2DurgapurSinhalaRoad0to3 040
2DurgapurSinhalaRoad0to3 040
E-TENDER PAPERS
CONSTRUCTION OF DURGAPUR SINHALA WARVAT
CHORGAON MAMLA VAYGAON BORDA WALNI
(MDR-56) ROAD AS PER NEW ALLIGNMENT FROM
KM 0/000 TO 3/040 TA. DIST. CHANDRAPUR
1
Contractor No. of correction Executive Engineer
GOVERNMENT OF MAHARASHTRA
Name of Contractor :
Percentage quoted :
Amount of Contract :
Date of Commencement :
Time stipulated for completion : 12 (Twelve) Calender Months from the date of written
of work order to start work, which will include the monsoon period.
Date of completion as per :
Agreement
Acutual Date of Completion :
2
Contractor No. of correction Executive Engineer
DISCLAIMER
1. Detailed Time Table for the various activities to be performed in e-tendering process by the
Tenderer for quoting their offer is given in this Tender Document under “Tender Schedule”.
Contractor should carefully note down the cut-off dates for the carrying out each e-tendering
process / activity.
2. Every effort is being made to keep the Website up to date and running smoothly 24 x 7 by the
Government and the Service Provider. However, Government takes no responsibility, and will
not be liable for, the website being temporarily unavailable due to any technical issue at any
point of time.
3. In that event Public Works Department will not be liable or responsible for any damages or
expenses arising from any difficulty, error, imperfection or inaccuracy with this Website. It
includes all associated services or due to such unavailability of the Website or any part thereof
or any contents or any associated services.
4. Tenderers must follow the time table of e-tendering process and get their activities of e-
tendering processes done well in advance so as to avoid any inconvenience due to unforeseen
technical problem if any.
5. Public Works Department will not be responsible for any incomplete activity of e-tendering
process of the tenderer due to technical error/ failure of website and it cannot be challenged
by way of appeal, arbitration and in the Court of Law. Contractors must get done all the e-
tendering activities well in advance.
6. All the Clarifications, Circulars, Notifications and Resolutions related to tenders issued by
Government from time to time till the date of Submission of Bid shall be applicable and
binding to the bidders and shall be treated as part of agreement unless specifically mentioned
on the contrary or modified in the bid Documents.
3
Contractor No. of correction Executive Engineer
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DIVISION NO.2, CHANDRAPUR
E-TENDER NOTICE NO. 25 FOR 2024-25 (Online)
Sealed online B-1 tenders for the following work are invited by the Executive Engineer, Public Works
Division No.2, Chandrapur from the bidders who satisfy the qualifying criteria.
Sr. Name of Work Estimated Earnest Money Time limit for Cost of
No. Cost Rs. Rs. Completion e-tender
Form Fee Rs.
1. CONSTRUCTION OF Rs 93908829/- 470000.00 12 (Twelve) 3540/-
DURGAPUR SINHALA In the form of Online / RTGS Calender (Non-
WARVAT CHORGAON
/ NEFT or payment Gate way Months Refundable)
MAMLA VAYGAON BORDA
mode. (Including
WALNI (MDR-56) ROAD AS
PER NEW ALLIGNMENT Monsoon)
FROM KM 0/000 TO 3/040
TA. DIST. CHANDRAPUR
The EMD applicable amount shall be paid via Online mode or off line mode Through D D/FDR only.
Total Security Deposit 1% (One percent) Rs. 940000/-, (Rs 470000/- at the time of Agreement and Balance
Amount through Running account Bills).
E- TENDER SCHEDULE
1 NAME OF WORK;- CONSTRUCTION OF DURGAPUR SINHALA WARVAT CHORGAON MAMLA
VAYGAON BORDA WALNI (MDR-56) ROAD AS PER NEW ALLIGNMENT FROM
KM 0/000 TO 3/040 TA. DIST. CHANDRAPUR
2. PERIOD FOR DOWN LOADING BIDING As per e-tender schedule uploaded on e-portal
DOCUMENTS https://mahatenders.gov.in
3. TIME, DATE AND VENUE OF PRE- BID Dt. 30.09.2024 @ 16:00 Hrs in the Office of the Chief Engineer
CONFRENCE Public Works Region, Nagpur
4. LAST DATE AND TIME FOR CLOSING OF BIDS As per e-tender schedule uploaded on e-portal
https://mahatenders.gov.in
5- TIME, DATE AND PLACE OF OPENING OF BIDS As per e-tender schedule uploaded on e-portal
https://mahatenders.gov.in
6 OFFICER INVITING BIDS Executive Engineer, Public Works Division No. 2, Chandrapur,
Dist.Chandrapur (Maharashtra)
7 Physcial Submission of Hard Copy i) The bidder shall submit the Hard Copy of Tender Documents
1. Tender Documents+Technical Qalification (Financial +Technical) in "Sealed Envelope No 1 and 2" as
Documnets in Enevelope No 1, specified in NIT after the Bid submission ) within 72 hrs from the
2. Performance Deposit ( if Qototed offer is more
Date of Bid Submission.
than 1% Below)
ii) Selected lowest bidder (L-1) has to submit the hard copy of
Performance Security Deposit if offer is more than 1% Below, in
the office of Public Works Division No.2, Chandrapur within 8
(Eight) days from the date of opening of financial bid.
8 Place of Physcial Submission of Hard Copy In the office of the Executive Engineer, Public Works Division
No. 2, Chandrapur
4
Contractor No. of correction Executive Engineer
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
NAME OF WORK - CONSTRUCTION OF DURGAPUR SINHALA WARVAT CHORGAON MAMLA VAYGAON BORDA WALNI
(MDR-56) ROAD AS PER NEW ALLIGNMENT FROM KM 0/000 TO 3/040 TA. DIST. CHANDRAPUR
Sealed online B-1 tenders for the following work are invited by the Executive Engineer, Public Works Division
No.2, Chandrapur from the bidders who satisfy the qualifying criteria. The name of work, estimated cost, earnest
money, security deposit, time limit for completion etc. are as under.
1. Bidding documents may be downloaded from the e-tendering portal of Public Works Department,
Government of Maharashtra i.e. https://mahatenders.gov.in after entering the details, payment
of Rs. 3540/- (Rupees Three Thousand Five Hundred Forty only) should be paid online using
payment gateway mode or in the form of DD / FDR. DD / FDR is in the name of Executive
Engineer, Public Works Division No.2, Chandrapur. The cost of Bid document will be non
refundable. Interested bidders may obtain further information regarding the work from the above
office.
2. The Bids will be opened as per the e-Tender Schedule, in the presence of such intending Bidders
or his / their authorized representatives who shall be present at that time.
3. Bid Security of the amount specified for the work in the table shall be paid via online using NEFT /
RTGS or payment gateway mode or in the shape of DD / FDR. Bid security shall be drawn directly
from the account of Bidder / Bidding Firm or any of the partners in case of J.V.
DD /FDR shall be drawn in the favor of Executive Engineer, Public Works Division No.2,
Chandrapur the guidelines for the same are included in bid document.
4. The Bids must be submitted online on https://mahatenders.gov.in or on as per NIT & Technical
bid will be opened on date as per NIT, in the presence of bidders who have to attend in the office
of the Superintending Engineer, Public Works Circle, Chandrapur (Bid opening Authority) (As per
5
Contractor No. of correction Executive Engineer
NIT)
5. The Pre-bid meeting will be held on Date 30.09.2024 @ 16.00. Hrs. in the presence of bidders
who wish to attend in the office of the Chief Engineer, Public Works Region, Nagpur
6. It is mandatory for all the bidders to have class-II/III digital Signature Certificate with signing &
encryption facility (in the name of person who will sign the proposal) from any of the licensed
Certifying Agency.
7. Physical Submission
1. "Sealed Envelope No. I - "Contained -Technical & Financial Bids as specified in NIT after
Submission of Bid within 72 hours (excluding holidays). Name of work and e-tender no.
shall be written on the envelope.
2. Submission of hard copy is a essential. However, hard copies Will be opened only if there
are problems in opening/ downloading of tender offers. If the contracto inadvertently or
otherwise does not submit hard copy, then it shall not constitute a bar to open his e-offer.
His online tender shall be opened by the tender opening authority and will be processed. If
the contractor’s offer is lowest then it will be accepted and his downloaded tender shall be
treated as hard copy.
8. Selected lowest bidder (L1) has to submit the hard copy of Performance Security Deposit if offer
is more than 1% Below, in the office of Executive Engineer, Public Works Division No.2,
Chandrapur within 8 (Eight) days from the date of opening of financial bid.
9. Before submitting the proposal, the bidders shall mandatorily register and enlist themselves (the
firm and all key personnel), on https://mahatenders.gov.in further, the bidders shall follow the
operating procedure as may be prescribed on the said website.
10. Contractor shall submit BAR CHART / CPM / PERT for this work by visiting site and taking review of
the work within fifteen days after receiving letter regarding performance security. If contractor
fails to do so then 1% amount shall be deducted from each running bill. Progress of work shall be
monitored as per approved bar chart by the competent authority (i.e. E.E./S.E. or C.E.) after
scrutiny of the BAR CHART / CPM / PERT submitted by contractor. If progress is satisfactory, then
75% amount deducted Shall be returned to contractor and remaining 25% amounts shall be
forfeited to Government.
11. All the Clarifications, Circulars, Notifications and Resolutions related to tenders issued by
Government from time to time till the date of Submission of Bid shall be applicable and binding
to the bidders and shall be treated as part of agreement unless specifically mentioned on the
contrary or modified in the bid Documents.
12. If offers of two or more bidders are found identical, then all such bidders shall be asked to
submit their revised offers in closed enevelope in presence of tender opening authority. The
offers shall be less than the offer already submitted. The bidders with lowest revised offer shall
be considered for award of work.
13. ROYALTY, and Testing Charges
6
Contractor No. of correction Executive Engineer
14. All Testing charge for required quantity of Testing, and Royalty on account of extraction of
construction material payable under minor mineral act prevailing in the State are included in
schedule of rates. Any such due payable to Govt. or any other Agency / Organisation, if not paid
by contractor and claimed by such authority, same shall be deducted from the Contractor’s bill
and reimbursed to the claimant.
15. Tender Percentage for Royalty, Providing Man Power to Depat and Testing charges:- The
percentage rate figure (Above or Below percent) accepted by the Bidder in the Form of Bid shall
not be applicable on the items of Royalty and, Providing Man Power to Department and Testing
charges included in Schedule “B”.
16. At any point of time during tender process, work execution period, Defect Liability Period,
submitted papers / documents / applications including material purchase vouchers, test reports,
bitumen challans, quantity related papers or any papers of contractor should be true, correct & if
the papers submitted by Contractor is found incorrect, faulty, not true, dubious, bogus, forged
etc. then relevant actions of blacklisting & criminal proceedings as per Indian Penal Code (IPC)
shall be initiated against Contractor / JV / Partnership Firms / Private Ltd. / Companies (Bidder).
PWD Officers / Engineers / Divisional Account Officers shall not be held responsible for the
papers submitted by the Contractor.
17. During Technical Opening / Scrutiny of envelop No.1 of tender, if contractor submits false papers
/ reports for fulfillment of qualifying criteria, then envelop No.2 of such contractor shall not be
opened. Also such PWD registered contractor / non registered contractor shall be blacklisted &
information of contractor being blacklisted shall be circulated to all P. W. Divisions & allied P. W.
Departments.
18. After issuance of work order, if it is founds that papers submitted / uploaded are forged, bogus,
incorrect, then such contractor shall be blacklisted & Criminal Proceeding as per IPC shall be
initiated. If work is at initial stage, the tender of work shall be cancelled.
19. Engineer In charge or his representative shall minutely inspect the defects, if any, in the works. If
defects occurred are found beyond repair or entire / part of work is felt essential to be recast /
redone, such instructions shall be issued to contractor and contractor shall be instructed to recast
/ redo the said defective work within three months. In case of any dispute, case shall be
submitted to the Chief Engineer, P.W.Region, Nagpur and his decision shall be final & binding on
the contractor.
7
Contractor No. of correction Executive Engineer
Instruction to Bidders
TENDERING PROCEDURE :
Bidding documents can be purchased/down loaded from the e-Tendering Portal of Public Works
Department, Government of Maharashtra i.e. https://mahatenders.gov.in after paying Tender Fees
via online mode as per the Tender Schedule.
1.1.1 If it is not possible on line to download the drawings, the set of drawing may be supplied to the
bidders in "Hard Copy" by the Department, on Proof of receipt of payment towards cost of
bidding documents as per the tender schedule.
1.1.2 The bid submitted by the bidder shall be unconditional. Conditional bids shall be summarily
REJECTED.
1.1.3 All bidders are cautioned that bids containing any deviation from the contractual terms and
conditions, specifications or other requirements and conditional bids will be treated as non-
responsive. The bidder should clearly mention in forwarding letter that his offer (in envelope
No. 1& 2) does not contain any conditions, deviations from terms and conditions stipulated in
the tender.
1.1.4 Bidders should have valid Class-II/III Digital Signature Certificate (DSC) obtained from any
Certifying Authorities.
1.1.5 For any assistance on the use of Electronic Tendering System, the Users may call the below
numbers: Contact Us (NIC) The 24x7 Toll Free Telephonic Help Desk Number 1800 3070 2232
Mobile Number +91787807985/86
Mobile Number +7878007972/731.2.8
1.2 Guidelines to Bidders on the operations of Electronic Tendering System of Public Works
Department is available at E-Tendering portal of P.W. Department i.e.
https://mahatenders.gov.in The bidder shall obtain clarification/help from assistance
mentioned in para 1.2.7 No grievances /claims will be entertained on failure of submission of
online bid.
For participating in Limited and Restricted tenders the registered vendors have to apply for
empanelment on the sub-portal of PWD in an appropriate class of registration. The
empanelment will have to be approved by the respective officer from the PWD. Only
empanelled vendors will be allowed to participate in such bids.
8
Contractor No. of correction Executive Engineer
The Contractors may obtain the necessary information on the process of enrolment and
empanelment either from Helpdesk Support Team or may visit the information published
under the link Enroll under the section E-Tendering Toolkit for Bidders on the Home Page of
the Electronic Tendering System.
For information on the process of application for obtaining Digital Certificate, the may visit
the section Digital Certificate on the Home Page of the Electronic Tendering System.
9
Contractor No. of correction Executive Engineer
3. Recommended Hardware and Internet Connectivity:
To operate on the Electronic Tendering System, the Contractors are recommended to use
Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512
kbps bandwidth.
4. Set up of Computer System for executing the operations on the Electronic Tendering System:
To operate on the Electronic Tendering System of Government of Maharashtra, the Computer
System of the Contractors is required be set up. The Contractors are required to install
Utilities available under the section Mandatory Installation Components on the Home Page of
the System.
The Utilities are available for download freely from the above mentioned section. The
Contractors are requested to refer to the E-Tendering Toolkit for Bidders available online on
the Home Page to understand the process of setting up the System, or alternatively, contact
the Helpdesk Support Team on information / guidance on the process of setting up the
System.
B. Steps to be followed by Contractors to participate in e-Tenders processed by PWD
i. Preparation of online Briefcase :
All Technical Document must be Scanned & Uploaded in RAR/PDF Format.
10
Contractor No. of correction Executive Engineer
6. Opening of the Financial Bids :
The Bidders may remain present in the Office of the Tender Opening Authority at the time of
opening of Financial Bids. However, the results of the Financial Bids of all Bidders shall be
available on the PWD e-Tendering Portal immediately after the completion of opening process.
2. Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as
well as any directives/ procedures of Government of India, and nothing contained in these
Terms and Conditions shall be in derogation of Merchant's right to comply with any law
enforcement agencies request or requirements relating to any User's use of the website or
information provided to or gathered by Merchant with respect to such use. Each User accepts
and agrees that the provision of details of his/ her use of the Website to regulators or police or
to any other third party in order to resolve disputes or complaints which relate to the Website
shall be at the absolute discretion of Merchant.
3. If any part of these Terms and Conditions are determined to be invalid or unenforceable
pursuant to applicable law including, but not limited to, the warranty disclaimers and liability
limitations set forth herein, then the invalid or unenforceable provision will be deemed
superseded by a valid, enforceable provision that most closely matches the intent of the
original provision and the remainder of these Terms and Conditions shall continue in effect.
4. These Terms and Conditions constitute the entire agreement between the User and Merchant.
These Terms and Conditions supersede all prior or contemporaneous communications and
proposals, whether electronic, oral, or written, between the User and Merchant. A printed
version of these Terms and Conditions and of any notice given in electronic form shall be
admissible in judicial or administrative proceedings based upon or relating to these Terms and
Conditions to the same extent and subject to the same conditions as other business
documents and records originally generated and maintained in printed form.
5. The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in
the ordinary course of business of Merchant and/or the Payment Gateway Service Providers
with regard to transactions covered under these Terms and Conditions and matters therein
appearing shall be binding on the User and shall be conclusive proof of the genuineness and
accuracy of the transaction.
11
Contractor No. of correction Executive Engineer
6. Refund For Charge Back Transaction: In the event there is any claim for/ of charge back by the
User for any reason whatsoever, such User shall immediately approach Merchant with his/ her
claim details and claim refund from Merchant alone. Such refund (if any) shall be effected only
by Merchant via payment gateway or by means of a demand draft or such other means as
Merchant deems appropriate. No claims for refund/ charge back shall be made by any User to
the Payment Gateway Service Provider(s) and in the event such claim is made it shall not be
entertained.
7. In these Terms and Conditions, the term "Charge Back" shall mean, approved and settled
credit card or net banking purchase transaction(s) which are at any time refused, debited or
charged back to merchant account (and shall also include similar debits to Payment Gateway
Service Provider's accounts, if any) by the acquiring bank or credit card company for any
reason whatsoever, together with the bank fees, penalties and other charges incidental
thereto.
8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact Merchant for
any fraudulent transaction(s) on account of misuse of Card/ Bank details by a fraudulent
individual/party and such issues shall be suitably addressed by Merchant alone in line with
their policies and rules.
9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service
Provider's webpage, that is linked to the Website, is experiencing any server related issues like
'slow down' or 'failure' or 'session timeout', the User shall, before initiating the second
payment,, check whether his/her Bank Account has been debited or not and accordingly resort
to one of the following options:
i. In case the Bank Account appears to be debited, ensure that he/ she does not make the
payment twice and immediately thereafter contact Merchant via e-mail or any other mode of
contact as provided by Merchant to confirm payment.
ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to make
payment.
However, the User agrees that under no circumstances the Payment Gateway Service Provider
shall be held responsible for such fraudulent/duplicate transactions and hence no claims
should be raised to Payment Gateway Service Provider No communication received by the
Payment Gateway Service Provider(s) in this regard shall be entertained by the Payment
Gateway Service Provider.
Limitation of Liability :
Merchant has made this Service available to the User as a matter of convenience. Merchant
expressly disclaims any claim or liability arising out of the provision of this Service. The User
agrees and acknowledges that he/ she shall be solely responsible for his/ her conduct and that
Merchant reserves the right to terminate the rights to use of the Service immediately without
giving any prior notice thereof.
Merchant and/or the Payment Gateway Service Providers shall not be liable for any
inaccuracy, error or delay in, or omission of (a) any data, information or message, or (b) the
transmission or delivery of any such data, information or message; or (c) any
12
Contractor No. of correction Executive Engineer
loss or damage arising from or occasioned by any such inaccuracy, error, delay or omission,
non-performance or interruption in any such data, information or message. Under no
circumstances shall the Merchant and/or the Payment Gateway Service Providers, its
employees, directors, and its third party agents involved in processing, delivering or managing
the Services, be liable for any direct, indirect, incidental, special or consequential damages, or
any damages whatsoever, including punitive or exemplary arising out of or in any way
connected with the provision of or any inadequacy or deficiency in the provision of the
Services or resulting from unauthorized access or alteration of transmissions of data or arising
from suspension or termination of the Services.
3. The Merchant and the Payment Gateway Service Provider(s) assume no liability whatsoever
for any monetary or other damage suffered by the User on account of:
(I) The delay, failure, interruption, or corruption of any data or other information
transmitted in connection with use of the Payment Gateway or Services in connection
thereto; and! or (ii) Any interruption or errors in the operation of the Payment
Gateway.
4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and
Merchant and their respective officers, directors, agents, and employees, from any claim or
demand, or actions arising out of or in connection with the utilization of the Services.
The User agrees that Merchant or any of its employees will not be held liable by the User for
any loss or damages arising from your use of, or reliance upon the information contained on
the Website, or any failure to comply with these Terms and Conditions where such failure is
due to circumstance beyond Merchant's reasonable control.
Miscellaneous Conditions :
1. Any waiver of any rights available to Merchant under these Terms and Conditions shall not
mean that those rights are automatically waived.
2. The User agrees, understands and confirms that his/ her personal data including without
limitation details relating to debit card/ credit card transmitted over the Internet may be
susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the Payment
Gateway Service Provider(s) have no control over such matters.
3. Although all reasonable care has been taken towards guarding against unauthorized use of any
information transmitted by the User, Merchant does not represent or guarantee that the use
of the Services provided by/ through it will not result in theft and/or unauthorized use of data
over the Internet.
4. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates shall
not be liable, at any time, for any failure of performance, error, omission, interruption,
deletion, defect, delay in operation or transmission, computer virus, communications line
failure, theft or destruction or unauthorized access to, alteration of, or use of information
contained on the Website.
13
Contractor No. of correction Executive Engineer
5. The User may be required to create his/ her own User ID and Password in order to register
and/ or use the Services provided by Merchant on the Website. By accepting these Terms and
Conditions the User agrees that his! her User ID and Password are very important pieces of
information and it shall be the User's own responsibility to keep them secure and confidential.
In furtherance hereof, the User agrees to;
15
Contractor No. of correction Executive Engineer
1.2.3.2 The prospective contractor shall post their queries either in writing or orally
concerning the work, and the reply to the same shall be uploaded on the portal
https://mahatenders.gov.in and this clarification referred to as Common Set of
Conditions/Deviations (C.S.D.), shall form part of tender documents and which will
also be common and applicable to all tenderer. The point/points if any raised in
writing and / or verbally / online by the contractor in pretender conference and not
finding place in C.S.D. issued after the pre- bid conference, is / are deem to be rejected.
In such case the provision in NIT shall prevail. No further correspondence will be
made thereafter with the contractor in this regard. The tender submitted by the
tenderer shall be based on the C.S.D. issued by dept if any.
1.2.3.3 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.
1.2.3.5 Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained
from any Certifying Authorities. In case of requirement of DSC, interested Bidders
should go to http://maha.etenders.in/mah/DigitaICertLasp and follow the procedure
mentioned in the document 'Procedure for application of Digital Certificate'.
16
Contractor No. of correction Executive Engineer
1.3 Disqualification
Even through the tenderer meet the qualification criteria, they are subject to be disqualified if
they have,
1.3.1 Made misleading or false representation in the form / statement, submitted,
and / or record of poor performance such as abandoning the works
rescinding of contract for which reasons are attributable to the non
performance of the contractor, constant history of litigation awarded against
the applicant or financial failure due to bankruptcy.
1.3.2 The rescinding of contract of a joint venture and account of reasons other
than non-performance, such as Most Experienced partner of joint venture
pulling out, court directions leading breaking up to a joint venture before the
start of work, which are not attributable to the poor performance of the
contractor will, however not affect the qualification of the individual
partners
1.3.3 In the tender process , if the lowest offer is more than 10% below the cost
put to tender, the tender calling authority shall obtain the detailed
justification and planning of executing the work at such lower rate from the
concerned contractor and based on that shall ensure the possibility of
completing the work at the offered lowest rate.
1.3.4 Selected lowest bidder (L1) has to submit the hard copy of Performance
Security Deposit if offer is more than 1% Below, in the office of Public Works
Division No.2, Chandrapur within 8 (Eight) days from the date of opening. of
financial bid
17
Contractor No. of correction Executive Engineer
1.4 ENVELOPE No. 1: (Documents Required)
The bidder must purchase the bidding documents via online mode by filling the cost
of Tender.
The first envelope “Envelope No. 1” shall contain the following documents:
The EMD applicable will be paid via online mode or Off line Mode in the Form of DD /
1.4.1 FDR. Additional (Performance) Security (if Required) (copy to be Submitted as per the
tender Schedule).
1.4.2 Copies of original documents defining the constitution or legal status, place of
registration under partnership or companies Act and principal place of business,
written power of attorney of the signatory of the Bid to commit the Bidder ;
1.4.3 Reports on the financial standing of the Bidder, such as profit and loss statements and
auditor’s reports for the past five years ;
1.4.4 (i) Self declaration on plain paper regarding completeness, correctness and truthfulness
of documents submitted as per prescribed proforma given in Appendix I
1.4.5 Scanned from original copy of Power of Attorney on behalf of firm, proprietorship
firm /Partnership firm / Pvt limited Company/ joint Venture or any other registered
company Registered with Registrar of Company to sign agreement/ other
correspondence with department authority.
18
Contractor No. of correction Executive Engineer
5. Self propelled Mechanical sprayer 15 Years - 1
6 Ready Mix Concrete Batch Mix Plant having 15 Years As per
capacity minimum 30 cubic meter/hour with Discription 1 No
SCADA and minimum 2 No. of Transit Miller
having capacity of 6 cubic meter.
OR
Ajax Fiori, Drum capacity with minimum 4
cum./batch with SCADA
7 JCB / Poclain 15 Years - 1
Note:1 If SCADA arrangement is not readily available with Drum Mix / Hot Mix Plant, Paver Finisher,
Concrete Mixer then contractor shall upload scanned copy of "Term Deposit Receipt" /F.D.R. duly
pledged in the name of Executive Engineer P.W. Division, No II Chandrapur for a period of one year
of Rs. 2,00,000/- (Rs. Two lakh only) of schedule bank duly enclosed in envelope No. 1 as a additional
security deposit with undertaking to procurement and installing and commissioning SCADA
arrangement for Drum Mix / Hot Mix Plant, Paver Finisher, Concrete Mixer mobilization and
commissioning with the undertaking within 30 days from the date of issue of the work order failing
which work order will be cancelled and security deposit along with additional security shall be
forfeited to government
STATEMENT NO. 2-A
Give the following information of above machineries.
Type of No. of Name of works on Location Output Balance quantity in 19inan
Machinery machinery which deployed at for execution on works in
present hand
1 2 3 4 5 6
Note: 1 - The machineries specified under Sr.No.1 to 7 shall be owned by the contractor. Scanned
from original copy of Registered Sale Deed in case of second hand purchase of machinery / plant
should be uploaded. Scanned from original copy of Maufacturer / Supplier / Tax Invoice in case of
First hand purchase of machinery / plant should be uploaded, Proforma Invoice / Retail Invoice
shall not be accepted.
Note: 2 - The Documents in support of ownership of machinery shall be genuine and shall be
convincing to the tender opening authority.
Note: 3 - The life of new machinery will be considered as 15 years.
Note: 4 - There will no need of fitness certificate from SE (Mechanical) for first 10 years.
Note: 5 - After 10 year, the machinery shall be checked & certified for its fitness by SE Mechanical
every year.
Note: 6 - After 15 year, the machinery shall be checked & certified for its fitness by R.T.O.
1.4.7 Scanned from original copy of Plant Verification Certificate valid for one year
certified by Assistant Mechanical Chief Engineer P.W Region Nagpur for Hot Mix
19
Contractor No. of correction Executive Engineer
Plant / Drum Mix Plant.
1.4.8 Scanned from original copy of Route map of Hot Mix Plant showing the distance of
plant (must be within 60 Kms.) from farthest point of worksite Self Signature.
1.4.9 Scanned from original of Registration documents of firm (Firm, Proprietorship firm/
Partnership firm / Registration of Private limited company / Registration of Public
limited company or any other company or any other Company as the case may be.)
1.4.10 Scanned from original of list of works completed and in hand and works tendered
along with supporting certificates.
1.4.11 Scanned from original list of plants and Machinery duly signed by the contractor.
1.4.12 Scanned from original List of Technical Persons /employee. Duly signed by the
contractor.
No. of
SI. No. Personnel Qualification
Personnel
1 Project Manager B.E. (Civil) with minimum 10 1
years Experience of Road
Construction Work
• Bidder shall submit the name and C.V.s of above Personnel in envelope no 1. If CV doesn’t
fulfill the requirement of qualification mentioned above, Envelope 2 shall not be opened.
• If Bidder failed to upload C.V’s of Key Personnel, then Bidder shall be given 48 hrs time to
submit the same, failing which envelope No 2 will not be opened.
1.4.14 Common set of Deviation (CSD) issued and digitally signed by the department.
1.4.15 Upload Blank Tender Copy only in PDF Format Issued and Digitally Signed by the
Department.
20
Contractor No. of correction Executive Engineer
(i) Scanned Copy of original Certificate for having Minimum annual turnover of not less than
Rs.704.32 lakhs (Rupees Seven Crore Four Lakh and Thirty Two Thousand Only) in any one
year during last five financial years updated to current cost (Such certificate for civil
engineering works are required to be obtained from the Chartered Accountant of
Maharashtra state / any State of India). For updating to current cost please refer table at
the end of this clause.
(ii) Scanned Copy of original Certificate for having Successfully completed Three Bitumenous
Road works (atleast one Bitumenous Road work includes Bridge work), each work value
not less than Rs.375.64 lakhs (Rs. Three Crore Seventy Five Lakhs and Sixty Four Thousand
only) updated to current cost, falling in last five financial years and current year. For
updating please refer table (Such certificate are required to be obtained from the officer
not below the Rank of Executive Engineer (Completed Work Carried out In Govt/ Semi Govt
Bodies such as MHADA, MSEB, MIDC, CIDCO Etc or Local Bodies. will only be considered.)
OR
Scanned Copy of original Certificate for having Successfully completed Two Bitumenous
Road works (atleast one Bitumenous Road work includes Bridge work), each work value
not less than Rs.469.54 lakhs (Rs. Four Crore Sixty Nine Lakhs and Fifty Four Thousand
only) updated to current cost, falling in last five financial years and current year. For
updating please refer table (Such certificate are required to be obtained from the officer
not below the Rank of Executive Engineer (Completed Work Carried out In Govt/ Semi Govt
Bodies such as MHADA, MSEB, MIDC, CIDCO Etc or Local Bodies. will only be considered.)
OR
Scanned Copy of original Certificate for having Successfully completed One Bitumenous
Road work (Bitumenous Road work includes Bridge work), value not less than Rs. 751.27
lakhs (Rupees Seven Crore Fifty One Lakh and Twenty Seven thousand Only) updated to
current cost, falling in last five financial years and current year. For updating please refer
table (Such certificate are required to be obtained from the officer not below the Rank of
Executive Engineer (Completed Work Carried out In Govt/ Semi Govt Bodies such as
MHADA, MSEB, MIDC, CIDCO Etc or Local Bodies. will only be considered.)
(iii) Scanned Copy of certificate of satisfactorily executed minimum quantities of following
items in any continuous twelve calendar months in five years prior to current year and
current year. (Such certificates are required to be obtained from the officer not below the
rank of Executive Engineer or Equivalent) and the certificate shall specifically mention the
period of execution as continuous twelve calendar months.
For Evaluation of Bid Capacity for work, Chartered Accountant’s Certificate for 5 years
along with Profit & Loss Statement. Value of A should be supported by year wise work
done certificates issued by the Engineer in Charge not below the rank of Executive
Engineer / Head of Department of the Concerned Egineering Department with outward
No. & Date.
Certificates shall be obtained from the officer not below the rank of Executive Engineer.
The value of B shall be self attested with detailed list of works with its value. Any
misleading or false representation shall be treated under Indian Penal code and the bid will
be treated as non- responsive.
(Completed work carried out In Govt/ Semi Govt Bodies such as such as MHADA, MSEB,
MIDC, CIDCO Etc or Local Bodies only will be considered.)
1.4.16 (b) Bid Capacity :- As per Govt. Circular Bid Capacity Shall be calculated as on online
programme. Contractor shall upload a On Line Document.
A) Bid Capacity:- Bidders shall upload QR based Bid Capacity Certificate downloaded on or before
two days of submission from Portal “bidcap.emahapwd.com”. If this bid capacity Certificate is not
uploaded then tender shall be treated as non-responsive
22
Contractor No. of correction Executive Engineer
B) Technical Personnel Development Bidders shall fill the relevant information of key persons and
Technical Staff available with him in the formats and field specified on “bidcap.emahapwd.com”
Portal.
Out of the total key persons and Technical staff available with bidder shall upload the staff he
desires to deploy for this work. This statement shall be downloaded from portal
“bidcap.emahapwd.com”. Bidder shall upload this QR based statement downloaded on or before
two days of submission. If this certificate is not uploaded then tender shall be treated as non
responsive
Note
1) The statements showing the value of existing commitments and on-going works as well as the
stipulated period of completion remaining for each of the works listed should be countersigned
by the Engineer in charge, not below the rank of an Executive Engineer or equivale
2) The envelop will be opened only if the bid capacity calculated is not less than the cost of work
put to tender.
3) The updating of current cost of works executed earlier to above mentioned period shall be
worked out in the same manner shown in above table.
4) Even though the bidders meet the above qualifying criteria, they are subjected to be
disqualified if they have made misleading or false representation in the forms statement and
attachments submitted as proof of the qualification requirements and / or record of past
performance such as abandoning the works, not properly completing the contract, in ordinate
delays in completion litigation history or financial failures etc.
5) For particular tender notice ,the bid capacity has to be taken in to consideration. If the bidder
is L-1 in the first bid ,the bid capacity shall be reduced for subsequent bid to be opened under
the same tender Notice. If Sufficient Bid Capacity is available then only the bid shall be
considered. if balance bid capacity is not available as per required bid capacity ,then bidder
shall be treated as not qualified.
1.5 ENVELOPE No. 2 TENDER (FINANCIAL BID)
24
Contractor No. of correction Executive Engineer
Public Works Division No.2, Chandrapur towards the initial Security Deposit, valid within the
time limit prescribed in clause 1 of B-1 Form, agreement till completion of defect liabilities
period failing which his earnest money will be forfeited to Government.
(iii) In addition to the above, an amount of Rs.470000/- will be deducted from the running bills at 0.5
% of value of the gross bill towards balance security deposit. This is a compulsory deduction.
Demand Draft/FDR/ Bank Gurantee for Additional Performance Security Deposit for Quoting Offer
more than 1% below the tender cost.
Selected Lowest bidder (L1) has to submitt the hard copy of Performance Security in the form of
Demand Draft/FDR/ Bank Gurantee of required amount as per condition given in Performance
Security to the office of Executive Engineer PUBLIC WORKS DIVISION NO.2, CHANDRAPUR within
8(Eight )days from the date of opening of financial bid.
The Performance Security shall be made as per following calculation.
(i) If the tenderer quotes his offer 1% to 10% below the cost put to tender, he shall submit the
Demand Draft of the amount equal to 1% of cost put to tender. Demand Draft/FDR/ Bank Gurantee
of Additional Performance security shall be drawn directly from the account of Bidder / Bidding Firm
or any of the partners in case of J.V.
(ii) If the Bidder intends to quote his offer more than 10 % upto 15 % below the estimated cost put to
Bid then he should submit Additional Performance security 1 % for every percent after 10 % below
percentage in addition to the 1% mentioned above in clause A for quoting below offer.
(eg. If Bidder quotes his offer 14.6% below the estimated cost put to bid, then he should submit 14.6 -
10 = 4.6 % + 1% = 5.6 % amount of the cost put to bid as a total Additional Performance Security.)
