You are on page 1of 259

2/1

Dy.E.E.

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS REGION, MUMBAI.


PUBLIC WORKS CIRCLE, RATNAGIRI.
PUBLIC WORKS DIVISION, NORTH RATNAGIRI

B-1
TENDER PAPERS
e-Tendering System
FORTH CALL
FOR THE WORK OF
CONSTRUCTION OF SKYWALK AT MALNAKA RATNAGIRI,
TALUKA AND DISTRICT RATNAGIRI.

Amount put to Tender.

Rs. 1,70,15,907/-

Earnest Money Deposit.

Rs. 1,28,000/-

http://pwd.maharashtra.etenders.in

EXECUTIVE ENGINEER
PUBLIC WORKS DIVISION, NORTH RATNAGIRI

Dy.E.E.

NAME OF WORK :- CONSTRUCTION OF SKYWALK


RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.

AT MALNAKA

INDEX
Sr.No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
16.
17.
18.
19.

DESCRIPTION
General information of contract
Brief Tender Notice
Detailed Tender Notice
Scope of work
Agreement Form B-1 & Conditions of Contract.
Schedule A
Additional conditions for Materials to be brought by
Contractor.
Additional General Conditions.
Additional Specifications
Quality Assurance and Maintenance.
Price Variation Clause.
Schedule B Civil Works
Schedule C, Item wise Specifications.
Specifications for Anticorrosive Treatment of FBEC type.
and Additional Specification for Skywalk work.
Model Form of Bank Guarantee Bond for Security
Deposit., Guarantee Bond .
Declaration of Contractor
Bar Chart
Drawings, Tender Drawings

Contractor

No. of Corrections

PAGES
From
To
1
2
3
4(B)
5
34
35
36
37
70
71
72
73
78
79
117
129
131
135
163
191

116
128
130
134
162
190
240

241

242

243
245
247

244
246
251

Executive Engineer

Dy.E.E.

1
INFORMATION SHEET FOR B-1 AGREEMENT
1)

Name of Division

P.W. DIVISION, NORTH RATNAGIRI.

2)

Name of work

CONSTRUCTION OF SKYWALK
AT
MALNAKA
RATNAGIRI,
TALUKA
AND
DISTRICT
RATNAGIRI.

3)

Head of Account

4)

Agreement No.

5)

Reference to Sanction of Tender

6)

Name of Contractor

7)

Reference of Work Order

8)

Amount put to Tender

9)

Percentage (Above/Below) Accepted

10)

Amount of Accepted Tender

11)

Time stipulated for completion of


work

12 (Twelve) Calendar Months from the


date of written order to start work, which
will include the monsoon period.

12)

Extension of time limit

1)

Rs. 1,70,15,907/-

2)
13)

Compensation for delay (if any)

14)

Actual Date of Completion

15)

Information about action


against Contractor (if any)

taken

16)

Certified that this original Agreement


contains

Contractor

No. of Corrections

Pages 1 to 251

Executive Engineer

Dy.E.E.

DETAILS OF WORK
NAME OF WORK :- CONSTRUCTION OF SKYWALK
RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.

AT MALNAKA

Estimated Cost put to tender Rs. 1,70,15,907/Earnest Money Rs. 1,28,000/- only.
The EMD applicable amount shall be paid via Online mode only. In case of EMD
exemption, valid E.M.D. Exemption Certificate duly attested shall be uploaded at the time
of submission. Total Security Deposit 4% ( Four percent ) Rs. 6,82,000/- (50% in cash at
the time of Agreement and 50% from R.A. bills). Time stipulated for completion is 12
(Twelve) Calendar Months which includes the monsoon period.
TENDER SCHEDULE
Cost of Tender Form

: Rs. 5,000/-

Period for Downloading Tender Forms

: From 27/04/2015. at 10.00 Hrs.


Upto 11/05/2015 at 23.00 hours.

Date of Pre-bid meeting

: 05/05/2015 at 15.00 hours in the


Office of the Chief Engineer (P.W.)
Region, Mumbai.

Last date and time for online bid preparation and


hash submission ( technical and financial )

: Date 14/05/2015 Time: 23.00 Hours

Date and time for online bid data decryption and


Re-encryption ( technical and commercial )

: From 16/05/2015 Time : 12.01 hours


To 18/05/2015 Time : 17.30 Hours

Registration Class of Contractor

: Class III and above

TO BE FILLED BY THE CONTRACTOR


I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We
further undertake to enter into contract in regular B-1 form in Public Works Department.
Name and signature of contractor /
Power of Attorney holder
with complete address.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

3
] x
V xE v E =k (..) M, ixM.
nvx GE 02352/223505 C G. 02352/223505

Web-

www.mahapwd.com

& e-mail- northratnagiri.ee@mahapwd.com

xn Sx GE 2 x 2015-2016 <-xn (+x<x) (Sl Sx)


V xE v E (=k) M, ixM (nvx GE 223505) ] xS VxE vE JiEb M i Mi xnhEi
Ej]nEbx J EEi xxi xn <-xn |hu (+x<x) Mi +i.
ES x

1.

ES +nVi Ei
{ Ji

</ h
CE {

E {h EhS
Ev

xnS |E
< xn SS
Ei

xnh M

xE ixM l
1,70,15,907/{nS =dx {S vE
Eh. i.V. ixM.

1,28,000/-

12 x

{ vx . 5,000/-

M-3
i

<-xnS {jE
1.

xn +x<x b>xb EhS Ev

2.

xnv ijE q +x<x ={li ES +i


nxE (xn { SS `E)

3.

xnEx +x<x xn i Eh`


(Hash) n EhS nxE (ijE +lE xn
+i nxE )
+x<x { VxxS Ev

4.
5.
6.

nxE 27/4/2015 V E 10.00 . i


nxE 11/5/2015 . 23.00 V{i
E vi ijE q nxE 5/5/2015
V n{ 15.00 V{i . J +i, <
.. |nE M, < S Ei ={li
Ei.
nxE 14/5/2015 V . 23.00 V{i.

nxE 14/5/2015 V . 23.01


nxE 16/5/2015 E 12.00 V{i.
xnEx +x<x xn i{ (ijE +lE) nxE 16/5/2015 V E 12.01 i
Decryption Reencryption ES Ev
nxE 18/5/2015 V 17.30 V{i.
ijE +h +lE xn =PbhS `Eh, nxE . +vIE +i, ixM .. b, ixM S
Ei nxE 19/5/2015 V n{ 11.00
Vxi +x<x =Pbhi i. (C Z)

]{ :-1. {j /<SUE xnEx xn{jE b>xb Eh` xn |Gi M Ph` <


xn |hS Main Portal- "maharashtra.etenders.in" and PWD Portal
"pwd.maharashtra.etenders.in" enrolled Eh +E +.
2.
xnEx xn E Eil +x<x xn n Eh ni bV]
|h{j ii Ehni E E/+bSh + ix J nvx GE {E
v.
Sify Technotigies Ltd. Nextender (India) Pvt. Ltd. On 020-30187500 email
support.gom@nextenders.com

3.
4.
5.

xnEx xn ni niBV +x<x n Eh +x .


<i +] i <-xn xxv { i. n ES BE +l <-xn
Ehi Eh x ni q EhS +vE I +vE x Jx ` +i.
ES <-xn Sx VxE vE MS www.mahapwd.com <]x]
<] ={v +.

V. G. Bx+b/B/]/2/2666
EE +i, S E,
=k ixM .. M, ixM.
ixM 415 612 (02352) 223505
nxE :- 15/4/2015
l |i E.+ S x V +.
Contractor

No. of Corrections

E EE +i
=k ixM .. M,
ixM Ei.

Executive Engineer

Dy.E.E.

4
GOVT.OF MAHARASHTRA

North P.W. Division, Ratnagiri.


Phone No. 02352/223505
Web-www.mahapwd.com
TENDER NOTICE NO. 2 FOR 2015-2016 E - TENDER ONLINE (Fourth Call)

Sealed online B e-tenders for the following works are invited be the Executive
Engineer, North P.W. Division, Ratnagiri from the contractors registered with the Government
of Maharashtra in appropriate class.
etender
work
No.

Name of Work

1.

Construction of
Skywalk at
Malnaka, Ratnagiri
Tal & Dist.
Ratnagiri.

Estimated Cost
(Rs.) Lakhs

Earnest
Money (Rs.)

Time Limit Type of tender


& Cost of
for
e-tender
completion
blank
tender
(Month)

Class of
Contractor

form fee Rs.


in Cash

1,70,15,907/-

1,28,000/-

12
Including
Monsoon

B
Rs. 5,000/-

Class- 3 &
Above

E-tender time table


1.

Download Period of online Tender

2.

Online Last date and time for raising of technical points


for clarification (Pre-bid meeting)

3.

Submit Hash to Create online Tender by Contractor


(Technical and financial Bid last dare and time)
Period for online Super Hash generation

4.
5.
6.

Period of online Decryption and Re-encryption for


tender details by Contractor.
Place, Date and timing of opening Technical-bid and
Financial bid.

Dt. 27/4/2015 at 10.00 a.m. to


Dt 11/5/2015 at 23.00 p.m.
In the office of the Chief Engineer, Mumbai
P.W. Region, Mumbai on or before Dt.
5/5/2015 up to 15.00 p.m.
Dt. 14/5/2015 at 23.00 p.m.
Dt. 14/5/2015 up to 23.01 hrs. to
Dt. 16/5/2015 at 12.00 a.m.
Dt. 16/5/2015 from 12.01 a.m. to
Dt. 18/5/2015 at 17.30 p.m.
Dt. 19/5/2015 at 11.00 a.m. In the office of
the Superintending

Engineer, P.W.

Circle, Ratnagiri. (if possible)


Note:1.
All eligible/interested contractors who want to participate in tendering process should
compulsory get enrolled on e-tendering portal "http:/pwd.maharashtra.etenders.in" and
further need to empanel online on sup portal "http:pwd.maharashtra.etenders.in in the
appropriate category applicable to them.
2.
Contractors details for difficulties in submission of online tenders if any. Sify technotigies Ltd.
Nextenders (India) Pvt. Ltd. On 020-30187500 email support.gom@nextenders.com
3.
It is compulsory for all participates to submit all documents online.
4.
Other term and conditioned displayed in online e-tender forms. Right to reject any or all
online bid of work without assigning any reasons thereof is reserved.
5.
Above Tender Notice is displayed on P.W.D website www.mahapwd.com..

No. NRD/AB/TC/2/ 2666


Office of the Executive Engineer,
North Ratnagiri P.W. Division, Ratnagiri.
Ratnagiri.
Date : - 15/4/2015
O/C Approved by E.E

Contractor

No. of Corrections

For Executive Engineer,


North Ratnagiri P.W. Division,

Executive Engineer

Dy.E.E.

4(A)

] x
V xE v E =k (..) M, ixM.
<- E| h+i Mi <- xn S x G. 2 x-2015-2016 (Sl S x)
V xE v E =k (..) M, ixM (nvx G. (02352) 223505)
] xS V xE v E JiEb M i Mi xn hE i E j]nE bx
EEi "xE ixM l {nS =dx {S vE Eh. i.V. ixM.' (. 170.16 I.)
" " xx i xn

<- xn |hu (+x <x ) Mi + i.

]{ :- xnv 1 E ] +x xnv { h i J|h E i


l ={v Ex nhi + + .
www.mahapwd.com
www.pwd.maharashtra.etenders.in
V. G. Bx+b/B/]/2/ 2666
nxE :- 15/4/2015
l |i E.+ S x V +.

Contractor

No. of Corrections

EE +i
=k ixM .. M,
ixM Ei.

Executive Engineer

Dy.E.E.

4(B)

Government of Maharahstra
Public Work Department
Executive Engineer, P. W. North Division, Ratnagiri
E-TENDER NOTICE NO. 2 FOR 2015-2016 (Fourth Call)

Online Tenders (e-tender) In B form for the work Construction of


Skywalk at Malnaka, Ratnagiri Tal & Dist. Ratnagiri. (Rs. 170.16 Lakhs) is invited by the
Executive Engineer, Public Work North Division, Ratnagiri (Phone No. (02352)
223505) on Government of Maharashtra Electronic Tender Management System,
http://Maharashtra.etenders.in from the registered in appropriate class of the Public
Work Department Maharashtra State.
The details can be viewed and downloaded online directly from the
Government of Maharashtra e-tendering Portal http://maharashtra.etenders.in on

sub portal http://maharashtra.etenders.in as under.


NRD/AB/TC/2/ 2666
Dt. 15/4/2015
For Executive Engineer,
North Ratnagiri P.W. Division, Ratnagiri

O/C Approved by E.E

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
INVITATION FOR TENDERS

DETAILED TENDER NOTICE


NAME OF WORK :- CONSTRUCTION OF SKYWALK
RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.

AT MALNAKA

Online percentage rate tenders in 'B-1' Form are invited by the Executive Engineer,
North Ratnagiri (P.W.) Division, Ratnagiri for the following work from Contractors
registered in appropriate class of the Public Works Department and Irrigation Department
of Maharashtra State. The name of work, estimated cost, earnest money, security deposit,
time limit for completion etc. are as under.

Sr.

Name of work

No.

Estimated

Earnest

Security

Class of

Time limit

Cost

Money

Deposit

Contractor

in Tender

(Rupees)

(Rupees)

(Rupees)

(Calendar
Months)

CONSTRUCTION

1,70,15,907/-

1,28,000/-

6,82,000/-

OF SKYWALK

III And

12

above

(Twelve)

AT MALNAKA

Calendar

RATNAGIRI,

Months

TALUKA AND

(including

DISTRICT

monsoon)

RATNAGIRI.

Tender form, conditions of contract, specifications and contract drawings can be downloaded
from the eTendering portal of Public Works Department, Government of Maharashtra i.e.
https://pwd.maharashtra.etenders.in after entering the details payment of

Rs. 5,000/-

(Rupees Five thousand only.) should be paid online using payment gateway. The fees of
tender document will be non refundable. as per the Tender Schedule. Further information
regarding the work can be obtained from the above office.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

Bids will be opened in the office of the Superintending Engineer, P. W. Circle, Ratnagiri
as per the Tender Schedule in the presence of such intending Tenderers or his/ their
authorized representatives who may be present at that time.

