failure to
do so, acceptance of the tender shall be liable to be with drawn and
earnest money forfeited.
42. INSTRUCTION TO CONTRACTOR:-
1. In case the tenderer whose offer is found lowest is requested to
negotiate and reduce the offer & If the contractor, does not respond
within a period of 10 days the tender accepting authority without issuing
any reminder the right toreject such tender.
2. In case the contractor who is informed of acceptance of his tender, dose
not remit the initial Security Deposit within a period of 10 days, the
tender accepting authority reserves the right to forfeit the Earnest Money
Deposit without issuing any reminder to take further action according to
the tender provision.
43. Contractor shall submit a certificate to the effect that, all the payments to the
labour / staff are made in bank accounts of staff linked to Unique Identification
Number *AADHAR CARD)” The Certificate shall be submitted by the contractor
within 60 days from the commencement of contract. If the time period of
contract is less than 60 days then such certificates shall be submitted within15
days from the date of commencement of contract.
44. Tenderer should note that, Tenderer shall quote for the PART-A (i.e. work
portion) of Schedule B Items only. The accepted percentage rates shall
applicable for PART-A (i.e. work portion) only and not be applicable to the Part-
B (i.e. Royalty & Testing charges) of Schedule B.
45. Integrity Pact
(1) Integrity Pact executed on plain paper in the given format only duly
singed by Authorised signatory shall be part of the Contract
Agreement.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


33

(2) Any Corrections, modifications, additions, omission or any type of


changes in format given in Tender is not permissible and if it is
found at any stage the tender shall be rejected by forfeiting the
Security Deposit.
(3) Sucessful Bidder shall submit the Original Copy of the Integrity Pact
before award of work to Concerned Division Office.
46. The measurements of work will be taken according to the usual methods in use
in the Public Works Department and no proposals to adopt alternative methods
will be accepted. The Executive Engineer’s decision as to what is "the usual
method in use in the Public Works Department" will be final.
47. E-Billing
Contractor shall submit every bill through E-bill system. All the necessary
measures for recording measurements and submission of E- Bill shall be taken
by the contractor only with any extra cost to Government. No claim what-so-ever
shall be entertained by the Government on this ground.
42. Payment of stamp duty
As per article 63 of Bombay stamp (Amendment) Act, 2006 and further
amendments in April, 2015 the contractor shall have to pay stamp duty on the
value of accepted tender amount as per prevailing rate declared by the
Government of Maharashtra from time to time before work order. The rates
quoted by the contractor will deemed to thave considered all taxes, duties etc
including stamp duty. No separate claim will be entertained on this account by
the Employer. The stamp duty has to be paid on GRAS online/eSBTR through
net banking or any other medium as per the direction of the government in this
regard.
As per aricle 63 of the bombay stamp act. the stamp duty is payable as
per the following rates which is payable and mandatory for the execution of the
contract before the work order.
1] For the work having contract price upto Rs. 10,00,000-- Rs. 500/-
2] For the work having contract price above Rs. 10,00,000/-, Rs. 500/- + 0.10 %
of amount in excess of Rs. 10,00,000/-
43. GST : (1) For GST charges on Royalty and material testing, the receipt of
payment of GST charges on royalty and testing charges shall be submitted by
the contractor at the time of bill Payment and amount will be reimbursed to the
contractor accordingly.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


34

ANNEXURE – A
Affidavit
(on Rs. 100/- Stamp Paper)
I.............................................................. age ................. address
............................(Authorized signatory to sign the constract) hereby submit, vide this
affidavit in tructh, that I am the owner of the constracting firm................................. /
authorized signatory and I am submitting the documents in envelope no.1 for the
purpose of scrutiny of the constract. I hereby agree to the conditions mentioned
below:-
1. That I have submitted on line Tender for the work.............(Name of work)..............
on portal http://mahatenders.gov.in of P.W.D,
2. That I have carefully gone through, read thoroughly studied and understood all
terms & condition, specification included in the tender document (Tender Form, Detail
Tender Notice, conditions and specification common set of Deviations drawings etc.) I
hereby accept all theses conditions, I agree to abide by the terms & condition in the
tender document and agree to execute the work a per terms and conditions,
specifications laid down in the tender document.
3. That I have Furnished EMD (Earnest Money Deposit) from the Bank Account in the
name of my firm only.
4. I do here by state on oathn that the documents uploaded by in Envelope No. 1 of
this tender are true, correct and bondafied, There are no errors and omissions in the
uploaded documents.
5. I do here by state on oath that the value of work in hand (value of –B) is accurate on
the date of submission of this tender. If in the future it is found wrong or misleading, I
am liable for action under Indian Penal Code if any papers are found false/fraudulent
during contract period and even after the completion of constract
6. I am liable for action under Indian Penal Code for submission of any false /
fraudulent paper / information submitted in envelope no. 1.
7. The undersigned also hereby certifies that neither our firm M/s/ Shree.................
have abadoned any work on Building/Bridges/Roads etc a nor any contract awarded to
us for such works have been rescinded, during last five years prior to the date of this
bid.
8. The undersingned hereby authorize (s) and request(s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested by the
Dempartment to verify this statement or regarding my (our) competence and gernernal
reputation.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


35

9. The undersigned understand and agrees that further qualifying information may by
equested, and agarees to furnish any such information at the equest of the
Department! Project implementing agency.
10. I am neither associated, nor has been associated, directly or indirectly, with the
Consultant or any other entity that has prepared the design, specification, and other
documents for the Project or being proposed
11. I am liable for action under Indian Penal Code if during contract period and defect
liablity period, any any false information, false bill of purchases supporting proof of
purchase, proof of testing submitted by my staff, subletting company or by myself, I will
be liable for action under Indian Penal Code.
12. I am liable for action under Indian Pendal Code if any paper are found false /
fraudulent during constract period and even after the completion of contract (
finalisation of final bill ).
13. I/we, .............................. hereby solemnly agree that, I/we have willingly entered
into the contrcator with Publie Works Department, Governement of Maharashtra for
the work of ..................... ( Name of work ) for the said work, I/we am/are buying the
required quantired quantity of asphalt having stipulated specifications from the refinery
of IOC/HP/BP, I/we also aware of the fact after receiving the said quantity of asphalt
from the refinery, it is mandatory upon me to deposit the original copy / copies of
challan of asphalt in the office of Executive Engineer in charge of the work this work or
his authorised officer, I/we also agree that if I fail to produce sufficient documentary
evidence i.e. original copy / copies of challan for the purchase of asphalt, I will be
totally held responsible for this non complaince & in such a case I will be responsible
for any actions which the department may deem fit to impose on me/us, or legal
proceedings as per prevailing law.
Hence this Affidavit.
Place :-
Date :-
Signature of Contractor
(Signed by an Authorised Officer of the Firm)

[ The Scanned copy of above AFFIDAVITS should be uploaded in Envleope No. 1


And The Original Copy of the Bond of the above affidavit should be submittted
when demanded by this office or before award of work to Concerned Division
Office]

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


36

ANNEXURE-B
AFFIDAVIT (On Rs.500-Stamp Paper)

No Claim for Deployment of Technical Personnel/Key Persons from P. W. Department.

I............................................................................age..............address............................
........................................ (Authorized signatory to sign the contract), hereby submit,
vide this affidavit in truth, that I am the owner of the contracting
firm........................................ / authorized signatory and I am submitting the
documents in envelope no.1 for the purpose of scrutiny of the contract. I hereby agree
to the conditions mentioned below :-
1. That I have submitted on line Tender for the work................. (Name of
work)..................... on portal https://mahatenders.gov.in.
2. That I agree to pay all expenses related to the deployment of technical staff and key
persons, and I declare that I will not make any claims and / or compensation from the
P.W. Department regarding their deployment for this work

Signed in the presence of


1)

2)

Date :- ......................................

Place :- .....................................

Authorised Signatory with name

Firm Name-

Seal of the firm

The Scanned copy of above AFFIDAVITS should be uploaded in Envelope No. 1 And
The Original Copy of the Bond of the above affidavit should be submitted when
demanded by this office or before award of work to Concerned Division Office)

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


37

Statement No. I
Statement of List of Works in Hand and works Tendered for as on Last date of
submission of Submission this tender
Name of Contractor : ______________________________________________

Works in Hand

Value of Prob
Valu
Date Stipulat balance able
Tende Value of e of Re
Sr Name Agree of ed date Work to Date
red Work bala ma
N of ment comm of executed of
Amou already nce rks
o Work No. encem Comple in next 12 Com
nt done Wor .
ent tion months. pleti
k
on
1 2 3 4 5 6 7 8 9 10 11

------------ Sample Form -------------

(B) Works Tendered For


Name Name and
Sr. Tendered Time Probable Date when Other relevant
of address of
No. Amount Limit decision is expected details if any
Work client
1 2 3 4 5 6 7

------------ Sample Form -------------

Note : Details are to be uploaded in this format in envelope -1 duly signed.

Signature of Contractor Executive Engineer

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


38

Statement No. II
Details of Plants and machinery immediately owned and available
with the tendered for this work

Name of Contractor : ______________________________________________

Sr. Name of No. Of Kind and Age & Present


Capacity Remarks
No. Equipment Units Make Condition Location
1 2 3 4 5 6 7 8

------------ Sample Form -------------

Signature of Contractor

Note :- Details are to be uploaded in this format in envelope -1 duly signed.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


39

STATEMENT NO.22 [[A]


(To be included in envelope No.1)
(A) QUESTIONNAIRES OF MACHINERY: -
Performa for information regarding availability / Procurement of machinery required for
this work.

1. Fully automatic micro processor PLC with 1 No. (Owned)


SCADA enabled Concrete batch mix Plant
(Pan mixer) + Transit Mixer
2. Sand Screening and Washing Machine 1 No. (Owned )
(Electrically or diesel operated )
3. Drum Mix type hot mix Plant with SCADA 1 No. (Owned/Hired)
4. Paver Finisher with SCADA 1 No. (Owned/Hired)
5. Motor Grader 1 No. (Owned/Hired)
6. Vibratory Roller 1 No. (Owned )
7. Truck/Tipper 4 Nos. (Owned )
8. Excavator 1 No. (Owned )
9. Water Tanker 1 No. (Owned )
10. Soil Compactor 1 No. (Owned)

Question – 1
Is the above machinery owned by you and available with you for immediate
deployment of this work ?
If ‘yes’ please attache the documentary proof of ownership of above machinery
& upload information in this sample form.
Names of work
Type of No. of on which
Lactation Out-Put Work in Hand
machine Units deployed at
present

----------- sample form -----------

1) The life of new machinery will be considered as 15 Years.


2) There will no need of fitness certificate from SE (Mechanical) for first 10 Years.
3) After 10th year the machinery shall be checked and certified for its fitness by SE
Mechanical / ACE (Mechanical) every year till the 15th years.
4) After the 15th year, the contract or will get machinery certified every year from
SE / ACE (Mechanical) and produce the certificate of fitness. The Certificate
will be required for machinery where it is necessary and not issued by RTO .
5) If the above mentioned machinery in respect Sr. No. 1 to 3 Annexure – I is less
than 6 years old then tenderer shall have to upload the certificate regarding
SCADA either from Automation Manifold Service Pvt. Limited Nagpur or
Vasundhara IT Pvt. Ltd. Pune in lieu of certificate of Assistant Chief Engineer
(Mechanical) in all other cases tenderer have to upload certificate of Assistant
Chief Engineer (Mechanical ) regarding SCADA . In the absence of these
certificate , the Envelope No.2 (Financial bid) shall not be opened.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


40

6) The owned or hired (as specified above) Batch Mix type Hot Mix Plant with
SCADA must be located within 60 km. from farthest point of work site. The
Tenderer shall upload sketch showing the distance from plant to farthest point
of work site by the shortest practicable route in the Envelope No.1 After
opening the Envelop No.1 It shall be verified by the department (If necessary)
that the distance of the plant to the farthest point of work is within 60
kilometers. If the distance found to be more than 60 kilometers and / or the
route shown in sketch is not practicable, then Envelope No.2 of bidder will not
be opened i.e. bidder will be disqualified. In this connection decision of
Opening Authority shall be final and conclusive to all Tenderers.
7) Scanned Copy of sketch of R.M.C plant showing location of the plant and
distance from the farthest point of work to the R.M.C plant signed by the bidder
himself shall be submitted. The farthest distance for the R.M.C plant shall be
within 60 km so as to control setting time & segregation of the concrete as per
specification before laying on site. This sketch has to be uploaded online. After
opening EnvelopeNo.1, it will be verified by the Department (if necessary) that
the distance of the R.M.C. plant to the farthest point of work is within 60
kilometers. If the distance found to be more than 60 Kilometers and / or the
route shown in sketch is not practicable, then Envelope No. 2 of bidder will not
be opened i.e. bidder will be disqualified. In this connection decision of
Opening Authority shall be final and conclusive to all Tenderers.
8) In respect of Hired Machinery tender must upload the scanned copy of original
Agreement on appropriate stamp paper executed for hired with the company
who possess the said machinery along with the documentary proof of owner
ship who owned the machinery in envelope No.1
Condition Regarding Machinery

1) If the Machinery is not more than 6 years old, the contractor has to
provide TAX invoice (VAT or GST as the case may be) and the
transaction details of the purchase of the said machinery i.e. bank
statement or bank pass book, No Dues documents in this regard will be
considered.
2) In the case of pre-owned machinery i.e. purchase / procured from
another owner/ user of the machinery, scanned copy of following
documents shall be attached.
(a) Proof of Ownership of Previous Owner ie. Tax Invoice / Transfer
Agreement.
(b) Sale Agreement of Machinery.
Note:-The Contractor shall submit only those documents which are required/
asked in the tender documents, Uploading of unnecessary attachments with
the tender should be avoided.

Signature of Bidder

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


41

Statement No. III


Details of Works of Similar Type and magnitude carried out by the Contractor last Five
Years
Name of Tenderer :

Remark
Name and
Date s
address of Place Agreem Total Date
Name of Tende (Princip
Sr. organization and ent No. cost of of
of comm red al
No. for whom the Countr and work compl
Work encem cost feature
work was y Date done etion
ent as in
done
brief)
1 2 3 4 5 6 7 8 9 10

----------- Sample Form -------------

Note :- Details are to be uploaded in this format in envelope -1 duly signed.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


42

Statement No. IV
Statement showing Technical Personnel available with the contractor, which
can be speared exclusively for this work.
Name of Tenderer : ______________________________________________

Whether Experience Period for


Sr. Name of working in of execution which person is
Qualification Remarks
No. Person field or in of similar working with
office works the tenderer
1 2 3 4 5 6 7

------------ Sample Form -------------

Signature of Contractor

Note-1 : Details are to be uploaded in this format in envelope -1 duly signed.


List of Key Personnel to be depolyed on Contract Work.

Sr. No. of Key


Personnel Qualification
No. Personnel
1. Project Manager B.E. Civil + 5 Years Exp. 1 No.
(2 Years as Manager)
2. Site Engineer BE or DCE Civil + 5 Years 1 No.
Exp.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


43

Statement No. V
(i) Turnover Details as per Chartered Accountant Certificate (Last Five) Years

Sr. Updated Turn


Years Turn Over Remarks
No. over with Factor
1 2 3 4 5
1 2019-20
2 2020-21
3 2021-22
4 2022-23
5. 2023-24

Note :- Bidder Shall upload Turnover certificate of registered Chartered Accountant


with Tenderer's Total Civil Engineering Contract Receipts of last Five years regarding
annual trunover

(ii) Statement showing work done in all classes of Civil Engineering


Construction Works during last Five Year (i.e. 2019-20, 2020-21, 2021-22 &
2022-23, 2023-24)
Name of Contractor :
Name of Department

Updated Year-wise Total


Time Period of Work
Date of Work Order

Expenditure / Work Done Amount of


Name of Work

Cost of Work

Work still
Sr. No.

remaining
Remar
to be
2019-20

2020-21

2021-22

2022-23

2023-24

executed ks
(Balance
Cost of
work)

1 2 3 4 5 6 7 8 9 10 11 12

Grand
total

Note : Bidder shall upload work done certificate of Engineer in charge is support.
Note : Details are to be uploaded in this format in envelope No.1 duly signed.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


44

Statement No. VI
Statement showing quantities of work executed in during last Five Years
(i.e. 2019-20, 2020-21, 2021-22 & 2022-23,2023-24)

Quantity of work performed

Agreement No.
Name of work

Sr.
Year Remarks
No. (Indicate
concrete
reference)

1 2 3 4 5 6 7 8 9 10

2019-20

2020-21

2021-22

2022-23

2023-24

Total

Note -1 : Details are to be uploaded in this format in envelope -1 duly signed.


.

Signature of Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


45

INTEGRITY PACT

Between

Public Works Department, Maharasthra Government


having its Office at Bandhakam Bhavan, Fort Mumbai -400001

Hereinafter refered to as

“PUBLIC WORKS DEPARTMENT”


and

[Insert the name of the sole Bidder / Lead Partner of Joint Venture ]
Having its Registered Office at
[ Insert full Address ]

and

[Insert the name of the partner[s] of Joint Venture, as applicable


Having its Registered Office at

[ Insert full Address ]

Hereinafter referred to as

“The Bidder / Contractor”

Preamble

PUBLIC WORKS DEPARTMENT intends to award, under laid – down organizational


procedures contractors for (Inset the name of the package)

PUBLIC WORKS DEPARTMENT Values full compliance with all relevant laws and
regulations, and the principles of economical use of resources, and of fairness and
transparency in its relations with its Bidders/Contractors.

In order to achieve these goals, PUBLIC WORKS DEPARTMENT and the above
named Bidder/Contractor enter into this agreement called ‘Integrity Pact’ which will
form a part of the bid.

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

Signature Signature
(For & on behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder
Partners of Joint Venture/
Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


46

Section I – Commitments of PUBLIC WORKS DEPARTMENT


(1) PUBLIC WORKS DEPARTMENT commits itself to take all measures
necessary to prevent corruption and to observe the following principles:
a) No employee of PUBLIC WORKS DEPARTMENT, personally or
through family members, will in connection with the tender, or the
execution of the contract, demand, take a promise for or accept, for
him/herself or third person, any material or other benefit which he/she is
not legally entitled to.

b) PUBLIC WORKS DEPARTMENT will during the tender process treat all
Bidder(s) with equity and fairness. PUBLIC WORKS DEPARTEMENT
will in particular, before and during the tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s)
confidential/additional information through which the Bidder(s) could
obtain an advantage in relation to the tender process or the contract
execution.

c) PUBLIC WORKS DEPARTMENT will exclude from evaluation of Bids


its such employee(s) who has any personnel interest in the
Companies/Agencies participating in the Bidding/Tendering process
(2) If Principle Secretary PWD, Maharashtra Government obtains information on
the conduct of any employee of PUBLIC WORKS DEPARTMENT which is a
criminal offence under the relevant Anti-Corruption Laws of India, or if there be
a substantive suspicion in this regard, he will inform its Chief Vigilance Officer
and in addition can initiate disciplinary actions under its Rules.

Section II – Commitments of Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to


prevent corruption. He commits himself to observe the following principles
during his participation in the tender process and during the contract execution:

Signature Signature
(For & on behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder
Partners of Joint Venture /
Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


47

a) The Bidder/Contractor will not, directly or through any other person or firm,
offer, promise or give to PUBLIC WORKS DEPARTMENT, or to any of PUBLIC
WORKS DEPARTMENT’S employees involved in the tender process or the
execution of the contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange an
advantage during the tender process or the execution of the contract.
b) The Bidder/Contractor will not enter into any illegal agreement or
understanding, whether formal or informal with other Bidders/Contractors. This
applies in particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or actions to restrict competitiveness or
to introduce cartelization in the bidding process.
c) The Bidder/Contractor will not commit ant criminal offence under the relevant
Anti-corruption Laws of India, further, the Bidder/Contractor will not use for
illegitimate purposes or for purposes of restrictive competition or personal gain,
or pass on to others, any information provided by PUBLIC WORKS
DEPARTMENT as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted
electronically.
d) The Bidder/contractor of foreign origin shall disclose the name and address of
the Agents/representative in India, if any, involved directly or indirectly in the
Bidding, Similarly, the Bidder/Contractor of Indian Nationality shall furnish the
name and address of the foreign principals, if any, involved directly or indirectly
in the Bidding.
e) The Bidder/Contractor will, when presenting his bid, disclose any and all
payments he has made, or committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the contract and/or
with the execution of the contract.
f) The Bidder/Contractor will not misrepresent facts or furnish false/forged
documents/information in order to influence the bidding process or the
execution of the contract to the detriment of PUBLIC WORKS DEPARTMENT.

Signature Signature
(For & on behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder
Partners of Joint
Venture / Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


48

(2) The Bidder/Contractor will not instigate third persons to commit offences
outlined above or be an accessory to such offences.

Section III – Disqualification from tender process and exclusion from future
contracts
(1) If the Bidder, before contract award, has committed a serious transgression
through a violation of Section II or in any other form such as to put his reliability or
credibility as Bidder into question, PUBLIC WORKS DEPARTMENT may disqualify the
Bidder from the tender process or terminate the contract, if already signed, for such
reason.
(2) If the Bidder/Contractor has committed a serious transgression through a
violation of Section II such as to put his reliability or credibility into question,
PUBLIC WORKS DEPARTMENT may after following due procedures also
exclude the Bidder/Contractor from future contract award processes. The
imposition and duration of the exclusion will be determined by the severity of
the transgression. The severity will be determined by the circumstances of the
case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder/Contractor and the
amount of the damage. The exclusion will be imposed for a minimum of 12
months and maximum of 3 years.

(3) If the Bidder/Contractor can prove that he has restored/recouped the damage
caused by him and has installed a suitable corruption prevention system,
PUBLIC WORKS DEPARTMENT may revoke the exclusion prematurely.

Section IV – Liability for violation of Integrity Pact

(1) If PUBLIC WORKS DEPARTMENT has disqualified the Bidder from the tender
process prior to the award under Section III, PUBLIC WORKS DEPARTMENT
may forfeit the Bid Guarantee under the Bid.

(2) If PUBLIC WORKS DEPARTMENT has terminated the contract under Section
III, PUBLIC WORKS DEPARTMENT may forfeit the Contract Performance
Guarantee of this contract besides resorting to other remedies under the
contract.

Signature Signature
(For & on behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder
Partners of Joint Venture
/Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


49

Section V – Previous Transgression

(1) The Bidder shall declare in his Bid that no previous transgression occurred in
the last 3 years with any other Public Section Undertaking or Government
Department that could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the tender process or the contract, if already awarded, can be terminated
for such reason.

Section VI – Equal treatment to all Bidders/Contractors

(1) PUBLIC WORKS DEPARTMENT will enter into agreements with identical
conditions as this one with all Bidders.

(2) PUBLIC WORKS DEPARTMENT will disqualify from the tender process any
bidder who does not sign this Pact or violate its provisions.

Section VII – Punitive Action against violating Bidders/Contractors

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


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

(*) Section VIII – Independent External Monitor/Monitors

(1) PUBLIC WORKS DEPARTMENT has appointed a panel of Independent


External Monitors (IEMs) for this Pact with the approval of Central Vigilance
Commission (CVC), Government of India, out of which one of the IEMs has
been indicated in the NIT/IFB.
(2) The IEM is to review independently and objectively, whether and to what extent
the parties comply with the obligations under this agreement. He has right of
access to all project documentation. The IEM may examine any complaint
received by him and submit a report to Principle Secretary PWD, Maharashtra
Government, PUBLIC WORKS DEPARTMENT, at the earliest. He may also
submit a report directly to the CVO and CVC, in case of suspicion of serious
irregularities attracting the provisions of the PC Act. However, for ensuring the
desired transparency and objectivity in dealing with the complaints arising out
of any tendering process, the matter shall be referred to the full panel of IEMs,
who would examine the records, conduct the investigations and submit report
to Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS
DEPARTMENT, giving joint findings.

(3) The IEM is not subject to instructions by the representative of the parties and
performs his functions neutrally and independently. He reports to the Principle
Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT.

Signature Signature
(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder
Partners of Joint Venture/
Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


50

(4) The Bidders/Contractors accepts that the IEM has the right to access without
restriction to all documentation of PUBLIC WORKS DEPARTMENT related to
this contract including that provided by the Contractor/Bidder. The
Bidder/Contractor will also grant the IEM, upon his request and demonstration.
The same is applicable to Subcontractors. The IEM is under contractual
obligation to treat the information and documents of the
Bidders/Contractors/Subcontractors with confidentiality.

(5) PUBLIC WORKS DEPARTMENT will provide to the IEM information as sought
by him which could have an impact on the contractual relations between
PUBLIC WORKS DEPARTMENT and the Bidder/Contractor related to this
contract.

(6) As soon as the IEM notices, or believes to notice, a violation of this agreement,
he will so inform the Principle Secretary PWD, Maharashtra Government,
PUBLIC WORKS DEPARTMENT and request the Principle Secretary PWD,
Maharashtra Government, PUBLIC WORKS DEPARTMENT to discontinue or
regard submit non-binding recommendations. Beyond this, the IEM has no right
to demand from the parties that they act in a specific manner, refrain from
action or tolerate action. However, the IEM shall give an opportunity to
PUBLIC WORKS DEPARTMENT and Bidder/Contractor, as deemed fit, to
present its case before making its recommendations to PUBLIC WORKS
DEPARTEMENT.

(7) The IEM will submit a writing report to the Principle Secretary PWD,
Maharashtra Government, PUBLIC WORKS DEPARTMENT within 8 to 10
weeks from the date of reference or intimation to him by PUBLIC WORKS
DEPARTEMENT and, should the occasion arise, submit proposals for
correcting problematic situations.

(8) If the IEM has reported to the Principle Secretary PWD, Maharashtra
Government, PUBLIC WORKS DEPARTEMENT, a substantiated suspicion of
an offence under relevant Anti-Corruption Laws of India, and the Principle
Secretary PWD, Maharashtra Governments, PUBLIC WORKS DEPARTMENT
has not, within the reasonable time taken visible action to proceed against such
offence or reported it to the CVO, the Monitor may also transmit this
information directly to the CVC, Government of India.

Signature Signature
(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder
Partners of Joint Venture/
Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


51

(9) The word ‘IEM’ would include both singular and plural.

(*) This Section shall be applicable for only those packages wherein the IEMs have been
identified in Section – I: Invitation for Bids and/ or Clause ITB 9.3 in Section – III: Bid
Data Sheets of Conditions of Contracts, Volume-I of Bidding Documents.

Section IX – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the
Contractor after the closure of the contract and for all other Bidder’s six month
after the contract has been awarded.

Section X – Other Provisions

(1) This agreement is subject to Indian Law Place of performance and jurisdiction
is the establishment of PUBLIC WORKS DEPARTMENT. The Arbitration
clause provided in the main tender document / contract shall not be applicable
for any issue / dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in


writing.

(3) If the Contractor is a partnership firm or a consortium or Joint Venture, this


agreement must be signed by all partners, consortium members and Joint
Venture partners.

(4) Nothing in this agreement shall affect the rights of the parties available under
the General Conditions of Contract (GCC) and Special Conditions of Contract
(SCC)

(5) Views expressed or suggestions/submissions made by the parties and the


recommendations of the CVO/IEM# in respect of the violation of this
agreement, shall not be relied on or introduced as evidence in the arbitral or
judicial proceedings (arising out of the arbitral proceedings) by the parties in
connection with the disputes / differences arising out of the subject contract.

# CVO shall be applicable for package wherein IEM are not identified in
Section IFB/BDS of Condition of Contract, Volume-I. IEM shall be applicable
for packages wherein IEM are identified in Section IFB/BDS of Contract,
Volume-I.

Signature Signature
(For & On behalf of PUBLIC WORKS DEPARTMENT) (For & on behalf of Bidder
Partners of Joint Venture/
Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


52

(6) Should one-or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

(Signature) (Signature)
(For & On behalf of Public Works Department) (For & On behalf of Bidder/Partner
Of Joint Venture/Contractor)

(Office Seal) (Office Seal)

Name: - Name:-

Designation:- Designation:-

Witness 1:- Witness 1:-

(Name & Address) (Name & Address)

___________________________ ___________________________

___________________________ ___________________________

Witness 2:- Witness 2:-

(Name & Address) (Name & Address)

___________________________ ___________________________

___________________________ ___________________________

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


53

FORM B-1

PERCENTAGE RATE TENDER AND CONTRACT FOR WORK

DEPARTMENT : P.W.DEPARTMENT
REGION : P.W.REGION, NANDED
CIRCLE : P.W. CIRCLE, NANDED
DIVISION : P.W. DIVISION HINGOLI
NAME OF WORK : FDR to Construction of Drain on both sides of the SH
road passing through Kurunda Village, nalla training and Construction of a bridge
over the drain passing through the village Tq.Basmath Dist.Hingoli.
GENERAL RULES AND DIRECTION FOR THE GUIDANCE OF CONTRACTORS.

1. All works proposed to be executed by contract shall be notified in a form of


invitation to render pasted on a board hung up in the office of the Executive
Engineer, P.W. Division, Hingoli and signed by the Executive Engineer
P.W. Division, Hingoli. This form will state the work to be carried out as well
as the date for submitting and opening tenders and the time allowed for
carrying out the work, also the amount of earnest money to be deposited with
the tender, and the amount of the security deposit to be deposited by the
successful tenderer and the percentage, if any, to deducted from bill. Copies
of the specification, designs and drawings estimated rates, scheduled rates
and any other documents required in connection with the work shall be
signed by the Executive Engineer during office hours.

2 In the event of the tender being submitted by a firm it must be signed


separately by each partner thereof, and in the event of the absence of any
partner, it shall he signed on his behalf by a person holding a power of
attorney authorising him to do so.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


54

2(A) i The contractor shall pay online only along with the tender the sum
of Rs. 4,84,000/-( Rupees Four Lakh Eighty Four Thousand
Only) as and by way of earnest money by forwarding along with
the tender the said amount of earnest money shall not carry any
interest whatsoever.

ii) In the event of his tender being accepted subject to the provisions
of sub clause (iii) below, the said amount of earnest money shall
be appropriated towards the amount of security deposit payable by
him, under conditions of General conditions of contract.

iii) If, after submitting the tender, the contractor withdraws his offer, or
modifies the same or if after the acceptance of his tender the
contractor fails or neglects to furnish the balance of security
deposit without prejudice to any other right and powers of the
Government, hereunder, or in law, government shall be entitled to
forfeit the full amount of the earnest money deposited by him.

iv) In the event of his tender not being accepted, the amount of
earnest money deposited by the contractor, shall unless it is prior
thereto forfeited under the provision of sub-clause(iii) above, be
refunded to him on his passing receipt therefore.

3 Receipts for payments made on account of any work , when


executed by a firm shall also be signed by all the partners except
where the contractors are described in their tender as a firm , in
which case the receipt shall be signed in the name of the firm by
one of the partners or by some other person having authority to
give effectual receipts for the firm.

4. Any person who submits a tender shall fill- up the usual printed
from stating at what percentage above or below the rates specified
in scheduled ‘B’ (Memorandum showing items of work to be
carried out)he is willing to undertake the work. Only one rate or

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


55

such percentage on all the Estimated rates/Schedule rates shall


be named. Tenders which proposed any alteration in the work
specified in the said form of invitation to tender, or in the time
allowed for carrying out the work , or which contain any other
conditions, of any sort will be liable to rejection. No printed from of
tender shall include a tender for more than one work, but if
contractor who wish to tender for two or more works ,they shall
submit a separate tender for each . tender shall have the name
and number of the work to which the refer, written outside the
envelope.

5. The Superintending Engineer, Public Works Circle, Nanded.


or his duly authorised assistant shall open tenders. In the event of
a tender being accepted, the contractor shall, for the purpose of
identification, sign copies of the specifications and other
documents mentioned in Rule 1.In the event of tender being
rejected, the Divisional Officer shall authorise the Treasury
officer/Bank concerned to refund the amount of the earnest money
deposited, to the contractor making the tender, on his giving a
receipt for the return of the money.
6. The officer competent to dispose off the tenders shall have the
right of rejecting all or any of the tenders.

7. No receipt for any payment, alleged to have been made by a


contractor in regard to any matter relating to this tender or the
contract, shall be valid and binding on Government unless it is
signed by the Executive Engineer.

8. The memorandum of work to be tendered for and the schedule of


materials to be supplied by the Public Works Department and
their rates shall be filled in and complete by the office of the
Executive Engineer before the tender form is issued. If a form
issued to an intending tenderer has not been so filled in and
complete he shall request the said office to have this done before
he completes and delivers this tender.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


56

9 All work shall be measured net by standard measure and


according to the rules and customs of the Public Works
department and without reference to any local custom.
10. Under no circumstances shall any contractor be entitled to claim
enhanced rates for any item in this contract.
11. Every registered contractor should produce along with his tender
certificates of registration as approved contractor in the
appropriated class and renewal of such registration with date
expiry. ( Copies to attested by a Gazetted Officers.)
12. All correction and additions or pasted slips should be initialed.

13. The measurements of work will be taken according to the usual


methods in use in the Public Works Department and no
alternative methods will be accepted. The Executive Engineer’s
decision as to what is “the usual method in use in the Public
Works Department” will be final.
14 In view of the difficult position regarding the availability of foreign
exchange, no foreign exchange would be released by the
Department for the purchase of plant and machinery required for
the execution of the work contracted for.
15. The contractor will have to construct shed / godown for storing
controlled and valuable materials brought by him at work site at
contractor’s cost.
16. The tendering contractor shall furnish a declaration along with the
tender showing all works for which he has already entered into
contract and the value of the work that remains to be executed in
each case on the date of the submitting the tender(with certificate
from the head of the office concerned).
17 The contractors shall also give a list of machinery in their
possession and which they propose to use on the work in the
form of statement No. II on page No. 38 respectively.
18. Successful tenderer will have to produce to the satisfaction of the
accepting authority a valid and current licence issued in his favour
under the provision of Contract Labour (Regulation and Abolition)
Act 1970 before starting work, failing which acceptance of the
ender will be liable for withdrawal and earnest money will be
forfeited to Government.
19. The contractor shall comply with the provision of the Apprentices
Act. 1961 and the rules and orders issued there under from time to
time. If he fails to do so his failure will be breach of the contract.
The contractor shall also be liable for any pecuniary liability arising
on account of any violation by him of the provisions of the Act.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


57

TENDER FOR WORKS

I / we hereby tender for the execution for the Governor

of Maharashtra (here-in-before and hereinafter referred to as

"Government") of the work specified in the under written

memorandum within the time specified in such memorandum

at the rate quoted by me for Part A of Schedule B only at

specified place provided online in envelope No. (E-2)

percent below/above the estimated rates entered in

Schedule –B (Memorandum showing items of work to be

carried out) and in accordance in all respects with the

specifications, designs, drawings, and instructions in writing

referred to in Rule 1 hereof and in Clause 12 of the annexed

conditions of contract and agree that when material for the

work are provided by the Government such materials and the

rates to be paid for them shall be as provided in Schedule `A'

hereto

Note : Tenderer should note that, Tenderer shall quote


for the PART-A (i.e. work portion of Schedule B
Items only. The accepted percentage rate shall
applicable for PART-A (i.e. work portion) only and
not be applicable to the Part B (i.e. Royalty &
Testing charges) of Schedule B.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


58

MEMORANDUM
a) If several Sub-works are 1. a) General Description
included they should be
detailed in a separate list.
FDR to Construction of Drain on both sides of
the SH road passing through Kurunda
Village, nalla training and Construction of a
bridge over the drain passing through the
village Tq.Basmath Dist.Hingoli.
c) The amount of earnest money to (b) Estimated Cost Rs. 9,67,32,743/-
be deposited shall be in
accordance with the G.R. Dated (c) Earnest Money Rs. 4,84,000/-
27/09/2018
d) This deposit shall be in (d) Security Deposit
accordance with the G.R. Dated
27/09/2018
(i) FDR (Not less than Rs. 4,84,000/-
the amount of
earnest money)
(ii) To be deducted Rs. 4,84,000/-
from current
bills
Total Rs. 9,68,000/-
e) This percentage where no (e) Percentage, if any to be deducted from bills
security deposit is taken will so as to make up the total amount required
vary from 5% to 10 % as security deposit by the time, the half the
according to the requirement work as measured by the cost, is done
of the case where security
deposit is taken see note to
clause I of conditions of
contract.
01 (One) percent
f) Give Schedule where f) Time allowed for the from date of written
necessary showing dates order to commence is of 12 (Twelve)
by which the various items months (Including Monsoon season)
are to be completed

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


59

2) I / We agree that this offer shall remain open for acceptance for
a minimum period of 90 days from the date fixed for opening the
"same” means envelope No.2 and thereafter until it is withdrawn
by me/us by notice in writing duly addressed to the
authorityopening the tenders and sent by registered post A. D. or
otherwise delivered at the office of such authority.
“representing the earnest money is herewith forwarded. The
amount of earnest money shall not bear interest and shall be liable
to be forfeited to the Government should I/We fail to (i) abide by
the stipulation to keep the offer open for the period mentioned
above or
(ii) Sign and complete the contract documents as required by the
Engineer and furnish the security deposit as specified in item (d) of
the memorandum contained in paragraph (i) above within the time
limit laid down in Clause (1) of the annexed General conditions of
contract. The amount of earnest money may be adjusted towards
the security deposit or refunded to me/us if so desired by me/us in
writing, unless the same or any part thereof has been forfeited as
aforesaid.
4) Should this tender be accepted I / We here by agree to abide by
and fulfil all the terms and provisions of the conditions of contract
annexed hereto so far as applicable, and in default thereof to
forfeit and pay to Govt. the sums of money mentioned in the said
conditions.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


60

Signature of Contractor @ Contractor ............................... Address........................


before submission of
............................................................................................
tender
............................................................................................

# Signature of witness to Date the ................. the day of ......................20


contractor’s signature.
# (witness ) ...........................................................

Address ................................................................

(Occupation) .......................................................

The above tender is hereby accepted by me for and on behalf of the Governor
of Maharashtra.

……………………………………………………………………………………………………

……………………………………………………………………………………………………

……………………………………………………………………………………………………

Executive Engineer,
Public Works Division, Hingoli

i) Signature of the officer by whom accepted

Dated Day of.................... 20.....................