For The Purpose of calculation of amount of Additional performance Security, the below Percentage
(%) of Bidder shall be considered only upto two decimal points (Rounded upto two decimal points).
(iii)If the Bidder intends to quote his offer more than 15 % below the estimated cost put to Bid then
he should submit Additional Performance security 2 % for every percent after 15 % below percentage
in addition to the clause I & II mentioned above for quoting below offer, Demand Draft/FDR/ Bank
Gurantee of Additional Performance security shall be drawn directly from the account of Bidder /
Bidding Firm or any of the partners in case of J.V.
(eg. If Bidder quotes his offer 16.6% below the estimated cost put to bid, then he should submit 16.6 -
15 = 1.6 % * 2 = 3.2 % + 1 % + 5 % = 9.2 % amount of the cost put to bid as a total Additional
Performance Security.)
Note:-
1) If the Performance Security of Demand Draft/FDR/ Bank Gurantee amount below Rs.1000/- then
Demand Draft should be atleast for Rs. 1000/-
2) Submit the Demand Draft/FDR/ Bank Gurantee of the commutative amount which should be
rounded upto two decimal points.
3) The date of submission of hard copy of Performance Security Deposit shall not be extended at any
cost and the tender will be rejected if Performance Security is not be submitted within 8 days. from
the date of financial opening
4) If the first lowest bidder fails to submit Performance Security Deposit in stipulated time i.e. 8 days
from the opening of financial bid then L-2 bidder will be communicated in writing and negotiated if he
25
Contractor No. of correction Executive Engineer
agrees to do the work at the same rate lower than the offer of L-1 bidder his tender will be
accepted..
5) Such Demand Draft/FDR/ Bank Gurantee shall be strictly issued only by the Nationalized Bank or
Scheduled Bank in favour of in the Executive Engineer PUBLIC WORKS DIVISION NO.2, CHANDRAPUR
valid For One Months + Completeion Period
6) The Demand Draft/FDR/ Bank Gurantee should bear the MICR and IFSC Code Number of the
issuing bank.
7) If it is found that the FDR/ Bank Gurantee as above submitted by the bidder is False / Forged then
the Earnest Money submitted by such bidder shall be forfeited and his registration as a contractor of
Public Works Department will be suspended & he will be entered in the Black List. This is also
applicable for Unregistered Bidder in such case he will be entered in the Black List.
8) The work order to the successful contractor shall be issued only after the encashment of his
Demand draft by the concerned Executive Engineer.
9) The work order to the successful contractor shall be issued only after the Confiramtion of
Correctness of issusance of his FDR/ Bank Gurantee by the concerned Executive Engineer.
10) The Performance Depost will be relese after Staishfactory completeion of work.
Information regarding contract as well as blank tender forms can be downloaded from the
eTendering website upon providing the details of the payment of cost as detailed in the N.I.T.
1.10 ISSUE OF FORMS :
Information regarding contract as well as blank tender forms can be downloaded from the
eTendering website upon providing the details of the payment of cost as detailed in the
N.I.T.
1.11 TIME LIMIT: The work is to be completed within time limit as specified in the N.I.T. which
shall be reckoned from the date of written order for commencing the work and shall be
inclusive of monsoon period.
1.12 TENDER RATE:No alteration in the form of tender and the schedule of tender and no
additions in the scope of special stipulations will be permitted. Rates quoted for the tender
shall be taken as applicable for all leads and lifts.
1.13 TENDER UNITS:
The tenderers should particularly note the units mentioned in the Schedule “B” on which
the rates are based. No change in the units shall be allowed. In the case of difference
between the rates written in figures and in words, the correct rate will be the one, which is
lower of the two.
1.14 CORRECTION:No corrections 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.
1.15 TENDER’S ACCEPTANCE :Acceptance of tender will rest with the Chief Engineer Public
Works Region, Nagpur who reserves the right to reject any or all tenders without assigning
any reason therefor. 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 of 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 Government and the offer of the tenderer shall be
considered as withdrawn by him.
1.16 CONDITIONAL TENDER :
The tenders who do not fulfil the condition of the notification and the general rules and
directions for the guidance of contractor in the agreement form or are incomplete in any
respect are likely to be rejected without assigning any reason therefore
26
Contractor No. of correction Executive Engineer
1.17(a) The Tenderers shall be presumed to have carefully examined the drawings, conditions
and specifications of the work and have fully acquainted themselves with all details of
the site, the conditions of rock and its joints, pattern, river, weather characteristics,
labour conditions and in general with all the necessary information and data pertaining to
the work, prior to tendering for the work.
1.17(b) The data whatsoever supplied by the Department along with the tender documents are
meant to serve only as guide for the tenderers while tendering and the Department
accepts no responsibility whatsoever either for the accuracy of data or for their
comprehensiveness.
1.17(c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are
as per survey conducted by the Department. The Contractor should however examine
these quarries and see whether full quantity of materials required for execution of the
work strictly as per specification are available in these source before quoting the rates. In
case the materials are not available due to reasons whatsoever, the contractor will have
to bring the materials from any other source with no extra cost to Government. The rates
quoted, should therefore be for all leads and lifts from wherever the materials are
brought at site of work and inclusive of royalty to be paid to the Revenue Department by
the Contractor.
1.18 POWER OF ATTORNEY :If the tenderers are a firm or company, they should in their
forwarding letter mention the names of all the partners together with the name of the
person who holds the power of Attorney, authorizing him to conduct all transactions on
behalf of the body, along with the tender.
1.19 The tenderer may, in the forwarding letter, mention any points are may wish to make
clear but the right is reserved to reject the same or the whole of the tender if the same
becomes conditional tender thereby.
1.20 The contractor or the firms tendering for the work shall inform the Department if they
appoint their authorized Agent on the work.
1.21 No foreign exchange will be released by the Department for the purchase of plants and
machinery for the work by the Contractor.
1.22 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.1.23
1.23 All pages of tender documents, conditions, specifications, correction slips etc. shall be
initialled by the tenderer. The tender should bear full signature of the tenderer, or his
authorized power of Attorney holder in case of a firm.
1.24 The Income Tax at 2.0 % including surcharge or percentage in force from time to time or
at the rate as intimated by the competent Income Tax authority shall be deducted from
bill amount whether measured bill, advance payment or secured advance.
27
Contractor No. of correction Executive Engineer
1.25 The successful tenderer will be required to produce, to the satisfaction of the specified
concerned authority a valid concurrent license issued in his favour under the provisions of
the Contract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure
to do so, the acceptance of the tender shall be liable to be withdrawn and also liable for
forfeiture of the earnest money.
1.26 The tenderer shall submit the list of apprentices engaged by the Contractor under
Apprentice Act.
1.27 Cess @ 1% (One percent) shall be deducted at source from every bill of the Contractor by
the Executive Engineer Under “Building and Other Construction for workers Welfare Cess
Act 1996”.
1.28 Registration under GST Act 2017 is mandatory. TDS under rules 51 of GST Act 2017 will be
deducted from the sums to be paid to the contractor as per applicable rates.
1.29 The rates quoted by the Contractor shall be deemed to be inclusive of the labour welfare
cess and other taxes (other than GST) that the Contractor will have to pay for the
performance of this Contract. The Employer will perform such duties in regard to the
deduction of such taxes at source as per applicable law..
1.30 VALIDITY PERIOD :The offer shall remain open for acceptance for minimum period of 90
days from the Date of opening of Envelope No. 2 (Financial Bid) and thereafter until it is
withdrawn by the contractor by notice in writing duly addressed to the authority opening
the tender and sent by Registered Post Acknowledgment due.
1.31 In the tender process , if the lowest offer is more than 10% below the cost put to tender,
the tender calling authority shall obtain the detailed justification and planning of executing
the work at such lower rate from the concerned contractor and based on that shall ensure
the possibility of completing the work at the offered lowest rate.
1.32 Contractor shall submit a certificate to the effect that “All the payments to the labour/staff
are made in bank accounts of staff linked to Unique Identification Number (AADHAR
CARD).” The certificate shall be submitted by the contractor within 60 days from the
commencement of contract. If the time period of contract is less than 60 days then such
certificates shall be submitted within 15 days from the date of commencement of contract.
1.33 All the Clarifications, Circulars, Notifications and Resolutions related to tenders issued by
PWD Government of Maharashtra and which are uploaded on website of PWD
,Maharashtra upto 15 days prior to date of submission of bid, shall have overriding effect
on the conditions in bid document .
1.34 If offers of two or more bidders are found identical, then all such bidders shall be asked to
submit their revised offers in closed enevelope in presence of tender opening authority
,The offers shall be less than the offer already submitted. The bidders with lowest offer
shall be considered for award of work.
1.35 Key Personnel - The absence of Key Personnel mentioned in the tender at site due to
some Genuine reason , personnel mention above shall seek the prior written permission
from Sub Divisional Engineer In charge of the Project.
28
Contractor No. of correction Executive Engineer
1.36 For any Change in Personnel, contractor shall obtained prior written approval from
Engineer In charge to replace the personnel with Personnel equal or more qualification
1.37
If contractor fails to appoints any of the staff mention in Annexure II at site amount below
shown amount shall be recoverable from the contactor bill
29
Contractor No. of correction Executive Engineer
Work Description
II] HUME PIPE CULVERT 3 Nos. 1 X 1200 mm Dia. Pipe 12.50 m wide
2 Nos. 2 X 1200 mm Dia. Pipe 12.50 m wide
1 Nos. 1 X 1200 mm Dia. Pipe 35.00m wide
1 Excavation
2 Soling 150 mm th.
3 M-10 Foundation
4 M-20 Head wall
5 NP-4 pipe of required Dia.
30
Contractor No. of correction Executive Engineer
FORM B-1
1) All work proposed to be executed by contract shall be notified in a form of invitation to tender,
pasted on a board hung up in the office of the Executive Engineer and signed by Executive
Engineer, Public Works Division No. 2, Chandrapur
The form will state the work to be carried out as well as date of submitting and opening tender the
time allowed for carring out the work, also the amount of earnest money to be deposited with the
tender and the amount of security deposit to be deposited by the successful tenderer and the
percentage if any to be deducted from bills. It will also state whether quarry fees, royalities and
ground floor rents will be granted. Copies of the specifications designs and drawings and
estimated rates, schedule rates and any other documents required in connection with the work
which will be signed by Executive Engineer for the purpose of identification shall also be open for
inspection by contractors at the office of the Executive Engineer during office hours.
Where the work are proposed to be executed according to the specifications recommended by a
contractor and approved by a competent authority on behalf of the Government of Maharashtra,
specifications with designs and drawing shall form part of the accepted tender.
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 be signed on his behalf by a person
holding a power of attorney authorising him to do so.
A (i) The contactor shall pay along with the tender the sum of Rs. 470000/- as and by way of
earnest money. Earnest money shall be paid via online using NEFT/RTGS or payment
gateway mode. The said amount of earnest money shall not carry any interest whatsoever.
(ii) In the event of his tender being accepted, subject to the provision of sub clause (iii) below,
the said amount of earnest money shall be appropriated towards the amount deposit
payable by him under condition 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 rights and powers of the Government
hereunder, or in law, Government shall be entitled to forfeit the full amount of the earnest
money deposited by him.
(iv) In the event of his tender not being accepted, the amount of earnest money deposited by the
contractors shall, unless it is forfeited prior under the provision of sub-clause (ii) above, be
refunded to him online.
3) Receipt for payments made on account of any work, when executed by a firm, should also be
signed by all the partners. Except where the contractors are described in their tender as a firm, in
which case the receipts shall be signed in the name of the firm by one of the partners, or by some
other person having authority to give effectual receipts for the firm.
4) Any person who submits a tender shall fill up the usual printed form including the column of
31
Contractor No. of correction Executive Engineer
estimated quantities stating at what rate he is willing to undertake all item of the work. Tenders
which propose any alteration in the work specified in the said form of invitation to tender, or in
the time allowed for carrying out the work or which contain any other conditions of any sort, will
be liable for rejection. No single tender shall include more than one work, but contractors who
wish to tender for two or more works shall submit a separate tender for each. Tenderers shall have
the name and the number of work to which they refer written outside the envelope.
5) The Chief Engineer, P. W. Region, Nagpur or his duly authorized assistant will open tenders in
the presence of any intending contractors who may be present at the time and will enter the
amount of the several tenders in a comparative statement in a suitable form. In the event of a
tender being accepted, the contractor shall thereupon, for the purpose of identification, sign copies
of the specifications and other documents mentioned in Rule 1. In the event of a tender being
rejected, the Divisional Officer shall refund the amount of earnest money deposited by the
contractor online.
6) The officer competent to dispose of the tender shall have the right to reject any or all of the
tenders.
7) No receipt for any payment alleged to have been made by a contactor 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 the 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 completed by the office of the
Executive Engineer before the tender form is issued if a form issued to an intending tenderer has
not been so filled in and completed he shall request the said office to have done this before the
completes and delivers his tender.
9) All work shall be measured net by standard measure and according to the rules and customs of the
Public Works Department without reference to any local custom.
10) Under no circumstance shall any contractor be entitled to claim enhanced rates for any item in this
contract.
12) The measurement of work will be taken according to the usual method in the Public Work
Department and no proposal to adopt alternative methods will be accepted. The Executive
Engineer’s decision as to what is “the usual method in use in Public Work Department” will be
final & binding on all parties.
(i) The contractor shall give a list of machinery in their possession and which they propose to
use on the work.
(ii) The contractor will have to construct shed for storing materials procured by him at his own
cost at the work site having double locking arrangement. The materials will be taken for
use in the presence of the Departmental Person. No materials will be allowed to be
32
Contractor No. of correction Executive Engineer
removed from site of the work.
13) The tender will be liable to be rejected, if while submitting it, the tenderer or in the case of a firm
each partner thereof does not sign or the signature / signatures is / are not attested by a witness of
the tender in the space provided for the purpose.
(a) If Government Machinery is available and the contractor desires to hire it for Work on the
project it may be hired to him subject to the rules and hire charges that may be laid down
by the Government from time to time during the currency of tender.
(b) No security will be taken from the contractor, so long as the machinery is worked by the
departmental staff and under the entire control of department and is not handed over to the
contractor at all for operation by his crew and staff and the charges for the use of
machinery are levied on hourly basis and as per prevailing schedule of rate for hire charges.
(c) Machinery should be worked only where the departmental staff is confidant to use it safely
& never in difficult situation and dangerous spot.
(d) The recovery of plant hire charges will be immediately made through the next Running
Accounts bills.
15) The tendering contractors shall furnish a declaration along with the tender showing all works for
he has already entered into contract, and the value of work that remains to be executed in each
case on the date of submitting tender.
16) In view of the difficult position regarding the availability of foreign exchange, no foreign
exchange would be released by the Department for the purchase of plant and machinery required
for the execution of the work contracted for.
17) The contractor will have to construct shed for storing controlled and valuable materials issued to
him under schedule ‘A’ of the agreement. The materials will then be taken for use in the presence
of the departmental person. No material will be allowed to be removed from the site of works.
18) The tendering contractor should furnish a detailed statement of works in hand, showing the cost of
works in hand, the works completed against each with certificate from head of the office
concerned.
19)
Bids from Joint ventures not acceptable
33
Contractor No. of correction Executive Engineer
TENDER FOR WORKS
34
Contractor No. of correction Executive Engineer
MEMORANDUM
(a) If several sub work are (a) General Description :- CONSTRUCTION OF DURGAPUR
included they should be SINHALA WARVAT CHORGAON MAMLA VAYGAON BORDA
detailed in a separate list. WALNI (MDR-56) ROAD AS PER NEW ALLIGNMENT FROM
KM 0/000 TO 3/040 TA. DIST. CHANDRAPUR
(e) This percentage where (e) Percentage, if any, to be deducted from bill so as to make up the
no security deposit is taken total amount required as security deposit by time the half the work
will vary from 5% to 10% as measured by the cost is done 1 percent.
according to the
requirement of the case.
Where security deposit is
taken see note to clause (1)
of condition of contract.
(f) Give schedule where (f) Time allowed for the work from date of written order to
necessary , showing dates commence is 12 (Twelve) months including monsoon should this
by which various items to tender be accepted.
be completed.
I /we hereby agree to abide by and fulfill all the terms and
provision of the conditions of contract annexed hereto so far as
applicable and in default to forfeit and pay to government the sum
of money mentioned in the said condition. Receipt no -------------
dt -------------- from the government Treasury at in respect of the
sum Rs. 470000.00/- forwarded representing the earnest money (a)
the full value of which is to be absolutely forfeited to Government
should/we not deposit the fully amount of security specified in the
above memorandum in accordance with Clause 1(A) of the said
conditions of the contract. Otherwise the said sum of
Rs. 470000.00/- shall be refunded
Contractor
Signature of
Contractor before (Address)
submission of tender. Dated the ______________day of __________ 2024.
Witness
Signature of witness
to Contractor’s Signature. (Address)
Dated the _______________day of __________ 2024.
Signature of the officer by The above tender is hereby accepted by me on behalf of the
whom accepted. Governor of Maha
Executive Engineer
PUBLIC WORKS DIVISION NO.2, CHANDRAPUR
36
Contractor No. of correction Executive Engineer
INTEGRITY PACT
Between
Public Works Department, Maharashtra Government
having its Office at Bandhkam Bhawan, Fort Mumbai - 400001
hereinafter referred to as
"PUBLIC WORKS DEPARTMENT",
------------------------------------------------------------------------------------------------------------
(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 Joznt Venture, as applicable]
having its Registered Office at _ (Insert full Address)
……………………………………………………………………………………………..
……………………………………………………………………………………………..
hereinafter referred to as
"The Bidder/Contractor"
Preamble
PUBLIC WORKS DEPARTMENT intends to award, under
laid-down organizational procedures, contract(s) for
[Insert the name of tile package] CONSTRUCTION OF DURGAPUR SINHALA WARVAT
CHORGAON MAMLA VAYGAON BORDA WALNI (MDR-56) ROAD AS PER NEW
ALLIGNMENT FROM KM 0/000 TO 3/040 TA. DIST. CHANDRAPUR
(Signature) _ (Signature) _
(For & On behalf of) (For & On behalf of Bidder
PUBLIC WORKS DEPARTMENT Partner(s)of Joint Venture/ Contractor)
37
Contractor No. of correction Executive Engineer
Package and Specification •CONSTRUCTION OF DURGAPUR SINHALA WARVAT CHORGAON MAMLA
VAYGAON BORDA WALNI (MDR-56) ROAD AS PER NEW ALLIGNMENT FROM KM 0/000 TO 3/040 TA. DIST.
CHANDRAPUR
Number [Insert Specification Number of the package]
PUBLICWORKS DEPARTMENT values full compliance with all relevant laws and regulations, and
the principles of economical use of resources, and of fairness and transparency in its relations with its
Bidders/ Contractors.
In order to achieve these goals, PUBLIC WORKS DEPARTMENT and the above named
Bidder/Contractor enter into this agreement called 'Integrity Pact' which will form a part of the bid.
It is hereby agreed by and between the parties as under:
Section I - Commitments of PUBLICWORKS 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 DEPARTMENT 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 PUBLICWORKS 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 the 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:
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 er.ter 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.
38
Contractor No. of correction Executive Engineer
c) The Bidder/Contractor will not commit any criminal offence under the relevant Anti-corruption Laws
of India; further, the Bidder/Contractor will not use for illegitimate purposes or for purposes of
restrictive competition 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/
representatives in India, if any, involved directly or indirectly in the Bidding. Similarly, the
Bidder/Contractor of Indian Nationality shall furnish the name and address of the foreign principals, if
any, involved directly or indirectly In the Bidding.
e) The Bidder/Contractor will, when presenting his 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’s in order to influence the bidding
process or the execution of the contract to the detriment of PUBLIC WORKS DEPARTMENT.
(2) The Bidder/Contractor will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
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 PUBLICWORKS DEPARTMENT has disqualified the Bidder from the tender process prior to
the award under Section Ill, PUBLICWORKS 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.
39
Contractor No. of correction Executive Engineer
Section V- Previous Transgression
(1) The Bidder shall declare in his Bid that no previous transgressions occurred in the last 3 years with
any other Public Sector Undertaking or Government Department that could justify his exclusion from
the tender process.
(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 Ius
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 !EMs 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 !EM
may examine any complaint received by him and submit a report to Principle Secretary PWD,
Maharashtra Government, PUBLIC WORKS DEPARTMENT , at the earliest. He may also submit a
report directly to the CVO and the CVC, in case of suspicion of serious irregularities attracting the
provisions of the PC Act. However, for ensuring the desired transparency and objectivity in dealing
with the complaints arising out of any tendering process, the matter shall be referred to the full panel of
IEMs, who would examine the records, conduct the investigations and submit report to Principle
Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT, giving Joint findings.
(3) The IEM is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Principle Secretary PWD, Maharashtra
Government, PUBLIC WORKS DEPARTMENT.
(4) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access Without restriction to all
documentation of PUBLIC WORKS DEPARTMENT related to this contract including that provided by
the Contractor/Bidder. The Bidder/Contractor will also grant the IEM, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his documentation. The same
is applicable to Subcontractors. The IEM IS under contractual obligation to treat the information and
documents of the Bidder( s)/ Contractor( s)/ Subcontractor( s) with confidentiality.
40
Contractor No. of correction Executive Engineer
(5) PUBLIC WORKS DEPARTMENT will provide to the !EM information as sought by him which
could have an impact on the contractual relations between PUBLIC WORKS DEPARTMENT and the
Bidder/Contractor related to this contract.
(6) As soon as the IEM notices, or believes to notice, a violation of this agreement, he will so inform the
Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT and request
the Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT to
discontinue or take corrective action, or to take other relevant action. The IEM can in this regard submit
non-binding recommendations. Beyond this, the IEM has no right to demand from the parties that they
act in a specific manner, refrain from action or tolerate action. However, the IEM shall give an
opportunity to PUBLIC WORKS DEPARTMENT and the Bidder/Contractor, as deemed fit, to present
its case before making its recommendations to PUBLIC WORKS DEPARTMENT.
(7) The IEM will submit a written report to the Principle Secretary PWD, Maharashtra Government,
PUBLIC WORKS DEPARTMENT within 8 to 10 weeks from the date of reference or intimation to
him by PUBLIC WORKS DEPARTMENT and, should the occasion arise, submit proposals for
correcting problematic situations.
(8) If the !EM has reported to the Principle Secretary PWD, Maharashtra Government, PUBLIC
WORKS DEPARTMENT, a substantiated suspicion of an offence under relevant Anti- Corruption
Laws of India, and the Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS
DEPARTMENT has not, within the reasonable time taken visible action to proceed against such offence
or reported it to the CVO, the Monitor may also transmit this Information directly to the CVC,
Government of India.
(9) The word 'IEM' would include both singular and plural.
(*) Thus Section shall be applicable for only those packages wherein the IEMs have been Identified in
Section - I : invitation for Bids and/or Clause ITB 9.3 in Section - III: Bid Data Sheets of Conditions of
Contract, Volume-I of the Bidding Documents.
Section 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
41
Contractor No. of correction Executive Engineer
suggestions/ submissions made by the parties and the recommendations of the CVO/lEM# in respect of
the violation of this agreement, shall not be relied on or introduced as evidence in the arbitral or judicial
proceedings (arising out of the arbitral proceedings) by the parties in connection with the disputes/
differences arising out of the subject contract.
# CVO shall be applicable for packages to wherein IEM are not Identified in Section IFBI BDS of
Condition of Contract, Volume-I, IEM shall be applicable for packages wherein IEM are identified in
Section IFB/BDS of Condition of Contract, volume-l.
(Signature) _ (Signature) _
(For & On behalf of) (For & On behalf of Bidder
PUBLIC WORKS DEPARTMENT Partner(s)of Joint Venture/ Contractor)
• (6) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.
(Signature) _ (Signature) _
(For & On behalf of) (For & On behalf of Bidder
PUBLIC WORKS DEPARTMENT Partner(s)of Joint Venture/ Contractor)
(Office Seal) (Office Seal)
Witness 2: Witness 2:
(Name & Address) . (Name & Address).
42
Contractor No. of correction Executive Engineer
CONDITIONS OF CONTRACT
Security Clause1: The person / persons whose tender may be accepted (herein after called the
Deposit contractor, which expression shall unless excluded by or repugnant to the context include
his, heirs executors, administrators, contractor and assigns) shall (A) within 10 days (which
may be extended by the Superintending Engineer concerned upto 15 days if the
Superintending 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 in cash or Govt. securities
endorsed to the Executive Engineer (if deposited for more than 12 months) of sum sufficient
which will make up the full security deposit specified in tender or (B) permit Government at
the time of making any payment to him for work done under the contract to deduct such as
will amount to 1 (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 of security deposit as contemplated at (A) above, then and in
such case, a the sum so deposited shall not amount to 1 (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 payment to the contractor for
work done under the contract to make up the full amount of 1 (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 sum of money payable by the contractor to government under the
terms of his contract may be deducted from or paid by the sale of sufficient part of his
security deposit or from the interest arising there from or from any sums which may be due
or may become due by Government to the contractor under any other contract or transaction
of any nature on any account whatsoever, and in the event of his security deposit being
reduced by reason of any such deduction or sale as aforesaid the contractor shall within ten
days there after make good in cash or Government securities endorsed as aforesaid, any
sums or sums which may have been deducted from or raised by sale of his security deposits
or may part thereof. The security deposit referred to, when paid in cash may, at the cost of
the depositor, be converted into interest bearing securities provided that the depositor has
expressly desired this in writing.
43
Contractor No. of correction Executive Engineer
If the amount of the Security Deposit to be paid in lump sum within the period specified at
(A) above is not paid, the tender / Contract already accepted shall be considered as cancelled
and legal step will be taken against the contractor for recovery of the amounts.
90 % amount of Security Deposit lodged by a contractor shall be refunded after two
Years completion of work .Balance 10 % Amount of Security Deposit lodged by a
contractor shall be refunded after the completion of Defect liability period the work.
If DLP Period is more than two years, then Balnce 10% amount of Security Deposit shall be
Refund to Contractor only after the Submission of DD/FDR/Bank Guarantee of Schedule
Bank/Nationalised Bank valid for till Defect liability period + one month of in the name of
Executive Engineer.
The amount of security deposit retained by the Government shall be released after expiry of
period up to which the contractor has agreed to maintain the work in good order is over. In
the event of the contractor failing or neglecting to complete rectification work within the
period up to which the contractor has agreed to maintain the work in good order, then
subject to provisions of clause 17 and 20 here of the amount of security deposit retained by
Government shall be adjusted towards the excess cost incurred by the department on
rectification work *+ This will be the same percentage as that in the tender at (e).
Compensation Clause 2 : The time allowed for carrying out the work as entered in the tender shall be
for delay strictly observed by the contractor and shall be reckoned from the date on which the order to
commence work is given to the contractor. The work shall throughout the stipulated period
of the contract be proceeded with, all due diligence (time being deemed to be the essence of
the contract on part of the contractor) and the contractor shall 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 amount of the estimated cost of the
whole work as shown in the tender for every day that work remains un-commenced, or
unfinished after the proper dates. And further to ensure good progress during the execution
of the works, the contractor shall be bound in all cases, in which the time allowed for any
work exceeds one month to complete.
+ ¼ of the work in ¼ of the time
1/2 of the work in ½ of the time
¾ of the work in ¾ of the time
Full Work 12 (Twelve) months of the time
In the event of the contractor failing to comply with these conditions
he shall be liable to pay as compensation an amount equal to one percent, or such smaller
amounts 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 always that the total amount of compensation to be paid
under provision of this clause shall not exceed 10 percent of the estimated cost of the work
shown in the tender. Superintending Engineer should be the final authority in this respect
irrespective of the fact that the tender is accepted by Superintending Engineer PUBLIC
WORKS CIRCLE, Nagpur
44
Contractor No. of correction Executive Engineer
Action when Clause 3 : In any case in which under any clause or clauses of this contracts the contractor
whole of shall have rendered himself liable to pay compensation amounting to the whole of his
Security security deposit (whether paid in one sum or deducted by installments) or in the case of
Deposit is abandonment of the work owing to serious illness or death of the contractor or any other
forfeited. cause, the Executive Engineer on behalf of the Governor of Maharashtra shall have power to
adopt any of the following courses as he may deem best suited to the interest of
Government.
a) To rescind the contract (of which rescission notice in writing to the contractor under the
hand of the Executive Engineer shall be conclusive evidence) and in that case the security
deposit of the Contractor shall stand forfeited and be absolutely at the disposal of
Government.
b) To carry out of 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
unexecuted part of the work completed and crediting him with the value of the work done
departmentally in all respects in the same manner and at the same rates as if it had been
carried out by the contractor under the terms of the contract. The certificate of the Executive
Engineer as to the cost of the work and other allied expenses so included and the value of
the work so done departmentally shall be final and conclusive against the contractor.
c) To order that the work of the contractor be measured up and to take such part thereof as
shall be unexecuted out of his hands and to give it to another contractor to complete, in
which case all expenses incurred on advertisement for fixing a new contracting agency,
additional supervisory staff including the cost of work charged establishment and cost of the
work executed by the new contract agency will be debited to contractor and the value of 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. This 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 the new contractor and as to the value of the work done by the
new contractor and as to the value of the work so done shall be final and conclusive against
contractor.
45
Contractor No. of correction Executive Engineer
In case the contract shall be rescinded under clause (a) above, the contractor shall not
be entitled to recover or be paid any sum for any work thereto actually performed by him
under this contract unless and until the Executive Engineer shall have certified in writing the
performance of such work and the amount payable to him in respect thereof 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
contractor, the amount of excess value shall be deducted from any money due to the
contractor by the Govt. under the contract or otherwise, howsoever or from his security
deposit or the sale proceeds thereof provided howsoever, that the contractor shall have no
claim against government even if certified value of the work done departmentally or through
a new contract except the certified cost of such work and allied expenses provided always
that whichever of the three courses mentioned in clause (a) (b) or (c) is adopted by the
Executive Engineer, the contractor shall have no claim to compensation for any loss
sustained by reason of him having no claim to compensation for any materials, or entered
into engagement or made any advance on account of or with a view of the execution of the
work or the performance of contract.
Action when Clause 4 : If the progress of any particular portion of the work is unsatisfactory the
process of Executive Engineer shall not with standing that the general progress of the work is
particular satisfactory in accordance with clause 2 be entitled to take action under clause 3 (b) after
work is giving the contractor 10 days notice in writing and the contractor will have no claim for
unsatisfactory compensation for any loss sustained by him owing to such action.
Contractor Clause 5: In any case in which any of the powers conferred upon the Executive Engineer by
remains liable clause 3 and 4 hereof shall have become exercisable and the same shall not have been
to pay exercised, the non-exercise thereof shall not constitute a waver of any of the conditions
compensation hereof and such powers shall not-with standing be exercisable in any future case of default
if action not by the contractor for which by under any clause or clauses hereof he is declared liable to pay
taken under compensation amounting to the whole of his security deposit and the liability of the
clause 3. contractor for past and future compensation shall remain unaffected. In the event of the
Executive Engineer taking action under sub-clause (a) or (c) of clause (3) he may, if he so
desires, take possession of all or any tool plant, materials and stores in or upon the works or
the site thereof or belonging to the contractor or procured by him and intended to be used for
the execution of the works or the site thereof or belonging to the contractor, or procured by
him and intended to be used for the execution of the work or any part thereof, paying or
Power to take allowing, for the same in account at the contract rates, or in the case of contract rates not
possession of being applicable at current market rates, to be certified by the Executive Engineer whose
or required certificate there of shall be final. In the alternative the Executive Engineer may, by notice in
removal of or writing to the contractor or to his clerk of the works, foreman or other authorised agent
all contractor’s require him to remove such tools, plant materials or stores from the premises within a time
plant to be specified in such notice and in the event of contractor failing to comply with any such
requisition the Executive Engineer may remove them at the contractor’s expenses or sale
them by auction or private sale, at risk and account of the contractor in all such removal and
the amount of the proceeds and expenses of any such sale be final and conclusive against the
contractor.
Extension of Clause 6: If the contractor desires an extension of the time for completion of the work on
time limit. the ground of his having unavoidable hindering in it execution or on the other ground, he
46
Contractor No. of correction Executive Engineer
shall apply in writing to the Executive Engineer before the expiration of the period
stipulated in the tender or before the expiration of 30 days from the date to which he was
hindered as aforesaid or on which the cause for asking ever extension occurred, which ever
is earlier and the Executive Engineer may, if in his opinion there are reasonable ground 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 6 A : In the case of delay in handing over the land required for the work due to
unforeseen cause, the contractor shall not be entitled for any compensation what so ever
from the Government on the ground that the machinery or the labour was idle for certain
period. Contractor may, however apply for extension of time limit which may be granted on
the merit of the case.
Final Clause 7 : On completion of the work the contractor shall be finished with a certificate by
Certificate the Executive Engineer (Hereinafter called the Engineer-in-charge) in such completion but
no 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 of the dirt
from all wood work, doors, floors or other parts of any building in or upon which the work
has been executed or on which he may have had possession for the purpose of executing the
work or until the work shall have been measured by the Engineer-in-charge or where the
measurements have been taken by his subordinates until they have received the approval of
the Engineer –in charge the said measurement being binding and conclusive against
the contractor. If the contractor fails to comply with the requirement of the clause as to the
removal of scaffolding, surplus material and rubbish and cleaning of dirt on or before the
date fixed for the completion of the work. The Executive-in- charge may at the expense of
the contractor, remove such scaffolding, surplus materials and rubbish and dispose off the
same as he think fit and clean of such dirt as aforesaid and the contractor shall forthwith pay
the amount of all expenses so incurred but shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale
thereof.
Payments on Clause 8: No payment shall be made for any work estimated to cost less than Rs. One
intermediate thousand till after the whole of the said work shall have been completed and a certificate of
certificate to completion given. But in the case of the works estimated to cost more than Rs. One
be regarded thousand, the contractor shall not submitting a monthly bill there off be entitled to receive
as advance. payment proportionate to the part of the work then approved and passed by the Engineer-in-
charge whose certificate of such approval and passing of the sum payable shall final and
conclusive against the contractor. All such intermediate payment shall be regarded as
payment by way of advance against the final payment only and not preclude the Engineer-
in-charge from requiring any bad, unsound, imperfect or unskillful work to be removed and
taken away and reconstructed or rejected, nor shall any such payment be considered as an
admission of the due performance of the contractor or any part thereof, in any respect of the
occurring of any claim, nor shall it conclude, determine or affect in any way the powers of
the Engineer-in-charge as to final settlement and adjustment of the accounts or otherwise or
in any other way vary or affect the contract. The final bill shall be submitted by the
Contractor within one months of the date fixed for the completion of the work otherwise the
Engineer-in-charge’s certificate of the measurement and of the total amount payable for the
47
Contractor No. of correction Executive Engineer
work shall be final and binding on all parties.
Payment at Clause 9: The rates for several items of work estimated to cost more than Rs. One thousand
reduced rates agreed to within shall be valid only when the item concerned is accepted as having been
on account of completed fully in accordance with the sanctioned specifications. In case where the items of
items of work work are not accepted as so completed the Engineer-in-charge may make payment on
not accepted account of such items at such reduced rates as he may consider reasonable in preparation of
as completed final or on account bills.
to be at the
discretion of
the Engineer
in charge.
Bill to be Clause 10 : A bill shall be submitted by the contractor each month on or before the date
submitted fixed by the Engineer-in-charge for all work executed submitted in the previous month, and
monthly the Engineer-in-charge shall take or cause to be taken the requisite 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 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 authorised agent
whose counter signature to the measurement list shall be sufficient warrant and the
Engineer-in-charge may prepare a bill from such list which shall be binding on the
contractor in all respects.