TENDERING PROCEDURE.
1.1 A. Blank Tender Forms.
Tender Forms can be purchased from the eTendering portal of Public Works
Department, Government of Maharashtra i.e. https://pwd.maharashtra.etenders.in
after paying Tender Fees via online mode as per the Tender Schedule.
1.2 B PRE-TENDER CONFERENCE :
1.2.1

Pre-tender conference open to all prospective tenderers who have purchased


tender form before the date of Pre-tender Conference, will be held on 05/05/2015 at
15.00 Hrs. in the office of the Chief Engineer, Public Works Region, Mumbai,
Bandhkam Bhavan 4th Floor, 25 Marzban Road, Mumbai 400001, Phone No.
(022) 22071594/ fax No. (022) 22074700 wherein prospective

Tenderers

will

have an opportunity to obtain clarifications regarding the work and the Tender
Conditions.
1.2.2

The prospective tenderers are free to ask for any additional information or
clarification either in writing or orally concerning the work, and the reply to the same
will be given by the Chief Engineer / Superintending Engineer, and the same will
be made available on eTendering portal of Public Works Department, Government of
Maharashtra i.e. https://pwd.maharashtra.etenders.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 tenderers. The point/points if
any, raised in writing and/or verbally by the contractor in pre-tender conference and
not finding place in C.S.D. issued after the pre- bid conference, is/are deemed
rejected. In such case the provision in NIT shall prevail. No individual
correspondence will be made thereafter with the contractor in this regards.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

1.2.3

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

1.2.4

All tenderers are cautioned that tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements and conditional tenders will
be treated as non responsive. The tenderer should clearly mention in forwarding letter
that his offer (in envelope No.1& 2) does not contain any condition, deviations from
terms and conditions stipulated in the tender.

1.2.5

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://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the
procedure mentioned in the document Procedure for application of Digital
Certificate.

1.2.6

The Tenderers have to make a payment of Rs. 1038/- online as service charges for the
use of Electronic Tendering during Online Bid Data Decryption and Re-encryption
stage of the Tender.

1.2.7

For any assistance on the use of Electronic Tendering System, the Users may call the
below numbers :
Landline No. - 020 30187500
Email ID suppot.gom@nextenders.com

1.2.8

Tenderers should install the Mandatory Components available on the Home Page of
http://maharashtra.etenders.in under the section Mandatory Components and make
the necessary Browser Settings provided under section Internet Explorer Settings.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

1.3

Guidelines to Bidders on the operations of Electronic Tendering System of


Public Works Department.
http://pwd.maharashtra.etenders.in

A.

Pre-requisites to participate in the Tenders processed by PWD :

1.

Enrolment and Empanelment of Contractors on Electronic Tendering System :


The Contractors interested in participating in the Tenders of Public Works
Department process by using the Electronic Tendering System shall be required to
enroll on the Electronic Tendering System to obtain user ID.
After submission of application for enrolment on the System, the application
information shall be verified by the authorized Representative of the Service Provider.
If the information is found to be complete, the enrolment submitted by the Vendor
shall be approved.
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 tenders.
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 section E-Tendering Toolkit for Bidders on the
Home page of the Electronic Tendering System.

2.

Obtaining a Digital Certificate :


The Bid Data that is prepared online is required to be encrypted and the hash value of
the Bid Data is required to be signed electronically using a Digital Certificate ( Class
II or Class III ). This is required to maintain the security of the Bid Data and also
to establish the identity of the Contractor transacting on the system.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

9
The Digital Certificates are issued by an approved Certifying Authority Authorized by
the Controller of Certifying Authorities of Government of India through their
Authorized Representatives upon receipt of documents required to obtain a Digital
Certificate.
Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value
during the Bid Preparation and Hash Submission stage. In case during the process of
preparing and submitting a Bid for a particular Tender, the Contractor loses his/her
Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating
system problem); he / she may not be able to submit the Bid online. Hence, the Users
are advised to store his / her Digital Certificate securely and if possible, keep a backup
at safe place under adequate security to be used in case of need.
In case of online tendering, if the Digital Certificate issued to an Authorized User of a
Partnership firm is used for signing and submitting a bid, it will be considered
equivalent to a no objection certificate / power of attorney to that User to submit the
bid on behalf of the partnership Firm. The Partnership Firm has to authorize a specific
individual via an authorization certificate signed by a partner of the firm (and in case
the applicant is a partner, another partner in the same form is required to authorize.) to
use the digital certificate as per Indian Information Technology Act. 2000.
Unless the Digital Certificate is revoked it will be assumed to represent adequate
authority of the Authority User to bid on behalf of the Firm for the Tenders processed
on the Electronic Tender Management System of Government of Maharashtra as per
Indian Information Technology Act 2000. The Digital Signature of this Authorized
user will be binding on the Firm. It shall be the responsibility of partners of the firm to
inform the certifying Authority or Sub Certifying Authority, if the Authorized User
changes, and apply for a fresh Digital Signature Certificate. The procedure for
application of a Digital Signature Certificate will remain the same for the new
Authorized User.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

10

The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorization Certificate will have to be signed by the
Director of the Company or the Reporting Authority of the Applicant.
For information of the Process of application for obtaining Digital Certificate, the
Contractors may visit the section Digital Certificate on the Home Page of the
Electronic Tendering System.
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.
5.

Payment for Service Provider Fees :


In addition to the Tender Document Fees payable to Public Works Department,
Government of Maharashtra, the Contractors will have to pay Service Providers Fees
of Rs. 1,038/- through online payments gateway service available on Electronic
Tendering System For the list of options for making online payments, the Contractors
are advised to visit the link E-Payment Options under the section E-Tendering Toolkit
for Bidders on the Home Page of the Electronic Tendering System.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

11
B.

Steps to be followed by Contractors to participate in the e-Tenders processed by


PWD.

1.

Preparation of online Briefcase


All Contractors enrolled on the Electronic Tendering System of Government of
Maharashtra are provided with dedicated briefcase facility to store documents / files
in digital format. The Contractors can use the online briefcase to store their scanned
copies of frequently used documents / files to be submitted as a part of their bid
response. The Contractors are advised to store the relevant documents in the briefcase
before starting the Bid Preparation and submission stage.
In Case, the Contractors have multiple documents under the same type (e.g. multiple
Work Completion Certificates) as mentioned above, the Contractors advised to either
create a single pdf file of all the documents of same type or compress the documents
in a single compressed file in .zip or .rar formats and upload the same.
It is mandatory to upload the documents using the briefcase facility. Therefore, the
Contractors are advised to Keep the documents ready in the briefcase to ensure timely
bid preparation.
Note : Uploading of documents in the briefcase does not mean that the documents are
available to PWD at the time of tender Opening stage unless the documents are
specifically attached to the bid during the online Bid Preparation and Hash
Submission stage as well as during Decryption and Re-encryption stage.

2.

Online viewing of Detailed Notice Inviting Tenders :


The Contractors can view the Detailed Tender Notice along with the Time Schedule
(Key Dates) for all the Live Tenders released by PWD on the home page of PWD eTendering Portal on http://pwd.maharashtra.etenders.in under the section Recent
Online Tender.

3.

Download of Tender Documents :


The Pre-qualification / Main Bidding Documents are available for free downloading.
However to participate in the online tender, the bidder must purchase the bidding
documents via online mode by filling the cost of tender form fee.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

12
4.

Online Bid Preparation and submission of bid Hash (seal) of Bids


Bid preparation will start with the stage of EMD Payment which bidder has to pay
online using any one online pay mode as RTGS , NEFT or payment gateway .
For EMD payment, If bidder use NEFT or RTGS then system will generate a challan
(in two copies). with unique challan No specific to the tender. Bidder will use this
challan in his bank to make NEFT/RTGS Payment via net banking facility provided
by bidders bank.
Bidder will have to validate the EMD payment as a last stage of bid preparation. If the
payment is not realized with bank, in that case system will not be able to validate the
payment and will not allow the bidder to complete his Bid Preparation stage resulting
in nonparticipation in the aforesaid eTender.
Note:
* Realization of NEFT/RTGS payment normally takes 2 to 24 hours, so it is
advised to make sure that NEFT/RTGS payment activity should be completed
well before time.
* NEFT/RTGS option will be depend on the amount of EMD.
* Help File regarding use of ePayment Gateway can be downloaded from
eTendering portal.
Submission of Bids will be preceded by online bid preparation and submission of the
digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key dates)
published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in
the templates provided by the Tendering Authority of PWD. The templates may be
either form based, extensible tables and / or uploadable documents. In the form based
type of templates and extensible table type of templates, the Contractors are required
to enter the data and encrypt the data using the Digital Certificate.
In case Uploadable document type of templates, the Contractors are required to select
the relevant document / compressed file (containing multiple documents) already
uploaded in the briefcase.
Notes :
a.

The Contractors upload a single documents or a compressed file containing

multiple documents against each unloadable option.


b.

The Hashes are the thumbprint of electronic data and are based on one way

algorithm. The Hashes establish the unique identity of Bid Data.


c.

The Bid hash values are digitally signed using valid class II or Class III

Digital Certificate issued any Certifying Authority. The Contractors are required to
obtain Digital Certificate in advance.
Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

13
d.

After the hash value of bid is generated, the Contractors cannot make any

change / addition in its bid data. The bidder may modify bids before the deadline for
Bid Preparation and Hash Submission as per Time Schedule mentioned in the Tender
documents.
e.

This stage will be applicable during both. Pre-bid / Pre-qualification and

Financial Bidding Processes.


5.

Close for Bidding (Generation of super Hash Values) :


After the expiry of the cut- off time of Bid Preparation and Hash Submission stage to
be completed by the Contractors has lapsed, the Tender will be closed by the Tender
Authority.
The Tender Authority from PWD shall generate and digitally sign the Super Hash
values (Seals)

6.

Decryption and Re-encryption of bids (submitting the Bids online) :


After the time for generation of super hash values by the Tender Authority from PWD
has lapsed, the Contractors have to make the online payment of Rs. 1038/- towards
the fees of the Service Provider.
After making online payment towards fees of Services provider, the Contractors are
required to decrypt their bid data using their Digital Certificate and immediately reencrypt their bid data using the public key of the Tendering Authority. The Public
Key of the Tendering Authority is attached to the Tender during the Close for Bidding
stage.
Note: The details of the Processing Fees shall be verified and matched during the
Technical Opening stage.
At this time the Contractors are also required to upload the files for which they
generated the Hash values during the Bid Preparation and Hash Submission Stage.
The Bid Data and Documents of only those Contractors who have submitted their Bid
Hashes (Seals) Within the stipulated time (as per the Tender Time Schedule), will be
available for decryption and re-encryption and to upload the relevant documents from
Briefcase. A Contractor who has not submitted his Bid Preparation and Hash
Submission stage within the stipulated time will not be allowed to decrypt / re-encrypt
the bid data / submit documents during the stage of decryption and Re-encryption of
bids (submitting the bids online).

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

14
7.

Short listing of Contractors for Financial Bidding Process :


The Tendering Authority will first open the Technical Bid documents of all
Contractors and after scrutinizing these documents will shortlist the Contractors who
are eligible for Financial Bidding Process. The short listed Contractors will be
intimated by email.

8.

Opening of the Financial Bids :


The Contractors 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 Contractors shall be available on the PWD e-Tendering Portal immediately after
the completion of opening process.

9.

Tender Schedule ( Key Dates ) :


The Contractors are strictly advised to follow the Dates and Times allocated to each
stage under the column Contractor Stage as indicated in the Time Schedule in the
Detailed tender Notice for the Tender. All the online activities are time tracked and
the electronic Tendering System enforces time-locks that ensure that no activity or
transaction can take place outside the Start and End Dates and time of the stage as
defined in the Tender Schedule.
At the sole discretion of the tender Authority, the time schedule of the Tender stages
may be extended.
C) Terms and Conditions For Online-Payments
The Terms and Conditions contained herein shall apply to any person (User) using
the services of PWD Maharashtra, hereinafter referred to as Merchant, for making
Tender fee and Earnest Money Deposit(EMD) payments through an online Payment
Gateway Service (Service) offered by ICICI Bank Ltd. in association with E
Tendering Service provider and Payment Gateway Service provider through PWD
Maharashtra website i.e. http://pwd.maharashtra.etenders.in. Each User is therefore
deemed to have read and accepted these Terms and Conditions.
Privacy Policy
The Merchant respects and protects the privacy of the individuals that access the
information and use the services provided through them. Individually identifiable
information about the User is not willfully disclosed to any third party without first
receiving the User's permission, as covered in this Privacy Policy.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

14(A)
This Privacy Policy describes Merchants treatment of personally identifiable
information that Merchant collects when the User is on the Merchants website. The
Merchant does not collect any unique information about the User (such as User's
name, email address, age, gender etc.) except when you specifically and knowingly
provide such information on the Website. Like any business interested in offering the
highest quality of service to clients, Merchant may, from time to time, send email to
the User and other communication to tell the User about the various services, features,
functionality and content offered by Merchant's website or seek voluntary information
from The User.
Please be aware, however, that Merchant will release specific personal information
about the User if required to do so in the following circumstances:
a) in order to comply with any valid legal process such as a search warrant, statute, or

court order, or available at time of opening the tender


b) if any of Users actions on our website violate the Terms of Service or any of our

guidelines for specific services, or


c) to protect or defend Merchants legal rights or property, the Merchants site, or the

Users of the site or;


d) to investigate, prevent, or take action regarding illegal activities, suspected fraud,

situations involving potential threats to the security, integrity of Merchants


website/offerings.
General Terms and Conditions For E-Payment
1. Once a User has accepted these Terms and Conditions, he/ she may register on

Merchants website and avail the Services.


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
Users 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.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

14(B)
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.
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 Providers 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.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

14(C)
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
1. 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.
2. 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
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 Merchants reasonable control.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

14(D)

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.
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 Users own responsibility to
keep them secure and confidential. In furtherance hereof, the User agrees to;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential.
iii. Be responsible for any transactions made by User under such User ID and

Password.
The User is hereby informed that Merchant will never ask the User for the Users
password in an unsolicited phone call or in an unsolicited email. The User is hereby
required to sign out of his/ her Merchant account on the Website and close the web
browser window when the transaction(s) have been completed. This is to ensure that
others cannot access the Users personal information and correspondence when the
User happens to share a computer with someone else or is using a computer in a
public place like a library or Internet caf.

Debit/Credit Card, Bank Account Details


1. The User agrees that the debit/credit card details provided by him/ her for use of the

aforesaid Service(s) must be correct and accurate and that the User shall not use a
debit/ credit card, that is not lawfully owned by him/ her or the use of which is not
authorized by the lawful owner thereof. The User further agrees and undertakes to
provide correct and valid debit/credit card details.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

15
2. The User may make his/ her payment(Tender Fee/Earnest Money deposit) to

Merchant by using a debit/credit card or through online banking account. The User
warrants, agrees and confirms that when he/ she initiates a payment transaction and/or
issues an online payment instruction and provides his/ her card / bank details:
i.