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


61

CONDITIONS OF CONTRACT

Security CLAUSE 1 : The person / persons whose tender may be


deposit
accepted (hereafter called the contractor which expressions
shall unless excluded by or repugnant to the context include
his heirs executors. Administrators, and assigns) shall
(A) within 10 days (which may be extended by the Executive
Engineer, Superintending Engineer or the Chief Engineer
concerned up to one month/two month / three months
respectively. If the Executive Engineer/Superintending
Engineer/ Chief Engineer thinks fit to do so) of the receipt by
him of the notification of the acceptance of his tender deposit
with the Executive Engineer( if deposited for more than 12
months) of sum sufficient which will make up the full security
deposit specified in the tender or (B) Permit Government at
the time of making any payment to him for work done under
the contract to deduct such sum as will amount to * One
percent of all moneys so payable such deduction to be held
by Government by way of security deposit. Provided always
that in the event of the contractor depositing a lump sum by
way or security deposit as contemplated at (A) above then
and in such case if the sum so deposited shall not amount to
* One percent of the total estimated cost of the work it shall
be lawful for Government at the time of making any payment
to the contractor for work done under the contract to make
up the full amount of , * One percent , by deducting a
sufficient sum from every such payment as last aforesaid
until the full amount of the security deposit is made up. All
compensation or other sums of money payable by the
contractor to the Government under the terms of his contract
may be deducted from, or paid by the sale of a sufficient part
of his security deposit of from interest arising there from, or
from any sums which may be due or may become due by
Government to the contractor under any other contract or

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


62

transaction of any nature on any account whatsoever and in


the event of his security deposit being reduced by reason of
any such deduction or sale as aforesaid, the contractor shall
within 10 days there after make good in cash or Government
securities endorsed as aforesaid any sum or sums which
may have been deducted from all raised by sale of his
security deposit or any part there of. The security deposit
referred to when paid in cash, may at the cost of the
depositor, be converted into the interest bearing securities
provided that the depositor has express by desired this in
writing. If the amount of the security deposit referred to when
paid in cash may at the cost of the depositor, be converted
into the interest bearing securities provided that the
depositor has expressly desired this in a lump sum within the
period specified at (A) above is not paid, the tender/contract
already accepted shall be considered as cancelled and legal
steps taken against the contractor for the recovery of the
amounts. The amount of the Security deposit lodged by a
contractor shall be refunded along with the payment of the
final bill, if the date up to which the contractor has agreed to
maintain the work in good order is over, if such date is not,
over only 50 percent amount of security deposit shall be
refunded along with the payment of the final bill. The amount
of the security deposit retained by the Government shall be
released after expiry of period up to which the contractor
agreed to maintain the work in good order is over. In the
event of the contractor failing or neglecting to complete
rectification work within the period up to which the contractor
has agreed to maintain the work in good order then, subject
to provisions of clauses 17 and 20 hereof the amount of
security deposit retained by Government shall be adjusted
towards the excess cost incurred by the Department on
rectification work.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


63

The amount retained toward defect liability period in pursunt


to clause 20 shall not be in the form of Bank Guarantee.
Note : This will be the same percentage as that in the
tender at (e)
CLAUSE – 2 : The time allowed for carrying out the Work
Compensation as entered in the tender shall be strictly observed by the
For delay
contractor and shall be reckoned from the date On which the
order to commence work is given to the contractor. The work
shall through out the stipulated period of the contract be
proceeded with all due diligence and the contractor shall pay
compensation an amount equal to one percent or such
similar amount as the Superintending Engineer( whose
decision in writing shall be final ) may decide, of the amount
of the estimate cost of the whole work as shown by the
tendered for every day that the work remains uncommented
or unfinished after the proper dates. And further to ensure
good progress during execution of the work, the contractor
shall be bound, in all cases in which the time allowed for any
work exceeds one month to complete. The contractor should
complete the work as per phase period given below.
1/4 of the work in 1/4 of the time
1/2 of the work in 1/2 of the time
3/4 of the work in 3/4 of the time
full of the work in full of the time
[ Full work will be completed in 12 (Twelve) Months
including monsoon.]
In the event of the contractor failing to comply
with this, conditions he shall be liable to pay as
compensation an amount equal to one percent or such
smaller amount as the Superintending Engineer(whose
decision in writing shall be final ) may decide of the said
estimated cost of the whole work for every day that the
due quantity of work remains incomplete. Provided

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


64

always that the total amount of compensation to be


paid under the provision of this clause shall not exceed
10 % of the estimated cost of the work as shown in
tender.
CLAUSE –3 : In any case in which under this any
Action when Clause or clauses of this contract the contractor shall
Whole security
have rendered himself liable to pay compensation
deposit is
Forfeited Amounting to the whole of his security deposit
(whether paid in one sum or deducted by installments)
or in the case of abandonment of the work owing to
serious illness or death of the contractor or any other
cause to Executive Engineer on behalf of the
Government of Maharashtra shall have power to adopt
any of the following courses as he may deem best
suited to the interest of Government.
a) To rescind the contract (for which rescission notice
in writing to the contractor under the hand of the
Executive Engineer, shall conclusive evidence) and in
the case the Security deposit of the contractor shall
stand forfeited and be absolutely at the disposal of
Government.
b) To carry out the work or any part of the work
departmentally debiting the contractor with the cost of
the work, expenditure incurred on tools and plant, and
charges on additional supervisory staff including the
cost of work charged establishment employed for
getting the unexcited part of the work completed and
crediting him with the value of the work done
departmentally in all respects in the same manner and
at the same rates as if it had been carried out by the
contractor under the terms of his contract. The
certificate of the Executive Engineer as to the costs and
other allied expenses so incurred and as to the value of

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


65

the work so done departmentally shall be final and


conclusive against the contractor.
c) To order that the work of the contractor be
measured up and to take such part thereof as shall be
unexecuted out of his hands and t give it to another
contractor to complete in which case all expenses
incurred on advertisement for fixing a new contracting
agency, additional supervisory staff including the cost
of work charged establishment and the cost of the work
executed by the new contract agency will be debited to
the contractor and the work done or executed through
the new contractor shall be credited to the contractor in
all respects and in the same manner and at the same
rates as if it had been carried out by the contractor
under the terms of his contract. The certificate of the
Executive Engineer, as to all the cost of the work and
other expenses incurred as aforesaid for or in getting
the unexecuted work done by they new contractor and
as to the value of the work so done shall be final and
conclusive against the contractor.
In case the contract shall be rescinded under clause
(a) above the contractor shall not be entitled to recover
or be paid, any sum for work therefore actually
performed by him under this contract unless and until
the Executive Engineer, shall have certified in writing
the performance of the such work and the amount
payable to him in respect thereof and he shall only be
entitled to be paid the amount so certified. In the event
of either of the courses referred to in clause (b) or (c)
being adopted and the cost of the work executed
departmentally or through a new contractor and other
allied expenses exceeding the value of such work
credited to the contractors the amount of excess shall

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


66

be deducted from any money due to the contractor by


Government under the contract or other wise. However
or from his security deposit or the sale proceeds thereof
provided however that the contractor shall have no
claim against Government even if the certified value of
the work done departmentally or through a new
contractor exceeds the certified cost of such work and
allied expenses, provided always that whichever of the
three courses mentioned in clauses (a) (b) or (c) is
adopted by the Executive Engineer, the contractor shall
have no claim to compensation for any loss sustained
by him by reason of his having purchased or procured
any materials, or entered into any engagements, or
made any advances on account of o with a view of the
execution of the work or the performance of the
contract.
CLAUSE – 4: If the progress of any particular portion
Action when
the progress of Of the work is unsatisfactory the Executive Engineer,
any particular Shall not with standing that the general progress of the
portion of the
work is Work is in accordance with the conditions mentioned In
clause 2 be entitled to take action under clause 3 (b) after
giving the contractor 10 days notice in writing. The
contractor will have no claim for compensation for any
loss sustained by him owing to such action.
CLAUSE – 5 : In any case in which any of the powers
Conferred upon the Executive Engineer, by clauses 3
Power to
take And 4 hereof shall have become exercisable and the
possession Same shall not have been exercised the non exercise
of or require
removal or Thereof shall not constitute a waiver of any of the
sell Conditions hereof and such powers shall not with
contractor’s
plant Standing is exercisable in the event of any further case of
default by the contractor for which under any clause or
clauses hereof he is declared liable to pay compensation

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


67

amounting to the whole of his security deposit and


liability of the contractor for past and future compensation
shall remain unaffected. In the event of the Executive
Engineer, taking action Under sub clause (a) or (c) or

Contractor clause-3 he may, if he So desires, take possession of


remains liable to all or any tool and Plant, materials and stores in or
pay
compensation if upon the works or the site thereof or belonging to
action not taken the contractor, or procured by him and intended to be
under clause 3 &
4 used for the execution of the work or any part thereof
paying or allowing for the same in account at the contract
rates, or in the case of contract rates not being applicable
at current market rates to be certified by Executive
Engineer, whose certificate there of shall be final. In the
alternative, the Executive Engineer, may, after giving
notice in writing to the contractor of his clerk of the work,
foreman or other authorized agent require him to remove
such tools plant, materials or stores from the premises
within a time to be specified in such notice, and in the
event of the contractor failing to comply with any such
requisition, the Executive Engineer, may remove them at
the contractor’s expenses for sale them be auction or
private sale on account of the contractor and at his risk in
all respect and the certificate of the Executive Engineer,
as to the Expenses of any such removal and the amount
of the proceeds and expenses of the proceeds and
expenses of any such sale shall be final and conclusive
against the contractor.
CLAUSE-6: If the contractor shall desire an extension of
Extension of time
the time for completion of work on the ground of his
having been unavoidably hindered in its execution or on
any other ground he shall apply in writing to the
Executive Engineer, before the expiration of the period
stipulated in the tender or before the expiration of 30

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


68

days from the date on which he was hindered as


aforesaid or on which the cause for asking for extension
occurred whichever earlier ever and the Executive
Engineer, may with prior approval of the authority
component to accept the tender if in his opinion, there
are reasonable round for granting an extension. Grant
such extension as he thinks necessary or proper. The
decision of the Executive Engineer, in this matter shall be
final.
CLAUSE-7: On the completion of the work the
Final contractor shall be furnished with a certificate by the
certificate
Executive Engineer,(hereinafter called the Engineer- In
charge ) of such completion, but no such certificate Shall
be given nor shall the work be considered to be complete
until the contractor shall have removed from the premises
on which the work shall have been executed, all
scaffolding, surplus materials and rubbish, and shall have
cleaned off, the dirt from all wood work, doors windows
walls floors or other parts of any building in or upon which
the work has been executed, or of which he may have
until the work shall have been measured by the
Engineer-in-charge or where the measurements have
been taken by his subordinates until they have
possession for the purpose of executing the works, not
until the work shall have been measured to the Engineer
in charge or where the measurement have been taken by
his sub-ordinates until they have received the approval of
the Engineer-in-charge the said measurements being
binding and conclusive against the contractor. If the
contractor shall fail to comply with the requirements of his
clause as to the removal of scaffolding surplus materials
and rubbish and cleaning of the dirt on or before the date
fixed for the completion of the work the Engineer-in-

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


69

charge may at the expense of the contractor remove


such scaffolding, surplus materials and rubble and
dispose off the same as he thinks fit and clean off such
dirt as aforesaid and the contractor shall forthwith pay the
amount of all expenses so incurred, but shall have no
claim in respect of any such scaffolding or surplus
materials as except for any sum actually realized by the
sale thereof.
CLAUSE-8: No payment shall be made for

Payment on work, estimated to cost less than rupees one thousand,


intermediate till after the whole of work shall have been completed and
certificate to be
regarded as a certificate of completion given. But in the case of
advance works estimated to cost more than rupees one thousand
the contractor shall On submitting a monthly bill therefore
be entitled to receive payment proportionate to the part of
the work then approval and passed by Engineer-in-
charge whose certificate of such approval on posing of
the sum payable shall be final and conclusive against the
Contractor. All such intermediate payments shall be
regarded as payments by way of advance against the
final payments only and not as payments for work
actually done and completed and shall not preclude the
Engineer-in-charge from requiring any bad, unsound
imperfect or unskillful work to be removed or taken away
and reconstruction or re-erected nor shall any such
payment be considered as an admission of the due
performance of the contractor or any part thereof in any
respect or the accruing of any claim nor shall if conclude,
determine or affect in any other way the powers of the
Engineer-in-charge as to the final settlement and
adjustment of the accounts or otherwise or in any other
way vary or effect the contract. The final bill shall be
submitted by the contractor within one month of the date

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


70

fixed for the completion of the work, otherwise the


Engineer-in-charge’s certificate of the measurements and
of the total amount payable for the work shall be final and
binding on all parties.

Payment at reduced CLAUSE-9: The rates for several items of


rates on account of
works estimated to cost more than Rs.1000/-
item of work not
accepted as agreed to within shall be valid only when
completed to be at
the item concerned is accepted as having
the discretion of the
engineer-in-charge. been completed fully in accordance with the
sanctioned specifications. In case where the items of
work are not accepted as so completed the Engineer-in-
charge may make payment on account of such items at
such reduced rates as he may consider reasonable in the
preparation of final or on account bills.
Bill to be submitted CLAUSE-10 : A bill shall be submitted by
monthly.
the contractor in each month on or before
the date fixed by the Engineer-in-charge for
all work executed in the previous month and the
Engineer-in-charge shall take or cause to be taken the
requite measurement for the purpose of having the same
verified and the claim so far as it is admissible, shall be
adjusted, if possible within ten days from the presentation
of the bill. If the contractor does not submit the bill within
the time fixed as aforesaid, the Engineer-in-charge may
depute a subordinate to measure up the said work in the
presence of the contractor or his duly authorized agent
whose counter signature to the measurement list shall be
sufficient warrant and Engineer-in-charge may prepare a
bill from such list which shall be binding on the contractor
in all respects.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


71

CLAUSE-11: The contractor shall submit all


bills on the printed forms to be had on
application at the office of the Engineer-in-
Bill to be on the
printed form charge. The charges to be made in the bills
shall always be entered at the rates specified
in the tender or in the case of any extra work
ordered in pursuance of these conditions and
not mentioned or provided for in the tender at
the rates hereinafter provided for such work.
CLAUSE – 12 : If the specification or estimate
of the work provides for the use of any special
Store supplied by
government description of materials to be supplied from the
store of the public works Department store or if
it is required that the contractor shall use
certain stores to be provided by the Engineer-
in-charge(such material and stores and the
prices to be charged therefore as hereinafter
mentioned being so far as practicable for
the convenience of the contractor but not so as
in any way to control the meaning or effect of
this contract specified in the schedule or
memorandum annexed) the contractor shall be
supplied with such materials and stores as may
be required from time to time to be used by him
for the purposes of the contract only and the
value of the full quantity of the materials and
stores so supplied shall be set off or deducted
from any sums then due or thereafter to
become due to the contractor under the
contract, or otherwise from the security deposit
or the proceeds of sale thereof. If the security
deposit is held in Government Securities the
same or a sufficient portion there of shall in

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


72

that case be sold for all purpose. All materials


supplied to the contractor shall remain the
absolute property of the Government and shall
on no account be removed from the site of the
work, and shall at all times be open to
inspection by the Engineer-in-charge. Any such
materials unused and in perfectly good
condition at the time of completion or
determination of the contract shall be returned
to the public Works Department store if the
Engineer-in-charge so requires by a notice in
writing given under his hand, but the contractor
shall not be entitled to return any such
materials except with consent of the Engineer-
in-charge and he shall have no claim for
compensation on account of any such material
supplied to him as aforesaid but remaining
unused by him or for any wastage in or
damage to any such materials.
CLAUSE –13 : The contractor shall execute
Work to be
executed in the whole and every part of the work in the
accordance with
specifications
most substantial and workman like manner
drawing orders etc and both as regards materials and in every
other respect in strict accordance with
specifications. The contractor shall also
conform exactly, fully and faithfully to the
designs drawing and instructions in writing
relating to the work signed by the Engineer-in-
charge and lodged in his office and to which
the contractor shall be entitled to have access
for the purpose of inspection at such office, or
on the site of the work during office hours. The
contractor will be entitled to receive three sets

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


73

of contract drawings and working drawings as


well as one certified copy of the accepted
tender along with the work order free of cost.
Further copies of the contract drawings and
working drawings if required by him, shall be
supplied at the rate of Rs. 300/- per set of
contract drawings and Rs. 150/- per working
drawings except where other wise specified.
CLAUSE –14: The Engineer-in-charge shall
Alteration in have Power to make any alterations in or
specifications and
additions to the original specifications
designs not to
invalidate contracts drawings, designs and instructions that may
appear to him to be necessary or advisable
during the progress of the work, and the
contractor shall be bound to carry out the
work in accordance with any instructions in
this connection which maybe given to him in
writing signed by the Engineer-in- charge and
such alteration shall not invalidate the
contract, and any additional work , which the
contractor may be directed to do in the manner
above, specified as part of the work shall be
carried out by the contractor on the same
condition in all respects on which he agreed to
do the main work, and at the same rates as
are specified in the tender for the main work
and if the additional and altered work includes
any class of work for which no rate is specified
in this contract, then such class of work shall
be carried out at the rates entered in the
schedule of rates of the Division or at the rates
mutually agreed upon between the Engineer-

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


74

in-charge and the contractor whichever, are


lower.
If the additional or altered work for which no
Rates for work not
rate is entered in the schedule of rates of the
entered in estimate or
schedule of rate of the Division, is ordered to be carried out before the
district.
rates are agreed upon the contractor shall
within seven days of the date of receipt by him
of the order to carry out the work inform the
Engineer-in-charge of the rate which it is his
intention to charge for such class of work and
if the Engineer-in-charge of the rate which it is
his intention to charge for such class of work
and if the Engineer-in-charge does not agree
to this rate he shall be notice in writing be at
liberty to cancel his order to carry out such
class of work and arrange to carry it out in
such manner as he may consider advisable
provided always that if the contractor shall
commence work or incur any expenditure in
regard there to before the rates shall have
been determined as lastly herein before the
mentioned, then in such case he shall only be
entitled to be paid in respect of the work
carried to or expenditure incurred by him prior
to date of the determination of the rate as
aforesaid according to such rate or rates as
shall be fixed by the Engineer-in-charge. In the
event of accordance dispute, the decision of
the Superintending Engineer of the Circle, will
be final.
Where, however, the work is to be executed
Extension of time in
consequence of according to the designs drawings and
additions or alterations
specifications recommended by the contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


75

and accepted by the competent authority the


alterations above referred to shall be within the
scope of such designs, drawings and
specifications appended to the tender. The
time limit for the completion of the work shall
be extended in the proportion that the
increase in its cost occasioned by alterations
or additions bears to the cost of the original
contract work and the certificate of the
Engineer-in-charge as to such proportion
shall be conclusive.

CLAUSE-15 (1) : If at any time after the


No claim to any execution of the contract documents. The
payment or Engineer shall for any reason what-so-ever
Compensation for
alteration in or (other than default on the part of the
restriction of work contractor for which the Government is
entitled to rescind the contract ) desires that
the whole or any part of the work specified
in the tender should be suspended for
any period or that the whole or part of the
work should not be carried out at all he
shall give to the contractor a notice in writing
of such desire and upon the receipt of such
notice the contractor shall forthwith
suspend or stop the work wholly or in part
as required, after having due regard to the
appropriate stage at which the work should
be
stopped or suspended so as not to cause any
damage or injury to the work already done or
endanger the safety there of provided that the
decision of the Engineer as to the stage at

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


76

which the work or any part of it could be or


could have been safely stopped or suspended
shall be final and conclusive against the
contractor. The contractor shall have no claim
to any payment or compensation what so ever
by reason of or in pursuance of any notice as
aforesaid on account of any suspension,
stoppage or curtailment except to the extent
specified hereinafter.
(2) Where the total suspension of work
ordered as aforesaid continued for a
continuous period exceeding 90 days, the
contractor shall be at liberty to withdraw from
the contractual obligations under the contract
so far as it pertains to the unexecuted part of
the work by giving accordance 10 days prior
notice in writing to the Engineer, within 30 days
of the expiry of the said period of 90 days, of
such intention and requiring the Engineer, to
record the final measurement of the work
already done and to pay the final bill. Upon
given such notice, the contractor shall be
deemed to have been discharged from his
obligation to complete the remaining
unexecuted work under his contract. On receipt
of such notice the Engineer shall proceed to
complete the measurement and make such
payment as may be finally due to the
contractor within a period of 90 days from the
receipt of such notice in respect of the work
already done by the contract. Such payment
shall not in any manner prejudice the right of
the contractor to any further compensation

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


77

under the remaining provisions of this of this


clause.
(3) Where the Engineer requires the
contractor to suspend the work for accordance
period in excess of 30 days at any time or 60
days in the aggregate, the contractor shall be
entitled to apply to the Engineer within 30 days
of the resumption of the work after such
suspension for payment of compensation to
the extent of pecuniary loss suffered by him in
respect of working machinery rendered idle on
the site or on account of his having, had to pay
the salary or wages of labour engaged by him
during the said period of suspension. Provided
always that the contractor shall not be entitled
to any claim in respect of any such working
machinery, salary or wages for the 30 days
whether consecutive or in the aggregate of
such suspension or in respect of any
suspension whatsoever occasioned by
unsatisfactory work or any other default on his
part. The decision of the Engineer in this
regard shall be final and conclusive against the
contractor.
(4) The event of
(i) Any total stoppage of work on notice from
the Engineer under sub-clause(1), in that
behalf,
(ii) Withdrawal by the contractor from the
contractual obligation to complete the
remaining unexecuted work under sub clause
(2) on account of continued suspension of work
for accordance period exceeding 90 days.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


78

OR (iii) Curtailment in the quantity of item or


items originally tendered on account of any
alteration, omission or substitutions in the
specifications drawings designs, or instructions
under clause 14 where such curtailment
exceeds 25% in quantity and the value of the
quantity curtailed beyond 25% at the rates for
the item specified in the tender is more than
Rs. 5000/-
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 with drawl
from the contractual obligations under the
contract on account of the continued
suspension of work or (iii) notice under clause
14 resulting in such curtailment to produce to
the Engineer satisfactory documentary
evidence that he had purchased or agreed to
purchase material for use in the contracted
work, before receipt by him of the notice of
stoppage, suspension or curtailment and
require the Government to take over on
payment such material at the rates determined
by the Engineer, Provided however, such rates
shall in no case exceed the rates at which the
same were acquired by the contractor. The
Government shall thereafter take over the
material so offered, provided the quantities
offered are not in excess of the requirements of
the unexecuted work as specified in the
accepted tender and are of quality and
specifications approved by the Engineer.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


79

CLAUSE-15 (A) : The contractor shall not be


No claim to
compensation on entitled to claim any compensation from
account of loss due to
delay in supply of Government for the loss suffered by him on
material by government account of delay by Government in the supply
of materials entered in Schedule –A where
such delay is caused by :
(i) Difficulties relating to the supply of railway
wagons.
(ii) Force measure
(iii) Act of God.
(iv) Act of enemies of the state or any other
reasonable cause beyond the control of
Government.
In the case of such delay in the supply of
materials, Government shall grant such
extension of time for the completion of the
works as shall appear to the Executive
Engineer, to be reasonable in accordance with
the circumstances of the case. The decision of
the Executive Engineer on to the extension of
time shall be accepted on final by the
contractor.
CLAUSE –16 : Under no circumstances
Time limit for whatsoever shall the contractor be entitled to
unforeseen claims
any compensation from Government on any
account unless the contractor shall have
submitted a claim in writing to the Engineer-in-
charge within One month of the cause of such
claim occurring.
CLAUSE –17 : If any time before the
Action and security deposit or any part thereof is
compensation refunded or any part thereof is refunded to the
payable in case of
bad works contractor it shall appear to the Engineer –in-

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


80

charge or his subordinate in charge of the


work, that any work has been executed with
unsound, imperfect or unskillful workmanship or
with materials of inferior quality, or that any
materials or articles provided by him for the
execution of the work are unsound or of a quality
inferior to that contracted for, or are otherwise
not in accordance with contract it shall be lawful
for the Engineer-in-charge to intimate this fact in
writing to the contractor and then
notwithstanding the fact that the work, materials
or articles complained of may have been
inadvertently passed, certified and paid for, the
contractor shall be bound forthwith to rectify or
remove and reconstruct the work so specified in
whole or in part, as the case may require of if so
required, shall remove the materials or articles
so specified and provide other proper and
suitable materials or articles at his own charge
and cost, and in the event of his failing to do so
within a period to be specified by the Engineer-
in-charge in the written intimation aforesaid, the
contractor shall be liable to pay compensation at
the rate of 1% on the amount of the estimate for
every day not exceeding 10 days during which
the failure so continues and in the case of any
such failure the Engineer-in-charge may rectify
or remove, and re-execute the work or remove
and replace the materials or articles complained
of as the case may be at the risk and expense in
all respects of the contractor should the
Engineer-in-charge consider that any such
inferior work or materials as described above

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


81

may be accepted or made use of it shall be


within his discretion to accept the same at such
reduced rates as he may fix therefore.
Works is to be
open to CLAUSE –18: All works or in course of
inspection execution or executed in pursuance of the
Contractor or
responsible
contract shall at all times be open to the
agent to be
present. inspection and supervision of the Engineer-in-
charge and his subordinates and the contractor
shall at all time during the usual working hours,
and at all other times at which reasonable notice
of the intention of the Engineer-in-charge or his
subordinate to visit the work shall have been
given to the contractor, either himself be present
to receive orders and instructions or have
accordance responsible agent duly authorized in
writing, present for that purpose. Orders given to
the contractor’s duly authorized agent shall be
considered to have the same force and effect
as if they had been given to the contractor
himself.
CLAUSE- 19 : The contractor shall give not less
than five days notice in writing to the Engineer-
Notice to be given
before work is in-charge or his subordinate in charge of the
covered up
work before converting up or otherwise placing
beyond the reach of measurements any work in
order that the same may be measured and
correct dimensions thereof taken before the
same is so covered up or placed beyond the
reach of measurement any work without the
consent in writing of the Engineer-in-charge or
his subordinate in charge of the work, and if
any work shall be covered up or placed beyond
the reach of measurements without such notice

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


82

having been given or consent obtained the same


shall be uncovered at the contractor’s expenses
and in default thereof no payment or allowance
shall be made for work or for the materials with
which the same was executed.
CLAUSE –20 : If during the period of “05 (Five)
Contractor liable for Years for B.T. Works, & 20 (Twenty) Years for
damage done and for
Bridge work " from the date of completion as
impureberction
certified by the Engineer-in-charge pursuant to
clause 7 of the contract or “05 (Five) Years for
B.T. Works, & 20 (Twenty) Years for Bridge
work " after commissioning the work, whichever
is earlier in the opinion of the Executive
Engineer, the said work is defective in any
manner whatsoever, the contractor shall
forthwith on receipt of the notice in that behalf
from the Executive Engineer, duly commence
execution and completely carry out at his cost in
every respect all the work that may be
necessary for rectifying and setting right the
defects specified therein including dismantling
and reconstruction of unsafe portion strictly in
accordance with and in the manner prescribed
and under the supervision of the Executive
Engineer in the event of the contractor failing or
neglecting to commence execution of the said
rectifications work within the period prescribed
therefore in the said notice, and / or to complete
the same as aforesaid as required by the said
notice, the Executive Engineer, get the same
executed and carried out departmentally or by
any other agency at the risk on account and at
the cost of the contractor. The contractor shall
forthwith on demand pay to the Government the
amount of such costs, charges and expenses

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


83

sustained or incurred by the Government of


which the certificate of the Executive Engineer,
shall be final and binding on the contractor.
Such cost, charges and expenses shall be
deemed to be arrears of land revenue and in the
event of the contractor failing or neglecting to
pay the same on demand as aforesaid without
prejudice to any other rights and remedies of the
Government the same may be recovered from
the contractor as arrears of land revenue. The
Government shall also entitled to deduct the
same from any amount which may then be
payable or which may thereafter become
payable by the Government to the contractor
either in respect of the said work or any other
work whatsoever, or from the amount of the
security deposit retained by Government.
CLAUSE- 21 : The contractor shall supply at his
Contractor to supply
plant, ladders, own cost all material ( except such special
scaffolding etc.
materials, if any as may in accordance with the
contact be supplied from the Public Works
Departmental Stores, plant, tools, appliances,
implements, ladders, cordage, tackle, scaffolding
and temporary works which may required for the
proper execution of the work in the original
altered or substituted form and whether included

And is liable for in the specifications or other documents


damages arising forming part of the contract or referred to in
from non-provision
these conditions or not and which may be
of light, fencing etc.
necessary for the purpose of satisfying or
complying with the requirements of the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


84

Engineer-in-charge as to any matter as to which


under these conditions he is entitled to be
satisfied, or which he is entitled to require
together with the carriage therefore to and from
the work the contractor shall also supply without
charge the requisite number of persons with the
means and materials necessary for the purpose
of setting out works and counting, weighing and
assisting in the measurement or examination at
any time to time of the work or the materials.
Failing which the same may be provided by the
Engineer-in-charge at the expense of the
contractor and the expenses may of the
contractor and may be deducted from any
money due to the contractor under the contract
or from his security deposit or the proceeds of
sale thereof, or of a sufficient portion thereof.
The contractor shall provide all necessary
fencing and lights required to protect the public
from accident and shall also be bound to bear
the expenses of defense every suit, action or
other legal proceedings that may be brought by
any person for injury sustained owing to neglect
of the above precautions and to pay any
damages and costs which may be awarded in
any such suit action or proceedings to any such
person or which may with consent of the
contractor be paid for compromising any claim
by any such person.
CLAUSE- 21 (A) : The contractor shall provide
suitable scaffolds and working platforms,
gangways and stairways and shall comply with
the following regulations in connection there with

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


85

a) Suitable scaffold be provided for


workman for workmen for all works that
cannot be safely done from a by other
means.
b) A scaffold shall not be constructed,
taken down or substantially altered except.
i) Under the supervision of accordance
competent and responsible person and
ii) As far as possible by competent
workers possessing adequate experience in
this kind of work.
c) All scaffold and appliances connected
therewith and ladders shall.
i) be of sound material.
ii) be of adequate strength having regard
to the loads and strains to which they will
be subjected and;
iii) be maintained in proper condition.
d) Scaffolds shall be so constructed that no
part thereof can be displaced in
consequence of normal use.
e) Scaffolds shall not be over loaded and
so far as practicable the load shall be
evenly distributed.
f) Before installing lifting gear on scaffolds
special precautions shall be taken to ensure
the strength and stability of the scaffolds.
g) Scaffolds shall be periodically inspected
by a competent person.
h) Before allowing a scaffold to be used by
his workmen the contractor shall, whether
the scaffold has been erected by his
workmen or not taken step to ensure that it

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


86

complies fully with the regulation here in


specified.
i)Working platforms, gangways and
stairways shall:
(i) be so constructed that no part thereof
can sag unduly or unequally
(ii) be so constructed and maintained,
having regard to the prevailing conditions
as to reduce as far as practicable risks of
persons tripping or slipping and
(iii) be kept free from any unnecessary
obstruction.
j) In the case of working platform gangways
working places and stairway sat
accordance height exceeding 3.00 Meters.
(i) Every working platform and every
gangway shall be closely boarded unless
other adequate measures are taken to
ensure safely.
(ii) Every working platform and gangway,
shall have adequate width and
(iii) Every working platform, gangway,
working place and stairway shall be
suitable fenced.
k) Every opening in the floor of accordance
building or in a working platform shall
except for the time and to the extent
required to allow the excess of persons or
the transport or shifting of material be
provided with suitable means to prevent the
fall of persons or material.
l) When persons are employed on a roof
where there is a danger of falling from a

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


87

height exceeding 3.00-meter suitable


precautions shall be taken to prevent the
fall of persons or material.
m) Suitable precautions shall be taken to
prevent persons being struck by articles,
which might fall from scaffolds or other
working place.
n) Safe means of access shall be provided
to all working platforms and other working
places.
CLAUSE –21(B) : The contractor shall
comply with the following regulations as
regards the Hoisting Appliances to be used
by him:
a) Hosting machines and tackle, including
their attachments, anchorages and
supports shall
i)be of good mechanical construction,
sound materials and adequate strength and
free from patent defect and
ii) be kept in good repair and in good
working order
b)Every rope used in hoisting or lowering
materials or a means of suspension shall
be of suitable quality and adequate strength
and free from patent defect.
c) Hoisting machines and tackle shall be
examined and adequately tested after
erection on the site and before use and be
re-examined in position at intervals to be
prescribed by the Government.
d) Every chain ring, hook shackle swivel
and pulley block used in hoisting or

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


88

lowering materials or as a means of


suspension shall be periodically examined.
e)Every crane driver or hoisting appliance
operator shall be properly qualified.
f) No persons who are below the age of 21
years shall be in control of any hoisting
machine, including any scaffold which, or
give signals to the operator.
g) In the case of every hoisting machine
and of every chain, ring, hook, shackle,
swivel pulley block used in hoisting or
lowering or as a means of suspension, the
safe working load shall be ascertained by
adequate means.
h) Every hoisting machine and all the gear
referred to in the preceding regulation shall
be plainly marked with the safe working
load.
i) In the case of a hoisting machine having
variable safe working load, each safe
working load and the conditions under
which it is applicable, shall be clearly
indicated.
j) No part of any hoisting machine or of
any gear referred to in regulation (s) above
shall be loaded beyond the safe working
load except for the purpose of testing.
k) Motors, gearing transmissions, electric
wiring and other dangerous part of hoisting
appliances shall be provided with efficient
safeguards.
l) Hosting appliances shall be provided
with such means as will reduce to

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


89

accordance minimum the risk of the


accidental descent of the load.
m) Adequate precautions shall be taken to
reduce to a minimum the risk of any part of
accordance suspended load becoming
accidentally displaced.
CLAUSE –22 : The contractor shall not set
Measure for
prevention of fire fire to any standing jungle, Trees,
brushwood or grass without a written permit
from the Executive Engineer. When such
permit is given and also in all cases when
destroying cut or dug up trees brushwood,
grass etc. by fire, the contractor shall take
necessary measures to prevent such fire
spreading to or otherwise damaging
surrounding property. The contractor shall
make his own arrangements for drinking
water for the labour employed by him.

CLAUSE –23: Compensation for all damages

Liability of contractor done Intentionally or un-intentionally by


for any damage done contractor’s Labour whether in or beyond
in or outside work
area the limits of Government property including any
damage caused by the spreading of fire
mentioned in clause 22 shall be estimated by
the Engineer-in-charge or such other officer as
he may appoint and the estimates of the
Engineer-in-charge subject to the decision of
the Superintending Engineer on appeal shall
be final and the contractor shall be bound to
pay the amount of the assessed compensation
on demand, failing which the same will be
recovered from the contractor as damages in

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


90

the man prescribed in clause 1 or deducted by


the Engineer-in-charge from any sums that
may be due or become due from Government
to the contractor under this contract or
otherwise. The contractor shall bear the
expenses of defending any action or other
legal proceedings that may be brought by any
person for injury sustained by him owing to
neglect of precautions to prevent the spread of
the fire and he shall pay any damages and cost
that may be awarded by the court in
consequence.
CLAUSE –24 : The employment of female
Employment of
female labour laborers on works in neighborhood of
solders barracks should be avoided as far
as far as possible.
CLAUSE –25 : No work shall be done on a
Work on sunday Sunday without the sanction in writing of the
Engineer-in-charge.
CLAUSE –26 : The contract shall not be
Work not to be
sublet assigned or sublet without the Written approval
of the Engineer-in-charge and if the contractor
shall assign or sublet his contract or attempt so
Contract may be
rescinded and security to do, become insolvent or commence any
deposit forfeited for
subleting it without
proceedings to get himself adjudicated an
approval or for bribing a insolvent or make any composition with his
public officer or if
contractor becomes creditors or attempt so to do or if bribe,
insolvent. gratuity, gift, loan perquisite, reward or
advantage perquisite, or otherwise shall either
directly or indirectly be given promised or
offered by the contractor or any of his servants
or agents to any public officer or person in the
employ of Government in any way relating to

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


91

his office or employment, or if any such officer


or person shall become in any way directly or
indirectly interested in the contract the
Engineer-in-charge may there upon notice in
writing rescind the contract and the security
deposit of contractor shall there upon stand
forfeited and be absolutely at the disposal of
Government an the same consequences shall
insure as if the contract had been rescinded
under clause 3 hereof and in addition the
contractor shall not be entitled to recover or be
paid for any work therefore contract.
CLAUSE- 27 : All sums payable by a
Sum payable by way of
compensation to be contractor By way of compensation under any
considered as of this conditions shall be considered as a
reasonable
compensation without reasonable compensation to be applied to the
reference to actual loss.
use of Government without reference to the
actual loss or damage sustained, and whether
any damage has or has not been sustained.
CLAUSE –28 : In the case of tender by
Changes in the
constitution of firm to be partners any change in the constitution of a
notified
firm shall be forthwith notified by the contractor
to the Engineer in charge for his information.
CLAUSE – 29 : All works to be executed
Direction & control of
the superintending Engineer under the contractor Shall be
engineer. executed under the direction and subject
to the approval in all respects of the
superintending Engineer, for the time being,
who shall be entitled to direct at what point or
points and in what manner they are to be
commenced and from time to time carried on.
CLAUSE – 30 (1) : Except where otherwise
Direction & control of
the superintending specified in the contract and subject to the
engineer.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


92

powers delegated to him by Government under


the code rules then in force. The decision
of the Superintending Engineer of the
Circle for the time being shall be final,
conclusive and binding on all parties to the
contract upon all questions relating to the
meaning of the specifications designs,
drawings and instructions herein before
mentioned and as to the quality of
workmanship or materials used on the work, or
as to any other question, claim, right, matter or
things whatsoever, if any way arising out of or
relating to the contracts, designs, drawings
specifications, estimates, instructions orders,
or other conditions or otherwise concerning the
works, or the execution or failure to execute
the same whether arising during the progress
of the work or after the completion or
abandonment thereof.
CLAUSE-30(2) : The contractor may within 30
days of receipt by him of any order passed by
the Superintending Engineer of the circle as
aforesaid appeal against it to the Chief
Engineer concerned with the contract, work or
project provided that;
a) The accepted value of the contract
exceeds Rs. 10 Lakes. (Rs. Ten laky )
b) Amount of claim is not less than Rs.
1.00 lakh ( Rupees One Lakh.)
CLAUSE- 30(3) : If the contractor is not
satisfied with the order passed by the Chief
Engineer as aforesaid the contractor may,
within thirty days of receipt by him of any

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


93

such order, appeal against it to the concern


Superintending Engineer who if convinced
that prima facial the contractor claim rejected
by Superintending Engineer in not frivolous
and that there is some substance in the claim
of the contractor as world merit a detailed
examination and decision by Standing
Committee. Shall put up to the Standing
Committee at Government level for suitable
decisions.
CLAUSE –31 : The contractor shall obtain
Store of European or
American manufacture from the Public Works Department stores,
to be obtained from
all stores and articles of European or
government
American manufacture which may be
required for the work of any part
thereof or in making up any article required
there- fore or in connection therewith
unless he has obtained permission in writing
from the Engineer in charge to obtain such
stores and articles elsewhere. The value of
such stores and articles as may be supplied
to the contractor by the Engineer in charge
will be debited to the contractor in his
account at the rate shown in the schedule, in
form- A attached to the contract and if they
are not entered in the said schedule, they
shall be debited to him at cost price which for
the purpose of this contract shall include the
cost of carriage and all other expenses
whatsoever which shall have been incurred in
obtaining delivery of the same at the stores
aforesaid.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


94

CLAUSE- 32 : When the estimate on which


Lump – sums in estimate
accordance tender is made includes lump
sums in respect of parts of the work the
contractor shall be entitled to payment in
respect of the items of works involved or the
part of the work in question at the same rates
as are payable under this contract for each
item, or if the part of the work in
question is not in the opinion of the Engineer
in charge capable of measurement, the
Engineer in charge may at his discretion pay
the lump sum amount entered in the estimate
and the certificate in writing of the Engineer
in charge shall be final and conclusive
against the contractor with regard to any sum
or sums payable to him under the provisions
of this clause.
CLAUSE- 33 :

Action where no In the case of any class of work for which


specification there is no such specifications as is
mentioned in rule 1 such work shall be
carried out in accordance with the divisional
specifications and in the event of there being
no divisional specification then in such case
the work shall be carried out in all respects in
accordance with the instructions and
requirements of the Engineer in charge.

CLAUSE- 34 : The expression “ work” or

Definition of work “works” where used in these conditions


shall unless there be something in the
subject or context repugnant to such
construction be constructed to mean the work

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


95

or worked contracted to be executed under or


in virtue of the contract whether temporary or
permanent and whether original altered,
substituted or additional.
CLAUSE- 35 : The percentage referred to in
Contractors percentage
whether applied to net the tender shall be deducted from/added to
or gross amount of bill
the gross amount of the bill before deducting
the value of any stock issued.
CLAUSE- 36 : All quarry fees, royalties,
octori dues and ground rent, for stacking
materials, if any, should by paid by the
contractor.
CLAUSE- 37: The contactor shall be
Compensation under
the workmen’s responsible for and shall pay compensation
compensation act to his workmen payable under the workmen’s
compensation Act 1923 ( viii th of 1923 ) (
hereinafter called the said act ) for injuries
caused to the workmen, if such
compensation is payable/ paid be the
Government as principal under subsection (i)
of section 12 of the said act on behalf of the
contractor it shall be recoverable by
Government from the contractor under
subsection (2) of the said section. Such
compensation shall be recovered in the
manner laid down in clause 1 above.
CLAUSE- 37(A) : The contractor shall be
responsible for and shall pay the expenses of
providing medical aid to any workmen who
may suffer a bodily injury as a result of an
accident. If such expenses are incurred by
Government the same shall be recoverable
from the contractor forthwith and be deducted

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


96

without prejudice to any other remedy of


Government from any amount due or that
may become due to the contractor.
CLAUSE- 37(B) : The contractor shall
provide all necessary personnel safety
equipment and first aid apparatus available
for the use of the persons employed on the
site, and shall maintain the same condition
suitable for immediate use at any time and
shall comply with the following regulations in
connection therewith : a) The worker shall be
required to use the equipment so provided by
the contractor and the contractor shall take
adequate steps to ensure proper use of the
equipment by those concerned. (b) When
work is carried on in proximity to any place
where there is a risk of drowning all
necessary equipment shall be provided and
kept ready for use and all necessary steps
shall be taken for the prompt rescue of any
person in danger. (c) Adequate provision
shall be made for prompt first aid treatment of
all injuries likely to be sustained during the
curse of the work.
CLAUSE- 37(c) : The contractor shall duly
comply with the provisions of “ The
Apprentices Act 1961 ( III of 1961 ). The rules
made there under and the orders that may be
issued from time to time under the said Act
and the said rules and on his failure or
neglect to do so, he shall be subject to all the
liabilities and penalties provided by the said
act and said rules.”