Bill to be on Clause 11: The contractor shall submit all bills on the printed forms to be had on
printed form. application at the office of the Engineer-in-charge. The charges to be made in the bills shall
always be entered at the rates specified in the tender or in the case of any extra work ordered
in pursuance of these conditions and not mentioned or provided for in the tender, at the rate
hereinafter provided for such work.
Stores Clause 12: If the specification or estimate of the work provides for the use of any special
supplied by description of materials to be supplied from the P.W.D. store or if it is required that the
Government. 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 in any way to control the
meaning or effect of this construction specified in the schedule or memorandum hereto
annexed) the contractor shall be supplied with such materials and stores as may be required
from time to time to be used by him for the purpose of the construction only, and values of
the full quantity of materials and stores as supplied shall be set off or reduced from any
sums then due, or here after to become due to the contractor under the contract or otherwise
or from the security deposits, or the proceeds of sale thereof, if the deposit is held in
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 material unused and is
perfectly in good condition at the time of completion or determination of the contract shall
be returned to the Public Works Department stores, if the Engineer-in-charge so requires by
a notice in writing given under his hand, but the contractor shall not be entitled to return any
such materials except with such consent 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 into damage thereto.
48
Contractor No. of correction Executive Engineer
Store Material Clause 12 A : All store of contractor material such as cement ,steel Bitumen etc Supplied
by the contractor at his own cost should be kept by the contractor under lock and key and
will be accessible for inspection by the Executive Engineer or his agent at all times
Work to be Clause 13 : The contractor shall execute the whole and every part of the work like manner
executed in and both as regards materials and every other respect in strict accordance with
accordance specifications. The contractor shall also confirm exactly fully and faithfully to the designs,
with drawings and instructions in writing relating to the work signed by the Engineer-in-charge
specification, and lodged in his office and to which the contractor shall be entitled to have access for the
drawing, purpose of inspection at such office or at the site of work during office hours. The contractor
orders etc. will be entitled to receive three sets of contracts 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. 500 /- per set of contact drawing and Rs. 150/- per working drawing except
where otherwise specified.
Alteration in Clause 14: The Engineer-in-charge shall have power to make any alterations in, or additions
Specifications to, the original specifications, drawings, designs and instructions, that may appear to him to
and designs be necessary or advisable during the progress of the work and the contractor shall be bound
not to to carry out the work in accordance with any instructions in this connection which may be
invalidate given to him in writing signed by the Engineer-in-charge and such alteration shall not
contract. invalidate the contract, and any additional work which the contractor may be directed to do
in the manner above specified as a part of the work shall be carried out by the contractor in
the same conditions in all respects on which he agreed to the main work and at the same
rates as per specified in the tender for the main work. And if the additional or 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 Schedule of Rates of the division or at the
Rate for work mutually agreed upon between the Engineer-in-charge and the contractor, whichever are
not entered in lower. If the additional or altered work, for which no rate is entered in the schedule of rates
estimate or of the division, is ordered to be carried out before the rates are agreed upon, then the
schedule of contractor shall within seven days of the date of receipt by him of order to carry out work
rates of the inform the Engineer-in-charge of the rate which it is his intention to charge for such class of
district. work, and if the Engineer-in-charge does not agree to this rate he shall by notice in writing
be at liberty to cancel his order to carry out such class of work and arrange to carry it out in
such manner as he may consider advisable, provided always that if the contractor shall
commence work or incurs any expenditure in regard thereto before the rate shall have been
determined as lastly herein-before mentioned then in such case he shall only be entitled to
be paid in-respect if the work carried out or expenditure incurred by him prior to the date of
the determination of the rate as aforesaid according to such rate or rates as shall be fixed by
the Engineer-in-charge. In the event of a dispute the decision of the Superintending Engineer
of the Circle will be final.
Where however, the work is to be executed according to the designs, drawings, and
specification recommended by the contractor and accepted by the competent authority the
alterations above referred to shall be within the scope of such designs, drawing and
specifications to the tender.
49
Contractor No. of correction Executive Engineer
Extension of The time limit for the completion of work shall be extended in the proportion that the
time in increase in its cost occasioned by alterations or additions bears to the cost of the original
consequence contact work and the certificate of the Engineer-in-charge as to such proportion shall be
of addition or conclusive.
alteration.
No claim to Clause 15 : (1) If at any time after the execution of the contract documents, the Engineer in
any payment charge shall for any reason whatsoever (other than default on the part of the contractor and
or for which Government is entitled to rescind the contract) desire that the whole or any part of
compensation the work specified in the tender should be suspended for any period or that the whole or
for alteration part of the work should not be carried out at all he shall give to the contractor a notice in
in or writing of such desire and upon the receipt of such notice the contractor shall forthwith
restriction of suspend or stop the work wholly or in part as required, after having due regard to the
work. appropriate state at which the work should be stopped or suspended so as not to cause any
damage or injury to the work already done or endanger the safety thereof provided the
decision of the Engineer in charge as to the stage at which the work or any part or 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 here-in-after.
(2) Where the total suspension of the 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 a 10 days prior notice in writing to the Engineer in charge , within 30 days of the
expiry of the said period of 90 days of such Intention and requiring the Engineer in charge
to record the final measurements 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 this contract. On receipt of
such notice the Engineer shall proceed to complete the measurement and make such
payment as may be finally due to the contractor within a period of 90 days from the receipt
of such notice in respect of the work already done by the contractor. Such payment shall not
in any manner prejudice the right of the contractor to any further compensation under the
remaining provision of this clause.
(3) Where the Engineer in charge requires the contractor to suspend the work for a period in
excess of 30 days at anytime or 60 days in the aggregate, the contractor shall be entitled to
apply to the Engineer in charge 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 first 30 days whether consecutive or in the
aggregate of such suspension or in respect of any suspension what-so-ever occasioned by
unsatisfactory work or any other default on his part. The decision of the Engineer in charge
in this regard shall be final and conclusive against the contractor.
50
Contractor No. of correction Executive Engineer
(i) Any total stoppage of work on notice from the Engineer in charge under sub-clause
(1).
(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 a period exceeding 90 days.
(iii) Curtailment in the quantity of any item or items originally tendered on account of any
alteration, omission or substitution in the specifications, drawings, designs or
instructions under clause 14(1) where such curtailment exceeds 25% in quantity and
the value of the quantity curtailed beyond 25% at the rate for the items specified in
the tender is more than Rs.Ten Thousand(Rs.10,000/-)
It shall be open to the contractor within 90 days from the service of (i) the notice of
stoppage of work or (ii) the notice of withdrawal from the contractual obligation
under the contract on account of the continued suspension of the work (iii) notice
under clause 14(1) resulting such curtailment or produce to the Engineer in charge
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 requirement of the unexecuted
work as specified in the accepted tender and are of quality and specification approved
by the Engineer in charge.
Time limit for Clause 16: Under no circumstance what so ever shall the contractor be entitled to any
unforeseen compensation from Government on any account unless the contractor shall have
claims. submitted claim in writing to the Engineer –in Charge within one month of the cause
of such claim occurring.
Action and Clause 17: If any time before the security deposit or any part thereof is refunded to
compensation the contractor it shall appear to the Engineer –in Charge or his subordinate in-charge
payable in or the work, that any work has been executed with unsound, imperfect unskilled
case of bad workmanship or with materials of inferior quality, or that any materials or articles
work. 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 the contractor, it shall be
lawful for the Engineer-in-charge to intimate this fact in writing to the contractor and
then not withstanding the fact that the work, materials or articles complained of may
have been inadvertently passed, certified and paid for, the contractor shall be bound
forthwith to rectify, or remove and reconstruct the work so specified in whole or in
part, as the case may be require or if so required, shall remove the materials or
articles so specified and provided other proper and suitable materials or article 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 article complained of, as the case
51
Contractor No. of correction Executive Engineer
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 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 52eveling52.
Work to be open to Clause 18: All works under or in course of execution or executed in pursuance of the
inspection. contract shall at all times be open to the inspection to inspection and supervision of
the Engineer-in-charge and his subordinates and the contractor shall at all times
during the usual working hours, and at all other times at which reasonable notice of
Contractor or the intention of the Engineer-in-charge of his subordinates to visit the works shall
responsible agent to have been given to the contractor, either himself be present to receive order and
be present. instructions, or have a responsible agent duly accredited in writing, present for that
purpose. Orders given to the contractor’s duly authorised agent shall be considered to
have the same force and effect as if they had been given to the contractor himself.
Notice to be Clause 19 : The contractor shall give not less than 5 days notice in writing to the
given before Engineer-in-charge or his subordinates in charge of the work before covering up or
the work is otherwise placing beyond the reach of measurement any work in order that the same
covered up. may be measured and correct dimensions hereof taken before the same is so covered
up or placed beyond the reach of measurement and shall not cover 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 measurement without such notice having
been given or consent obtained the same shall be uncovered at the contractors
expense and in default thereof payment or allowance shall be made for such work or
for the materials with which the same was executed.
Contractor Clause 20 : If during the period of 36 (Thirty Six) months for BT Road work &
liable for 120 (One Hundred Twenty) Months for Retaining wall work and CD Work from
damage done the date of completion as certified by the Engineer-in-charge pursuant to the clause 7
of the contract or 36 (Thirty Six) months for BT Road work & 120 (One Hundred
and for
Twenty) Months for Retaining wall work and CD Work after commissioning of the
imperfection. work whichever is earlier in the opinion of the Engineer-In- charge , the said work is
defective in any manner whatsoever, the contractor shall forthwith on receipt on the
notice in that behalf from the Engineer-In- charge, 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 portions strictly in accordance with and in the manner
prescribed and under the supervision of the Engineer-In- charge. In the event of the
contractor failing and neglecting to commence execution of the said rectification work
within the period prescribed therefore in the said notice the Engineer-In- charge may
get the same executed and carried out departmentally or by 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 sustained or
incurred by the government of which the certificate of the Engineer-In- charge shall be
final and binding on the contractor. Such costs, charges and expense shall be deemed
to be arrears of land revenue and in the event of contractor failing or neglecting to pay
the same on demand as aforesaid without prejudice to any other rights and remedies of
the government, the same may be recovered from the contractor as arrears of land
revenue. The government shall also be entitled to deduct the same from any amount
which may then be payable or which may thereafter becomes payable by 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.
52
Contractor No. of correction Executive Engineer
Engineer In charge or his representative shall minutely inspect the defects, if any, in
the works. If defects occurred are found beyond repair or entire / part of work is
felt essential to be recast / redone, such instructions shall be issued to contractor and
contractor shall be instructed to recast / redo the said defective work within three
months. In case of any dispute, case shall be submitted to the Chief Engineer,
P.W.Region, Nagpur and his decision shall be final & binding on the contractor
Contractors to Clause 21 : The contractor shall supply at his own cost all materials (except such
supply plant, special material if any) as may be supplied from the Public Works Department Stores,
ladders, in accordance with the contract, plant, tolls, appliances, implements, ladders, cordage,
scaffolding tackle, scaffolding and any temporary works which may be required for the proper
etc. execution of the work, in the original, altered or substituted form, whether included in
the specification or other documents forming part of the contract or referred to in
these conditions or not and which may be necessary for the purpose of satisfying or
complying with requirements of the Engineer-in-charge as to any matter on which
Clause 21A: The contractor shall provide suitable scaffolds and working platforms,
gangways, and stairways and shall comply with the following regulations in
connection therewith:
a) Suitable scaffolds shall be provided for workmen for all work that cannot be
safely done from a ladder or by other means.
c) All scaffolds and appliance connected therewith and all leaders 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
53
Contractor No. of correction Executive Engineer
iii Be maintained in proper condition.
e) Scaffolds shall not be overloaded and as far as practicable the load shall be
evenly distributed.
k) Every opening in the floor of the building or in working platform shall except
for the time and to the extent required to allow the access or persons or the
transport or shifting of materials be provided with suitably means to prevent
the fall of persons or material.
l) When persons are employed on a roof where there is danger of falling from a
height exceeding 3 meters suitable precaution shall be taken to prevent the fall
of persons or materials.
n) Safe means of access shall be provided to all working platform 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.
54
Contractor No. of correction Executive Engineer
i) Be of good mechanical construction, sound material and adequate strength
and free from patent defect, and
c) Hoisting machines and tackle shall be examined and adequately tested after
erected on the site and before use and be reexamined in position at intervals to
be prescribed by the government.
d) Every chain, ring, hook, shackle, swivel and pulley block used in hoisting or
lowering of materials or as a means of suspension shall be periodically
examined.
f) No person who is below the age of 21 years shall be in control of any hoisting
machine, including any scaffolds, which give signals to the operator.
g) In the case of every hoisting machine and of every chain, ring, hook, shackle,
swivel and pulley block used in hoisting or lowering or as a means of
suspension the safe working load shall be ascertained by adequate.
h) Every hoisting machine and all gear referred to in the preceding regulation shall
be plainly marked with the safe working load.
i) In the case of hoisting machine having a variable safe working load, each safe
working load and condition under which it is applicable shall be clearly
indicated.
m) Adequate precautions shall be taken to reduce to a minimum the risk of any part
of a suspended load becoming accidentally displaced.
Measure for Clause 22: The contractor shall not set fire to any standing jungle, trees, bush wood or grass
prevention of without a written permit from the Engineer in charge.
fire.
When such permit is given and also in all cases when destroying cut or dug up trees, bush
wood 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 arrangement for drinking water for the labour employed
by him.
Liability of Clause 23: Compensation for all damage done intentionally or unintentionally by contractors
55
Contractor No. of correction Executive Engineer
contractors for labour whether in or beyond the limits of contractor for government property including any
any damage damage caused by the spreading of any damage fire mentioned in clause 22 shall be
done in or estimated by the Engineer-in-charge or such other officer as he may appoint and the
outside work estimates of the Engineer-in-charge subject to the decision of the Superintending Engineer
area. 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 the manner prescribed in clause 1 or deducted by the Engineer-in-charge from
any sum that may be due to 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 proceeding that may be brought by any person for injury sustained by him owing
to neglect of precautions to prevent the spread of fire and he shall also pay any damages and
cost that may be awarded by the court in consequence.
Employment Clause 24: The employment of female labourers on works in the neighborhood of soldier’s
of female barracks should be avoided as far as possible.
labour
Work on Clause 25: No work shall be done on a Sunday without the sanction in writing of the
Sunday Engineer-in-charge.
Work not to be Clause 26: The contract shall not be assigned or sublet without the written approval of the
sublet. Engineer-in-charge. And if the contractor shall assign or sublet his contract, or attempt so to
Contract may do, or become insolvent or commence any proceedings to be adjudicated and insolvent or
rescind and make any composition with his creditors, or attempt so to do the Engineer-in-charge may be
security notice in writing rescind the contract. Also if any bribe, gratuity, gift, loan, perquisite,
deposit reward or advantage, pecuniary or otherwise, shall either directly or indirectly be given,
forfeited for promised by the contractor or any of his servants or agents to any public officer or person in
subletting it the employment of government in any way relating to his office or employment, or if any
without such officer or person shall become in any way directly or indirectly interested in the
approval or for contract, the Engineer-in-charge may be giving notice in writing rescind the contract. In the
bribing a event of a contract being rescinded, the security deposit of the contractor shall thereupon
public officer stand forfeited and be absolutely at the disposal of the Government and same consequences
or if contractor shall as ensure as if the contract has been rescinded under clause 3 hereof and in addition the
becomes contractor shall not be entitled to recover or be paid for any work therefore actually
insolvent. performed under the contract.
Sum payable Clause 27 : All sum payable by a contractor by way of compensation under any of these
by way of condition shall be considered as a reasonable compensation to be applied of the use of
compensation Government without reference to the actual loss or damage sustained and whether any
to be damage has or has not been sustained.
considered as
reasonable
compensation
without
reference to
actual loss.
56
Contractor No. of correction Executive Engineer
Changes in the Clause 28: In the case of a tender by partners any change in the construction of a firm shall
constitution of be forthwith notified by the contractor to the Engineer-in-charge for his information.
the firm to be
notified.
Clause 29: All works to be executed under the contact shall be executed under the direction
and subject to the approval in all respects of the Superintending Engineer of the Circle for
the time being, who shall be entitled to direct at what point or points and in what manner
they are commenced and from time to time carried out.
Work to be Clause 30 (1): Except where otherwise specified in the contract and subject to the power
under delegated to him by Government under the code rules then in force, the decision of the
direction and Superintending Engineer of the Circle for the time being shall be final, conclusive and
control of binding on all parties to the contract upon all questions relating to the meaning of the
Superintendin specifications ,designs ,drawings and instructions herein before mentioned and as to the
g Engineer. quality of the workmanship or material used on the work or as to any other question, claim,
right, matter or things whatsoever, in any way arising out of or relating to the contract
designs, drawing, specifications, estimates, instructions , orders of these 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.
(2) The contractor may within thirty days of receipt by him of any order passed by the
Superintending Engineer of the Circle as aforesaid appeal against it to the Superintending
Engineer concerned with the contract, work or project provided that -
(a) The accepted value of the contract exceeds Rs. 10 lacks (Rupees Ten Lakhs)
(b) Amount of claim is not less than Rs. 1.00 lakh (Rupees one lakh)
(3) If the contractor is not satisfied with the order passed by the Superintending Engineer as
aforesaid the contractor may within thirty days of receipt by him of any such order, appeal
against it to the concerned Secretary, Public Works Department who, if convinced the
prima-facie the contractor’s claim rejected by the Superintending Engineer / Superintending
Engineer is not frivolous and that there is some substance in the claim of the contractor as
would merit a detailed examination and decision by the Standing Committee, shall put up to
the Standing Committee at Government level for suitable decision.
Store of Clause 31: The contractor shall obtain from the P.W.D. stores all stores and article of
European or European or American manufacture which may be required for the work, or any part of the
American work or in making up any article required therefore or in connection therewith unless he has
manufactures obtained permission in writing from the Engineer-in-charge to obtain such stores and articles
to be obtained elsewhere. The value of such stores and articles as may be supplied to the contractor by
from the Engineer-in-charge will be debited to the contractor in his account at the rates shown in the
Government Schedule in form “A” attached to 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 may have to be incurred in
obtaining delivery of the same as the stores aforesaid.
57
Contractor No. of correction Executive Engineer
Lump sums in Clause 32 : When the estimate on which a tender is made includes lump sumps in respect of
estimates. parts of the work the contractor shall be entitled to payment in respect of items of work
involved or the part of the work in question at the same rates as are payable under this
contract for such items, or if part of the work question is not in the opining of the Engineer-
in-charge capable of measurement the Engineer-in-charge may at his discretion pay 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 provision of this clause.
Action where Clause 33: In the case of any class of work for which there is no such specification as in
no mentioned in Rule-1, such work shall be carried out in accordance with the Divisional
specification. 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 instruction and
requirement of the Engineer-in-charge.
Definition of Clause 34 : The expression ‘works’ or ‘work’ where used in these condition shall, unless
work. there be something in the subject or context repugnant to such construction be constructed to
mean the work or the work contractor to be executed under or in virtue of the contract,
whether temporary or permanent and whether original altered substituted or additional.
Contractor’s Clause 35: The percentage referred to in the tender shall be deducted from / added to the
percentage gross amount of the bill before deducting the value of any stock issued.
whether
applied to net
or gross
amount of bill.
Quarry fees Clause 36: All quarry fees, royalties,Octri dues and ground rent for stacking materials if any,
and royalties should be paid by the contractor.
Compensation Clause 37: The contractor shall be responsible for and shall pay compensation to his
under Workmen payable under the Workmen’s compensation Act, 1923 (VIII of 1923),
Workman’s (hereinafter compensation is payable and or paid by Government as principal under the
Compensation subsection (1) of section 12 of the said Act on behalf of the contractor this shall be
Act. recoverable by Government from the contractor under sub section (2) of the said section.
Such compensation shall be recovered in the manner laid down in clause 1 above.
Clause 37 A: The contractor shall be responsible for and shall pay expenses of providing
Medical aid to any workmen who may suffer a bodily injury as a result on an accident. If
such expenses are incurred by Government the same shall be recoverable from the
contractor forthwith and be deducted without prejudice to any other remedy of Government
from any amount due or that may become due to the contractor.
Clause 37 B : The contractor shall provide all necessary personal safety equipment and first-
aid apparatus available for the use of the persons employed on the site and shall maintain the
same in condition suitable for immediate use at any time and shall comply with the
following regulation 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.
58
Contractor No. of correction Executive Engineer
(b) When work carried on in proximity to any place where there is no risk of
drawing, all necessary equipment’s shall be provided and kept ready for use and
all necessary steps shall be taken prompt rescue of any person in danger.
(c) Adequate provision shall be made for prompt first-aid treatment for all injuries
likely to be sustained during the course of the work.
Clause 37 C: The contractor shall duly comply with the provision of “The Apprentices Act
1961 (III of 1961) the rules made there under and the orders that may be issued from 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”.
Claim for Clause 38: Excess quantity shall be executed only after prior permission of the
quantity of authority granting Administrative Approval to the work. It shall be paid at tender rate
works only.
entered in the
tender or
(1) Quantities in respect of the several items shown in the tender are approximate
estimate.
and no revision in the tendered rates shall be permitted in respect of any of the
items so long as, subject to any special provision contained in the specification
prescribed a different percentage of permissible variation, the quantity of the items
does not exceed the tender quantity by more than 25% and so long as the value of
excess quantity beyond this limit at the rate of the items specified in the tender, is
not more than Rs. 5,000/-
(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 asand in accordance with thespecifications in the tender and at therates
(i) minimum of (a) tendered rateand (b) rate derived after applying contractors Quote
on the the current
schedule of rates (execution year SSR rate) & in the absence of such rates (ii) at the
rates prevailing in the market. The said rates increased or decreased as the case
may be, by the Rs.93908829.00
percentage which the total tendered amount bears to the estimated cost of the work
as put to tender based upon the schedule of rates applicable to the year in which
the tenders were accepted (For the purpose of operation of this clause, this cost
shall be as worked out from D.S.R. prevailing at the time of acceptance of tender.)
(3) Claims arising out of reduction in the tendered quantity of any item beyond 25
percent will be governed by the provision of clause 15 only when the amount of
such reduction beyond 25 percent at the rate of the item specified in the tender is
more than Rs.5000/- (This clause is not applicable to extra items)
Employment Clause 39: The contractor shall employ any female, convict or other labour of a particular
of female or kind of class if ordered in writing to do so by the Engineer-in-charge.
other labour.
Claim for Clause 40 : No compensation shall be allowed for any delay caused in the starting of the
compensation work on account of acquisition of land and in the case of the clearance work of any delay in
for delay in according sanction to estimates.
starting work
59
Contractor No. of correction Executive Engineer
Claim for Clause 41: No compensation shall be allowed for any delay in execution of the work on
compensation account of water standing in borrow pits or compartments. The rates are inclusive for hard
for delay in or cracked soil excavation in mud, subsoil water or water standing in borrow pits and no
the execution claim for an extra rate shall be entertained unless otherwise expressly specified.
of work
Entering upon Clause 42: The contractor shall not enter upon or commence any portion of work except
or with the written authority and instructions of the Engineer-in-charge or of his subordinate in
commencing charge of the work failing such authority the contractor shall have no claim to ask for
any portion of measurements of or payment for work.
work.
Minimum age Clause 43: (i) No contractor shall employ any person who is under the age of 18 years.
of persons
(ii) No contractor shall employ donkeys or other animals with breeching of string or thin
employed, the
rope. The breeching must be at lease 3 inches wide and should be of tape (Newar)
employment
of donkey (iii) No animals suffering from sores, lameness or emaciation or which is immature shall be
and/or other employed on the work.
animals and
the payment of (iv) The Engineer-in-charge or his agent authorised to remove from the work any person or
fair wages. animal found working which does not satisfy these conditions and no responsibilities shall
be accepted by the Government for any delay caused in the completion of the work by such
removal.
(v) The contractor shall pay fair and reasonable wages to the workmen employed by him in
the contract undertaken by him. In the event of any disputes 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 contractor, but
such decision shall not in any way affect the condition in the contract regarding the payment
to be made by the Government at the sanctioned tender rates.
(vi) The contractor shall provide drinking water facilities to the workers. Similar amenities
shall be provided to the workers engaged on large work in urban areas.
Method of Clause 44: Payments to contractor shall be made by cheques drawn on any treasury within
payment. the Division convenient to them. Provided the amount exceeds Rs. 100/- Amount not
exceeding Rs. 100/- will be paid in cash.
Acceptance of Clause 45 : Any contractor who does not accept these conditions shall not be allowed to
conditions tender for works.
compulsory
before
tendering the
work.
60
Contractor No. of correction Executive Engineer
Employment Clause 46: If Government declares a state of scarcity or famine to exist in any village
of scarcity situated within 1 Kms. Of work, the contractor shall employ upon such parts of the work as
labour. suitable for unskilled labour any person certified to him by the Engineer in charge or by any
person to whom 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 minimum which may arise
in connection with the implementation of this clause shall be decided by the Executive
Engineer whose decision shall be final and binding on the contractor.
Clause 47: The price quoted by the contractors shall not in any case exceed the control price,
if any, fixed by Government or reasonable price which is permissible for him to charge as
private purchaser for the same class and description of goods under the provisions of
Hoarding and profiteering Prevention Ordinance 1984 as amended from time to time. If the
price quoted exceeds the controlled price or the price permissible under Hoarding and
Profiteering Prevention Ordinance, the contractor will specifically mention this fact in his
tender along with reasons for quoting such higher price. The purchaser at his tender along
with reasons for quoting such higher price. The purchaser at his discretion will in such
higher price. The purchaser at his discretion will in such case exercises the right of revising
the price at any stage so as to confirm with the controlled price on the permissible under the
Hoarding and Profiteering Ordinance. This discretion will be exercised without prejudice to
any other action that may be taken against the contractor.
Clause 48: The rates quoted by the Contractor shall be deemed to be inclusive of the
labour welfare cess and other taxes (other than GST) that the Contractor will have to pay
for the performance of this Contract. The Employer will perform such duties in regard to
the deduction of such taxes at source as per applicable law.
Clause 48 A : The contractors are bound to pay to the labourers wages according to the
Minimum Wages Act 1948 applicable to the Zone in accordance with the order issued in
Government P.W.D./Circular No. MWA/ 1063, dated 07/12/1968.
Clause 49: In case of materials that remains surplus with the contractor for those issued for
the work contracted from the date of ascertainment of the materials being surplus be taken
as the date of sale for the purpose of sales tax and the sale tax will be recovered on such
sale.
Clause 49 A: The tendered rates shall be inclusive of all taxes, rates, cesses and are also
incluisive of the leviable tax in respect of sale by transfer of property in goods involved in
the execution of work contract under the provision of Rule 58 of Maharashtra Value Added
Tax Act, 2005 for the purpose of levy of Tax.
Clause 50: The contractor shall employ the unskilled labour to be employed by him on the
said work only from locally available labours and shall give preference to those persons
enrolled under Maharashtra Government Employment and Self Employment Department
Scheme. Provided, however, that if the required unskilled laboured are not available locally,
the contractor shall in the first instance employ such number of persons as is available and
thereafter may with previous permission, in writing of the Engineer-in-charge of the said
work obtained the rest of requirement of unskilled the labour from outside the above
scheme.
61
Contractor No. of correction Executive Engineer
Clause 52: All amount 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 (1)
Material and / or stores supplied / issued hereunder by the Government to the contractor, (2)
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 the
advance have been given by the Government to the contractor shall be deemed to be arrears
of the lands revenue and the Government may without prejudice to any other rights and
remedies of the Government recover the same from the contractor as arrears of land
revenue.
Clause 53: The contractor shall duly comply with all the provisions 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
statutes 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 make short payment and
the Government makes such payment of wages in full or part thereof less paid by the
contractor, as the case may be the amount so paid by the Government to such worker shall
be deemed to be arrears of land revenue and the Government shall be entitled to recover the
same as such from the contractor or deduct the same from the amount payable by the
Government to the contractor hereunder or from any other amounts payable to him by the
Government (Minimum Wages Act, as per Government Circular (AT / 1284 / (120) /
Building, dated 14/08/1988).
62
Contractor No. of correction Executive Engineer
Price Clause 54 : If during the operative period of the contract as defined in condition (i) below,
Variation there shall be any variation in the consumer price index (New series) for industrial Workers
for Nagpur Center as per the Labour Gazette published by the Commissioner of Labour,
Government of Maharashtra and or in the Wholesale Price index for all commodities,
prepared by the office of Economic Advisor, Ministry of Industry, Government of India or in
the price of petrol / Oil and Lubricants, and major construction material like bitumen cement,
steel, various type of metal, pipes, etc. then subject to the other conditions mentioned
below, price adjustment on account of
(i) Labour component,
(ii) Material component,
(iii) Petrol Oil and Lubricants components
(iv) Bitumen component
(v) HYSD & Mild / T.M.T. / Structural Steel component
(vi) Cement component
Calculated as per formula hereinafter appearing shall be made. Apart from these, no other
adjustment shall be made to the contract price for any reasons whatsoever. Component
percentages as given below are as of the total cost of work put to tender. Total of Labour,
Material & POL components shall be 100 and other components shall be as per actual.
(1) Labour Component - = 0.00 %
(2) Material Component - = 0.00 %
(3) POL Component - = 0.00 %
Total - 100.00 %
(4) Steel Actual
(5) Cement Actual
(6) Bitumen Actual
(1) FORMULA FOR LABOUR COMPONENT:
V1 = 0.85 x P x K1 x L1 - L0
100 L0
WHERE
V1 = Amount of price variation in Rupees to be allowed for labour component
P = Cost of work done during the quarter under consideration Minus
the cost of Cement, Steel and Bitumen calculated at the basic star rates as applicable for
the tender consumed during the quarter underconsideration. These star rates are specified
here
Star Rates
63
Contractor No. of correction Executive Engineer
K1 = Percentage of Labour Component as indicated above.
L0 = Basic Consumer Price Index for Nagpur centre shall be average
consumer price index for the quarter preceding the month in which
the last date prescribed for receipt of tender falls.
L1 = Average Consumer Price Index for Nagpur Centre for the quarter
under Consideration.
V2 = 0.85 x P x K2 x M1 - M0
100 Mo
WHERE
V2 = Amount of price variation in Rupees to be allowed for material
Component
P = Same as worked out for labour component.
K2 = Percentage of Material Component as indicated above
M0 = Basic Wholesale Price Index shall be average wholesale price
index for the Quarter preceding the month in which the last
date Prescribed for receipt of tender falls.
M1 = Average Wholesale Price Index during the quarter under
Consideration
V3 = 0.85 x P x K3 x P1 - P0
100 P0
WHERE
V3 = Amount of price variation in Rupees to be allowed for POL component
P = Same as worked out for labour component.
K3 = Percentage of Petrol, Oil and Lubricant component
P0 = Average price of H S.D.at Mumbaiduring the quarter preceding the month in
which the last date prescribed for receipt of tender falls
P1 = Average Price of HSD at Mumbai during the quarter under
consideration
64
Contractor No. of correction Executive Engineer
(4) FORMULA FOR / MILD STEEL/ TMT/ STRUCTURAL STEEL COMPONENT
V5 = S0 (Sl1 - Sl0 ) x T
Sl0
WHERE
V5 = Amount of price variation in Rupees to be allowed Mild Steel
TMTSteel component.
S0 = Basic rate of T.M.T HYSD/Mild Steel in rupees per metric tonne as
considered for working out value of P.
Sl1 = Average Steel Index published in the RBI Bulletin during the quarter
under consideration.
Sl0 = Average of Steel Index published in the RBI Bulletin for the quarter
preceding the month in which to the last date prescribed for receipt
of tender falls.
T = Tonnage of steel used in the permanent works for the quarter under
consideration.
Clause 55 : (A) The anti-malaria and other health measures shall be as directed by he Joint
Director (Malaria and Filaria) of Health Services, Pune.
(B) Contractor shall see that mosquitogenic conditions are not created so as to keep vector
population for minimum level.
I Contractor shall carry out anti malaria measures in the areas as per guidelines prescribed
under National Malaria Eradication Programme as directed by the Joint Director (M & F) of
health Services, Pune.
(D) In case of a default in carrying out prescribed anti malaria measures, resulting in
increase in malaria incidence the contractor shall be liable to pay to Government the
amounts spent by Govt. on anti Malaria measures to control the situation in addition to fine.
66
Contractor No. of correction Executive Engineer
(E)Relations with Public Authorities: The contractor shall make sufficient arrangement for
draining away the sludge water as well as water coming from the bathing and washing
places and shall dispose off this water in such a way so as not to cause any substance. He
shall also keep the premise clean by employing sufficient number of sweepers. The
contractor shall comply with all rules, regulation bylaws and directions given from time to
time by any local or public authority in connection with this work and shall pay fees or
charges which are leviable on him without any extra cost to Government. (vide Govt
Circular No CST -1086 / CR-243 /Ka Building 2 /Mantralaya Bombay dt 11 September
1987
Clause 56: The contractor shall comply with all the provision of the Apprentices Act, 1961
and Rules and Orders issued there under from time to time. If he fails to do so, his failure
will be breach of the contract and the Superintending Engineer may in his discretion cancel
the contract. The contractor shall also be liable for any pecuniary liability arising on account
of any violation by him of the provision of the Act
Clause 57: The rates quoted by the Contractor shall be deemed to be inclusive of the
labour welfare cess and other taxes (other than GST) that the Contractor will have to pay
for the performance of this Contract. The Employer will perform such duties in regard to
the deduction of such taxes at source as per applicable law.
Payment of GST
i) Bidder shall quote his rate excluding GST.
ii) GST shall be payable on the accepted contract value.
iii) GST shall be paid to contractor on the amount of bill of work done as per prevailing
rate of GST during the period of work done.
Clause 58 : In case of material which become surplus with the contractor from those issued
for the work contracted from the date of ascertainment of the materials as being surplus will
be taken as the date of sale for the purpose of sales tax and sale tax will be recovered on
such sale.
Clause 59(1) : QUALITY ASSURANCE AND MAINTENANCE.(Annexure to the P.W.D
circular No 1091-/CR -60/ Bldg -2 dt 14 th October 1991 regarding incorporation additional
condition for quality assurance and Maintaince Manual)
To ensure the specific quality of work which will also include necessary surveys, temporary
works, etc., the contractor shall prepare a quality assurance plan and get the same approved
from the Engineer-in-charge within one month from the date of work order. For this, the
contractor shall submit an organisation chart of his technical personnel to be deployed on the
work along with their qualification, job description defining the function of reporting,
supervising, inspecting and approving. The contractor shall also submit a list of tools,
equipment and the machinery and instrumentation, which he proposes to use for the
construction and for testing in the field and/or in the laboratory and monitoring. The
contractor shall modify supplement the organisation chart and the list of Machinery/
equipment etc. as per the direction of the Superintending Engineer and shall deploy the
personnel and equipment on the field as per the approved chart and the list respectively.
The contractor shall submit written method statements dealing his exact proposal of
execution of the work in accordance with the specification. He will have to get these
approved from the Engineer-in-charge. The quality of the work shall be property
documented through certificates, records, check lists and Log book of results etc. such
records shall be complied from the beginning of the work and be continuously updated
subsequently and this will be the responsibility of the contractor. The form should be got
approved from the Engineer in charge.
67
Contractor No. of correction Executive Engineer
Clause 59 (2) :Where the work is to be on lum-sum basis on contractor’s design the
contractor shall also submit a maintenance manual giving procedure for maintenance, with
the periodically of maintenance works including inspections to be used, means of
accessibility for all pats of the structure. He shall also include in the manual, the
specification, for maintenance works that would be appropriate for his design and technique
of construction. This manual shall be submitting within the contract period.