The User is fully and lawfully entitled to use such credit / debit card, bank
account for such transactions;

ii. The User is responsible to ensure that the card/ bank account details provided

by him/ her are accurate;


iii. The User is authorizing debit of the nominated card/ bank account for the

payment of Tender Fee and Earnest Money Deposit


iv. The User is responsible to ensure sufficient credit is available on the

nominated card/ bank account at the time of making the payment to permit the
payment of the dues payable or the bill(s) selected by the User inclusive of the
applicable Fee.
Personal Information
3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the

Payment Gateway Service Provider(s) may also collect, use and disclose personal
information in connection with security related or law enforcement investigations or
in the course of cooperating with authorities or complying with legal requirements.
4. The User agrees that any communication sent by the User vide e-mail, shall imply

release of information therein/ therewith to Merchant. The User agrees to be contacted


via e-mail on such mails initiated by him/ her.
5. In addition to the information already in the possession of Merchant and/ or the

Payment Gateway Service Provider(s), Merchant may have collected similar


information from the User in the past. By entering the Website the User consents to
the terms of Merchants information privacy policy and to our continued use of
previously collected information. By submitting the Users personal information to us,
the User will be treated as having given his/her permission for the processing of the
Users personal data as set out herein.
6. The User acknowledges and agrees that his/ her information will be managed in

accordance with the laws for the time in force.


Payment Gateway Disclaimer
The Service is provided in order to facilitate payment of Tender Fees/Earnest Money
Deposit online. The Merchant or the Payment Gateway Service Provider(s) do not
make any representation of any kind, express or implied, as to the operation of the
Payment Gateway other than what is specified in the Website for this purpose. By
accepting/ agreeing to these Terms and Conditions, the User expressly agrees that his/
her use of the aforesaid online payment service is entirely at own risk and
responsibility of the User.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

16
1.4

Manner of Submission of Tender and its Accompaniments :


Civil Works

ENVELOPE NO.1 : (Documents Required)


A) The bidder must purchase the bidding documents via online mode by filling
the cost of Tender.
B) The following documents shall be submitted online in Envelope No.1:
1.4.1

Scan copy of Tender Form Fee towards Gateway Payment Receipt.

1.4.2

The EMD if applicable will be paid via online mode or if exemption certificate is
available then valid certificate of exemption from payment of earnest money should
be Scanned from original copy, (copy to be Submitted as per the tender Schedule).

1.4.3

Scan copy of Valid certificate as a Registered Contractor with the Government of


Maharashtra in appropriate class as may be applicable in original or attested copy
thereof (Attested by a Gazetted Officer)

1.4.4

Scan copy of Sales Tax Registration Certificate in Form II, Rule 4(1) as provided by
Maharashtra State, Sales Tax Act., (Maharashtra Act No.XXVI of 1989. The
Maharashtra Sales Tax on transfer of property in Goods involved in execution of
works contract (Re-enacted Act, 1989) from the Sales Tax Department of
Maharashtra State, (in original or a copy duly attested by a Gazetted Officer.)

OR
Scan copy of a valid VAT registration certificate and VAT clearance certificate from
Maharashtra State Sale Tax Department thereof duly attested by the Gazetted Officer.
(Maharashtra Value Added Tax Act 2005)
1.4.5

Scan copy of Abstract of list of Machinery and plants immediately available with the
tenderer for use on this work and list of machinery proposed to be utilized on this
work, but not immediately available and the manner in which it is proposed to be
procured. (information to be given in Statement-II on page No. 27)

1.4.6

Scan copy of Valid Professional Tax Registration certificate in form PT/R/ under
section (I) of section 5 of Maharashtra Sales Tax on Profession, Trade, Callings and
employment Act,1975, rule 3(2) from the Professional Tax Officer of the concerned
District in Maharashtra. The Professional Tax Clearance Certificate with list of
Employees duly attested by Professional Tax Officer shall be enclosed.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

17
1.4.7 USE OF SPECIALISED MACHINERY :
For carrying out the work, use of specialized machinery as per list of
machineries shown in the format as given on Page No. 28. It is necessary for
the contractor to submit the abstract in Statement II-A, of such machinery in
Envelope No.1 in the format as given on Page 28.
1.4.8 Scan copy of details of work done during last three years with the value of
work unfinished. (Information to be given in Statement No. V on Page No.31)
1.4.9 Scan copy of Abstract of details of work of similar type and magnitude
carried out by the contractor. (Information to be given in proforma of
Statement No. III on Page No. 29)
The Certificates Sr. No. 1.4.8 and 1.4.9 should be signed by the Authority with
whom the contractor has executed the work.
1.4.10 Scan copy of Abstract of details of list of works in hand and works tendered
for. (information to be given in proforma of Statement No. I on Page No. 26)
1.4.11 Scan copy of Abstract of details of Technical Personnel on the rolls of the
tenderer.
(Information to be given in proforma of Statement No. IV on Page No. 30)
1.4.12 Scan copy of Undertaking of contractor that he had studied all tender
documents, conditions and especially work methodology.
1.4.13 Scan copy of Tentative program of work in the form of Bar Chart shall be
submitted.
1.4.14 Certified copy of Registration of Partnership Deed and Power of Attorney or
copy of Company Registration from the Competent Authority in case of a firm
tendering for work, Power of attorney shall be submitted. (True copy attested
by a Gazetted Officer.)

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

18

1.4.15 QUALIFYING CRITERIA


(a)

To qualify for award of the contract, each tenderer in his name should have achieved
an average annual financial turnover (in all classes of civil engineering construction
works only.) of Rs. 128.00 lakhs (Rupees One crore Twenty eight lakhs only)
during last three years at the price level of 2014-2015.

(b)

Satisfactorily completed as a prime contractor, at least one similar work of like


flyovers, bridges, fobs, skywalks Construction of value not less than Rs. 52.00 lakhs
(Rupees Fifty two lakhs only) at the price level of 2014-2015.

(c)

Satisfactorily executed in any one year, the following minimum quantities of work
(Information to be given online in Envelope No.1 only in Statement No.VI enclosed
herewith on Page 32.
For Skywalk
I
II

Structural steel work


Plain and R.C.C. concrete

26.00 Metric tonne


54.00 Cubic metre

III Steel
bar
Reinforcement 9.00 Metric tonne
(T.M.T. Steel)
Note 1 :

Financial turnover and cost of completed works of previous year shall be


given linear weightage of 10% per year on Rupee value to bring them at 2014-2015 price
value.
Note 2 :
The necessary certificate as mentioned in qualification criteria from Sr.No. (a)
to (c) are required to be obtained from the officer not below the rank of Executive Engineer.
A copy of these certificate duly attested by a Gazetted Officer with his/her name written by
him/herself not below the rank of Deputy Engineer of P.W. Department, along with
availability of equipments for this work as mentioned in Sr. No. 1.4.5 shall be Submitted
online in Envelope No.1. In absence of these certificates Envelope No.2 (Financial Bid) shall
not be opened.

Note 3 :

Signature of the officer checking / issuing requisite certificate should bear the
name of the concerned officer.
Note 4 :

Statement No. I to VII on Pages (26) to (34)

All these statements shall be filled in and signed properly. If these Statements are found
incomplete, incorrect, kept blank or wrongly filled, Contractors Envelope No.2 (financial
bid) will not be opened and his offer will be summarily rejected.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

19
Note 5 :

The abstract of information in Statement V on page (31) (Statement showing

work done in all classes of civil engineering construction works during last three years) shall
be given in Statement VII in the proforma enclosed on page No.(34)
The abstracted Statement (VII on page No. 34) need to be signed by the tenderer or holder of
his power of attorney.
(d)

Bidders who meet the minimum qualification criteria will be qualified only if their

available bid capacity is more than the total bid value. The available bid capacity will be
calculated as under :Assessed Available Bid Capacity

= [(A x N x 2) -B]

Where
A = maximum value of civil engineering works executed in any one year as a prime
contractor during the last three years (updated to 2014-2015) taking into account the
completed works as well as completed value of works in progress.
N = Number of years prescribed for completion of the work for which bids are invited.
B = Value as 2014-2015 price level of existing commitments and ongoing works to be
completed during next 12 months.
Note : The statement showing the value of existing commitments and ongoing work as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the officer not below the rank of the Executive Engineer. And Bid capacity
statement of the Contractor should be got certified from the Chartered Accountant.
Note -6 : In case of works pertaining to registered Co-operative Institutions and private
works, while working out annual turnover and value of work in hand, 50% of the cost for
value of work done in hand and the annual turnover shall be considered, if the certificate is
given in Statement No.V, page No.31, is certified and signed by the Licensed Architect /
Chartered Engineer and Chartered Accountant and registered Income Tax Practitioner only.
1.4.16 The contractor shall submit an affidavit in original (as per format given on Page
No.33) to the tender accepting authority on due date as per tender schedule regarding
completeness, correctness and truthfulness of documents shall be submitted and
scanned copy of the same shall be uploaded online in Envelope No.1. Separate
Affidavit shall be submitted for each work in original. Affidavit shall be
compulsorily Notarified. Affidavit not confirming to these conditions will not be
accepted and Envelope No.2 will not be opened.
1.4.17 The tenderer must have sufficient experience in the like flyovers, bridges, fobs,
skywalks.
1.4.18 Bids from joint ventures are not acceptable.
Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

20
All the documents from Sr. No. 1.4.1 to 1.4.17 shall be correctly and completely
submitted by contractor online, otherwise his Envelope No.2 will not be opened.
1.4.19 Even though the Bidder meet the above qualifying criteria, they are subject to be
disqualified if they have made.
Misleading or false representations in the Statements attachments submitted in proof
of the qualification requirements.
And / or
Record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history or financial failures
etc.
1.4.20 All corresponding paras pertaining to the tender related subject to Maharashtra P. W.
Manual shall be applicable to this tender.
1.5

ENVELOPE NO.2 TENDER (FINANCIAL BID)


The second envelope clearly marked as Envelope No.2 shall contain only the main
tender including the Common Set of Conditions / Deviations issued by the
Department after the pre-tender Conference. A tender submitted without this would be
considered as invalid.
The Tenderer should quote his offer only through online bedding process in terms of
percentage of estimated rates. He should not quote his offer any where directly or
indirectly in Envelope No.1. The contractor shall quote for the work as per details
given in the main tender and also based on the detailed set of conditions issued /
Additional stipulations made by the Department and made available to him on
eTendering Portal of Public Works Department Government of Maharashtra from
Chief Engineer/ Superintending Engineer/Executive Engineer after Pre-Tender
Conference. His tender shall be unconditional.

1.6

SUBMISSION OF TENDER :Refer to Section Guidelines to Bidders on the operations of Electronic


Tendering System of Public Works Department for details.

1.7

OPENING OF TENDERS :
On the date, specified in the Tender Schedule, following procedure will be adopted
for opening of the Tender.
(A) ENVELOPE NO.1 :- ( Documents )
First of all Technical Documents submitted Online will be opened to verify its
contents as per requirements. If the various documents contained in this envelope do
not meet the requirements of the Department, a note will be recorded accordingly by
the tender opening authority and the said tenderers Envelope No.2 will not be
considered for further action and the same will be recorded.

The decision of the tender opening authority in this regard will be final and
binding on the contractors.
Contractor
No. of Corrections
Executive Engineer

Dy.E.E.

21

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


a)

This Envelope shall be opened online immediately after opening of Envelope

No.1, only if contents of Envelope No.1 are found to be acceptable to the Department.
The tendered rates in Schedule B or percentage above/below the estimated rates
shall then be read out in the presence of bidders who remain present at the time of
opening of Envelope No.2.
1.8

EARNEST MONEY :
(i)

Earnest money of minimum Rs. 1,28,000/- shall be paid via online using
NEFT/RTGS or payment gateway mode.
After Tender opening, the EMD of the unsuccessful bidder will be returned to
account provided by the bidder during the bid preparation as given in challan
under Beneficiary Account Number.

(ii)
Scanned copy of earnest money exemption certificate will be accepted in lieu
Earnest Money Deposit from the Registered Contractors of Maharashtra State only.
Earnest Money in the form of cheques or any other form except above will not be
accepted.
(iii) The amount will be refunded to the unsuccessful tenderers on deciding about
the acceptance or otherwise of the tender. In case of successful tenderer, it will be
refunded on his paying initial Security Deposit and completing the tender documents
in form B-1.
Scanned copy of the above documents (as the case may be) shall be uploaded in
Envelope No.1 online.
1.9

SECURITY DEPOSIT :
The successful tenderer shall have to pay half the security deposit in approved
security form (preferably in the form of National Saving Certificate) or in cash or in
the form of Bank Guarantee (in the form as prescribed by Government) from any
Schedule Bank or Nationalized Bank and balance Security Deposit will be
recoverable through the bills at the percentage as shown in item(s) of the
Memorandum in printed B-1 form or as may be decided by the Executive Engineer
during course of execution of the work looking to the position and circumstances that
may prevail, whose orders will be final and binding on the contractor.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

22

The security deposit for the due performance of the contract shall be as detailed in the
Tender Documents elsewhere. Fifty percent of the security deposit will have to be
deposited within ten days (including Government holidays) of the acceptance of the
tender and the remaining fifty percent will be recovered from the Running Bills at the
rate as specified in the tender form, on the cost of work as per C.S.R. prevailing at the
time of acceptance of tender. Amount of total security deposit to be paid shall be 4%
of the cost of work, worked out as per D.S.R. 2014-2015 for the respective District.
Initial Security Deposit may be in Bank Guarantee form in format on Page 241 to 242
of tender document for full period of completion of work and it should be extendable
upto expiry of valid extension if any, as directed by Engineer-in-charge.

1.9.A. Condition for payment of additional security deposit, if offer quoted by the
tenderer is lesser than 15% below the cost put to tender.
The contractor shall deposit an additional security deposit along with the security
deposit as per clause 1.9 within 10 days of acceptance of tender in the form of Bank
guarantee, when the below percentage quoted is more than 15% of cost put to tender.

The amount of security deposit shall be worked out as per following formula.
Additional Security Deposit = Rs. % rate quoted by the contractor -15 x 50/100 x
100
cost put tender (i.e. Rs. 1,70,15,907/-)
If the contractor does not deposit this additional security deposit (if applicable) within
stipulated time then his earnest money deposit will be forfeited and his tender will not
be considered for acceptance.

This additional security deposit shall be extendable upto expiry of valid extensions if
any and it shall be refunded along with the final bill, after satisfactory completion of
work.

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.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

23
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 stipulation 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

TENDERS ACCEPTANCE :
Acceptance of tender will rest with the Chief Engineer, P.W. Region, Mumbai who
reserves the right to reject any or all tenders without assigning any reason therefore.
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.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

24
1.16

CONDITIONAL TENDER :
The tenders which do not fulfill the condition of the notification and the general rules
and directions for the guidance of contractor in the agreement form or are incomplete
in any respect are likely to be rejected without assigning any reason therefore.

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 sources
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 sources
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 as per scanned copy uploaded in Envelope No.1.

1.19

The tenderer may, in the forwarding letter, mention any points be may wish to make
clear but the right is reserved to reject the same or the whole of the tenders if the same
become conditional tender thereby.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

25
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 effected from the payment due to the Contractor from any
other Government works under execution with them.