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


97

CLAUSE- 38 (1) : Quantities in respect of the


Claim for quantities
entered in the tender several items shown in the tender are
or estimate. approximate no revision in the tendered rate
shall be permitted in respect of any of the
items so long as subject to any special
provision constained in the specification
prescribing a different percentage of
permissible variation, the quantities of the
items does not exced the tender quantity by
more than 25% and so long as the value of
the excess quantity bevond this limit, at the
rate of the item specified in the tender is not
more than Rs.5000/-
(2) The contractor shall if ordered in writing
by the Engineer so to do also carry out any
quantities in excess of the limit mentioned in
sub-clause (1) here of on the same
conditions as and in accordance with
specifications in the tender and at the rates
(i) derived from the rates entered in the
current shedule of rates and in the absence
of such rates (ii) at the rate prevailing in the
marked the sand rates being increased or
decreased as the case may be by the
percentage which he total tendered amount
bears to the estimated cost of the work as put
tender. based upon the schedule of rates
applicable to the year in which the tenders
were invited. (For the purpose of operation
of this clause, this cost shall be taken, as
arrived at S.S.R for 2022-23 respeactive
District)

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


98

(3) Claims arising out of reduction in the


tendered quantity of any item bevond 25%
will be governed by the provision of clause 15
only when the amount of such reduction
beyond 25% at the rate of the item specified
in the tender is more than Rs. 5000/-
CLAUSE-39 : The contractor shall employ
Employment of famine
labour etc. any famine convict or other labour of a
particular kind or class, if ordered in writing to
do so by the Engineer in charge.
CLAUSE- 40 : No compensation shall be
Claim for compensation
for delay in starting work allowed for any delay in the execution of the
work on account of acquisition of land or in
the case of clearance works on account of
any delay in according sanction to estimates.
CLAUSE – 41: No compensation shall be
Claim for compensation allowed for any delay in the execution of the
for delay in execution
work on account of water standing in borrow
pits or compartments. The rates are inclusive
of hard or cracked soil excavation in mud,
sub Soil water or water standing in borrow
pits and no claim for an extra rate shall be
entertained unless otherwise expressly
specified.
CLAUSE- 42 : The contractor shall not enter
upon or commence any portion of work
Entering upon or
except with the written authority and
commencing any portion
of work. instruction of the Engineer in charge or of his
subordinate in Change of the work. Failing
such authority the contractor shall have no
claim to ask for measurements of or payment
for work.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


99

CLAUSE- 43 :
i) No contractor shall employ any person
Minimum age of person
employed the who is under the age of 18 years.
employment of donkeys
ii) No contractor shall employ donkeys or
and / or other animals
and the payments of fair other animals with breaching of string or thin
wages.
rope. The breaching must be at least 7.50 m.
wide and should be of tape (Newar).
iii) No animal suffering from sores; lameness
or emaciation or which is immature shall be
employed on the work.
iv) The Engineer in charge or his Agent is
authorized to remove from the work any
person or animal found working which does
not satisfy these conditions and no
responsibility shall be accepted by
Government for any delay caused in the
completion of the work by such removal.
v) The contractor shall pay fair and
reasonable wages to the workmen employed
by him in the contract undertaken by him. In
the event of any dispute arising between the
contractor and his workmen on the grounds
that the wages paid are not fair and
reasonable, the dispute shall be referred
without delay to the Executive Engineer, who
shall decide the same. The decision of the
Executive Engineer, shall be conclusive and
binding on the contract regarding the
payment to be made by Government at the
sanctioned tender rates.
vi) The contractor shall provide drinking water
facilities to the workers. Similar amenities

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


100

shall be provided to the workers engaged on


large work in urban areas.
vii) The contractor should take precaution
against accidents, which take place on
account of labour using loose garments while
working near machinery.
CLAUSE- 44 : Payment to contractor shall
Method of payment be made by cheque drawn on any treasury
within the division convenient to them,
provided the amounts exceed Rs. 10.
Amount not exceeding Rs. 10/- will be paid in
cash.
CLAUSE- 45 : Any contractor who does not
Acceptance of conditions
compulsory before
accept these conditions shall not be allowed
tendering for work to tender for works.
CLAUSE- 46 : If Government declares a
Employment of scarcity
labour state of scarcity or famine to exist in any
village situated within 16 km. of the work, the
contractor shall employ upon Such parts of
the work, as are suitable for unskilled labour
any person certified to him by the Executive
Engineer, or by any person to whom the
Executive Engineer, may have delegated this
duty in writing to be in need of relief and shall
be bound to pay to such persons wages not
below the minimum which Government may
have fixed in this behalf. Any disputes which
may arise in connection with the
implementation of this clause shall be
decided by the Executive Engineer, whose
decision shall be final and binding on the
contractor.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


101

CLAUSE- 47 : The price quoted by the contractor


shall not in any case exceed the control price, if
any, fixed by Government or reasonable price
which it is permissible for him to charge a private
purchaser for the same class and description the
controlled price or price permissible under
Hoarding and Profiteering Ordinance, 1943 as
amended from time to time. If the price quoted
exceeds the controlled price or the price
permissible under Hoarding and profiteering
ordinance, the contractor will specifically mention
this fact in his tender along with the reasons for
quoting such higher prices. The purchaser at his
discretion will in such case exercises the right of
revising the price at any stage so as to conform
with the controlled price on the permissible under
the Hoarding and Profiteering Prevention
Ordinance. This discretion will be exercised
without prejudice to any other action that may be
taken against the contractor.
CLAUSE- 47 (A) : The tender rates are inclusive
of al taxes, rates cesses except GST
CLAUSE- 48 : The rates to be quoted by the
contractor must be exclusive of GST.
CLAUSE- 49 : In case of materials that remain
surplus with the contractor from those issued for
the work contracted for the date of ascertainment
of the materials being surplus will be taken as the
date of sale for the purpose of tax and the tax will
be recovered on such sale.
CLAUSE- 49(A) : Contractor should note that
recovery at penal rate of twice the issue rates will

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


102

be effected if the contractor does not return


surplus material. tax will be recovered from them.
CLAUSE- 50 : The contractor shall employ the
unskilled labour to be employed by him on the
said work only from locally available labors and
shall give preference to those persons enrolled
under Government Employment and self
Employment Department’s Scheme. Provided,
however, that if the required unskilled labors are
not available locally, the contractor shall in the first
instance employ such number of persons as is
available and thereafter may with precious
permission, in writing of the Executive Engineer-
in-charge of the side work, obtain the rest of his
requirement of unskilled the labour from outside
the above scheme.
CLAUSE- 51 : Wages to be paid to the skilled and
unskilled labors engaged by the contractor. The
contractor shall pay the labors skilled and
unskilled according to the wages prescribed by the
Minimum Wages Act 1948 applicable to the area
in which the work of the contractor is located.
CLAUSE- 52 : All amounts whatsoever which the
contractor is liable to pay to the Government in
connection with the execution of the work
including the amount payable in respect of (i)
materials and / or stores supplied / issued
hereunder by the Government to the contractor (ii)
hire charges in respect of heavy plant, machinery
and equipment given on hire by the Government
to the contractor for execution by him of the work
and / or on which to advances have been given by
the Government to the contractor shall be deemed
to be Arrears of Land Revenue and The
Government may without prejudice to any other

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


103

rights and remedies of the Government recover


the same from the contractor as arrears of land
revenue.
CLAUSE- 53 : The contractor shall duly comply
with all the provision of the contract ( Labour
Regulation and Abolition Act 1970.) ( 37 of 1970 )
and the Maharashtra contract Labour Regulation
and Abolition Rules 1971 as amended from time
to time and all other relevant status and statutory
provision concerning payment of wages
particularly to workmen employed by the
contractor and working on the site of the work in
particular the contractor shall pay wages to each
worker employed by him on the site of the work at
the rates prescribed under the Maharashtra
Contract Labour ( Regulation And Abolition )
Rules 1971. If the contractor fails or neglects to
pay wages at the said rates or makes short
thereof less paid by the contractor, as the case
may be the amount so paid by the Government to
such works shall be deemed to be an arrears of
land revenue and the Government shall be entitled
to recover the same as such from the contractor or
deduct the same from the amount payable by the
Government to the contractor here under or from
any other amounts payable to him by the
Government.
CLAUSE- 54 : The contractor shall engage
apprentices such as bricks layers, carpenters,
wireman, plumber as well as blacksmith, as
recommended by the state Apprenticeship Advisor
Director of Technical Education, Dhobi Talao,
Bombay-1 on the construction work.
CLAUSE- 55(A) : The antimalarial and other
health measure shall be as directed by the joint

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


104

Director ( Malaria and Filarial ) of Health Services,


Pune.
(B) Contractor shall see that mosquitogenic
conditions are not created so as to keep vector
populations to the minimum level.
(C) Contractor shall carry out anti malaria
measures in area as per guidelines prescribed
under national malaria eradication programme and
as directed by the Joint Director ( M& F ) of Health
Services, Pune.
(D) In case of default in carrying out prescribed
antimalaria measure resulting increasing in
malaria incidence contractor shall be liable to pay
to Government the amount spent by Government
on antimalaria measures to control the situation in
addition to fine.
(E) AUTHORITIES :The contractor shall make
sufficient arrangement for draining away the
sullage water as well as water coming from the
bathing and washing places and shall dispose off
this water in such a way as not to cause any
nuisance. He shall also keep premises clean by
employing sufficient number of sweepers. The
contractor shall comply with all rules regulation, by
laws and direction given time to time by any local
or public authority in connection with this work and
shall pay fees or charges with are livable on him
without any extra cost to Government.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


105

ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS

1. These are to apply as additional specifications and conditions unless


otherwise already provided for contradictorily elsewhere in this contract.
2. CONTRACTOR TO STUDY SITE CONDITIONS :-

The contractor shall be deemed to have carefully examined the work and
site conditions including labour, the general and the special conditions,
specifications, schedules and drawings and shall be deemed to have visited
the site of the work and to have fully informed himself regarding the focal
conditions and carried out his own investigation to arrive at rates quoted in
the tender. In this regard, he will be given necessary information to the best
of the knowledge of Department but without. any guarantee about it.
If he shall have any doubt as to the meaning of any portion of these
general conditions or the special conditions, or the scope of work or the
specifications and drawings or any other matter concerning the contract, he
shall in good time, before submitting his tender, set forth the particulars
thereof and submit them to Executive Engineer, Public Works Division,
HINGOLI in writing in order that such doubts may be clarified authoritatively
before tendering. Once a tender is submitted, the matter will be decided
according to tender conditions in the absence of such authentic pre-
clarification.
2(A).The Bidder/ Contractor Shall be liable solely for action under Indian Penal
code (IPC) for Submission of any false / fraudulent paper/information
submitted in envelop No. 1 of bid Document. The contractor shall also be
liable solely for action under IPC for submission of any false information,
false bill of purchases supportion proof of purchase, proof of testing submitted
by his staff, subletting company or by himself during and after contract
period-till final bill. The undertaking for this effect shall be submitted by
bidder in Annexure-A enclosed herewith.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


106

3. DECELERATION OF THE CONTRACTOR

The contractor should sign the declaration form on Page 190.

4. INDEMNITY :-

The contractor shall indemnify the Government against all actions, suits,
claims and demands brought or made against in respect of anything done
or committed to be done by the Contractor in execution of or in connection
with the work of this contract and against any loss or damage to the
Government in consequence of any action or suit being brought against the
contractor for anything done or committed to be done in the execution of
the works of this contract.

5. DEFINITIONS :
Unless excluded by or repugnant to the context.
a) The expression “Government” as used in the tender papers shall be
mean the Public Works Department of the Government of Maharashtra.
b) The expression “Chief Engineer” as used any where in the tender
papers shall mean Chief Engineer of the Government of Maharashtra
who is designed as such.
c) The expression “Superintending Engineer” as used in the tender
papers shall mean an officer of Superintending Engineer’s rank (by
whatesever designation he may be known) under whose control the
work lies for the time being.
d) The expression “Superintending Engineer” as used in the tender
papers shall mean Executive Engineer, in charge of the work for the
time being.
e) The expression “Employee” used in the tender papers shall mean the
party who will employ the contractor to carry out the works.
f) The expression “Deputy Chief Architect” as used in tender paper
shall mean the Deputy Chief Architect P.W.D. for this work at
Aurangabad.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


107

g) The expression “Contractor” as used in the tender papers shall mean


the deed of contract together with of its original accompaniment and
those later
h) The expression “Plant” as used in the tender papers shall means every
machines necessary or considered necessary by the Engineer to
execute, construct complete and maintain the works and used in
altered, modified substituted and additional works ordered in the time
and in the manner here in provided and all temporary materials and
special and other articles of appliances of every sort, kind and
description whatsoever intended or used hereof.
i) “Drawing” shall mean the drawings referred to in the specifications
and any modifications of such drawings approved in writing by Engineer
and such other drawings as may from time to time be furnished or
approved in writing by the Engineer.
j) “Engineer’s representative” shall mean and assistant of the Engineer
notified in writing to the contractor by the Engineer.
k) “Provisional items” shall mean items for which approximate quantities
have been included in the tender documents.
l) The “Site” shall mean the lands and/ or other places, on, under, in or
through which the work is to be executed under the contract including
any other lands or places which may be allotted by Government or used
or the purpose of contract.
m) The “ Work ” shall mean the works to be executed in accordance with
the Contract or part(S) thereof as the case may be and shall include all
extra, additional, altered or substituted works an required for
performance of the contract.
n) The “Contract sum” shall mean the sum for which the tender is accepted
o) The “Accepting Authority” shall mean the officer competent to accept
the tender.
p) The “Day” shall mean a day of 24 hours from midnight to midnight
irrespective of the number of hours worked in any day.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


108

q) “Temporary Works” shall mean all temporary works of every kind


required in or about the execution, completion or maintenance of the
works.
r) “Urgent Works” shall mean any measure which, in the opinion of the
engineer-in-charge become necessary during the progress of the works
to obviate any risk or accident or failure or which become necessary for
security of the work or the persons working thereon.
Where the context so requires, words importing the singular only
also include the plural and vice-versa.
Heading and marginal notes, if any to the general conditions shall
not be Deemed to form part there of or to be taken into consideration in
the interpretation or construction thereof the contact.
Wherever there is mention of “Schedule of rates” of the Division
or simply D.S.R. in this tender, it will be taken to means as “the schedule
of the rate of the Division in whose jurisdiction the work lies.

6. ERRORS, OMISSIONS AND DISCREPANCIES :


a) In case of errors, omissions and / or disagreement between written and
scaled dimensions in the drawing or between the drawings and
specifications etc. the following order of preference shall apply.

i) Between actual scaled and written dimensions or descriptions on a drawing


the latter shall be adopted.

ii) Between the written or shown description of dimensions in the drawing and
the corresponding one in the specifications, latter shall apply.

iii) Between the quantities shown in the schedule of quantities and those
arrived at from the drawings, the latter shall be preferred.

iv) Between the written description of the item in the scheduled of quantities
and the detailed description in the specifications of the same items, the
latter shall be adopted.

b) In case of discrepancy between percentage rate quoted in figures and


words, the lowest of the two will be considered for acceptance of the tender.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


109

c) In all cases of omissions and / or doubts or discrepancies in the dimensions


or description of any item or specifications, a reference shall be made to the
Executive Engineer Public Works Division, HINGOLI. whose elucidation,
elaboration or decision shall be considered as authentic. The contractor
shall be held responsible for any errors that may occur in the work through
lack of such reference and precaution.

d) The special provision in detailed specifications and wording of any item shall
gain precedence over corresponding contradictory provision (if any) in the
standard specifications of Public Works Department Hand Book where
reference to such specifications is given without reproducing the details in
contract.
7(a) METHODOLOGY OF CONSTRUCTION
Contractor shall furnish at least 15 days in advance, his programme of
commencement of items of work, the details of actual methods that would
be adopted by the contractor for the execution of various items of work
such as well sinking cast-in-situ, superstructure for bridge work, earth
work, W.B.M. black topping items etc. for road works supported by
necessary drawings and sketch including those of the plant and machinery
that would be used, their locations, arrangement for conveying an handing
materials etc. and obtain prior approval of the Engineer-in-charge well in
advance of starting of such items of work. The Engineer-in-charge
reserves the right to suggest modifications or make completion in the
method proposed by the contractor, whether accepted previously or not, at
any stage of work to obtain the desired accuracy, quality and progress of
the work which shall be binding on the contractor and no claim on account
of such change in method of execution will be entertained by Government
so long as specification of the items remain unaltered. The sole
responsibility for the safety and adequacy of the methods adopted by the
contractor will however rest on the contractor irrespective of any approval
given by the Engineer.
In case of slippage from the approved work programme at any
stage the contractor shall furnish revised programme to make up the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


110

slippage within the stipulated time schedule and obtain the approval of the
Engineer to the revised programme.
7-b) CONSTRUCTION EQUIPMENT
The contractor shall be required to give a trial run of the equipment’s for
establishing their capacity to achieve the laid down specifications and
tolerance to the satisfaction of the Engineer before commencement of the
work. All equipment provided shall be proven efficiency and shall be
operated and maintained at all times, in a manner acceptable to the
Engineer and no equipment or personal will be removed from situ without
permission of the Engineer.
7-c PROGRESS SCHEDULE
i) The contractor shall furnish within the period of one month of the order to
start the work, the programme 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 each major item of work to
be done by him, also indicating dates of procurement and setting up to
materials, plant and machinery. The schedule is to be such as is practicable
of achievement towards the completion of the whole work in the time limit,
the particular items, if any on the due dates specified in the contract and
shall have the approval of the Engineer in charge. No revised schedule shall
be operative without such acceptance in writing. The Engineer is further
empowered to ask for more detailed schedule or schedules say. Week by
week for any item or items, in case of urgency of work as will be directed by
him and the contractor shall supply the same as and when asked for.
ii) The contractor shall furnish sufficient plant, equipment and labour as may be
necessary to maintain the progress schedule. The working and shift hours
restricted to one shift a day for operations to be done under the Government
supervision shall be such as may be approved by the Engineer-in-charge.
They shall not be varied without he prior approval of the Engineer. Night
work requiring supervision shall be such as may be approved by the
Engineer-in-charge. They shall not be varied without the prior approval of
the Engineer, Night work requiring supervision shall not be permitted except
when specifically allowed by Engineer on each item if requested by

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


111

contractor. The contractor shall provide necessary lighting arrangements


etc. for night work as directed by Engineer without extra cost to
Government.
iii) Further the contractor shall submit the progress report of work in prescribed
forms and charts etc. at periodical intervals as may be specified by the
Engineer-in-charge. Schedule shall be in form of progress charts, forms
progress statement and /or reports as may be approved by the Engineer.
iv) The contractor shall maintain proforma, charts, details (regarding machinery,
equipment, labour, materials, personnel etc.) as may be specified by the
Engineer and submit periodical returns thereof as may be specified by the
Engineer in charge.
8. AGENTS AND WORK ORDER BOOK
The contractor shall himself engage an authorized all – time agent on the
work capable of managing and guiding the work and understanding the
specifications and contract conditions. A qualified and experienced
Engineer shall be provided by the contractor as his agent for technical
Matters in case the Engineer-in-charge considers this as essential for the
work and so directs the contractor. He will take orders as will be given by
the Executive Engineer, or his representative and shall be responsible for
carrying them out. This agent shall not be changed without prior intimation
of the Executive Engineer, and his representative on the work site.
The Engineer in charge has the unquestionable right to ask for change
in the quality and strength of contractor’s supervisory staff and to order
removal from work of any of such staff. The contractor shall comply with
such orders and effect replacements of the satisfaction of the Engineer, in
charge
A work order book shall be maintained on site and it shall be the
property of the Government and the contractor shall promptly sign orders
given therein by the Executive Engineer, or his representative and his
superior Officers, and comply with them.
The contractor to the Engineer shall report the compliance in good time
so that it can be checked. The Department free of charge will provided the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


112

blank work order book with machine numbered pages for this purpose. The
contractor will be allowed to copy out instructions therein from time to time.
9. SETTING OUT :
I) SETTING OUT FOR BRIDGE WORK : Immediately on receipt of the
work order, the contractor shall at his own expenses clean the site and take
up a provisional and final setting out and lining out of the work under the
supervision of his responsible representative and shall provided necessary
materials, labour, tools, instruments etc. required for the same.
One tentative abutment location will be indicated by the Engineer
in charge and center line of the bridge shall be defined by him. The
contractor will then have to fix up the location of the other abutment. The
abutment locations will then be verified by the Department and may be
adjusted Once the final location of abutments is so finalised, it will be the
contractor’s responsibility to line out and locate the remaining foundations
of piers.
The contractor shall be responsible for true and proper setting out
of the work and for the correctness of the positions, level, dimensions and
arrangements of all parts of works and for providing all necessary
instruments appliances and labours in connections therewith at his own
cost. Officers may assist the contractor in proper setting out. Government
instruments may be allowed to be used for setting out of work for which no
cost shall be recovered from the contractor. If at any time during the
progress of work, any errors arise in regard to levels or dimensions or
alignment of any part of the work, rectification thereof, on being required to
do so, will be carried out by the contractor at his own cost, unless such
errors are based on incorrect data, supplied in writing, by the Engineer or
his authorised representative in which case 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 authorised representative shall not in any way relieve the
contractor of his responsibility for the correctness there of. The contractor
shall carefully protect and preserve all benchmarks, site rails, pages and
other things used in setting out of works.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


113

ii) SETTING OUT FOR ROAD WORK :


a) The contractor shall establish working bench marks in the area soon
after taking possession of the site. The reference bench marks for
the area shall be as indicated in the contract document. The working
bench marks shall be at the rate of four per km. and also at or near
all drainage structures, over bridge and under passes, the working
bench marks/ levels should be got approved from the Engineer.
Checks must be made on these bench marks once in every month
and adjustment if any got agreed with the Engineer and recorded. An
up-to date record of all bench marks including approved adjustment,
if any, shall be maintained by the contractor and also a copy supplied
to the Engineer for this record.
b) The lines and levels of formations, side slopes, drainage,
carriageways and shoulders shall be carefully set out and frequently
checked, care being taken to ensure that correct gradients and cross
sections are obtained everywhere.
c) In order, to facilitate the setting out of the works, the centre line of the
carriageways or highway must be accurately established by the
contractor and approved by the Engineer. It must then be accurately
referenced in a manner satisfactory to the Engineer at every 50 m.
intervals in plane and rolling terrain and 20 m. intervals in hilly terrain
and at all curve points as directed by the Engineer with marker pegs
and change boards set in or near the fence line, and a schedule of
reference dimension shall be prepared and supplied by the
contractor to the Engineer. These markers shall be maintained until
the works reach finished formation level and are accepted by the
Engineer.
d) On construction reaching the formation level stage, the centre line
shall again be set out by the contractor and when approved by the
Engineer shall be accurately referenced in a manner satisfactory to
the Engineer by marker pegs set at the outer limits of the formation.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


114

e) No reference peg or marker shall be removed or withdrawn without


the approval of the Engineer and no earthwork or structural work
shall be commenced until the centre line has been referenced.
f) The contractor will be the sole responsible party for safe guarding all
survey monuments, bench marks beacons etc. The Engineer will
provide the contractor with the data necessary for the setting out of
the centre line.
All dimensions and levels shown on the drawings or mentioned
in document forming part or issued under the contract shall be verified
by the contractor on the site and he shall immediately inform the
Engineer of any apparent errors or discrepancies in such dimension
or level. The contractor shall after or in connection with the setting out
of the centre line, survey the terrain along the road and shall submit to
the Engineer, for his approval, a profile along the road centre line and
cross sections at intervals as required by the Engineer.
g) After obtaining approval of the Engineer, earthwork can commence
and profile and across section shall form the basis for measurements
and payments. The contractor is responsible for checking that all the
basic traverse points are in place at the commencement of the
contract and if any are missing, or appear to have been disturbed,
the contractor shall make arrangements to re-establish these points.
A “Survey File” containing the necessary data will be made available
for this purpose. If in the opinion of the Engineer, design
modifications of the centre line or grade are advisable, the Engineer
will issue detailed instructions to the contractor and the contractor
shall perform the modifications in the field as required and modify the
ground levels on the cross sections accordingly as many times as
required. 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 of work in the
bill of quantities.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


115

h) The work of setting out shall be deemed to be a part of general works


preparatory to the execution of work and no separate payment shall
be made for the same.
(II) RESPONSIBILITIES FOR LEVEL AND ALIGNMENT :
The contractor shall be entirely and exclusively responsible for
the horizontal and vertical alignment, the levels and correctness of every
part of the work and shall rectify effectively any errors or imperfections
therein. Such rectifications shall be carried out by the contractor, at his
own cost, when instructions are issued to that effect by the Engineer in
charge.
10. LEVELING INSTRUMENTS :
If measurements of items of the work are based on volumetric
measurements calculated from levels taken before and after
construction of the item a large number of leveling staves, tapes etc. will
have to be kept available by the contractor at the site of work for this
purpose, Lack of such leveling staves tapes etc. in required numbers
may cause delay in measurements and the work. The contractor will
have therefore to keep sufficient number of these instruments readily
available at the site and in good working condition
The duties of the representative of the Engineer-in-charge are to
watch and supervise the work and to test and examine any material to
be used for workmanship employed in connection with the works.
The Engineer-in-charge may form time to time, in writing
delegate to his representative any of the powers and authorities vested
in the Engineer-in-charge and shall furnish to the contractor a copy of all
such delegations of powers and authorities. Any written instruction or
approval given by the representative of the Engineer-in-charge to the
contractor within the terms of such delegations (but not otherwise) shall
bind the contractor and the Department as though it had been given by
the Engineer-in-charge, provided always as follows.
Failure of the representative of the Engineer-in-charge to
disapprove and work or material shall not prejudice the power of the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


116

Engineer-in-charge there after the disapprove such work or materials


and to order to pulling down, removal or breaking up thereof.
12. CO-ORDINATION :
When several agencies for different sub-work of the project are to
work simultaneously on the project site there must be full co-ordination
between the contractors to ensure timely completion of the whole project
smoothly. The scheduled dates for completion specified in each contract
shall, therefore, be strictly adhered to each contractor may make his
independent arrangements for water, power, housing etc. If they so
desire, on the other hand the contractor are at liberty to come to mutual
agreement in this behalf and make joint arrangement with the approval
of the Engineer. No contractor shall take or cause to be taken any steps
or action that may cause disruption, discontent or disturbance to work,
labors or arrangements etc. of other contractors in the project localities.
Any action by any contractor, which the Engineer in his unquestioned
discretion may consider as infringement of the above code, would be
considered as a breach of the contract conditions and shall be dealt with
accordingly.
In case of any dispute or disagreement between the contractors,
the Engineer’s decision regarding the co-ordination, co-operation and
facilities to be proved by any of the contractors shall be final and binding
on the contractor concerned and such a decision shall be final and
binding on the contractor concerned and such a decision shall not vitiate
any contract nor absolve the contractor of his obligations under the
contract nor form the grounds for any claim or compensation.
13. ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC :
The Engineer on a written request by contractor, will, if in his
opinion the request is reasonable and in the interest of work and its
progress, assist the contractor in securing, the priorities for deliveries,
transport, permits for controlled materials etc. where such are needed.
The Government will not however be responsible for the non-availability
of such facilities or delays on this behalf and no claims on account of
such failure of delays shall be allowed by the Government.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


117

The contractor shall have to make his own arrangement for


machinery required for the work. However if the same is conveniently
available with the Department it may be spared as per the rules in force
on recovery of necessary Security Deposit and rent at the rate approved
from time to time by the independent agreement to this contract and the
supply or non supply of machinery shall not form a ground for any claim
or extension of time for this work.
14. QUARRIES:
14.1 The contractor(s) shall have to arrange himself/themselves to procure the
quarry. However necessary assistance without any extracost to
Government will be rendered by the Department for procuring the
quarries if required by the contractor.
The quarrying operations shall be carried our by the contractor
with proper equipment such as compressor jack hammers, drill bits,
explosive etc. and sufficient number of workmen shall be employed so
as to get the required out turn.
14.2 The contractor shall carry out the works in the quarries in conformity
with all the rules and regulations already laid down or may be laid
down from time to time by Government. Any cost incurred by
Government due to non-compliance of any rules or regulations or due
to damages by the contractor shall be the responsibility of the
contractor.
The Engineer-in-charge or his representative shall be given full
facility by the contractor for inspection at all times of the working of
the quarry, records maintained, the stocks of the explosives and
detonators etc. so as to enable him to check that the working
records and storage are all in accordance with the relevant rules. The
Engineer-in-charge or his representative shall at any time be allowed to
inspect the work, building and equipment at the quarries .
14.4 The contractor shall maintain at his own cost the books, register etc.
required to be maintained under the relevant rules and regulations and
as directed by the Engineer-in-charge. These books shall be open for
inspection at all times by the Engineer- in –charge or his representative

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


118

and the contractor shall furnish the copies or extracts of the books or
registers as and when required.
14.5 All quarrying operations shall be carried out by the contractor in
organized and expeditions manner systematically and with proper
planning, the contractor shall engage licensed blaster and adopted
electric blasting and /or any other approved method which would ensure
complete safety to all the men engaged in the quarry and its
surroundings. The contractor shall himself provide suitable magazines
and arrange to procure and store explosives etc., as required under the
rules at his own cost. The designs and the location of the magazine shall
be got approved in advance form the chief inspector of explosives
and the rules and regulations in this connection as laid down by the chief
inspector of explosives, form time to time shall be strictly adhered to by
the contractor. It is generally experienced that it takes time to obtain the
necessary license for blasting and license for storage of material form
the concerned authorities. The contractor must therefore take timely
advanced action for procuring all such licenses so that the work
progress may not be hampered.
14.6 The quarrying operations shall be carried out by the contractor to the
entire satisfaction of the Engineer-in-charge and the development of the
quarry shall be made efficiently so as to avoid the wastage of stones.
Only such stone as are of the Engineer-in-charge, not in accordance
with the specifications or of required quality will be rejected at any time,
at the quarry or at the site of work. The rejected stones shall not
be used on the work and such rejected material shall be removed to the
place shown at the contractor’s cost.
14.7 The approaches to the quarrying place form the existing public roads
shall have to be arranged by the contractor at his own cost, and the
approaches shall be maintained by the contractor at his own cost till the
work is over
14.8 Since all stones quarried form Government quarry (if made by the
contractor including the excavated over burden are the property of the
Government, no stones or the earth shall be supplied by the contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


119

to any other agencies or works, and are not allowed to be taken away
for any other works. All such surplus quarried materials not required for
work under this contract shall be property of the Government shall be
handed over by the contractor to the Government free of cost at the
quarry site duly heaped at the spots indicated by the Engineer-in-
charge.. If however the Government does not required such surplus
material, the contractor may be allowed to dispose off or use such
material else where with prior written permission of Engineer-in-charge.
Leaving off a quarry face of opening of new quarry face shall be done
only the approval of the Engineer-in-charge.

14.9 Quarrying permission will have to be directly obtained by the contractor


from the Collector of the District concerned for which purpose the
Department will render necessary assistance. All quarry fees, royalty
charges, Octroi duties ground rent for stacking material etc. if any to be
paid shall be paid directly by the contractor as per rules in force.

14.10 The contractor will be permitted to erect at his own risk and the cost at
the quarry site if suitable vacant space in Government area is available
for the purpose, his own structures or stores, offices etc. at places
approved by the Engineer-in-charge. On completion of the work the
contractor shall remove all the structures erected by him and restore the
site to its original conditions.

14.11 The contractor shall not use any land in the quarry for cultivation or for
any other purpose except that required for breaking or stacking
transporting stones.
15 COLLECTION OF MATERIALS :
(I) Where suitable and approved P.W. Department’s quarries exist, the
contractor piece of worker will be allowed if otherwise there is no objection
to obtain the materials to the extent required for the work from the quarry.
He will be however, liable to pay compensation, if any damage is caused
to the quarry either deliberately or through negligence or for wastage of
materials by himself or his staff or labour. The contractor shall pay
necessary royalty in advance.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


120

(II) Where no suitable P.W. Department’s quarries exist or when the quality
of the material required cannot be obtained form P.W. Department quarry
the contractor or piece-worker shall make his own arrangement to obtain
the material from existing or a new quarry in Government waste land,
private land or land belonging to other States or Talukas, etc. After
opening the quarry but before starting collection, the quarry shall be got
approved by the Engineer-in-charge or his representatives. The contractor
or piece workers shall pay all royalty charges compensation etc. No claims
or responsibility on account of any obstructions caused to execution of the
work by difficulties arising out of private owners of land will be entertained.
(III) The rates in the tender includes all incidental charges such as opening of
new quarry, opening out a new portion in a existing quarry, removing top
soil and the unsuitable material, dewatering a quarry, cost of blasting
powder and fuse, lift lead, repairs of existing cart tracks, making new cart
tracks, control charges Central/State Government or Municipal taxes.
(IV) The rates in the tender are for the delivery of approved material on road
side property stacked at places specified by Engineer-in-charge and are
inclusive of conveyance charges in respect of the leads and lift. No claim
on account of the charges in lead will be entertained.
( V) No material shall be removed form the land within road boundary or the
land touching it without the written permission of the Engineer-in-charge
or his authorized agent. If any material is unauthorized obtained form such
places, the contractor or piece worker shall have to make good the
damages and pay such compensation, in addition as may be decided by
the Executive Engineer, and will have stop further collection.
(VI) Any material that on any P.W.D. road from the cart etc. during
conveyance shall be immediately picked up an removed by the contractor
or piece worker, failing which it will be got removed departmentally at his
cost. No heap shall be left prior to stacking even temporarily on the road
surface or in any way so as to cause any obstruction or danger to the
traffic. The contractor or the piece worker shall be liable to pay for any
claims of compensation etc. arising out of accident etc. Any such material
causing obstruction danger etc. Will be got removed departmentally at his

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


121

cost and no claims for any loss or damage to the material, thus removed,
will be entertained. The contractor shall also be responsible for the
damage or accident etc. arising out of any material that falls on the road or
track, not in charge of the Department and shall attend to any complaints,
which may be received.
(VII) The material shall not be stacked in place where it is liable to be damage
or lost due to traffic passing over it, to be washed away rains or flood, to
be buried under the land slide etc. or to slip down on embankment or hill
side etc. No claims for any loss due to these and similar causes will be
entertained.
(VIII) Before stacking, the material shall be free from all earth, rubbish, beget
able matter, and other extraneous substances and in the coarse of metal,
screened to gauge, if so directed. When ready, it shall be stacked
entirely clear of the roadway, on ground which has been cleaned of
vegetation and leveled. On high banks, Ghat roads etc. where it may not
be practicable to stack it entirely clear of the roadway, it may be stacked
with the permission of the Engineer-in-charge on berms in such a way as
to cause minimum danger and obstruction to the traffic or as may be
directed by him.
(IX) The size of the stacks for the materials other than rubble shall be 3.00 x
1.50 x 0.60 metre or such other size as may be directed by the Engineer –
in- charge and all but one stack in 200 metre shall be of the same uniform
size and shall be uniformly distributed over whole lengths. One stack (at
the end) in each 200 metre may be of length different from the rest in
order to adjust total quantity to be required but its width and height will be
the same as those of the rest.
(X) The Sub Divisional Officer shall supply the contractor with a statement
showing 200 metre wise quantities that will be required and the order in
which the collection is to be done. No materials in excess of requirements
in that 200 metre shall be stacked. Any excess quantity shall be removed
at the expenses of the contractor or piece worker to where it is required
before the material in that 200 metre is finally measured.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


122

(XI) In stacking material, the deposition shall commence at the end of the km
farthest from the quarry and be carried continuously to the other end
(unless otherwise directed by the Executive Engineer). Stacking in one
200 metre shall b e completed before it is started in another unless
directed otherwise in writing by the Executive Engineer. Measurements of
the materials stacked in the 200 metre will not recorded until the full
quantity required has been stacked unless otherwise authorized by
Engineer in writing. Collection and spreading shall not be carried out at the
same time one and the same km or in two adjoining kms. except with the
written permission of the Executive Engineer.
(XII) Unless otherwise directed, the materials shall be collected in the following
order according to availability of space.
(1) Rubble (if included in tender). (2) Metal, (3) Soft murmur and (4) Hard
murum. Hard Murum shall be stacked on the side opposite to that on
which soft murum has been stacked. Similary, metal collected for petty
repairs shall be stacked on the side opposite to metal for new layer. Whre
metal for two layers has been stacked as in the case of new roads, the
metal for each layer shall be stacked on the opposite sides of the road.
(XIII) All road material shall be examined and measured before it is spread. The
labour for measurements (and check measurements wherever carried out)
shall be supplied by the contractor or piece worker. Immediately after the
measurements are recorded, the stacks shall be marked by the contractor
or piece worker by white wash or otherwise as may be directed by the
Executive Engineer to prevent of any possibility of the same material
being measured and recorded over again and to prevent any unauthorized
tampering with the stacks. If the contractor or the piece worker fails to
attend the measurements of materials after receiving the notice from the
Sub-Divisional Officer or his subordinate stating date and time of the
intention to measure the work, the same shall be measured nevertheless
and no piece worker fails to supply sufficient labour for the materials
required at the time of measurements or check measurements after due
notice has been given to him, the expenses incurred on account of

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


123

employing departmental labour or material etc. shall be charged against


his account.
(XIV) No deduction will be made for voids.
16. TEMPORARY QUARTER AND SITE OFFICE :
(1) The contractor shall at his own expense maintain sufficient experienced
supervisory staff etc. required for the work and shall make his own
arrangement for housing such staff with all necessary amenities. General
labour plan for such structures shall be got approved from the Engineer-in-
charge.
(2) The contractor shall provide, furnish, maintain and remove on completion
of the work, a suitable office on the work site for the use of Executive
Engineer’s representative. The covered area exclusive of verandah should
not be less than 37.17 sq. It may have bamboo matting walls and
asbestos or corrugated iron roof, paved floor should be 45 cm. above
ground level. He should provide latrines, urinals and keep them clan daily.
This will be supposed to be included in his rate.
17. TREASURE TROVE :
In the event of discovery by the contractor or his employees, during the
progress of the works of any treasure, fossils, minerals or any other
articles or value or interest the contractor shall give immediate intimation
thereof to the Engineer such Treasure or thing which shall be the property
of the Government.
18. PATENTED DEVICES, MATERIALS AND PROCESSES :
Whenever the contractor desires to use any designed device, materials or
process covered by latter of patent or copy right, the right for such use
should be secured by suitable legal arrangement and agreement with
patent owner and a copy of their agreement shall be filed with the
Engineer-in-charge if so desired by the latter.
19. EXPLOSIVES :
The contractor shall at his own expenses contract and maintain proper
magazines, if surcharge required for the storage of explosive for use in
connection with the works such magazine being situated, construction and
maintained in accordance with the Government prevalent rules applicable

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


124

on that behalf. The contractor shall at his own expense obtain such license
or licenses as may be necessary for storage and using explosives.
Notwithstanding that the location etc. for storage of explosives are
approved by the Engineer, the Govt. shall not bear any responsibility
whatsoever in connection with the storage and use of explosive on the site
or any accident or occurrence what so ever in connection there with, all
operations of the contractor in or for which explosive employed being at the
risk of the contractor and upon his sole responsibility in respect thereof.
20. DAMAGE BY FLOODS OR ACCIDENTS :
The contractor shall take all precautions against damages by floods or from
accident etc. No compensation will be allowed to the contractor on this
account or for correcting and repairing any such damage to the work during
construction. The contractor shall be liable to make good at his cost any
plant or materials belonging to the Government, lost or damaged by floods
or from any other cause while is in his charge.
21. POLICE PROTECTION :
For the special protection of camp of the contractor’s works, the
Department will help the contractor as far as possible to arrange for such
protection with the concerned authorities. The cost is borne by the
contractor.
22. TRAFFIC REGULATION :
22.1 The contractor shall regulate the traffic as per directions of engineer-in-
charge. The contractor shall have to provide necessary caution boards,
barricades, flags, lights and watchman etc. so as to comply with the latest
motor vehicles rules and regulations and for traffic safety and he shall be
responsible for all claims for the accidents which may arise due to his
negligence whether in regulating the traffic or in staking material on the
roads, or due to any other reasons.
22.2 The contractor shall at all times carry out the work on the road in a manner
creating least interference to the flow of traffic which consistent with the
satisfactory execution of the same. For all works involving improvements
to the executing road, the contractor shall in accordance with the
directives of the Engineer-in-charge, provide and maintain during the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


125

execution of work a passage for traffic, either along a part of the existing
carriage way under improvement. Or along a temporary diversion
constructed close to the road.
22.3 It is to be clearly understood that whatever work carried out by the
contractor for construction of diversion road including the earth work.
W.B.M. bituminous surface, traffic, due to floors or due to any other cause,
this diversion road and / or the R.C.C. drain gets damaged it shall be
repaired and maintained by the contractor in good condition till completion
of the whole work at his own expenses.
22.4 The contractor have to make own arrangement for temporary acquisition
of land if required for diversion.
23. SUPERVISION AND INSPECTION OF WORKS AND QUALITY
CONTROL :
23.1 SUPERVISION :
The contractor shall either himself supervise the execution of the works
or shall appoint the competent agent approved by the Engineer-in-
charge the contractor has himself no sufficient knowledge and
experience of receiving instruction or can not give his full attention to the
works, the contractor shall at his own expenses, employ as his
accredited agent in qualified Engineer approve by the Engineer-in-
charge.
Orders given to the contractor’s agent shall be considered to have the
force as if these had been given to the contractor himself. If the
contractor fails to appoint a suitable agent as directed by the Engineer-
in-charge, the Engineer charge shall have full power to suspend the
execution of the work until such date a suitable agent is appointed and
the contractor shall be responsible for the delay so caused to the works
and contractor shall not be entitled for any compensation on this behalf.
23.2 INSPECTION :
The contractor shall inform the Engineer-in-charge in writing when any
portion of the work is ready for inspection giving him sufficient notice to
enable him to inspect the same without affecting the further progress of
the work. The work shall not be considered to have been completed in