Clause 60 : It is obligatory on the part of agency to procure R.C.C. pipe (ISI marked)
required for the work from the M.S.S.I.D.C. only. The proof of such procurement like bill of
M.S.S.I.D.C. certification of the Divisional Manager M.S.S.I.D.C. to that effect will have to
be enclosed along with the bill pertaining to the work concerned. The payment towards the
procurement of R.C.C.pipes and also items, in which the use of R.C.C. pipes is
contemplated, would be released only after fulfillment of the conditions, laid down as above.
Note: In case provisions of this form B-1 conflicts with those in detailed cyclostyled
provisions and conditions attached to this tender. The detailed cyclostyled provision and
conditions would prevail over those in this form ‘ B-1”
68
Contractor No. of correction Executive Engineer
GENERAL CONDITIONS OF CONTRACT
1.2 The Engineer in charge may from 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 instructions of the 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 department as though it had been given by the Engineer in
charge provided always as follows.
(a) Failure of the representative of the engineer in charge to disapprove any work or materials shall
not prejudice the power of the engineer in charge. Thereafter to disapprove such work or
materials and to order pulling down, removal or breaking up thereof.
(b) If the contractor is dissatisfied with any decision of the representative of the engineer in charge
he shall be entitled to refer the matter to the engineer in charge who shall thereupon confirm
reverse or vary such decisions.
69
Contractor No. of correction Executive Engineer
3. TREASURE TROVE :
In the event of discovery by the contractor or his employees during the progress of the works of
the any treasure, fossils, minerals or any other article of value or interest, the contractor shall give
immediate intimation thereof to the Engineer. And forth with mark over to the Engineer his
representative such treasure or things, which shall be the property of Government.
3 –A LAYOUT OF WORK
Layout of the work will be done by the contractor in consultation with the Executive
Engineer, of the department or his representative . Some permanent marks should however be
established to indicate the demarcation of the structures or any component thereof made to this
permanent marks in measurement books and drawing, signed by the contractor and the
departmental officer, responsibility regarding layout will be joint.
4. AGENT AND WORK ORDER BOOK :
4.1 The contractor shall himself engage an authorised 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. Site engineer can also be designated as an agent of the contractor. Agent will take orders
as will be given by the Engineer in charge or his representative and shall be responsible for
carrying them out. This agent shall not be changed without prior intimation of the Engineer in
charge and his representative on the work site. The Engineer-in-charge have the unquestionable
right to ask for changes in the quality and strength of supervisory staff of contractor and to order
removal from work of any of such staff. The contractor shall comply with such order and effect
replacements of the satisfaction of the Engineer-in-charge.
4.2 A work order book shall be maintained on site and it shall be the property of Government and the
contractor shall promptly sign orders given therein by the Executive Engineer in charge or his
representative and his superior officer, and comply with them. The compliance shall be reported
by contractor to the Engineer in charge in good time so that it can be checked, the blank work
order book, with machine numbered pages will be provided by the Department free of charge for
this purpose. The contractor will be allowed to copy out the instruction therein from time to time.
5. INITIAL MEASUREMENT OF RECORD:
Where for proper measurements of the work it is necessary to have an initial set of levels or other
measurements taken the same as recorded in the authorised field book or M.B. of Government by
the Engineer in charge or his authorised representative will be signed by the contractor who will
be entitled to have a true copy of same made at his cost. Any failure on the part of the contractor
who will be entitled to have a true copy of same made at his cost. Any failure on the part of the
contractor to get such level etc. recorded before starting the work will render him liable to accept
the decision of the Engineer in charge as to basis of taking measurements and will be binding on
contractor Likewise the contractor will not carry out any work which will render its subsequent
measurement difficult or impossible without first getting the same jointly measured and recorded
by himself and the authorised representative of the Engineer in charge. The record of such
measurement maintained by Government shall be signed by the contractor and he will be
entitled to have a true copy of the same made at his cost.
6. CUSTODY OF WORK:
All work and materials before being finally taken over by Government will be the entire liability of
the contractor for guarding, maintaining and making good any damages of any magnitude. It is
however to be understood that before taking over such work, Government will not put it to its regular
use as distinct from casual or incidental use except as specially mentioned elsewhere in this contract
or as mutually agreed to.
70
Contractor No. of correction Executive Engineer
7. CO-ORDINATION:
When several agencies for different sub works 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 Contractors are at liberty to come to
mutual agreement on his behalf and make joint agreement with the approval of the Engineer in
charge. No contractor shall take or cause to take any steps or action that may cause destruction,
discontent or disturbance to work, labour or arrangements etc.of other contractors in the project
localities. Any action by any Contractors which the Engineer in charge 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 various contractors, the Engineer in
charge decision regarding the co-ordination, co-operation and facilities to be provided by any of the
contractor shall be final and binding on the contractor concerned & 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.
11.1 The stacking and storage of building materials at site shall be in such a manner as prevent
deterioration or inclusion of foreign materials and to ensure the preservation of the quantity,
properties and fitness of the work, suitable precautions shall be taken by contractor to protect the
materials against atmospheric action, fire and other hazards. The materials likely to be carried
away by wind shall be stored in suitable stores or with suitable barricades and where there is
likelihood of subsidence of soil, heavy materials shall be stored on paved platforms, suitable
separating barricades and enclosure as directed shall be provided to separate materials brought by
contractor and from different sources of supply.
11.2 The contractor shall at his own expenses, engage watchman for guarding the Materials and plant
and machinery and the work during day and night against any pilferage or damage and also for
prohibiting tresspassers.
71
Contractor No. of correction Executive Engineer
11.3 No Materials brought to site shall be removed from the site without prior approval of the
Engineer –in-charge
12. 12.1 The contractor shall inform the Engineer in charge in writing when any portion of the work is
ready for inspection giving him sufficient notice to enable him to inspect these without affecting
the further progress of the work.
12.2 The contractor shall provide at his cost necessary ladders and such arrangements as are considered
safe by the Engineer in charge for proper inspection of all parts of the work.
12.3 The contractor shall extend his full co-operation and make all necessary arrangement when needed
for carrying out inspection of the work or any part of the
work by the local representative , M.L.A’s M.P.’s and officers and dignitaries / delegates of
various Government department, local bodies, private sectors etc. no compensation shall be paid to
the Contractor on this account.
13. PRECAUTIONS TO BE TAKEN BY CONTRACTOR :
13.1 The work shall be carried out by the contractor without causing damage to the existing Govt.
property and / or private property. If any such damages are caused the contractor shall pay for
restoration of the property to the original condition and any other consequent damages.
13.2 In the event of an accident involving serious injuries or death of any persons, at site of work or
quarry or at place in connection with the work the same shall be reported in writing within 24
hours of the occurrence to the Engineer in charge and the Commissioner of workmen’s
compensation.
14. CLEARANCE OF SITE ON COMPLETION OF WORK:
The contractor after completion of work shall clean the site of all debris and remove all unused
materials other than those supplied by the department and all plant and machinery equipment,
tolls, etc. belonging to him within one month from the date of completion of the work, or
otherwise the same will be removed by the department at his cost or disposed off as per
departmental procedure. In case the materials is disposed off by department, the sale proceeds
will be credited to the contractor’s account after deducting the cost sale incurred. However no
claim of the contractor regarding the price or amount credited will be entertained afterwards.
15. REMOVAL OF CONSTRUCTIONAL PLANT WITH PRIOR PRMISSION :
All constructional plant, provided by the contractor shall when brought on the site be deemed to
be exclusively intended for the construction and the contractor shall not remove the same or any
part thereof (Save for the purpose of moving it from one part to the site to another) without the
consent in writing of the engineer in charge who shall record the reasons for with holding the
consent.
16. RESTRICTIONS I OF LOCAL TRAFFIC :
As there is local traffic by the side of construction of the work, the contractor will have to take
proper precautions such as proper barricading, fencing, lighting, information and cautionary
boards for safe and smooth flow of traffic, and keeping the concerned authorities informed about
the work in progress.
17. COMPLETION CERTIFICATE :
17.1 The work shall not be considered to have been completed in accordance with the terms of the
contract until the Engineer in charge shall have certified in writing to that effect. No approval of
material or workmanship or approval of part of that during the progress of execution shall bind
the engineer in charge or any way prevent him for even rejecting the work which is claimed to be
completed and to suspend the issue or his certificate of completion until such alterations and
modification or reconstruction have been effected at the cost of the contractor as shall enable him
to certify that the work has been completed to his satisfaction.
17.2 After the work is completed, the contractor shall give notice of such completion to the Engineer
in charge and within 30 days of receipt of such a notice the Engineer in charge shall inspect the
work and if there is no defect in the work, shall furnish the contractor with a certificate indicating
72
Contractor No. of correction Executive Engineer
the date of completion. However, if there are defects which in the opinion of the engineer in
charge are rectifiable he shall inform the contractor the defects noticed. The contractor after
rectification of such defects shall then inform the engineer in charge and engineer in charge on
his part shall inspect the work and issue the necessary completion certificate within 30 days if the
defects are rectified to his satisfaction, and if not he shall inform the contractor indicating defects
yet to be rectified. The time cycle as above shall continue.
17.3 In case defects noticed by the Engineer in charge which in his opinion are not rectifiable but
otherwise work is acceptable at reduced payment, work shall be treated as completed. In such
cases completion certificate shall be issued by the Engineer in charge within 30 days indicating
the un-rectifiable defects for which specified reduction in payment is being made by him.
17.4 The issue of completion certificate shall not be linked up with the site clearance on completion of
the work.
17.5 Should regular, public traffic be allowed on the bridge, road at any stage prior to being taken
over then the maintenance period shall be deemed to commence from the date of such traffic
passing over the bridge, road & shall be upto 30 days after the date of issue of completion
certificate by Engineer in charge but not more than 12 months after opening to traffic.
18. ANCILLARY WORKS:
The contractor shall submit to Engineer in charge in writing the details of all ancillary works
including layout and specifications to be allowed for its constructions. Ancillary work shall not
be taken up in hand unless approved by Engineer in charge. The Engineer in charge reserves the
right to suggest modification or make complete changes in the layout and specifications proposed
by the Contractor at any stage to ensure the safety on the work site. The contractor shall carry
out all such modifications to the ancillary works at his own expenses as ordered by the Engineer
in charge.
19. TEMPORARY QUARTER:
The contractor shall at his own expense maintain sufficient experienced supervisory staff etc.,
required for the work and shall make his own arrangements for housing of such staff with all
necessary amenities. General layout plan for such responsibility of the contractor to get his layout
plan of temporary structure approved from the local competent authorities.
20 SAFETY MEASURES. :
The contractor shall take all necessary precautions for the safety of the workers and preserving
their health while working on such jobs as required special protection and precaution wherever
required. The following are some of the requirements listed though not exhaustive. The
contractor shall also comply with the directions issued by the Engineer in this behalf from time to
time at all times.
The following are some of the requirements (The list is not exhaustive)
(1) Providing protective footwear to workers in situations like mixing and placing of mortar of
concrete, in quarries and place where the work is to be done under too much wet conditions as
also for movements over surfaces tested with oyster growth.
(2) Providing protective headwear to workers in quarries etc. to protect them against accidental fall
of materials from above.
(3) Providing handrails to the edges of the loading platforms of barrages ropeways, ladders not
allowing rails of metal parts or unless timber to spread around etc.
(4) Providing workmen with proper safety belts, ropes, etc. when working on any masts, cranes,
circle hoist, dredges etc.
(5) Taking necessary steps towards training the workers concerned of 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. Wherever required by the law the
persons handling the machinery shall have the required license, certificate etc.
73
Contractor No. of correction Executive Engineer
(6) Preventing over loading and over crowding of floating the land based machinery and equipment.
(7) Providing life belts to all men working at such situations from where they may accidentally fall
into water. Equipping the boats with adequate numbers of life boats etc.
(8) Avoiding bare live wires etc. as would cause electrocution to workers.
(9) Making all platforms, stagings and temporary structures sufficiently strong and not causing the
workmen and supervisory staff to take undue risks.
(10) Providing sufficient first aid trained staff and equipment to be available quickly at the work site
to render immediate first-aid treatment in case of accident due to suffocation, drowning and other
injuries.
(11) Taking the all-necessary precautions wherever divers are engaged on work.
(12) Providing full length gum boots, leather hand gloves, leather jackets with fireproof aprons to
cover the chest and back reaching upto knees, plain goggles for the eyes to the labour working
with hot asphalt, handling, vibrators in cement concrete and also where use of any or all these
items is, essential in the interest of health and well-bring of the labourers in the opinion of the
Engineer-in –charge
21. 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 the use of
labourers on works and in camps.
(b) The contractor shall construct trenches. Semi permanent latrines for the use of labourers.
Separate latrine shall be provided for men and women.
I The contractor shall build sufficient number of huts on suitable plot of land for use of the
labourers according to the following specifications.
(e) The contractor shall make sufficient arrangement for draining away the surface and suage
water as well as water from the bathing and washing places and shall dispose of the waste water in
such away as not cause any nuisance.
f) The contractor shall engage a medical officer with a traveling dispensary for a camp containing 500
or more person if there is no Government or other dispensary situated within eight Kilometers from
the camp. In case of an emergency contractor shall at his cost, free transport for quick medical help
to his sick workers..
g) The contractor shall provide the necessary staff for affecting the satisfactory conservancy and
cleanliness of the camp to the satisfaction of the Engineer –in charge .At least one sweeper per 200
person should engaged.
h) The Assistant Director of public health shall be consulted before opening a labour camp and his
instruction on matters such as water supply, sanitary, convenience, the camp site,
accommodation and food supply shall be followed by the contractor.
74
Contractor No. of correction Executive Engineer
i) In addition to above all provision of the relevant labour act pertaining to basic amenities to be
provide to the labour shall be applicable which will be arranged by the contractor
J) The contractor shall make arrangement for all anti malaria measures to be provided for the labour
employed on the work. The anti malaria measures shall be as directed by the Public Health
Officer.
22. The contractor except as provided in special conditions which follow shall if necessary construct
at his cost temporary roads and maintain these in proper conditions till completion of the work at
his own cost.
23. The contractor except as provided in special conditions which follow shall have to at his own
expenses make all preliminary arrangements for labour, water, electricity and material etc.
immediately after getting the work order. The Government may render necessary assistance in
this regard by way of letters of recommendations, if so requested by the contractor. No claim for
any extra payment or applications for extension of time on the grounds of any difficulty in
connection with the above matters will be entertained.
24. WORKING METHODS AND PROGRESS SCHEDULES :
24.1 The contractor shall submit within the time stipulated by the Engineer-in-charge in writing the
details as actual methods that would be adopted by the contractor for the execution of any items
as required by Engineer at each of the location supported by necessary detailed drawing and
sketches including those of the plant and machinery that would be used their locations
arrangement for conveying and handling materials etc., and obtain prior approval of the
Engineer-in-charge well in advance of starting of such item of works. The Engineer-in-charge
reserves the right to suggest modifications or make corrections in the method proposed by the
contractor whether accepted previously or not at any stage of the work to obtain the desired
accuracy, quality and progress which shall be binding on the contractor no claim on account of
such change in method of execution will be entertained by Government so long as specification
of the item remain unaltered.
24.2 The contractor shall furnish within one month of the order to start the work programme of work
in quadruplicate indicating the date of actual start, the monthly progress expected to be achieved
and anticipated completion date of each major item of work to be done by him also indicating
dates of procurement of materials and setup of plant and machinery. The programme is to be
such as practicable of achievement towards the completion of whole work in the time limit and
of the particular items; if any of due dates specified in contract, planning and programme of work
should be done by the mature decision between the Executive Engineer, PUBLIC WORKS
DIVISION NO.2, CHANDRAPUR and the contractors representative in charge of work. The
progress of work shall be reviewed in every two months and revised programmes shall be drawn
if necessary. No revised programme shall be operative without the approval of engineer in charge
in writing. The Engineer is further empowered to ask for more detailed schedule or schedules
say weekly for any item or items. In case of urgency of work as will be directed by him and the
contractor shall supply the same and when asked for. Acceptance of the programme or the
revised programme by the Engineer in charge shall not relieve the contractor of his responsibility
to complete the whole work by the prescribed time or the extended time if any.
24.3 The contractor shall employ 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 prior approval of the Engineer. Night work
which requires supervision shall not be permitted except when specially allowed by Engineer in
charge on each item if required by contractor. The contractor shall provide necessary lighting
arrangement etc. for night work as directed by Engineer without extra cost to Government.
75
Contractor No. of correction Executive Engineer
24.4 The contractor shall submit reports on progress of work in forms and statements etc. at periodical
intervals in the form of progress chart, forms, statements and / or reports as may be approved by
the Engineer in charge. Forms for the sending reports about the progress will be supplied by the
Engineer in charge.
24.5 The contractor shall maintain proforma, charts, details regarding the machinery, equipments,
labour, materials, periodical returns thereof, proforma to be got approved from the Engineer in
charge.
25. PAYMENTS :
The contractor must understand clearly that the rates quoted are for completed work and include
all cost due to labour, all leads and lifts involved and if further necessitated, scaffolding, plants,
machineries, supervision power, service works, royalties, octroies, taxes, etc. and should also
include all expenses to cover the cost of lighting, night works if and when required & no claim
for additional payment beyond the rates quoted will be entertained and the contractor will not be
entitled subsequently to make any claim on the ground of any representation or on any promise
by any person (whether member in the employment of any Public Works Department or not) or
on the ground of any failure on his part to obtain all necessary information for the purpose of
making his tender and fixing the several prices and rates therein relieve him from any risks or
liabilities arising out of or consequences upon submission of the tender. Payment to the
contractor will be made by the cheque drawn on any treasury within the division provided the
amount to be paid exceeds Rs. 100/- shall amount will be paid in cash.
27.3 The final bill shall be submitted by the contractor within one month of the date of issue of
completion certificate. The final bill shall be paid within six months of initial submission.
27.4 Recovery of secured advance shall be effected through bills proportionately as per consumption
of materials in the work billed for.
27.5 The contractor can have true copy of the bills paid to him after paying charges for photocopying
the same.
CONTROLLED CONCRETE :
Acceptance criteria shall be as per IS : 456 – 2000 (With latest amendments)
76
Contractor No. of correction Executive Engineer
NORMAL MIX CONCRETE :
Acceptance criteria shall be as per IS : 456 – 2000 (With latest amendments)
30. ELECTRICITY :
30.1 The contractor will have to make his own arrangement at his own cost for obtaining or providing
electric supply at work site. The department shall not bear any responsibility in respect of any
problems and contractor shall not be liable for getting any compensation on any ground. The
progress of work shall not hamper for the above reasons.
30.2 Electrical supply for the Department’s use at work site shall be provided by the contractor on
mutual agreed terms. The contractor may not abide by these conditions when power supply at the
site fails.
31. TELEPHONE FACILITIES :
The contractor will have to make his own arrangement at his own cost for a telephone
connection at work site if required.
32. MATERIAL SOURCES :
32.1 The contractor shall make their own independent investigation as to the availability as well as
suitability of various materials required for construction as referred to in these paras.
32.2 If any quarry is in the possession of the department the contractor will be allowed to use the same
on usual condition. In other cases, the contractor will have to make his own arrangement for
procuring quarries or the quarry permits, necessary assistance for which will be given by the
department.
77
Contractor No. of correction Executive Engineer
32.3 Lime stone shall not be permitted for any concrete work.
33 LAND :
33.1 The contractor shall make all efforts to obtain land required for the ancillary works. In case the
contractor is unable to obtain land and if requested, then the department may requisitioned land
at his own cost.
33.2 Land as available with department for requisitioned by the department at the request of a contractor
will be handed over to the contractor for such use as will be necessary for ancillary works, on
payment of rent to the department. Plot development if any will have to be done by the contractor
at his own cost. The development shall be in conformity with the regulations with the local
authorities.
33 If for the purpose of construction of the work it becomes necessary for the contractors to occupy
land not in possession of the department, the contractors will have to make his own arrangement
with the land owners, and pay such compensation as a mutually agreed between them. On
completion of work , all land mentioned in para 33.1 and 33.2 and 33.3 shall be handed back to
the owners or the department as the case may be after cleaning the land as directed by the
Engineer in charge.
33.4 Dismantling of building on a Govt. or department land shall be done only after the approval of
Engineer-in-charge.
34. FLOODS AND ACCIDENT S :
The contractor shall take all precaution against damages by floods or from accidents etc. No
compensation will be allowed to the contractor on this account or for correction and repairing
any such damage to the work during construction. The contractor shall be liable to make good at
his cost any plant or material belonging to the Govt. loss or damaged by floods or from any other
cause while in his charge. The proof of occurrence of flood report with flood level will have to
be furnished by the contractor .No compensation will be allowed for damages on ancillary
items and equipments etc which are brought to the site by the contractor for effecting execution
of work.
6463) URGENT WORK :
If any “Urgent Works”(In respect where decision of the Engineer –in –Charge shall be final and
binding) become necessary and contractor is unable or unwilling to carry it out at once, the
Engineer in charge by his own or through the other people have it carried out as he may consider
necessary. If the Urgent Work shall be such as in the opinion of the Engineer in charge the
contractor is liable under the contract to carry out at his expenses. All expenses incurred on it by
the department shall be recoverable from the contractor, and be adjusted or sets off against any
sum payable to him.
36 CHANGE OF CEMENT CONTENT ETC. :-
THEORETICAL CONSUMPTION OF CEMENT FOR THE CONCRETE WORK:
SR.No. Grade of concrete Consumption of cement in bags / Cum
1 M-10 4.40 bags
2 M-15 6.00 bags
3 M-20 7.00 bags
4 M-25 7.50 bags
Note ;- The weight per bag of Cement is considered as 50 Kg consumption rate of cement is
for OPC. In case ,contractor desires to use PPC then he should get mix design for all grades of
concrete mentioned above and in schedule ‘B” from reputed laboratory as approved by Engineer
–In –Charge at no extra cost to Government.
78
Contractor No. of correction Executive Engineer
The rate of consumption of cement for various grades of concrete referred above is a
theoretical rate of consumption assumed for the estimate purpose. The contractor will have to
obtain an economic mix design for grades of concrete M-20 and above and get it approved from
the Engineer-in-charge. The specification for controlled cement concrete shall be as per standard
specification No.B-7 Page 38, and IS 456-2000.
Immediately upon the receipt of the award of the contract, the contractor shall inform the
Engineer the exact location of the sources of the acceptable material. The concrete mix to be used
shall be got designed P.W.D laboratory, by the contractor with a optimum quantity of cement to
give the specified strength in the preliminary tests and the proportion got approved by the
engineer in writing. These proportions shall be used so long as the materials continue to be of the
same quality and from the same sources subject only to slight changes in the relative quantities of
fine and course aggregate for the purpose of promoting workability provided the work tests also
shows the required strength.
If such Mix design involve change in cement consumption upto 5 % on the higher or lower side,
no adjustment in the cost of the item to be paid to the contractor shall be made. If such
alterations, changes, theoretical consumption of cement by more than 5 % on the higher or lower
side, the sources and quality of aggregate remaining the same, payment will be adjusted for or
against the contractor in whatever amount the total cost of cement to the contractor has been
increased or decreased by more than 5 %. The amount of such increase or decrease shall be
calculated on the basis of quantity of cement determined and prescribed in the above table. In
adjusting the cost only the cost of cement shall be considered and not handling or other charges,
which shall be treated as incidental to the item for working out the cost towards adjustments in
cement consumption the basic for cement shall be star rate as indicated in clause 54. If during the
progress of work the contractor wishes to change the material, the proportions shall be fixed on
the basis of fresh preliminary tests to give the required strength after the Engineer is satisfied that
the material satisfy the specifications. No adjustment of the cost shall be made for a change of
proportions of cement fixed in the original preliminary tests. For all concrete items only trap
metal shall be used.
37. CONTRACTOR TO INFORM HIMSELF FULLY :
The contractor shall be deemed to have carefully examined the work and site conditions
including labours, the general and the special conditions, the specifications schedule and drawing
and shall be deemed to have visited the site of the work and to have fully informed himself
regarding the local conditions and carried out his own investigations to arrive at the rates quoted
in the tender. In this regards 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 to the scope of working of
the specification and drawings, or any other matter concerning the contract, he shall in good time
before submitting his tender set forth the particulars thereof and submit them to the Engineer in
writing in order that such doubt may be clarified authoritatively before tendering. Once a tender
is submitted the matter will be decided in accordance to the tender conditions in absence of such
authentic clarification.
38. ERRORS, OMISSION&DISCREPANCIES :
a) In case of errors, omissions and / or disagreement between written and scaled dimensions in the
drawing or between the drawing and specifications etc., the following order of preference shall
apply.
(i) Between actual scaled and written dimensions or description on a drawing the latter shall
be adopted.
79
Contractor No. of correction Executive Engineer
(ii) Between the written description or dimensions in the drawing and the corresponding one
in the specifications, the latter shall apply.
(iii) Between the quantities shown in the schedule of quantities and those arrived at from the
drawing the latter shall preferred
b) In all cases of omissions and/or doubts or discrepancies in the dimensions or of any item or
specification a reference shall be made to the engineer, 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 precautions.
c) The contractor should not sublet any part of work without written permission of the Engineer in
charge.
39. SAMPLES AND TESTING OF MATERIALS :
(i) All materials to be used on work, such as cement, steel, stones, bricks, aggregates, asphalt, wood,
tiles, etc. shall be got approved in advance from the Engineer-in-charge and shall pass the tests
and analysis required by him.
(ii) The contractor shall at his risk and cost make all arrangement and / or shall provide for all such
facilities as the Engineer in charge may require for collecting, preparing and forwarding required
number of samples for tests or for analysis to the nearest approved laboratory and bear all
charges and cost of testing. Such samples shall also be deposited with the Engineer-in-charge till
sent for testing. Out of total number of tests as per frequency requirement 30 % of these tests
shall be carried out in P.W. Department Laboratory.
(iii) The contractor shall if and when required submit at his cost the samples of materials to be tested
or analysed and if so directed shall not make use or incorporate in the work any material
represented by the samples until the required tests or analysis have been made after the test of the
materials finally accepted by the Engineer-in-charge.
(iv) Testing of Material :
(1) Frequency of testing of the construction material and the percentage of the testing from the
Government laboratory shall be as under:
(a) Where the field laboratory certified by the concerned Engineer in charge is established at
the work site 70% test as per total frequency required shall be carried out in the said field
laboratory and 30% tests shall be carried out at the Vigilance and Quality control laboratory of
P.W.D for the material not covered in the annexure III 50% tests shall be carried out in the field
laboratory and remaining 50% tests need to be carried out in the vigilance and quality control
laboratory of P.W. D Maharashtra , The entire responsibility of the sample testing as per
required frequency including testing charges will be borne by the agency
b.) Where field laboratory is not established at the works site 100% tests as per frequency shall be
carried out in the Vigilance and quality laboratory .Nagpur
c) Testing of cement and steel 100% in Vigilance and quality laboratory. Nagpur is
compulsory.
d) Mandatory Testing of Material and Penalty Clause It is mandatory on the part of
contractor to carry out all the required tests of various construction materials as mentioned in
schedule 'B' of the tender. If the contractor fails to submit required test result of the various
construction materials as mentioned in the items of schedule 'B', he will be liable to deposit the
amount at penal rate of five times of the amount of particular test which he has not carried out.
Contractor will be informed by the Engineer-in-Charge through letter. On receipt of letter,
contractor will have to either deposit the said amount or to carry out the required test within ten
days. If he again fails to carry out the required tests in stipulated time limit, the said tests will
be carried out by the department and total expenditure incurred on the testing charges plus five
80
Contractor No. of correction Executive Engineer
times amount of testing charges will be recovered from the contractor's bill.As this recovery is
only due to the negligence on the part of contractor to carry out work as per Tender conditions
and Executive Engineer's decision will be final and binding on the contractor and it can not be
challenged by the contractor by way of Appeal, Arbitration or in the Court of Law.
82
Contractor No. of correction Executive Engineer
out by the Contractor at his own cost.
2. Before carrying out load test, the Contractor shall carryout the suitable non destructive testing
of the structure which are in doubt, at his own cost. Non destructive testing is fully optional and
at the discretion of the Contractor.
3 In such cases the Engineer-in-Charge shall inform the Contractor sufficiently in advance in
writing along with the reasons for carrying out the load test, during execution of work or during
maintenance period of the Contract.
4. The load test will have to be carried out as per the provisions contained in IS:
456-2000.
5 If the load test results do not meet the requirements as stipulated in relevant .S. code the
structure shall be deemed to be unacceptable..
43. SPECIAL CONDITIONS :
43.1 The contractors should ensure that all safety precautions are observed by their labours, working
closed to the State Highway and while closing the state Highway precautions are taken including
insurance etc., for their labour at the cost of the contractor etc. if any accident occur to the labour
etc., no claim in this regard on whatsoever account shall be entertained and the decision of the
Department will be final and conclusive.
43.2 During the execution if there is any change in:
(i) Span Arrangement.
(ii) Height of substructure and superstructure above ground level.
(iii) Change in the depth of foundation, tendered rate for respective items will hold good and no
extra claims shall be entertained on this account.
43.3 Contractor shall observe the rules and regulations empowered by traffic police for smooth flow
of traffic on the diversion road and shall not be entitled for claim any compensation arising
thereof.
44. DEFINITIONS: Unless included by or repugnant to the contents
(a) Government: The expression “Government” as used in the tender documents shall mean the
Public Works Department of the Government of Maha
(b) Superintending Engineer: The expression ‘The Chief Engineer’ as used in the tender papers
shall mean Chief Engineer P.W .Region Nagpur.
I Superintending Engineer: The expression ‘Superintending Engineer’ as used in the tender
papers shall mean the officer of Superintending Engineer’s ranks (by whatever designation he
may be known) under whose control the work lies for the time being.
(d) Engineer-in-charge: The expression Engineer or Engineer-in-charge as used in the tender paper
shall mean the Engineer-in-charge of the work.
(e) Contractor: The expression ‘Contractor’ as used in the tender papers shall mean the successful
tenderer that is the tenderer whose tender has been accepted and who has been authorised to
proceed with the work.
(f) Contract: The expression ‘Contract’ as used in the tender papers shall mean the deed of contract
together with all its original accompaniments and those later incorporated in it by mutual
consent.
(g) Plant: The expression ‘Plant’ as used in the tender papers shall mean every temporary accessory
necessary or considered necessary by the Engineer to execute, construct, complete and maintain
the work and all altered, modified, substituted and additional works ordered in the time and the
83
Contractor No. of correction Executive Engineer
manner herein provided and all temporary materials and special and other articles and appliance
of every sort kind and description whatsoever intended or used therefore.
45. MIX DESIGN :
45.1 The following instructions shall be followed as regards preliminary design of mix and methods
of batching of plain cement concrete and reinforced cement concrete. These instructions should
be treated as supplementary to the relevant provision in the specifications for the respective items
contained in the book of standard specifications and will override the provisions contained
therein wherever they are contrary to the following instructions.
The preliminary mix design and batching for various grades of concrete shall be governed by the
following guidelines.
45.2 For the grades of concrete M-20 and above the preliminary mix design shall be carried out from
the approved laboratory.
(1) The charges for preliminary design, of concrete mix shall be entirely borne by the contractor.
(2) For grades of concrete M-20 and above where cement is to be used by weight, the cost of
extra cement required to make-up the under-weight bags shall be borne by the contractor.
(3) For the items of concrete of grades lower than M-20 and other items in the agreement,
where cement is not to be used by weighment, the cement bags as received from the
manufacturer and supplied to the contractor under Schedule ‘A’ shall contain cement of 50
Kg. net weight.
45.3 The admixtures such as plasticizers/super plasticizers for concrete grade M-20 and
above shall be used as directed by Engineer in charge depending upon specific
requirements. No extra payment s on this account will be admissible
84
Contractor No. of correction Executive Engineer
ADDITIONAL TENDER CONDITIONS
(1)
The contractor should produce the no objection certificate obtained from the Maharashtra
Pollution Control Board before starting Crusher / Drum Mix Plant on the work site.
(2)
SUPPLY OF COLOUR RECORDS PHOTOGRAPHS AND ALBUM.
The Contractor shall arrange to take Color Photograph at various stage / facets of the work
including interesting and novel features as desired by the Engineer in charge. Photographs shall be
of and taken to the standard post card size marked in album of acceptable quality. Also the
negative film in 35 mm size shall be supplied for each photograph in the Album shall be suitably
captioned. The Contractor shall arrange for taking video films of important activities of the work as
directed by the Engineer in charge during the currency of the project & editing them to a video film
of playing time not less than 60 minutes & upto 180 minutes as directed by Engineer in charge. It
shall contain narration of the activities in English / Marathi by a competent narrator. Videocassette
shall be of acceptable quality & film shall be capable of producing color picture. It shall be
considered as incidental to the work and no additional payment whatsoever will be made for the
same.
(3)
After award of contract, contractor will have to provide and fix the information boards showing
name, tender cost, period of completion, name and telephone number of agency and Executive
Engineer and other details as directed by Engineer in charge. No extra payment is admissible on this
account.
(4) Insurance
4.1 The Contractor shall provide Contractor’s All Risk Insurance (CAR) / Workmen Insurance, in
the joint names of the Employer and the Contractor, insurance cover from the Start Date to the
end date of Defect Liability Period, in the amounts as deductibles stated in the Contract Data for
the following events which are due to the Contractor's risks:
85
Contractor No. of correction Executive Engineer
4.6 If contractor fails to produce the insurance policy Concerned Executive Engineer shall draw
the policy, the expenditure incurred for drawing the policy shall be recovered from the 1st R.A.
bill of the contractor as penalty to the Contractor.
a) Work value upto :- 25.00 lakhs 0.50 %
b) Work value above :- 25.00 lakhs 1.00 %
4.7 If completion period of work is Extended, then period of Insurance must be renewed/
extended as per requirement.
(5) Stamp Duty
As per Bombay Stamp Act 1958 amended via The Maharashtra Stamp Act 1958 and provision
contained in article 63 of Schedule-I, the contractor shall bear whole required amount of Stamp
Duty on works contract in the form of Stamp Paper of Online (franking or e-SBTR) as applicable as
per prevailing rate declared by Govt. of Maharashtra before work order. The Contractor quote his
rate accordingly and no claim against this shall be considered. If the contractor fails to bear this
amount, acceptance of the tender shall be liable to be considered as withdrawn.
(6) Government of Maharashtra Department of Industries, Energy and labour Mantralaya Mumbai GR
No BCA-2009/ Case No 108/ Labour -7 A Dt 17.6.2010.
(A) Cess @ 1% (One percent) shall be deducted at source, from every bill of the contractor by the
Executive engineer under Building and other construction for workers welfare, cess act 1996.
(7) INCOME TAX at the rate of 2% ( Or as Revised by the Income Tax Department)
From any sum payable to the contractor shall at the time of Credit of such sum or at the time of
payment to the Contractor by Cash, Cheque or Draft or any other Mode be Deducted at the source
from his Running/ Final or any other type of Payment. for this Contract, as per Section’ 194 of
Income Tax Act,l96l.
(8) Contractor shall submit a certificate to the effect that “All the payments to the labour /staff are
made in bank accounts of staff linked to Unique Identification Number (AADHAR CARD).” The
certificate shall be submitted by the contractor within 60 days from the commencement of
contract. If the time period of contract is less than 60 days then such certificates shall be submitted
within 15 days from the date of commencement of contract.