1.23

All scanned pages of tender documents, conditions, specifications, correction slips


etc. shall be initialed by the tenderer. The tender should bear full signature of the
tenderer, or his authorized power of Attorney holder in case of a firm.

1.24

The Income Tax at prevailing rate 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.

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

VALIDITY PERIOD :
The offer shall remain open for acceptance for minimum period of 120 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. (ref. to memorandum on
Page 42 of B-1 Form Chapter)

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

26

STATEMENT NO.I
DETAILS OF WORKS IN HAND AND WORKS TENDERED
FOR AS ON ( DATE OF SUBMISSION OF BID)
NAME OF THE CONTRACTOR :
(I) WORKS IN HAND
Sr.
No
.

Name
of
work

Agree
ment
No.

Tendered
Amount.
(Rs.
in
lakhs)

Date
of
comm
encem
ent.

Stipulated
date
of
completio
n.

Value
of work
already
done.
(Rs. In
lakhs)

Value of
Balance
work to
be
executed
(Rs.
In
lakhs)

Probable
date of
completi
on.

Remarks

Ref. Page 17 Clause 1.4.10

10

SAMPLE FORM

(II) WORKS TENDERED FOR


Sr.
No.

Name of
work

Name and
Address of
Client.

Tendered
Amount.
(Rs. In
lakhs)
4

Time
limit

Probable date
when decision is
expected

Other
relevant
details, if
any.
7

SAMPLE FORM

Note :

Contractor

1)
This is only a standard form. Details are to be furnished in
this
format in the form of type written statements which shall be enclosed in
Envelope No.1.

No. of Corrections

Executive Engineer

Dy.E.E.

27
STATEMENT NO. II

LIST OF PLAT AND MACHINERY IMMEDIATELY AVAILABLE WITH THE


TENDERER FOR THIS WORK ________________________________.
NAME OF THE CONTRACTOR :

Ref. Page 16 Clause 1.4.5


Sr.
No

Name
of
Equipments

No. of
Units

Kind and
make

Capacity

Age and Present


condition. Location
.
6
7

Remarks

SAMPLE FORM

Note :

1) This is only a standard form. Details are to be furnished in this


format in the form of type written statements which shall be
Enclosed in Envelope No.1 duly singed.
2) List of machinery proposed to be utilized on this work but not
immediately available and the manner which it is procured shall be
given in above proforma Form No.II.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

28

STATEMENT NO. II (A)


( Applicable for works for which use of following machineries for
Skywalk /construction is specified )
(To be included in Envelope No.1)
Proforma for information regarding availability of Owned/hired machinery required
for this work.
01

PH GROVE CRANE 40 TONNES CAPACITY

Owned/Hired

02

PH GROVE CRANE 25 TONNES CAPACITY

Owned/Hired

03

HYDRA -2.5 TONNES

Owned/Hired

04

YARD CRANE GANTRY 10 TONNES BETTER IF AVILABLE

Owned/Hired

05

SUPPORT CRIBS FOR STAGING AND SHUTTERING

Owned/Hired

06

CANTILIVER FRAMES FOR SHUTTERING.

Owned/Hired

07

FLAT BED TRAILOR FOR TRANSPORT OF SPACE TRUSSS

Owned/Hired

08

CUPS LOCK FOR STAGING

Owned/Hired

09

TRANSIT MIXER

Owned/Hired

10

SHUTTERING PLATES OF ADEQUATE CAPACITY

Owned/Hired

11

CONCRETE PUMP WITH PIPE LINE

Owned/Hired

12

SAFETY SHOES, BELTS ETC.

Owned/Hired

12

HAND CARTS FOR TRANSFER OF REINFORCEMENTS,


MEMBERS

Owned/Hired

14

VIBRATORS 10 /7 MIXER

Owned/Hired

15

ALL WORKSHOP EQUIPMENTS N GAUGES FOR STRUCTURAL


FABRICATION LIKE
WELDING MACHINES , CUTTING
MACHINES, DRILLING MACHINES, BENDING MACHINES, ETC.

Owned/Hired

The aforesaid machinery must be in the possession of contractor at the time


of submission of tender.

---- SAMPLE FORM ---Signature of bidder


Note : Documentary proof of ownership/hired should be submitted duly attested by
Gazetted Officer of P.W.D. only.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

29

STATEMENT NO. III


DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT THE
CONTRACTOR.

NAME OF THE CONTRACTOR :


Ref. Page 17 Clause 1.4.9
Sr.
No
.

Name
of
work

Name and
address of
the
organization
for
whom
the
work
was done.

Place
and
country

Agree
ment
No.

Date
of
comm
encem
ent
6

Tend
ered
cost.
(Rs.
In
lakhs)
7

Total
Cost of
work
done.

Actual
date of
comple
tion

(Principal
features
in brief.)

10

(Rs. In
lakhs)

SAMPLE FORM

Note :

Contractor

This is only a standard form; details are to be furnished in this format in


the form of type written statements which shall be enclosed in
Envelope No.1.

No. of Corrections

Executive Engineer

Dy.E.E.

30
STATEMENT NO. IV
STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITH
TENDERER.
NAME OF THE CONTRACTOR :

Sr.
No

Designation

Name
of
person

Qualification

Whether
working in
field or in
office.

Experience of
execution of
similar works.

Period for
which the
person is
working
with the
tenderer.

Remarks

Ref. Page 17 Clause 1.4.11

SAMPLE FORM

Note :

Contractor

This is only a standard form. Details are to be furnished in this


format in the form of type written statements, which shall be
enclosed in Envelope No.1.

No. of Corrections

Executive Engineer

Dy.E.E.

31

STATEMENT NO. V
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL
ENGINEERING CONSTRUCTION WORKS DURING LAST THREE YEARS.

NAME OF THE CONTRACTOR :

Sr.
No

Name
of
work
2

Amount of work done during


each of last three years
(Rs. In lakhs)

Amount of
work still
remaining
to be
executed

Amount
put to
Tender /
Tendere
d cost.

Agree
ment
No.

Date
of
comm
encem
ent

2011-12

2012-13

2013-14

2014-2015.
(Rs. In
lakhs)

Remarks

Ref. Page 17 Clause 1.4.8

10

SAMPLE FORM
Grand Total :-

Out ward No. and date of certificate issuing authority:

Note :

This is only a standard form. Details are to be furnished in this


format in the form of type written statements, which shall be
enclosed in Envelope No.1.

Executive Engineer

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

32

STATEMENT NO. VI
STATEMENT SHOWING QUANTITIES OF WORK EXCUTED IN ANY ONE YEAR
DURING LAST THREE YEARS.

NAME OF THE TENDERER :- _____________________________________


Ref. Page No.18, Clause No. 1.4.15 (c)
Year

Quantity of Item of work performed

Remarks
(Indicate
Contract
Reference

Structural Steel

Cement concrete

Steel bar reinforce

(in Metric Tonne)

( PCC /RCC work)

ement (In Metric

in Cubic Metre

Tonne)

2011-2012
2012-2013
2013-2014

Out ward No. and date of certificate issuing authority:

Executive Engineer

Note :

Contractor

This is only a standard form. Details are to be furnished in this


format in the form of type written statements, which shall be
enclosed in Envelope No.1.

No. of Corrections

Executive Engineer

Dy.E.E.

33

100 Rs.Bond
xx i|iY J
i|iY J (Affidavit)
1. Affidavit shall be Notarified.
2. Separate Affidavit shall be submitted for each work in original.

--------------------------------------------------- ------------h

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

i|iY Ju x ni E, ---------------------------------------------------------------------- S/ E{xS ||] +x -------------------------------- E`


xn n E +. n xnS Envelope No.1 v V EMn{j n E +i i
J, {h +i. iv Ehi j], SE xi + {l{E x Ei +.
EMn{jv E SES, n Eh, J] iS +{h i +f
En E {j + x.

Ej]nS

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

34
STATEMENT NO.VII
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL
ENGINEERING CONSTRUCTION WORKS DURING LAST THREE YEARS
(ABSTRACT OF STATEMENT NO. V).

NAME OF THE CONTRACTOR :

Sr.
No

Name
of
Divisi
on
2

Amount
put to
Tender /
Tendere
d cost.
(Rs. In
lakhs)

Total
No. of
Agree
ments
No.

2011-12

2012-13

2013-14

Total
Amount of
work still
remaining
to be
executed

Amount of work done during


each of last three years
(Rs. In lakhs)

Remarks

Ref. Page No. 18 Clause 1.4.15(a)

(Rs. In
lakhs)

SAMPLE FORM

Checked and found correct

Signature
Name __________________
Executive Engineer

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

35
SCOPE OF WORK & SITE CONDITION
NAME OF WORK :- CONSTRUCTION OF SKYWALK
TALUKA AND DISTRICT RATNAGIRI.

AT MALNAKA RATNAGIRI,

The proposed work is for Construction of Skywalk at Malnaka, Ratnagiri The site is situated
in City Ratnagiri Taluka and District Ratnagiri.

Ratnagiri city comes under seismic zone IV and severe atmospheric conditions, hence
R.C.C. is considered of M-30 grade .All RCC items to be executed using either river sand or
crushed stone sand. The detailed estimate includes RCC framed Structure with following
provisions -

Foundations :The depth of foundation for piers shall be as per the drawings, minimum 3.0m below
ground level. The assumed SBC of soil for the pier foundation is 30 Ton/m2.
The depth of foundation for staircase columns shall be minimum 2.0m below ground. And
the assumed SBC of soil for staircase foundation is 20 Ton/m2.
Grade Of Concrete :The
grade
of
P.C.C
leveling
course
The grade of R.C.C structural concrete shall be M30.

shall

be

M20.

Durability :The durability condition is adopted as moderate as per Table 3, of IS:456.


Reinforcing Steel :T.M.T. steel Tata Tiscon or equal ant bar reinforcement of various diameter with
FBEC type anticorrosive treatment is proposed.

Structural Steel:The structural steel for the project for the Universal Sections (UB/UC) shall
conform to IS: 2062.
The structural steel for the project for the Indian Standard Sections
(Angles/Channels/I sections) shall be as per IS: 808 and conforming to IS:
2062.
The structural steel for the project for the Tubular Sections (SHS/RHS) shall
be as per IS: 1161.
Loading :The loading on the structure is based on IS: 875. Following loading is
assumed:
Dead load of screed is assumed as 120 kg/m2 on skywalk decking.
Live load of 500 kg/m2 on the decking slab. Additional incidental live
loading of 500 kg/m2 on the decking slab for Ganpati processions.
Accidental Impact load of 25 Ton at 750mm above road level.
Wind
load
on
roof
is
as
per
IS:
875
part
3.
Seismic load on the structure as per IS: 1893 (Zone IV).

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

36

Painting & Coloring :- Providing and applying approved quality coal tar epoxy paint in two coats
for surface of well, pier, and Providing and applying epoxy paint primer with middle coat and top
coat to superstructure.
Providing and fixing Interlocking cement concrete paving blocks.

Any other item not included above but included in Schedule 'B'.
Water and Labour :- Are available with in the vicinity of work, however contractor

should consider the facts before quoting the tender.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

37

FORM B-1
PERCENTAGE RATE TENDER & CONTRACT FOR WORKS
DEPARTMENT

PUBLIC WORKS DEPARTMENT.

REGION

PUBLIC WORKS REGION, MUMBAI.

CIRCLE

PUBLIC WORKS CIRCLE, RATNAGIRI.

DIVISION

PUBLIC WORKS DIVISION, NORTH RATNAGIRI.

NAME OF WORK : CONSTRUCTION OF SKYWALK


RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.

AT MALNAKA

General Rules and Directions for the Guidance of Contractors


1.
All works proposed to be executed by contract shall be notified in a form of
invitation to tender Online e-Tendering System also pasted on a board hung up in the
office of the Executive Engineer and signed by the Executive Engineer, North
Ratnagiri Public Works Division, Ratnagiri.
This form will state the work to be carried out as well as the date for submitting
and opening tenders, and the time allowed for carrying out the work, also the amount of
earnest money to be deposited with the tender, and the amount of the security deposit to
be deposited by the successful tenderer and the percentage, if any, to be deducted from
bills. Copies of the specifications, designs and drawings and estimated rates, schedule
rates and any other documents required in connection with the work shall be signed by
the Executive Engineer for the purpose of identification and shall also be open for
inspection to contractors in the office of Executive Engineer during office hours.
Where the works are proposed to be executed according to the specifications
recommended to a contractor and approved by a competent authority on behalf of the
Governor of Maharashtra, such specifications with designs and drawings shall form part
of the accepted tender.
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 authorizing him to do so.
2.(A)I) The contractor shall pay alongwith the tender the sum of Rs. 1,28,000/- (Rupees
One Lakh Twenty eight thousand only.) 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.
* Strike out which is not required.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

38
II)

In the event of his tender being accepted, subject to the provisions of subclause(iii) below, the said amount of earnest money shall be appropriated towards
the amount of security deposit payable by him under the 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, within 10 days from receipt of acceptance
letter 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 this tender not being accepted, the amount of earnest money
deposited by the contractor shall, unless it is prior thereto forfeited under the
provisions of sub-clause (iii) above, be refunded to him online.

3.

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

4.

Any person who submits a tender shall fill up the usual printed form stating at
what percentage above or below the rates specified in Schedule B (Memorandum
showing items of work to be carried out) he is willing to undertake the work.
Only one rate or such percentage on all the Estimated rates/Schedule rates shall
be stated. Tenders, which propose any alteration in the works 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 will be liable for rejection. No printed form of
tender shall include a tender for more than one work, but if contractor wishes to
tender for two or more works, he shall submit a separate tender for each work.
Tender shall have the name and number of the work to which it refers written
outside the envelope.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

39
5.

The Superintending Engineer / Executive Engineer or his duly authorized


Assistant shall open tenders in the presence of contractors who have submitted
tenders or their representatives who may be present at the time, and he will enter
the amounts of the several tenders in a comparative statement in a suitable form.
In the event of a tender being accepted, the contractor shall for the purpose of
identification, sign copies of the specifications and other documents mentioned in
Rule 1. In the event of 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 tenders shall have the right of rejecting
all or any of the tenders.

7.

No receipt for any payment, alleged to have been made by a contractor in regard
to any matter relating to this tender or the contract, shall be valid and binding on
Government unless it is signed by the Executive Engineer.

8.

The memorandum of work to be tendered for and the schedule of materials to be


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

9.

All work shall be measured net by standard measures and according to the Rules
and customs of the Public Works Department and their rates shall be without
references to any local custom.

10.

Under no circumstances shall any contractor be entitled to claim enhanced rates


for any item in this contract.

11.

All corrections and additions or pasted slips should be initialed.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

40
12.