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


126

accordance with the terms of the contract un the Engineer-in-charge


shall have certified in writing to that effect. Approval of materials or
workmanship or approval of part of the work during the progress of
execution shall not bind the Engineer-in-charge or in any way effect him
even to reject the work which is alleged to be completed and to suspend
the issue of his certificate of completion until such alteration and
modification or reconstruction have been effected at the cost of the
contractor as shall enable him to certify that the work has been complete
to his satisfaction.
The contractor shall provide at his cost necessary ladders and such
arrangements as to provide necessary facilities and assistance for
proper inspection of all parts of work at his own cost.
23.3 INSPECTION OF OPERATION :
The Engineer and any person authorized by him shall at all time have
access to the works and to all workshops and places, (including require
documents) where work is being prepared or from where materials,
manufactured articles or machinery are being obtained for the works and
the contractor shall afford every facility for and every assistance in or in
obtaining the right to such access.
24. INITIAL MEASUREMENTS FOR RECORD :
Where, for proper measurements of the work, it is necessary to have an
initial set of levels or other measurements taken, the same recorded in
the authorized field book or measurement book of Government by the
Engineer or his authorized representative will be signed by the
contractor who will be entitled to have a copy of the same made at his
cost. Any failure on the part of the contractor to get such levels etc.
recorded before starting the work, will render him liable to accept the
decision of the Engineer as to the basis of taking measurements.
Likewise the contractor will not cover any work, which will render its
subsequent measurements difficult, or impossible without first getting the
same jointly measured by himself and the authorized representatives of
the Executive Engineer, The contractor will sign the record of such

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


127

measurements on the Government side and he will be entitled to have a


true copy of the same made at his cost.
25. SAMPLES AND TESTING OF MATERIALS :
25.1 All materials to be used on work, as cement, lime, aggregate, stone,
asphalt, wood, etc. shall be got approved in advance from the Engineer-
in-charge and shall pass the tests and analysis required by him, which
will be
(a) as specified in the specifications for the items concerned and/or
(b) as specified by the Indian Road Congress Standard Specification.
(c) I.S.I. Specification (whichever and wherever applicable) or
(d) such recognized specifications acceptable to the Engineer-in- charge as
equivalent their to or in the absence of such authorized specification.
(f) such requirements test and / or analysis as may be specified by the
Engineer in charge in the order of procedure given above.
25.2 The contractor shall at his risk and cost make all arrangements and / or
shall provide for all such facilities as the Engineer-in-charge may require
for collecting preparing testing required number of samples for tests or
for analysis at such time and to such place or places as may be directed
by the Engineer and bear all charges and cost of testing. Such samples
shall also be deposited with the Engineer-in-charge.
25.3 The contractor shall as and when required submit at his cost the
samples of materials to be tested or analyzed and if, so directed, shall
not make use or incorporate in the work any materials
represented by the samples until therequired analysis have been made
and after the test of the materials, finally accepted by the Engineer- in-
charge.
25.4 The contractor shall not be eligible for any claim or compensation,
either arising out of any delay in the work or due to any corrective
measures required to be taken on account of and as a result of
testing of the materials .
25.5 The contractor or his authorized representative will be allowed to remain
present in the departmental laboratory while testing samples furnished
by him. However the results of all the tests carried out in the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


128

departmental laboratory in the presence or absence of the contractor or


his authorized representative will be binding on the contractor.
25.6 Cost of routine day quality control testing charges for tests required as
per specifications will be borne by contractor by sending the same to the
concerned government P.W.D. Laboratories.
25.7 The contractor shall have at his own cost set up laboratory to carry out
the routine tests of material, which are to be used on the work. The test
will have to be carried out either in his field laboratory or in an approved
laboratory. In case tests are carried out in field laboratory at least 25%
testing should be carried out at the nearest P.W.D. quality control
laboratory of the Department. Failing to which recovery at prescribed
rate of P.W.D. Quality Control laboratory will be effect from contractor’s
bill.
25.8 In case of material procured by the contractor, testing as required by
the codes and specifications shall be arranged by him at his own cost.
Testing shall be done in the presence of authorized representative of
the Engineer-in-charge at the nearest approved P.W.D. laboratory. If
additional testing other than as required by specifications is ordered,
the testing charges shall be borne by the Department. If the test results
are satisfactory and by the contractor if the same are not satisfactory.
25.9 In case of material supplied by the Government. If the contractor
demands certain testing, the charges thereof shall be paid by the
contractor. If the test results are satisfactory and by the department if
the same are not satisfactory.
25.10 Testing shall be carried out at approved P.W.D. Government
Laboratories or institutions are directed by Engineer-in-charge and all
testing charges shall be borne by the contractor.
25.11 15% of the rate shall be withheld and shall be released only after the
receipt of the satisfactory test results whenever specified excluding
concrete items. “Routine test shall mean testing of aggregate for
gradation, flakiness index, impact value and binder contents”.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


129

25.12 Mix design of concrete items where specified shall be brought by the
contractor at his own cost, from approved laboratory. Also testing of high
tensile steel is to be done by the contractor at his own cost.
26. MISCELLANEOUS :
1) Rate shall be inclusive of Sale Tax, Turnover Tax, Octroi duty, General
Tax, Royalty, and other taxes etc.
2) For providing electric wiring or water lines etc. recesses shall be
provided if necessary through walls, slabs, beams etc. and later on
refilled it with bricks or stones chipping cement mortar without any
extra cost.
3) In case it becomes necessary for the due fulfillment of contract for the
contractor to occupy land outside the Department limits, the contractor
will have to make his own arrangements with the land owners and pay
such rents, if any, are payable as mutually agreed between them. The
Department will afford the contractor all the reasonable assistance to
enable him to obtain Government land for such purpose of usual terms
and conditions as per rule of Government.
4) The special provision in detailed specification or wording of any item
shall gain precedence over corresponding contradictory provision (if
any) in the standard specifications or P.W.D. Hand Book where
reference to such specifications is given without reproducing details in
contract. Decision of the Engineer in charge shall be final in case of
interpretation of specifications.
5) Suitable separating barricades and enclosures as directed shall be
provided to separate material brought by contractor and material
issued by Government to contractor under schedule “A” same applies
of the material obtained from difference sources of supply.
6) It is presumed that the contractor has gone carefully through the
standard specification (Vol. I& II 1981 edition) M.O.S.T.
Specifications(edition 1995) and the schedule of rate of the Division,
and studied the site condition before arriving at rates quoted by him.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


130

7) The stacking and storage of construction materials at site shall be in


such a manner as to prevent deterioration or inclusion of foreign
materials and to ensure the preservation of the quality, properties and
fitness of the work Suitable precautions shall be taken by contractor to
protect the materials against atmospheric ion fire and other hazard.
The materials likely to be carried away by wind shall be stored in
suitable stores or with suitable barricades and where there is likelihood
of subsidence of soil, heavy materials shall be stored on paved
platforms the contractor shall at his own expenses engage watchman
for guarding the material and plant and machinery and working during
day and night against any pilferage or damage and also for prohibiting
trespasser.
8) For Road and Bridge works the contractor shall in addition to the
specifications cited here, comply with requirements of relevant I.R.C.
Code of Practice, M.O.S.T. specifications.
9) The contractor shall be responsible for making good the damages
done to the existing property during construction by his men.
10) If it is found necessary from safety point of view to test any part of
the structure, the test shall be carried out by the contractor with the
help of the Department at his own cost.
11) The contractor shall provide, maintain, furnish and remove on
completion temporary shed for office on work side for the use of
Executive Engineer’s representative.
12) Defective work is liable to be rejected at any stage. The contractor on
no account can refuse to rectify the defects merely on reasons that
further work has been carried out. No extra payment shall be made for
rectification.
13) In the Schedule ‘B’ the work has been divided into sections but not
withstanding this, every part of it shall be deemed supplementary to
and complementary of every other part.
14) General directions or detailed description of work, material and items
coverage of rates given in the specification are not necessarily
repeated in the Bill of Quantities/item wise specifications. Reference is

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


131

however, drawn to the appropriate section clause(s) of the General


specifications in accordance with which the work is to be carried out.
15) In the absence of specific directions to the contrary, the rates and the
prices inserted in the items are to be considered as the full inclusive
rates and prices for the finished work described there under and are to
cover all labour, materials, wastage, temporary work, plant overhead
charges and profits, as well as the general liabilities, obligations and
risks arising out of the General Conditions of contract.
16) The quantities set down against the item in the Schedule ‘B’ are only
estimated quantities of each kind of work included in the contract and
are not to be taken as a guarantee that the quantities scheduled will be
carried out or required or that they will not be exceeded.
17) All measurements will be made in accordance with the methods
indicated in the specifications and read in conjunction with the General
conditions of contract.

18) The details shown on drawings and all other information pertaining to
the work shall be treated as indicative and provisional only and are
liable to variation as found necessary while preparing working dewing
which will be supplied by the Government during execution. The
contractor shall not, on account of such variation be entitled to any
increase over the ones quoted in the tender which are on quantity
basis.

19) The recoveries if any from contractor will be effected as arrears of land
revenue through the collector of the District.

20) Clause 101 to 107 of specifications of Road and Bridge work adhered
herewith will be applicable to works as per Schedule ‘B’ unless
specified otherwise in the detailed specifications of the relevant items.

21) All materials used in the construction shall conform to the requirements
of specification clause under section- 1000 “Materials for structure” of
specification of Road and Bridge works, M.O.S.T., New Delhi, and also
the P.W.D. Standard Specification.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


132

22) Extraneous materials and steps to minimize dust nuisance during


construction shall be as per clause 111 of M.O.S.T. specification (Third
Edition 1995).
27.0 CHANGE OF CEMENT CONTENTS ETC :
The tendered rates for any items, involving the use of cement shall
apply to the quantity of cement specified for the mix for that item in the
specifications. If for any reasons, expect those required for
compensating the deficiencies in the components, the cement content
and properties are altered by the Executive(Engineer-in-charge) at any
time or from time to time the tendered rates for that particular item and
quantity or quantities, reduction in cost of the cement content from the
laid down in the specification at the rates. Specified in D.S.R. of the
district on which the estimate is based plus 10% to cover all other
incidental change whatever.
Likewise if any additives compounds, water proofing materials etc.
are ordered by the Engineer to be added to the mortar or concrete, no
extra rate shall be payable for this change which shall be carried out as
per directions of the Engineer-in-charge provided cost of such
additives etc. is borne by Government or these are supplied free of
costs to contractor at site by the Government. If the contents of cement
in concrete used for work is less than 2% of Schedule ‘A’ consumption
specified in item, then the rates of the item shall be reduced by
difference in cost of cement specified in Schedule and actually used
while carrying out work and shall be paid accordingly.
28. CEMENT CONCRETE :
a) The contractor shall carry out all preliminary tests to work out grading
and proportioning of aggregates in order to obtain and maintain
uniform quality of work. The contractor shall supply all materials, labour
and testing cost for preparing and testing samples as required by the
Engineer. Unless otherwise specific in the detailed item wise
specifications 3 cubes 150 mm x 150 mm x 150 mm will be tested for
every 15 cubic mars of concrete or per day whichever is higher.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


133

The contractor shall make field arrangements for slump test,


density and bulk age testing and also prepare concrete cubes 150 mm
x 150mm x 150 mm for testing compressive strength, at his cost. The
cubes shall be got tested at approved laboratory and the test results
shall not fall below those prescribed in P.W.D. Hand Book (Table CV
P. 412) or as laid down in the specifications. The cost of such cubes
and tests shall be entirely borne by the contractor.
b) All concrete shall be machine mixed, unless otherwise directed by the
Engineer-in-charge for controlled or high grade concrete, the grading
of aggregate shall be got approved from the Engineer. The correct
proportions and the total amount of water for the mix will be
determined by means of preliminary tests and shall be got approved by
the Engineer-in-charge however, such approval does not relieve the
contractor from his responsibility regarding the minimum works
strength requirements. Work test shall be taken in accordance with
relevant codes and specifications. The proportioning of aggregate shall
be done by weight.
c) All mixing shall be done by mechanical means in approved mixers. The
Engineer may at his discretion, allow in writing hand mixing of concrete
for minor items where in small quantities are involved but in that cases
the contractor shall increase the cement content of the mixture by 10%
without any extra cost.
d) The form work used shall be made invariably of steel/with lining of
steel or with plywood lining, wooden shutters may be allowed at the
discretion of the Engineer, lintels, small slabs and beams, copping etc.
e) The concrete shall be mechanically vibrated for proper compaction by
the method approved by the Engineer.
f) The concrete shall be cured only by sweet potable water for full 21 days
after the time of its placement or as may be directed by Engineer-in-
charge.
28.1 REINFORCED CONCRETE WORK :

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


134

a) The work included in this contract shall be carried out in addition to this
specifications detailed herein, in accordance with specifications and
regulations as down the following standard specifications.
1. Standard Specification published by Government of Maharashtra
1985 Edition.
2. I.S. 8112 :- 1989–Specification for 43 grade ordinary port
land cement.
3. I.S. 383 :- 1976 – Specifications for coarse and fine
aggregate from natural course for concrete.
4. I.S. 1786 :- 1985- Specifications for cold twisted bars.
5. I.S. 432 :- 1982- Specifications for mild steel and medium
steel bars.
6. I.S. 456 :- 1978 - Code of practice for plain and reinforce
concrete.
7. MOST :- Ministry of Surface Transport (Road Wing)
Specification for Road and Bridge works
(Third revision) 1995 Edition.
If the standard specifications quoted above fall short for the items
quoted in these Schedules of this contract reference shall be made to
the latest British Standard of Specifications. If any of the items of
contract do not fall in reference quoted above the decision and
specifications of the Engineer shall be final.

28.2 ADDITIONAL GENERAL SPECIFICATION FOR ORDINARY AND HIGH GRADE


CONCRETE :
1. If the concrete strength falls below that specified for the items and if
the use can be permitted under clauses 303.3.7 of the I.R.C. Bridge
code section. III given below, the unit (Bridge Component) may be
accepted at the discretion of the Superintending Engineer concerned
as a substandard work at a suitable reduced rate, reduced rate will be
determined by the Executive Engineer concerned according to
circumstances of the case and the concerned Superintending

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


135

Engineer’s approval to the reduced rate as mentioned above is


necessary.
“ Standard specification and code of Practice for Road and Bridge,
Section III Cement concrete 303.3.7 standard of acceptance”.
i) Full payment should be made when 75% of the test cube results are
equal and above specified strength. Cases failing outside the above
limits should be examined and decided by the Engineer-in-charge on
merits on each case.
ii) The test specimen should be taken by representative of the contractor
in presence of a responsible officer of the rank of not lower than an
Assistant Engineer/Deputy Engineer.
iii) The test specimen should be formed carefully and no claim shall be
entertained later on, on the ground that the casting of the test
specimen were faulty and that the results of the test specimen did not
give correct indication of the actual quality of concrete.
iv) The minimum quantity of cement per one cubic meter of M-15 grade
and above concrete should be as per standard specification Book
specification B 7.4 on page 39 (1979 Edition).
v) Payment : a) The payment of such concrete work will not be made till
the strengths are ascertained.
b) The payment of reinforcement of such affected items will not be made
till the strengths of the concrete are ascertained.
28.3 FROM WORK AND STAGING FOR BRIDGE STRUCTURE :

28.3.1 For bridge structure forms for concrete shall be constructed of mild
steel plates or marine plywood and be of substantial and rigid
construction true to shape and dimensions shown on the drawings.
Where metal forms are used all bolts and rivets shall be counter sunk
and well ground to provide a smooth plane surface.

28.3.2 Forms shall be mortar tight and shall be made sufficiently rigid by the
use of ties and bracing to prevent any displacement or sagging
between supports. They shall be strong enough to withstand all
pressures ramming and vibrations, without deflection from the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


136

prescribed lines occurring during and after placing the concrete and
shall be tight enough to prevent any appreciable loss of concrete
during vibration. Screw jacks of hard wood wedges where required
shall be provided to make up and settlement in the form work before of
during the placing of concrete.

28.3.3 Schedule camber shall be provided in horizontal members of structure,


specially in long spans to counter act the effects of any deflection, the
form work shall be so fixed as to provide for such camber, if required.

28.3.4 Forms shall be so constructed as to make removal in sections in the


desired sequence without damaging the surface of concrete or
disturbing other sections.
28.4 NUMBER OF SETS OF STAGING AND SHUTTERING AND
EQUIPMENT.
(FOR BRIDGE WORK ONLY)
In order to ensure completion of bridge within the stipulated period the
contractor shall have to arrange a minimum member of sets of staging
and shuttering as well as equipment of the required size for different
components as stipulated hereunder.
[I] For well foundations [a] Staging and shuttering Nil Sets
[b] Equipments Nil Sets
[II] For other items of [a] Staging and shuttering Two Sets
Substructure
[b] Equipments Two sets
[III] For superstructure [a] Staging and shuttering One set
[b] Equipments One set
Use of slip form shuttering wherever feasible will be preferred.
28.5 LOAD TEST OF SUPER STRUCTURE.
In the event of the reasonable doubts as to quality of workmanship or of
materials used in construction, the contractor shall carry out a load test on
superstructure for testing one complete unit of the same preferably the very first
of it to be cast as directed by Engineer in order to satisfy the Department about
the strength of the structure of the adequacy of the procedure of working as

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


137

sufficiency of methods followed and results obtained. The load test shall be
carried out as relevant specifications.
The test shall be carried out for the full dead load and 125% live load
including impact by observation of deflections a salient point and comparing
them with those computed ones. They should closely agree with residual
deflections after removal of live load after 24 hours and difference between the
two shall not be more than 20% of the maximum ones if the recovery is less
than 80% of the structure shall be deemed to unacceptable.
In case there is any deficiency, the same shall be made good by the
contractor by necessary strengthening of the untested component and
necessary improvement shall be made in the units to be constructed next as
warranted by their results of the test.
The next unit will again be tested and process repeated until absolutely
satisfactory results are obtained and the rest of work will be carried out
according to the procedure giving such results.
COST OF LOAD TEST AND TESTING CHARGES OF ANY PART OF
STRUCTURE
Load testing and testing of any part of the structure will be asked only in
case of reasonable doubts. Cost of testing will have to be born by the
contractor if the results are not satisfactory, any by Department if satisfactory.
29.0 PROTECTION OF UNDERGROUND TELEPHONE CABLE AND
AERIAL TELEPHONE WIRES AND POLES, TRANSMISSION
TOWERS, ELECTRICAL CABLES AND WATER SUPPLYING
LINES.
During the execution of work, it is likely that the contractor may meet
with telephone cable, electrical cable, water supply lines etc. it will
therefore be the responsibility of the contractor to protect them
carefully all such cases should be brought to the notice of the
Engineer-in-charge by the contractor and also the concerned
Department. Any damages whatsoever done to these cables and
pipelines by the contractor shall be made good by him at his cost.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


138

30.0 MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED


FOR LABOUR EMPLOYED IN THE CONSTRUCTION BY THE
CONTRACTOR

a) The contractor shall provide an adequate supply of pure and


wholesome water for use of laborers on works and in campus.

b) The contractor shall construct trench or semi permanent latrines for the
use of the Laborers. Separate latrines shall be provided for men and
women.

c) The contractor shall build sufficient number of huts on a suitable plot of


land for use of laborers according to the following specifications:-

(1) Huts of Bamboos and Grass may be constructed.


(2) A good site not liable to submergence shall be selected on high
ground remote from jungle but well provided with tees, shall be
chosen wherever it is available. The neighborhood of tank,
jungle, trees or woods should be particularly avoided, camps
should not be established close to large cuttings of earthwork.
(3) The lines of huts shall have open space of at least ten meters
between rows. When a good natural site cannot procured,
particular attention should be given to the drainage.
(4) There should be no overcrowding. Floor space at the rate of 2.78
Sqm. 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
Government land , he should apply for it. Assessment for it if
made available Government.
(6) The contractor shall construct a sufficient number of bathing
places. Washing places should also be provided for the purpose
of washing cloths.
(7) The contractor shall make sufficient arrangement for drainage
away the surface & sewage water as well as water from the
bathing and washing places and shall dispose of this waste
water in such a way as not to cause any nuisance .

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


139

d) The contractor shall engage a Medical Officer with a traveling


dispensary for camp containing 500 or more persons if there is no
Government or other private dispensary situated within 8 km. from the
camp. In case of and emergency the contractor shall arrange at his
cost free transport for quick medical help to his sick worker.

e) The contractor shall provide the necessary staff for effecting a


satisfactory conservancy and cleanliness of the camp to the satisfaction
of the Engineer-in-charge. At least one sweeper per 200 persons
should be engaged.

f) The Assistant Director of Public Health shall be consulted before


opening a labors camp and his instructions on matters such as water
supply sanitary conveniences, the campsite accommodation and food
supply shall be followed by contractor.

g) The contractor shall make arrangements for anti-malarial measures to


be provided for the labors employed on the work. The anti-malarial
measures to be provided for the labors employed on the work. The anti-
malarial measures shall be provided as directed by Assistant Director of
Public Health.

h) Where are workers are required to work near machine and are liable to
meet with accident they should not be allowed to wear loose clothes like
dhoti, zabba etc.

31.0 SAFETY MEASURES AND AMENITIES :


The contractor shall take all necessary precautions for the safety of the
workers and preserving their health’s while working on such job as
require special protection and precautions wherever required. The
following are some of the requirements listed, through not exhaustive.
The contractor shall also comply with the directions issued by the
Engineer in this behalf from time to time and at all times.
(1) Providing protective foot-wear to workers, in situations like mixing and
placing of mortar or concrete, in quarries and place where the work is to

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


140

be done under too much wet conditions as also for movements over
surfaces infected with oyster growth etc.
(2) Providing protective head wear to workers, working in quarries etc.
protect them against accidental fall of materials from above.
(3) Taking such normal precautions like providing hand rails to the edges of
the floating platform or barges, not allowing nails or metal parts or
useless timber to spread around it.
(4) Supporting workmen with proper belts, ropes etc. when working on any
masts, cranes, crips, hoist, dredgers etc.
(5) Taking necessary steps forwards training the workers concerned on the
use of machinery before, they are allowed to handle it independently and
taking all necessary precautions in and around the areas where
machines, hoists and similar units are working.
(6) Providing adequate number of boats (if at all required for playing in
water ) to prevent overloading and over crowding.
(7) Providing life belts to all men working at such situations, from where they
may accidentally fall into the water, equipping the boars with adequate
number of life belt etc.

(8) Avoiding bare live wires etc. as would electrocute workers.

(9) Making all platforms, staging and temporary structures sufficiently strong
so as not to cause inconvenience and risk to the workmen and
supervisory staff.

(10) Providing sufficient first and trained staff and equipment to be available
quickly at the work site to render immediate first aid treatment in case of
accidents due to suffocation’s, drawing and other injuries.

(11) Take all necessary precautions with regard to us of divers.

(12) providing full length gum boots, leather hand gloves leather jackets with
fire proof apron to cover the chest and back reaching up to knees and
protective goggles for the eyes to the laborers working with hot asphalt
handing vibrator in cement concrete and also where use of any or all
these items is beneficial in the interest of health and well being of the
laborers in the opinion of the Engineer.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


141

(13) Suitable scaffolds shall be provided for workmen for all works that can
not safely be done from the ground or from solid construction except
such short period work as can be done safely from ladders. When ladder
is used, an extra ardor shall be engaged for holding the ladder and if the
ladder is used for carrying the materials as well as suitable footholds and
handholds shall be provided on the ladder and ladder shall be given an
inclination not steeper than 1:4(1 horizontal and 4 vertical).

(14) Scaffolding or staging more than 3.25 meters above the ground or
floors, swing or suspended from an overhead support or erected with
stationery supports shall have a guard rail properly attached, bolted,
breached and otherwise assured at least one meter high above the floor
or platform of such scaffolding or staging and extending along the entire
length of the outside and ends thereof with only such openings as may
be necessary for delivery of materials. Such scaffolding or staging shall
be so fastened as to prevent if from swaying from the building or
structure.
(15) Working platform, gangways and stairways shall be so constructed
that they do not sag unduly or are more than 3.25 meters above
ground level or floor level. It shall be loosely boarded, have adequate
width and be suitably fenced as described in 14 above.
(16) Every opening in floor of the building or in a working platform shall be
provided with suitable protection to prevent fall of person or materials
by provided suitable fencing or railing with minimum height of 1 meter.
(17) Safe means of access shall be provided to all working platforms and
other working places. Every ladder shall be securely fixed. No portable
single ladder shall be over 9 meters in length, width between side rails
in hung ladder shall in no case may be less than 30 cms. for ladders
up to and including 3 meters in length. For longer ladders, this width
shall be increased at least 6 mm for each additional 30 cms of length
uniform step shall not exceed 30 cms.
(18) Adequate precautions shall be taken to prevent danger from electrical
equipment. No materials on any or the sites shall be stacked or placed
as to cause danger or inconvenience to any person or the public. The

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


142

Contractor shall provide all necessary fencing and light to protect


public from accident and proceeding of law that may be brought by any
person for injury sustained owing to neglect of the above precaution
and to pay any damages and costs which may be awarded in any such
suit action or proceedings to any such person or which may with the
consent of the Contractor, to be paid to compromise any claim by any
such person.
(19) All necessary personal safety equipment as considered adequate by the
Engineer-in-charge shall be available for use or persons employed on
the site and maintained in a condition suitable for immediate use and
the Contractor shall take adequate steps to ensure proper use of
equipment by those concerned.
a) Workers employed on mixing asphaltic materials, cement or lime
mortars concrete shall be provided with protective footwear and
protective footwear and protective goggles.
b) Those engaged in handling any materials, which is injurious to eyes
shall be provided with protective goggles.
c) Those engaged in welding works shall be provided with welder’s
protective eye shields.
d) Stonebreaker shall be provided with protective goggles and protective
clothing and seated at sufficiently safe intervals.
e) When workers are employed in sewers and manholes which are in use,
the Contractor shall ensure that manhole covers are opened and
manholes are ventilated at least for an hour before workers ate allowed
to get into them .Manholes opened shall be cordoned off with suitable
railing and provided with warning signals or boards to prevent accident
to public.
f) The Contractor shall not employ, men below the age of 18 years and the
women on the work of painting with products containing lead in any
form. Wherever men above the age of 18 years are employed on the
work of lead painting, the following precautions shall be taken.
i) No paint containing lead or lead product shall be used except in the
from of paste or ready-made paint.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


143

ii) Suitable facemasks shall be supplied for use by workers when paint
is applied in the from of spray or surface having lead paint, dry
rubbed and scrapped.
iii) Overalls shall be supplied by the Contractor to workmen and
adequate facilities shall be provided to enable working painters
to have wash during and on cessation of work.
g) When work is done near any place where there is risk of drawing all
necessary equipment shall be provided and kept ready for use and all
necessary steps taken for prompt rescue of any person in danger and
adequate provision made for prompt first aid treatment of all injuries
likely to be sustained during the course of the work.
Use of hoisting machines and shackle including their attachments,
anchorage, supports shall confirm to the following.
a) i) These shall be of good mechanical construction, round materials
and adequate strength and free from patent defects and shall
be kept in good working order.
ii) Every rope used in hoisting or lowering materials or as means of
suspension shall be of durable quality and of adequate strength
and free from patent defects.
b) Every crane driver or hoisting appliance operator shall be
properly qualified and no person under the age of 21 years shall
be in charge of any hoisting machine including any scaffolding.
c) In case of every hoisting machine and of every chain, ring,
hook, shackle and pulley block used in hoisting or lowering or
means of suspension, safe working load shall be ascertained by
adequate means. Every hoisting machine and all gear referred to
above shall be clearly marked with safe working load.
In case of a hoisting machine having a variable safe
working load, each safe working load and the conditions under
which it is applicable shall be clearly indicated. No part of any
aching or of any gear referred to above in this paragraph shall be
loaded beyond safe working load except for the purpose of
testing.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


144

d) In case of departmental machines safe working load shall be


notified by the Engineer-in-charge. As regards Contractor’s
machines, Contractor shall notify safe working load of each
machine to the Engineer-in-charge whenever, he brings it to site
of work and get it verified by the Engineer-in-charge. Motors,
gearing transmission, electric wiring and other dangerous parts
of hoisting appliances shall be provided with such means as will
reduce the minimum risk to the accidental descent of load.
Adequate precautions shall be taken to reduce to the minimum
the risk of any part of a suspended load becoming accidentally
displaced, when workers are employed. On electrical
installations, which are already, energized insulating wearing
materials approved such as gloves, sleeves and coats as may be
necessary, shall be provided. Workers shall not wear any rings,
watches and carry keys and other materials, which are good
conductor of electricity.
As scaffolds, ladders, and other safety devices mentioned
or described herein shall be maintained in a safe condition and
no scaffold ladder or equipment shall be altered or removed while
it is in use. Adequate washing facilities shall be provided at near
places of work.
e) These safety provisions shall be bought to the notice of all
concerned by display on a notice board at a prominent place at
the work spot. Persons responsible for ensuring compliance with
the safety code shall be named therein by the Contractor.
i) To ensure the effective enforcement of the rules and regulations
relating to safety precautions, arrangements made by the
Contractor shall be open to inspection by the Engineer-in–charge
or his representative and the inspecting officers.
ii) Failure to comply with the provisions here under shall make the
Contractor liable to pay to the department as penalty an amount
not exceeding Rs. 50/- for each default and decision of the
Engineer-in-charge shall be final and binding.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


145

Notwithstanding the above conditions the Contractor is not


exempted from the operation of any other Act or rules in force.
32. EXCAVATION AND TRENCHING :
All trenches, 1.5 meters or more in depth, shall at all times be supplied
with at least one ladder for each 30 meters in length or fraction thereof.
Ladder shall be extended from bottom of trench to at least 1 merit above
surface of the ground, side of trench which is 1.5 meter or more in depth
shall be stepped back to give suitable slope, are security held by timber
bracing, so as to avoid the danger of side collapsing. Excavated
materials shall be placed with 1.3 meters of edge of trench or half
depth of trench whichever is more. Cutting shall be done from top to
bottom. Under no circumstances shall undermining or undercutting be
done.
33. 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) No electric cable or apparatus , which is liable to be a source of danger
or a cable or apparatus used by operator, shall remain electrically
charged.
c) All practical steps’ shall be taken to prevent danger to persons
employed, from risk or fire or explosion or hooding. No floor, roof or
other part of a building shall be so overload with debris of materials as
to tender it unsafe.
34. SCOPE OF RATES FOR DIFFERENT ITEMS OF WORKS :
For item rate contract, the contract unit rates for different items of
work shall be paid in full for completing the work to the requirements of
specification including full compensation for all the operation detailed in
the relevant sections of these specification under “Rates”. In the
absence of any direction to the contrary, the rates are to be considered
as the full inclusive rate for finished work covering all labors, Materials
wastage, temporary work, plant equipment. Over head charges and

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


146

profit as well as the general liabilities, obligations and risks arising out
of the General Conditions of Contract.
The item rates quoted by the contractor shall, unless otherwise
specified, also include compliance with supply of the following :

i) General works such as setting out clearance of site before setting out
and clear range of works after completion.

ii) A detailed programme for the construction and completion of works


(using CPM/PERT techniques) giving, in addition to the construction
activities, detailed network activities for the submission an approval of
materials, procurement of critical materials and equipment, fabrication
of special products/equipment, and their installation and testing and for
all activities of the employer that are likely to effect the progress of
work, etc. including updating of all such activities on the basis of the
decisions taken at the periodic site review meeting or as directed by
the Engineer.

iii) Samples of various material proposed to be used on the work for


conducting tests thereon required as per the provisions of the contract.

iv) Design if mixes as per the relevant clauses of the specifications giving
proportions of ingredients, sources of aggregates and binder along
with accompanying trial mixes as per the relevant clauses of these
specifications to be submitted to the Engineer for his approval before
use of in the works,

v) Detailed design calculations and drawing for all Temporary works


(such as formwork, staging, centering, specialized constructional
handling and launching equipment and the like.) :

vi) Detailed drawing for templates, support and end anchorage, details for
prestressing, cable, profiles, bars bending and cutting schedules for
reinforcement, material lists for fabrication and structural steel etc.

vii) Mill test reports for all mild and high tensile steel and cast steel as per
the relevant provision of the specifications.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


147

viii) Testing of various finished items and materials including bitumen,


cement, concrete, bearing as required under these specifications and
furnishing test reports/certificates:

ix) Inspection Reports in respect of form work, staging reinforcement and


other items of work as the relevant specification.

x) Any other data which may be required as per these specifications or


the conditions of contract or any other annexure/schedules forming
part of the contract.

xi) Any other item of work which is not specifically provided in the bill of
quantities but which is necessary for complying with provisions of the
contract and

xii) All temporary works and false work. Portion of roads works beyond the
limits and or any other work may be got constructed by the employer
directly through other agencies. According, other agencies employed
by the employer may be working in the vicinity of the work being
executed by the contractor. The contractor shall liaise with such
agencies and adjust his construction programme for the completion of
work accordingly and no claim or compensation due to any reason
what so ever will be entertained on this account. The employer will be
indemnified by the contractor for any claims from other agencies on
this account.

xiii) All prevailing taxes levied by Government and as amended from time to
time.

35. PAYMENTS :
The contractor must understand clearly that the rates quoted are for
completed work and include all costs due to labour scaffolding, plant,
machinery, supervision, power, royalties, octroi taxes etc. and should
also include all expenses to cover the cost of night work if and when
required and no claim for additional payment beyond the prices or
rates quoted will be entertained.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


148

The mode of measurements has been indicated in the


specifications, if there is any ambiguity or doubt in this respect, the
decision of Superintending Engineer will be final.
a) RUNNING BILLS :
Two payments in a month will be granted by Engineer-in-charge if the
progress is satisfactory. Contractor should submit bills to the Engineer-
in-charge in appropriate forms. The payments for work done will be
made as and when the funds are available for this work under
concerned head and no claims whatsoever from agency on account of
delay in payment will be entertained by the department.
b) FINAL BILL :
The contractor should submit final bill within one month after
completion of the work and the bill will be paid within 5 months if it is in
order. Depending on availability of funds for this work and no claims
whatsoever on account of delay in payment will be entertained by the
department. Disputed item and claims if any shall be excluded from the
final bill and settled separately latter on .
36. CLAIMS :
Bills for extra work or for any claim shall b e paid separately apart
from the interim bills for the main work. The payment of bills for the
main work shall not be withheld for want of decision on the extras or
claims not covered in the appendices. Claims for extra work shall be
registered within 30 days of occurrences of the event. However bills
for these claims including supporting data/details may be submitted
subsequently.

37. PRIORITIES OF WORKS TO BE EXECUTED :


Priorities for items to be executed shall be determined periodically
keeping in view the final time limit allowed for the work and all the
time schedule fixed for intermediate stages of work.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


149

38.0 WAGES ACT :


The contractor shall comply with the provisions of payments of
wages Act 1936. Minimum Wages Act 1948, Employee’s Liability Act
1937, Workmen’s Compensation Act 1923, Industrial Dispute Act
1947, Maternity Benefit Act 1961, Contractor Labour ( R&A) Act 1970
migrant workmen (Regulation of Employment and conditions of
service) Act 1979, or modifications there of or any other law relating
there to and rules and there under from time to time by the
Government.
39.0 DISPUTE AND ARBITRATION :
No Arbitration is allowed.
40.0 ELECTRIC POWER :
Arrangement for obtaining Electric Power connection will have to be
made by the contractor at his own cost.
41.0 PRELIMINARY ARRANGEMENTS :
The contractor shall have to make at his own cost all preliminary
arrangements for labors, water electricity and materials etc.
immediately after getting the work order. No claim for any extra
payment or or-application for extension of time on the grounds of any
difficulty in connection with the above matter will be entertained.
The contractor shall at his own expenses, engages
watchmen for guarding the materials and plant and machinery and
the work during day and night against any pilferage, damages and
also for prohibiting trespassers or damage to them. The contractor
shall have to make his own arrangements for water required for any
purposes on the work.
The contractor after completion of work shall have to clean
the site of all debris and remove all unused materials other than
those supplied by the Department and all plant and machinery,
equipment, tools etc. belonging to him within one month from the
date of completion of the work, or otherwise the same shall be
removed by the Department at his cost and the contract shall not be
entitle for payment of any compensation for the same.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


150

42.0 ACCIDENT :
In the event of an accident involving serious injuries or damages to
human life or death of any of his employees and or laborers or
trespassers, the same the same shall be reported within 24 hours of
the occurrence to the Executive Engineer and the Commissioner of
Workmen’s Compensation.
43.0 PLANT :
All constructional plant, provided by the contractor shall when
brought on the site be deemed to be exclusively intended for the
construction of this work and the contractor shall not remove the
same or any part thereof ( Save for the purpose of moving it from the
part of the site to another or for repairs etc.) Without the consent in
writing of the Engineer-in-charge which shall not be unreasonably
withheld.
44.0 PUBLIC UTILITIES :
In addition to clause 110 of M.O.S.T. (R.W.) Specifications for Road
and Bridge works (Second Revision) 1988 following should be added
Para 110.6.
Public utility service like HT Lines telephone line etc. that are
visible at site should be taken notice of by the contractors while
planning their works. It shall be the contractor’s responsibility to
inspect such services prior to the commencement of any work.
While executing the works, the contractors should take care
to see that these services are not disturbed or damaged during the
execution.
The Government will not be held liable or responsible for any
delay in completion of the job under this contract which may occur
due to any damage occurred to such services in consequence of the
contractor’s operations of delayed completion of the execution for
the same.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


151

45. DRAWINGS :
A) Contract Drawings :
The contract drawings provided for tendering purpose with the
tender documents shall be use as reference only. Contractor should
visualize the nature of type of work contemplated and to ensure that
the rates and prices quoted by him in the bill of quantities take due
consideration of the complexities of work involved during actual
execution/construction as experienced contractor in the field.
The tendered rates/prices for the work shall be deemed to
include the cost of preparation, supply and delivery of all necessary
drawings, prints, tracings and negatives that the contractor is
required to provide in accordance with the contract.
B) Completion Drawings :
The contractor shall submit to the Engineer within 2 (two
months) of actual completion “Completion Drawings” as specified
below and operation and maintain instructions for the whole of the
work.
These drawings shall be accurate and correct in all respect
and shall be shown to and approved by the Engineer earlier. For
“Completion Drawings” 2(two) prints and one polyester film of quality
approved by the Engineer or his representative shall be supplied.
46. HANDING OVER OF WORK :
All the work and materials before finally over by Government
will be the entire liability of the contractor for guarding, maintaining
and making good any damages of any magnitude, Interim payments
made for such work will not alter this position. The handing over by
the contractor and taking over by this Executive Engineer or his
authorized representative will be always in writing, copies for which
will go to the Executive Engineer or his authorized representative and
the contractor. It is, however, understood that before taking over
such work, Government will not put it into regular use as district from
casual or incidental one, except as specially mentioned elsewhere in
this contract or as mutually agreed to.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


152

47. RELATION WITH PUBLIC AUTHORITIES :


The contractor shall comply with all rules, regulations, byelaws
and directions given from time to time by local or public authority in
connection with this work and shall himself pay fees or charges
which are livable on him with out extra cost to the Department.
48. DOCUMENTATION :
If so ordered by the Engineer-in-charge, the contractor will
prepare drawings of the work as constructed and will supply original
and three copies to the Engineer who will verify and certify these,
drawings Final as contracted drawing shall then be prepare by the
contractor and supplied in triplicate to the Engineer for record and
reference purposes at the contractor’s cost.
49. If the potable water is not available in the river bed the contractor has
to make his arrangement for potable water required for concrete
mixing its curing and other parts of the construction for which no
extra claim will be paid by the Department.
50. DAY- TO DAY QUALITY CONTROL OPERATIONS :
The day to day controls to be exercised by the contractor and engineer
are enumerated in the below paragraphs.
50.1 ALIGNMENT AND LEVEL, CONTROL :
a) The contractor should locate the centre line of the road from the
pegs, pillars or reference point fixed during the location
survey and from the information furnished in the contract
drawings. Any discrepancy between the reference points on the
ground and those on the drawings should immediately be
brought to the notice of the Engineer for reconciliation.
b) Based on the approved centre line, contractor should set up
batter pets (to delineate the limits of embankment / cutting and
cleaning stakes to delineate limits of cleaning and grubbing) and
have these got checked and approved by Engineer.
c) The contractor should check the reduced levels of bench marks
set up along the alignment,. Any discrepancy in the reduced
levels of those at site and as indicated in the drawings should

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


153

immediately be brought to the notice of the Engineer for


reconciliation. The contractor should re- establish those bench
marks which are found missing at site and should establish
additional bench means as needed, for ensuring effective level
control.
d) The contractor shall be responsible for the true and proper setting
out of the works in relation to original survey points, lines and
levels of reference given by the Engineer in writing. If at any time
during the progress of the works any error shall appear or arise in
the position, levels, dimensions or alignment of any part of the
works, the contractor on being required to do so by the Engineer,
shall at his own cost rectify the error to the satisfaction of the
Engineer, unless such error is based on incorrect data supplied in
writing by the Engineer.
e) The contractor shall carefully protect and prepare all bench
marks, reference pillars and pegs used in setting out the works till
final take over by the Engineer.
50.2 NATURAL GROUND FOR EMBANKMENT CONSTRUCTION / CUT
FORMATION AND THEIR COMPACTION.
a) Attesting limits in situ dry density and CBR of the material at ground / cut
formation level, should be determined and got approved by the
Engineer. Any unsuitable material shall be removed and replaced by
better material as ordered by the Engineer.
b) The Engineer quality control units shall have independent test checks on
the quality and compaction of the natural ground / cut formation.
EMBAKMENT CONSTRUCTION
(c) All borrow areas shall be got approved by the Engineer based on result
of tests for attesting limits proctor / modified proctor density, CBR and
soil classification.
(d) Layer thickness and in- situ density shall be checked and got approved
by the Engineer before proceeding to the next layer.
50.3 EMBANKMENT CONSTRUCTION :

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


154

a) All borrow areas shall be got approved by the Engineer based


on result of tests for atterberg limits, proctor / modified proctor
density, CBR and soil classification.
b) Layer thickness and in – situ density shall be checked and got
approved by the Engineer before proceeding to the next layer.
50.4 SUBGRADE :
a) Specific borrow areas having soil satisfying the requirements of
specifications and specified strength criteria shall be identified for
use in sub grade and got approved by the Engineer.
b) In case of any appreciable variation of inbuilt subgrade
characteristics from the designed ones, the pavement design
shall be reviewed to match the inbuilt characteristics of the sub
grade.
c) The soil used in actual construction of subgrade shall be
remolded at density referred in sub para (d) below at placement
moisture content and check for 4 days soaked and unsoaked
C.B.R. A set of 3 specimen shall be collected from each 300
cum. Area of the subgrade (i.e. top 0.50 m of embankment ) for
C.B.R. test.
d) In situ density and C.B.R. of the constructed subgrade shall be
checked and got approved by the Engineer before proceeding on
with the next pavement layer.