(9) Contractor should permit officers from PWD to visit /inspect ongoing / executed work and shall
comply all deficiencies noted out/ instructions given in inspection at site.
(10) Board 0.90 m x 0.60 m showing following information shall be provided by contractor at no extra
cost to the Government
86
Contractor No. of correction Executive Engineer
Annexure I
Supervising Control And Data Acquisition (SCADA)
BITUMINOUS Works
Engineer In charge shall allocate unique identification number to the work of this Contract. For all bituminous
items under this contract, the contractor shall provide web based
Supervisory Control and Data Acquisition (SCADA) arrangements for the following -
(i) Temperature of metal before mixing.
(ii) Temperature of bitumen before mixing.
(iii) Temperature of mix material.
Fully automatic Micro processor assembly with inbuilt GPS should be made available which will send above
parameters and truck number through keyboard input along with GPS location to the PWD serve without use of
PC. The SCADA micro-controller assembly should be capable of storing enough data (minimum 2 months data)
inside, in case of GPRS network unavailability and will seamlessly send all data to PWD server when GPRS
network is available. In no case data should be lost.
Engineer In charge shall allocate unique identification number to the work of this contract. For all bituminous
items under this contract, the contractor shall provide web based
Supervisory Control and Data Acquisition (SCADA) arrangements for the following -
(i) Temperature of metal in all Hot bins before mixing, in every batch.
(ii) Temperature of Bitumen and Filler before mixing, in every batch.
(iii) Temperature of mix material of every batch.
Fully automatic Micro processor assembly with inbuilt GPS should be made available which will send above
parameters and truck number through keyboard input along with GPS location to the PWD serve without use of
PC. The SCADA micro-controller assembly should be capable of storing enough data (minimum 2 months data)
inside, in case of GPRS network unavailability and will seamlessly send all data to PWD server when GPRS
network is available. In no case data should be lost.
.
(III) MIX TRANSPORTATION and Bitumen Transportation
Vehicle tracking system (VTS) for all vehicles transporting and laying bituminous mix. The GPS data should be
directly sent to the PWD server with important parameters like latitude, longitude, Speed, Course, date and
time. The Bitumen carrying truck shall be fitted with VTS and GPRS module to send data like Latitude and
Longitude from Refinery to Plant and Site. The Refinery , Plant and site shall be Geofenced to receive movement
of Trucks and SMS shall be sent to the concerned Engineer –In-charge and his staff
The contractor shall also provide intelligent compacting system on the compactor used
87
Contractor No. of correction Executive Engineer
for compaction work of PWD. The intelligent compacting system shall have GPS, temperature
Sensors and screen fitted on the compactor. This system shall be IP-65 compliant. This
compaction system shall also record the number of passes made by the compactor. The system
shall have the monitor that shall show that compaction in graphical form to the operator on the
compactor. The contractor shall provide real time data transfer to the web application to monitor
the compaction remotely.
The Contractor shall provide the web application in such a manner that it also updates the compaction data in
real time on PWD's works management e-governance application dashboard. The intelligent compacting system
shall be connected with dashboard system. The contractor shall provide software facility for PWD officials to
update QAP (Quality Assurance Plan) related data for compaction through its web application that will get
transferred to the intelligent compacting system to bench mark the acceptance norms for color coding, no of
passes and acceptable temperature and density levels.
The contractor shall provide compaction register that shall contain information related to the compaction for
further analysis. The compaction register shall maintain following record JOB NO, DATE and TIME of
compaction, latitude, longitude, location, temperatures (in case of asphalt), Compaction Meter Value CMV, no
of passes, color for temperature, color for number of passes. The contractor shall provide web application to
replicate the actual view as shown on the monitor of the compactor through live streaming of the compaction
operations.
Web Connectivity-
The contractor shall provide web connectivity GPRS The web connectivity shall have minimum two MBPS
internet speed and 99% availability. Software should be intelligent; in case of connectivity failure it should
maintain the pending files and send them as soon as it is connected. The contractor shall make sure that the
entire software and hardware solution is virus free.
The offer of contractor shall be inclusive of all. He shall not be paid separately.
(V) PAVERS
(i) Temperature of mix during laying.
(ii) Vehicle tracking to monitor movement of Paver and so as to give speed and direction (Forward / backward
movement) of Paver.
VI) SPRAYERS
(i) Temperature of bitumen from sprayer.
(ii) Vehicle tracking to monitor movement of Sprayer and so as to give speed and direction (Forward / backward
movement) of Sprayer.
Displaying locations of Hot mix Plants, Tippers used for hot mix material transportation, Roller/ compactor and
Paver and Sprayer on GIS map.
88
Contractor No. of correction Executive Engineer
(VIII) Material Testing and Testing Results
All the material shall be tested at PWD Regional and District Labs and Testing letters shall be generated by Sub
Division using PWD website application. The contractors shall pay testing charges online and PWD lab will
generate test result and send to contractors email ID and PWD Division ID. The results of testing material along
with payment transactions shall be integrated with PWD applications like e-Bill, Accounts and Online
Observation memo
Online work order shall be generated once the lowest bidder pays the initial security deposit and uploads the
Bar chart of the progress of work. No work order shall be given if Bar Chart is not uploaded by the contractor
2) Web connectivity to all locations where data is being acquired, transmitted, processed, stored and retrieved
with minimum speed of 1 MPBS and 100 % availability. The contactor shall provide the web application in such a
manner that it shall first update the above data in real time on PWD’s works monitoring e-governance web
application automatically.
(3) Web-based application including Computer Software, Hardware etc. to transmit, process, store and retrieve
the data in the forms and formats as prescribed by the Engineer In charge.
(4) Arrangement for security of data, Disaster recovery arrangements shall be as per I.T.
Industry practice, during the construction period and upto defect liability period.(DLP). Handing over the data
on the Web Server after DLP in Electronic form as instructed by Engineer In charge.
(5) Calibration of all SCADA related attachments /accessories as per the specification:-
Web based application to monitor the schedule of Calibration of all SCADA related attachment/accessories. The
invalidity of calibration shall lead to non-acceptance of
work or measurement and the Contractor shall not be paid for such non-accepted work
or measurements
(6) Submission of printed and authenticated reports to the Engineer In charge as and when required.
(7) Point (1) to (6) above shall be arranged and maintained during contract period and defect liability period.
(8) Cost includes rectification, fine tuning, corrections, additions & alterations to the system to the satisfaction
of Engineer In charge.
(9) All data generated as per this special condition of contract shall be the property of PWD.
The Contractor shall make all necessary arrangement required above (Supervising control and data acquisition
for Bituminous / WBM / concrete works / all cement works / masonry / plaster / Testing Equipments items) well
89
Contractor No. of correction Executive Engineer
in advance before starting of the related items of work. All necessary arrangements so made shall be offered for
inspection to Engineer In charge one month prior to the start o the related items of work. Changes if any, after
his inspection suggested by the Engineer
In charge shall be carried out at no extra cost and within the period of Three days. A fresh request for
inspection, of Engineer In charge after such rectifications shall be requested by the Contractor and final
approval to the SCADA arrangements shall be obtained.
90
Contractor No. of correction Executive Engineer
Annexure II
Supervising Control And Data Acquisition (SCADA)
Concrete Works
Fully Automatic Micro processor based SCADA Enabled Concrete Batch Mix Plant (Pan
Mixer) of minimum 18-20 cubic meter per hour capacity of any standard company.
The Engineer may at his discretion, allow in writing hand mixing of concrete for minor items where small
quantities are involved but in that case the Contractor shall increase the cement content of the mixture by 10%
without any extra cost.
Conventional type mechanical mixer if found necessary for particular item, may
be used with permission of Engineer-in-charge
The form work used shall be made preferably of steel or with lining of steel.
Wooden shutters may be allowed at the discretion of the Engineer e.g. lintels, small slabs and
beams coping, etc.
The concrete shall be mechanically vibrated for proper compaction by the method approved by the Engineer.
The concrete shall be cured only by sweet potable water for full 21 days after the time or the period specified in
the detailed specification or as may be directed by Engineer-in-charge.
91
Contractor No. of correction Executive Engineer
Annexure III
ADDITIONAL SPECIAL CONDITIONS
Supervisory Control and data acquisition (SCADA)
Engineer In charge shall allocate unique identification number to the work of this Contract. For all bituminous
items under this contract, the contractor shall provide web based
Supervisory Control and Data Acquisition (SCADA) arrangements for the following -
(i) Weight of Aggregate of all bins
(ii) Weight of Cement
(iii) Weight of Sand
(iv) Weight of Water
(v) Weight of Admixture
Displaying locations transit mixtures on GIS map. Communicate the Data which is beyond the set parameters by
SMS and email to the representative of Engineer In charge for all above
All the material shall be tested at PWD Regional and District Labs and Testing letters shall be generated by Sub
Division using PWD website application. The contractors shall pay testing charges online and PWD lab will
generate test result and send to contractors email ID and PWD Division ID. The results of testing material along
with payment transactions shall be integrated with PWD applications like e-Bill, Accounts and Online
Observation memo
The contractor shall submit e-Bill and e-Mb using PWD software. All the respective Bitumen Challan, Royalty
Passes, Cement and Steel Purchase Invoices and photos of works progress shall be uploaded while submitting e-
Bill. The payment of work shall be release only if contractor submits bill using PWD e-Billing software. For
Details Refer annexure K
Online work order shall be generated once the lowest bidder pays the initial security deposit and uploads the
Bar chart of the progress of work. No work order shall be given if Bar Chart is not uploaded by the contractor
92
Contractor No. of correction Executive Engineer
(1) The cost of procuring, establishing, running, operating & maintaining SCADA including all Censors, Vehicle
Tracking System (VTS) and any other instrumentation, automation required to acquire the desired data,
mentioned above.
2) Web connectivity to all locations where data is being acquired, transmitted, processed, stored and retrieved
with minimum speed of 1 MPBS and 100 % availability. The contactor shall provide the web application in such a
manner that it shall first update the above data in real time on PWD’s works monitoring e-governance web
application automatically.
(3) Web-based application including Computer Software, Hardware etc. to transmit, process, store and retrieve
the data in the forms and formats as prescribed by the Engineer In charge.
(4) Arrangement for security of data, Disaster recovery arrangements shall be as per I.T.
Industry practice, during the construction period and upto defect liability period.(DLP). Handing over the data
on the Web Server after DLP in Electronic form as instructed by Engineer In charge.
(5) Calibration of all SCADA related attachments /accessories as per the specification:-
Web based application to monitor the schedule of Calibration of all SCADA related attachment/accessories. The
invalidity of calibration shall lead to non-acceptance of
work or measurement and the Contractor shall not be paid for such non-accepted work
or measurements
(6) Submission of printed and authenticated reports to the Engineer Incharge as and when required.
(7) Point (1) to (6) above shall be arranged and maintained during contract period and defect liability period.
(8) Cost includes rectification, fine tuning, corrections, additions & alterations to the system to the satisfaction
of Engineer In charge.
(9) All data generated as per this special condition of contract shall be the property of PWD.
The Contractor shall make all necessary arrangement required above (Supervising control and data acquisition
for Bituminous/ WBM/ concrete works/ all cement works/ masonry/ plaster/ Testing Equipments items) well in
advance before starting of the related items of work. All necessary arrangements so made shall be offered for
inspection to Engineer In charge one month prior to the start of the related items of work. Changes if any, after
his inspection suggested by the Engineer In charge shall be carried out at no extra cost and within the period of
Three days. A fresh request for inspection, of Engineer In charge after such rectifications shall be requested by
the Contractor and final approval to the SCADA arrangements shall be obtained
93
Contractor No. of correction Executive Engineer
Annexure IV
Additional Specifications For
Use of waste plastic in Bitumen mixes in road construction
1) Bitumen Mix with waste plastic should as per IRC : SP :98:2013
2) Instructions given in M. O. R. T. H. Circular dated 19 Nov 2015 shall be followed.
3) Bitumen
The bitumen for bituminous mixes for wearing course with waste plastic shall comply with
the Indian Standard Specifications for viscosity graded paving bitumen IS 73. Guidelines
for selection for grade of viscosity graded paving bitumen shall be in accordance with theIRC:111-2009. .
4) Aggregates
The aggregates shall comply to IRC:111-2009, for dense graded mixes and IRC:14-2004,
IRC:SP:78-2008 and IRC:11 0-2005 for open graded mixes respectively.
5) Filler
The filler for dense graded mixes shall comply with IRC:111-2009.
6) Waste plastic
Waste plastic of typeLow Density Polyethylene (LDPE), High Density Polethylene (HDPE), Polyethylene
Teryphthalate(PET), Polypropylene (PP), Polystyrene (PS), Polystyrene (PS), Polyvinyl Chloride (PVC) shall be
used for mixing in percentage (calculated wt of plastic to be used) given in respective items of work by weight of
consumption of bitumen in that item.
1) Please Note
i) that polyvinyl chloride type polymers like PVC sheets waste, flux sheets waste should not used in any
case.
ii) ii)Use of Plastic material in Bituminous Macadam and open Graded premix surfacing is as per IRC SP 98-
2013 and it is mandatory to procured the waste plastic from Mahila Bachat Gat only
2) Guidelines given by NRRDA, MORD shall be followed for using, adding, mixing, heating the plastic waste.
3) The waste plastic modifier should be free from dust and is to be well shredded, preferably to 2 – 3 mm
partical size, and should pass through 3 mm sieve for better spread and coating the aggregates.
The aggregate materials will be transferred to the cylinder through the conveyer belt.
The shredded plastics will be sprayed over the aggregate while it is moving in the conveyer belt.
The spraying is done by manual labors standing up on both side of the conveyer belt of the central mixing plant.
It is easy to know the amount of bitumen sprayed per minute inside the cylinder.
Amount of plastic to be added is@% given in items with by weight of bitumen.
For example if the bitumen quantity per minute is 10Kg, the plastic need to be added is 0.8 Kg. i.e. @8% (A
bucket can be used which can hold 0.8 Kg at a time)
94
Contractor No. of correction Executive Engineer
Now, as the aggregate moves in the conveyer belt, the shredded plastics, taken in the bucket are sprayed with a
speed of 0.8 Kg/1min with suitable mechanical device or manually.
In manual method, one person will be adding the shredded plastic on to the conveyer belt. In the mean time
another person will keep ready another bucket full of plastics so that the addition of plastics will be
continuous. Thus manual labor can also be so chosen that the addition is done continuous. Two or three labors
will be on this work of addition of plastics.
As the plastics is added over the aggregate, the mix (aggregate and plastics) moves into the cylinder.
As the stone is heated the plastic films get melted over the heated stone and get coated. Slowly the plastics
coated aggregate moves forward where this polymer coated aggregate is mixed with bitumen. The polymer
coated aggregate bitumen mix is then transferred to the dipper.
Hence better distribution takes place in the Central Mixing Plant Process
95
Contractor No. of correction Executive Engineer
Annexure V
TENDER CONDITIONS FOR SUBMISSION OF E-BILL FOR RELEASE OF PAYMENT S TO
CONTRACTOR
Use of e-Bill and e-MB software
The contractor shall submit e-Bill and e-Mb using PWD software. All the respective Bitumen Challan, Royalty
Passes, Cement and Steel Purchase Invoices and photos of works progress shall be uploaded while submitting e-
Bill. The payment of work shall be release only if contractor submits bill using PWD e-Billing software.
(i)Payments to contractor shall be made by uploading the running account or final bill through online Ebill/EMB
software of PWD with requisite documents required to pass the bill such uploaded vide RTGS or any other
online payment system as approval by government provided the amount exceeds Rs one hundred.” It is
mandatory to submit the ebill by contractor using PWD e-Billing system
(ii) Government have introduced new EMB and EBiII online system in lieu of conventional system for recording
measurements of work executed. This new EMB system is a replica of old system in digital form and carry same
significance as that of Manual / Normal Billing system
(iii) Payments to contractor shall be made by uploading the running account or final bill through online
Ebill/EMB software available on department website along with uploading of requisite documents required to
pass the bill by the Contractor. Such uploaded bill after scrutiny shall be paid vides RTGS or any other online
payment system as approved by government
(iv) Running account bill or final bill as the case may be shall be submitted by contractor in prescribed format
through online Ebill/EMB software available on department website with uploading all necessary documents,
testing reports, material invoices as required. Contractor get himself familiar with E-Bill software and obtain
login Id and password from the department. If contractor failed to upload the bill as required by Engineer in
charge, Engineer in charge can generate and pass the bill and shall be binding on contractor.”
Instructions to contractor
(A) The website for the submission of e-bill is www.mahapwd.com under which “Online AMS” link is
available under “Important application” tab
(B)The work will be allocated to contractor by Division office and BOQ will be uploaded by Division/Sub
Division
(C) The logins shall be provided to the contractors by the Division to submit e-Bill
(D)TYPICAL MEASUREMENT/Hidden measurement shall be uploaded by contractors
(E)The e-Bill recorded by the contractor will sent to Sub Division office and will be checked online by
concerned Junior Engineer and Sub Divisional Engineer and will be sent to Executive Engineer office for
approval.
(F) The progress of e-bill at the verifications steps and approvals shall be intimated to contractor by email It is
advised to all the contractors to download user manual and submit e-Bill accordingly
96
Contractor No. of correction Executive Engineer
SPECIAL CONDITIONS
(1) Construction Machinery / Equipments:
1.1 The methodology and equipments to be used on the project shall be furnished by the Contractor
to the Engineer-In-Charge well in advance of commencement of work and approval of the
Engineer-In-Charge obtained prior to its adoption and use.
1.2 The Contractor shall give, a trial run of the equipment for establishing its capability to achieve the
laid down specifications and tolerance to the satisfaction of the Engineer-in-Charge before
commencement of work, if so desired by the Engineer-In-Charge.
1.3 All equipments provided shall be of proven efficiency and shall be operated and maintained at all
times in the manner acceptable to the Engineer-In-Charge.
1.4 No equipment or personnel shall be removed from the site without permission of the Engineer-
In-Charge.
(2) Work Programme and Methodology of construction:
The Contractor shall furnish his programme of construction, for execution of the work within the stipulated
time schedule together with methodology of construction of each item or work and obtain the approval of
the Engineer-In-Charge to the revised programme, if necessary/
(3) Revised Programme of Work in case of slippage:
In case of slippage from the approved work programme at any stage, the contractor shall furnish revised
programme to make up slippage within the stipulated time schedule and obtain the approval of the
Engineer-in-charge to the revised programme.
(4) Action in case disproportionate progress:
In case of extremely poor progress of the work or any item at any stages of work which in the opinion of
the Engineer-In-Charge can not be made good by the Contractor considering his available resources, the
Engineer-In-Charge will get it accelerated to make up the lost time through any other agency, and
recover the additional cost incurred, If any, in getting the work done from the Contractor after informing
him about the action envisaged by him.
(5) The responsibility of assuring the quality of work shall be on the contractor who shall take actions
as stipulated in standard specification as per “Schedule C”.
(6) Labour Licence : It shall be obligatory on the part of the contractor to obtained the necessary
labour License from the labour Department within fortnight of issue of work order.
(7) Setting out : Setting out the works as spelt out in clause 109 of Ministry’s specifications for Road
and Bridge works (2nd Revision) will be carried out by the Contractor.
(8) Public Utilities : Action in respect of public utilities will be taken by the Contractor as envisaged
in Clause 110 of Ministry’s Specifications for Road and Bridge work (2nd Revision).
(9) Arrangement for traffic during construction : Action for arrangement for traffic during
construction will be taken by the Contractor as envisaged in the contract documents and spelt out in
clause 112 of MORTH Specification for Road and Bridge Work (2001)
(10) It shall be responsibility of the contractor to achieve quality of work as stipulated in section 900 of
MORTH Specification for Road and Bridge Work (2001)
(11) MORTH Specification for Road and Bridges Work latest edition with all amendments) :
MORTH Specification for Road and Bridge Work (2001) shall form part of the contract documents and
the contractors shall be legally bound to the various provisions made therein unless and otherwise
specifically relaxed or waived wholly or partly by any special clauses in the contract documents.
(12) Applicable in case of Road works only.
97
Contractor No. of correction Executive Engineer
The details of the paver, specified in the clause 504.3.5 will be relaxed in the case of bituminous
macadam (clause 504) where it is going to be covered by any wearing course other than semi-dense
Bituminous Concrete (Clause 501) / Bituminous Concrete (clause 512) or by a base course of Dense
Bituminous Macadam (clause 507) with the provision that it can be laid by means of self propelled
mechanical paver with suitable screeds capable of spreading temping and finishing the mixture to the
specified lines grades and cross sections.
(13) Special Condition for B.T. work :
In respect of Black Top Work, 15% (FifteenP.C.) payment of Black Top in a particular km will be retained
till completion of side berms / C.D. Works etc. in that km. After completion of other items satisfactorily,
the withheld payment will be released finally.
(14) The contractor has to ensure that the hot mix temperature is within the specified range as per
MOST specification at the time of laying of hot mix.
(15) The location of the hot mix plant to be used for the work shall not more than 60 Kms from the
farthest point of work, measured along motarble road.
(16) (a) The aggregate required for the item of Hot Mix shall be screened in ”mechanical Vibratory
Screening Unit” so as to comply with the grading requirement as specified in MORT&H specification and
then only shall be fed to the Hot Mix Plant for heating and mixing. The Mechanical Vibratory screening
unit shall it consist of main input hopper to receive raw metal, conveyor belt to transport it to the
“Mechanical Vibratory Screening Unit.” The Mechanical Vibratory screening unit shall have required
number of trays, sieves/decks as directed by Engineer In charge. The output of Mechanical Vibratory
Screening unit shall be conveyed to the “storage unit /feeder”. The metal so supplied from the
“Mechanical Vibratory Screening unit” at site shall not exempt the contractor from carrying out tests as
specified in the specifications.
(b) However if the mechanical Vibratory Screening unit is installed at quarry site, the contractor shall
provide Vehicle Tracking System for all vehicles used for the particular work of PWD.The contractor shall
provide web application that will show all vehicles of the contractor on a GIS map along with the hot mix
plant .The contractor shall also provide software that will update the entire mapping on the PWD’s e-
governance works management system. The system of complete management of VTS for monitoring by
the PWD staff shall have to be provided by Contractor at his own cost.
(c) The above condition of installation of Mechanical vibratory screening unit shall be exempted only, if
the contractor uses the batch mix plant (Min 120 TPH) with SCADA base e- monitoring system.
(17) For Grade –I /Grade-II / Grade –III / WBM and for BUSG work metal shall be supplied at site only
after screening it on “mechanical vibratory screening unit”. The special “mechanical vibratory screening
unit” arrangement shall consist of main input hopper to receive raw metal, conveyor belt to transport it to
the “mechanical vibratory screening unit”. The “mechanical vibratory screening unit” shall have required
number of trays, sieves/decks as directed by the Engineering in charge. The output of “mechanical
vibratory screening unit” shall be conveyed to “storage Unit” where metal of different sizes, shall be
stored separately.
Metal so supplied shall undergo all the tests as per the specifications.
As a input to the main input hopper, contractor may use hand broken metal or output of primary crusher
of size not less than 24“x18”
The metal so supplied from the “mechanical Vibratory screening unit” at site shall not exempt the
contractor from carrying out tests as specified in the specifications.
98
Contractor No. of correction Executive Engineer
Annexure VI
ADDITIONAL SPECIFICATION
For Earthwork, Drain work, and Road work Contractor shall engage an experienced survey
agency in consultation with Engineer-in charge with all necessary modern instruments, equipments, tools
etc. The Agency shall help departmental Engineers in carrying out survey work, collection of data plotting
of "L" section, Cross section, Road plan, drainage plan, estimation of quantities etc. before start of the
road work. If required and as directed by Engineers-in charge, surveying, plotting, estimation etc. shall be
done again and again for whole or part portion of the work till final solution to the satisfaction of the
Engineers-in charge is worked out. Contractor shall submit all surveyed data, plotting, plans & estimate in
sort as-well-as in hard copy to the department. All submission in soft & hard copies shall be departmental
property, under intellectual property rights. Contractor can not put any claims over it.
99
Contractor No. of correction Executive Engineer
SCHEDULE ‘A’
Sr. Name of Approximate unit Rate at which the material will be charged Remarks
No. Material Quantity to be to Contractor
stipulated In Figures In words
1 2 3 4 5 6 7
100
Contractor No. of correction Executive Engineer
APPENDIX “A”
1 2 3 4 5
1) All the materials are to be procured and
1 Bitumen VG-30 278.53 One brought by the contractor at the site at his own
Metric Tonne risk and cost.
2) Physical properties shall be confirmed with
M.O.S.T./I.S./ I.R.C specification.
3) Stipulated test shall be carried out by the
2 Cement 348.77 One contractor at his own cost as per the
Metric Tonne
frequency.
4) Custody of material shall be sole
3 RCC pipe of 1000 mm 122.50 One Runinig
Metre
responsibility of the contractor.
dia
5) The proof of purchase of all materials should
4 TMT Steel-Fe-500 34.74 One
be produced during the execution of work and
Metric Tonne
along with bill
6) The grade of cement shall be got approved
from the Engineer – in- Charge
7) R.C.C Pipe should be purchase from MSSIDC
only from MSSIDC and proof of purchase to
be enclosed with R.A Bill.
101
Contractor No. of correction Executive Engineer
CONDITIONS FOR THE MATERIALS TO BE PROCURED BY THE CONTRACTOR
(1) Cement :
Cement to be used for the work shall comply the following and shall be used with the prior
approval of Engineer –in –charge
a) Ordinary Portland cement confirming to the I.S.: 8112 shall be used. Independent
testing of cement used, shall be done by the contractor at site and in the laboratory approved
by the Engineer before use. Any cement with lower quality than that shown in the manufactures
certificate shall be debarred from use. In case of finally ground cement or imported cement, the
Engineer may direct the contractor to satisfy him as to the acceptability of such cement,
especially with regard to creep and shrinkage effect. Any consignment or part of a consignment
of cement, which has deteriorated in any way, shall not be used in the works and shall be
removed from the site by the contractor without charge to the employer. Cement shall be
transported, handled and stored on the site in such a manner as to avoid deterioration and
contamination. Each consignment shall be stored separately so that it may be readily identified
and inspected and cement shall be used in the sequence in which is delivered at site.
The contractor shall prepare and maintain proper records on site in respect of the delivery,
handling storage and use of cement and these records shall be available for inspection by the
Engineer at all times.
b)Use of fly ash to replace/ reduce standard quantity of cement content is not allowed
102
Contractor No. of correction Executive Engineer
storage of bulk bitumen. If it is decided to procure bulk bitumen contractor shall intimate Engineer in
charge well in advance. Consignment will not be allowed to unload until its weight is checked on Weigh
Bridge by department persons. Bitumen shall be procured from Govt. Refinery only.
Any Stock or batch of material(s) of which sample(s) does not confirm to the prescribed
test and quality, shall be rejected by the Engineer or his representative and such materials shall
be removed from site by the contractor at his own cost. Such rejected materials shall not be
made acceptable by any modifications.
Materials not corresponding in character and quality with approved samples will be
rejected by the Engineer or his representative and shall be removed from the site immediately
and will not be allowed to use for any component of work.
103
Contractor No. of correction Executive Engineer
ADDITIONAL CONDITIONS FOR CEMENT, STEEL, BITUMEN BROUGHT BY THE CONTRACTOR
1) All the materials required for construction of work shall be arranged by the contractor at his own cost. The
samples of material to be procured shall be got approved by the Engineer-in-charge and material as per
approved samples shall only be procured.
2) The contractor shall submit periodically as well as on completion of work, an account of all materials
brought by him in a manner as directed by Engineer-in-charge. The contractor shall also furnish monthly
account of materials; a separate register shall be maintained on site for recording daily item wise receipt
and consumption of Cement, Steel and Asphalt used by him, also item wise consumption of other
materials used. This register shall be signed daily by the contractor or his representative and
representative of Engineer-in-charge.
3) All the materials required for the work shall be brought by the contractor at his own cost. In each case,
certificate for its quality and quantity shall be produced by the contractor at his own cost and the test
results of samples shall be supplied to the Department. The material not confirming to the required
standard shall be removed at once from the site of the work by the Contractor at his own cost.
4) Testing of all construction material shall be carried out as per required frequency and specifications and
the charges for testing shall be borne by the contractor
5) All the testing charges for mix design etc. if necessary on construction work shall be borne by the
contractor.
6) The contractor shall construct shed / sheds as per direction of the Engineer-in-charge of the work for
storing the materials brought at site. The material shall be taken out for use in the presence of the
departmental representative only.
7) The contractor shall make his own arrangement for the safe custody of the materials which are brought
for construction of work.
8) The contractor shall not transfer any material once brought at work site without prior written permission
from Engineer-in-charge and for bonafied reasons only.
9) In case the materials brought by the contractor become surplus owing to the change in the design of the
work, the materials should be taken back by the contractor at his own cost after prior permission of the
Engineer-in-charge.
10) The charge for conveyance of materials from the place of delivery to the site of work and the actual sport
on work site shall be entirely borne by the contractor. No claims on his account shall be entertained.
11) The contractor shall furnish the account of cement, steel, asphalt brought by him at each time before
placing orders for further supply. Also the same should submit on completion of the work, final account of
the materials used by him to the Department. This account will be scrutinised by the Engineer-in-charge.
12) All empty cement bags or empty asphalt drums shall be the property of contractor and the same shall be
removed immediately after completion of work.
13) The contractor shall procure the pipes if required for this work from M.S.S.I.D.C. only. Proof of
purchasing of pipe should be submitted.
14) Agency shall ensure that the laying temperature of hot mix material shall be as specified and accordingly
he shall make arrangements for preventing loss of temperature of hot mix material during transit from
location of drum mix plant to work site.
104
Contractor No. of correction Executive Engineer
Annexure-VII
As Per Govt G.R.P.W.Department Circular Vide No. Dt. 27.3.2019 the following Conditions are
included in the tender document.
1.1 In order to avoid delay in completion of work Contractor is permitted to purchase the bulk
Bitumen from oil refineries such as Hindustan Petroleum or Bharat Petroleum or any other
refineries under private sector on the condition that Purchased bulk bitumen shall have the viscosity
grade as per prescribed Norms and Specifications.
1.2 Contractor shall apply following methodology for use of bulk bitumen which is obtained from
Indian oil refineries or other private refineries.
(1) Contractor executing road works under Public Works Department is permitted to procure bulk
bitumen from public sector / private sector/ Indian refinaries / Private Semi Government and Indian
suppliers of foreign refinaries or any other Government Contractor / Local manufacturer.
(2) Contractors and field officer as per the need of the work can procure VG-30 grade bulk Bitumen
as below.
Sr.No Quantity of Bulk Bitumen to be Source of Supply of Bulk Bitumen
procured
1 For Requirement of bulk bitumen 1. Local Bitumen suppliers
500 MT or Below 2. Authorised Contractor / Supplier of
private / public Sector / Oil refineries
3. Contractor / supplier who maintains large
stock of bitumen for the purpose of sale.
2 For Requirement of bulk bitumen 1. Direct purchase from public sector oil
more than 500 MT refineries
2. Direct purchase from private sector oil
refineries
3. Contractor / supplier who procures bulk
bitumen from oil refineries and maintains huge
stock of bitumen for the purpose of sale.
4. Supplier who imports foreign bitumen for
further supply to private refineries.
3 Only for experimental basis 1. Supplier / Dealer of foreign refineries
(Length fixed upto 1500 Km for importing directly bulk bitumen of Grade
Each P.W.Region) VG-30 in India from foreign refineries for
supply.
Note – Permission has been granted to use VG-30 grade bulk bitumen procured from foreign refineries
for the road works under Government of Maharashtra on experimental basis for the period from
01/04/2019 to 31/3/2020.
(3) Supplier / Contractor shall have to follow the following terms and conditions for use of Viscosity
Grade Bulk Bitumen procured from private sector or any other oil refineries .
(A) Viscosity Grade of Bulk Bitumen used for the work shall be conforming to the norms of Indian
Standard I.S. 73:2013.
(B) It is binding on the contractor to submit Bill invoices containing CRC (Consignce receipt
certificate) and GST, in triplicate. It is binding on all the refineries to mention the name of work
on consignee receipt certificate.
105
Contractor No. of correction Executive Engineer
(C) It is also binding on the contractor to obtain and submit the manufacturers laboratory report for
Concerned Batch and laboratory report carried out at his owned lab.
(D) Submission of necessary lab report, CRC, Consignee order and tax invoices is essential at the
time of payment.
(E) It is also necessary to have following test facilities at site for the work costing more than Rs.5.00
Crores.
(i) Penetration test
(ii) Softening test
(iii) Seperation Test
(iv) Elastic Recovery test
(v) Adultration test.
1.3.2 Instruction Regarding recovery or payment of Price escalation due to increase or decrease
in rate of bulk bitumen.
Following instructions shall be followed for payments of price escalation of bitumen used in the
work procured from private sector or any other refineries.
(i) While fixing the star rate of bitumen for payment of price escalation, the difference in the rate of
bitumen on the date of acceptance of tender (The refinery with lowest rate) and the rate of
bitumen on the date of procurement from private sector shall be considered.
(ii) The refinery with lowest rate from any public or private sector refineries shall be considered for
calculation of payment of price escalation to the contractor due to increase in the rate of
bitumen (refer Govt Resoulation No. CAT/2017 Case No. 08/Buld-2 Dt 27.9.2018)
(iii)The refinery with highest rate of bitumen from public or private sector refineries shall be
considered and difference will be calculated towards recovery from contractor.
2.1 Long back Cement (Levy rate) was made available at fixed rate. Cement was procured by
State Government and the same was made available to the Contractor at Recoverable fixed
Schedule ‘A’ rate . Now the contractor is free to purchase the cement from any manufacturing
company or their authorized dealer.
2.2 Instruction towards payment of price escalation due to increased in rate and recovery due to
decreased in rate of cement.
For Calculation of Escalation the star rate mentioned in the tender and rate paid at the time of
purchase of cement, the difference in rate shall be considered for payment of escalation.
106
Contractor No. of correction Executive Engineer
(For payment of price escalation the instruction given in Govt Resolution No. CAT/2017/Pra.
Kra 08/Building-2 Dt. 27/9/2018)
4. Responsibility for quality and quantity of building material (Bitumen, steel, cement)
Following procedure shall be adopted for purchase of imported bitumen procured from
private sector refineries and purchase of steel and cement from private supplier.
i) It is binding on the contractor to submit Invoices (Which contains GST number) for
purchase of bitumen from private / public sector refineries or private authorized
dealers of supplying imported building material.
ii) Contractor is fully responsible for the authenticity of the invoices submitted with the bill
for the purchase of steel, cement and bitumen as per above mention para no. 1.3.1(3)
(C and D) .
iii) The responsibility of Government officers working under P.W.D. shall be upto the limit
of quality and quantity of various building material (Steel Cement Bitumen) used in
roads and buildings. Executive Engineers, Deputy Engineers , Sectional Engineers
etc will not held responsible for genuineness of invoice submitted by the contractor
along with bill. In future if the invoices submitted by the contractor is found fake or
bogus, it is binding on the Executive Engineer to register FIR against the contractor.
If the invoices are found fake or bogus after finalization of agreement then in that
case Executive Engineer is responsible for registering the FIR against the contractor
as per Indian Penal Code.
iv) Powers of enquiry has been delegated to Executive Engineer towards verification of
genuineness / authenticity of voucher / Invoice in case of doubt. After due
verification of Invoices regarding purchase of building material if found fake or
bogus, it is the responsibility of Executive Engineer to register FIR as per Indian
Penal Code.