The measurements of work shall be taken according to the usual methods in use
in the Public Works Department and no proposals to adopt alternative methods
shall be accepted. The Executive Engineers decision as to what is the usual
method in use in the Public Works Department shall be final.

13.

The tendering Contractor shall furnish a declaration alongwith the tender


showing all works for which he has already entered into contract and the value of
the work that remains to be executed in each case on the date of submitting the
tender.

14.

In view of the difficult position regarding the availability of foreign exchange, no


foreign exchange would be released by the Department for the purchase of plant
and machinery required for the execution of the work contracted for.
(GCD/PWD/CFM/1058/62517 OF 26.5.1959)

15.

The contractor shall have to construct shed for storing controlled and valuable
materials brought by the contractor at work site having double locking
arrangement at contractors cost. The materials shall then be taken for use in the
presence of the Departmental person. No material shall be allowed to be removed
from the site of works.

16.

The contractors shall also give a list of machinery in their possession, which they
propose to use on the work.

17.

Successful tenderer shall have to produce to the satisfaction of the accepting


authority a valid and current license issued in his favour under the provisions of
Contract Labour (Regulation and Abolition) Act, 1973 before starting the work.
Failing which, acceptance of the tender shall be liable for withdrawal and earnest
money shall be forfeited to the Government (refere Government of Maharashtra,
Irrigation and Power Departments letter No. Lab 1076h181/(666E-17), dated
8/9/1976.)

18.

The contractor shall comply with the provisions of Apprentices Act,1961 and the
rules and orders issued thereunder from time to time. If he fails to do so, his
failure shall be breach of the contract and the Chief Engineer Superintending
Engineer, may in his discretion cancel the contract. The contractor shall also be
liable for any pecuniary liability arising on account of any violation by him of the
provisions of the said Act.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

41
TENDER FOR WORKS
I/We hereby tender for the execution, for the Governor of Maharashtra
( here-in-before and here-in after referred to as Government) of the
work specified in the under written memorandum within the time
specified in such memorandum at * _______________________
percent Below/above the estimated rates entered in Schedule B (
Memorandum showing items of work to be carried out ) and in
accordance in all respects with the specifications, designs, drawings,
and instructions in writing referred to in Rule 1 hereof and in Clause
12 of the annexed conditions of contract and agree that when
materials for the work are provided by the Government, such materials
and the rates to be paid for them shall be as provided in Schedule A
hereto.

* The tenderer
shall quote his
offer
through
online
bidding
process only.

MEMORANDUM
(a) NAME OF WORK :- CONSTRUCTION OF SKYWALK AT
MALNAKA RATNAGIRI, TALUKA
AND DISTRICT RATNAGIRI.
B) Estimated Cost

Rs.

1,70,15,907/-

C) Earnest Money.

Rs.

1,28,000/-

C) The amount of
earnest money to be
deposited shall be in
accordance with the
provisions of paras
206 & 207 of the
M.P.W. manual.

D) Security Deposit
:
I) Cash ( Not less than the amount Rs.
3,41,000/of earnest money.)
ii) To be deducted from
:
Rs.
3,41,000/current bills.
________________________
Total Rs.
6,82,000/-_____

D) This deposit shall


be in accordance
with paras 213 &
214 of the M.P.W.
Manual.

E) Percentage, if any to be deducted from


bills so as to make up the total amount
required as security deposit by the time,
half the work as measured by the costs
is done
4% (FOUR PERCENT)
F) Time allowed for the work
from the date of written
order to commence.

A) If several sub
works are included
they
should
be
detailed in a separate
list.

12 Calendar months
(TWELVE months)
(including monsoon)

E) This percentage
where
necessary
deposit is taken will
vary from 5 percent
to
10
percent
according to the
requirements of the
case. Where security
deposit is taken see
note 1 to clause 1 of
conditions
of
contract.
F) Give schedule
where
necessary,
showing dates by
which the various
items are to be
completed.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

42
2.

I/We agree that the offer shall remain open for acceptance for a

minimum period of 120 days from the date fixed for opening of envelope
No.2 (Financial Bid) and thereafter until it is withdrawn by me/ us by
notice in writing duly addressed to the authority opening the tenders and
sent by registered post A.D. or otherwise delivered at the office of such
authority . Treasury Bank Challan No. and date or Deposit at Call Receipt
No.___ and date ________ in respect of the sum of Rs. 1,28,000/- (in
words Rupees One Lakh Twenty eight thousand only) representing the
earnest money is herewith forwarded. The amount of earnest money shall
not bear interest and shall be liable to be forfeited to the Government,
should I/We fail to (I) abide by the stipulation to keep the offer open for
the period mentioned above or (II) Sign and complete the contract
documents as required by the Engineer and furnish the security deposit as
specified in item (d) of the memorandum contained in paragraph (1) above
within the time limit laid down in clause (1) of the annexed General
Conditions of contract. The amount of earnest money may be adjusted
towards the security deposit or refunded to me/us if so, desired by me/ us
in writing,

unless the same or any part thereof has been forfeited as

aforesaid.
3.

I/We have secured exemption from payment of earnest money after

executing the necessary bond in favour of the Government, a true copy of


which is enclosed herewith. Should any occasion for forfeiture of earnest
money for this work arise due to failure on my/our part to (i) abide by the
stipulations to keep the offer open for the period mentioned above or (ii)
sign and complete the contract documents and furnish the security deposit
as specified in item (d) of the Memorandum contained in paragraph (1)
above within the time limit laid down in clause (1) of the annexed General
Conditions of Contract, the amount payable by me/us may, at the option of
the Engineer, be recovered out of the amount deposited in lump sum for
securing exemption in so far as the same may extend in terms of the said
bond and in the event of the deficiency out of any other payments which are
due or payable to me/us by the Government under any other contract or
transaction of any nature whatsoever or otherwise.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

43

4.

Should this tender be accepted I/We hereby agree to abide by

and fulfill all the terms, and provisions of the conditions of contract
annexed hereto so far as applicable, and in default thereof to forfeit and
pay to Government the sums of money mentioned in the said
conditions.
Contractor

Address

Signature of Contractor
before submission of
the tender

Dated _______The _______ day of _____ 20__

(Witness) $ ____________________________

$ Signature of witness to
contractors signature

Address _______________________________
_______________________________
(Occupation) ___________________________
The above tender is hereby accepted by me for and on behalf of the
Governor of Maharashtra.

Dated

day of

20__ * Executive Engineer * Signature of the officer


by whom accepted.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

44
CONDITIONS OF CONTRACT
Security deposit

Clause 1 -

The person/persons whose tender may be accepted

(hereinafter called the Contractor, which expression shall unless


PWD. Resolution

excluded by or repugnant to the context include his heirs, executors,

No.CAT/1087/

administrators, and assigns ) shall (A) within 10 days (which may be

CR-94 Bldg 2

extended by Superintending Engineer concerned up to 15 days if

dt. 14-6-89.

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 Government securities endorsed to the Executive
Engineer (if deposited for more than 12 months) of the sum sufficient
which will made up the full security deposit specified in the tender or (B)
(Permit Government at the time of making any payment to him for work
done under the contract to deduct such as will amount to * FOUR
percent of all

moneys so payable such deductions to be held by

Government by way of security deposit. ) Provided always that in the


event of the Contractor depositing a lump sum by way of security deposit
as contemplated at above, then and in such case, if the sum so deposited
shall not amount to FOUR percent of the total estimated cost of the
work, it shall be lawful for Government at the time of making any
payment to the Contractor for work done under the contract to make up
the full amount of FOUR percent by deducting sufficient sum from
every such payment as last aforesaid until the full amount of the security
deposit is made up. All compensation or other sums of money payable
by the Contractor to 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 form , or from any sums which may be
due or may become due by Government to the Contractor under any
other contract or transaction of any nature on any account whatsoever
and in the event of his security deposit being reduced by reason of any
such deduction or sale as aforesaid, the Contractor shall within ten days
thereafter, make good in cash or Government securities endorsed as
aforesaid any sum or sums which may have been deducted from, or
raised by sale of his security deposit or any 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.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

45

The security deposit will not be accepted in forms of insurance


company bonds as per Government orders contained in No.
CCM/PWD/4250 DATED 27/12/1956.
__________________________________________________
Note : This will be the same percentage as that in the tender at (e) on
Page No.41.

If the amount of the security deposit be paid in a lump sum within the
period specified at (A) above is not paid the tender/contract already
accepted shall be considered as cancelled and legal steps taken against
the Contractor for recovery of the amounts. The amount of the security
deposit lodged by a Contractor shall be refunded alongwith the
payment of the final bill, if the date up to which the Contractor has
agreed to maintain the work in good order is over. If such date is not
over, only 50% amount of security deposit shall be refunded alongwith
the payment of the final bill. 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 provision of
Clauses 17 and 20 hereof the amount of Security Deposit retained by
Government shall be adjusted towards the excess cost incurred by the
Department on rectification work.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

46
Compensation for
delay

Clause 2 - The time allowed for carrying out the work as entered in
the tender shall be strictly observed by the Contractor and shall be
reckoned from the date on which the order to commence the work is
given to the Contractor. The work shall through the stipulated period
of the contract be proceeded with, with all due diligence (time being
deemed to be the essence of the contract on the part of the
Contractor) and 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 by the
tender for every day that the work remains uncommenced , or
unfinished after the proposed dates . And further to ensure good
progress during execution of the work , the contractor shall be bound
in all cases in which the time allowed for any work exceeds one
month to complete.
25 % of the work in

**

1/3 of the time

As
indicated

50 %

do

1/2 of the time

100 %

do

(12 Months)

in bar
chart on
Page 245.

Full work to be completed in (12) TWELVE Months including


monsoon.
In the event of the contractor failing to comply with this condition he
shall be liable to pay as compensation an amount equal to one percent
or such smaller amount as Superintending Engineer (whose decision
in writing shall be final) may decide of the said estimated cost of the
whole work for every day that due quantity , of work remains
incomplete. Provided always that the total amount of compensation
to be paid under the provisions of this clause shall not exceed 10 per
cent of the estimated cost of the work as shown in the tender.
Superintending Engineer shall be the final authority in this respect,
irrespective of the fact that the tender is accepted by Chief Engineer/
Superintending Engineer/Executive Engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

47
Action when
whole of security
deposit is
forfeited.

Clause 3 :- In any case in which under any clause of this contract the
contractor shall have rendered himself liable to pay compensation
amounting to the whole of this security deposit (whether paid in one
sum or deducted by installments) or in the case of abandonment of
the work owing to serious illness or death of the contractor or any
other cause, the 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 (for which rescission notice in writing to
the contractor under the hand of 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 the work or any part of the work departmentally
debiting the contractor with the cost of the work, expenditure
incurred on tools and plant, and charges on additional supervisory
staff including the cost of work-charged establishment employed for
getting unexecuted part of the work completed and crediting him with
the value of the work done departmentally in all respects in the same
manner and at the same rates as if it had been carried out by the
contractor under the terms of his contract. The certificate of the
Executive Engineer as to the costs and other allied expenses so
incurred and as to the value of the work so done departmentally shall
be final and conclusive against the contractor.
(C) To order that the work of the contractor be measured up to and
take such part thereof as shall be unexecuted out of his hands, and to
give it to another contractor to complete, in which case all expenses
incurred on advertisement for fixing a new contracting agency,
additional supervisory staff including the cost of work-charged
establishment and the cost of the work executed by the new contract
agency will be debited to the contractor and at 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. The certificate of the Executive Engineer as to all the
cost of the work and other expenses incurred as aforesaid for or in
getting the unexecuted work done by the new contractor and as to the
value of the work so done shall be final and conclusive against the
contractor.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

48
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 therefor actually performed by him under this contract unless
and until the Executive Engineer shall have certified in writing the
performance of such work and the amount payable to him in respect
thereof and he shall only 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 work executed departmentally or
through a new contractor and other allied expenses exceeding the
value of such work credited to the Contractors, the amount of excess
shall be deducted from any money due to the Contractor, by
Government under the contract or otherwise howsoever or from his
security deposit or the sale proceeds thereof provided, however that
the Contractor shall have no claim against Government even if the
certified value of the work done departmentally or through a new
contractor exceeds the certified cost of such work and allied expenses,
provided always that whichever of the three courses mentioned in
clauses (a) , (b) or (c) is adopted by the Executive Engineer, the
Contractor shall have no claim to compensation for any loss sustained
by him by reason of his having purchased, or procured any materials,
or entered into any engagements or made any advances on account of,
or with a view to the execution of the work or the performance of the
contract.
Clause 4 - If the progress of any particular portion of the work is
Action when the
progress
unsatisfactory, the Executive Engineer shall notwithstanding that the
of any particular
general progress of the work is in accordance with the conditions
portion
of the work is
mentioned in clause 2, be entitled to take action under clause 3(b)
unsatisfactory.
after giving the Contractor 10 days notice in writing. The Contractor
will have no claim for compensation, for any loss sustained by him
owing to such action.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

49
Contractor
remains liable
to pay compensation
if

action not taken


under
Clause 3 & 4.

Power to take
possession
of or require
removal of
or sell
contractors
plant.

Clause 5 :- In any case in which any of the powers conferred upon


the Executive Engineer by clause 3 and 4 hereof shall have become
exercisable and the same shall not have been exercised, the non
exercise thereof shall not constitute a waiving of any of the
conditions hereof and such powers shall notwithstanding be
exercisable in the event of any future case of default by the
contractor for which under any clause hereof he is declared liable to
pay compensation amounting to the whole of his security deposit and
the liability of the contractor for past and future compensation shall
remain unaffected. In the event of the Executive Engineer taking
action under sub - clause (a) or (c) of clause 3, he may, if he so
desires, take possession of all or any tools, 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 work or any part thereof, paying or allowing for the
same in account at the contract rates, or in the case of contract rates
not being applicable at current market rates, to be certified by the
Executive Engineer whose certificate thereof shall be final. In the
alternative, the Executive Engineer may, after giving notice in
writing to the contractor or his clerk of the work, foreman or other
authorized agent require him to remove such tools and plants,
materials, or stores from the premises within a time to be specified in
such notice, and in the event of the contractor failing to comply with
any such requisition, the Executive Engineer may remove them at
the contractors expenses or sell them by auction or private sale on
account of the contractor and at his risk in all respects, and the
certificate of the Executive Engineer as to the expenses of any such
removal and the amount of the proceeds and expense of any such sale
shall be final and conclusive against the Contractor.