50.5 SUB-BASE :
a) The source of supply of materials shall be inspected tested and
got approved by the Engineer before any material is delivered to
site of works.
b) Job- mix formula falling within the specified limits where
applicable, shall be got approved by the Engineer based on test
results thereof.
c) Sample of the material from the laid sub-base shall be tested for
gradation, Pl

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


155

d) Field compaction shall be checked and got approved by the


Engineer before proceeding with the work on the next pavement
layer.
e) In case of any appreciable variation of inbuilt sub base
characteristics from the designed ones, the pavement design
shall be reviewed to match the inbuilt characteristics of the sub-
base.
50.6 GRANULAR BASE COURSE :
a) For graded type of granular material the job mix formula falling
within the specified grading limits should be got approved by the
Engineer.
b) Testing of aggregates brought to site of works for gradation and
aggregate impact value should be done.
c) Testing of filler material for WBM for gradation liquid limit and
plasticity index shall be done.
d) Field compaction control should be exercised for density and by
other sensory checked such as observation of movement of layer
under compaction, sinking / crushing of a piece of agyer gult
placed a moving roller complete removed of roller marks etc.
50.7 SHOULDERS :
a) Checking for the quality of should materials including gradation sh
all be done.
b) Field compaction shall be checked at site on the compacted layer.
c) Checking for the cross fall built shall be done.
50.8 BITUMINOUS CONSTRUCTION GENERAL :
a) Manufacture’s test certificate for quality of bitumen will be
acceptable to the Engineer. However, where the quality is in
doubt , the Engineer may call for tests to be conducted by the
contractor for verification.
b) The base on which bituminous courses are to be laid must be dry
and free of dust and other deleterious matters.
c) Mineral aggregates to be used should be checked for their
specification requirements and got approved by the Engineer.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


156

50.9 BITUMINOUS SPRAYED WORK :


a) Temperature of binder in the boiler and rate of spray at site shall
be checked. Spraying shall be uniform and shall be carried out
with the help of either self propelled or towed bitumen pressure
sprayer with self heating arrangements and spraying nozzles
arrangements.
b) Rate of uniformity of spread of chippings should be checked and
controlled.
c) Adequate embedment of the chippings by rolling shall be
ensured.
51. FIELD LABORATORY
The contractor shall arrange to provide a well furnished and fully
equipped field laboratory which shall be manned by adequately qualified
technical staff. The laboratory shall preferably located adjacent to the
plant site and shall be provided with amenities like water supply, electric
supply, toilet block etc. The laboratory equipment shall confirm to Clause
121.3 of Page 26 of MOST specifications of roads and bridges. The
equipment shall be preferably of AMIL make. This shall be considered
as incidental to work and no separate payment whatsoever will be made
for the same. The testing of materials of work should be carried out as
per frequently laid by the P.W. Department. 25% of the test should be
performed in P.W. Laboratory in variably, failing to which recovery at
prescribed rate of should be effective from contractor’s bill.
52. SUPPLY OF COLOURED RECORD PHOTOGRAPHS AND ALBUMS
The contractor shall arrange to take dated post card size coloured
photographs at the rate of 10 photographs per kilometer at various
stages/facts of the work including interesting and novel features of the
work as desired by P.W. laboratory the Engineer-in-charge and supply
them in five copies each in separate albums of appropriate size.
He shall also arrange for the video Filming of important activities
of the work during the currency of the contract and edit it to a video film
of 60 to 180 minutes playing time.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


157

It shall contain narration of the various activities in English /


Marathi by a competent narrator. The cassette shall be of acceptable
quantity and the film shall be capable of producing colour pictures. This
shall be considered as incidental to the work and no additional payment
whatsoever will be made for the same.
53. SUPPLY OF SAFETY JACKTS TO LABOURES / SUPERVISORS /
ENGINEERS.
As a safety measure during the execution of work all labours,
construction and supervisory staff be provided with an orange colour
jackets in fluorescent blue so as to make them starkly visible from a
distance even during evening hours.
54. APPROVAL OF CONSTRUCTION MATERIALS AND CONSTRUCTION
ACTIVIES. Approval of all materials for the work shall be obtained in
writing from Engineer-in-charge or his representative before its use in
the project. Before taking up of any construction activity the construction
work done earlier shall be got approved in writing. Any failure on this
account may result in the work for which the contractor will be solely
responsible. Materials and job mix etc. shall be got approved in writing at
least 15 days in advance of the commencement of corresponding
activity. The testing charges shall be born by the contractor. Besides the
prescribed tests and frequencies any other test or tests over prescribed
frequency shall also be carried out by the contractor at his own cost if so
directed by the Engineer-in-charge or his authorised representative.
58 MAINTENANCE :
58.1 The maintenance of the existing black topping surface length in the
tender shall be the responsibility of the contractor after receipt of work
order. The contractor shall attend and fill up pot holes if formed on the
existing B.T. surface in entire length under his contract. If the contractor
fails to fill the pot holes, the same shall be got filled by the Department
on contractors risk and cost and recovery towards the expenditure
incurred by the Department on pot holes will be recovered though the
R.A. bill of this work. The contractor should quote the rates offer
considering this maintenance aspect.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


158

58.2 On completion of the work in all respects necessary certificate will be


issued by the concerned Executive Engineer and the defects liability
period will be counted from the date of issue of certificate.

58.3 During defect liability period contractor is supposed to detect the defects
or damages in the completed work. These defects and damages should
be rectified within period specified in the notice of defect. If contractor
fails to detects or carry out the repairs to such defect, the Engineer in
charge will inform in writing about these defects and rectification will be
carried out at contractors risk and cost.

58.4 All damage during execution shall be made good by the contractors or
his cost. He will be responsible for any damages to the road surface
including B.T. surface in rainy seasons and during construction and
guaranteed maintenance period. No separate payment will be made for
restoring damages.

“The Road and Bridge which are designed as per IRC-37 / IRC-58 &
relevant IRC Code considering the life of Bituminous Road for 15 years /
Cement Concrete road for 30 years & Bridges for 100 years. If during
the period of Defect Liability (DLP) the said work is defective in the
opinion of the Executive Engineer, in any manner whatsoever, or bridge
fall down within the designed period the Department may take Civil /
Criminal disciplinary action against the Contractor”

58.5 Defective work is liable to be rejected as any stage. The contractor on


no account can refuse to rectify the defects merely no reasons that
further work has been carried out . No extra payment shall be made for
such rectification.
58.6 In case of damages type failure will be investigated by Engineer-in-
charge and repairs to the defective portion will be suggested
accordingly. If contractor fails to rectify such damages within specified
period in the instructions of Engineer-in-charge then heavy penalty will
be imposed and damaged work will be rectified at contractor’s risk and
cost. Equipment list of field laboratory.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


159

Nos. Nos. (Minimum


required)
1. Set of bucket for bulk density 30 lit. cap sample diving. 3
(Various sizes 15, 20, 30 Lit.)
2. Riffle Box (Sample Diving Box) 1

3. Bitumen extractor (Hand/Electrically operated) 1

4. Marshal stability testing machine. 1

5. Field density (Send replacement method) 1

6. Straight edge 3m. long ISMC 50 X 100 1

7. M.S. Camber plate 2.75 m. 3.5 m. long 1 No. each

8. Constant temporary Hot Water bath 1 No.

9. Electronic weigh balance capacity upto 2000 g. 1 No.

10. G.I. Trays of various sizes 12

11. Digital thermometers capacity upto 21000 C. with 100 least 1


0
count. 10
12. Electric Oven 1

13. Marshall stability moulds with rammer 1 Set.

14. Chemicals (Benzene/Trichloroethylene) 250 Liter.

15. Filter papers 500/season

16. Weight Box with 5 Kg. To 1 gm. Weights. 1

17. Fractional weight Box & pan balance 1

18. G-I/Brass Sieves of various sizes for gradation 1 No. each

19. Pick axes 2

20. Cooking gas / Kerosene burner with cylinder. 1

21. Impact Test Apparatus (For coarse Aggregate) 1

22. Flakiness and Elongation test gauges. 1

23. Penitrometers with standard needle for asphalt test

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


160

58.7 CONDITION FOR TREE PLANTATION : The contractor shall plant 100
trees per kilometer along the road side or 50 plants in the premises of
proposed building are whichever is applicable for the contractor. These
plants / trees shall be maintained till the D.L.P. period is over.
59. ADDITIONAL SPECIAL CONDITIONS FOR HOT MIX HOT LAID
BITUMINOUS WORKS :
(I) (i) CLAUSE NO. 106 OF MINISTRY OF SUFACE TRANSPORT
SPECIFICATION 4TH REVISION) :-
This clause stipulates certain conditions relating to choice and use of
equipment which have relating to use of equipment which have
relevance to production of quality work.
a) The contractor shall be required to give a trial of the equipment
for establishing their capability to achieve the laid down
specifications and tolerances to the satisfaction of the Engineer
before commencement of work.
b) All equipment provided shall be of proven efficiency and shall be
operated and maintained at all times in a manner acceptable to
the Engineer.
c) No equipment and personnel will be removed from the work site
without the permission of the Engineer.
(II) CLAUSE NO. 901 OF MINISTRY OF SURFACE TRANSPORT
SPECIFICATION 4TH REVISION. :-
a) The responsibility for the quality of the entire construction work is
on the Contractor. For this purpose he is required to have his own
independent and adequate set-up.
b) The Engineer for satisfying himself about the quality of the
materials and work will also have tests conducted by quality
control units or by any other agency, generally to the frequency
set out in the specifications. For tests to be the Engineer, the
Contractor is to render all necessary co-operation and dispatching
samples etc.
c) For the work of embankment, sub grade and pavement,
construction of subsequent layer of the same of other material

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


161

over the finished layer shall be done only after obtaining approved
from the Engineer.
d) Contractor shall be responsible for rectifying / replacing any work
fall in short of quantity requirements as directed by Engineer.
III) CLAUSES IN THE CONDITIONS OF CONTRACT :
a) All materials and workmanship shall be of the respective type
described in the contract and in accordance with the Engineer’s
instructions and shall be subjected from time to time to such tests
as the Engineer may direct at the place of manufacture or
fabrication of on the site. All samples be supplied by the
contractor.
b) No work is to be covered up or put out of view without the
approval of the Engineer for his examination and measurement.
c) During the progress of the work, the Engineer shall have the
power to order, the removal from the site any unsuitable material
substitution of proper and suitable material and the removal and
proper re-errection not withstanding any previous tests or interim
payment, therefore and of any work which in respect of materials
or workmanship is not, in the opinion of the Engineer in
accordance with the contact.
According to the contract, the contractor is responsible for the quality of
the entire construction work. To meet this requirement :
a. The contractor shall setup his own laboratory at location(s)
approved by the Engineer. The laboratory shall be equipped with
modern and efficient equipment with sufficient stand byes,
suitable to carry out the test prescribed for different materials and
work according to the specifications. The list of equipment to be
procured and facilities to be provided shall be got approved by the
Engineer. The equipment shall be maintained in a workable
condition to the satisfaction of the Engineer.
b) Sampling and testing procedures shall be in accordance with the
relevant standards of BIS (previously called ISI) of IRC.
Frequency of testing shall be as laid down in the Ministry’s

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


162

Specifications for Road and Bridge work (4th Revision.) In the


absence of relevant Indian Standards, sampling and testing
procedures shall be as approved by the Engineer.
c) The laboratory should be manned by a qualified Materials
Engineer assisted by Materials Inspector / Technicians, and the
set-up should be got approved by the Engineer.
d) The Contractor should prepare Printed Proforma for recording
reading and results of each of test, after getting the formats of the
performance approved from the engineer. He should keep a daily
record of all the tests conducted him. Two copies of the test
results should be submitted to the Engineer for his examination
and approval of which one copy will be returned to the contractor
for being kept at site of work.
E) The Materials Engineer of the Contractor should keep close
liaison with the Quality Control Unit of the Engineer and keep the
latter informed of the sampling and testing program so that
Engineer’s representative could be present during this activity, if
considered necessary.
60.8 HOT MIXED AND HOT LAID BITUMINOUS CONSTRUCTIONS :
a) Job mix formula satisfying specification requirements should be worked
out based on laboratory test and got approved by the engineer .
Engineer will have independent test made before appearing the job mix
formula.
b) The plant should be checked for capacity to produce mix confirming to
the specification. If necessary, trial stretches should be laid and checked
approximately.
c) Control should be exercised on temperature of binder int he boiler,
aggregate in the dryer and mix at the time of laying and rolling.
d) The mix collected from the discharge point of the plant, extraction test for
binder content and aggregate gradation should be performed to check
the quality of mix discharged from the plant.
f) Thickness and density of the compacted mix should be checked by
taking core samples.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


163

f) Each truck/ tipper load of bituminous load shall be weighed on a


standard weigh bridge. (location to be decided by Engineer in charge)
The record of weight of bituminous road this obtained shall be kept in
measurement book. The weighment of the bituminous load shall be done
by the contractor at his expense in the presences of authorized
representative of Executive Engineer.
The quality of mix (weight basis) physically arrived at site shall be tallied
with the quantity arrived at by volumetric measurement.
The register showing dispatch of bituminous load from plant, vehicle No.
time of dispatch, temperature at the time of dispatch etc. shall be kept in
prescribed from at hot mix plant site. Similarly the register showing
vehicle number, time of arrival of vehicle at site, weight of vehicle with
bituminous load, temperature of the mix at site etc. shall be kept by the
Department, in the presence of contractor or his authorised
representative (if he or his authorised representative is present at the
site at that time). Both the registers shall be filled daily and contractor
shall sign the register every day in token of acceptance of the contents in
register. The record maintained in the form of the register shall ensure
quantity of the materials only. The maintenance of these registers does
not absolve the contractor of his contractual obligation towards quality of
the work.
g) Contractor and Engineer in-charge shall maintain the details of mix in
the prescribed proforma on page No. 157 to 162
h) Location of Hot mix Drum Mix Plant should be such maximum time taken
for transporting bituminous mix from plant sit to paver dose not exceed
60 minutes.
60.9 In case of cement concrete works :
a) Besides manufacture’s test certificate for quality of cement, atleast set of
physical and chemical tests should be conducted for each source of
supply for verification. Where the quality is in doubt, or where the
cement had been store for long periods or in improper condition, or
where the cement had been store for long periods or in improper

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


164

condition, the Engineer shall call for testing the cement at more frequent
intervals.
b) Job mix formula based on trials carried out I the contractors laboratory
should be got approved by the Engineer.
c) The mineral aggregates should be tested for their properties. Water to
be used for mixing should be tested for chemical impurities.
d) Checking for stability and sturdiness of form work.
e) Ensuring that the crucial equipment like mixers and vibrators are in
working order before start of work.
f) Control on water ratio.
g) Control on workability and time elapsed between mixing and placing of
concrete.
h) Control on compaction and finishing.
i) Tests on cube samples at 7 and 28 days.
j) Check on provisions for adequate curring.
60.10 In case of masonary work, control should be exercised on the quality of
the material (e.g. stone, brick, and cement etc.) as also on mortar
proportions.
60.11 For R.C.C. work quality of steel in each batch may be approved on the
basis of test certificate. The reinforcement layout should be checked for
conformity with approved drawings and bar bending schedules. All laps,
should be checked for conformity with the specification. The
reinforcement should be free from oil and loose rust scale and should be
properly lied with binding wire.
60.12 PAVEMENT COURSES-GENERAL CONTROLES :
a) The base on which the pavement layer is to be placed should be
checked for levels and regularity, and should be in a condition to receive
the pavement layer.
b) Each layer should be checked for thickness, levels, crossfall (camber)
regularity and strength before next layer is permitted to be laid.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


165

61 TECHNICAL REQUIREMENTS OF DRUM MIX PLANTS :


GENERAL:
The drum mix plant should be of reputed make and proven design, study
in structure and capable of producing desired quality of mix as per
specification for laying bituminous road surface and should have
following essential arrangements.
1. COLD AGGREGATE FEEDER:
The cold aggregate feeder arrangement should have minimum 3 bins of
sufficient capacity capable of storing different sizes of aggregates and
fine to ensure continuous uninterrupted supply of aggregate matching
the capacity of the plant. Each bin-should have independent belt feeder
system, driver by a variable speed meter and a central gate to ensure
accurate aggregate feed to meet design mix formula. It is pre-requisite
that only properly screened and graded materials are fed to the bins.
There should be a gathering conveyor to received and transport
material discharged from bins with separate driver arrangement.
There should be a screen or a suitable arrangement like battle
plate at the discharge and of gathering conveyor for rejection of any
oversize metal above the permissible limit. The conveyor should be fitted
with suitable electronic weight bridge device for weighing quantity of cold
aggregate being fed to dryer drum.

The plant should have a mineral filler arrangement with suitable


control device to accurately proportion the flow of filter material into dryer
drum at appropriate stage.

2. DRYER DRUM :
It should be thermo drum type with smooth rotation arrangement to give
rates output and capable of reducing the moisture content of the
aggregate to desirable limit of 2 % to 6 % and achieving hot mix
temperature ( upto 1600 as per requirement) with such design that no
blue smoke is omitted from the exhaust. The drum may have optional
arrangement for feeding reclaimed material. There should be

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


166

arrangement to restrict burner flame upto certain length in the drum


before bitumen is injected.
It should be fitted with positive displacement bitumen pump driven
by variable speed motor Automatically controlled from control cabin
capable of feeding desired quantity of bitumen synchronized with
aggregate feed system. Thermo fluid system be an in built feature to
keep bitumen pump and pipes sufficiently not to avoid clogging of pipes.
3. BURNER :
The burner used should be capable of burning the fuel efficiently
and develop the required temperature. It should be fitted with remote
control system to detect flame failure and also electric spark ignition
system or some other suitable arrangement. Burner operation should
have thermostatic control of flame within the specified temperature
range.
4. BITUMEN HEATER :
It should consist of an insulated tank of adequate capacity fitted with
effective and positive control of temperature of allowing continuous
circulation of bitumen between Bitumen Heater and proportioning units.
Suitable arrangement should be provided for recording the temperature
at the tank and in circulating system.
5. FUEL – SYSTEM : Fuel tanks should be of sufficient capacity and fitted
with suitable type of fuel pump to received the fuel from storage tank and
supply to line heater and burner.
6. CYCLONE SYSTEM : Cyclone unit is required to control dust discharge
within the admissible standard of pollution level.
7. OPERATING CONTROL UNIT :
The drum mix plant must have centralized control system with operation
from a control cable located adjacent to the drum mix plant. The control
should system should be capable of following.
1] Automatic control of speed of each bin feeder conveyor and gate, so as
to control and regulate the flow of various grades of material to ensure
constantly and accurate proportion of aggregates.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


167

2] Pre-set and control the percentage of flow of aggregate and asphalt


required as per design mix.
3] Automatic detection of plant operation failure, display of aggregate
temperature, asphalt and mix temperature, aggregate flow etc. fully/
automatic aggregate blending, bitumen/ aggregate ratio control and
burner control system.
4] Control for pre- setting the moisture content of aggregate displayed
digitally.
5] Control for pre-setting the should be such that of desired it would be
operated manually also.
3. SURGE SILO :
The plant may have optional arrangement to store hot mix material for a
least equivalent of 30 % of rated capacity to cater for any delay in
leading the tippers temporary storage silo should have adequate
automatic hydraulic unloading arrangement operated either from the
control cabin or manually with necessary safety control.

The hot mix plant shall be as approved by the Engineer in charge before
use for the work tendered.

62 I N ST RUCT IO N RE G ARD I NG WO RK I N SUR AN C E PO L I CY


Contractor shall take out necessary insurance Policy / Policies
(viz.Contractors All Risks Insurance Policy, Erection All Risks insurance
policy etc. as decided by the Director of Insurance) so as to provide
adequate insurance cover for execution of the awarded contract work for
total contract value and complete contract period compulsorily form the “
Directorate of Insurance, Maharashtra State, Mumabai’’ only. Its postal
address for correspondence is “264 MHADA, Firest Floor. Opp.
Kalanagar, Bandara (E) Mumbai – 400 051 ’’ Telepone Nos. 26590403 /
26590690 and Fax No. 26592461 / 26590403 similarly all workmen’s
appointed to complete the contract work are required to insure under
workmen’s compensation Insurance Policy, Insurance Policy / Policies
taken out from any other company will not be accepted. If any
contractor has effected insurance with any other Insurance
Company, the same will not be accepted and the amount of premium

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


168

calculated by the Government Insurance Fund, Maharashtra State. The


Director of Insurance reserves the right to distribute the risks of
insurance among the other insurances.
63. Building & Other Construction worker welfare cess :
One percent of the contract amount will be recovered from contractor
towards Building and other construction workers welfare cess as per the
building and other contraction workers welfare Act. 1996 @ one percent of
value of work done in each bill.
64. Royalty :
Contractor should submit Royalty clearance certificate obtained from
concerned Revenue authority along with each bill. If the certificate from
Revenue authority is not submitted, amount of Royalty will be recovered
from Contractor’s bill in hand. After deduction from bills no refund shall be
allowed even after resubmission of challans.
65. Additional Condition about availability of Funds:
The Budget provision for this work is less at present. The payment
of bill will be made as per the availability of funds. No. claims will be
entertained for delayed payments.”
“If situation arises, the work will be stopped at safe stage and will be
withdrawn under clause 15 for which no compensations will be allowed.
In order to enhance the road safety and to timely complete the side
shoulders and road side furniture, the contractor shall complete side
shoulders along with MPM work and rode side furniture along with B.T.
wearing coat

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


169

Annexure "A"
Quality control tests
Sr.No. Material Test
01. Masonry Stone 1. Compressive Strength
2. Crushing Value
02. Metal 1. Crushing Value
2. Impact Value
3. Abrasion Value
4. Water Absorption
03. Bricks 1. Crushing Strength
2. Water Absorption
04. Manglore Tiles 1. Breaking load
2. Water Absorption
05. Flooring Tiles 1. Flexural Strength
2. Water Absorption
06. Glazed Tiles 1. Water Absorption
07. Cement 1. Compressive Strength
2. Initial Setting time
3. Final Setting time
4. Specific gravity
5. Soundness
6. Fineness
7. Standard Consistency
08. Steel 1. Weight per meter
2. Ultimate Tensile stress
3. Yield stress
4. Elongation
09. Granular 1. Density of compacted layer
2. C.B.R.
10. Lime / Cement stabilized soil sub 1. Quality of lime / Cement
base 2. Degree of pulverization
3. Lime / cement content
4. CDR or uncutined, composite test on a
yet of 3 specimens
5. Density of Compacted layer
11. Water Bound Macadam 1. Aggregate impact Value
2. Flakiness index and Elongation Index
12. Wet Mix Macadam 1. Impact Value
2. Flakiness and Elongation Index
3. Density of compacted of Liver
13. Prime coat / tack coat / Fog spray 1. Quality of Binder

14. Seal Coat, Surface Dressing 1. Quality of Binder


2. Impact Value / Los Angles Abrasion
value
3. Flakiness and Elongation Index
4. Water Absorption
15. Open graded premix of surfacing/ 1. Quality of Binder
Close graded premix surfacing 2. Impact value / Abrasion value
3. Flakiness and Elongation Index
4. Water absorption

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


170

16. Bituminous Macadam 1. Quality of Binder


2. Impact value / Abrasion value
3. Flakiness and Elongation Index
4. Water absorption
5. Water sensitivity of Mix
6. Density of Compacted layer
17. Bituminous Penetration Macadam, 1. Quality of Binder
Built up spray grout 2. Impact value / Abrasion value
3. Flakiness and Elongation Index
4. Water absorption
18. Dense Bituminous Macadam 1. Quality of Binder
Semidense Bituminous Concrete / 2. Impact value / Abrasion value
Bituminous Concrete 3. Flakiness and Elongation Index
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
20. Slurry seal 1. Quality of Binder
21. Modified Binder 1. Softening point
2. 0 0
Penetration at 25 C and 4 C.
3. Elastic Recovery
4. Ductility
5. Viscosity
6. Think Film even test penetration,
softening point, Elastic Recover} of
residue, loss on heating
22. Thermoplastic paint 1. Glass beed contents and grading
analysis
2. Reflectance and Yellowness index
3. Flow-ability
4. Drying Time
23. Interlocking concrete paving block 1. Compressive strength
2. Flexural test
3. Resistance to water
24. Wood work (Shutters) 1. End immersion test
2. Euite test
3. Glue adhesion test
25. Cement Concrete 1. Mix Design
26. Asphalt Concrete 1. Design with all tests on basic Materials

27. Reinforcement steel bars 1. Tensile strength


2. % Elongation

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


171

Annexure "B"
Quality control tests and their frequencies

Sr.No. Material Test Frequency of testing Remarks


01. Sand 1. Fitness Modulus At the beginning and if
2. Crushing Value there is change in source
02. Masonry Stone 1. Compressive Strength A set of 5 stone for each
2. Specific Gravity quarry and for doubtful
3. Water absorption quality.
03. Metal 1. Crushing Value One test per 200 Cubic PWD Hand
2. Impact Value Meter or part thereof Book IS 56
3. Abrasion Value Part-II
4. Water absorption
5. Flakiness Index
6. Sulppling Value
7. Gradation
04. Bricks 1. Crushing Strength A set of 15 Bricks for each I.S. 1077
2. Water absorption 50,000 consignments or
05. Manglore Tiles 1. Breaking load part
A setthereof.
of 6 tiles for each IS 654-1972
2. Water absorption 50,000 tiles or part thereof
06. Flooring Tiles 1. Flexural Strength I.S. 1237-1989
2. Water Absorption
07. Glazed Tiles, Water Absorption A set of 16 times of each IS - 777
Ceramic and 200 tiles or part thereof
vitrified tiles
08. Cement 1. Compressive Strength Upto 5 Cum - 1 Set MOST
concrete 6-15 Cum - 2 Sets Specification
16-30 Cum - 3 Sets 1716
31-50 Cum - 4 Sets
51 and above - 4 Sets + 1
additional set for each
additional 50 cum. Or part
thereof
09. Cement 1. Compressive Strength One test for each I.S. - 269
2. Initial Setting-time consignment of 50 M.T. 12269
3. Final Setting time (1000 bags) or part thereof
4. Specific Gravity
5. Soundness
6. Fineness
10. Steel 1. Weight per meter One test for every 5.0 I.S. - 432
2. Ultimate Tensile stress Metric Tonne or part thereof
3. Yield stress for each diameter
4. Elongation
11. Granular 1. Granular One test per 200 Cum. MOST
2. Aterberg limits One test per 200 Cum. Specification
3. Moisture content prior to One test per 250 Cum. Table 900-3.
compaction
4. Density of compacted
layer
5. C.B.R.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


172

12. Lime / Cement 1. Quality of lime / Cement 1 test for each MOST
stabilised soil consignment Min 1 test per Specification
sub base 2. Degree of pulverization 5 Metric Tonne Periodically Table 900-3.
3. Lime / Cement content as considered necessary.
4. CDR or uncutined, Regularly through
composite test on a set procedural cheeks. As
of 3 specimens required.
5. Moisture content prior One test per 250 Sqm.
to compaction
6. Density of compacted One Test per 500 Sqm.
layer
13. Water Bound 1. Aggregate impact Value One test per 200 Cum. MOST
Macadam Specification
2. Gradation One test per 100 Cum. Table 900-3.
3. Flakiness index and One test per 200 Cum.
Elongation Index
4. Attenberg limits of One test per 20 Cum for
binding materials binding material
5. Attenberg limits of One test per 100 Cum.
portion of aggregates
passing 425 Micron
14. Wet Mix 1. Impact Value One test per 200 Cum. MOST
Macadam Specification
2. Gradation One test per 100 Cum.
Table 900-3.
3. Flakmess and One test per 200 Cum.
Elongation Index
4. Attenberg limits of One test per 100 Cum.
portion of aggregates
passing 425 mix

5. Density of compacted of One Test per 500 Sqm.


layer
15. Prime coat / 1. Quality of Binder No. of samples per lot and MOST
tack coat / Fog test as per IS-73, IS-217, Specification
spray IS-8887 as applicable Table 900-3.

2. Binder Temperature At regular close intervals


3. Rate of spread of binder 1 test per 500 Sqm. And
not less than 2 test per day.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


173

16. Seal Coat / 1. Quality of Binder Same as mentioned under MOST


Surface Sr.No. 1 Specification
Dressing 2. Impact Value / Los One test per 50 Cum. Table 900-4.
Angles Abrasion Value
3. Flakiness and One test per 50 Cum.
Elongation Index
4. Stripping value of Initially one set of 3
aggregate (immersion representative samples for
tray test) each source of supply.
5. Water absorption Subsequently by change in
6. Water sensivity of Mix the quality of the
7. Gradation aggregates.
One test per 25 Cum.
8. Soundness Initially one determination
by each method for each
source of supply then as
warranted by change in the
quality of aggregate.
9. Temperature of Binder At regular close intervals
10. Rate of spread of 1 test per 500 Sqm. And
materials not less than 2 test per day.

11. Percentage of fractured When gravel is used one


faces test per 50 Cum.
17. Open graded 1. Quality of Binder Same as per Sr.No. 16 MOST
premix of 2. Impact value / Abrasion Same as per Sr.No. 16 Specification
surfacing / value Table 900-4.
Close graded 3. Flakiness and Same as per Sr.No. 16
premix Elongation Index
surfacing 4. Stripping value. Same as per Sr.No. 16
5. Water absorption Same as per Sr.No. 16
6. Gradation Same as per Sr.No. 16
7. Water sensitivity of Mix Same as per Sr.No. 16

8. Soundness Same as per Sr.No. 16


9. Temperature of Binder At regular close intervals
10. Binder Content 1 test per 500 Sqm. And
not less than 2 test per day.

11. Rate of spread of Regular control through


materials check of layers
12. Percentage of fractured Same as per Sr.No. 16
faces

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


174

18. Bituminous 1. Quality of Binder Same as per Sr.No. MOST


Macadam 15 Specification
2. Impact value / Same as per Sr.No. Table 900-4.
Abrasion value 16
3. Flakiness and Same as per Sr.No.
Elongation Index 16
4. Stripping value Same as per Sr.No.
16
5. Water sensitivity Same as per Sr.No.
of Mix 16
6. Water absorption Same as per Sr.No.
16
7. Soundness Same as per Sr.No.
16
8. Percentage of Same as per Sr.No.
fractured faces 16
9. Gradation 2 tests per day per
plan both on
individual
constituents and
mixed aggregate
from dryer.
10. Binder Content & Periodical subject to
aggregate minimum of 2 tests
grading per day per plant.
11. Control of At regular close
temperature of intervals
Binder and
aggregates for
mixing and of
premix at the time
of laying and
rolling
12. Rate of spread of Regular control
mixed material through check of
layers thickness
13. Density of 1 test per 250 Sqm.
Compacted layer
19. Bituminous 1. Quality of Binder Same as per Sr.No. MOST
Penetration 15 Specification
Macadam 2. Impact value / One test per 200 Table 900-4.
Abrasion value Cum.
3. Flakiness and One test per 200
Elongation Index Cum.
4. Stripping value Same as per Sr.No.
16
5. Water sensivity of Same as per Sr.No.
Mix 16
6. Water absorption Same as per Sr.No.
16

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


175

7. Soundness Same as per Sr.No.


16
8. Percentage of Same as per Sr.No.
fractured faces 16
9. Gradation 2 tests per day per
plan both on
individual
constituents and
mixed aggregate
from driver.
10. Temperature of At regular close
Binder intervals
11. Rate of spread of Same as per Sr.No.
mixed material 16.
20. Dense 1. Quality of Binder Same as per Sr.No. MOST
Bituminous 15 Specification
Macadam 2. Impact value / Same as per Sr.No. Table 900-4.
Semidense Abrasion value 15
Bituminous 3. Flakiness and Same as per Sr.No.
Concrete / Elongation Index 15
Bituminous 4. Stripping value Same as per Sr.No.
15
5. Soundness Same as per Sr.No.
15
6. Water absorption Same as per Sr.No.
15
7. Percentage of Same as per Sr.No.
fractured faces 15
8. Sand Equivalent As required
test
9. Plasticity Index As required
10. Mix Grading One set of tests on
11. Binder content Individual
constituents and
mixed aggregate
from dryer for each
400 tonnes of mix
subject to minimum
of two tests per
plant per day.
12. Stability of Mix For each 400
Tonnes of mix
products.
13. Water sensitivity Same as per Sr.No.
of Mix 16
14. Swell test of mix As required for
Bituminous concrete

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


176

15. Control of As regular close


temperature of intervals.
Binder and
aggregates for
mixing and of
premix at the time
of laying and
rolling
16. Rate if spread of Regular control
mixed material through checks on
the weight of mixed
material and layer
thickness.
17. Density of One test per 250
compacted layer Sqm. Area.
21. Mastic 1. Quality of Binder Same as per Sr.No.
Asphalt 15
2. Impact value / Same as per Sr.No.
Abrasion value 16
3. Flakiness and Same as per Sr.No.
Elongation Index 16
4. Stripping value Same as per Sr.No.
16
5. Water sensitivity Same as per Sr.No.
of Mix 16
6. Water absorption Same as per Sr.No.
16
7. Soundness Same as per Sr.No.
16
8. Percentage of Same as per Sr.No.
fractured faces 16
9. Grading of 2 tests per day per
aggregate plant both on the
individual
aggregates and
mixed aggregate
from the dryer.
10. Binder content Periodical subject to
and grading of minimum of 2 tests
aggregate per day per plant.
11. Control of At regular close
temperature of intervals
Binder and
aggregates for
mixing and of
premix at the time
of laying and
rolling
12. Rate of spread of Regular control
mixed material through checks on
the weight of mixed
material and layer
thickness.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


177

22. Slurry seal 1. Quality of Binder As per Sr.No. 15. MOST


2. Film stripping test Initially one set of 3 Specification
representative Table 900-4.
samples for each
source of supply.
Subsequently by
change in the
quality of the
aggregates.
23. Modified 1. Softening point Initially on MOST
Binder submission Specification
thereafter daily if Table 900-4.
site blended, weekly
if preblended.
2. Penetration at 250 --do--
C and 40 C.
3. Elastic Recovery --do--
4. Ductility --do--
5. Viscosity Initially on
submission.
6. Thin Film even --do--
test penetration,
softening point,
Elastic Recovery
of residue, loss
on heating
24. Thermoplastic 1. Glass bedd One test for 3 Km.
paint contents and Work
grading analysis
2. Reflectance and --do--
Yellowness index
3. Flow-ability --do--
4. Softening point --do--
5. Drying Time --do--
25. Interlocking 1. Compressive A set of 8 block for
concrete strength every 10,000 blocks
paving block 2. Water absorption --do--
3. Flexural test --do--
4. Resistance to --do--
wear

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


178

Name of Work FDR to Construction of Drain on both sides of the SH road


passing through Kurunda Village, nalla training and Construction
of a bridge over the drain passing through the village Tq.Basmath
Dist.Hingoli.

SCHEDULE -A

Schedule showing (Approximately) the materials to be supplied for the


work contracted to be executed and preliminary and ancillary works and
the rates at which they are to be charged for.

Sr. Name of Material Qty. Unit Rates in Rate in Place of


No Figure words Delivery
1
------ NIL -----

Note:- 1. All material is to be brought by the contractor at his own cost.


Condition for material to be brought by the Contractor is attached
separately.
2. R.C.C. pipes required for the construction of C.D. works (included
in this work) should be purchased bythe contractor from
M.S.S.I.D.C. only.

Executive Engineer
P.W. Division, Hingoli

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


179

ADDITIONAL CONDITIONS FOR MATERIALS (CEMENT, M.S. ,


H.Y.S.D. BARS, BULK ASPHALTS ETC.) TO BE BROUGHT BY
CONTRACTOR.

1. All materials such as cement, Mild Steel, HYSD bars, bulk Asphalt etc.
required for execution of work shall be brought by Contractor at his own
cost.
2. The contractor shall maintain the record of these materials ( Cement,
steel, Bulk asphalt etc.) in the prescribed proforma and registers as
directed by Engineer in charge. The samples of prescribed proforma is
attached at the end Page No. 160 to 163. These registers shall be
signed by both contractors and representative of Engineer in charge.
These registers shall be made available for inspection, verification for
the deptt. As and when required. These registers shall be in the custody
of department and shall be maintain by the department.
3. The material required only for this work shall be kept in the godown at
site No material shall be shifted out side of the godown except for the
work for which this agreements is entered without prior approval of the
Engineer in charge.
4. The material i.e. cement, steel, bulk asphalt etc. brought on the work site
shall be accompanied with the necessary Company/Manufacturing firm’s
test certificates. In addition these material shall be tested as per
frequency prescribed by the Department and the cost of such testing
shall be bourned by the contractor. If the test results are satisfactory,
then and then only the material shall be allowed to be used on the work.
If the test results are not as per standards, these materials shall be
immediately removed from the work site at contractor’s cost. In case of
cement, If so requested by the Contractor in writing, materials will be
allowed to be used before receipt of the test results but this will be
entirely at the risk and cost of the contractor.
5. The contractor shall produce sufficient documentary evidence i.e. bill for
the purchase, Octroi receipts etc. for the purchase of material brought on
the work site at once if so requested by the Department.
6. All these materials i.e. cement, steel, Bulk asphalt etc. shall be protected
from any damages, rains etc. by the contractor at his own cost.
7. The contractor will have to erect temporary shed of approved
specification for storing of above materials at work site at contractors
cost having double lock arrangement (By Double lock it is meant that

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


180

godown shall always be locked by two locks, one lock being owned &
operated by contractor & other by Engineer in charge or his authorized
representative and the door shall be openable after both locks are
opened).
8. If required, the weighment of cement bags/steel/bulk asphalt bouzers
etc. brought by the contractor shall be carried out by the contractor at his
own cost.
9. The contractor shall not use cement and other material for the items to
be executed outside the scope of this contract except for such ancillary
small item as are connected and absolutely necessary for execution of
this works as may be decided by the Engineer in charge.
10. The Govt. shall not be responsible for the loss in cement, steel, bulk
asphalt etc. during transit to work site. The cement brought by the
contractor at the work site store shall mean 50 kg. equivalent to 0.0347
cubic meter per bag by weight. The rate quoted should correspond to
this method of reckoning. In case of ordinary controlled concrete, if
cement is found short, the shortage/ shortages will be make good by the
contractor at his cost.
11. Indemnity:
The condition regarding indemnity as defined on Page No. 65 at Sr. NO.
4 will apply mutates mutandis in case of material brought by contractor
at the site for the execution of the work being executed under this
contract.
12. In case the materials brought by the contractor become surplus owing to
the change in the design of the work the material should be taken back
by the contractor at his own cost after prior permission of the Engineer in
charge.
13. All empty cement bags or empty asphalt drums shall be the property of
contractor and the same shall be removed immediately after the
completion of work.
14. R.C.C. pipes required for the construction of C.D. works (including in this
work) should be purchased by the contractor from MSSIDC only.
Contractor shall produce necessary proof of purchasing from MSSIDC
failing to which the cost of pipe in bill shall be withheld till receipt of
proof.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


181

Contractor may procure Bitumen from Government and / or Private


refinery and / or from the private bitumen supplier, and / or other
producer/ supplyer of bitumen provided fulfillment of the following
conditions.
1. Contractor shall produce CRC (Consignee receipt certificate) with duly
mentialed the name of work clearly for which bitumen is supplied. If the
refinery denied to mention the Name of work on CRC (Consignee receipt
certificate) in that case, present producure of mentioning name of work
on gate pass / bitumen Invoice Under the signature of the concerned
contractor, Junior / Section Engineer and Deputy Engineer / Sub-
Divisional in charge of sub division.
2. Contractor shall submit / Producue original Bituemn GST Bill Invoice in
all copies and one copy of bill will be returned to contractor with duly
signed byExecutive Engineer for Tax and Audit purpose.
3. In case of delay in submission of such bill by the contractor, the
contractor shall be held responsible for delay in payment of bill and no
claim on this regards will be entertained by the department.
4. The material purchased from Government and / or private refinery and /
or from the private Bitumen Supplier, and / or other producer / Supplier
of Bitumen and / opr Copmpany / Manufacaturing firms / authorized
distributior for cement, steel, bulk asphalt etc. brought on the work site
shall be accompained with the necessary company / Manufacturing firms
test certificates. In addition to this some quanityty of these material shall
be tested as per norms specified in Indian standard Bureau. Besided
that the material shall be tested as per frequency prescribed.
By the Department and the cost of such testing shall be borne by
the contractor. If the test results are satisfactory, then and then only the
material shall be allowed to be used on the work. If the test results are
not as per acceptable standards, these material shall be immediately
removed from the work site at contractors cost . In case of cement, if so
required by the contractor in writing, cement will be allowed to be used
before receipt of the test results but this will be entirely at the risk and
cost of the contractor.
5. Contractor shall produce test report of Bitumen Manufacturer of relevant
batch as well as test report taken in his own Laboratory 30 % tests shall
be done in P.W. Department’s Laboratory and remaining 70 % tests

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


182

shall be done in the field laboratory erected by the contractor at site. In


absence of such field laboratory than tests shall be done in Engineer
colleges or Government Laboratory.
6. Viscosity of Bitumen shall be as per IS 73: 2013 of amended from time
to time.
7. Contractor shall produce all the required reports, certificates of bitumen
purchased order / Bills to the department , duly self attested by the
contractor him self along with a forwarding letter.
8. Responsibility of Genuiness of Bill produced by contractor in respect of
private / Purchases of material shall lies with the contractor only.
9. If bill produced by Contractor in respect of Purchased of material found
fake and / or tampered then Department may take suitable Criminal
action against the contractor as per Indian Penal code.
10. If there is any doubts regarding the Genuiness of Bill Produced by the
contractor in respect of Purchased of material, Executive Engineer shall
have rights to verify or to make enquiry about such bills, and during
verification / enquiry, if the same bills / bills is found incorrect or fake of
tempered Executive Engineer shall take Criminal action against the
contractor as per Indian Penal code, and the Contractor shall also be
black listed forever for works in PWD,.