107
Contractor No. of correction Executive Engineer
(VIII) Contractors shall have facility of various bitumen test / quality control test and having modern
machineries and equipment are only eligible for competitive bidding process. This type of
condition shall be included in future tender.
(IX) Contractor shall only be responsible for delay in payment of bill, if he does not submits,
Invoices towards consumption of steel / cement / bitumen in the work, in quadruplicate (4
copies) to the sub-division upto fifth day of each month. One copy out of four will be duly
signed by Executive Engineer and returned to the contractor for their Tax and Audit purpose.
(X) Contractor shall submit consumption statement of various materials consumed in the work duly
signed in prescribed proforma while submitting the invoices. Executive Engineer and Divisional
Accountant will signed the same after due verification. Contractor shall submit invoices as per
consumption statement and certify the invoices as it is true and bonafied and not fake. (Bogus).
This certificate will be signed by the Executive Engineer and Divisional Accountant. Action of
registering FIR against the contractor could be taken if the invoices are found fake or bogus.
5. Instructions regarding procurement of bitumen obtained from foreign manufacturing refineries.
Permission has been granted to use VG 30 grade bitumen procured from foreign refineries for
the road works under P.W. Department on experimental basis for the period from 01/4/2019 to
31/03/2020 for fixed length of 1500 km for each Public Works Region. These roads will be
under supervision for 2 years for future course of action (Performance) regarding durability and
further use of bitumen. Conclusion on the basis of noting can be drawn . After study of these
works during defect liability period and technical inspection by third party (I.I.T, V.J.I.T,
V.N.I.T etc) of future course of action will be decided at Govt. level regarding procurement of
bitumen from foreign refineries.
Following conditions shall be fulfillied for bitumen procured from foreign refineries.
(1) Bitumen shall be conforming to Indian Standard bureau code IS 73:2013
(2) Refineries shall submit test report along with invoice to the contractor as per the batch of the
material. Contractor shall submit these invoices along with manufacturer’s test report carried out
in their owned laboratory in triplicate to the department.
(3) Foreign refineries shall have its owned laboratory in India. Contractor shall have to submit test
reports in foreign owned laboratory in India after procurement of bitumen in India.
(4) The rate of VG-30 grade bitumen of foreign refinery and the rate of public sector refinery on the
same date in India, out of which only lowest rate shall be preferred while calculating price
escalation. In case of Negative escalation the highest rate of above mentioned rates shall be
preferred.
(5) The bitumen shall only be used after obtaining satisfactory test results from Government
approved laboratory for bitumen procured from foreign refineries contractor is liable for
correcting defects if noticed during execution of work at his own cost due to quality control test
not found as per Indian standard . Failure to do so, the department will execute the work at the
risk and cost of the contractor. The expenditure incurred for correction of defects will be
recovered as arrears of land revenue. Contractor shall have to submit such type of undertaking to
the department.
108
Contractor No. of correction Executive Engineer
Annexure- VIII
109
Contractor No. of correction Executive Engineer
Annexure- IX
110
Contractor No. of correction Executive Engineer
S. N. Material Test Frequency of Testing Remarks.
Elongation Index.
Iv) Atterberg limits of 1 test per 50 cum of binding
binding material. material.
V) Atterberg limits of One test per 100 cum. Of
portion of aggregates aggregate
passing 425 Micron.
8 Wet Mix i) Aggregate Impact One test per 1000 cum. M.ORTH.specificati
Macadam value on Table 900-3
ii) Gradation One test per 200 cum. .(fifth revision 2013)
iii) Flakiness Index & One test per 500 cum.
Elongation Index.
iv) Atterberg limits of 1 test per 200 cum of binding
portion of aggregates material.
passing 425 Micron.
v) Density of One set of 3 test per 1000
Compacted layer Sqm
9 Prime coat i)Quality of binder No. of samples per lot and M.ORTH.specificati
/ tack coat tests as per I.S. 73, I.S. 217 on Table 900-3
/ Fog spray ii) Binder and I.S. 8887 as applicable. .(fifth revision 2013)
Temperature At regular close intervals,
iii) Rate of spread of three test per day
binder
111
Contractor No. of correction Executive Engineer
S. N. Material Test Frequency of Testing Remarks.
vi)Water sensitivity of
mix (if required)
xii) Temperature of
Binder in boiler,
aggregate in drier and
mix at the time of One set for each 400 tonnes
laying and compaction of mix subjected minimum of
xiii) Binder contents 2 tests per day per plant.
one test per 700 sqm area
xiv) Density of
compacted layer
14 Bitumen .i) Penetration 2 test per lot as per I.S. 73
ii) Ductility
iii) Softening Point
iv) Flash/Fire point
v) Specific gravity
15 Chequred i) Water absorption Shall not exceed 10% Set of 6 Tiles shall
Tiles ii) Transverse strength The average width be tested per every
transverse strength shall not 2000 tiles or part
be less than 30 Kg/cm2 thereof.
114
Contractor No. of correction Executive Engineer
Theoretical Consumption of cement (Applicable for OPC not for PPC)
Sr No Item of Work Unit Theoretical Consumption of
cement in Bags
1 Providing and laying in Situ cement in 1:4:8 – for Cu.M 3.40
foundation ----- etc complete
2 Providing and laying in Situ cement concrete M-20 Cu.M 7.10
for R.C.C work foundation ----- etc complete
3 Providing and Casting in Situ cement concrete M- Cu.M 7.10
20 trap metal for R.C.C Columns ----- etc complete
4 Providing and Casting in Situ cement concrete M- Cu.M 7.10
20 trap metal for R.C.C beams and lintels----- etc
complete
5 Providing and laying in Situ cement concrete M-20 Cu.M 7.10
trap metal for cast in situ wall ----- etc complete
6 Providing and Casting in Situ cement concrete M- Cu.M 7.10
20 trap metal for R.C.C slabs landings ----- etc
complete
7 Providing and laying in Situ C.C.M-15 of trap Cu.M 6.27
metal in foundation including necessary bailing out
water ----- etc complete
8 Providing and laying in C.C.M-15 of trap metal Cu.M 6.27
for cast in situ ,wall ----- etc complete
9 Providing and casting in situ cement concrete M- Cu.M 6.27
15 of trap metal for coping ---- etc complete
10 Providing and casting in situ cement concrete M- Cu.M 7.10
20 of trap metal for R.C.C coping to plinth or
parapet ----- etc complete
11 Providing and casting in situ cement concrete in Cu.M 7.10
M-20 of trap metal for R.C.C waist slab ,and steps
of etc ----- complete
12 Providing and casting in situ cement concrete M- Cu.M 7.10
20 of trap metal for R.C.C pardi 75 mm th of -----
etc complete
13 Providing and casting in situ cement concrete M- Cu.M 4.40
10 of trap metal for Foundation ----- etc complete
14 Providing and casting in situ cement concrete M- Cu.M 7.10
20 of trap metal for R.C.C chajas ----- etc
complete
15 Providing and 2 nd class Burnt masonary with Sq.M 1.44
conventional Type bricks in cement mortar 1:6 in
foundation and plinth ----- etc complete
16 Providing and 2 nd class Burnt masonary with Sq.M 1.44
conventional Type bricks in cement mortar 1:6 in
for super structure----- etc complete
17 Providing and 2 nd class Burnt masonary with Sq.M 0.22
conventional / I.S. type bricks in cement mortar 1:4
115
Contractor No. of correction Executive Engineer
in half brick thick ----- etc complete
18 Providing internal plaster 6 mm thick in single coat Sq.M 0.07
in cement mortar 1:3 with neeru finish to concrete
----- etc complete
19 Providing internal plaster 12 mm thick in single coat Sq.M 0.09
in cement mortar 1:5with neeru finish to concrete
surface ----- etc complete
20 Providing said faced plaster for external portion in Sq.M 0.22
cement mortar using Kharsalia/ Khasa or similar
type of sand in all position including base coat of 15
mm thick in C.M. 1:4 using water proofing
compound ----- etc complete
21 Providing and laying cement mortar concrete Sq.M 0.36
flooring 40 mm the with 1:2:4 s.c laid to proper level
and slope in alternare bays including PVC
/glass/allumimimum strips at ----- etc complete
22 Providing sills of polished Kaddappa stone 25 mm Sq.M 0.13
to 30 mm thick on a bed of C.M 1:4 including
cement ----- etc complete
23 Providing and fixing granite of best quality to floor Sq.M 0.18
,dado , skirting etc of approved colour and fixture
18 mm to 20 mm thick in required position with
ready internal plaster 12 mm thick in single coat in
cement mortar 1:5with neeru finish to concrete
surface ----- etc complete
24 Providing and fixing ceramic tiles of approved Sq.M 0.22
quality 30 cm x 30cm x5.5 mm for flooring in
required position laid on bed of C.M 1:4 including
cement float ,filling joint with ----- etc complete
25 Providing and fixing ceramic of tiles approved Sq.M 0.210
quality 30 cm x 30cm x5.5 mm for dado and skirting
in required position with readymade adhesive
mortar of approved quality in required position after
making the wall portion in level in plaster of C.M.1:4
including joint with ----- etc complete
26 Providing and laying polished kota stone slabs 20 Sq.M 0.180
mm to 25 mm thick risers and treads of steps and
staircases with rounded nosing and groove at
edge for the treads, on a bed of C.M 1:6 including
cement float ----- etc complete
27 Providing and laying polished kota stone flooring 25 Sq.M 0.130
mm to 30 mm thick plain /diamond pattern on a
bed of C.M 1: 6 including cement float, filling joints
with neat cement ----- etc complete
28 Providing and laying polished tandoor flooring 25 Sq.M 0.130
mm to 30 mm thick and required width in
/diamond pattern on a bed of C.M 1: 6 including ----
- etc complete
29 Providing and laying gray cement base marble Sq.M 0.21
116
Contractor No. of correction Executive Engineer
mosaic tiles 25 cm x 25 cm and 20 mm thick of
approved coloured and pattern with and coloured
marble chips upto maximum size 6 mm for flooring
in required position set on bed of C.M 1:5 cement
mortar /including neat cement ----- etc complete
30 Providing and laying gray cement base marble Sq.M 0.21
mosaic tiles 25 cm x 25 cm and 20 mm thick of
approved coloured and pattern with white and
coloured marble chips upto maximum size 6 mm
for flooring in required position set on bed of C.M
1:5 cement mortar /including neat cement ----- etc
complete
31 Providing and fixing white base marble mosaic 25 Sq.M 0.18
cm x 25 cm and 20 mm thick of approved coloured
and pattern with white and coloured marble chips
upto maximum size 6 mm.12 mm/ 20 mm for dado
and skirting ----- etc complete
32 Providing water proofing treatment in w.c and bath Cu M 2.20
including B.B.Coba ----- etc complete
33 Providing cement based water proofing treatment Cu M 0.60
to terrace (Indian water proofing or a like) with
bricks bats ----- etc complete
34 Providing and laying I Situ M-20 cement concrete Cu M 7.10
of trap metal for wearing course 15 cm thick
including ----- etc complete
34 Providing single /double under reamed piles of in Cu M 7.50
specified diameter with c.c. M-25 grade of concrete
---- etc complete
117
Contractor No. of correction Executive Engineer
SPECIAL CONDITIONS AND TECHNICAL SPECIFICATIONS (CIVIL WORK)
1. General Technical Specification shall comprise the specifications containing in the standard
Specification mentioned hereinbefore. The I.S. specification referred to there in shall stand applicable of
technical details and specification contained in P.W.D. Hand Book of Nagpur Metropolitan Region
Development Authority and Indian Electricity Rules framed under Indian Electricity Act for Electrical
works, also be considered as part of these General Technical Specifications.
2. In the event no specifications. Instructions or guidelines are available in standard specification or
Annexure for carrying out particular item of work or testing of materials as relevant specification and
standards laid down in the codes of practices listed below shall be applicable and binding on the
Contractor
3. The codes of practice that shall also be applicable are as under:
Abbreviations Code of practice
1. IS :- Indian Standard of the Bureau of Indian Standard
2. BS : - British Standard of British Standards Institutions.
3. ASTM :- American Standard of the American Society of Testing Material.
4. ACI :- American Concrete Institution
5. DIN : Deuscher Normenausschuss (German specification)
6. SP :- Special Publication Bureau of Indian Standard.
7. NBC :- National Building Code of India.
8. IRC :- Indian Structures Congress.
9. MOST :- Ministry of Surface Transport (Structure Wings) Specification For Structure and Bridge
Works 1988
10. CPHEEO :- Central Public Health and Environment Engineering Organization Drainage and tar
Manual Govt. of India.
4. In so far any stipulation made herein conflicts or is inconsistence with any of the provision of the
standard specifications, the stipulation made here shall always prevail
5. The codes of practices would always mean latest edition of codes of practices current on the day. 30
days period to the latest date of receipt of tender and only the Standards and specification mentioned
therein shall be applicable.
6. The contract shall be responsible for the quality of work in the entire contraction work within the
contract. The contract shall therefore have his own independent and adequate setup for ensuring the
same.
118
Contractor No. of correction Executive Engineer
7. The Contractor shall carry out modification in procedure of work, if any, as directed by the Engineer
during his inspection. Contractor shall keep a book called work book order book on site Engineer will
enter his observation I this book whenever necessary. Contractors representative shall sign below the
remarks in token of acknowledgement. Works falling of quality s directly by the Engineer shall be
rectified immediately the Contractor as his cost. For cement, Mild Steel, High Tensile steel, Concrete
and similar other materials where essential test are to be carried at the manufacturers plants or at
laboratories other than named laboratories the cost of samples, sampling forwarding testing and
furnishing of test certificates shall also be borne by the contractor, the test certificate shall be furnished
to the Engineer in charge.
8. Unless specified otherwise the method of sampling and testing of materials shall be as per the
relevant and special publications. In the absence of relevant Indian standards the sampling and testing
procedure to be used shall prescribed by the Engineer in charge
9. The materials to be incorporated in the building for various items of works shall be procured by the
Contractor in advance and samples thereof got approved from the Engineer-in-charge.
10. The approved samples shall be retained in a sample room constructed at site of work till completion
of work .No deviation in size, grade, and quality of the material shall be made by the Contractor during
the construction on any plea ground that the large quantity of such material is not available or otherwise.
11. The contractor rates quoted for various items of work in the Bill of Quantities shall be deemed to be
include of the cost of the previous indicated in the above mentioned clauses
12. Equipment for surveying ,leveling, lining, out and measurement on the work shall be procedure at
his cost by the Contractor for his use. The same shall also be made available to the Engineer at site for
any work connected with Contract without any charge. Maintaining the in proper working condition
shall be responsibility of Contractor.
13. The Equipment such as spirit level plump bob long and short right angels, steel tapes of different
lengths, Nylon thread, Plastic transparent water tubes etc. shall be procured and kept in dimensions.
14. The contractor shall have to construct and Provide laboratory cum sample Room and site office with
toilet for the supervisory sit of the Engineer-in-charge in addition to his site office godowns etc. all
these structures of semi-permanent nature and shall be constructed by Contractor at his own cost as per
the plan prepared and approved by the Engineer-in-charge.
15. The site office laboratory cum sample room shall be independent structures or shall be housed under
one roof. The site office shall have a cabin for the Engineer and /or his authorised representative and a
meeting hall which will also serve as place for supervisor staff of the Engineer-in-charge. Suitable
119
Contractor No. of correction Executive Engineer
Government land if available with the department will be made available to the contractor for this
purpose.
16. The sample Room shall be meant for keeping the samples of materials approved by the Engineer
and the same shall be the sole property of the Department to supplied free of cost by the contractor.
17. A Room for site laboratory shall be provided by the Contractor and equipped by the Contractor
18. On completion of the entire work the temporary structure shall be dismantled by the Contractor, if
so ordered by Engineer.
19. However in case the Engineer desires to retain these structure for his use for some time more, Even
after completion of work the contractor shall retain these structure and the ownership of the same shall
deemed to be transferred to the Engineer-in-charge. In such event the Contractor shall have no financial
claim against the Engineer-in-charge.
20. Obtaining the water supply and electric connection for above Structures from the concerned local
authorities and payment of water supply and electric energy charges concern authorities shall be the
responsibility of the contractor which he shall discharge at his own cost, for the entire contract period.
21. The Contractor intending to use particular equipments, plants and machinery on work, shall inform
the engineer about such intention one month in advance, He shall clarify the purpose utility and mode of
operation etc. to the engineer and get the same approved.
22. During the course of construction unusual situation and typical problems may arisen which case the
Engineer may damaged the methodology of construction, the contractor to adopt. In such an event the
Contractor shall furnish the same can adopt the methodology duly modified, of so ordered by the
Engineer. In order to achieve quality, workmanship and constructional effect the Engineer shall also
propose particular methodology which shall be adopted by the contractor.
GENERAL INSTRUCTIONS
1. In the absence of any definite provision on any particular issue in the aforesaid "Standard
Specification "reference may be made to the Volume-II. Codes of practice and in case of any dispute
arising out of interpretation of the above, the Decision of the Engineer shall be final and binding in the
contractor.
2. In so far as any stipulation made herein conflict or is in consistent with any provision of the standard
specification I.S. codes of practice. The stipulation made here always prevail.
3. The Special stipulations which are in addition and over and above the specification contained in
"Standard Specification" are given in forgoing clauses and shall be binding on the contract without any
claim for extra labour and material thereof for.
120
Contractor No. of correction Executive Engineer
4. The purpose of these stipulation is to achieve good workmanship and the work done in an Engineer-
like-manner in part as well as in the totally at proper stage of work. This necessitates and becomes
binding on a part of the contractor to obtain written approval and acceptance of the work done under
different items of work at different stages from the Engineer-in-charge.
5. Not obtaining the written approval /acceptance work done from the engineer-in-charge at a particular
stage of items of works stipulated and processing ahead of the next stage of work under the same or
different item may viewed as serious lapse on part of the contract. In such an event the work done but
not proved by the engineer-in-charge may summarily rejected. Similarly wherever work done which
converts the unapproved work may also be rejected. Such rejected work shall be removed by the
contractor at his own cost.
6. Acceptation of work done and granting permission to the contractor to proceed with further stage of
work as per the stipulation made herein shall bedone by the Engineer by such mentions in "work Order
Book" or by letter writing. The Contractor shall have to note and sign such remarks and certifications
made in the work order book maintained at the site of work.
7. In case the contractor finds that part of whole of the excavated material is such that useful for
refilling the excavated pits and trenches and/ or plinth or land development of site of work he shall
informs so in writing to the Engineer requesting for final disposal outside the premises in the initial
stage only. In case the Engineer approves of his fact and such proposal he shall order for final disposal
of excavated unuseful material beyond premises.
8. As soon as the excavation pits and trenches partly or fully by the Contractor he shall get the same
approved in writing from the Engineer and shall not proceed with next item of work such as laying of
soil or bed concrete etc. Without complying with his requirement.
9. As soon as the excavation for foundation is approved he levels of these same shall be taken recorded
by the Engineer in a Separate book known as field book which will be signed by the Contractor in token
of acceptance of the same.
10. The depth and height of work done under different hidden items of work in foundation shall be
determined from difference of level of top and bottom. Hence it will b binding upon the Contractor to
arrange for level taking at interval of top and bottom. Hence it will be binding upon the Contractor to
arrange for level taking at intervals and sign the levels taking at intervals and sign the levels record riled
book by the Engineer in token of acceptance of the same. The Contractor shall not proceed with next
items unless this be done
121
Contractor No. of correction Executive Engineer
11. The plinth level i.e. floor level of the ground floor shall be got predetermined by the contractor from
the Engineer in Writing.
12. The Floor level shall be fixed in the form of reduced level with reference to the level of permanent
or temporary bench mark fixed shall be properly secured, Constructed, Protected, and maintained by the
contractor at one or more location as ordered by the Engineer.
13. For Fixing the plinth level the Contractor shall get the made up or the developed ground level
decided before hand writing from the Engineer. 1. For this Purpose, the engineer and the Contractor
shall take account following considerations. 1. Contours and slop of natural ground of works sight. 2.
Level of top adjoining public Structure. 3. The length and gradient of approach from the public
Structure to the entrance of building.
14. The plinth level shall be accordance with the height of plinth shown on Architectural drawing
measured above the made up or developed ground level decide and fixed in advance as above.
15. On the basis of Reduced levels of made up or developed ground level in plinth the Contract shall
submit the Sectional drawing of plinth in to copies to Engineer duly signed by him. He shall Clearly
show thereon the reduced level of flooring at plinth top of bed concrete below flooring top of the plinth
filling on the predetermined reduced level of the made up or developed ground level. The sectional
drawing shall show the section through internal wall and external walls distinctly duly indicating top of
R.C.C plinth beams incase of frame structure and offset of walls and plinth level and at ground level
and inside the foundation, in case of load bearing structure.
16. The Engineer shall scrutinize the sectional drawing submitted by the Contractor modify the same of
necessary and return one copy of approved drawing to the contractor duly signed token of approval and
acceptance of the content of the drawing. The contractor shall strictly adhere to the reduced level
involved different items of work in plinth as shown on approved plan.
122
Contractor No. of correction Executive Engineer
ADDITIONAL SPECIFICATION FOR CONCRETE WORKS
1. For all items of concrete works in any structural portion or its components only Design Mix concrete
shall be used. For grade of concrete less than M-15 nominal mix concrete may be used
2. Nominal Mix. In case of nominal mix concrete is not required to be designed by preliminary tests.
The proportion of cement, fine aggregate sand, coarse aggregates specified by volume.
3. Design mix 3.0 Concrete of specified grade shall be designed on the basis or preliminary tests. The
contractor shall make trial mixes using samples of aggregates and cement typical of those to be used in
the works, if possible the concreting plant and the methods of transporting and depositing the concrete
to be employed in the work shall be used to simulate working condition with the trial mixes. Design mix
shall be carried out in accordance with the provisions laid IS 10262
3.1 Preliminary tests and strength requirement of controlled concrete shall confirm requirements of
IS.456.
3.2 All these preliminary tests approval etc. Shall be got done well in advance by the Contractor before
any concreting is contemplated. Failure on the part of the Contractor to do so and the consequent delay
in the completion of the work will not entitle him to any compensation whatsoever, either financially, or
by way of extension of time.
4. Cement Content 4.0 Minimum cement content of various grades of Design mix concrete shall be as
per I.S.
4.1 Water Cement Ratio Water cement ratio in all elements shall be as practicable in conformity with
requirement of work as per I.S. 456
4.2.Water Quantity and Slump Water quantity and slump for all reinforced (Ordinary and controlled
concrete ) and plain concrete work shall confirm to IS 456 specification unless otherwise directed by the
Engineer.
4.3.Admixtures Use of super plasticizers in concrete shall be permitted. Admixture shall comply with IS
6925 the cost of admixtures shall be borned by the Contractor.
5. Workmanship
5.1.Proportioning concrete Proportioning of concrete shall conform to IS : 10252 Unless otherwise
directed by the engineer.
5.2.Mixing of Concrete Design mix concrete as well as nominal concrete shall be mixed following the
provision in standard specification unless otherwise directed by the Engineer. Unless otherwise agreed
by the Engineer concrete shall be mixed in a batch type mixer which shall comply with IS : 1791, IS :
4935 or such other types as the Engineer may approve When swing type weight batcher are used they
123
Contractor No. of correction Executive Engineer
shall comply with IS 2722.Batch mixers shall be tested and perform in accordance with IS 4634 Or such
other tests as the engineer may require. During hot weather the Contractor shall ensure that the
constituent materials are sufficiently cool, to prevent the concrete from stiffening in the intervals
between its discharged from the mixer and as final position. 5.3.Transportation, placing and compaction
of concrete. The method of transportation, Placing and compaction of concrete shall be followed for
standard Specifications unless otherwise directed by the Engineer. The Compaction shall be done with
surface float vibrator for slab and with pin vibrator for columns and beams. Vibrators of adequate
capacity shall be employed of the all types of works. 5.4.Curing Curing shall be done following
provision of Standard Specifications and as directed by the Engineer. Approved Curing Compound may
be used in lieu of moist curing with the permissions of the Engineer. Such approved compound shall be
applied to all exposed surfaces of concrete as soon as possible after the concrete has set.
5.5.Working in Extreme Weather During windy weather efficient protection shall be provided to
prevent the cement from being blown away during the process of proportioning and mixing. During wet
weather, Concrete shall be adequately protected as soon as it is in position. No concrete shall be carried
out during period of continuous heavy rain unless, it is completely covered during mixing,
transportation and placing. In extreme hot weather, concrete shall be restricted to mornings and
evenings. Time between mixing and placing of concrete shall be kept to the minimum and formwork
shall be cooled by sprinkling water starting curing before concrete dries out.
5.6.Finishing Finishing work shall comply requirement of standard Specification unless otherwise
specified herein below Immediately on removal soft forms, the RCC work shall be examined by the
Engineer before any defects are made good.
5.6.1. The work that has sagged or contain honeycombing to an extent detrimental to structural safety or
architectural concept shall be rejected. 5.6.2. Surface defects of a minor nature shall be rectified
generally as indicated below the Contractor.
5.6.2.1. Surfaces defects which require when form are removed unusually consists of bulges due to
movement of forms, ridges at form joints, honey combed areas damages resulting from the stripping of
forms and bolt hole. Careful chipping or tooling shall remove bulges and ridges and the surface is then
rubbed with a grinding stone. Honey combed and other areas shall be chipped out, the edges being cut
as straight as possible and perpendicularly to the surface, or preferably slightly under cut to provide a
key at the edge of the patch, bolt, and holes shall be closed cement mortar to ensure through filling.
5.6.2.2. Shallow patches shall first be treated with a coat of thin grout composed of one part of cement
and one part of sand and then filled with mortal similar to the used in concrete. The mortal is places in
124
Contractor No. of correction Executive Engineer
layers not more than 10 mm thick and each layer shall be given in scratch finish to secure bond with the
succeeding layer. The last layer shall be finished to match the surrounding by floating; rubbing or
cooling formed surfaces by the pressing the form material against the patch while the mortal is still
plastic.
5.6.2.3. Large and deep patches filling up with concrete held an place by forms. Such patches shall be
reinforced and carefully dowelled to the hardened concrete
5.6.2.4. The same amount of care to cure the material in the patches shall be taken as with the hole
structure. Curing shall be started, as soon as possible after the patch is finished to prevent early drying,
damp Hessian may be used. Construction joints shall be provided and traded following the provision of
specification and as directed by the Engineer
6. Durability Minimum cement content for different exposures and sulphate attack are given in Table 19
and 20 of IS shall be followed for Design mix.
7. Tests and standard of Acceptance. Test and Standard of acceptance criteria of design mix concrete
and nominal mix concrete shall be as follow Sampling and Testing of concrete shall be as per provisions
of Standard Specifications. Acceptance criteria fro strength of concrete shall be as below:
7.1. Design Mix Concrete Full payment shall be made when 80% of the test cube Results are equal to
and above the minimum specified strength and the remaining 20% on the result are above 80% of the
specified strength.
7.2. Nominal Mix concrete Full payment shall be made when 70 % of the test cube Result are equal to
and above the minimum specified strength and remaining 30% of the result are above 75% of the
specified strength. Case falling outside the above limit shall be examined by the Engineer on merits in
each case. Keeping Records
7.3. The records of mix design, slump, testing of C.C.cubes shall be maintained in accordance with
Standard Specification. 8. Defective Concrete Any Concrete which give sub standard result, or is
severally damaged due to cracking or shows excessive honey combing and exposure of reinforcement of
if any faculty, which in the opinion of the Engineer seriously impairs its function may be declared as
defective concrete. Acceptance of Such concrete shall be covered by IS 456, such non-acceptance
concrete shall be cuts out removed from the site and replaced by fresh concrete of specified quality by
the Contractor at his own cost. Alternatively in case of acceptable concrete, the Contractor shall carry
out whatever other remedy, shall carry out whatever other remedy the Engineer may responsibly
required having regard to all the circumstances at expenses of the contractor.
125
Contractor No. of correction Executive Engineer
SPECIFICATION FOR FORMWORK AND STEEL CENTERING
A. FORM WORK :-
1. Formwork: Form work shall be include all temporary forms of moulds required for forming
the concrete which is cast in site together with all temporary construction required for their
support. Unless otherwise stated all formwork shall confirm I.S. specifications
2. Design of Form work :- Form work including complete false work shall be designed by the
contractor in accordance with I.S 2750,4041 and all other relevant I.S codes without any extra
cost to the Employer and these shall be got approved from the Engineer before any form work is
taken up
2.1. The contractor entirely be responsible for the adequacy and safety for false work not
withstanding any approval or review by the Engineer of his drawing and Design. Proprietary
system of formwork, if used a detailed information shall be furnished to the engineer of approval
3. Quality of shuttering :- The shuttering shall have smooth and even surface and it's joints shall
not permit leakages of cement slurry.
3.1. Ply-board shuttering material to be used for sides of beams and columns shall be marine or
laminated plywood well seasoned tree from projecting nails splits or other defects that may mark
on the surface of concrete. It shall not be so dry as to absorb water from concrete and swell and
bulge or so green or wet as to shrink after erection. Mild steel plates or plywood shall be used
for slab and beam bottoms.
3.2. The timber shall be accurately sawn and planed on the sides and the surface coming in
contract with concrete.
3.3. So far as practicable clamps shall be used to hold the forms together where use of nails in
unavoidable minimum number of nails shall be used and these shall be left projecting so that
they can be easily with drawn. Use of double headed nails shall be preferred
4. Tolerance : The form work shall be made so as to produce finish concrete true to shape, lines,
levels, plumbs and dimensions as shown on the drawings , subject to the following tolerance
unless otherwise specified in this documents or drawings or as directed by the Engineer.
A. Section dimension : - 5mm.
B. Plumb :- 1 in 1000 of height
C. Levels :- 3mm. before and deflection has been Taken place.
Tolerance given above are specified for local aberrations in the finished concrete surface and
should not be taken as tolerance for the entire structure taken as a whole or for the setting and
126
Contractor No. of correction Executive Engineer
alignment of formwork, which should be as accurate as possible to the entire satisfaction of the
Engineer. Errors if noticed in any lift/tilt of the structure after stripping of forms , shall be
corrected in the subsequent work to bring back the surface or the structure to it's true alignment .
5.Special Provisions :
Whenever the concreting of thinner members is required to be carried out within shutters of
considerable depth, temporary openi8ng in the sides of the shutters shall, if so directed by the
Engineer by provided to facilitates the pouring and consolidation of the concrete. Small
temporary openings shall be provided as necessary at the bottom of the shutters of walls and
deep beams to permit the expulsion of rubbish etc.
6. Removal of Formwork:
The formwork shall be so removed as not to cause to damage the concrete . Centering shall be
gradually and uniformity lowered in such a manner as to avoid any shock or vibration. Support
shall be removed in such a manner as to permit the concrete to take stresses due to it's own
weight uniformly and gradually. The whole of the form work removed should be planned and
definite scheme of operation worked out. Under no circumstances should forms be struck until
the concrete reaches a strength of at least twice the stress to which the concrete may be subjected
as the time for striking but not before the period as mentioned in I.S 456 where ordinary
Portland cement is used.
B. STEEL CENTERING :
1. Work Include: Erecting steel centering with the contractor's materials comprising of standard
steel adjustable props and standard steel trusses / joints / spans centering plate for the bottom of
slab and plates for the bottom of the beams etc. of adequate strength properly balanced for
obtaining adequate rigidity to with stand all loads coming in it including permanent and
temporary fixtures and fastenings etc. complete for R.C.C members like beams slab and canopy
including it's removal after the specified period stacking, making good the damaged parts / it's
replacement before its next use with all leads and lift (all centering material shall be of
contractor).
1.1. For R.C.C beams, lintels, arches etc. formwork shall be of the plywood of adequate
thickness and grade only. The centering supporting arrangement such as standard steel trusses/
joints / spans standard adjustable / fixed props. H type frames etc. Shall be designed by the
contractor and got approved from the Engineer before commencement of its erection . The
127
Contractor No. of correction Executive Engineer
contractor with prior approval from the engineer shall use standard steel centering arrangement
which may be manufactured by the reputed firm.
1.2. The supporting arrangement design by the contractor shall be confirmed to the relevant I.S
codes and standard practice adopted in this type of work. The centering arrangement shall be
adequately braced and properly secured by using appropriate type of fastening and fixtures to
ensure stability and rigidity of the centering to withstand all loads coming on it. The entire
responsibility for design, erection, maintenance and safety etc. will exclusively rest with the
contractor. The Engineer reserves right to call detailed design calculation of the entire centering
in the event if which the contractor shall have to arrange for its replacement at his own cost.
2. Item to Includes
2.1. The item Shall include erection of centering with M.S props , struts with all bracing,
fastening and Fixtures, its removal after the specified period and its safe maintenance during the
above period, cost of safety precautions required to be taken for the work men and Govt.
Property, stacking of material after removal at suitable place, replacement of damages / wormed
out parts , cleaning etc.
2.2. The material used for centering shall be the property of contractor and shall be slowed to
taken away after completion of the work. The centering Supporting arrangement should be
designed by the contractor He may make use of standard centering arrangement made by the
standard manufacturer such as Acro blue bird. All the relevant codes etc. will be followed and
appropriate centering may be suggested The rate should include all temporary/ permanent
arrangements including temporary fastening and fixtures. The centering material should be of
contractor and he should take away from the site of work after completion of work, isolated
lintels less then two meters in length chajja and plinth beam shall not be paid for centering under
this item . The payment to the extent of completed R.C.C work shall only be made irrespective
of quantity of centering material procured by the contractor at the work side.
128
Contractor No. of correction Executive Engineer
DECLARATION
I/ we hereby declare that I/we have made myself/our selves thoroughly conversant with the local
conditions regarding all materials such as stones,murum,sand etc and labour on which I/we have based
my /our rates for this Work. The specification ,lead & lift for this work have been carefully studied and
understood by me before submitting the tender. I/we undertake to use only the best material approved by
the Engineer- in- charge or his duly representative before starting the work and to abide by his decision.
I/We shall maintain /rectify the entire work as per as per standard specification of P.W.D (Red
Book ) and M.O.R T and .H specification as soon as damage occurs up to the expiry defect liability
period without putting forth any reasons.
I hereby undertake to pay the labourers engaged on the work as per Maharashtra Contract Labour
(Regulation and Abolition rule 1971) or at the rate revised by the Competent Authority time to time
applicable to the zone concerned.
CONTRACTOR’S SIGNATURE.
129
Contractor No. of correction Executive Engineer
FORM – 1
LIST OF MACHINERY AVAILABLE WITH TENDERER WHICH WILL BE USED ON THIS WORK
Sr. Name of Equipment No. of Kind of Capacity Age of Present Present location with Whether machinery Remarks
No. Unit Make machinery Conditions name & address of is hypothecated to
organisation where any division / Bank
machinery under use or other institution
at present etc.
1 2 3 4 5 6 7 8 9 10
Notes :- The above machineries are readily available with me / us for use on this work
Contractors :- ___________________________________________________
Name :- ___________________________________________________
Address :- ___________________________________________________
130
Contractor No. of correction Executive Engineer
FORM – 2
LIST OF TECHNICAL PERSONNEL OF THE TENDERER LIKELY TO BE APPOINTED ON THIS WORK
Contractors :- ___________________________________________________
Name :- ___________________________________________________
Address :- ___________________________________________________
131
Contractor No. of correction Executive Engineer
FORM-3
DETAILS OF WORKS TENDERED FOR IN HAND AS ON THE DATE OF SUBMISSION OF THE THIS TENDER
1 2 3 4 5 6 7 8 9 10 11
Contractors :- ___________________________________________________
Name :- ___________________________________________________
Address :- ___________________________________________________
Certificates from Heads of officers under whom the work are in progress should be enclose
132
Contractor No. of correction Executive Engineer
Apendix-I
Contractor Photo
(Format of Self declaration to be given on Plain paper.)