Clause 6 :- If the Contractor shall desire an extension of the time for


Extension of time. completion of work on the ground of his having been unavoidably
hindered in its execution or on any other grounds, he shall apply in
writing to the Executive Engineer before the expiry of the period
stipulated in the tender or before the expiration of 30 days from the
date on which he was hindered as aforesaid or on which the cause for
asking for extension occurred, whichever is earlier and the Executive
Engineer/Superintending Engineer or the Chief Engineer may if
in his opinion, there were reasonable grounds for granting an
extension, grant such extension as he thinks necessary or proper. The
decision of the Executive Engineer/Superintending Engineer (as
the case may be) in this matter shall be final.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

50
Final Certificate

Clause - 7 :- On the completion of the work the Contractor shall be


furnished with a certificate by the Executive Engineer ( hereinafter
called the Engineer-in-charge ) of such completion, but no such
certificate shall be given nor shall the work be considered to be
completed until the Contractor shall have remove from the premises
on which the work shall have been executed, all scaffolding, surplus
materials and rubbish and shall have cleaned off the dirt from all
woodwork, doors, windows, walls, floor or other parts of any
building in or upon which the work has been executed, or of which he
may have had possession for the purpose of executing the wok nor
until the work shall have been measured by the Engineer-in-charge or
where the measurements have been taken by his subordinates until
they have received approval of the Engineer-in-charge, the said
measurements being binding and conclusive against the contractor. If
the Contractor shall fail to comply with the requirements of this
clause as to the removal of scaffolding, surplus materials and rubbish
and the cleaning of dirt on or before the date fixed for the completion
of the work the Engineer-in-charge may at the expense of the
Contractor, remove such scaffolding, surplus materials and rubbish,
and dispose off the same as he thinks fit and clean off such dirt as
aforesaid and the Contractor shall forthwith pay the amount of all
expenses so incurred, but shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum
actually realized by the sale thereof.

Payment on
intermediate
certificate to be
regarded as
advances.

Clause 8 :- No payment shall be made for any work, estimated to cost


less than Rupees One Thousand till after the whole of work shall have
been completed and a certificate of completion given. But in the case
of works estimated to cost more than Rupees One Thousand, the
Contractor shall on submitting a monthly bill therefore, be entitled to
receive payment proportionate to the part of the work then approved
and passed by the Engineer - in- charge, whose certificate if such
approval and passing of the sum so payable shall be final and
conclusive against the Contractor. All such intermediate payments
shall be regarded as payments by way of advance against the final
payments only and not as payments for work actually done and
completed, and shall not preclude the Engineer-in-charge from
requiring any bad, unsound, imperfect or unskillful work to be
removed or taken away and reconstructed or re-erected nor shall any
such payment be considered as an admission of the due performance
of the Contract or any part thereof in any respect or the occurring of
any claim, nor shall it conclude, determine or affect in any other
way the powers of the Engineer- in-charge as to the final settlement
and adjustment of the accounts or otherwise, or in any other way vary
or affect the Contract. The final bill shall be submitted by the
Contractor within one month of the date fixed for the completion of
the work. otherwise the Engineer-in-charge's certificate of the
measurements and of the total amount payable for the work shall be
final and binding on all parties.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

51
Payment at
reduced rates on
account of items
of work not
accepted as
completed to be
at the desecration
of the Engineer in
charge.

Clause 9 :-The rates for several items of works estimated to cost more
than Rs.1000/- agreed to within shall be valid only when the item
concerned is accepted as having been completed fully in accordance
with the sanctioned specifications. In cases where the items of work
are not accepted as so completed, the Engineer-in-charge may make
payment on account of such items at such reduced rates as he may
consider reasonable in the preparation of final or on-account bills.

Bill to be
submitted
monthly.

Clause 10 :- A bill shall be submitted by the Contractor in each


month on or before date fixed by the Engineer-in-charge for all works
executed in the previous month, and the Engineer-in-charge shall take
or cause to be taken the requisites measurement for the purpose of
having the same verified and the claim, so far as it is admissible, shall
be adjusted , if possible, within ten days from the presentation of the
bill. If the Contractor does not submit the bill within the time fixed as
aforesaid, the Engineer-in-charge may depute a subordinate to
measure up the said work in the presence of the Contractor or his duly
authorized agent whose countersignature 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 respect.

Clause 11 - The Contractor shall submit all bills on the printed forms
Bills to be on
printed form.
to be had on application at the office of the Engineer-in-charge. The
charges to be made in the bills shall always be entered at the rates
specified in the tender or in the case of any extra work ordered in
pursuance of these conditions and not mentioned or provided for in
the tender, at the rates hereinafter provided for such work.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

52
Stores supplied
by Government.

Clause 12 :- If the specification or estimate of the work provides for


the use of any special description of material to be supplied from the
stores of the Public Works Department store or if it is required that
the contractor shall use certain stores to be provided by the Engineerin-charge (such material and stores and the prices to be charged
therefore as hereinafter mentioned being so far as practicable for the
convenience of the contractor but not so as in any way to control the
meaning or effect of this contract specified in the schedule or
memorandum 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 contract only, and the value of the
full quantity of the materials and stores so supplied shall be set off or
deducted from any sums then due or thereafter to become due to the
contractor under the contract, or otherwise, or from the security
deposit, or the proceeds of the sale thereof, if the security deposit is
held in Government securities, the same or a sufficient portion
thereof shall in that case be sold for the purpose. All materials
supplied to the contractor shall remain the absolute property of
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-incharge. Any such materials unused and in perfectly good condition at
the time of completion or determination of the contract shall be
returned to the Public Works Departmental store, if the Engineer-incharge so requires by a notice in writing given under his hand, but
the contractor shall not be entitled to return any such materials except
with consent of the Engineer-in-charge and he shall have no claim for
compensation on account of any such material supplied to him as
aforesaid but remaining unused by him or for any wastage or damage
to any such materials.
Clause 12 (A) :- All stores of controlled materials such as cement,
steel etc., to be supplied by Government to the contractor 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 the times.

Works to be
executed in
accordance with
specifications
drawings,
orders, etc.

Contractor

Clause 13 :- The contractor, shall execute the whole and every part
of the work in the most substantial and workman like manner, and
both as regards materials and every other respect in strict accordance
with specifications. The contractors shall also conform exactly, fully
and faithfully to the designs, drawings and instructions in writing
relating to the work signed by the Engineer-in-charge and lodged in
his office and to which the contractor shall be entitled to have access
for the purpose of inspection at such office, or on the site of the work
during office hours. The contractor will be entitled to receive three
sets of contract drawings and working drawings as well as one
certified copy of the accepted tender along with the work order free
of cost. Further copies of the contract drawings and working
drawings if required by him, shall be supplied at the rate of
Rs.300/- per set of contract drawings and Rs.150/- per working
drawing except where otherwise specified.
No. of Corrections

Executive Engineer

Dy.E.E.

53
Alterations in
specifications in
designs not to
invalidate
contracts.

Rates for works


not entered in
estimate, or
schedule of rates
of the contract.

Extensions of time
in consequence of
additions or
alterations.

Clause 14 :- The Engineer-in-charge shall have power to make any


alterations in or additions to the original specifications, drawings,
designs, and instructions that may appear to him to be necessary or
advisable during the progress of the work, and the Contractor shall be
bound to carry out the work in accordance with any instructions in
this connection which may be given to him in writing signed by the
Engineer-in-charge and such alteration shall not invalidate the
contract, and any additional work which the Contractor may be
directed to do in the manner above specified as part of the work shall
be carried out by the Contractor on the same conditions in all respects
on which he agreed to do the main work, and at the same rates as are
specified in the tender for the main work. And if the additional and
altered work includes any class of work for which no rates is specified
in this contract, then such class of work shall be carried out at the
rates entered in the Schedule of Rates of the Division prevailing at the
time when the extra items crop up or at the rates mutually agreed
upon between the Engineer-in-charge and the contractor whichever
are lower. If the additional or altered work for which no rate is
entered in the Schedule of Rates of the Division, is ordered to be
carried out before the rates are agreed upon then the Contractor shall
within seven days of the date of receipt by him of the order to carry
out the work inform the Engineer-in-charge of the rate which it is his
intention to charge for such class of work, and if the Engineer-incharge 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 the Contractor shall commence work or incur any
expenditure in regard thereto before the rates shall have been
determined as lastly here in before mentioned, then in such case he
shall only be entitled to be paid in respect of the work carried out or
expenditure incurred by him prior to the date of the determination of
the rates as aforesaid according to such rate or rates as shall be fixed
by the Engineer-in-charge. In the event of a dispute, the decision of
the Superintending Engineer of the Circle will be final.
Where, however, the work is to be executed according to the
designs, drawings and specifications recommended by the contractor
and accepted by the competent authority the alterations above
referred to shall be within the scope of such designs, drawings and
specifications appended to the tender.
The time limit for the completion of the work shall be extended in
the proportion that the increase in its cost occasioned by alterations or
additions bears to the cost of the original contract work, and the
certificate of the Engineer-in-charge as to such proportion shall be
conclusive.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

54
No claim to any
payment or
compensation for
alteration in or
restriction of
work.

CAT-1268/59382Q
DT.14-3-74.

Clause 15 :- (1) If at any time after the execution of the contract


documents, the Engineer shall for any reason what-so-ever (other than
default on the part of the Contractor for which the Government is
entitled to rescind the contract) desires that the whole or any part of
the work specified in the tender should be suspended for any period or
that the whole or part of the work should not be carried out at all, he
shall give to the Contractor a notice in writing of such desire and upon
the receipt of such notice the Contractor shall forthwith suspend or
stop the work wholly or in part as required, after having due regard to
the appropriate stage at which the work should be stopped or
suspended so as not to cause any damage or injury to the work already
done or endanger the safety thereof provided that the decision of the
Engineer as to the stage at which the work or any part of it could be or
could have been safely stopped or suspended shall be final and
conclusive against the Contractor. The Contractor shall have no claim
to any payment or compensation whatsoever by reason of or in
pursuance of any notice as aforesaid, on account of any suspension,
stoppage or curtailment except to the extent specified hereinafter.
(2) Where the total suspension of work ordered as aforesaid
continued 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, within 30
days of the expiry of the said period of 90 days, of such intention and
requiring the Engineer to record the final measurements of the work
already done and to pay final bill. Upon giving such notice the
Contractor shall be deemed to have been discharged from his
obligation to complete the remaining unexecuted work under his
contract. On receipt of such notice the Engineer shall proceed to
complete the measurement and make such payment as may be finally
due to the Contractor within a period of 90 days from the receipt of
such notice in respect of the work already done by the Contractor.
Such payment shall not in any manner prejudice the right of the
Contractor to any further compensation under the remaining
provisions of this clause.
(3) Where the Engineer requires the Contractor to suspend the work
for a period in excess of 30 days at any time or 60 days in the
aggregate the Contractor shall be entitled to apply to the Engineer
within 30 days of the resumption of work after such suspension for
payment of compensation to the extent of pecuniary loss suffered by
him in respect of working machinery 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 whatsoever occasioned by unsatisfactory
work or any other default on his part. The decision of the Engineer in
this regard shall be final and conclusive against the Contractor.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

55
CAT-1268/59382
Dsk-II dt.22-2-78.

4. In the event of i)

Any total stoppage of work on notice from the Engineer


under clause (1) in that behalf.

ii)

Withdrawal by the Contractor from the contractual obligations


to complete the remaining unexecuted work under subclause (2) on account of continued suspension of work for a
period exceeding 90 days.
OR

iii)
Curtailment in the quantity of item or items originally
tendered on account of any alteration, omission or substitutions in the
specifications drawing, designs, or instructions under clause 14(1)
where such curtailment exceeds 25% in quantity and the value of the
quantity curtailed beyond 25 percent
at the rates for the item
specified in the tender is more than Rs. 5,000/-.
It shall be open to the Contractor, within 90 days from the service
of (i) the notice of stoppage of work or (ii) the notice of withdrawal
from the contractual obligations under the contract on account
of the continued suspension of work or (iii) notice under clause 15(1)
resulting in such curtailment, to produce to the Engineer satisfactory
documentary evidence that he had purchased for agreed to purchase
material for use in the contract 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 exceeds the rates at which the same were acquired by the
Contractor. The Government shall thereafter take over the material so
offered, provided the quantities offered, are not in excess of the
requirements of the unexecuted work as specified in the accepted
tender and are of quality and specifications approved by the Engineer.
No claim to any
payment or
compensation for
alteration in or
restriction of
work.

Contractor

Clause 15 (A) - The Contractor shall not be entitled to claim any


compensation from Government for the loss suffered by him on
account of delay by Government in the supply of materials entered in
Schedule A where such delay in caused by i)

Difficulties relating to the supply of railway wagons.

ii)

Force majeure.

iii)

Act of God.

iv)

Act of enemies of the State or any other reasonable cause


beyond the control of Government.

No. of Corrections

Executive Engineer

Dy.E.E.

56
In the case of such delay in the supply of materials, Government
shall grant such extension of time for the completion of the works as
shall appear to the Executive Engineer to be reasonable in accordance
with the circumstances of the case. The decision of the Executive
Engineer as to the extension of time shall be accepted as final by the
Contractor.
Time limit for
unforeseen
claims.

Clause 16 :- Under no circumstances whatever shall the Contractor


be entitled to any compensation from Government on any account
unless the Contractor shall have submitted claim in writing to the
Engineer-in-charge within one month of the case of such claim
occurring.

Action and
compensation
payable in case
of bad work.

Clause 17 :- If at any time before the security deposit or any part


thereof is refunded to the Contractor it shall appear to the Engineerin-charge or his subordinate in charge of the work, that any work has
been executed with unsound, imperfect or unskillful workmanship or
with materials of inferior quality or that any materials or articles
provided by him for the execution of the work are unsound or of a
quality inferior to the that Contracted for, or are otherwise not in
accordance with the Contract, it shall be lawful for the Engineer-incharge to intimate this fact in writing to the Contractor and then not
with standing 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 provide other proper and suitable materials or articles at
his own charge and cost and in the event of his failing to do so within
a period to be specified by the Engineer-in-charge in the written
intimation aforesaid,
the contractor shall be liable to pay
compensation at the rate of one percent on the amount of the estimate
for every day not exceeding 10 days during which the failure so
continuous and in the case of any such failure the Engineer-in-charge
may rectify or remove and re-execute the work or remove and replace
the materials or articles complained of, as the case may be at the risk
and expense in all respects of the Contractor. Should the Engineer-incharge 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 the such reduce rates as he may fix therefor.

P.W.D. Resolution
No. CAT-1087/
CR-94/
Bldg.2 dt.14-6-89.

Works to be
opened to
inspection.
Contractor or
responsible
agent to be
present.

Contractor

Clause 18 :- All works under or in course of execution or executed in


pursuance of the contract shall at all times be open to the 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 the intention of the Engineerin-charge and his subordinates to visit the work shall have been given to
the contractor, either himself be present to receive orders and
instructions , or have a responsible agent duly accredited in writing
present for that purpose. Orders given to the Contractors duly authorized
agent shall be considered to have the same force and effect as if they had
been given to the Contractor himself.
No. of Corrections

Executive Engineer

Dy.E.E.