CONDITION FOR THE MATERIAL BROUGHT BY THE CONTRACTOR

In case of road works, the contractor should submit the sufficient


documentary evidence in the form of original copy / copies of challan for the
purchase of asphalt from the refinery. It is also made mandatory upon the
contractor to submit the affidavit in the form attached (below) as Annexure – B
in Envelop No. 1
In the event, contractor being failed to submit the original challans or, in
the event, it is found that the challans submitted by the contractor are not
original or fake, he shall be liable for any action deemed fit by the department
including action covered under clauses for fraudulent practices. The action may
be legal or administrative covering the losses incurred & penalty towards it.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


183

.REGISTER NO. 1

FOR RECEIPTS & CONSUMPTION OF CEMENT

Name of Work :-
_________________________________________________
_________________________________________________
_______________________________________________

Balance since last week a the Work Site :

STATEMENT OF RECEIPT AND CONSUMPTION

Date No of Bages No of bages Balance No. of


received Consumed Bages at end of day
1 2 3 4

Contractor’s Signature Supervisor’s Signature.

REGISTER NO. 2
Chart showing weekly required theoretical consumption and
actual consumption of cement bags for work done actually for
the following items
1) Brick Masonry in C.M. 1:6
2) RCC M- 10 , M- 15, M-20
3) PCC M-8, M-10.
4) Others.

ABSTRACT ENDING
................................................................................................

Sr. No. Item Work Done Theoretical Theoretical Cement


Quantity Unit consumption required Actual
constant (in consumption Consumption
bags) constant of (in No. of
cement (in bags)
No. of bags)
1 2 3 4 5 6 7

Contractor’s Signature Supervisor’s Signature.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


184

REGISTER NO. 1
(Receipt, consumption & balance for months ending ......

............ Division .............................. Palce of work ..........................

Name of Work :-_______________________________________________________


_______________________________________________________
_______________________________________________
Balance since last Type and quantities in M.T.
months

Type
Quantity

Daily receipt, Consumption and balance of steel for week ending.

Date Receipt of Steel Consumption of Balance of each Abstract of balance


(M.T. Steel (M.T.) transaction stel for each type for
week ending
Type Weight Type Weight Type Weight Type Weight in
in M.T. in M.T. in M.T. M.T.
Total Total Total Total

Contractor Signature Signature of J.E.


for Issued / consumed Sec. Engineer

REGISTER NO. 2
Statement for comparison of steel consumed on each item and theoretical
consumption as per drawing for month ending

Name of Work :-_______________________________________________________


_______________________________________________________

Sr. No. Item executed Quantity Qty. of steel to be Actually


consumed as per consumed steel
design drawing (in (in M.T.)
M.T.)

Signature of J.E.
Contractor’s signature Sec. Engineer
for Issued / consumed

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


185

GUARANTEE BOND FOR PERFORMANCE SECURITY

In consideration of the Governor of Maharashtra (hereinafter referred to


as "the Government") having agreed to exempt _______(hereinafter referred to
as "the Contractor") from depositing with the Government in Cash the Sum of
Rs._____________(Rupees____________ only) being the amount of
PERFORMANCE SECURITY Deposit payable by the Contractor to the
Government under the terms and conditions of the Agreement dated the
_____day of________and made between the Government of the one part and
the contractor of the other part (Hereinafter referred to as "the said
Agreement") for _ _ _ _ _ _ _ as security for the observance and performance
by the contractor of the terms and conditions of the said agreement, on
furnishing to the Govt. a guarantee in the prescribed form of a Scheduled Bank
in India being in fact these presents in the like sum of Rs. _ _ _ _ __ _ (Rupees
_ _ _ __ _ _ __ _ __ __ only), We _ _ _ _ _ BANK / LIMITED registered in India
under _______Act and having one of our Local Head Office at _ _ _ _ _ __ _
__do hereby;
1) Guarantee to the Government
a) Due performance and observance by the contractor of the terms convenants
and conditions onthe part of the contractor contained in the said Agreement,
AND
b) ‚ Due and punctual payment by the Contractor to the Government of all
sums of money, losses, damages, costs, charges, penalties and expenses
payable to the Government by the contractor under or in respect of the said
Agreement.
2) Undertake to pay to the Government on demand and without demmur and
notwithstanding any dispute or disputes raised by the Contractor (s) in any suit
or proceeding filed in any Court or Tribunal relating thereto the said Sum of
Rs__________ (Rupees_____________________ _________only) or such
less sum as may be demanded by the Government from us our liability
hereunder being absolute and unequivocal and agree that.
3) a) The guarantee herein contained shall remain in full force and effect during
the subsistence of the said Agreement and that the same will continue to be

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


186

enforceable till all the dues of the Government under or by virtue of the said
Agreement have been duly paid and its claims satisfied or discharged and till
the Government certifies that the terms and conditions of the said Agreement
have been fully properly carried out by the contractor;
b) We shall not be discharged or released from the liability under this
Guarantee by reasons of.
i) any change in the constitution of the Bank or the Contractor, or
ii) any arrangement entered into between the Government and the contractor
with or without our consent;
iii) any forbearance or indulgence shown to the contractor,
iv) any variation in the terms, covenants or conditions contained in the said
Agreement;
v) any time given to the Contractor or
vi) any other conditions or circumstances under which, in law, a surety would
be discharged;
c) Our liability hereunder shall be joint and several with that of the Contractor
as if we were the Principal debtors in respect of the said Sum of
Rs._____________(Rupees_______________ ______only) AND
d) We shall not revoke this guarantee during its currency except with the
previous consent in writing of the Government.
IN WITNESS WHERE OF the Common Seal of _____________has been
hereunto affixed this ____________________day of _____________2012 The
Common seal of________________ was pursuant 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
hereto set their respective hands in the presence of-
1)____________________________
2)____________________________

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


187

GUARANTEE BOND FOR SECURITY DEPOSIT


(On Stamp paper Worth Rupees 50/-)

In consideration of the Governor of Maharashtra (hereinafter referred to as “the

Governor”) having agreed to exempt--------------- (hereinafter Referred to as “the

Contractor”) from depositing with the Government in Cash the sum of Rs. ---------

------(Rupees-------------------------only)

Being the amount of security Deposit payable by the Contractor to the

Government under the terms and conditions of the Agreement dated the ----------

-day of ------------------------------- and made between the Government of the one

part the contractor of the other part (Hereinafter referred to as; “ the said

Agreement”) for---------------as security for the observance and performance by

the contractor of the term and conditions of the said agreement on the furnishing

the Govt. A guarantee in the prescribed form of a secluded bank in Indian being

in fact these presents in the like sum of Rs.------------(rupees------------ under ------

--------------- Act and having one of our Local Head Office at ----------------------------

----------- do hereby.

1) Guarantee to the Government

a) Due performance and observance by the contractor of the terms covenants

and condition of the part of the contractor contained in the said Agreement AND

b) Due and punctual payment by the contractor of the Government of all sums

of money, losses, damages, costs, charges, penalties and expenses payable to

the Government by the contractor under or in respect of the said Agreement.

2) Undertake to pay to the Government on demand and without demur and not with

standing any dispute or disputes raised by the contractor in any suit or

proceeding filed in any Court or Tribunal relating there to the said sum of Rs.-----

-----------(Rupees------------------------only) or such less

sum as may be demanded by the Government form us liability hereunder being

absolute and unequivocal and agree that.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


188

3) a)The guarantee herein contained shall remain in full force and effect during the
subsistence of the said Agreement and that the same will continue to be
enforceable till all the duties of the Government under or by virtue of the said
Agreement have been duly paid and its claims satisfied or discharged and till the
Government certifies that the terms and conditions of the said Agreement have
been fully properly carried out by the contractor.
b)We shall not be discharged or released from the liability under this guarantee

by reasons of

i) Any change in the constitution of the Bank or the contractor or

ii) Any agreement entered into between the Government and the contractor

with or without our consent.

iii) Any forbearance or indulgence shown to the contractor.

iv) Any variation in the terms, covenants or conditions contained in the said

Agreement; or

v) Any time given to the contractor or

vi) Any other conditions of circumstances under which in law a surety would be

discharged.

c) Our liability hereunder shall be joint and several with that of the contractor if

we were the Principal devtors in respect of the said Sum of Rs.---------------------(

Rupees-------------------------------------only) and

We shall not revoke this guarantee during its currency except with the previous

consent in writing of the Government.

IN WITNESS WHERE OF the Common Seal of -----------has been hereunto

affixed this--------------- day of -------------200 . The common seal of ------------------

--- was pursuant 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 respective hands in the represented of.

1) --------------------------------

2) -------------------------------

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


189

DECLARATION OF THE CONTRACTOR

I/We hereby declare that I/We have made myself / ourselves thoroughly

conversant with the local conditions regarding all materials such as stones

murum, sand etc. and labor on which I/We have based my / our rates for

this work. The specifications and lead for this work have been carefully

studied and understood by me / us before submitting the tender. I/We

undertake to use only the best materials approved by the Executive

Engineer -in- charge of the work or his duly authorized representative

before starting the work and to abide by his decision.

I hereby undertake to pay the labourers engaged on the work as per

Minimum Wages Act 1998 applicable to the Zone concerned.

Signature of the Contractor

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


190

DRAWINGS

CONTRACT DRAWINGS:

The Contract Drawings provided for tendering purpose with the tender

documents shall be use as a reference only. Contractor should visualize

the nature of type of work contemplated and to ensure that the rates and

prices quoted by him in the bill of quantities take due consideration of the

complexities of work involved during actual execution / consideration as

experienced in the field.

The tendered rates / prices for the work shall be deemed to include the

cost of preparation, supply and delivery of all necessary drawings, prints,

tracings and negatives which the contractor is required to provide in

accordance with the contract.

DOCUMENTATION:

If so ordered by the Executive – in – charge, the contractor will prepare

drawings of the work at constructed and will supply original and there

copies to the Engineer who will verify and certify these drawings.

Final as constructed drawings shall then be prepared by the

contractor and applied in triplicate along with a micro-film of the same to

the Engineer for record and reference purpose at the contractors cost.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


191

401. GRANULAR SUB-BASE


401.1 Scope
This work shall consist of laying and compacting well-graded
material on prepared sub-grade in accordance with the requirements of these
Specifications. The material shall be laid in one or more layers as sub-base or
lower sub-base and upper sub-base (termed as sub-base hereinafter) as
necessary according to lines, grades and cross-sections shown on the
drawings or as directed by the Engineer.
401.2. Materials
401.2.1. The material to be used for the work shall be natural sand,
murum, gravel, crushed stone, or combination thereof depending upon the
grading required. Materials like crushed slag, crushed concrete, brick metal and
kankar may be allowed only with the specific approval of the Engineer. The
material shall be free from organic or other deleterious constituents and
conform to one of the three gradings given in Table 400-1.
While the gradings in Table 400-1 are in respect of close-graded
granular sub-base materials, one each for maximum particle size of 75 mm, 53
mm and 26.5 mm, the corresponding gradings for the coarse-graded materials
for each of the three maximum particle sizes are given at Table 400-2. The
grading to be adopted for a project shall be as specified in the Contract.
401.2.2. Physical requirements : The material shall have a 10 per
cent fines value of 50 kN more (for sample in soaked condition) when tested in
compliance with BS : 812 (Part 111). The water absorption value of the coarse
aggregate shall be determined as per IS: 2386 (Part 3); if this value is greater
than 2 per cent, the soundness test shall be carried out on the material
delivered to site as per IS: 383.
For Grading II and III materials, the CBR shall be determined at the
density and moisture content likely to be developed in equilibrium conditions
which shall be taken as being the density relating to a uniform air voids
contents of 5 per cent.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


192

TABLE 400-1.
GRADING FOR CLOSE-GRADED GRANULAR
SUB-BASE MATERIALS
IS Sieve Per cent by weight passing the IS sieve
Designation
Grading I Grading II Grading III
75.0 mm 100 ---
53.0 mm 80-100 100 ---
26.5 mm 55-90 70-100 100
9.50 mm 35-65 50-80 65-95
4.75 mm 25-55 40-65 50-80
2.36 mm 20-40 30-50 40-65
0.425 mm 10-25 15-25 20-35
0.075 mm 3-10 3-10 3-10
CBR Value 30 25 20
(Minimum)

TABLE 400-2.
GRADING FOR COARSE GRADED GRANULAR
SUB-BASE MATERIALS
IS Sieve Per cent by weight passing the IS sieve
Designation
Grading I Grading II Grading III
75.0 mm 100 --- ---
53.0 mm 100 ---
26.5 mm 55-75 50-80 100
9.50 mm
4.75 mm 10-30 15-35 25-45
2.36 mm
0.425 mm
0.075 mm <10 <10 <10
CBR Value 30 25 20
(Minimum)
Note : The material passing 425 micron (0.425 mm) sieve for all the three
gradings when tested according to IS: 2720 (Part-5) shall have liquid limit and
plasticity index not more than 25 and 6 per cent respectively.

401.3. Strength of sub-base


It shall be ensured prior to actual execution that the material to be
used in the sub-base satisfies the requirement of CRB and other physical
requirements when compacted and finished.
When directed by the Engineer, this shall be verified by performing
CBR tests in the laboratory as required on specimens remolded at field dry
density and moisture content and any other tests for the “quality” of materials,
as may be necessary.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


193

401.4 Construction Operations


401.4.1 Preparation of subgrade : Immediately prior to the laying
of sub-base, the subgrade already finished to Clause 301 or 305 as applicable
shall be prepared by removing all vegetation and other extraneous matter,
lightly sprinkled with water if necessary and rolled with two passes of 80-100
kN smooth wheeled roller.
401.4.2 Spreading and Compacting : The sub-base material of
grading specified in the Contract shall be spread on the prepared subgrade
with the help of a motor grader of adequate capacity, its blade having hydraulic
controls suitable for initial adjustment and for maintaining the required slope
and grade during the operation or other means as approved by the Engineer.
When the sub-base material consists of combination of materials
mentioned in Clause 401.2.1, mixing shall be done mechanically by the mix-in-
place method.
Manual mixing shall be permitted only where the width of laying is
not adequate for mechanical operations, as in small-sized jobs. The equipment
used for mix-in-place construction shall be a rotavator or similar approved
equipment capable of mixing the material to the desired degree. If so desired
by the Engineer, trial runs with the equipment shall be carried out to establish
its suitability for the work.
Moisture content of the loose material shall be checked in
accordance with IS: 2720 (Part 2) and suitably adjusted by sprinkling additional
water from a truck mounted or trailer mounted water tank and suitable for
applying water uniformly and at controlled quantities to variable widths of
surface or other means approved by the Engineer so that, at the time of
compaction, it is from 1 per cent above to 2 pr cent below the optimum
moisture content corresponding to IS : 2720 (Part 8 ). While adding water, due
allowance shall be made for evaporation losses. After water has been added,
the material shall be processed by mechanical or other approved means like
disc harrows, rotavators until the layer is uniformly wet.
Immediately thereafter, rolling shall start. If the thickness of the
compacted layer does not exceed 100 mm, a smooth wheeled roller of 80 to
100 kN weight may be used. For a compacted single layer upto 225 mm the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


194

compaction shall be done with the help of a vibratory roller of minimum 80 to


100 kN static weight with plain drum or pad foot-drum or heavy pneumatic tyred
roller of minimum 200 to 300 kN weight having a minum tyre pressure of 0.7
MN/m2 or equivalent capacity roller capable of achieving the required
compaction. Rolling shall commence at the lower edge and proceed towards
the upper edge longitudinally for portions having unidirectional crossfall and
super-elevation and shall commence at the edges and progress towards the
centre for portions having crossfall on both sides.
Each pass of the roller shall uniformly overlap not less than one-third
of the track made in the preceeding pass. During rolling, the grade and crossfall
(camber) shall be checked and any high spots or depressions, which become
apparent, corrected by removing or adding fresh material. The speed of the
roller shall not exceed 5 km per hour.
Rolling shall be continued till the density achieved is at least 98 per
cent of the maximum dry density for the material determined as per IS : 2720
(Part 8). The surface of any layer of material on completion of compaction shall
be well closed, free from movement under compaction equipment and from
compaction planes, ridges, cracks or loose material. All loose, segregated or
otherwise defective areas shall be made good to the full thickness of layer and
re-compacted.
401.5. Surface Finish and Quality Control of work
The surface finish of construction shall conform to the requirements
of Clause 902. Control on the quality of materials and works shall be exercised
by the Engineer in accordance with Section 900.
401.6. Arrangements for Traffic
During the period of construction, arrangement of traffic shall be
maintained in accordance with Clause 112.
401.7. Measurements for Payment
Granular sub-base shall be measured as finished work in position in
cubic metres.
The protection of edges of granular sub-base extended over the full
formation as shown in the drawing shall be considered incidental to the work of

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


195

providing granular sub-base and as such no extra payment shall be made for
the same.
401.8 Rate
The contract unit rate for granular sub-base shall be payment in full
for carrying out the required operations including full compensation for:
(i) making arrangements for traffic to Clause 112 except for initial
treatment to verges, shoulders and construction of diversions;
(ii) furnishing all materials to be incorporated in the work including all
royalties, fees, rents where necessary and all leads and lifts;
(iii) all labour, tools, equipment and incidentals to complete the work to
the Specifications;
(iv) carrying out the work in part widths of road where directed; and
(v) carrying out the required tests for quality control.
404.3. Construction Operations
404.3.1 Preparation of base : The surface of the subgrade/sub-
base/base to receive the water bound macadam course shall be prepared to
the specified lines and crossfall (camber) and made free of dust and other
extraneous material. Any ruts of soft yielding places shall be corrected in an
approved manner and rolled unit firm surface is obtained if necessary by
sprinkling water. Any sub-base/base/surface irregularities, where predominant
shall be made good by providing appropriate type of profile corrective course
(leveling course) to Clause 501 of these Specifications.
As far as possible, laying water bound macadam course over an
existing thick bituminous layer may be avoided since it will cause problems of
internal drainage of the pavement at the interface of two courses. It is desirable
to completely pick out the existing thin bituminous wearing curse where water
bound macadam is proposed to be laid over if. However, where the intensity or
rain is low and the interface drainage facility is efficient, water bound macadam
can be laid over the existing thin bituminous surface by cutting 50 mm x 50 mm
furrows at an angle of 45 degrees to the centre line of the pavement at one
metre intervals in the existing road. The directions and depth of furrows shall be
such that they provide adequate bondage and also serve to drain water to the
existing granular base course beneath the existing thin bituminous surface.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


196

407.4. Construction Operations


407.4.1. Shoulder: The sequence of operations shall be such that
the construction of paved shoulder is done in layers each matching the
thickness of adjoining pavement layer. Only after a layer of pavement and
corresponding layers in paved and earth shoulder portion have been laid and
compacted, the construction of next layer of pavement and shoulder shall be
taken up.
Where the materials in adjacent layers are different, these shall be
laid together and the pavement layer shall be compacted first. The
corresponding layer in paved shoulder portion shall be compacted thereafter,
which shall be followed by compaction of earth shoulder layer. The adjacent
layers having same material shall be laid and compacted together.
In all cases where paved shoulders have to be provided along side
of existing carriageway, the existing shoulders shall be excavated in full width
and to the required depth as per Clause 31.3.7. Under no circumstances, box
cutting shall be done for construction of shoulders.
Compaction requirement of earthen shoulder shall be as per Table
300-2. In the case of bituminous courses, work on shoulder
(earthen/hard/paved), shall start only after the pavement course has been laid
and compacted.
During all stages of shoulder (earthen/hard/paved) construction, the
required crossfall shall be maintained to drain off surface water.
Regardless of the method of laying, all shoulder construction
material shall be placed directly on the shoulder. Any spilled material dragged,
on to the pavement surface shall be immediately removed, without damage to
the pavement, and the area so affected thoroughly cleaned.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


197

404. WATER BOUND MACADAM SUB-BASE/BASE

404.1 Scope

404.1.1 The Work shall consist of clean, crushed aggregates mechanically


interlocked by rolling and bonding together with screening, binding material where
necessary and water laid on a properly prepared sub grade/ sub-base/ base or existing
pavement, as the case may be and finished in accordance with the requirements of
these Specifications and per approved plans or as directed by the Engineer.
404. 1.2. It is however, not desirable to lay water bound macadam on an
existing thin black topped surface without providing adequate drainage facility for water
that would that get accumulated at the interface of existing bituminous surface and
water bound macadam.
404.2. Materials
404.2.1 Coarse aggregates : Coarse aggregates shall be either crushed or
broken stone, crushed slag, over burnt (Jhama) brick aggregates or any other naturally
occurring aggregates such as kankar and laterite of suitable quality. Materials other
than crushed or broken stone and crushed slag shall be used be used in sub-base
courses only .If crushed gravel/ shingle pieces retained on 4.75 mm sieve shall have at
least two fractured faces .The aggregates shall confirm to the physical requirements
shall be specified in the Contract or shall be as specified by the Engineer. If water
absorption value of the coarse aggregate is greater than 2 per cent. the soundless
test shall be carried out on the material delivered to site as per IS:2386(part 5).
404.2.2 Crushed or broken stone : The crushed or broken stone
shall be hard durable and free form excess flat ,elongated ,soft and disintegrated
particles, dirt and other deleterious material.
Table 400.6: PHYSICAL REQUIREMENTS OF COARSE AGGREGATES FOR
WATER BOUND MACADAM FOR SUB-BASE/BASE COURSES.
Test Test Method Requirements

1 . Los Angeles IS : 2386 (Patr-4) 40 per cent (Max)


Abrasion value or
. Aggregate Impact IS : 2386 (Part-4) or 30 per cent (Max)
value IS : 5640**
2 Combined Flankiness IS : 2386 (Part-1) 30 per cent (Max)
and Elongation
Indices (Total)***

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


198

* Aggregate may satisfy requirements of either of the two tests.


** Aggregates like brick metal, kankar, laterite etc .which get softened in
presence of water shall b tested for Impact value wet condition in
accordance with IS : 5640.
*** The requirement of flakiness index and elongation index shall be
enforced only in the case of crushed slag.
404.2.3 Crushed slag : Crushed slag shall be made from air –cooled blast
furnace slag .It shall be of angular shape ,reasonably uniform in quality and density
and generally free from thin ,elongated and soft pieces, dirt or other deleterious
materials. The weight of crushed slag shall not be less than 11.2 kN per m3 and
the percentage of glossy material shall not be more than 20. It should also comply
with the following requirements:
(i) Chemical stability : To comply with requirements of
appendix of BS : 1047.
(ii) Sulphur content : Maximum 2 per cent
(iii) Water absorption : Maximum 10 per cent
404.2.4.Over burnt (Jhama )brick aggregates : Jhama brick aggregates
shall be made from over burnt bricks or bats and be free from dust and other
objectionable deleterious material.
404.2.5 Grading requirement of coarse aggregates : The coarse aggregate
shall conform to one of the Grading given In Table 400-7 as specified, provided;
however the use of Grading No.1 shall be restricted to sub-base courses only.
Grading Size Range IS Sieve Per cent by weight
No. Designation Passing
1 90mm to 45 mm 125mm 100
90mm 90-100
63mm 25-60
45mm 0-15

22.4mm 0-5
2 63mm to 45 mm 90mm 100
63mm 90-100
53mm 25-75
45mm 0-15

22.4mm 0-5
3 53mm to 22.4mm 63mm 100
53mm 90-100
45mm 65-90
22.4mm 0-10
11.2mm 0-5

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


199

Note : The compacted thickness for a layer with Grading 1 shall be 100mm while for
layer with other Grading i.e.2 &3, it shall be 75mm.
404.2.6. Screenings : Screenings to fill voids in the coarse aggregate shall
generally consist of the same material as the coarse aggregate. Howere .where
permitted .predominantly non-plastic material such as moorum or gravel (other than
rounded river vorne material ) may be used for this purpose liquid limit and plasticity
index of such material are below 20 and 6 respectively and fraction passing 75 micron
sieve does not exceed 10 per cent.
Screenings shall conform to the grading set forth in Table 400-8 The
consolidated details of quantity of screenings required for various gardes of stone
aggregates are given in Table 400-9.
The table also gives the quantities of materials (loose) required for 10 m2
for sub-base/base compacted thickness of 100/75 mm.
TABLE 400-8 GRADING FOR SCREENINGS

Grading Size fo Screening IS Sieve Per cent by weight


Classifi Designation Passing the IS
-cation Sieve
1 13.2mm 13.2mm 100
11.2mm 95-100
5.6mm 15-35
180 micron 0-10
2 11.2 mm 11.2mm 100
5.6 mm 90-100
180 micron 15-35

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


200

TABLE 400.9 APPROXIMATE QUANTITES OF COARSE AGGREGATES AND


SCREENINGS REQUIRED FOR 10075 MM COMPACTED BASE/BASE COURSE
FOR 10M2 AREA
Classifi- Size Compacted Loose Screenings
cation Range thickness Qty.
Stone Screening Crushable Type
such as Murum or
Gravel
Grading For Grading Loose
Classifi WBM Classifi- Qty.
– cation Sub- cation &
& size base/ba size
se
course
(Loose
Qty.)
Grading-1 90mm 100mm 1.21 Type A 0.27 to No 0.30to
to to1.43 13.2mm 0.30m3 uniform 0.32m
45mm 75mm m3 3

Grading-2 63mmt 0.91 to Type A 0.12 to -do- 0.22


o 1.07 13.2 mm 0.15m3 to
45mm m3 0.24
-do- Type B m3
-do- -do- -do- 0.20 to -do-

Classifi- Size Compacted Loose Screenings


cation Range thickness Qty.
Stone Screening Crushable Type
such as Murum
or Gravel

Grading For Grading Loose


Classifi WBM Classifi- Qty.
– cation Sub- cation &
& size base/ba size
se
course
(Loose
Qty.)
Grading-3 53mm 75mm -do- 11.2mm 0.22m3 -do- -do-
to22.4 -do- 0.18to
mm 0.21m3

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


201

404.2.7 Binding material : Binding material to be used for water bound


macadam as a filler for meant for preventing raveling, shall comprise of a suitable
material approved by the Engineer having a Plasticity Index (PI) value of less than 6 as
determinedin accordance with IS :2720(Part-5)
The quantity of binding material where it is to be used, will depend on the type
of screening .Generally ,the quantity required for 75mm compacted thickness of water
bound macadam will be 0.06-0.09 m3/10m2 and 0.08-0.10m3/10m2 for 100mm
compacted thickness.
The above mentioned quantites should be taken as a guide only, for
estimation of quantites for construction etc.
Application of binding materials may not be necessary when the screenings
used are of crushable type such as murum or gravel.
404.3.Construction Operations
404.3.1 preparation of base : The surface of the sub grade/ sub-base/base to
receive the water bound macadam course shall be prepared to the specified lines
and cross fall (camber) and made free of dust and other extraneous material. Any
ruts or soft yielding places shall be corrected in an approved manner and rolled until
firm surface is obtained if necessary by sprinkling water ,Any sub-base/base/surface
irregularities ,where predominant ,shall be made good by prociding appropriate type
of profile corrective course (leveling course) t Clause 501 of these Specifications.
As far as possible, laying water bound macadam course over existing thick
bituminous layer may be avoided since it will can problems of internal drainage of the
pavement at the interface of two courses .It is desirable to completely pick out the
existing thin bituminous wearing course where water bound macadam is proposed
to be laid over it. However, where the intensity of rain is low an the interface
drainage facility is efficient, water bound macadam can be laid over the existing thin
bituminous surface by cutting 50mm to 50mm furrows at an angle of 45 degress to
the centre line of the pavement at one metre intervals in the existing road. The
directions and depth of furrows shall be such that they provide adequate bondage is
also serve to drain water to the existing granular base course benefit the existing thin
bituminous surface.
404.3.2 Inverted choke : If water bound macadam is to be laid directly over
the sub grade, without any other intervening pavement course a 25mm course of
screenings (Grading B) or coarse sand shall be spread on the prepared sub grade
before application of the aggregates is taken up. in case of a fine sand or silty or
clayey

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


202

sub grade, it is advisable to lay 100mm insulating layer of screening or coarse sand on
top of fine grained soli, the gradation of which will depend upon whether it is intended
to act as a drainage layer as will. As a preferred alternative to inverted choke,
appropriate geosynthetics performing functions of separation and drainage may be
used over the prepared sub grade as directed by the Engineer. section 700 shall be
applicable for use of geosynthetics. performing functions of separation and drainage
may be used over the prepared sub grade as directed by the Engineer.
404.3.3 Spreading coarse aggregates : The coarse aggregates shall be
spread uniformly and evenly upon the prepared sub grade/sub-base/base to proper
profile by using templates placed across the road about 6mm apart, in such quantities
that thickness of each compacted layer is not more than 100mm for Grading 1 and
75mm for Grading 2 and 3, as specified in Clause 404.2.5. wherever possible,
approved mechanical devices such as aggregate spreader shall be used to spread the
aggregates uniformly as to minimise the need for manual rectification afterwards
.Aggregates placed at locations which are inaccessible to the spreading equipment,
may be spread in one or more layers by any approved means so as to achieve the
specified results.
The spreading shall be done from stockpiles along the side of the roadway or
directly from vehicles .No segregation of large or fine aggregates shall be allowed and
the coarse aggregate as spread shall be uniform gradation with no pockets of fine
material.
The surface of the aggregates spread shall be carefully checked with templates
and all high or low spots remedied by removing or adding aggregates as may be
required .The surface shall be checked frequently with a straight edge while spreading
and rolling so as to ensure a finished surface as per approved drawings.
The coarse aggregate shall be not normally be spread more than 3 days in
advance of the subsequent construction operations.
404.3.4. Rolling : Immediately following the spreading of the coarse
aggregate, rolling shall be started with three wheeled power rollers 80 to 100kN
capacity or tandem or vibratory rollers of 80 to 100 kN static weight .The type of
roller to be used shall be approved by Engineer based on trial run.
Except on super levated portions where the rolling shall proceed from inner
edge to the outer, rolling shall begin from the edges gradually progressing towards the
centre. First the edge/edges shall be compacted with roller running forward and
backward. The roller shall then move inward parallel to the centre line of the road, in
successive passes uniformly lapping preceding tracks by at least one half width.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


203

Rolling shall be discontinued when the aggregates are partially compacted with
sufficient void space in them to permit application of screenings .However, where
screenings are not to be applied , as in the case of crushed aggregates like brick
metal, laterite and kankar, compaction shall be continued until the aggregates are
thoroughly keyed .During rolling, slight sprinkling of water may be done, if necessary.
Rolling shall not be done when the sub grade is soft or yielding or when it causes a
wave-like motion in the sub grade or sub – base course.
The rolled surface shall be checked transversely and longitudinally, with
tempiates and any irregularities corrected by loosening the surface, adding or
removing necessary amount of aggregates and re-rolling until the entire surface
conforms to desired cross fall (camber) and grade. in no case shall the use of
screenings be permitted to make up depressions.
Material which gets crushed excessively during compaction or becomes
segregated shall be removed and replaced with suitable aggregates.
It shall be ensured that shoulders are built up simultaneously along with water
bound macadam courses as per Clause 407.4.1.
404.3.5. Application of screenings : After the coarse aggregate has been
rolled to Clause 404.3.4., screenings to completely fill the interstices shall be applied
gradually over the surface. These shall not be damp or wet at the time of application
.Dry rolling shall be done while the screenings are beings spread so that vibrations of
the roller cause them to settle into the voids of the coarse aggregate.
The screenings shall not be dumped in piles but be spread uniformly in
successive thin layers either by the spreading motions of hand shovels r by
mechanical spreaders, or directly from tipper with suitable grit spreading arrangement
.Tipper operating for spreading the screening shall be so driven as not to disturb the
coarse aggregate.
The screenings shall be applied at a slow and uniform rate (in three or more
applications )so as to ensure filling of all voids. This shall be accompanied by dry
rolling and brooming with mechanical brooms, hand brooms or both. In no case shall
the screenings be applied so fast and thick as to from cakes or ridges on the surface in
such a manner as would prevent filling of voids or prevent the direct bearing of the
roller on the coarse aggregate. These operations shall continue until no more on
screenings can be forced into the voids of the coarse aggregate.
The spreading, rolling, and brooming of screenings shall be carried out in only
such lengths of the road which could be completed within one day's operation.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


204

404.3.6. Sprinkling of water and grouting : After the screenings have been
applied, the surface shall be copiously sprinkled with water, swept and rolled. Hand
brooms shall be used to sweep the wet screenings into voids and to distribute them
evenly. The sprinkling, sweeping and rolling operation shall be continued, with
additional screenings applied as necessary until the coarse aggregate has been
thoroughly keyed, well-bonded and firmly set in its full depth and a grout has been
formed of screenings. Care shall be taken to see that the base or sub grade does not
yet damaged due to the addition of excessive quantities of water during construction.
In case of line treated soil sub-base, construction of water bound macadam of
top it can cause excessive water to flow down to the lime treated sub-base before it
has picked up enough strength (still "green") and thus cause damage to the sub-base
layer. The laying of water bound macadam layer in such cases shall be done after the
sub-base attains adequate strength, as directed by the Engineer.
404.3.7. Application of binding material : After the application of screening
in accordance with Clauses 404.3.5. and 404.3.6. The binding material where it is
required to be used (Clause 404.2.7.) shall be applied successively in two or more thin
layers at a slow and uniform rate. After each application, the surface shall be copiously
sprinkled with water, the resulting slurry swept in with hand brooms, or mechanical
brooms to fill the voids properly, if necessary to wash down the binding material
sticking to them. These operations shall continue until the resulting slurry after filling of
voids, forms a wave ahead of the wheels of the moving roller.
404.3.8. Setting and drying : After the final compaction of water bound
macadam course, the pavement shall be allowed to dry overnight. Next morning
hungry spots shall be filled with screenings or binding material as directed, lightly
sprinkled with water if necessary and rolled. No traffic shall be allowed on the road
until the macadam h as set. The Engineer shall have the discretion to stop hauling
traffic from using the completed water bound macadam course, if in his opinion it
would cause excessive damage to the surface.
The compacted water bound macadam course should be allowed to completely
dry and set before the next pavement course is laid over it.

404.4. Surface Finish and Quality Control of Work


404.4.1. The surface finish of construction shall conform to the requirements of
Clause 902.
404.4.2. Control on the quality of materials and works shall be exercised by the
Engineer in accordance with Section 900.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


205

404.4.3. The water bound macadam work shall not be carried out when the
atmosphere temperature is less than 0oCin the shade.
404.4.4. Reconstruction of defective macadam : The finished surface of
water bound macadam shall conform to the tolerance of surface regularity as
prescribed in Clause 902. However ,where the surface irregularity of the course
exceeds the tolerance or where the course is other wise defective due to sub grade
soil mixing with the aggregates, the course to its full thickness shall be scarified over
the affected area, reshaped with added material or removed and replaced with fresh
material as applicable and recompacted. In no case shall depressions be filled up with
screening or binding material.
404.5 Arrangement for Traffic
During the period of construction, the arrangement of traffic shall be done as
per Clause 112.
404.6. Measurement for payment :
Water bound macadam shall be measured as finished work in position in cubic
metres.
404.4. Rate
The Contract unit rate for water bound macadam sub-base/base course shall
be payable in full for carrying out the required operations including full compensation
for all components listed in Clause 404.8 (i) to (v) including arrangement of water used
in the work as approved by the Engineer.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


206

SPECIFICATIONS FOR MODIFIED PENETRATION MACADAM (MPM)

1. Scope :
These guidelines comprises providing and laying 50/75 mm thick
Modified Penetration Macadam (MPM)

2. Description :
The work consists of supply of materials and labour required for
providing and laying MPM surface for compacted thickness of 50 or 75
mm. This item includes preparing the existing road surface to receive the
MPM course., i.e. cleaning of the existing WBM surface spreading of 40
mm size metal layer in required thickness, with compaction with power
roller, heating and spraying bitumen with sprayer, spreading key
aggregates (12 mm chips) and final compaction with power roller etc.
complete and finishing in accordance with the requirement in close
conformity with grades lines, cross sections and thickness as per
approved drawings etc.
3. Materials :
3.1 Aggregates : The aggregate for providing MPM surface shall
comply with MORT&H specifications and shall normally comply
with the following regarding size and quantity of aggregates and
grade and quantities of bitumen,.

Rate of Application for 10 sqm area


75 mm 50 MM
Description On Asphalt On WBM On asphalt On WBM
surface cum surface, cum surface, surface
cum cum
a) 40 mm size hand broken 0.90 0.90 0.60 0.60
metal
b) 12 mm size chips 0.18 0.18 0.18 0.18

Note : Hand broken metal is preferred, However upto 30 percent of total


quantity of 40 mm size metal , 40 mm crusher broken, metal can be
used.
3.2 Bitumen :
The bitumen shall be paving grade of S-35 to S-65 (30/40 to 60/70)
as per IS-73 1992 specifications. The rate of application 75 mm and

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


207

50 mm MPM to be construed over existing bituminous or WBM


surface is given in the table below.

Rate of Application for 10 sqm area (Kg)


75 mm 50 MM
Description
Bituminous WBM Bituminous WBM
surface surface surface surface
a) Bitumen for grouting 0.90 20 17.50 17.50
b) Tack coat for existing
bituminous surface 5 -- 5 -

4. Preparing the Base :


4.1 Any pothole in the existing bituminous road surface and broken
edges shall be repaired in advance and the surface shall be
brought to correct level and camber with additional metal and
bitumen as required. Before starting the work, the surface shall be
swept clean of the entire dirt, mud cakes, animal droppings and
other loose foreign material.
4.2 If so required by the Engineer, the contractor shall keep the side
width and nearby diversion watered to prevent dust from blowing
over the surface to be bituminised.
Existing water bound macadam shall be picked and
surface loosened for a depth of 2.50 m and the picked surface
shall be brought approximately to the correct camber and section.
Edge line shall be correctly marked by dog bellying the surface to
form a continuous vee notch.
There shall always be sufficient length of prepared surface
ahead of the bituminous surfacing operations as directed by
Engineer to keep these operations continuous.
5. Tack coat on Bitumen surface :
Applying tack coat for eixsint bituminous surface only at the rate of 50
kg/10 sqm.