Affidavit
I,...............................................................................................................................
(Name of Contractor/ person,) Aged about ........... years, residing
at......................................................................
(Postal Address) do hereby declare that I am the proprietor/Partner of (Name of
company/firm) Registered at...................
I do hereby declare that, the documents submitted in envelope No. 1 of the tender
document for the work of CONSTRUCTION OF DURGAPUR SINHALA WARVAT
CHORGAON MAMLA VAYGAON BORDA WALNI (MDR-56) ROAD AS PER NEW
ALLIGNMENT FROM KM 0/000 TO 3/040 TA. DIST. CHANDRAPUR are true correct and
complete.
In case, the contents of envelope No. 1 and other documents pertaining to the
tender submitted by me are found to be incorrect or false, I shall be liable for action under
the relevant provision of Indian Penal Code and other relevant laws.
133
Contractor No. of correction Executive Engineer
APENDIX – II
(Format of affidavit to be given on Rs. 100 Non-Judicial Stamp Paper)
AFFIDAVIT
………………....................................................................................................... (Authorised
signatory to sign the contract), hereby submit, vide this affidavit in truth, that I am the
owner of the contracting firm …………………/ authority signatory and I am submitting the
documents in envelope no.1 for the purpose of scrutiny of the contract (Name of Work :
BORDA WALNI (MDR-56) ROAD AS PER NEW ALLIGNMENT FROM KM 0/000 TO 3/040
1. I am liable for action under Indian Penal Code for submission of any false /
fraudulent paper / information submitted in envelope No.1.
2. I am liable for action under Indian Penal Code if during contract period and defect
liability period, any false information, false bill of purchases supporting proof of
purchase, proof of testing submitted by my staff, subletting company or by myself,
I will be liable for action under Indian Penal Code.
3. I am liable for action under Indian Penal Code if any papers are found false
/fraudulent during contract period and even after the completion of contract
(finalisation of final bill).
134
Contractor No. of correction Executive Engineer
Sample Format for
1 Proposed Position :-
2 Name of Personnel :-
3 Date of Birth :-
4 Nationality :-
5 PAN :-
6 Educational Qualifications :-
7 Employment Record :-
(Starting with present position, list in reverse order every employment held.)
8 List of projects on which the Personnel has worked
9 Details of the current assignment and the time duration for which services are required
for the current assignment.
Certification:
a. I am willing to work on the Project and I will be available for entire duration of the
Project assignment as required.
b. I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes me, my qualifications and my experience.
135
Contractor No. of correction Executive Engineer
Annexure-X
136
Contractor No. of correction Executive Engineer
(ii) Any arrangement entered into between the Government and the Contractor
with or without our consent.
(iii) Any forbearance or including 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 –
I Our liabilities hereunder shall be joint and several with that of the contract as if we
were the principal debtors in respect of the said sum of Rs. __________
(Rs._________________________________________only.
(D) We shall not revoke this guarantee during its currency except with the previous
consent in writing of the Government IN WITHNEES WHERE OF The Common Seal of
_______________ has been here into affixed this day of ___________________ The
common seal of ________________________ was pursuant to the resolution to of the
Board of Directors of the company dated the ___________ day of _______________ herein
affixed in the presence of who in token have here to set their respective hands in the
presence of –
(1) ................................................................
137
Contractor No. of correction Executive Engineer
INDENTURE FOR SECURED ADVANCES
FROM 31
(For use in cases in which the contract is for finished work and the contractor has entered
into an agreement for the execution of a certain specified quantity of work in a given
time.)
This indenture made the ___________ day of _________ , 20 _____ BETWEEN
______________ (hereinafter called the contractor which expression shall where the context so
admits or implies be deemed to include his executors, administrators and assigns) or the one part
and the employer of the Other Part.
Whereas by an agreement dated ____________ (hereinafter called the said
agreement)
the contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed
advanced on the security of materials absolutely belonging to him and brought by him to the site of
the works the subject of the said agreement for use in the construction of such of the works as he
has undertaken to executive at rates fixed for the finished works (inclusive of the cost of materials
and labour and other charges)
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees
________________________________________ on the security of materials the quantities and
other particulars of which are detailed in Accounts of Secured Advances attached to the Running
Account bill for the said works signed by the Contractor on _____________ and the Employer has
reserved to himself the option of making any further advance or advance on the security of other
materials brought by the Contractor to the site of the said works.
Now THIS INDENTURE WINTNESSE that in pursuance of the said agreement and in
consideration of the sum of Rupees _______________ on or before the execution of
these
presents paid to the Contractor by the Employer (the receipt where of the Contractor doth hereby
acknowledge) and of such further advance (if any) as may be made to him as a for said the
Contractor doth hereby covenant and agree with the President and declare as follows :
(1) That the said sum of Rupees ____________________________ so advanced by
the
Employer to the Contractor as aforesaid and all or any further sum or sums advanced as aforesaid
shall be employed by the Contractor in or towards expending the execution of the said works and
for no other purpose whatsoever.
(2) That the materials details in the said Account of Secured Advances which have been offered to
and accepted by the Employer as security are absolutely the Contractor’s own propriety and free
from encumbrances of any kind the contractor will not make any application for or receive a further
advance of the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the contractor indemnified the Executive Engineer, PUBLIC
WORKS DIVISION No. 2, Chandrapur against all claims to any materials in respect of which an
advance has be made to him as aforesaid.
138
Contractor No. of correction Executive Engineer
(3) That the materials detailed in the said account of Secured Advance and all other materials
on
the security of which any further advance or advance may hereafter be made as aforesaid
(hereafter called the said materials) shall be used by the Contractor solely in the execution of the
said works in accordance with the directions of the Engineer.
(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for
the proper watch, safe custody and protection against all risks of the said materials and that until
used in
construction as aforesaid the said materials shall remain at the site of the said works in the
Contractor’s custody and on his own responsibility and shall at all times be open to inspection by
the Engineer or any officer authorised by him. In the event of the said materials or any part thereof
being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to
reasonable use and wear thereof the Contractor will forthwith replace the same with other materials
of like quality or repair and make good the same required by the Engineer.
(5) That the said materials shall not be any account be removed from the site of the said works
except with the written permission of the Engineer or an officer authorized by him on that behalf
(6) That the advance shall the Executive Engineer, PUBLIC WORKS DIVISION NO.
2, CHANDRAPUR of the price payable in full when or before the Contractor
receives payment from the Executive Engineer, PUBLIC WORKS DIVISION NO.
2, CHANDRAPUR of the price payable to him for the said works under the terms
and provisions of the said agreement. Provided that if any intermediate payment
are made to the Contractor on account of work done than on the occasion of each
such payment the Employer will be at liberty to make a recovery from the
contractor’s bill for such payment by deducting there from the value of the said
materials than actually used in the construction and in respect of which recovery
has not been made previously, the value for this purpose being determined in
respect of each description of materials at the rates are which the amounts of the
advances made under these presents were calculated.
(7) That if the Contractor shall at any time make any default in the performance or
observance in any respect of any of the terms and provisions of the said agreement
or of these presents the total amount of the advance or advances that may still be
owing of the Executive Engineer, PUBLIC WORKS DIVISION NO. 2,
CHANDRAPUR shall immediately on the happening of such default be repayable
by the Contractor to be the Employer together with interest thereon at twelve
percent per annum from the date or respective dates of such advance or advances
to the date of repayment and with all costs, charges, damages and expenses
incurred by the Executive Engineer, PUBLIC WORKS DIVISION NO. 2,
CHANDRAPUR in or for the recovery thereof or the enforcement of this security or
otherwise by reason of the default of the Contractor and the Contractor hereby
covenants and agrees with the Executive Engineer, PUBLIC WORKS DIVISION
NO. 2, CHANDRAPUR to reply and pay the same respectively to him accordingly.
139
Contractor No. of correction Executive Engineer
(8) That the contractor hereby charges all the said materials with the repayment to the
Employer of
the said sum of Rupees _________________________ and any further sum or sums advanced as
aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED
ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement
and without prejudice to the power contained therein if and whenever the covenant for payment and
repayment here-in-before contained shall become enforceable and the money owing shall not be
paid in accordance there with the Executive Engineer, PUBLIC WORKS DIVISION NO. 2,
CHANDRAPUR may at any time thereafter adopt all or any of the following courses as he may
deem best :
(a) Seize and utilise the said materials or any part thereof in the completion of the said
Works on behalf of the contractor in accordance with the provisions in that behalf
contained in the said agreement debiting the contractor with the actual cost of effecting
such completion and the amount due to the contractor with the value of work done as if
he had carried it out in accordance with the said agreement and at the rates thereby
provided. If the balance is against the contractor, he is to pay same to the Executive
Engineer, PUBLIC WORKS DIVISION NO. 2, CHANDRAPUR on demand.
(b) Remove and sell by public auction the seized materials or any part thereof and out of
the moneys arising from the sale retain all the sums aforesaid repayable or payable to
the Executive Engineer, PUBLIC WORKS DIVISION NO. 2, CHANDRAPUR under
these presents and pay over the surplus (if any) to the Contractor.
(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due
to the Contractor under the said advance shall not be payable.
(9) That except in the event of such default on the part of the contractor as aforesaid interest on the
said advance shall not be payable.
(10) That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevail and in the event of any dispute or difference
arising over the construction or effect of these presents the settlement of which has not been here-in-
before expressly provided for the same shall be referred to the Employer whose decision shall be
final and the provision of the Indian Arbitration Act for the time being in force shall apply to any
such reference.
140
Contractor No. of correction Executive Engineer
Annexure XI
TESTING STATEMENT
Annexure
Sr Items Qty as Specified Required Test actual taken at Total test Deficiency in Remarks
No per frequency test as per Site office Labortory testing
execution frequency
1 2 3 4 5 6 7 8 9 10
Contractors :- ___________________________________________________
Name :- ___________________________________________________
141
Contractor No. of correction Executive Engineer
Name of work : CONSTRUCTION OF DURGAPUR SINHALA WARVAT CHORGAON MAMLA VAYGAON BORDA WALNI (MDR-56) ROAD AS
PER NEW ALLIGNMENT FROM KM 0/000 TO 3/040 TA. DIST. CHANDRAPUR
SCHEDULE 'B'
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
1 Excavation for roadway in earth, soil of all sorts, sand, gravel or soft murum 459.648 One Cubic 123.70 Rs. One Hundred 56858.00
including dressing section to the required grade, camber and side slopes and Metre Twenty Three And
conveying the excavated materials with all lifts upto a lead of 50m. and spreading Paise Seventy Only.
for embankment or stacking as directed. (SSR It. No. 2.11 , Pg. No. , Ref. No.:
MORTH 301 , Add Specs: MORTH 301)
2 Excavation for catch / side water gutter in all sorts of soils to the specified section 4327.200 One Cubic 123.70 Rs. One Hundred 535275.00
including stacking the excavated stuff in a regular bund and disposing of Metre Twenty Three And
unsuitable or excess stuff as directed all sorts of soils. (SSR It. No. 2.18 , Pg. No. , Paise Seventy Only.
Ref. No.: MORTH 309 , Add Specs: MORTH 309)
3 Providing earth work in embankment with approved materials obtained from 9649.047 One Cubic 1225.30 Rs. One Thousand 11822977.00
other sources upto lead of 50m. including all lifts, laying in layers of 20cm. to Metre Two Hundred Twenty
30cm. thickness breaking clods, dressing to the required lines, curves, grades & Five And Paise Thirty
section, watering and compaction with vibratory roller with V-Sat attachment to Only.
achieve not less than 97 % of standard proctor density etc. complete ( Material
obtained from Other sources) (SSR It. No. 2.28 , Pg. No. , Ref. No.: MORTH 305 ,
Add Specs: MORTH 305)
4 Construction of granular sub-base by providing close graded material, spreading 5824.698 One Cubic 3016.75 Rs. Three Thousand 17571658.00
in uniform layers with motor grader / Paver on prepared surface, mixing by mix Metre Sixteen And Paise
in place method with rotavator at OMC, and compacting with vibratory roller to Seventy Five Only.
achieve the desired density, complete as per clause 401 -- By Mix in Place
Method and Grading - I Material (SSR It. No. 3.04 , Pg. No. , Ref. No.: MORTH 401
, Add Specs: MORTH 401)
142
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
5 Providing, laying, spreading and compacting stone aggregates of specific sizes to 1436.422 One Cubic 3566.75 Rs. Three Thousand 5123358.00
water bound macadam specification including spreading in uniform thickness, Metre Five Hundred Sixty
hand packing to proper grade and camber, applying and brooming requisite type Six And Paise Seventy
of screening/ binding Materials to fill up the interstices of coarse aggregate, Five Only.
watering and compacting with vibratory roller to the required density. By
Mechanical Means -Grading I (Using Screening Type B (11.2 mm) Aggregate) (SSR
It. No. 3.19 , Pg. No. , Ref. No.: MORTH 404 , Add Specs: MORTH 404)
6 Providing, laying, spreading and compacting stone aggregates of specific sizes to 1368.022 One Cubic 3566.75 Rs. Three Thousand 4879392.00
water bound macadam specification including spreading in uniform thickness, Metre Five Hundred Sixty
hand packing to proper grade and camber, applying and brooming requisite type Six And Paise Seventy
of screening/ binding Materials to fill up the interstices of coarse aggregate, Five Only.
watering and compacting with vibratory roller to the required density. By
Mechanical Means - Grading II (Using Screening Type B (11.2 mm) Aggregate)
(SSR It. No. 3.2 , Pg. No. , Ref. No.: MORTH 404 , Add Specs: MORTH 404)
7 Providing, laying and compacting of Built-up-spray grout layer 75 mm thick over 18240.290 One 485.70 Rs. Four Hundred 8859309.00
prepared base consisting of two layers composite construction of compacted Square Eighty Five And Paise
crushed coarse aggregates with application of bituminous binder of biyumen of Metre Seventy Only.
specified Grade @ 1.520 Kg/ Sqm after each layer, ( i.e 1.520x2=3.04 say 3.00
Kg/Sqm) and with key aggregates placed on top of the second layer and
compacting with static roller 8 to 10 MT. Excluding cost of tack coat and
scarifying etc. Complete.(VG-30 bulk bitumen rates are considered to arrive at
rates) (SSR It. No. 3.39 , Pg. No. , Ref. No.: MORTH 504 , Add Specs: MORTH 504)
8 Providing and applying tack coat on the prepared surface heating by fames in 36480.580 One 18.30 Rs. Eighteen And 667594.00
Boiler and spraying bitumen set footed in bitumen boller on B.T. surface 2.5 Square Paise Thirty Only.
kg/10 sqm.(VG-30 bulk bitumen rates are considered to arrive at rates) (SSR It. Metre
No. 3.3 , Pg. No. , Ref. No.: MORTH 503 , Add Specs: MORTH 503)
143
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
9 BITUMINOUS MACADAM:--Providing and laying bituminous macadam using 912.015 One Cubic 9175.30 Rs. Nine Thousand 8368011.00
crushed aggregate of Grading 1, premixed with bituminous binder, transported Metre One Hundred
at site with VTS, laid over a previously prepared surface , finished to the required Seventy Five And
grade ,level, alignment,and rolling to achieve the desired density for 80/100 mm Paise Thirty Only.
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) (SSR It. No.
3.42 , Pg. No. , Ref. No.: MORTH 504 , Add Specs: MORTH 504)
10 Open Graded Premix Surfacing- Providing and Laying OGC 20 mm thickness 18240.290 One 232.10 Rs. Two Hundred 4233571.00
composed of 13.2 mm to 5.6 mm aggregates premixed with bituminous binder Square Thirty Two And Paise
transported to site with VTS , laid over a previously prepared surface, finished to Metre Ten Only.
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) (SSR It. No. 4.12 , Pg. No. , Ref. No.: MORTH 510 , Add Specs: MORTH 510)
11 Providing and laying of Type - B premix seal coat with HMP of approprate 18240.290 One 76.05 Rs. Seventy Six And 1387174.00
crushed stone chipping 6.70 mm size and penetration bitumen of specified grade Square Paise Five Only.
@ 0.68 Kg / Sqm. , preparing existing road surface including mixing in suitable Metre
Batch Mix plant and rolling by static roller having weight 8 to 10 MT. etc.
complete. (VG-30 bulk bitumen rates are considered to arrive at rates) (SSR It.
No. 4.03 , Pg. No. , Ref. No.: MORTH 511 , Add Specs: MORTH 511)
12 Supplying hard murum/ kankar at the road site, including conveying and stacking 3089.207 One Cubic 890.58 Rs. Eight Hundred 2751186.00
complete. Metre Ninety And Paise
Fifty Eight Only.
13 Spreading hard murum/ soft murrum/ gravel or kankar for side width complete 3089.207 One Cubic 82.10 Rs. Eighty Two And 253624.00
(SSR It. No. 2.3 , Pg. No. , Ref. No.: - , Add Specs: -) Metre Paise Ten Only.
144
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
14 Compacting the hard murum side widths including laying in layers on each side 6080.000 One 21.85 Rs. Twenty One And 132848.00
with vibratory roller including artificial watering etc. complete. (SSR It. No. 2.31 , Square Paise Eighty Five
Pg. No. , Ref. No.: - , Add Specs: -) Metre Only.
15 Providing and fixing _______ metre stones as per I.R.C. standard including fixing
in standard size ______ block including curing, painting lettering etc. complete.
(SSR It. No. 6.02 , Pg. No. , Ref. No.: MORTH 805 , Add Specs: MORTH 805)
RCC 200 meter Stone in CC 1:4:8 12.000 One 1067.55 Rs. One Thousand 12811.00
Number Sixty Seven And Paise
Fifty Five Only.
Fixing 1:2:4 ordinary km. stones in C.C. 1:4:8 3.000 One 3377.35 Rs. Three Thousand 10132.00
Number Three Hundred
Seventy Seven And
Paise Thirty Five
Only.
Fixing R.C.C. 5th Km. stones, in c.c. 1:4:8 1.000 One 5566.50 Rs. Five Thousand 5567.00
Number Five Hundred Sixty
Six And Paise Fifty
Only.
16 Providing and Laying hot applied thermoplastic road marking strip on Bituminous 760.000 One 692.30 Rs. Six Hundred 526148.00
Surface of specified shade/ colour of 2.5 mm thick including 1.5 Refractive index Square Ninety Two And Paise
reflectorizing glass beads @ 250gm/sqm .Thickness of 2.5 mm is exclusive of Meterr Thirty Only.
surface applied glass beads as per IRC 35:2015. Initial Dry reflectivity RL shall be >
250 mcd/sqm/lux measured in the initial 7 days and sustained reflectivity RL of
100 mcd/sqm/ lux and Qd of 100 mcd/sqm/ lux measured at the end of 2 years
by means of a Standard Reflectometer of Zehntner, Easylux, Delta make capable
of measuring RL & QD both according to IRC 35:2015 clause 15.5. The finished
surface to be level, uniform, and free from streaks and holes complete as per
direction of Engineer-in-charge and in accordance with applicable
specifications.(Refer MORTH Clause 803 for technical Specification and
Performance for IRC 35:2015).
145
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
17 Supplying and Fixing of Molded Shank Raised Pavement Markers / Cat's Eye 1013.000 One 380.45 Rs. Three Hundred 385396.00
made of polycarbonate and ABS moulded body and reflective panels with micro Number Eighty And Paise
prismatic lens capable of providing total internal reflection of the light entering Forty Five Only.
the lens face and shall support a load of 16000 kg tested in accordance to ASTM
D 4280 Type H and complying to Specifications of Category A of MORTH Circular
No RW/NH/33023/10-97 DO III Dt 11.06. 1997. The height, width and length shall
not exceed 50 mm, 100 mm and 102 +/- 2 mm and with minimum reflective area
of 13 Sqcm on each side and the slope to the base shall be 35 +/- 5 degree. The
strength of detachment of the integrated cylindrical shanks, (of diameter not less
than 19 +/- 2 mm and height not less than 30+/- 2 mm) from the body is to be a
minimum value of 500 Kg. Fixing will be by drilling holes on the road for the
shanks to go inside, without nails and using epoxy resin based adhesive as per
manufacturer's recommendation and complete as directed by the engineer.The
contractor shall submit a two year warranty for satisfactory field performance
including stipulated retro-reflectance of the reflecting panel, to the Engineer.
(SSR It. No. 6.09 , Pg. No. , Ref. No.: MORTH 806 , Add Specs: MORTH 804)
18 Providing and fixing Aluminum-backed flexible prismatic (AFP) sheeting 47.700 One 8734.90 Rs. Eight Thousand 416655.00
consisting Yellow colored flexible prismatic sheeting with non-metallic prismatic Square Seven Hundred Thirty
lens as Retroreflective elements and conforming to ASTM D 4956-09 Type VI Meterr Four And Paise
specification for rebound able Retroreflective sheeting. This flexible prismatic Ninety Only.
sheeting shall be of 1ft width and laminated at the back with a 50 micron
Aluminum (Al) foil with pressure sensitive adhesive and liner. Further, this
flexible prismatic sheeting shall have screen printed arrow/slant line pattern in
black color in a continuous roll format. Neither AFP sheeting nor the flexible
prismatic sheeting used in it shall crack when slowly bent in 1 second time
around a 1/8th inch mandrel after being conditioned for 24hrs at 0?C and tested
as per section S2.2.2. of ASTM D 4956-09. The AFP sheeting, with the liner
removed, shall be applied with a neoprene contact adhesive with a
Polychloroprene as base, viscosity of 200-450 cps and solid content of 20-30%.
Once applied, the edges of the product shall be sealed all around with a two-part
epoxy based structural adhesive and shall be extremely resistant to peel-off. A
test report from institutes like ARAI/CRRI confirming to above mentioned
flexibility and ASTM-D4956-09 Type-VI retro reflectivity performance of the
146
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
flexible prismatic sheeting used in AFP shall be submitted by the tenderer during
prequalification and supply of material. (SSR It. No. 6.13 , Pg. No. , Ref. No.:
MORTH 806 , Add Specs: MORTH 806)
19 Road Delineators: Supplying and installation of delineators (Roadway Indicators, 14.000 One 854.45 Rs. Eight Hundred 11962.00
Hazard markers, Object markers) 80 to 100 cm high above ground level, painted Number Fifty Four And Paise
black and white in 15 cm wide strips, fitted with 80x100mm rectangular or 75mm Forty Five Only.
dia. Circular reflectorised panels at the top, buried or pressed into the ground
and confirming to I.R.C. 79 and the drawings (SSR It. No. 6.15 , Pg. No. , Ref. No.:
MORTH 806 , Add Specs: MORTH 806)
20 Providing and constructing Information Pillar of Brick Masonry in C.M. 1:6 of size 2.000 One 14379.40 Rs. Fourteen 28759.00
2.0 m x 0.23m x 1.0 m with base pedestal of size 2.3 m x 0.35 m x 0.45 m (0.3 m Number Thousand Three
above ground), excavtion in ground upto 0.4 m, laying 0.15 m thick 80 mm Hundred Seventy
soling,0.10 m thick c.c. 1:3:6, finishing the pedestal and pillar in cement plaster Nine And Paise Forty
12 mm thick in C.M. 1:5 and finishing the pillar with neat cement finish ,applying Only.
flat oil paint of approved colour in two coats, including curing, finishing etc
complete.(In Strata/Soil other than BC Soil) Spec. No. :As directed by Engineer-in-
charge. (SSR It. No. 6.26 , Pg. No. , Ref. No.: MORTH 805 , Add Specs: 0)
21 Providing and fixing board displaying information, such as 'Name of work, Tender 2.000 One 10356.55 Rs. Ten Thousand 20713.00
cost, Name of Contractor, Work completion and liability period etc', having Number Three Hundred Fifty
rectangular shape of 1.20m x 0.90m size made out 18 gauge (1.25mm) thick mild Six And Paise Fifty
steel sheet painted with one coat of Zinc chromate stoving primer and two coats Five Only.
of enamel paint on front side and grey stove enamel on back side and border /
messages / symbols etc. with approved colour shade paint complete, on
M.S.angle of size 35 x 35 x 3 mm frame with properly cross braced M.S. angles of
size 35mmx35mmx3mm duly painted including Two M.S. angle iron posts of size
65 mm x 65 mm x 6 mm, 3.65 m long painted with alternate black and white
bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8
concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling,
transportation, and labour etc complete. Spec. No. As directed by Engineer in
Charge (SSR It. No. 6.36 , Pg. No. , Ref. No.: MORTH 801 , Add Specs: MORTH
801)
147
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
22 Providing and fixing cautionary / warning sign board of size 60 cm. having shape 14.000 One 4887.75 Rs. Four Thousand 68429.00
of equilateral triangle with apex point upwards. prepared on 16 gauge M.S. sheet Number Eight Hundred Eighty
including painting with one coat of zinc cromate stoving primer and two coats Seven And Paise
each of white back ground, red border and backside gray stove enamelled, Seventy Five Only.
bonded with cut out of Retro reflective sheet Engineering grade, symbol / letters
/ numerals / border / arrow, coated with non pealable crystal clear protective
transparent coat retaining 100% reflection including one One Number of M.S.
Angle iron post of size 50 x 50 x 5 mm of 3.65 m. long inflated at bottom drilled
on top in one piece without joint painted with white and black bands of 30 cm.
fixing board and post with 2 Nos. high strength G.I. bolts and nuts of size 10 mm
dia. and 20 mm long including all taxes, conveying, fixing in ground with cement
concrete 1:4:8 block of 60 cm x 60 cm x 75 cm size etc.complete. 60 cm.
equilateral triangle M.S. sheet with Engineering grade, (SSR It. No. 6.38 , Pg. No. ,
Ref. No.: IRC-67 2012 , Add Specs: IRC-67 2012)
23 Providing and fixing Mandatory / Regulatory sign board of circular shape of size 44.000 One 6034.30 Rs. Six Thousand 265509.00
60 cm. dia. prepared on 16 gauge M.S. sheet including painting with zinc Number Thirty Four And Paise
chromate stoving primer and two coats each of white back ground,red border Thirty Only.
and backside gray stove enamelled, bonded with cut out of Retro reflective sheet
Engineering grade, symbol / letters / numerals / border, coated with non
pealable crystal clear protective transparent coat retaining 100% relection
including one One Number of M.S. Angle iron post of size 50 x 50 x 5 mm of 3.45
m. long inflated at bottom drilled on top in one piece without joint painted with
white and black bands of 30 cm. fixing board and post with 2 Nos. high strength
G.I. bolts and nuts of size 10 mm dia. and 20 mm long including all taxes,
conveying, fixing in ground with cement concrete 1:4:8 block of 60 cm x 60 cm x
75 cm size etc. complete. circular shape of size 60 cm. dia. M.S. sheet with Retro
reflective sheet Engineering grade (SSR It. No. 6.39 , Pg. No. , Ref. No.: IRC-67
2012 , Add Specs: IRC-67 2012)
148
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
24 Providing and fixing sign boards of size 90cm having shape of an equilateral 8.000 One 5307.70 Rs. Five Thousand 42462.00
triangle made out of 14 gauge sheet with retro reflective sheeting of Engineering Number Three Hundred Seven
Grade as per M.O.T. specification No. 801-3(1993) white reflective back ground, And Paise Seventy
lettering symbol bordering of black non reflective paint including M. S. angle iron Only.
back frame of size 35 mm X 35 mm X 5 mm & M.S.angle one post of 50mm x
50mm x 5mm size 3.45 metre long duly painted with white and black bands
including fixing M.S. angle of the boards with galvanised nuts and bolts and
washers. The Board shall be as per IRC-67-1977 including conveying fixing in
ground with C.C. 1:4:8 block of size 0.60 x 0.60 x 0.75 m, with 7 year guarantee
for the sheeting etc. complete. Mild Steel Board with Engineering Grade (SSR It.
No. 6.4 , Pg. No. , Ref. No.: IRC-67 2012 , Add Specs: IRC-67 2012)
25 Providing and fixing Road junction / Information sign board of size 0.90 m x 0.60 5.000 One 8122.65 Rs. Eight Thousand 40613.00
m. prepared on 16 gauge M.S. sheet with angle iron frame of size 35x35x5 mm Number One Hundred Twenty
including painting with one coat of zinc cromate stoving primer and two coats Two And Paise Sixty
each of green/ white back ground and back side gray stove enamelled, bonded Five Only.
with red retro reflective sheet Engineering grade, border / letters / numeral /
arrows, coated with non pealable crystal clear protective coat retaining 100%
reflection including two angle iron post of size 50x50x5 mm of 3.65 m. long
inflated at bottom drilled on top and painted in white and black bands of 30 cm.
with 4 Nos. high strength G.I. bolts and nuts of size 10 mm dia. and 20 mm long
sheet and angle iron post in one piece without joints including all taxes,
conveying, fixing in ground with cement concrete 1:4:8 block of 60 cm x 60 cm x
75 cm size as directed by Engineer-in-charge etc. complete. Mild Steel Board with
Engineering Grade. (SSR It. No. 6.47 , Pg. No. , Ref. No.: IRC-67 2012 , Add Specs:
IRC-67 2012)
149
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
26 Metal Beam Crash Barrier -- Type - A, W : Metal Beam Crash Barrier (Providing 430.360 One 5106.00 Rs. Five Thousand 2197418.00
and erecting a W metal beam crash barrier comprising of 3 mm thick corrugated Running One Hundred Six And
sheet metal beam rail, 70 cm above road/ground level, fixed on ISMC series Metre Paise Nil Only.
channel vertical post, 150 x 75 x 5 mm spaced 2 m centre to centre, 1.8 m high,
1.1 m below ground/road level, all steel parts and fitments to be galvanised by
hot dip process, all fittings to conform to IS:1367 and IS:1364, metal beam rail to
be fixed on the vertical post with a spacer of channel section 150 x 75 x 5 mm,
330 mm long complete as per clause 810)"" (SSR It. No. 7.3 , Pg. No. , Ref. No.:
MORTH 810 , Add Specs: MORTH 810)
27 Supplying on site fresh Garden soil (i. e. 3 part soil ) (free from stones rubbish like 608.000 One 117.25 Rs. One Hundred 71288.00
dried grass roots, other such materials) for excavated pit size area of 0.60 x 0.60 x Number Seventeen And Paise
0.60m ( consolidated thickness).(As per P&G DSR 2022-23 Items of garden Twenty Five Only.
work,Sr No.52)
28 Supplying on site well decomposed Farm Yard Manure FYM (i. e. 1 part FYM) for 608.000 One 54.05 Rs. Fifty Four And 32862.00
excavated pit size area of 0.60 x 0.60 x 0.60m (consolidated thickness).(As per Number Paise Five Only.
P&G DSR 2022-23 Items of garden work,Sr No.53)
29 Providing on site required variety of Flowering Trees having Minimum Girth 10m 608.000 One 1580.05 Rs. One Thousand 960670.00
to 15 c.m. Clear trunk , with Maximum number of Leaves , well Developed Number Five Hundred Eighty
CanopyFree from pest and diseases,well seteled in appropriate size of And Paise Five Only.
Plybag,uniform in size and root system are undamaged.Bahva
(Amaltash)/Bakul/Tabebuia
Bag Size 21"X21" and Height above 10 ft
30 Excavation pit size 0.60 x 0.60 x 0.60m for planting small & medium ornamental 608.000 One 53.65 Rs. Fifty Three And 32619.00
plants/ large flowering/ shady trees (plant height 1 to 2 mtr.)/ palm varieties Number Paise Sixty Five Only.
upto height 1 to 2 mtrs. in earth, soil of all types, soft murum, including removing
the excavated & unwanted material up to a required distance of 50 mtrs. (As per
P&G DSR 2022-23 Items of garden work,Sr No.11)
31 Filling fresh garden soil / silt & manure in excavated pit size area of 0.60 x 0.60 x 608.000 One 19.65 Rs. Nineteen And 11947.00
0.60m (1/10 of unskilled labour)(As per P&G DSR 2022-23 Items of garden Number Paise Sixty Five Only.
work,Sr No.21)
150
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
32 Mixing garden soil/silt & manure thoroughly well, watering previous night. 608.000 One 29.10 Rs. Twenty Nine And 17693.00
Planting reqired plant species as directed etc. complete for required pit size 0.60 Number Paise Ten Only.
x 0.60 x 0.60m. (1/10 of semiskilled labour)(As per P&G DSR 2022-23 Items of
garden work,Sr No.26)
33 Maintainance of Newly Planted tree varities having height 2mtr. - 4mtr. For First 608.000 One 171.75 Rs. One Hundred 104424.00
30 days Only (As per P&G DSR 2022-23 Items of garden work,Srs No.35) Number Seventy One And
Paise Seventy Five
Only.
34 Excavation for foundation in earth, soils of all types, sand, gravel, soft murum 416.690 One Cubic 248.45 Rs. Two Hundred 103527.00
including shoring and strutting, dewatering as necessary and disposing off Metre Forty Eight And Paise
excavated stuff as directed etc. complete. ( By /manaual Means ) Forty Five Only.
a) Upto 1.50m lift Normal Rate
b) 1.50m to 3.00m lift, Add 10%
c) 3.00m to 4.50m lift, Add 20%
d) 4.50m to 6.0m lift, Add 30% (SSR It. No. 12.02 , Pg. No. , Ref. No.: BR 3A , Add
Specs: BR.3 Page One Number 102)
35 Providing rubble filling of trap/ granite/ quartzite gneiss stones for foundations 44.580 One Cubic 3080.65 Rs. Three Thousand 137335.00
including filling voids with sand/grit and compaction etc complete. (SSR It. No. Meter Eighty And Paise Sixty
11.01 , Pg. No. , Ref. No.: CD 1 , Add Specs: CD.1 Page.No. 159) Five Only.
36 Providing and laying in situ / ready mix cement concrete of M-10 proportion with 17.660 One Cubic 7663.05 Rs. Seven Thousand 135329.00
trap/ granite/ quartzite/ gneiss metal in foundation including necessary form Meter Six Hundred Sixty
work, compacting and curing etc. complete. (with reversible drum type mixer Three And Paise Five
with SCADA with fine agreegates of required specifications (Natural sand / VSI Only.
sand finely washed etc ) (SSR It. No. 11.02 , Pg. No. , Ref. No.: CD 3A , Add Specs:
CD.-3 Page.No. 160)
151
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
37 Providing cast in situ / ready mix M20 grade cement concrete for head walls of 159.711 One Cubic 11457.65 Rs. Eleven Thousand 1829913.00
CD work / retaining walls etc. including necessary form work, compaction, Meter Four Hundred Fifty
finishing and curing etc. complete. (with reversible drum type mixer/ concrete Seven And Paise Sixty
batch mix plant (pan mixer) with SCADA (SSR It. No. 11.29) For CD Works Five Only.
38 Providing cast in situ / ready mix M25 grade cement concrete for head walls of 325.500 One Cubic 11613.90 Rs. Eleven Thousand 3780324.00
CD work / retaining walls etc. including necessary form work, compaction, Meter Six Hundred Thirteen
finishing and curing etc. complete. (with reversible drum type mixer/ concrete And Paise Ninety
batch mix plant (pan mixer) with SCADA (SSR It. No. 11.29) Only.