57
Notice to be
given before
work is covered
up.

Clause 19 :- The Contractor shall give not less than five days notice
in writing to the Engineer-in-charge or his subordinate in charge of
the work before covering up or otherwise placing beyond the reach of
measurement any work in order that the same may be measured and
correct dimension thereof taken before the same is so covered up or
placed beyond the reach of measurement and shall not cover up or
place 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 no payment or allowance
shall be made for such work or for the materials with which the same
was executed.

Contractor liable
for damage done,
and for
imperfections.

Clause 20 :- If during the period of 24 (Twenty four) months from


the date of completion as certified by the Engineer-in-charge pursuant
to clause 7 of the contract, and if in the opinion of the Executive
Engineer the said work is defective in any manner whatsoever, the
Contractor shall forthwith on receipt of notice in that behalf from the
Executive Engineer, duly commence execution and completely carry
out at his cost in every respect all the work that may be necessary for
rectifying and setting right the defects specified therein including
dismantling and reconstruction of unsafe portions strictly in
accordance with and in the manner prescribed and under the
supervision of the Executive Engineer. In the event of the Contractor
failing or neglecting to commence execution of the said rectification
work within the period prescribed therefor in the said notice and /or to
complete the same as aforesaid as required by the said notice, the
Executive Engineer may get the same executed and carried out
departmentally or by any other agency at the risk, on account and at
the cost of the Contractor. The Contractor shall forthwith on demand
pay to the Government the amount of such cost, charges and expenses
sustained or incurred by the Government of which the certificate of
the Executive Engineer shall be final and binding on the Contractor.
Such costs, charges and expenses shall be deemed to be arrears of
land revenue and in the event of the Contractor failing or neglecting
to pay the same on demand as aforesaid without prejudice to any
other rights and remedies of the Government, the same may be
recovered from the contractor as arrears of land revenue. The
Government shall also be entitled to deduct the same from any
amount which may then be payable or which may thereafter become
payable by the Government to the contractor either in respect of the
said work or any other work whatsoever or from the amount of
security deposit retained by Government.

P.W.D. Resolution
No.CAT-1087/CR94/Bldg.2.dt.14-689.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

58
Contractor to
supply plant,
ladders
scaffoldings,
etc.

And is liable for


damages arising
from non
provisions
of lights, fencing
etc.

Clause 21 :- The Contractor shall supply at his own cost all material
(except such special materials, if any as may, in accordance with the
contract, be supplied from the P.W. Departmental stores), plant, tools
appliances, implements, ladders, cordage, tackles, scaffolding and
temporary works requisite or proper for the proper execution of the
work, whether in the original, altered or substituted from, and whether
included in the specification or other documents forming part of the
contract or referred to in these conditions or not and which may be
necessary for the purpose of satisfying or complying with the
requirements of the Engineer-in-charge as to any matter as to which
under these conditions he is entitled to be satisfied, or which he is
entitled to require together with the carriage therefor to and from the
work. The Contractor shall also supply without charge the requisite
number of persons with the means and materials necessary for the
purpose of setting out works and counting, weighing and assisting in
the measurement or examination at any time and from time to time of
the work or the materials, failing which the same may be provided by
the Engineer-in-charge at the expense of the contractor and the
expenses may be deducted from any money due to the Contractor
under the contract or from his security deposit or the proceeds of sale
thereof, or of sufficient portion thereof. The Contractor shall provide
all necessary fencing and lights required to protect the public from
accident, and shall also be bound to bear the expenses of defence of
every suit, action or other legal proceeding, that may be brought by
any person for injury sustained owing to neglect of the above
precautions, and to pay any damages and cost which may be awarded
in any such suit, action or proceedings to any such person, or which
may with the consent of the Contractor be paid for compromising any
claim by any such person.
Clause 21 (A) :- The Contractor shall provide suitable scaffolds and
working platforms, gangways and stairways and shall comply with
the following regulations in connection therewith a)
Suitable scaffolds shall be provided for workmen for all works
that cannot be safely done from a ladder or by other means.
b)

A scaffold shall not be constructed, taken down or


substantially altered except.
i)
ii)

c)

All scaffolds and appliances connected therewith and all


ladders shall i)
ii)

iii)
Contractor

under the supervision of a competent and responsible person;


and
as far as possible by competent workers possessing adequate
experience in this kind of work.

be of sound material.
be of adequate strength having regard to the loads and strains
to which they will be subjected, and
be maintained in proper condition.
No. of Corrections

Executive Engineer

Dy.E.E.

59
d)

Scaffolds shall be so constructed that no part thereof can be


displaced in consequence of normal use.

e)

Scaffold shall not be over-loaded and so far as practicable the


load shall be evenly distributed.

f)

Before installing lifting gear on scaffolds special precautions


shall be taken to ensure the strength and stability of the
scaffolds.

g)

Scaffolds shall be periodically inspected by a competent


person.

h)

Before allowing a scaffold to be used by his workmen the


Contractor shall whether the scaffold has been erected by
his workmen or not, take steps to ensure that it complies
fully with the regulations herein specified.

i)

Working platform, gangway, stairways shall -

j)

k)

Contractor

i)

be so constructed that no part thereof can sag


unduly on unequally.

ii)

be so constructed and maintained, having regard to the


prevailing conditions as to reduce as for as practicable
risks of persons tripping or slipping and

iii)

be kept free from any unnecessary obstruction

In the case of working platform, gangways, working


places and stairways at a height exceeding 3.00 meters,
i)

every working platform and every gangway shall


be
closely
boarded
unless other adequate
measures are taken to ensure safety,

ii)

every working platform and


adequate width; and

iii)

every working platform and gangway, working place


and stairway shall be suitable fenced.

gangway shall have

Every opening in the floor of a building or in a working


platform shall expect for the time and to the extent require to
allow the excess of persons or the transport or shifting of
material be provided be suitable means to prevent the fall of
persons or material.

No. of Corrections

Executive Engineer

Dy.E.E.

60
l)

When persons are employed on a roof where there is a danger


of falling from a height exceeding 3.00 meters (to be
specified) suitable precautions shall be taken to prevent the fall
of persons or materials.

m)

Suitable precautions shall be taken to prevent persons being


struck by articles which might fall from scaffolds or other
working places.

n)

Safe means of access shall be provided to all working


platforms and other working places.

o)

The Contractor/(s) will have to make payments to labourers as


per Minimum Wages Act.

Clause 21 (B) :- The Contractor shall comply with the following


regulations as regards the Hoisting Appliances to be used by him :a)
Hoisting machines and tackles, including their attachments,
anchorages and supports shall.
i) be of good mechanical construction, sound material and
adequate strength and free from patent defect;

and
ii) be kept in good repair and in good working order.
b)
Every rope used in hoisting or lowering materials or as a
means of suspension shall be of suitable quality and adequate strength
and free from patent defect.
c)
Hoisting machines and tackles shall be examine and
adequately tested after erection 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 materials or as a means of suspension shall be
periodically examined.
e)
Every crane driver or hoisting appliance operator shall be
properly qualified.
f)
No person who is below the age of 18 years shall be in
control of any hoisting machine, including any scaffold, or give
signals to the operator.
g)
In 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 means.
Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

61
h)
Every hoisting machine and all gear referred to in preceding
regulation shall be plainly marked with the safe working load.
i)
In the case of a hoisting machine having a variable safe
working load each safe working load and the conditions under which
it is applicable shall be clearly indicated.
j)
No part of any hoisting machine or any gear referred to in
regulation (h) above shall be loaded beyond the safe working load
except for the purpose of testing.
k)
Motors, gearing transmissions, electric wiring and other
dangerous parts of hoisting appliances shall be provided with efficient
safeguards.
l)
Hoisting appliances shall be provided with such means as will
reduce to a minimum the risk of the accidental descent of the load.
m)
Adequate precaution shall be taken to reduce to a minimum
the risk of any part of a suspended load becoming accidentally
displaced.
Measure for
Clause 22 :- The Contractor shall not set fire to any standing jungle,
prevention of fire. trees, brushwood or grass without a written permit from the Executive
Engineer. When such permit is given, and also in all cases when
destroying, cut or dug up trees, brushwood, grass etc. by fire, the
Contractor shall take necessary measures to prevent such fire
spreading to or otherwise damaging surrounding property.
The Contractor shall make his own arrangements for drinking water
for the labour employed by him and provide sanitary and other
arrangements.
Liability of
contractor for
any damage done
in or outside
work area.

Clause 23 :- Compensation for all damages done intentionally or


unintentionally by Contractors labour whether in or beyond the limits
of the Government property including any damage caused by the
spreading of fire mentioned in Clause 22 shall be estimated by the
Engineer-in-charge subject to the decision of the Superintending
Engineer on appeal shall be final and the Contractor shall be bound to
pay the amount of the assessed compensation on demand, failing
which the same will be recovered from the Contractor as damage in
the manner prescribed in Clause 1 or deducted by the Engineer-incharge from any sums that may be due or become due from
Government to Contractor under this contract or otherwise.
The Contractor shall bear the expenses of defending any action or
other legal proceedings that may be brought by any person for injury
the spread sustained by him owing to neglect of precautions to
prevent the spread of fire and he shall pay any damages and cost that
may be awarded by the court in consequence.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

62
Employment of
female labour

Clause 24 :- The employment of female labours on works in


neighborhood of soldiers barracks should be avoided as far as
possible. The contractor shall employ the labours from the nearest
Employment Exchange.

Work on Sunday

Clause 25 :- No work shall be done on a Sunday without the sanction


in writing of the Engineer-in-charge.

Work not to be Clause 26 :- The contract shall not be assigned or sublet without the
sublet
written approval of the Engineer-in-charge. And if the Contractor
shall assign or sublet his contract, or attempt to do so, or become
insolvent or commence any proceedings to get himself adjudicated
Contract may be and insolvent or make any composition with his creditors, or attempt
rescinded and
so to do or if bribe, gratuity, gift loan, perquisite, reward or
security deposit
advantage, pecuniary or otherwise shall either directly or indirectly be
forfeited for
given, promised or offered by the Contractor or any of his servants or
subletting it
agents to any public officer or person in the employ of Government in
without approval any way relating to his office or employment, or if any such officer
or for bribing a
or person shall become in any way directly or indirectly interested in
public officer or the contract, the Engineer-in-charge may thereupon by notice in
if contractor
writing rescind the contract, and the security deposit of the Contractor
becomes
shall thereupon stand forfeited and be absolutely at the disposal of
insolvent.
Government, and the same consequences shall ensure as if the
contract had been rescinded under Clause 3 thereof and in addition the
Contractor shall not be entitled to recover or be paid for any work
therefor actually performed under the contract.
Sum payable by
way of
compensation to be
considered as
reasonable
compensation
without reference
to actual loss.

Clause 27 :- All sums payable by a Contractor by way of


compensation under any of these conditions shall be considered as a
reasonable compensation to be applied to the use of Government
without reference to the actual loss or damages sustained, and whether
any damage has or has not been sustained.

Change in the
constitution of
firm to be
notified.

Clause 28 :- In the case of tender by partners, any change in the


constitution of a firm shall be forthwith notified by the Contractor to
the Engineer-in-charge for his information.

Direction
and
control of the
Superintending
Engineer.

Clause 29 :- All works to be executed under the contract 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 to be commenced, and from time to time carried on.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

63
Direction
and
control of the
Superintending
Engineer.

Clause 30 (1) :- Except where otherwise specified in the contract and


subject to the powers delegated to him by Government under the
code, rules then in the force, the decision of the Superintending
Engineer of the Circle for the time being shall be final, conclusive and
binding on all parties of the contract upon all questions relating to the
meaning of the specifications, designs, drawings and instruction
hereinbefore mentioned and as to the quality of workmanship or
materials used on the work, or as to any other question, claim right,
matter or things whatsoever, if any way arising out of, or relating to
the contract, designs, drawings, specifications, estimates ,
instructions, orders, or other conditions, or otherwise concerning the
works, or the execution, or failure to execute the same, whether
arising during the progress of the work, or after the completion or
abandonment thereof.
Clause 30 (2) :- The Contractor may within thirty days of receipt by
him of any order passed by the Superintending Engineer of the Circle
as aforesaid appeal against it to the Chief Engineer, concerned with
the contract work or project provided that (a) The accepted value of the contract exceeds Rs. 10 lakhs
(Rupees Ten lakhs)
(b) Amount of claim is not less than Rs. 1.00 Lakh
(Rupees One Lakh).
Clause 30 (3) :- If the Contractor is not satisfied with the order
passed by the Chief Engineer as aforesaid, the Contractor may, within
thirty days of receipt by him of any such order appeal against it to the
concerned Secretary, Public Works Department/Irrigation Department
who, if convinced that Prima-facie the Contractors claim rejected by
Superintending Engineer/Chief Engineer is not frivolous and that
there is some substance in the claim of the Contractor as would merit
a detailed examination and decision by the Standing Committee, shall
put up to the Standing Committee at Government level for suitable
decision
( vide PW Circular No. CAT-1086-CR-110/Bldg.2 Dated 7.5.1986).

Stores of
European or
American
manufacture to
be obtained from
Government

Contractor

Clause 31 :The Contractor shall obtain from the P.W.


Departmental stores all stores and articles of European or American
manufacture which may be required for the work, or any part thereof
or in making up any articles required thereof in connection therewith
unless he has obtained permission in writing from the Engineer-incharge to obtained such stores and articles elsewhere. The value of
such stores and articles as may be supplied to the Contractor by the
Engineer-in-charge will be debited to the Contractor in his account at
the rate shown in the said schedule in from 'A' attached to the
Contract and if they are not entered in the schedule, they shall be
debited to him at cost price which for the purpose of this Contract
shall include the cost of carriage and all other expenses whatsoever,
which shall have been incurred in obtaining delivery of the same at
the stores aforesaid.
No. of Corrections
Executive Engineer

Dy.E.E.

64
Lump-sum in
estimates.

Clause 32 :- When the estimate on which a tender is made includes


lump sums in respect of part of the work, the Contractor shall be
entitled to payment in respect of the items of work involved or the
part of the work in question at the same rates as payable under this
Contract for each items, or if the parts of the work in question is not
in the opinion of the Engineer-in-charge capable of measurement, the
Engineer-in-charge may at his discretion pay the lump sum amount
entered in the estimate and the certificate in writing of the Engineerin-charge shall be final and conclusive against the Contractor with
regard to any sum or sums payable to him under the provisions of this
clause.

Action where no Clause 33 :- In the case of any class of work for which there is no
specifications.
such specification as is mentioned in Rule 1 of Form B-1 such work
shall be carried out in accordance with the Divisional specifications,
and in the event of there being no Divisional specification, then in
such case the work shall be carried out in all respects in accordance
with all instructions and requirements of the Engineer-in-charge .
Definition of
work.