6. Preparation of Existing WBM surface :

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


208

Preparation of existing WBM surface for receiving MPM which is quite


similar to the bituminous bound macadam as per MORT&H
7. Spreading and compaction:
7.1 40 mm size metal shall be spread evenly at the specified rate of 9
cm or 6 cum per 100 sqm of area so as to form a layer (75 mm
and 50 mm MPM respectively) over the width of road with correct
camber / super elevation as required. Any foreign matter, organic
matter, dust, grass etc. shall be removed immediately. The
sections shall be checked with camber board and straight eidge
batten etc. Any irregularities shall be made good by adding
aggregates in case of depressions and removing aggregates from
height spots checked with camber board and straight edge batten
etc.
7.2 The surface of 40 mm metal layer after bringing it to necessary
grades and sections shall be rolled with the use of 8 to 10 tonnes
power roller. Rolling shall commence from the edges and
progress towards centre longitudinally except on super elevated
portion, it shall progress from the lower to upper edge parallel to
the centre line of pavement. When the roller has passed over the
whole area any high spots or depressions, which become
apparent, shall be corrected by removing or adding aggregates.
7.3 Rolling shall then be continued till the entire surface has been
rolled to desired compaction such that there is no crushing of
aggregates and all roller marks have been eliminated. Each pass
of roller shall uniformly overlap not less than one third of the track
made in the preceding pass.
8. Application of Bitumen :
Bitumen of paving grade S-35 or S-65 supplied for the work shall be
heated to temperature of 1770C to 1910C in a bitumen boiler and
temperature shall be maintained at the time of actual applications. The
hot bitumen shall be applied through a pressure sprayer on road surface
uniformly at the rate of 200 kg/100 sqm. or 175 kg/100 sqm as the case
may be. The road surface shall be divided into suitable rectangles

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


209

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 shall
be spread immediately at a uniform rate of 1.8 cum or 1.2 cum per 100
sqm. Brooms shall be used to ensure even distribution of key aggregate.
10. Final compaction :
Immediately after spraying of bitumen and spreading of key aggregates,
the surface shall be rolled with a power roller to obtain full compaction
and to force the blindage of key aggregates into the interstices of the
coarse aggregate. The rolling shall continue till the asphalt surface
hardens and key aggregates stop moving under power roller.
11. Surface Finish and Quality Control :
The surface finish shall conform to the requirements of clause 902 of
specifications for road and Bridge works of MORT&H and as detailed in
Chapter 10.
12. Items of Include :
i) Diversions unless separately provided in the tender.
ii) Preparing the road surface.
iii) Applying tack coat on existing BT or picking the existing WBM
surface.
iv) Supplying spreading and compaction of 40 mm size aggregates.
v) Supplying heating and spraying bitumen.
vi) Supplying, spreading and compaction of 12 mm size chips.
vii) All labour, materials, including bitumen and aggregates use of
tools, plans and equipment for completing the item satisfactory.
Sl.
Test Frequency
No.
1. Quality of binder Two samples per lot to be subjected to all or
some test as directed by Engineer.
2. Aggregate Impact value One test per 200 cum of aggregate.
3. Flakness Index and One test per 200 cum of aggregate.
Elongation index

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


210

4. Stripping value Initially one set of three representative


specimens for each source of supply
subsequently when warranted by changes in
the quality of aggregate.
5. Water absorption of Initially one set of three representative
aggregates. specimens for each source of of supply
subsequently when warranted by changes in
the quality of aggregate.
7. Temperature of binder At regular close intervals.
at application
8. Rate of spread of One test per 500 sqm of area.
binder

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


211

504. BITUMINOUS MACADAM


504.1. Scope
This work shall consist of construction in a single course having 50
mm to 100 mm thickness or in multiple courses of compacted crushed
aggregates premixed with a bituminous binder on a previously prepared base
to the requirements of these Specifications. Bituminous macadam is more open
graded than the dense graded bituminous materials described in Clauses 507,
508 and 509.

504.2. Materials

504.2.1 Bitumen : The bitumen shall be paving bitumen of


Penetration Grade complying with Indian Standard Specifications for “Paving
Bitumen” IS:73, and of the penetration indicated in Table 500-4.

504.2.2 Coarse aggregates : The coarse aggregates shall consist


of crushed rock, crushed gravel or other hard material retained on the 2.36 mm
sieve. They shall be clean, hard, durable, of cubical shape, fee from dust and
soft or friable matter, organic or other deleterious matter. Where the
Contractor’s selected source of aggregates have poor affinity for bitumen, as a
condition for the approval of that source, the bitumen shall be treated with
approved anti-stripping agents, as per the manufacturer’s recommendations,
without additional payment. Before approval of the source, the aggregates shall
be tested for stripping.

The aggregates shall satisfy the physical requirements set forth in


Table 500-3.

Where crushed gravel is proposed for use as aggregate, not less


than 90% by weight of the crushed material retained on the 4.75 mm sieve
shall have at least two fractured faces.

504.2.3 Fine aggregates : Fine aggregates shall consist of crushed


or naturally occurring material, or a combination of the two, passing 2.36 mm
sieve and retained on 75 micron sieve. They shall be clean, hard, durable, dry
and free from dust, and soft or friable matter, organic or other deleterious
matter.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


212

TABLE 500-3.
PHYSICAL REQUIREMENTS FOR COARSE AGGREGATES
FOR BITUMINOUS MACADAM

Property Test Specification

Cleanliness Grain size analysis Max 5% passing 0.075 mm


sieve
Particle shape Flakiness and Elongation Max 30%
2
Index (combined)
Strength* Los Angeles Abrasion Value2 Max 40%
3
Aggregate Impact Value Max 30%
4
Durability Soundness
Sodium Sulphate Max 12%
Magnesium Sulphate Max 18%
5
Water Water absorption Max 2%
Absorption
Stripping Coating and stripping of Minimum retained
6
Bitumen Aggregate Mixtures coating 95%
Water Retained Tensile Strength Min 80%
7
Sensitivity

Notes : 1. IS: 2386 Part 1 4. IS : 2386 Part 5

2. IS : 2386 Part 25. IS : 2386 Part 3

(the elongation test to be done only on


non-flaky aggregates in
the sample)

3. IS : 2386 Part 4* 6. IS : 6241.

7. The water sensitivity test is only to be


carried out if the minimum
retained coating in the stripping test is less
than 95%.*
Aggregate may satisfy requirements of
either of these two tests.

504.2.4 Aggregate grading and binder content : When tested in accordance


with IS:2386 Part 1 (wet sieving method), the combined aggregate grading for
the particular mixture shall fall within the limits shown in Table 500-4 for the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


213

grading specified in the Contact. The type and quantity of bitumen, and
appropriate thickness, are also indicated for each mixture type.

504.2.5 Proportioning of material : The aggregates shall be proportioned and


blended to produce a uniform mixture complying with the requirements of Table
500-4. The binder contents shall be within a tolerance of  0.3 per cent by
weight of total mixture when individual specimens are taken for quality control
tests in accordance with the provisions of Section 900.

504.3. Construction Operations

504.3.1 Weather and seasonal limitations : The provision of Clause 501.5.1


shall apply.

TABLE 500-4. COMPOSITION OF BITUMINOUS MACADAM

Mix designation Granding 1 Granding 2


Nominal aggregate 40 mm 19 mm
size Layer thickness 80-100 mm 50-75 mm
IS Sieve (mm) Cumulative % by weight of total aggregate
passing.

45 100

37.5 90-100

26.5 75-100 100

19 --- 90-100

13.2 35-61 56-88

4.75 13-22 16-36

2.36 4-19 4-19

0.3 2-10 2-10

0.075 0-8 0-8

Bitumen content, % by 3.1-3.4 3.3-3.5


Weight of total mixture

Bitumen grade 35 to 90 35 to 90

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


214

Notes : 1. Appropriate bitum “> contents for conditions in cooler areas of


India may be up to 0.5% higher subject t< the approval of the
Engineer.

504.3.2 Preparation of the base : The base on which bituminous macadam is


to be laid shall be prepared, shaped and compacted to the required profile in
accordance with Clause 501.8 and 902.3 as appropriate, and a prime coat,
shall be applied in accordance with Clause 502 where specified, or as directed
by the Engineer.

504.3.3 Tack coat : A tack coat in accordance with Clause 503 shall be applied
as required by the Contact documents, or as directed by the Engineer.

504.3.4 Preparation and transportation of the mixture : The provisions of


Clauses 501.3 and 501.4 shall apply.

504.3.5 Spreading : The provisions of Clauses 501.5.3 shall apply.

TABLE 500-5.

MANUFACTURING AND ROLLING TEMPERATURES

Bitumen Bitumen Aggregate Mixed RoUing Laying


0
*eni’tration Mixing Mixing Material ( C)
(0C) (0C)
0 0
( C) ( C)

65 160-170 160-175 170 Maximum 100 Minimum 130 Minimum


90 150-165 150-170 165 Maximum 90 Minimum 125 Minimum
140-160 140-165 155 Maximum 80 Minimum 115 Minimum
504.3.6 Rolling : Compaction shall be carried out in accordance with the
provisions of Clause 501.6 and 501.7.

Rolling shall be continued until the specified density is achieved, or where no


density is specified, until there is no further movement under the roller. The
required frequency of testing is defined in Clause 903.

504.4 Surface Finish and Quality Control of Work :

The surface finish of the completed construction shall conform to the


requirements of Clauses 902. For control of the quality of materials supplied
and the works carried out, the relevant provisions of Selection 900 shall apply.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


215

504.5 Protection of the Layer :

The bituminous macadam shall be covered with either the next pavement
course or wearing course, as the case may be, within a maximum of forty-eight
hours. If there is to be any delay, the course shall be covered by a seal coat to
the requirement of Clause 513 before opening to any traffic. The seal coat in
such cases shall be considered incidental to the work and shall not be paid for
separately.

504.6 Arrangements for Traffic :

During the period construction, arrangements for traffic shall be made in


accordance with the provisions of Clause 112.

504.7 Measurement for Payment :

Bituminous macadam shall be measured as finished work in cubic metres, or


by weight in metric tones, where used as regulating course, or square metres
at the specified thickness as indicated in the Contract or shown on the
drawings, or as otherwise directed by the Engineer.

504.8 Rate :

The contract unit rate for bituminous macadam shall be payment in full for
carrying out the required operations as specified. The rate shall include for, all
components listed in Clause 501.8.8.2 (I) to (xi).

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


216

511 OPEN GRADED PREMIX CARPET

511.1 Open – graded Premix Carpet using Bitumen


511.1.1 Scope:
This work shall consist of laying and compacting an open-grade carpet of
20 mm. thickness in a single course composed of suitable small-sized
aggregates premixed with a bituminous binder on a previously prepared
base, in accordance with the requirements of these Specifications, to serve
as a wearing Course.
511.1.2 Materials
511.1.2.1 Binder : The binder shall be bitumen of a suitable grade appropriate to the
region, traffic, rainfall and other environmental conditions, as directed by
the Engineer and satisfying the requirements of IS : 73,217,454 or other
approved cutback as applicable. Guidance in this regard may be taken
fromAppendix – 4.
511.1.2.2 Aggregates : The coarse aggregates shall conform to Clause 504.2.2.1
The Stone Polishing Value as measure by BS : 812 (Part 114) shall not be
less than 55.
The aggregates shall satisfy the quality requirements set forth in Table 500-
3 except that the water absorption shall be limited to a maximum of 1 per
cent.
511.1.2.3 Proportioning of materials : The materials shall be proportioned as per
quantities given in Table 50-16.
TABLE 500.16. QUANTITIES OF MATERIALS REQUIRED FOR 10 m2 OF ROAD
SURFACE FOR 20 mm THICK OPEN GRADED PREMIX CARPET USING
BITUMEN
Aggregates for Carpet
a) Stone chippings – 1.3.2 mm size : passing 22.4 mm 0.18 cum
sieve and retained on 11.2 mm sieve.

b) Stone chippings – 11.2 mm size : passing 13.2 mm 0.09 cum


sieve and retained on 5.6 mm sieve
Total 0.27 cum

Binder of Premixing (quantities in terms of straight run bitumen)

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


217

a) For 0.18 m3 of 13.2 mm size stone chipping at 52 kg 9.50 kg


3
per m .
b) For 0.09 m3 of 11.2 mm size stone chipping at 56 kg 5.10 kg
per m3.
Total 14.60 kg

511.1.3 Construction operations

511.1.3.1 Weather and seasonal limitations : Clause 504.3.1 shall apply

511.1.3.2 Preparation of base :


The underlying base on which the bituminous carpet is to be laid shall be
prepared, shaped and conditioned to the specified lines, grade and cross-
section in accordance with Clause 501. A prime coat where needed shall be
applied in accordance with Caluse 502 as directed by the Engineer.
511.1.3.3 Tack coat: [ @ 30 kg 100 / sqm
A tack coat complying with Clause 503, shall be applied over the base
preparatory to laying of the carpet.
511.1.3.4 Preparation of premix:
Hot mix plant of appropriate capacity and type shall be used for the
preparation of mix material. The hot mix plant shall have separate dryer
arrangement for heating aggregates and pugmill for mixing aggregates and
binder.
The temperature of binder at the time of mixing shall be in the range
of 150 C to 1630 C and that of the aggregates in the range of 1550 C to
0

1630 C provided that the difference in temperature between the binder and
aggregates at no time exceeds 140 C. Mixing shall be thorough to ensure
that a homogeneous mixture is obtained in which all particles of the
aggregates are coated uniformly and the discharge temperature of mix shall
be between 1300 C and 1600 C.
The mix shall be immediately transported from the mixer to the point of use
in suitable vehicles of wheel borrow. The vehicles employed for transport
shall be clean and the mix being transported covered in transit if so directed
by the Engineer.
511.1.3.5 Spreading and rolling:
The mixed material shall be spread by suitable means. As soon as

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


218

sufficient length of bituminous material has been laid, rolling shall


commence with 80-100 kN rollers, preferably of smooth wheel tandem type,
or other approved equipment. Rolling shall begin at the edge and progress
toward the centre longitudinally, except that on the super vetted and uni-
directional cambered portions, it shall progress from the lower the upper
edge parallel to the centre line of the pavement.
When the roller has passed over the whole area once, any high
spots or depressions which become apparent shall be corrected by
removing or adding premixed materials. Rolling shall then be continued until
the entire surface has been rolled to compaction and all the roller marks
eliminated. In each pass of the roller, preceding track shall be overlapped
uniformly by at least 1/3 width. The roller wheels shall be kept damp to
prevent the premix from adhering to the wheels and being picked up. In no
case shall fuel / lubricating oil be used for this purpose. Excess use of water
for this purpose shall be avoided.
Rollers shall not stand on newly laid materials while there is a risk
that it will be deformed thereby. Rolling operations shall be completed in
every respect before the temperature of the mix falls below 1000 C.
The edges along and transverse of the carpet laid and compacted earlier
shall be cut to their full depth so as to expose fresh surface which shall be
painted with a thin surface coat of appropriate binder before the new mix is
placed against it.
511.1.3.6 Seal coat:
A seal coat conforming to Clause 513 shall be applied to the surface
immediately after laying the carpet.
511.1.4 Opening to traffic:
No traffic shall be allowed on the road till the seal coat has been laid. After
the seal coat is laid, the road shall be opened to traffic according to Clause
513.4.
511.1.5 Surface finish and quality control of work:
The surface finish of construction shall conform to the requirements of
Clause 902j. Control on the quality of materials and works shall be
exercised by Engineer in accordance with Section 900.
511.1.6 Arrangements for Traffic:
During the period of construction, arrangement of traffic shall be done to
Clause 112

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


219

511.1.7 Measurements for payment:


Open graded premix carpet shall be measure as finished work in square
metres.
511.1.8 Rate:
The contract unit rate for open-graded pre-mix carpet shall be payment in
full for carrying out the require operation including full compensation for all
components listed I clause 504.8.
511.2. 20 mm Thick Premix Carpet using Cationic Bitumen Emulsion
511.2.1 Scope:
The work shall consist of laying and compacting an open grade premix
carpet of 20 mm thickness with Cationic bitumen emulsion placed on a
previously prepared base in accordance with the requirements of these
Specifications to serve as s wearing course.
511.2.2 Materials
511.2.2.1 Binder
The binder shall be Cationic bitumen emulsion of Medium Setting (MS)
grade compying with IS:8887 and having bitumen content 60 per cent
minimum by weight. For liquid seal coat MS grade can be used, but it is
preferable to use Rapid Setting (RS) grade of Cationic bitumen emulsion.
However, for premix seal coat Slow Setting (SS) grade C Ationic Bitumen
Emulsion shall be used.
511.2.2.2 Course aggregates:
Clause 511.1.2.2 shall apply. Aggregates should be cleaned by washing or
by sprinkling water copiously.
The coarse aggregates shall satisfy the quality requirements set
forth in Table 500-3, except that the water absorption valve shall be limited
to a maximum of 1 percent. Stripping value is not to be considered unless
directed by the Engineer. Water absorption up to 2 percent may be
permitted in exceptional cases only.
511.2.2.3 Fine aggregates:
Fine aggregates for seal coat shall be crushed stone chips or coarse sand,
clean, uncoated and free from clay, dust and other deleterious matter.
511.2.3 Quantities of materials required:
The materials shall be proportioned as per quantities given in Tables
500-17 and 500-18.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


220

2
Tables 500-17. QUANTITIES OF AGGREGATES FOR 10 m AREA
A] (A) Premix Carpet
(a) Coarse aggregate 13.2 mm size: passing
IS 22.4 mm sieve and retained on IS 11.2 mm sieve 0.18 m3
(b) Coarse aggregate 11.2 mm size: passing
3
IS 13.2 mm sieve and retained on IS 5.6 mm sieve 0.09 m
(B) For Seal Coat:
(a) Liquid seal coat:
Crushed fine aggregates 6.7 mm size: passing 0.09 m3
IS 9.5 mm and retained on IS 2.36 mm sieve
(b) Premix seal coat:
Crushed sand or stone grit passing 2.36 mm sieve and0.06
3
m retained on micron sieve.

Table - QUANTITIES OF BINDER (IN TERMS OF STRAIGHT 500-18 RUN


BITUMEN)
a) For Tack Coat For 10.00 M2
(i) Normal bituminous surfaces 2 to 2.50 kg
(ii) Dry and hungry bituminous surface 2.50 to 3.00 kg
iii) Granular surfaces treated with primer 2.50 to 3.00 kg
(iv) Non bituminous surfaces
a) Granular base (not printed) 3.5 to 4.0 kg
(b) Cement concrete surface 2.50 to 4 kg
B For Premix Carpet 20 to 23 kg
C For Seal Coat: 12 to 14 kg
(a) for liquid seal coat 12 to 14 kg
(b) for premix seal coat 10 to 12 kg
511.2.3.1 1 Aggregates:
511.2.4 Construction operations
511.2.4.1
Weather limitations:

Cationic bitumen emulsions shall not normally be stored below 0 C.


However, premix carpet work with Cationic emulsion shall be carried out
only when the atmospheric temperature is above 10 C.
511.2.4.2
Preparation of base:

The underlying base on which the premix carpet is to be laid shall be


prepared, shaped and conditioned to the specified lines, grades and

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


221

cross-sections in accordance with Clause 501. The cleaned surface can


be finally washed with water, if it is readily available.
511.2.4.3 Preparation of binder:
Clause 508.2.3.3 shall apply.
511.2.4.4
Tack coat: Clause 508.2.3.4 (A) shall apply. Tack coat shall be applied
not earlier than 10 minutes before spreading the premix. On water bound
macadam surface, water shall be sprayed to make the surface damp
before applying tack coat.
511.2.4.5
Preparation of premix:
Premixing of Cationic bitumen emulsion and aggregates can be done in a
suitable mixer such as cold mixing plant as per IS: 5435 (Revised) or
concrete mixer or by shovels in exceptional cases with the approval of the
Engineer. However, for large works, continuous mixing operation can be
done either in batch or continous mixer units suitable for emulsion mixes.
When using concrete mixer for preparing the premix 0.135 cu.m.
(0.09 cu.m. of 13.2 mm size and 0.045 cu.m. of 11.2 mm size) of
aggregates per batch may be used as this quantity will cover 5 sq.m. of
road surface with 20 mm average thickness.
The aggregates required for one batch should be kept ready near
the mixer. The aggregates shall be cleaned free from dust and dirt, if any,
by dipping or washing or copiously sprinkling water.
First the coarse aggregates of 13.2 mm size shall be charged into
the mixer followed by 5 to 6.5 kg of Cationic bitumen emulsion and then
11.2 mm size aggregates are added, followed by 5 to 6.5 kg of Cationic
bitumen emulsion. After the materials have been mixed thoroughly, the
mix shall be immediately transported to the laying site in suitable vehicles.
Too much mixing shall be avoided as it may result in decoating of
aggregates.

Because of ease of mixing, Cationic bitumen emulsion and aggregates


can be mixed manually by shovels when mechanical mixer is not available
or when the work is too small, with the approval of the Engineer. 0.06
cu.m. of aggregates can be conveniently mixed in one heap with
appropriate quantity of emulsion. It is preferable to make the aggregates
damp before mixing as it reduces the effort required for mixing and also
helps to get better coating of aggregates. The 13.2 mm size aggregates

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


222

and emulsion are mixed first and then the 11.2 mm size aggregates and
remaining quantity of emulsion are added and mixed. Too much mixing
shall be avoided as it will result in decoating of aggregates.
511.2.4.6 Spreading of mix:
The premixed cationic bitumen emulsion and aggregates shall be spread
within 10 minutes of applying the tack coat. The mixt is easily workable for
about 20 minutes after mixing and hence all leveling, racking, etc. should
be completed within this time for easy workability.
The mix should be spread uniformly to the desired thickness,
grades and crossfall (camber) making due allowance for extra quantity
required to fill up depressions, if any. The crossfall should be checked by
means of camber boards and inequalities evened out. Too much use of
blades or rakes should be avoided.

511.2.4.4 Rolling:
The rolling shall start immediately after laying the premix. Smooth
wheeled tandem roller of 80-100 KN shall be used preferably, though
three wheeled steel roller of equivalent capacity can also be used. While
rolling, wheels of roller should be clean and kept moist to prevent the
premix from adhering to the wheels and being picked up. In no case shall
Fuel / lubricating Oil be used for this purpose. Excessive use of water for
this purpose shall also be avoided.
Rolling shall commence at the edges and progress towards the
centre longitudinally except in case of super elevated and uni-directional
cambered sections where rolling shall be done from lower edge towards
the higher edge parallel to the centre line of the road.
After one pass of roller over the whole area, depressions or
uncovered spots should be corrected by adding premix material. Rolling
shall be continued until the entire surface has been rolled to compaction
and all the roller marks eliminated. In each pass of the roller, preceding
track shall be overlapped uniformly by at least 1/3 width. Roller (s) shall
not stand on newly laid material while there is a risk that it will be
deformed thereby. At joints, the edges along the transverse of the carpet
laid and compacted earlier shall be cut to their full depth so as to expose
fresh surface which shall be painted with a thin surface to expose fresh
surface which shall be painted with a thin surface coat of binder before the

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


223

new mix is placed against it.


511.2.4.8 Seal coat:
A seal coat, liquid or premix type, shall be applied 4 to 6 hours after laying
the premix carpet.
Liquid seal coat:
Quantities of the materials required are given in Tables 500-17 and 500-
18. For application of binder Clause 508.2/3/4 (A) shall apply.
Immediately after spraying emulsion, stone chips in a clean state
shall be spread uniformly, preferable by means of a mechanical gritter,
otherwise manually so as to cover the surface completely. Start rolling
with 60-80 kN roller soon after spreading the chips. The rolling operation
shall be as indicated in 511.2.4.7 as far as applicable.
Premix seal coat:
The quantities of aggregate and binder to be used shall be an given in
Tables 500-17 and 500-18. Grit or sand used for premix seal coat should
be made thoroughly wet with water before mixing emulsion of slow setting
grade.
The mixing, spreading and rolling etc. shall be carried out as per Clauses
511.2.4.5 to 511.2.4.7 except for the quantities and materials which shall
be for premix seal coat. rolling shall be continued till the premix materials
completely seals the voids in the premix carpet and smooth uniform
surface is obtained.
511.2.5 Opening to traffic:
Traffic should not be allowed over the premix surface with or without seal
coat, for 6 to 8 hours after rolling. In case of single lane roads, traffic may
be allowed at slow speed not exceeding 10 kg per hour. If any premix
material gets picked up by vehicle tyres, the spot shall be filled by new
mix. It is preferable to open the road to traffic the next day after 24 hours.
511.2.6 Surface finish and quality control:
The surface finish of construction shall conform to the requirements of
Clause 902.
The control on the quality of materials and works shall be
exercised by The Engineer in accordance with Section 900
511.2.7 Arrangements for traffic:
During the period of construction, arrangement of traffic shall be done to
Clause 112.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


224

511.2.8 Measurement for payment:


The premix carpet and seal coat shall be measured as finished work in
square metres.
511.2.9 Rate:
The contract unit rate for premix carpet and seal coat shall be payment in
full for carrying out the required operations including full compensation for
all components listed in Clause 504.8 (i) to (vi).

503. TACK COAT


503.1 Scope :
This work shall consist of the application of a single coat of low viscosity
liquid bituminous material to an existing bituminous road surface
preparatory to the superimposition of a bituminous mix, when specified in
the Contract or instructed by the Engineer.
503.2 Materials :
503.2.1 Binder : The binder used for tack coat shall be bitumen emulsion
complying with IS 8887 of a type and grade as specified in the Contract or
as directed by the Engineer. The use of cutback bitumen as per IS 217
shall be restricted only for sites at sub-zero temperatures or for
emergency applications as directed by the Engineer.
503.3 Weather and Seasonal Limitations :
Bituminous material shall not be applied to a wet surface or during a dust
storm or when the weather is foggy, rainy or windy or when the
temperature in the shade is less than 1010C. Where the tack coat consists
of emulsion, the surface shall be slightly damp, but not wet. Where the
tack coat is of cutback bitumen, the surface shall be dry.
503.4 Construction :
503.4.1. Equipment :
The tack coat distributor shall be a self-propelled or towed bitumen
pressure sprayer, equipped for spraying the material uniformly at a
specified rate. Hand spraying of small areas, inaccessible to the
distributor, or in narrow strips, shall be sprayed with a pressure hand
sprayed, or as directed by the Engineer.
503.4.2 Preparation of base :
The surface on which the tack coat is to be applied shall be clean and free
from dust, dirt, and any extraneous material, and be otherwise prepared in

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


225

accordance with the requirements of Clauses 501.8 and 902 as


appropriate. Immediately before the application of the tack coat, the
surface shall be swept clean with a mechanical broom, and high pressure
air jet, or by other means as directed by the Engineer.
503.4.3 Application of tack coat :
The application of tack coat shall be at the rate specified in the Contract,
and shall be applied uniformly.
503.4.3 rate of application of Tack Coat is not specified in the contract
then it shall be at the rate specified in Table 500-2. The normal range of
spraying.
TABLE 500.2
RATE OF APPLICATION OF TACK COAT

Type of Surface Quantity of liquid


Bituminous material in Kg. Per sq. m.
area
i) Normal bituminous surfaces 0.20 to 0.25
ii) Dry and hungry bituminous 0.25 to 0.30
surfaces
iii) Granular surfaces treated with 0.25 to 0.30
primer.
iv) Non bituminous surfaces
a) Granular base (non primed) 0.35 to 0.40
b) Cement concrete pavement 0.35 to 0.35
temperature for a bituminous emulsion shall be 200C to 700C
and for a cutback, 500C to 800C if RC-70/MC-70 is used. Where a
geosynthetic is proposed for use, the provisions of clauses 703.3.2 and
703.4.4 shall apply. The method of application of tie tack coat will depend
on the type of equipment to be use, size of nozzles, pressure at the spray
bar, and speed of forward movement. The Contractor shall demonstrate at
a spraying trial, that the equipment and method to be used in capable of
producing a uniform spray, within the tolerances specified.
Where the material to receive an overly is a freshly laid
bituminous layer, that has not been subjected to traffic, or contaminate by
dust, a tack coat is not mandatory where the overlay is completed within
two days.
503.4.4 Curing of tack coat : The tack coat shall be left to cure until all
the volatiles have evaporated before any subsequent construction is

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


226

started. No plant or vehicles shall be allowed on the tack coat other than
those essential for the construction.
503.5 Quality Control of work : For control of the quality of materials
supplied and the works carried out, the relevant provisions of Section 900
shall apply.
503.6 Arrangement for Traffic : During the period of construction,
arrangements for traffic shall be made in accordance with the provisions
of Clause 112.
503.7 Measurement for payment : Tack coat shall be measured in terms
of surface area of application in square metres.
503.8 Rate : The contract unit rate for tack coat shall be payment in full
for carrying out the required operations including for all components listed
in Clause 401.8 (i) to (v) and as applicable to the work specified in these
Specifications. The rate shall cover the provision of tack coat at 0.2 kg per
square metre, with provision that the variance in actual quantity, of
bitumen used will be assessed and the payment adjusted accordingly.

8. Rate of spread of binder One test per 500 sqm of area.

CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER


227
Name of Work - FDR to Construction of Drain on both sides of the SH road passing through Kurunda Village, nalla training and Construction of a
bridge over the drain passing through the village Tq.Basmath Dist.Hingoli.

SCHEDULE - B & SPECIFICATION

Sr. Specification Rate


Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
RCC Drain
1 Dismantling of flexible pavements and disposal of MORTH 202 1125.00 430.00 Rupees Four Hundred Per 483750.00
dismantled materials up to a lead of 1000 metres, stacking Thirty and Paise Nil Only. Cubic
serviceable and unserviceable materials separately etc. Metre
complete.
2 Providing earth work in embankment with approved MORTH 305 2793.01 1059.66 Rupees One Thousand Per 2959642.00
materials obtained from other sources upto lead of 50 m. Fifty Nine and Paise Sixty Cubic
including all lifts, laying in layers of 20 cm. to 30 cm. Six Only. Metre
thickness breaking clods, dressing to the required lines,
curves, grades & section, watering and compaction with
vibratory roller with V-Sat attachment to achieve not less
than 97 % of standard proctor density etc.complete (
Material obtained from Other sources)

3 Construction of granular sub-base by providing close graded MORTH 401 672.00 2183.86 Rupees Two Thousand One Per 1467554.00
material, spreading in uniform layers with motor Hundred Eighty Three and Cubic
grader/Paver on prepared surface, mixing by mix in place Paise Eighty Six Only. Metre
method with rotavator at OMC, and compacting with
vibratory roller to achieve the desired density, complete as
per clause 401--By Mix in Place Method and Grading-II
Material

Contractor No. of correction Executive Engineer


228
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
4 Providing, laying, spreading and compacting stone MORTH 404 130.50 2619.10 Rupees Two Thousand Six Per 341793.00
aggregates of specific sizes to water bound macadam Hundred Nineteen and Cubic
specification including spreading in uniform thickness, hand Paise Ten Only. Metre
packing to proper grade and camber, applying and
brooming requisite type of screening/ binding Materials to
fill up the interstices of coarse aggregate, watering and
compacting withvibratory roller to the required density. By
Mechanical Means-Grading I (Using Screening Type B (11.2
mm) Aggregate)
5 Providing, laying, spreading and compacting stone MORTH 404 123.75 2619.10 Rupees Two Thousand Six Per 324114.00
aggregates of specific sizes to water bound macadam Hundred Nineteen and Cubic
specification including spreading in uniform thickness, hand Paise Ten Only. Metre
packing to proper grade and camber, applying and
brooming requisite type of screening/binding Materials to fill
up the interstices of coarse aggregate, watering and
compacting with vibratory roller to the required density. By
Mechanical Means-Grading II (Using Screening Type B
(11.2 mm) Aggregate)
6 Providing and constructing 75 mm. thick Modified IRC-SP-20, 1650.00 352.55 Rupees Three Hundred Per 581708.00
Penetration Macadam (MPM) road surface including all 2002Clause Fifty Two and Paise Fifty Square
materials, preparing the existing road surface, spreading 40 No. 8.7.3 Five Only. Metre
mm. stone metal layers 100% crusher broken metal with
conical crusher plant heating and spraying the bitumen of
specified grade @ 2 Kg/Per Square Meter, spreading 12
mm.size chips compacting with three wheel static roller
having weight 8 to 10 MT. to achive the desired degree of
compaction as per Technical Specification Clause 506 etc.
complete. Including picking of existing WBM surface. (VG-
30 bulk bitumen rates are considered to arrive at rates)

Contractor No. of correction Executive Engineer


229
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
7 BITUMINOUS MACADAM:--Providing and laying bituminous MORTH 504 82.50 8616.42 Rupees Eight Thousand Six Per 710855.00
macadam using crushed aggregate of Grading 1, premixed Hundred Sixteen and Paise Cubic
with bituminous binder, transported at site with VTS, laid Forty Two Only. Metre
over a previously prepared surface, finished to the required
grade, level, alignment, and rolling to achieve the desired
density for 80/ 100 mm compacted thickness with drum mix
type hot mix plant with SCADA having complying essential
features of Hot mix plant as per IRC-27 2009 specified
conditions and attachments such as electronic load sensor
based belt conveyers,automatic synchronization of
bitumen and aggregate fedder, built in dust controller
system and PLC for Drum Mix plant, Sensor paver, and
Vibratory roller excluding prime/ Tack coat etc. complete --
Bitumen 3.30% of specified grade (VG-30 bulk bitumen
rates are considered to arrive at rates)

8 Open Graded Premix Surfacing- Providing and Laying OGC MORTH 510 1650.00 223.37 Rupees Two Hundred Per 368561.00
20 mm thickness composed of 13.2 mm to 5.6 mm Twenty Three and Paise Square
aggregates premixed with bituminous binder transported to Thirty Seven Only. Metre
site with VTS, laid over a previously prepared surface,
finished to the required grade, level, alignment, and rolling
to achieve the desired compaction but excluding prime/tack
and Seal coat. For Bitumen of specified grade--USING drum
mix type hot mix plant with SCADA, Paver and Vibratory
roller (Over MPM Surface) (VG-30 bulk bitumen rates are
considered to arrive at rates)

Contractor No. of correction Executive Engineer


230
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
9 Providing bituminous Type A liquid seal coat on bituminous MORTH 511 1650.00 92.68 Rupees Ninety Two and Per 152922.00
surface including supplying all materials and bitumen of Paise Sixty Eight Only. Square
specified grade preparing existing road surface, heating and Metre
applying bitumen @ 0.98 KgPer Square Meter. by
mechanical means, spreading chips and rolling, by static
roller having weight 8 to 10 MT. etc. complete. (VG-30 bulk
bitumen rates are considered to arrive at rates)

10 Providing and applying tack coat on the prepared surface MORTH 503 3300.00 25.59 Rupees Twenty Five and Per 84447.00
heating by fames in Boiler and spraying bitumen with Paise Fifty Nine Only. Square
sprayer on Dry / Hungry B.T. surface 3 kg/10 Per Square Metre
Meter. (VG-30 bulk bitumen rates are considered to arrive at
rates)
11 Providing dry rubble stone pitching 23 cm (about 9) thick As directed 3000.00 478.41 Rupees Four Hundred Per 1435230.00
including all material, quarry spalls, labour etc. complete. by Engineer Seventy Eight and Paise Square
in charge Forty One Only. Metre
12 Excavation for foundation in earth, soils of all types, sand, BR.3 Page 13414.95 90.00 Rupees Ninety and Paise Per 1207346.00
gravel, soft murum including shoring and strutting, Nos 102 Nil Only. Cubic
dewatering as necessary and disposing off excavated stuff Metre
as directed etc.complete. (By Mechanical Means)
13 Dewatering on BHP basis by using water pump including BR 4 Page 3154.95 201.00 Rupees Two Hundred One Per 634145.00
diversion of stream, providing cofferdams, earthern bunds No 104.105 and Paise Nil Only. Hour
etc. as may be necessary for foundation and other parts of
the the works and pumping out water during and after
excavation as may be required by using 5.0 to 9.0 BHP
pump etc. complete. (prior approval of Superintending
Engineer will be necessary)

Contractor No. of correction Executive Engineer


231
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
14 Providing and laying in situ / ready mix / ready mix M10 BR.5 Page 707.40 6061.02 Rupees Six Thousand Per 4287566.00
cement concrete of trap/ granite/quartzite/gneiss metal in Nos 105 and Sixty One and Paise Two Cubic
foundation including necessary centering, formwork, bailing B.7, Page Only. Metre
Nos 38
out water, compacting and curing etc.complete. (with fully
automatic micro processor based PLC with SCADA enabled
with reversible drum type mixer/concrete batch mix plant
(pan mixer) with natural /artifical sand)

15 Providing dry/ trap/ granite/ quartzite/ gneiss rubble Bd.A. 12 707.40 1725.76 Rupees One Thousand Per 1220803.00
stone soling 15 cm to 20 cm thick including hand PageNos 264 Seven Hundred Twenty CubicM
packing and compacting etc. complete. Five and Paise Seventy Six etre
Only.
16 Providing and laying in situ/ready mix M-30 cement concrete MORT&H 2249.60 8971.24 Rupees Eight Thousand Per 20181702.00
of trap/ granite/ quartzite/ gneiss metal for cast in citu (5th Rev.) Nine Hundred Seventy One Cubic
R.C.C.solid piers, column etc. including provision of V 1700, and Paise Twenty Four Metre
2204,2304
shaped false joints to form suitable panels on the faces to Only.
approve design with compacting by vibrating and curing
complete. Including plywood/ steel formwork, centering
(excluding dewatering by means of pump) and including
bailling out water and including CM 1:3 curing complete.

Contractor No. of correction Executive Engineer


232
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
17 Providing and laying Cast in situ/ Ready Mix cement Bd.F.8 Page 1074.00 14789.17 Rupees Fourteen Thousand Per 15883569.00
concrete M-30 of trap/ granite/ quartzite/ gneiss metal for Nos 302 and Seven Hundred Eighty Nine Cubic
R.C.C. slabs and landings as per detailed designs and B.7, Page and Paise Seventeen Only. Metre
Nos38
drawings including steel centering, formwork, cover blocks,
laying/ pumping, compaction finishing the formed surfaces
with cement mortar 1:3 of sufficient minimum thickness to
give a smooth and even surface or roughening if special
finish is to be provided and curing etc. complete,
(Excluding reinforcement and structural steel).with fully
automatic micro processor based PLC with SCADA enabled
reversible Drum Type mixer/ concrete Batch mix plant (Pan
mixer) etc.complete. With fine aggregate (Crushed sand VSI
Grade)
18 Providing, cutting, bending, hooking, tying and laying in BR.35 Page 260.900 88605.66 Rupees Eighty Eight Per 23117217.00
position TMT FE 500 steel bars for reinforcement for all Number 134 Thousand Six Hundred Five Metric
RCC works as per detailed drawings etc. complete. and Paise Sixty Six Only. Tonne

19 Providing and laying weep holes of 100 mm diameter PVC MORT&H 1032.00 533.00 Rupees Five Hundred Thirty Per 550056.00
pipes as per drawing for abutment returns, return walls (5th Rev.) Three and Paise Nil Only. Running
etc.Complete. 2705, 2706 Meter
20 Back filling behind abutment, wing wall and return wall as MORT and H 3956.00 1080.77 Rupees One Thousand Per 4275526.00
per drawings and technical specifications etc. complete. (by 2200 &- Eighty and Paise Seventy Cubic
granular material) 710.1.4 of Seven Only. Metre
iRC 78

Contractor No. of correction Executive Engineer


233
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
21 Boring/ drilling bore well of 300 mm dia for casing/ strainer As directed 1080.00 416.00 Rupees Four Hundred Running 449280.00
pipe, by suitable method prescribed in IS: 2800 (part I), by Engineer Sixteen and Paise Nil Only. Metre
including collecting samples from different strata, preparing in charge
and submitting strata chart/bore log, including hire & running
charges of all equipments, tools, plants & machinery
required for the job, all complete as per direction of
Engineer in charge, upto 90m depth below ground level.