For Retaining Wall
39 Providing cast in situ / ready mix block of M10 cement concrete with circular or 161.660 One Cubic 10012.30 Rs. Ten Thousand 1618588.00
other shaped opening for waterway including necessary formwork, compaction, Meter Twelve And Paise
finishing and curing etc. complete. (with reversible drum type mixer/ concrete Thirty Only.
batch mix plant (pan mixer) with SCADA with fine agreegates of required
specifications (Natural sand / VSI sand finely washed etc ), cement 4.05
bags/cumt) (SSR It. No. 11.22 , Pg. No. , Ref. No.: CD 8 , Add Specs: CD.8 Page.No.
163)
40 Providing and laying cement concrete pipe of IS 458:2003 NP-3 class of 1200mm 122.500 One 12684.30 Rs. Twelve Thousand 1553827.00
diameter in proper line, level and slope etc. complete. (SSR It. No. 11.18 , Pg. No. Running Six Hundred Eighty
, Ref. No.: CD 7 , Add Specs: CD.7 Page.No. 162) Metre Four And Paise Thirty
Only.
41 Excavation for foundation in earth, soils of all types, sand, gravel, soft murum 1440.000 One Cubic 93.55 Rs. Ninety Three And 134712.00
including shoring and strutting, dewatering as necessary and disposing off Metre Paise Fifty Five Only.
excavated stuff as directed etc. complete. ( By Mechanical Means )
a) Upto 1.50m lift Normal Rate
(SSR It. No. 12.03 , Pg. No. , Ref. No.: BR 3A , Add Specs: BR.3 Page One Number
102)
152
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
42 Providing and laying in situ / ready mix / ready mix M15 cement concrete of trap/ 90.000 One Cubic 7856.60 Rs. Seven Thousand 707094.00
granite/ quartzite/ gneiss metal in foundation including necessary centering, Metre Eight Hundred Fifty
formwork, bailing out water, compacting and curing etc. complete. (with fully Six And Paise Sixty
automatic micro processor based PLC with SCADA enabled with reversible drum Only.
type mixer/ concrete batch mix plant (pan mixer) with natural /artifical sand)
(SSR It. No. 12.25 , Pg. No. , Ref. No.: BR 5A , Add Specs: BR.5 Page One Number
105 and B.7, Page One Number 38)
43 Providing and laying in situ / ready mix M-25 controlled reinforced cement 300.000 One Cubic 7819.40 Rs. Seven Thousand 2345820.00
concrete of trap metal for raft slab including "V" haunches, formwork, Meter Eight Hundred
scaffolding, compaction by vibrating, finishing curing etc. complete. concrete Nineteen And Paise
batch mix plant / pan mixer with fine agreegates of required specifications ( VSI Forty Only.
sand finely washed etc ) etc. complete. (excluding reinforcement).
a) RCC Grade with reversible drum type mixer/ concrete batch mix plant (pan
mixer) . (SSR It. No. 17.33 , Pg. No. , Ref. No.: BR , Add Specs: MORT&H (5th Rev.)
1700, 2304)
44 Providing and laying weep holes of 100 mm diameter PVC pipes as per drawing 105.000 One 554.05 Rs. Five Hundred 58175.00
for abutment returns, return walls etc. Complete. (SSR It. No. 17.37 , Pg. No. , Running Fifty Four And Paise
Ref. No.: BR , Add Specs: MORT&H (5th Rev.) 2705, 2706) Meter Five Only.
45 Providing expansion joints with 25mm thick bituminous pad as per detailed 16.680 One 1128.90 Rs. One Thousand 18830.00
drawings etc. complete. (SSR It. No. 14.33 , Pg. No. , Ref. No.: BR 43B , Add Square One Hundred Twenty
Specs: BR.43 Page Number 138) Metre Eight And Paise
Ninety Only.
46 Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 34.740 One 92080.80 Rs. Ninety Two 3198887.00
steel bars for reinforcement for all RCC works as per detailed drawings etc. Metric Thousand Eighty And
complete. (SSR It. No. 14.01 , Pg. No. , Ref. No.: BR 35A , Add Specs: BR.35 Page Tonne Paise Eighty Only.
Number 134)
153
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
47 Providing and laying of filter media with granular materials/ stone crushed 1116.000 One Cubic 2428.25 Rs. Two Thousand 2709927.00
aggregates satisfying the requirements laid down in clause 2504.2.2 of MoRTH Metre Four Hundred
specifications to a thickness of not less than 600 mm with smaller size towards Twenty Eight And
the soil and bigger size towards the wall and provided over the entire surface Paise Twenty Five
behind abutment, wing wall and return wall to the full height compacted to a Only.
firm condition as per drawing and technical specifications etc. complete. (SSR It.
No. 12.72 , Pg. No. , Ref. No.: MORTH , Add Specs: MORT and H 2200 &-710.1.4
of iRC 78)
COST OF CIVIL WORKS A 90239200.00
48 Royalty for Sand 490.186 One Cubic 237.37 Rs. Two Hundred 116355.00
Meter Thirty Seven And
Paise Thirty Seven
Only.
49 Royalty for 80 mm metal 44.580 One Cubic 216.18 Rs. Two Hundred 9637.00
Meter Sixteen And Paise
Eighteen Only.
50 Royalty for Murum 12962.610 One Cubic 216.18 Rs. Two Hundred 2802257.00
Meter Sixteen And Paise
Eighteen Only.
52 Stone Rubble
154
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
Crushing Value/Compressive Strength, Water Absorption & Specific Gravity, 2.000 One Test 2120.00 Rs. Two Thousand 4240.00
One Hundred Twenty
And Paise Nil Only.
Sieve Analysis. 15.000 One Test 725.00 Rs. Seven Hundred 10875.00
Twenty Five And
Paise Nil Only.
Compaction Test ( Proctor Density ). 30.000 One Test 1955.00 Rs. One Thousand 58650.00
Nine Hundred Fifty
Five And Paise Nil
Only.
55 Cement Concrete
Concrete Mix Design (With all Tests on basic materials)
Concrete Mix Design M-25 1.000 One Test 14445.00 Rs. Fourteen 14445.00
Thousand Four
Hundred Forty Five
And Paise Nil Only.
155
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
Concrete Mix Design M-30 1.000 One Test 14445.00 Rs. Fourteen 14445.00
Thousand Four
Hundred Forty Five
And Paise Nil Only.
Concrete Mix Design M-35 1.000 One Test 14445.00 Rs. Fourteen 14445.00
Thousand Four
Hundred Forty Five
And Paise Nil Only.
Compressive Strength OF C.C. Cube (Set of 3 cubes). 25.000 One Test 725.00 Rs. Seven Hundred 18125.00
Twenty Five And
Paise Nil Only.
56 Steel
(Tensile strength, %, Elongation, Yield Stress,Weight-Per Meter, Bend / Rebend
Test, Proof Stress.)
Upto 16 mm (Set of 3 Bars) 7.000 One Test 1340.00 Rs. One Thousand 9380.00
Three Hundred Forty
And Paise Nil Only.
57 Fine Aggregate
Fineness Modulus ( Sieve Analysis ),Silt & Clay Content 2.000 One Test 1450.00 Rs. One Thousand 2900.00
Four Hundred Fifty
And Paise Nil Only.
Chloride & Sulphate Content. 2.000 One Test 835.00 Rs. Eight Hundred 1670.00
Thirty Five And Paise
Nil Only.
156
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
Silt Factor. 2.000 One Test 895.00 Rs. Eight Hundred 1790.00
Ninety Five And Paise
Nil Only.
58 Coarse Aggregate
Water Absorption, Specific Gravity,Impact Value, Crushing Value. 45.000 One Test 2730.00 Rs. Two Thousand 122850.00
Seven Hundred Thirty
And Paise Nil Only.
Sieve Analysis. 45.000 One Test 725.00 Rs. Seven Hundred 32625.00
Twenty Five And
Paise Nil Only.
Abrasion Value. 45.000 One Test 1230.00 Rs. One Thousand 55350.00
Two Hundred Thirty
And Paise Nil Only.
Flakiness Index & Elongation Index. 45.000 One Test 895.00 Rs. Eight Hundred 40275.00
Ninety Five And Paise
Nil Only.
Stripping Value. (for Bituminous Work) 45.000 One Test 780.00 Rs. Seven Hundred 35100.00
Eighty And Paise Nil
Only.
Soundness. 45.000 One Test 2620.00 Rs. Two Thousand Six 117900.00
Hundred Twenty And
Paise Nil Only.
59 Test on Bitumen
157
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
BM 1.000 One Test 7865.00 Rs. Seven Thousand 7865.00
Eight Hundred Sixty
Five And Paise Nil
Only.
Bitumen All Basic test Penetration, Softening Point, Flash & Fire Point, Specific 1.000 One Test 3290.00 Rs. Three Thousand 3290.00
Gravity Two Hundred Ninety
And Paise Nil Only.
Ducility / Elastic Recovery 1.000 One Test 950.00 Rs. Nine Hundred 950.00
Fifty And Paise Nil
Only.
Extraction &Sieve Analysis of Bituminous mix ( for BM/DBM/AC)(2 samples of 1.000 One Test 4125.00 Rs. Four Thousand 4125.00
extraction for one sieve analysis including extraction) One Hundred Twenty
Five And Paise Nil
Only.
Density of bituminous Core 10.000 One Test 665.00 Rs. Six Hundred Sixty 6650.00
Five And Paise Nil
Only.
60 ROAD SIGN BOARD
Retro Reflective Test. 10.000 One Test 4185.00 Rs. Four Thousand 41850.00
One Hundred Eighty
Five And Paise Nil
Only.
158
Contractor No. of correction Executive Engineer
SR.
ITEM QUANTITY UNIT RATE WORD AMOUNT
NO.
61 PAINT / THERMO-PLASTIC PAINT
Glass bead contents & grading analysis. 1.000 One Test 4070.00 Rs. Four Thousand 4070.00
Seventy And Paise Nil
Only.
Reflectance & yellowness index 1.000 One Test 1170.00 Rs. One Thousand 1170.00
One Hundred
Seventy And Paise Nil
Only.
Flowability.(Percentage residue). 1.000 One Test 1170.00 Rs. One Thousand 1170.00
One Hundred
Seventy And Paise Nil
Only.
Softening Point. (Ring & ball method). 1.000 One Test 1060.00 Rs. One Thousand 1060.00
Sixty And Paise Nil
Only.
Drying Time. 1.000 One Test 835.00 Rs. Eight Hundred 835.00
Thirty Five And Paise
Nil Only.
Name of work : CONSTRUCTION OF DURGAPUR SINHALA WARVAT CHORGAON MAMLA VAYGAON BORDA WALNI (MDR-56) ROAD AS
PER NEW ALLIGNMENT FROM KM 0/000 TO 3/040 TA. DIST. CHANDRAPUR
SCHEDULE ‘C’
SR.
ITEM SPECS. ADD. SPECS
NO.
1 Excavation for roadway in earth, soil of all sorts, sand, gravel or soft murum including dressing section to the required MORTH 301
grade, camber and side slopes and conveying the excavated materials with all lifts upto a lead of 50m. and spreading
for embankment or stacking as directed. (SSR It. No. 2.11 , Pg. No. , Ref. No.: MORTH 301 , Add Specs: MORTH 301)
160
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
2 Excavation for catch / side water gutter in all sorts of soils to the specified section including stacking the excavated MORTH 309
stuff in a regular bund and disposing of unsuitable or excess stuff as directed all sorts of soils. (SSR It. No. 2.18 , Pg.
No. , Ref. No.: MORTH 309 , Add Specs: MORTH 309)
3 Providing earth work in embankment with approved materials obtained from other sources upto lead of 50m. MORTH 305
including all lifts, laying in layers of 20cm. to 30cm. 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) (SSR It. No. 2.28 , Pg. No. , Ref.
No.: MORTH 305 , Add Specs: MORTH 305)
4 Construction of granular sub-base by providing close graded material, spreading in uniform layers with motor grader / MORTH 401
Paver on prepared surface, mixing by mix in place 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 - I Material
(SSR It. No. 3.04 , Pg. No. , Ref. No.: MORTH 401 , Add Specs: MORTH 401)
5 Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification MORTH 404
including spreading in uniform thickness, hand 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 I (Using Screening Type B (11.2 mm)
Aggregate) (SSR It. No. 3.19 , Pg. No. , Ref. No.: MORTH 404 , Add Specs: MORTH 404)
6 Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification MORTH 404
including spreading in uniform thickness, hand 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) (SSR It. No. 3.2 , Pg. No. , Ref. No.: MORTH 404 , Add Specs: MORTH 404)
7 Providing, laying and compacting of Built-up-spray grout layer 75 mm thick over prepared base consisting of two MORTH 504
layers composite construction of compacted crushed coarse aggregates with application of bituminous binder of
biyumen of specified Grade @ 1.520 Kg/ Sqm after each layer, ( i.e 1.520x2=3.04 say 3.00 Kg/Sqm) and with key
aggregates placed on top of the second layer and compacting with static roller 8 to 10 MT. Excluding cost of tack coat
and scarifying etc. Complete.(VG-30 bulk bitumen rates are considered to arrive at rates) (SSR It. No. 3.39 , Pg. No. ,
Ref. No.: MORTH 504 , Add Specs: MORTH 504)
8 Providing and applying tack coat on the prepared surface heating by fames in Boiler and spraying bitumen set footed MORTH 503
in bitumen boller on B.T. surface 2.5 kg/10 sqm.(VG-30 bulk bitumen rates are considered to arrive at rates) (SSR It.
No. 3.3 , Pg. No. , Ref. No.: MORTH 503 , Add Specs: MORTH 503)
161
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
9 BITUMINOUS MACADAM:--Providing and laying bituminous macadam using crushed aggregate of Grading 1, MORTH 504
premixed with bituminous binder, transported at site with VTS, laid 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) (SSR It. No. 3.42 , Pg. No. , Ref. No.: MORTH 504 , Add Specs: MORTH 504)
10 Open Graded Premix Surfacing- Providing and Laying OGC 20 mm thickness composed of 13.2 mm to 5.6 mm MORTH 510
aggregates premixed with bituminous binder transported to 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) (SSR It. No. 4.12 ,
Pg. No. , Ref. No.: MORTH 510 , Add Specs: MORTH 510)
11 Providing and laying of Type - B premix seal coat with HMP of approprate crushed stone chipping 6.70 mm size and MORTH 511
penetration bitumen of specified grade @ 0.68 Kg / Sqm. , preparing existing road surface including mixing in suitable
Batch Mix plant and rolling by static roller having weight 8 to 10 MT. etc. complete. (VG-30 bulk bitumen rates are
considered to arrive at rates) (SSR It. No. 4.03 , Pg. No. , Ref. No.: MORTH 511 , Add Specs: MORTH 511)
12 Supplying hard murum/ kankar at the road site, including conveying and stacking complete. As Directed by
Engineer In Charge
13 Spreading hard murum/ soft murrum/ gravel or kankar for side width complete (SSR It. No. 2.3 , Pg. No. , Ref. No.: - , As Directed by
Add Specs: -) Engineer In Charge
14 Compacting the hard murum side widths including laying in layers on each side with vibratory roller including artificial As Directed by
watering etc. complete. (SSR It. No. 2.31 , Pg. No. , Ref. No.: - , Add Specs: -) Engineer In Charge
162
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
15 Providing and fixing _______ metre stones as per I.R.C. standard including fixing in standard size ______ block MORTH 805 ,
including curing, painting lettering etc. complete. (SSR It. No. 6.02 , Pg. No. , Ref. No.: MORTH 805 , Add Specs:
MORTH 805)
16 Providing and Laying hot applied thermoplastic road marking strip on Bituminous Surface of specified shade/ colour MORTH 803.4
of 2.5 mm thick including 1.5 Refractive index reflectorizing glass beads @ 250gm/sqm .Thickness of 2.5 mm is
exclusive of surface applied glass beads as per IRC 35:2015. Initial Dry reflectivity RL shall be > 250 mcd/sqm/lux
measured in the initial 7 days and sustained reflectivity RL of 100 mcd/sqm/ lux and Qd of 100 mcd/sqm/ lux
measured at the end of 2 years by means of a Standard Reflectometer of Zehntner, Easylux, Delta make capable of
measuring RL & QD both according to IRC 35:2015 clause 15.5. The finished surface to be level, uniform, and free
from streaks and holes complete as per direction of Engineer-in-charge and in accordance with applicable
specifications.(Refer MORTH Clause 803 for technical Specification and Performance for IRC 35:2015).
17 Supplying and Fixing of Molded Shank Raised Pavement Markers / Cat's Eye made of polycarbonate and ABS moulded MORTH 804
body and reflective panels with micro prismatic lens capable of providing total internal reflection of the light entering
the lens face and shall support a load of 16000 kg tested in accordance to ASTM D 4280 Type H and complying to
Specifications of Category A of MORTH Circular No RW/NH/33023/10-97 DO III Dt 11.06. 1997. The height, width and
length shall not exceed 50 mm, 100 mm and 102 +/- 2 mm and with minimum reflective area of 13 Sqcm on each side
and the slope to the base shall be 35 +/- 5 degree. The strength of detachment of the integrated cylindrical shanks,
(of diameter not less than 19 +/- 2 mm and height not less than 30+/- 2 mm) from the body is to be a minimum value
of 500 Kg. Fixing will be by drilling holes on the road for the shanks to go inside, without nails and using epoxy resin
based adhesive as per manufacturer's recommendation and complete as directed by the engineer.The contractor
shall submit a two year warranty for satisfactory field performance including stipulated retro-reflectance of the
reflecting panel, to the Engineer. (SSR It. No. 6.09 , Pg. No. , Ref. No.: MORTH 806 , Add Specs: MORTH 804)
163
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
18 Providing and fixing Aluminum-backed flexible prismatic (AFP) sheeting consisting Yellow colored flexible prismatic MORTH 806
sheeting with non-metallic prismatic lens as Retroreflective elements and conforming to ASTM D 4956-09 Type VI
specification for rebound able Retroreflective sheeting. This flexible prismatic sheeting shall be of 1ft width and
laminated at the back with a 50 micron Aluminum (Al) foil with pressure sensitive adhesive and liner. Further, this
flexible prismatic sheeting shall have screen printed arrow/slant line pattern in black color in a continuous roll format.
Neither AFP sheeting nor the flexible prismatic sheeting used in it shall crack when slowly bent in 1 second time
around a 1/8th inch mandrel after being conditioned for 24hrs at 0?C and tested as per section S2.2.2. of ASTM D
4956-09. The AFP sheeting, with the liner removed, shall be applied with a neoprene contact adhesive with a
Polychloroprene as base, viscosity of 200-450 cps and solid content of 20-30%. Once applied, the edges of the
product shall be sealed all around with a two-part epoxy based structural adhesive and shall be extremely resistant to
peel-off. A test report from institutes like ARAI/CRRI confirming to above mentioned flexibility and ASTM-D4956-09
Type-VI retro reflectivity performance of the flexible prismatic sheeting used in AFP shall be submitted by the
tenderer during prequalification and supply of material. (SSR It. No. 6.13 , Pg. No. , Ref. No.: MORTH 806 , Add Specs:
MORTH 806)
19 Road Delineators: Supplying and installation of delineators (Roadway Indicators, Hazard markers, Object markers) 80 MORTH 806
to 100 cm high above ground level, painted black and white in 15 cm wide strips, fitted with 80x100mm rectangular
or 75mm dia. Circular reflectorised panels at the top, buried or pressed into the ground and confirming to I.R.C. 79
and the drawings (SSR It. No. 6.15 , Pg. No. , Ref. No.: MORTH 806 , Add Specs: MORTH 806)
20 Providing and constructing Information Pillar of Brick Masonry in C.M. 1:6 of size 2.0 m x 0.23m x 1.0 m with base MORTH 805
pedestal of size 2.3 m x 0.35 m x 0.45 m (0.3 m above ground), excavtion in ground upto 0.4 m, laying 0.15 m thick 80
mm soling,0.10 m thick c.c. 1:3:6, finishing the pedestal and pillar in cement plaster 12 mm thick in C.M. 1:5 and
finishing the pillar with neat cement finish ,applying flat oil paint of approved colour in two coats, including curing,
finishing etc complete.(In Strata/Soil other than BC Soil) Spec. No. :As directed by Engineer-in-charge. (SSR It. No.
6.26 , Pg. No. , Ref. No.: MORTH 805 , Add Specs: 0)
164
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
21 Providing and fixing board displaying information, such as 'Name of work, Tender cost, Name of Contractor, Work MORTH 801
completion and liability period etc', having rectangular shape of 1.20m x 0.90m size made out 18 gauge (1.25mm)
thick mild steel sheet painted with one coat of Zinc chromate stoving primer and two coats of enamel paint on front
side and grey stove enamel on back side and border / messages / symbols etc. with approved colour shade paint
complete, on M.S.angle of size 35 x 35 x 3 mm frame with properly cross braced M.S. angles of size
35mmx35mmx3mm duly painted including Two M.S. angle iron posts of size 65 mm x 65 mm x 6 mm, 3.65 m long
painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8
concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling, transportation, and labour etc complete.
Spec. No. As directed by Engineer in Charge (SSR It. No. 6.36 , Pg. No. , Ref. No.: MORTH 801 , Add Specs: MORTH
801)
22 Providing and fixing cautionary / warning sign board of size 60 cm. having shape of equilateral triangle with apex IRC-67 2012
point upwards. prepared on 16 gauge M.S. sheet including painting with one coat of zinc cromate stoving primer and
two coats each of white back ground, red border and backside gray stove enamelled, bonded with cut out of Retro
reflective sheet Engineering grade, symbol / letters / numerals / border / arrow, coated with non pealable crystal
clear protective transparent coat retaining 100% reflection including one One Number of M.S. Angle iron post of size
50 x 50 x 5 mm of 3.65 m. long inflated at bottom drilled on top in one piece without joint painted with white and
black bands of 30 cm. fixing board and post with 2 Nos. high strength G.I. bolts and nuts of size 10 mm dia. and 20
mm long including all taxes, conveying, fixing in ground with cement concrete 1:4:8 block of 60 cm x 60 cm x 75 cm
size etc.complete. 60 cm. equilateral triangle M.S. sheet with Engineering grade, (SSR It. No. 6.38 , Pg. No. , Ref. No.:
IRC-67 2012 , Add Specs: IRC-67 2012)
165
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
23 Providing and fixing Mandatory / Regulatory sign board of circular shape of size 60 cm. dia. prepared on 16 gauge IRC-67 2012
M.S. sheet including painting with zinc chromate stoving primer and two coats each of white back ground,red border
and backside gray stove enamelled, bonded with cut out of Retro reflective sheet Engineering grade, symbol / letters
/ numerals / border, coated with non pealable crystal clear protective transparent coat retaining 100% relection
including one One Number of M.S. Angle iron post of size 50 x 50 x 5 mm of 3.45 m. long inflated at bottom drilled on
top in one piece without joint painted with white and black bands of 30 cm. fixing board and post with 2 Nos. high
strength G.I. bolts and nuts of size 10 mm dia. and 20 mm long including all taxes, conveying, fixing in ground with
cement concrete 1:4:8 block of 60 cm x 60 cm x 75 cm size etc. complete. circular shape of size 60 cm. dia. M.S. sheet
with Retro reflective sheet Engineering grade (SSR It. No. 6.39 , Pg. No. , Ref. No.: IRC-67 2012 , Add Specs: IRC-67
2012)
24 Providing and fixing sign boards of size 90cm having shape of an equilateral triangle made out of 14 gauge sheet with IRC-67 2012
retro reflective sheeting of Engineering Grade as per M.O.T. specification No. 801-3(1993) white reflective back
ground, lettering symbol bordering of black non reflective paint including M. S. angle iron back frame of size 35 mm X
35 mm X 5 mm & M.S.angle one post of 50mm x 50mm x 5mm size 3.45 metre long duly painted with white and black
bands including fixing M.S. angle of the boards with galvanised nuts and bolts and washers. The Board shall be as per
IRC-67-1977 including conveying fixing in ground with C.C. 1:4:8 block of size 0.60 x 0.60 x 0.75 m, with 7 year
guarantee for the sheeting etc. complete. Mild Steel Board with Engineering Grade (SSR It. No. 6.4 , Pg. No. , Ref. No.:
IRC-67 2012 , Add Specs: IRC-67 2012)
25 Providing and fixing Road junction / Information sign board of size 0.90 m x 0.60 m. prepared on 16 gauge M.S. sheet IRC-67 2012
with angle iron frame of size 35x35x5 mm including painting with one coat of zinc cromate stoving primer and two
coats each of green/ white back ground and back side gray stove enamelled, bonded with red retro reflective sheet
Engineering grade, border / letters / numeral / arrows, coated with non pealable crystal clear protective coat
retaining 100% reflection including two angle iron post of size 50x50x5 mm of 3.65 m. long inflated at bottom drilled
on top and painted in white and black bands of 30 cm. with 4 Nos. high strength G.I. bolts and nuts of size 10 mm dia.
and 20 mm long sheet and angle iron post in one piece without joints including all taxes, conveying, fixing in ground
with cement concrete 1:4:8 block of 60 cm x 60 cm x 75 cm size as directed by Engineer-in-charge etc. complete. Mild
Steel Board with Engineering Grade. (SSR It. No. 6.47 , Pg. No. , Ref. No.: IRC-67 2012 , Add Specs: IRC-67 2012)
166
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
26 Metal Beam Crash Barrier -- Type - A, W : Metal Beam Crash Barrier (Providing and erecting a W metal beam crash MORTH 810
barrier comprising of 3 mm thick corrugated sheet metal beam rail, 70 cm above road/ground level, fixed on ISMC
series channel vertical post, 150 x 75 x 5 mm spaced 2 m centre to centre, 1.8 m high, 1.1 m below ground/road level,
all steel parts and fitments to be galvanised by hot dip process, all fittings to conform to IS:1367 and IS:1364, metal
beam rail to be fixed on the vertical post with a spacer of channel section 150 x 75 x 5 mm, 330 mm long complete as
per clause 810)"" (SSR It. No. 7.3 , Pg. No. , Ref. No.: MORTH 810 , Add Specs: MORTH 810)
27 Supplying on site fresh Garden soil (i. e. 3 part soil ) (free from stones rubbish like dried grass roots, other such As Directed by
materials) for excavated pit size area of 0.60 x 0.60 x 0.60m ( consolidated thickness).(As per P&G DSR 2022-23 Items Engineer In charge
of garden work,Sr No.52)
28 Supplying on site well decomposed Farm Yard Manure FYM (i. e. 1 part FYM) for excavated pit size area of 0.60 x 0.60 As Directed by
x 0.60m (consolidated thickness).(As per P&G DSR 2022-23 Items of garden work,Sr No.53) Engineer In charge
29 Providing on site required variety of Flowering Trees having Minimum Girth 10m to 15 c.m. Clear trunk , with As Directed by
Maximum number of Leaves , well Developed CanopyFree from pest and diseases,well seteled in appropriate size of Engineer In charge
Plybag,uniform in size and root system are undamaged.Bahva (Amaltash)/Bakul/Tabebuia
Bag Size 21"X21" and Height above 10 ft
30 Excavation pit size 0.60 x 0.60 x 0.60m for planting small & medium ornamental plants/ large flowering/ shady trees As Directed by
(plant height 1 to 2 mtr.)/ palm varieties upto height 1 to 2 mtrs. in earth, soil of all types, soft murum, including Engineer In charge
removing the excavated & unwanted material up to a required distance of 50 mtrs. (As per P&G DSR 2022-23 Items of
garden work,Sr No.11)
31 Filling fresh garden soil / silt & manure in excavated pit size area of 0.60 x 0.60 x 0.60m (1/10 of unskilled labour)(As As Directed by
per P&G DSR 2022-23 Items of garden work,Sr No.21) Engineer In charge
167
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
32 Mixing garden soil/silt & manure thoroughly well, watering previous night. Planting reqired plant species as directed As Directed by
etc. complete for required pit size 0.60 x 0.60 x 0.60m. (1/10 of semiskilled labour)(As per P&G DSR 2022-23 Items of Engineer In charge
garden work,Sr No.26)
33 Maintainance of Newly Planted tree varities having height 2mtr. - 4mtr. For First 30 days Only (As per P&G DSR 2022- As Directed by
23 Items of garden work,Srs No.35) Engineer In charge
34 Excavation for foundation in earth, soils of all types, sand, gravel, soft murum including shoring and strutting, BR.3 Page One
dewatering as necessary and disposing off excavated stuff as directed etc. complete. ( By /manaual Means )a) Upto Number 102
1.50m lift Normal Rate
c) 3.00m to 4.50m lift, Add 20%
d) 4.50m to 6.0m lift, Add 30% (SSR It. No. 12.02 , Pg. No. , Ref. No.: BR 3A , Add Specs: BR.3 Page One Number 102)
35 Providing rubble filling of trap/ granite/ quartzite gneiss stones for foundations including filling voids with sand/grit CD.1 Page.No. 159
and compaction etc complete. (SSR It. No. 11.01 , Pg. No. , Ref. No.: CD 1 , Add Specs: CD.1 Page.No. 159)
36 Providing and laying in situ / ready mix cement concrete of M-10 proportion with trap/ granite/ quartzite/ gneiss CD.-3 Page.No. 160
metal in foundation including necessary form work, compacting and curing etc. complete. (with reversible drum type
mixer with SCADA with fine agreegates of required specifications (Natural sand / VSI sand finely washed etc ) (SSR It.
No. 11.02 , Pg. No. , Ref. No.: CD 3A , Add Specs: CD.-3 Page.No. 160)
37 Providing cast in situ / ready mix M20 grade cement concrete for head walls of CD work / retaining walls etc. CD 8 Page 163
including necessary form work, compaction, finishing and curing etc. complete. (with reversible drum type mixer/
concrete batch mix plant (pan mixer) with SCADA (SSR It. No. 11.29)
38 Providing cast in situ / ready mix M25 grade cement concrete for head walls of CD work / retaining walls etc. CD 8 Page 163
including necessary form work, compaction, finishing and curing etc. complete. (with reversible drum type mixer/
concrete batch mix plant (pan mixer) with SCADA (SSR It. No. 11.29)
168
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
39 Providing cast in situ / ready mix block of M10 cement concrete with circular or other shaped opening for waterway CD.8 Page.No. 163
including necessary formwork, compaction, finishing 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 ), cement 4.05 bags/cumt) (SSR It. No. 11.22 , Pg. No. , Ref. No.: CD 8 , Add Specs: CD.8
Page.No. 163)
40 Providing and laying cement concrete pipe of IS 458:2003 NP-3 class of 1200mm diameter in proper line, level and CD.7 Page.No. 162
slope etc. complete. (SSR It. No. 11.18 , Pg. No. , Ref. No.: CD 7 , Add Specs: CD.7 Page.No. 162)
41 Excavation for foundation in earth, soils of all types, sand, gravel, soft murum including shoring and strutting, BR.3 Page One
dewatering as necessary and disposing off excavated stuff as directed etc. complete. ( By Mechanical Means ) Number 102
a) Upto 1.50m lift Normal Rate
(SSR It. No. 12.03 , Pg. No. , Ref. No.: BR 3A , Add Specs: BR.3 Page One Number 102)
42 Providing and laying in situ / ready mix / ready mix M15 cement concrete of trap/ granite/ quartzite/ gneiss metal in BR.5 Page One
foundation including necessary centering, formwork, bailing out water, compacting and curing etc. complete. (with Number 105 and B.7,
fully automatic micro processor based PLC with SCADA enabled with reversible drum type mixer/ concrete batch mix Page One Number 38
plant (pan mixer) with natural /artifical sand) (SSR It. No. 12.25 , Pg. No. , Ref. No.: BR 5A , Add Specs: BR.5 Page One
Number 105 and B.7, Page One Number 38)
43 Providing and laying in situ / ready mix M-25 controlled reinforced cement concrete of trap metal for raft slab MORT&H (5th Rev.)
including "V" haunches, formwork, scaffolding, compaction by vibrating, finishing curing etc. complete. concrete 1700, 2304
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) . (SSR It. No. 17.33 , Pg. No. ,
Ref. No.: BR , Add Specs: MORT&H (5th Rev.) 1700, 2304)
44 Providing and laying weep holes of 100 mm diameter PVC pipes as per drawing for abutment returns, return walls MORT&H (5th Rev.)
etc. Complete. (SSR It. No. 17.37 , Pg. No. , Ref. No.: BR , Add Specs: MORT&H (5th Rev.) 2705, 2706) 2705, 2706
169
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
45 Providing expansion joints with 25mm thick bituminous pad as per detailed drawings etc. complete. (SSR It. No. 14.33 BR.43 Page Number
, Pg. No. , Ref. No.: BR 43B , Add Specs: BR.43 Page Number 138) 138
46 Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 steel bars for reinforcement for all RCC BR.35 Page Number
works as per detailed drawings etc. complete. (SSR It. No. 14.01 , Pg. No. , Ref. No.: BR 35A , Add Specs: BR.35 Page 134
Number 134)
47 Providing and laying of filter media with granular materials/ stone crushed aggregates satisfying the requirements MORT and H 2200 &-
laid down in clause 2504.2.2 of MoRTH specifications to a thickness of not less than 600 mm with smaller size 710.1.4 of iRC 78
towards the soil and bigger size towards the wall and provided over the entire surface behind abutment, wing wall
and return wall to the full height compacted to a firm condition as per drawing and technical specifications etc.
complete. (SSR It. No. 12.72 , Pg. No. , Ref. No.: MORTH , Add Specs: MORT and H 2200 &-710.1.4 of iRC 78)
52 Stone Rubble
170
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
Crushing Value/Compressive Strength, Water Absorption & Specific Gravity, As Directed by
Engineer In charge and
Relevant IS Code
55 Cement Concrete
Concrete Mix Design (With all Tests on basic materials)
Concrete Mix Design M-25 As Directed by
Engineer In charge and
Relevant IS Code
171
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
Concrete Mix Design M-30 As Directed by
Engineer In charge and
Relevant IS Code
56 Steel
(Tensile strength, %, Elongation, Yield Stress,Weight-Per Meter, Bend / Rebend Test, Proof Stress.)
Upto 16 mm (Set of 3 Bars) As Directed by
Engineer In charge and
Relevant IS Code
57 Fine Aggregate
Fineness Modulus ( Sieve Analysis ),Silt & Clay Content As Directed by
Engineer In charge and
Relevant IS Code
58 Coarse Aggregate
172
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
Water Absorption, Specific Gravity,Impact Value, Crushing Value. As Directed by
Engineer In charge and
Relevant IS Code
Soundness. As Directed by
Engineer In charge and
Relevant IS Code
59 Test on Bitumen
BM As Directed by
Engineer In charge and
Relevant IS Code
173
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
Bitumen All Basic test Penetration, Softening Point, Flash & Fire Point, Specific Gravity As Directed by
Engineer In charge and
Relevant IS Code
Viscosity. As Directed by
Engineer In charge and
Relevant IS Code
Ducility / Elastic Recovery As Directed by
Engineer In charge and
Relevant IS Code
Extraction &Sieve Analysis of Bituminous mix ( for BM/DBM/AC)(2 samples of extraction for one sieve analysis As Directed by
including extraction) Engineer In charge and
Relevant IS Code
174
Contractor No. of correction Executive Engineer
SR.
ITEM SPECS. ADD. SPECS
NO.
Flowability.(Percentage residue). As Directed by
Engineer In charge and
Relevant IS Code
Softening Point. (Ring & ball method). As Directed by
Engineer In charge and
Relevant IS Code
Drying Time. As Directed by
Engineer In charge and
Relevant IS Code
175
Contractor No. of correction Executive Engineer