22 Supplying, assembling, lowering and fixing in vertical As directed 120.00 494.00 Rupees Four Hundred Running 59280.00
position in bore well, unplasticized PVC medium well-casing by Engineer Ninety Four and Paise Nil Metre
pipe of 150 mm dia, conforming to IS:12818, including in charge Only.
required hire and labour charges, fittings & accessories etc.
all complete, for all depths, as per the direction of Engineer
in charge.
23 Supplying, filling, spreading & leveling stone boulders of As directed 12.00 1309.00 Rupees One Thousand Per 15708.00
size range 5cm to 20cm in recharge pit, in the by Engineer Three Hundred Nine and Cubic
required thickness, for all leads & lifts, all complete as incharge Paise Nil Only. Metre
per the direction of Engineer- in-charge.
24 Excavation for foundation in earth, soils of all types, sand, BR.3 Page
gravel, soft murum including shoring and strutting, Nos 102
dewatering as necessary and disposing off excavated stuff
as directed etc.complete. (By Mechanical Means)
Box Cell Ch 0/300
Lift 0 to 1.50 mtr. Normal 110.74 90.00 Rupees Ninety and Paise Per 9967.00
Nil Only. Cubic
Metre
Lift 1.50 to 3.00 mtr. Add 10% 17.89 99.00 Rupees Ninety Nine and Per 1771.00
Paise Nil Only. Cubic
Metre
Box Cell Ch 0/370

Contractor No. of correction Executive Engineer


234
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Lift 0 to 1.50 mtr. Normal 109.91 90.00 Rupees Ninety and Paise Per 9892.00
Nil Only. Cubic
Metre
Lift 1.50 to 3.00 mtr. Add 10% 30.64 99.00 Rupees Ninety Nine and Per 3033.00
Paise Nil Only. Cubic
Metre
Box Cell Ch 0/525
Lift 0 to 1.50 mtr. Normal 104.87 90.00 Rupees Ninety and Paise Per 9438.00
Nil Only. Cubic
Metre
Lift 1.50 to 3.00 mtr. Add 10% 55.02 99.00 Rupees Ninety Nine and Per 5447.00
Paise Nil Only. Cubic
Metre
Box Cell Ch 0/650
Lift 0 to 1.50 mtr. Normal 123.62 90.00 Rupees Ninety and Paise Per 11126.00
Nil Only. Cubic
Metre
Lift 1.50 to 3.00 mtr. Add 10% 34.88 99.00 Rupees Ninety Nine and Per 3453.00
Paise Nil Only. Cubic
Metre
Box Cell Ch 0/300 (Juction)
Lift 0 to 1.50 mtr. Normal 231.27 90.00 Rupees Ninety and Paise Per 20814.00
Nil Only. Cubic
Metre
Lift 1.50 to 3.00 mtr. Add 10% 62.73 99.00 Rupees Ninety Nine and Per 6210.00
Paise Nil Only. Cubic
Metre

Contractor No. of correction Executive Engineer


235
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
25 Dewatering on BHP basis by using water pump including BR 4 Page
diversion of stream, providing cofferdams, earthern bunds No 104.105
etc. as may be necessary for foundation and other parts of
the the works and pumping out water during and after
excavation as may be required by using 5.0 to 9.0 BHP
pump etc. complete. (prior approval of Superintending
Engineer will be necessary)
Box Cell Ch 0/300 43.670 201.00 Rupees Two Hundred One Per 8778.00
and Paise Nil Only. Hour
Box Cell Ch 0/370 46.290 201.00 Rupees Two Hundred One Per 9304.00
and Paise Nil Only. Hour
Box Cell Ch 0/525 56.420 201.00 Rupees Two Hundred One Per 11340.00
and Paise Nil Only. Hour
Box Cell Ch 0/650 56.420 201.00 Rupees Two Hundred One Per 11340.00
and Paise Nil Only. Hour
Box Cell Ch 0/300 (Juction) 20.330 201.00 Rupees Two Hundred One Per 4086.00
and Paise Nil Only. Hour
26 Providing and filling sand in foundation trenches / M.O.R.T and
below Raft as per drawing andtechnical specifications H -300,2100
etc. complete. (Coarse Sand and Gravel )

Box Cell Ch 0/300 18.600 1695.77 Rupees One Thousand Six Per 31541.00
Hundred Ninety Five and Cubic
Paise Seventy Seven Only. Metre

Box Cell Ch 0/370 18.810 1695.77 Rupees One Thousand Six Per 31897.00
Hundred Ninety Five and Cubic
Paise Seventy Seven Only. Metre

Contractor No. of correction Executive Engineer


236
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/525 24.450 1695.77 Rupees One Thousand Six Per 41462.00
Hundred Ninety Five and Cubic
Paise Seventy Seven Only. Metre

Box Cell Ch 0/650 39.490 1695.77 Rupees One Thousand Six Per 66966.00
Hundred Ninety Five and Cubic
Paise Seventy Seven Only. Metre

Box Cell Ch 0/300 (Juction) 66.740 1695.77 Rupees One Thousand Six Per 113176.00
Hundred Ninety Five and Cubic
Paise Seventy Seven Only. Metre

27 Providing and laying in situ / ready mix / ready mix M10 BR.5 Page
cement concrete of trap/ granite/quartzite/gneiss metal in Nos 105 and
foundation including necessary centering, formwork, bailing B.7, Page
Nos 38
out water, compacting and curing etc.complete. (with fully
automatic micro processor based PLC with SCADA enabled
with reversible drum type mixer/concrete batch mix plant
(pan mixer) with natural /artifical sand)

Box Cell Ch 0/300 6.610 6061.02 Rupees Six Thousand Per 40063.00
Sixty One and Paise Two Cubic
Only. Metre
Box Cell Ch 0/370 6.470 6061.02 Rupees Six Thousand Per 39215.00
Sixty One and Paise Two Cubic
Only. Metre
Box Cell Ch 0/525 4.730 6061.02 Rupees Six Thousand Per 28669.00
Sixty One and Paise Two Cubic
Only. Metre

Contractor No. of correction Executive Engineer


237
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/650 6.610 6061.02 Rupees Six Thousand Per 40063.00
Sixty One and Paise Two Cubic
Only. Metre
Box Cell Ch 0/300 (Juction) 9.360 6061.02 Rupees Six Thousand Per 56731.00
Sixty One and Paise Two Cubic
Only. Metre
28 Providing dry/ trap/ granite/ quartzite/ gneiss rubble Bd.A. 12
stone soling 15 cm to 20 cm thick including hand PageNos 264
packing and compacting etc. complete.
Box Cell Ch 0/300 11.330 1725.76 Rupees One Thousand Per 19553.00
Seven Hundred Twenty CubicM
Five and Paise Seventy Six etre
Only.
Box Cell Ch 0/370 11.850 1725.76 Rupees One Thousand Per 20450.00
Seven Hundred Twenty CubicM
Five and Paise Seventy Six etre
Only.
Box Cell Ch 0/525 8.270 1725.76 Rupees One Thousand Per 14272.00
Seven Hundred Twenty CubicM
Five and Paise Seventy Six etre
Only.
Box Cell Ch 0/650 12.020 1725.76 Rupees One Thousand Per 20744.00
Seven Hundred Twenty CubicM
Five and Paise Seventy Six etre
Only.
Box Cell Ch 0/300 (Juction) 18.520 1725.76 Rupees One Thousand Per 31961.00
Seven Hundred Twenty CubicM
Five and Paise Seventy Six etre
Only.

Contractor No. of correction Executive Engineer


238
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
29 Providing and casting in situ / ready mix PCC M15 grade of Bd-E-7
trap metal for coping to head walls / parapet including
centering, form work, compaction and curing etc.
complete. (with reversible drum type mixer/ concrete
batch mix plant (pan mixer) with SCADA with fine
agreegates of required specifications (Natural sand / VSI
sand finely washed etc )
Box Cell Ch 0/300 9.670 9581.59 Rupees Nine Thousand Per 92654.00
Five Hundred Eighty One Cubic
and Paise Fifty Nine Only. Metre
Box Cell Ch 0/370 9.710 9581.59 Rupees Nine Thousand Per 93037.00
Five Hundred Eighty One Cubic
and Paise Fifty Nine Only. Metre
Box Cell Ch 0/525 10.770 9581.59 Rupees Nine Thousand Per 103194.00
Five Hundred Eighty One Cubic
and Paise Fifty Nine Only. Metre
Box Cell Ch 0/650 10.770 9581.59 Rupees Nine Thousand Per 103194.00
Five Hundred Eighty One Cubic
and Paise Fifty Nine Only. Metre
Box Cell Ch 0/300 (Juction) 17.960 9581.59 Rupees Nine Thousand Per 172085.00
Five Hundred Eighty One Cubic
and Paise Fifty Nine Only. Metre

Contractor No. of correction Executive Engineer


239
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
30 Providing and laying in situ / ready mix M-30 controlled MORT&H
reinforced cement concrete of trap metal for raft slab (5th Rev.)
including "V" haunches, formwork, scaffolding, 1700, 2304
compaction by vibrating, finishing curing etc. complete.
concrete batch mix plant / pan mixer with fine agreegates of
required specifications ( VSI sand finely washed etc )
etc. complete. (excluding reinforcement).a) RCC Grade with
reversible drum type mixer/ concrete batch mix plant (pan
mixer) .
Box Cell Ch 0/300 6.200 6885.25 Rupees Six Thousand Eight Per 42689.00
Hundred Eighty Five and Cubic
Paise Twenty Five Only. Metre

Box Cell Ch 0/370 6.270 6885.25 Rupees Six Thousand Eight Per 43171.00
Hundred Eighty Five and Cubic
Paise Twenty Five Only. Metre

Box Cell Ch 0/525 8.150 6885.25 Rupees Six Thousand Eight Per 56115.00
Hundred Eighty Five and Cubic
Paise Twenty Five Only. Metre

Box Cell Ch 0/650 8.150 6885.25 Rupees Six Thousand Eight Per 56115.00
Hundred Eighty Five and Cubic
Paise Twenty Five Only. Metre

Box Cell Ch 0/300 (Juction) 29.660 6885.25 Rupees Six Thousand Eight Per 204217.00
Hundred Eighty Five and Cubic
Paise Twenty Five Only. Metre

Contractor No. of correction Executive Engineer


240
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
31 Providing and laying in situ / ready mix controlled grade of As directed
M25 of trap /granite /quartzite/gneiss metal for RCC by Engineer
works in cut off walls / curtain walls including in charge.
necessary scaffolding, centering, compacting by vibrator,
finishing and curing etc. complete. (with fully automatic
micro processor based PLC with SCADA enabled with
reversible drum type mixer/ concrete batch mix plant
(pan mixer) with fine agreegates of required
specifications ( VSI sand finely washed etc ), excluding
reinforcement)
Box Cell Ch 0/300 16.880 8653.24 Rupees Eight Thousand Six Per 146067.00
Hundred Fifty Three and Cubic
Paise Twenty Four Only. Metre

Box Cell Ch 0/370 19.920 8653.24 Rupees Eight Thousand Six Per 172373.00
Hundred Fifty Three and Cubic
Paise Twenty Four Only. Metre

Box Cell Ch 0/525 20.880 8653.24 Rupees Eight Thousand Six Per 180680.00
Hundred Fifty Three and Cubic
Paise Twenty Four Only. Metre

Box Cell Ch 0/650 20.880 8653.24 Rupees Eight Thousand Six Per 180680.00
Hundred Fifty Three and Cubic
Paise Twenty Four Only. Metre

Box Cell Ch 0/300 (Juction) 32.400 8653.24 Rupees Eight Thousand Six Per 280365.00
Hundred Fifty Three and Cubic
Paise Twenty Four Only. Metre

Contractor No. of correction Executive Engineer


241
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
32 Prividing and fixing pressure relief pipes of 110 mm MORT&H
diametre of PVC as per drawing for R.C.C Raft, galaries (5th Rev.)
returns, abutments, wing wall etc complete. 2705, 2706
Box Cell Ch 0/300 8.000 479.00 Rupees Four Hundred Per 3832.00
Seventy Nine and Paise Nil Running
Only. Meter
Box Cell Ch 0/370 8.000 479.00 Rupees Four Hundred Per 3832.00
Seventy Nine and Paise Nil Running
Only. Meter
Box Cell Ch 0/525 8.000 479.00 Rupees Four Hundred Per 3832.00
Seventy Nine and Paise Nil Running
Only. Meter
Box Cell Ch 0/650 8.000 479.00 Rupees Four Hundred Per 3832.00
Seventy Nine and Paise Nil Running
Only. Meter
Box Cell Ch 0/300 (Juction) 8.000 479.00 Rupees Four Hundred Per 3832.00
Seventy Nine and Paise Nil Running
Only. Meter
33 Providing, cutting, bending, hooking, tying and laying in BR.35 Page
position TMT FE 500 steel bars for reinforcement for all Number 134
RCC works as per detailed drawings etc. complete.
Box Cell Ch 0/300 4.066 88605.66 Rupees Eighty Eight Per 360271.00
Thousand Six Hundred Five Metric
and Paise Sixty Six Only. Tonne

Box Cell Ch 0/370 4.519 88605.66 Rupees Eighty Eight Per 400409.00
Thousand Six Hundred Five Metric
and Paise Sixty Six Only. Tonne

Contractor No. of correction Executive Engineer


242
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/525 4.494 88605.66 Rupees Eighty Eight Per 398194.00
Thousand Six Hundred Five Metric
and Paise Sixty Six Only. Tonne

Box Cell Ch 0/650 4.891 88605.66 Rupees Eighty Eight Per 433370.00
Thousand Six Hundred Five Metric
and Paise Sixty Six Only. Tonne

Box Cell Ch 0/300 (Juction) 10.068 88605.66 Rupees Eighty Eight Per 892082.00
Thousand Six Hundred Five Metric
and Paise Sixty Six Only. Tonne

34 Providing and laying in situ/ready mix M-30 cement concrete MORT&H


of trap/ granite/ quartzite/ gneiss metal for cast in citu (5th Rev.)
R.C.C.solid piers, column etc. including provision of V 1700,
2204,2304
shaped false joints to form suitable panels on the faces to
approve design with compacting by vibrating and curing
complete. Including plywood/ steel formwork, centering
(excluding dewatering by means of pump) and including
bailling out water and including CM 1:3 curing complete.

Box Cell Ch 0/300 10.180 8971.25 Rupees Eight Thousand Per 91327.00
Nine Hundred Seventy One Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/370 13.380 8971.25 Rupees Eight Thousand Per 120035.00
Nine Hundred Seventy One Cubic
and Paise Twenty Five Only. Metre

Contractor No. of correction Executive Engineer


243
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/525 11.810 8971.25 Rupees Eight Thousand Per 105950.00
Nine Hundred Seventy One Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/650 13.380 8971.25 Rupees Eight Thousand Per 120035.00
Nine Hundred Seventy One Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/300 (Juction) 44.190 8971.25 Rupees Eight Thousand Per 396440.00
Nine Hundred Seventy One Cubic
and Paise Twenty Five Only. Metre

35 Providing and laying in situ / ready mix M30 RCC of trap/ BR.50 Page
granite/ quartzite/ gneiss metal for RCC work of ballast Number 143
walls, kerbs and box returns including scaffolding, and B. 7,
Page
compaction, formwork finishing and curing etc. complete.
Number38
(excluding reinforcement, with fully automatic micro
processor based PLC with SCADA enabled concrete batch
mix plant / pan mixer with fine agreegates of required
specifications (VSI sand finely washed etc) RCC work of
Box returns
Box Cell Ch 0/300 18.240 11126.25 Rupees Eleven Thousand Per 202943.00
One Hundred Twenty Six Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/370 18.240 11126.25 Rupees Eleven Thousand Per 202943.00
One Hundred Twenty Six Cubic
and Paise Twenty Five Only. Metre

Contractor No. of correction Executive Engineer


244
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/525 13.540 11126.25 Rupees Eleven Thousand Per 150649.00
One Hundred Twenty Six Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/650 18.240 11126.25 Rupees Eleven Thousand Per 202943.00
One Hundred Twenty Six Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/300 (Juction) 28.690 11126.25 Rupees Eleven Thousand Per 319212.00
One Hundred Twenty Six Cubic
and Paise Twenty Five Only. Metre

36 Providing and laying weep holes of 100 mm diameter PVC MORT&H


pipes as per drawing for abutment returns, return walls (5th Rev.)
etc.Complete. 2705, 2706
Box Cell Ch 0/300 12.000 533.00 Rupees Five Hundred Thirty Per 6396.00
Three and Paise Nil Only. Running
Meter
Box Cell Ch 0/370 12.000 533.00 Rupees Five Hundred Thirty Per 6396.00
Three and Paise Nil Only. Running
Meter
Box Cell Ch 0/525 12.000 533.00 Rupees Five Hundred Thirty Per 6396.00
Three and Paise Nil Only. Running
Meter
Box Cell Ch 0/650 12.000 533.00 Rupees Five Hundred Thirty Per 6396.00
Three and Paise Nil Only. Running
Meter
Box Cell Ch 0/300 (Juction) 12.000 533.00 Rupees Five Hundred Thirty Per 6396.00
Three and Paise Nil Only. Running
Meter

Contractor No. of correction Executive Engineer


245
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
37 Providing and laying 0.90 meter thick metal mat consisting As directed
of rubble, oversize metal and normal size metal in specified by Engineer
thickness as per detailed drawing including supplying all in charge
materials, hand packing of rubble, spreading metal in
layers and hard murum including watering and compaction
with power roller etc. complete.
Box Cell Ch 0/300 36.750 1731.97 Rupees One Thousand Per 63650.00
Seven Hundred Thirty One Square
and Paise Ninety Seven Metre
Only.
Box Cell Ch 0/370 49.250 1731.97 Rupees One Thousand Per 85300.00
Seven Hundred Thirty One Square
and Paise Ninety Seven Metre
Only.
Box Cell Ch 0/525 49.250 1731.97 Rupees One Thousand Per 85300.00
Seven Hundred Thirty One Square
and Paise Ninety Seven Metre
Only.
Box Cell Ch 0/650 49.250 1731.97 Rupees One Thousand Per 85300.00
Seven Hundred Thirty One Square
and Paise Ninety Seven Metre
Only.
Box Cell Ch 0/300 (Juction) 89.100 1731.97 Rupees One Thousand Per 154319.00
Seven Hundred Thirty One Square
and Paise Ninety Seven Metre
Only.

Contractor No. of correction Executive Engineer


246
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
38 Providing and laying of RCC in M30 grade approach MORT and H
slab including reinforcement and formwork complete with 1500, 1600,
fully automatic micro processor PLC with SCADA 1700 and
2700
enabled reversible drum type mixer/ concrete batch mix
plant (pan mixer) as per drawings and technical
specifications etc. complete with fine agreegates of required
specifications ( VSI sand finely washed etc )

Box Cell Ch 0/300 7.130 11825.25 Rupees Eleven Thousand Per 84314.00
Eight Hundred Twenty Five Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/370 7.210 11825.25 Rupees Eleven Thousand Per 85260.00
Eight Hundred Twenty Five Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/525 9.370 11825.25 Rupees Eleven Thousand Per 110803.00
Eight Hundred Twenty Five Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/650 9.370 11825.25 Rupees Eleven Thousand Per 110803.00
Eight Hundred Twenty Five Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/300 (Juction) 25.960 11825.25 Rupees Eleven Thousand Per 306983.00
Eight Hundred Twenty Five Cubic
and Paise Twenty Five Only. Metre

Contractor No. of correction Executive Engineer


247
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
39 Providing expansion joints with (25/37 mm.) thick bituminous BR.43 Page
pad as per detailed drawings etc. complete. As directed by Number 138
Engineer in charges.
Box Cell Ch 0/300 10.130 1086.00 Rupees One Thousand Per 11001.00
Eighty Six and Paise Nil Square
Only. Metre
Box Cell Ch 0/370 12.130 1086.00 Rupees One Thousand Per 13173.00
Eighty Six and Paise Nil Square
Only. Metre
Box Cell Ch 0/525 10.260 1086.00 Rupees One Thousand Per 11142.00
Eighty Six and Paise Nil Square
Only. Metre
Box Cell Ch 0/650 12.130 1086.00 Rupees One Thousand Per 13173.00
Eighty Six and Paise Nil Square
Only. Metre
Box Cell Ch 0/300 (Juction) 17.650 1086.00 Rupees One Thousand Per 19168.00
Eighty Six and Paise Nil Square
Only. Metre
40 Providing vent holes 100 mm diameter GI pipe in the slab BR.48 Page
and wearing course with iron grill at the top and GI pipe at Number 142
bottom as per drawing etc. complete.
Box Cell Ch 0/300 2.400 704.00 Rupees Seven Hundred Per 1690.00
Four and Paise Nil Only. Number
Box Cell Ch 0/370 2.400 704.00 Rupees Seven Hundred Per 1690.00
Four and Paise Nil Only. Number
Box Cell Ch 0/650 2.400 704.00 Rupees Seven Hundred Per 1690.00
Four and Paise Nil Only. Number
Box Cell Ch 0/300 (Juction) 2.400 704.00 Rupees Seven Hundred Per 1690.00
Four and Paise Nil Only. Number

Contractor No. of correction Executive Engineer


248
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
41 Providing and laying cement concrete wearing coat M30 MORT and H
grade with batch mix type / concrete mixer with ? 2700
SCADA including reinforcement as per drawings and
technical specifications etc. complete with fine
agreegates of required specifications ( VSI sand finely
washed etc )
Box Cell Ch 0/300 1.370 13623.25 Rupees Thirteen Thousand Per 18664.00
Six Hundred Twenty Three Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/370 1.500 13623.25 Rupees Thirteen Thousand Per 20435.00
Six Hundred Twenty Three Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/525 1.950 13623.25 Rupees Thirteen Thousand Per 26565.00
Six Hundred Twenty Three Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/650 1.950 13623.25 Rupees Thirteen Thousand Per 26565.00
Six Hundred Twenty Three Cubic
and Paise Twenty Five Only. Metre

Box Cell Ch 0/300 (Juction) 5.400 13623.25 Rupees Thirteen Thousand Per 73566.00
Six Hundred Twenty Three Cubic
and Paise Twenty Five Only. Metre

Contractor No. of correction Executive Engineer


249
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
42 Providing and laying in situ / ready mix M30 RCC of trap/ BR.50 Page
granite/ quartzite/ gneiss metal for RCC work of ballast Number 143
walls, kerbs and box returns including scaffolding, and B. 7,
Page
compaction, formwork finishing and curing etc. complete.
Number38
(excluding reinforcement, with fully automatic micro
processor based PLC with SCADA enabled concrete batch
mix plant / pan mixer with fine agreegates of required
specifications (VSI sand finely washed etc) RCC work of
Ballast walls & Kerb
Box Cell Ch 0/300 1.320 10371.25 Rupees Ten Thousand Per 13690.00
Three Hundred Seventy Cubic
One and Paise Twenty Five Metre
Only.
Box Cell Ch 0/370 1.100 10371.25 Rupees Ten Thousand Per 11408.00
Three Hundred Seventy Cubic
One and Paise Twenty Five Metre
Only.
Box Cell Ch 0/525 1.320 10371.25 Rupees Ten Thousand Per 13690.00
Three Hundred Seventy Cubic
One and Paise Twenty Five Metre
Only.
Box Cell Ch 0/650 1.320 10371.25 Rupees Ten Thousand Per 13690.00
Three Hundred Seventy Cubic
One and Paise Twenty Five Metre
Only.
Box Cell Ch 0/300 (Juction) 1.760 10371.25 Rupees Ten Thousand Per 18253.00
Three Hundred Seventy Cubic
One and Paise Twenty Five Metre
Only.

Contractor No. of correction Executive Engineer


250
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
43 Providing railing of mild steel angle post 2.0m center to B.R.51(b)
center of section 75mm x 75mm x 10mm or equivalent I/C Page
section of height 1.05 above bridge surface with Number 145
minimum anchor length of 30cm including hold fast of
25mm diameter MS bar welded at the bottom and
concreting of 1:3:6 of size 30cm x 30cm x 30cm with three
rows of 40mm B class GI pipe provided at 30cm on center
to center including scaffolding and one coat of anticorrosive
paint with two coats of oil painting, curing of concrete etc.
complete.

Box Cell Ch 0/300 15.200 3870.00 Rupees Three Thousand Running 58824.00
Eight Hundred Seventy and Metre
Paise Nil Only.
Box Cell Ch 0/370 14.000 3870.00 Rupees Three Thousand Running 54180.00
Eight Hundred Seventy and Metre
Paise Nil Only.
Box Cell Ch 0/525 15.200 3870.00 Rupees Three Thousand Running 58824.00
Eight Hundred Seventy and Metre
Paise Nil Only.
Box Cell Ch 0/650 15.200 3870.00 Rupees Three Thousand Running 58824.00
Eight Hundred Seventy and Metre
Paise Nil Only.
Box Cell Ch 0/300 (Juction) 21.600 3870.00 Rupees Three Thousand Running 83592.00
Eight Hundred Seventy and Metre
Paise Nil Only.
44 Back filling behind abutment, wing wall and return wall as MORT and H
per drawings and technical specifications etc. complete. (by 2200 &-
granular material) 710.1.4 of
iRC 78

Contractor No. of correction Executive Engineer


251
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/300 42.810 1080.77 Rupees One Thousand Per 46268.00
Eighty and Paise Seventy Cubic
Seven Only. Metre
Box Cell Ch 0/370 57.380 1080.77 Rupees One Thousand Per 62015.00
Eighty and Paise Seventy Cubic
Seven Only. Metre
Box Cell Ch 0/525 4.190 1080.77 Rupees One Thousand Per 4528.00
Eighty and Paise Seventy Cubic
Seven Only. Metre
Box Cell Ch 0/650 57.380 1080.77 Rupees One Thousand Per 62015.00
Eighty and Paise Seventy Cubic
Seven Only. Metre
Box Cell Ch 0/300 (Juction) 222.750 1080.77 Rupees One Thousand Per 240742.00
Eighty and Paise Seventy Cubic
Seven Only. Metre
45 Providing earth work in embankment with approved MORTH 305
materials obtained from other sources upto lead of 50 m.
including all lifts, laying in layers of 20 cm. to 30 cm.
thickness breaking clods, dressing to the required lines,
curves, grades & section, watering and compaction with
vibratory roller with V-Sat attachment to achieve not less
than 97 % of standard proctor density etc.complete (
Material obtained from Other sources)

Box Cell Ch 0/300 278.400 1059.66 Rupees One Thousand Per 295009.00
Fifty Nine and Paise Sixty Cubic
Six Only. Metre
Box Cell Ch 0/370 327.600 1059.66 Rupees One Thousand Per 347145.00
Fifty Nine and Paise Sixty Cubic
Six Only. Metre

Contractor No. of correction Executive Engineer


252
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/525 327.600 1059.66 Rupees One Thousand Per 347145.00
Fifty Nine and Paise Sixty Cubic
Six Only. Metre
Box Cell Ch 0/650 327.600 1059.66 Rupees One Thousand Per 347145.00
Fifty Nine and Paise Sixty Cubic
Six Only. Metre
Box Cell Ch 0/300 (Juction) 378.000 1059.66 Rupees One Thousand Per 400551.00
Fifty Nine and Paise Sixty Cubic
Six Only. Metre
46 Construction of granular sub-base by providing close graded MORTH 401
Material, mixing in a mechanical mix plant at OMC, carriage
of mixed Material to work site, spreading in uniform layers
with motor grader/Paver on prepared surface and
compacting with vibratory roller to achieve the desired
density, complete as per clause 401--Plant Mix Method and
Grading - III Material
Box Cell Ch 0/300 29.700 2418.86 Rupees Two Thousand Per 71840.00
Four Hundred Eighteen and Cubic
Paise Eighty Six Only. Metre

Box Cell Ch 0/370 29.700 2418.86 Rupees Two Thousand Per 71840.00
Four Hundred Eighteen and Cubic
Paise Eighty Six Only. Metre

Box Cell Ch 0/525 29.700 2418.86 Rupees Two Thousand Per 71840.00
Four Hundred Eighteen and Cubic
Paise Eighty Six Only. Metre

Contractor No. of correction Executive Engineer


253
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/650 29.700 2418.86 Rupees Two Thousand Per 71840.00
Four Hundred Eighteen and Cubic
Paise Eighty Six Only. Metre

Box Cell Ch 0/300 (Juction) 67.500 2418.86 Rupees Two Thousand Per 163273.00
Four Hundred Eighteen and Cubic
Paise Eighty Six Only. Metre

47 Providing and laying cement concrete pipe of IS 458:2003 CD.7


NP-2 class of 1000 mm diameter in proper line, level and Page.No. 162
slope including providing and fixing collars in cement mortar
1:2 and curing etc. complete.
Box Cell Ch 0/300 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
Box Cell Ch 0/370 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
Box Cell Ch 0/525 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
Box Cell Ch 0/650 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
Box Cell Ch 0/300 (Juction) 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.

Contractor No. of correction Executive Engineer


254
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
48 Providing and laying in situ / ready mix / ready mix M10 BR.5 Page
cement concrete of trap/ granite/quartzite/gneiss metal in Nos 105 and
foundation including necessary centering, formwork, bailing B.7, Page
Nos 38
out water, compacting and curing etc.complete. (with fully
automatic micro processor based PLC with SCADA enabled
with reversible drum type mixer/concrete batch mix plant
(pan mixer) with natural /artifical sand)
Box Cell Ch 0/300 18.000 6061.02 Rupees Six Thousand Per 109098.00
Sixty One and Paise Two Cubic
Only. Metre
Box Cell Ch 0/370 18.000 6061.02 Rupees Six Thousand Per 109098.00
Sixty One and Paise Two Cubic
Only. Metre
Box Cell Ch 0/525 18.000 6061.02 Rupees Six Thousand Per 109098.00
Sixty One and Paise Two Cubic
Only. Metre
Box Cell Ch 0/650 18.000 6061.02 Rupees Six Thousand Per 109098.00
Sixty One and Paise Two Cubic
Only. Metre
Box Cell Ch 0/300 (Juction) 16.500 6061.02 Rupees Six Thousand Per 100007.00
Sixty One and Paise Two Cubic
Only. Metre

Contractor No. of correction Executive Engineer


255
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
49 Providing and laying in situ / ready mix M-30 cement MORT&H
concrete of trap / granite / quartzite/ gniess metal for (5th Rev.)
reinforced cement concrete block below the bearing 1700,
2205,2304
including necessary scaffolding, plywood/ steel formwork,
compaction by vibrating, finishing in CM 1:3 and curing
complete (Excluding reinforcement) Using reversible drum
type mixer/ concrete batch mix plant (pan mixer) with fine
agreegates of required specifications (VSI sand finely
washed etc)
Box Cell Ch 0/300 36.000 7865.24 Rupees Seven Thousand Cubic 283149.00
Eight Hundred Sixty Five Meter
and Paise Twenty Four
Only.
Box Cell Ch 0/370 36.000 7865.24 Rupees Seven Thousand Cubic 283149.00
Eight Hundred Sixty Five Meter
and Paise Twenty Four
Only.
Box Cell Ch 0/525 36.000 7865.24 Rupees Seven Thousand Cubic 283149.00
Eight Hundred Sixty Five Meter
and Paise Twenty Four
Only.
Box Cell Ch 0/650 36.000 7865.24 Rupees Seven Thousand Cubic 283149.00
Eight Hundred Sixty Five Meter
and Paise Twenty Four
Only.
50 Providing and laying cement concrete pipe of IS 458:2003 CD.7
NP-2 class of 1000 mm diameter in proper line, level and Page.No. 162
slope including providing and fixing collars in cement mortar
1:2 and curing etc. complete.

Contractor No. of correction Executive Engineer


256
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/300 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
Box Cell Ch 0/370 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
Box Cell Ch 0/525 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
Box Cell Ch 0/650 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
Box Cell Ch 0/300 (Juction) 7.500 5465.00 Rupees Five Thousand Running 40988.00
Four Hundred Sixty Five Metre
and Paise Nil Only.
51 Providing flexible apron of 100 cm thick comprising of loose MORT and H
stone boulders weighing not less than 40 Kilogram beyond ? 2500
curtain wall etc. complete.
Box Cell Ch 0/370 50.400 2269.41 Rupees Two Thousand Two Per 114378.00
Hundred Sixty Nine and Cubic
Paise Forty One Only. Metre

Box Cell Ch 0/525 53.280 2269.41 Rupees Two Thousand Two Per 120914.00
Hundred Sixty Nine and Cubic
Paise Forty One Only. Metre

Box Cell Ch 0/650 53.280 2269.41 Rupees Two Thousand Two Per 120914.00
Hundred Sixty Nine and Cubic
Paise Forty One Only. Metre

Contractor No. of correction Executive Engineer


257
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
Box Cell Ch 0/300 (Juction) 63.840 2269.41 Rupees Two Thousand Two Per 144879.00
Hundred Sixty Nine and Cubic
Paise Forty One Only. Metre

52 Providing and laying in-situ M30 Grade unreinforced plain MORTH 602
cement concrete pavement over a prepared sub base with
43 grade cement, coarse and fine aggregate ( natural sand/
VSI grade finely washed crushed sand) conforming to IS
383, using fine and coarse aggregates combined gradation
as per Table 600-3 of MORTH Specification 2013, mixed in
a batching and mixing plant/non tilting mixer and Weigh
batcher as per approved mix design, admixtures,
transporting to site, spreading, laying with approved make
paver,compacted and finished in a continuous operation,
finishing to lines and grades as directed by Engineer-in-
charge and curing by curing compound/by providing cement
vata in cement Mortar 1:8 @ 0.6 m X 0.6 m centre to centre,
admeasuring 80 mm at bottom and 40 mm at top with depth
of 75 mm and maintaining the same throughout curing
period by any other method approved by Engineer-in-
charge. with fully automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/ concrete
Batch mix plant (Pan mixer) etc. complete.

Box Cell Ch 0/300 (Juction) 34.800 8066.24 Rupees Eight Thousand Per 280705.00
Sixty Six and Paise Twenty Cubic
Four Only. Metre
TOTAL A 95151195.00

Contractor No. of correction Executive Engineer


258
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words

Part B (Royalty & Testing Charges)

53 Royalty Charges - For All Other Minierals As Directed 5729.500 216.18 Rupees Two Hundred Per 1238603.00
by Engineer Sixteen and Paise Eighteen Cubic
In Charge Only. Metre

54 Testing Charges
RCC Drain
a) Metal Curshing Value As Directed 12.00 2730.00 Rupees Two Thousand Seven Per 32760.00
by Engineer Hundred Thirty and Paise Nil Number
In Charge Only.
b) Cement Test 1.00 3960.00 Rupees Three Thousand Nine Per 3960.00
Hundred Sixty and Paise Nil Number
Only.
c) Steel - upto 16 mm dia 2.00 1340.00 Rupees One Thousand Three Per 2680.00
Hundred Forty and Paise Nil Number
Only.
d) GSB Mix Design 1.00 17065.00 Rupees Seventeen Thousand Per 17065.00
Sixty Five and Paise Nil Only. Number

f) Cement Concrete Test Mix Design 1.00 14445.00 Rupees Fourteen Thousand Per 14445.00
Four Hundred Forty Five and Number
Paise Nil Only.
g) Concrete Cube - M10, M15, M20, M25 25.00 725.00 Rupees Seven Hundred Per 18125.00
Twenty Five and Paise Nil Only. Number

i) Aggreegate 2.00 2730.00 Rupees Two Thousand Seven Per 5460.00


Hundred Thirty and Paise Nil Number
Only.
Box Cell Ch 0/300
a) Metal Curshing Value As Directed 2.00 2730.00 Rupees Two Thousand Seven Per 5460.00
by Engineer Hundred Thirty and Paise Nil Number
In Charge Only.
Contractor No. of correction Executive Engineer
259
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
b) Cement Test 2.00 3960.00 Rupees Three Thousand Nine Per 7920.00
Hundred Sixty and Paise Nil Number
Only.
c) Steel - upto 16 mm dia 1.00 1340.00 Rupees One Thousand Three Per 1340.00
Hundred Forty and Paise Nil Number
Only.
d) Steel - Above 16 mm dia 1.00 1675.00 Rupees One Thousand Six Per 1675.00
Hundred Seventy Five and Number
Paise Nil Only.
f) Cement Concrete Test Mix Design 1.00 14445.00 Rupees Fourteen Thousand Per 14445.00
Four Hundred Forty Five and Number
Paise Nil Only.
g) Concrete Cube - M10, M15, M20, M25 25.00 725.00 Rupees Seven Hundred Per 18125.00
Twenty Five and Paise Nil Only. Number

i) HM Sieve Anyalysis 1.00 725.00 Rupees Seven Hundred Per 725.00


Twenty Five and Paise Nil Only. Number

Box Cell Ch 0/370


a) Metal Curshing Value 2.00 2730.00 Rupees Two Thousand Seven Per 5460.00
Hundred Thirty and Paise Nil Number
Only.
b) Cement Test 2.00 3960.00 Rupees Three Thousand Nine Per 7920.00
Hundred Sixty and Paise Nil Number
Only.
c) Steel - upto 16 mm dia 1.00 1340.00 Rupees One Thousand Three Per 1340.00
Hundred Forty and Paise Nil Number
Only.
d) Steel - Above 16 mm dia 1.00 1675.00 Rupees One Thousand Six Per 1675.00
Hundred Seventy Five and Number
Paise Nil Only.
f) Cement Concrete Test Mix Design 1.00 14445.00 Rupees Fourteen Thousand Per 14445.00
Four Hundred Forty Five and Number
Paise Nil Only.
Contractor No. of correction Executive Engineer
260
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
g) Concrete Cube - M10, M15, M20, M25 25.00 725.00 Rupees Seven Hundred Per 18125.00
Twenty Five and Paise Nil Only. Number

i) HM Sieve Anyalysis 1.00 725.00 Rupees Seven Hundred Per 725.00


Twenty Five and Paise Nil Only. Number

Box Cell Ch 0/525


a) Metal Curshing Value 2.00 2730.00 Rupees Two Thousand Seven Per 5460.00
Hundred Thirty and Paise Nil Number
Only.
b) Cement Test 2.00 3960.00 Rupees Three Thousand Nine Per 7920.00
Hundred Sixty and Paise Nil Number
Only.
c) Steel - upto 16 mm dia 1.00 1340.00 Rupees One Thousand Three Per 1340.00
Hundred Forty and Paise Nil Number
Only.
d) Steel - Above 16 mm dia 1.00 1675.00 Rupees One Thousand Six Per 1675.00
Hundred Seventy Five and Number
Paise Nil Only.
f) Cement Concrete Test Mix Design 1.00 14445.00 Rupees Fourteen Thousand Per 14445.00
Four Hundred Forty Five and Number
Paise Nil Only.
g) Concrete Cube - M10, M15, M20, M25 25.00 725.00 Rupees Seven Hundred Per 18125.00
Twenty Five and Paise Nil Only. Number

i) HM Sieve Anyalysis 1.00 725.00 Rupees Seven Hundred Per 725.00


Twenty Five and Paise Nil Only. Number

Box Cell Ch 0/650


a) Metal Curshing Value 2.00 2730.00 Rupees Two Thousand Seven Per 5460.00
Hundred Thirty and Paise Nil Number
Only.

Contractor No. of correction Executive Engineer


261
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
b) Cement Test 2.00 3960.00 Rupees Three Thousand Nine Per 7920.00
Hundred Sixty and Paise Nil Number
Only.
c) Steel - upto 16 mm dia 1.00 1340.00 Rupees One Thousand Three Per 1340.00
Hundred Forty and Paise Nil Number
Only.
d) Steel - Above 16 mm dia 1.00 1675.00 Rupees One Thousand Six Per 1675.00
Hundred Seventy Five and Number
Paise Nil Only.
f) Cement Concrete Test Mix Design 1.00 14445.00 Rupees Fourteen Thousand Per 14445.00
Four Hundred Forty Five and Number
Paise Nil Only.
g) Concrete Cube - M10, M15, M20, M25 25.00 725.00 Rupees Seven Hundred Per 18125.00
Twenty Five and Paise Nil Only. Number

i) HM Sieve Anyalysis 1.00 725.00 Rupees Seven Hundred Per 725.00


Twenty Five and Paise Nil Only. Number

Box Cell Ch 0/300 (Juction)


a) Metal Curshing Value 2.00 2730.00 Rupees Two Thousand Seven Per 5460.00
Hundred Thirty and Paise Nil Number
Only.
b) Cement Test 2.00 3960.00 Rupees Three Thousand Nine Per 7920.00
Hundred Sixty and Paise Nil Number
Only.
c) Steel - upto 16 mm dia 1.00 1340.00 Rupees One Thousand Three Per 1340.00
Hundred Forty and Paise Nil Number
Only.
d) Steel - Above 16 mm dia 1.00 1675.00 Rupees One Thousand Six Per 1675.00
Hundred Seventy Five and Number
Paise Nil Only.
f) Cement Concrete Test Mix Design 1.00 14445.00 Rupees Fourteen Thousand Per 14445.00
Four Hundred Forty Five and Number
Paise Nil Only.
Contractor No. of correction Executive Engineer
262
Sr. Specification Rate
Itm of Work Quantity Unit Amount
No. No. In Fig. In Words
g) Concrete Cube - M10, M15, M20, M25 25.00 725.00 Rupees Seven Hundred Per 18125.00
Twenty Five and Paise Nil Only. Number

i) HM Sieve Anyalysis 1.00 725.00 Rupees Seven Hundred Per 725.00


Twenty Five and Paise Nil Only. Number

Total B 1581548.00
TOTAL A+B 96732743.00
Note: The Quoted Rates of Contractor is only applicable to Part A of Schedule B

Sub-Divisional Engineer Executive Engineer


P.W.Sub-Division, Basmath P.W.Division, Hingoli

Contractor No. of correction Executive Engineer

You might also like