Clause 34 :- The expression "Work" or "Works" where used in these


conditions, shall unless there be something in the subject or context
repugnant to such construction, be constructed to mean the work or
works contracted to be executed under or in virtue of the contract,
whether temporary or permanent and whether original, altered,
substituted or additional.

Contractors
Clause 35 :- The percentage referred to in the tender shall be
percentage
deducted from/added to the gross amount of the bill before deducting
whether applied the value of any stock issued.
to net or gross
amount of bill.
Quarry fees and
royalties.

Clause 36 :- All quarry fees, royalties, octroi dues and ground rent
for stacking materials, if any, should be paid by the contractor.

Compensation
under workmen's
Compensation
Act.

Clause 37 :- The Contractor shall be responsible for and shall pay


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

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

65
Clause 37 (A) :- The Contractor shall be responsible for and shall pay
the expenses of providing medical aid to any workmen who may
suffer a bodily injury as a result of an accident. If such expenses are
incurred by Government the same shall be recoverable from the
Contractor forthwith and be deducted without prejudice to any other
remedy of the Government from any amount due or that may become
due to the Contractor .
Clause 37 (B) :- The Contractor shall provide all necessary personal
safety equipment and first aid apparatus available for the use of the
persons employed on the site and shall maintain the same in condition
suitable for immediate use at any time and shall comply with the
following regulations in connection therewith :a) The workers shall be required to use the equipments so
provided by the Contractor and the Contractor shall take adequate
steps to ensure proper use of the equipment by those concerned.
b) When work is carried on in proximity to any place where there is a
risk of drowning all necessary equipment shall be provided and kept
ready for use and all necessary steps shall be taken for the prompt
rescue of any person in danger.
c) Adequate provision shall be made for prompt first aid treatment of
all injuries likely to be sustained during the course of the work.
Clause 37 (C) :- The Contractor shall duly comply with the
provisions of "The Apprentices Act. 1961" (III of 1961) the rules
made thereunder and the orders that may be issued from time to time
under the said Act and the said Rules and on his failure or neglect to
do so he shall be subjected to all the liabilities and penalties provided
by the said Act and said Rules.
(Govt. Circular No. CAT-6076/3336/(400)/Bldg.2 dt. 16-8-1985.)
Claim for
quantities of
work entered in
the tender or
estimates.

Clause 38 :- (1) Quantities shown in the tender are approximate and


no claim shall be entertained for quantities of work executed being
either more or less than those entered in the tender or estimate.

(2) Quantities in respect of the several items shown in the tender are
approximate and no revision in the tendered rates shall be permitted
in respect of any of the items so long as, subject to any special
provision contained in the specifications prescribing a different
percentage of permissible variation in the quantity of the item does
not exceed the tender quantity by more than 25 percent and so long as
the value of the excess quantity beyond this limit at the rate of the
items specified in the tender, is not more than Rs.5,000/-

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

66
(3) The contractor shall if ordered in writing by the Engineer so to
do, also carry out any quantities in excess of the limit mentioned in
sub-clause (i) hereof on the same conditions as and in accordance
with the specifications in the tender and at the rates (i) derived from
the rates entered in the current schedule of rates and in the absence of
such rates (ii) at the rates prevailing in the market. The said rates
increased or decreased as the case may be, by the percentage which
the total tendered amount bears to the estimated cost of the work as
put to tender based upon the schedule of rates applicable to the year
in which the tenders were accepted (For the purpose of operation
of this clause, this cost shall be as worked out from D.S.R.
prevailing at the time of acceptance of tender.)
(4) Claims arising out of reduction in the tendered quantity of any
item beyond 25 percent will be governed by the provision of clause
15 only when the amount of such reduction beyond 25 percent at the
rate of the item specified in the tender is more than Rs.5,000/- (This
clause is not applicable to extra items)
Employment of
famine labour
etc.

Clause 39 - The Contractor shall employ any famine, convict or


other labour of a particular kind or class if ordered in writing to do so
by the Engineer-in-charge.

Claim for
compensation for
delay in starting
of work.

Clause 40 - No compensation shall be allowed for any delay caused


in the starting of the work on account of acquisition of land or, in the
case of clearance works, on account of any delay in according
sanction to estimates.

Claim for
compensation for
delay in
execution of
work.

Clause 41 - No compensation shall be allowed for any delay in the


execution of the work on account of water, standing in borrow pits or
compartments. The rates are inclusive for hard or cracked soil,
excavation in mud, sub-soil water or water standing in borrow pits
and no claim for an extra rate shall be entertained unless otherwise
expressly specified.

Entering upon or
commencing any
portion of work.

Clause 42 - The Contractor shall not enter upon or commence any


portion of work except with written authority and instructions of the
Engineer-in-charge or his subordinate in charge of the work. Failing
such authority the Contractor shall have no claim to ask for
measurements of the payment for work.

Minimum age of
persons
employed, the
employment of
donkeys and / or
other animals
and the payment
of fair wages.

Clause 43 (i) :- No contractor shall employ any person who is under


the age of 18 years.

Contractor

(ii) No contractor shall employ donkeys or other animals with


breaching of string or thin ropes. The breaching must be at least
three inches wide and should be of tape (Nawar).
(iii) No animal suffering from sores, lameness or emaciation or
which is immature shall be employed on the work.
No. of Corrections

Executive Engineer

Dy.E.E.

67
(iv)
The Engineer-in-charge or his Agent is authorized to
remove from the work, any person or animal found working
which does not satisfy these conditions and no responsibility
shall be accepted by Government for any delay caused in the
completion of the work by such removal.
(v)
The contractor shall pay fair and reasonable wages to the
workmen employed by him, in the contract undertaken by him.
In the event of any dispute arising between the contractor and his
workmen on the grounds that the wages paid are not fair and
reasonable, the dispute shall be referred without delay to the
Executive Engineer shall be conclusive and binding on the
contractor but such decision shall not in any way affect the
conditions in the contract regarding the payment to be made by
Government at the sanctioned tender rates.
(vi)
Contractor shall provide drinking water facilities to the
workers. Similar amenities shall be provided to the workers
engaged on large work in urban areas.
(vii) All facilities provided in the contract labour (Regulation
and Abolition Act 1971), The Maharashtra Contract Labour
Regulation and Abolition Rule 1971 should be provided.
Method of
payment.

Clause 44 :- Payment to contractors shall be made by cheque drawn


on any treasury within the division convenient to them, provided the
amount exceeds Rs.10. Amounts not exceeding Rs.10 will be paid in
cash.

Acceptance of
Clause 45 :- Any contractor who does not accept these conditions
conditions
shall not be allowed to tender for works.
compulsory before
tendering for work.

Clause 46 :- If Government declares a state of scarcity of famine to


Employment of exist in any village situated within 10 miles of the work the
scarcity labour.
Contractor shall employ upon such parts of the work, as are suitable
for unskilled labour, any person certified to him by the Executive
Engineer, or by any person to whom the Executive Engineer may
have delegated this duty in writing to be in need of relief and shall be
bound to pay to such person wages not below the minimum which
Government may have fixed in this behalf. Any disputes which may
arise in connection with the implementation of this clause shall be
decided by the Executive Engineer whose decision shall be final and
binding on the Contractor .

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

68
Clause 47 :- The price quoted by the Contractor shall not in any case
exceed the control price, if any, fixed by Government or reasonable
price which it is permissible for him to charge a private purchaser for
the same class and description of goods under the provision of
Hoarding and Profiteering Prevention Ordinance, 1948 as amended
from time to time. If the price quoted exceeds the controlled price or
the price permissible under Hoarding and Profiteering Prevention
Ordinance the Contractor will specifically mention this fact in his
tender alongwith the reasons for quoting such higher prices. The
purchaser at his discretion will in such case exercise the right of
revising the price at any stage so as to conform with the controlled
price on the permissible under the Hoarding and Profiteering
Prevention Ordinance. This discretion will be exercised without
prejudice to any other action that may be taken against the Contractor.
Clause 47 (A) :- The tender rates are inclusive of all taxes, rates,
cesses and are also inclusive of leviable tax in respect of sale by
transfer of property in goods involved in the execution of a work
contract under the provision of Rule -58 of Maharashtra Value Added
Tax Act- 2005, for the purpose of levy of Tax.
(As per GR.No. BDG-2005/CR-324/Bldg-2 Dt.3/3/2006)

Clause 48 :- The rates to be quoted by the Contractor must be


inclusive of VAT Tax and all other relevant taxes. No extra payment
of this account will be made to the Contractor.
Clause 49 :- In case of materials that may remain surplus with the
Contractor from those issued for the work contracted for, the date of
ascertainment of the materials being surplus will be taken as the date
of sale for the purpose of sales tax and the sales tax will be recovered
on such sale.
Clause 50 :- The Contractor shall employ the unskilled labour to be
employed by him on the said work only from locally available labour
and shall give preference to those persons enrolled under Maharashtra
Government Employment and Self Employment Department's
Scheme.
Provided, however, that if the required unskilled labours 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 Executive Engineer-in-charge
of the said work, obtain the rest of requirement of unskilled the labour
from outside the above scheme.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

69
Clause 51 :- The contractor shall pay the labourers (skilled and
unskilled) according to the wages prescribed by the Minimum Wages
Act of 1948 applicable to the area in which the work of the contract
is located. The contractor shall comply with the provision of the
Apprentices Act, 1961, and the rules and orders issued thereunder
from time to time, if he fails to do so his failure will be a breach of
the contract and the Superintending Engineer, may in his discretion
may cancel the contract. The Contractor shall also be liable, for any
precautionary liability, arising on account of any violation by him of
the provision of Act.
The contractor shall pay labourers skilled and unskilled
according to the wages prescribed by the Minimum Wages Act, of
1948 applicable to the area in which work lies.
The contractor to take precautions against accidents which take
place on account of labour using loose garments while working
machinery.
Clause 52 :- All amounts whatsoever which the contractor is liable
to pay to the Government in connection with the execution of the
work including the amount payable in respect of (i) materials and / or
stores supplied/ issued hereunder by the Government to the
contractor. (ii) hire charges in respect of heavy plant, machinery and
equipment given on hire, by the Government to the contractor for
execution by him of the work and/or on which advances have been
given by the Government to the contractor shall be deemed to be
arrears of Land Revenue and the Government may without prejudice
to any other rights and remedies of the Government recover the same
from the contractor as arrears of land revenue.
(CAT-1274/40364/Desk-2 dt. 7-12-76)
Government
Circular No. CAT1284/(120) /Bldg.2
dt. 14.8.85.

Contractor

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 provisions concerning payment of
wages particularly to workmen employed by the Contractor and
working on the site of the work. In particular the Contractor shall pay
wages to each worker employed by him on the site of the work at the
rates prescribed under the Maharashtra Contract Labour (Regulation
and Abolition) Rules, 1971. If the Contractor fails or neglects to pay
wages at the said rates or makes short payment and the Government
makes such payment of wages in full or part thereof less paid by the
Contractor as the case may be the amount so paid by the Government
to such workers shall be deemed to be an arrears of land revenue and
the Government shall be entitled to recover the same as such from the
contractor or deduct the same from the amount payable by the
Government to the Contractor hereunder or from any other amount/s
payable to him by the Government.

No. of Corrections

Executive Engineer

Dy.E.E.

70
Clause 54 :- The contractor shall engage apprentice such as brick
layer, carpenter, wiremen, plumber, as well as blacksmith by
recommended by the State Apprenticeship Advisor Director of
Technical Education, Dhobi Talaw, Mumbai :400 001. In the
construction work (as per Government of Maharashtra, Education
Government No.TSA/5170/T5689, dated 7.7.1972).
Conditions for
malaria
eradication anti
malaria and
other health
measures

Clause 55 :- (Government of Maharashtra P.W.D. Resolution No.


CAT/1086/CR-243/K/Bldg.32 Dt. 11.8.1987)
A.

The anti malaria and other health measures shall be as directed


by the joint Director (Malaria and Filaria) of Health Service,
Pune.

B.

Contractor shall see that mosquitoegenic conditions are not


created so as to keep vector population to minimum level.

C.

Contractor shall carry out anti-malaria measures in the area as


per guidelines prescribed under National Malaria Eradication
Program and as directed by the Joint Director (M & F) of
Heath Services, Pune.

D.

In case of default in carrying out prescribed anti-malaria


measures resulting in increase in malaria incidence, contractor
shall be liable to pay to Corporation the amount spent by
Government on anti malaria measures to control the situation in
addition to fine.

E.

RELATIONS WITH PUBLIC AUTHORITIES


The Contractor shall make sufficient arrangements for draining
away the sewage water as well as water coming from the
bathing and washing places and shall dispose off this water in
such a way as not to cause any nuisance. He shall also keep the
premises clean by employing sufficient number of sweepers.
The Contractor shall comply with all rules, regulations, byelaws 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 livable on him without any extra cost of
Government.

( Government of Maharashtra P.W.D. Resolution No.CAT-1086/CR243/D-Bldg.2 dated 11.9.1987.)

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

71

SCHEDULE 'A'
NAME OF WORK :- CONSTRUCTION OF SKYWALK AT
MALNAKA RATNAGIRI,
TALUKA AND
DISTRICT
RATNAGIRI.

Schedule showing (approximately) the materials to be supplied from the


P.W. Department Stores for Work contracted to be executed and
preliminary and ancillary works and the rates at which they are to be
charged for.
Sr.
No.

Particulars

Quantity

Rate in

In figure

Place of
Delivery

In words

N I L

NOTE :1)
The other material like asphalt, cement, steel are to be supplied by
the Contractor. The conditions of Schedule 'A' attached separately.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

72

BLANK PAGE

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

73

ADDITIONAL CONDITIONS FOR MATERIALS


(CEMENT, HYSD/T.M.T. /MILD STEEL BARS, HIGH TENSILE STEEL BARS,) ETC.

BROUGHT BY CONTRACTOR.
1)

All the materials such as cement, MILD/T.M.T. steel bars, Structural steel,
Vitrified tiles, Ceramic Tiles, Paving blocks etc. required for execution of work shall
be brought by the contractor at his own cost.

2)

The contractor shall maintain the record of these materials (cement, steel etc.) in the
prescribed proforma and registers as directed by Engineer-in-charge. The sample of
prescribed proforma is attached at the end ( Page No. 75 to 78). These registers shall
be signed by both, the contractors and representative of the Engineer-in-charge. These
registers shall be made available for inspection, verification for the Department as and
when required. These registers shall be in the custody of Department, and shall be
maintained by the Department.
The Contractor shall submit periodically as well as on completion of work, an account
of all materials used by him on the work. In addition, a separate register shall be
maintained on site for recording daily item wise asphalt, cement consumption and
also item wise consumption of other materials. This shall be signed daily by
Contractor or his representative and representative of Engineer-in-charge.

3)

The material required only for this work shall be kept in the godown at site. No
material shall be shifted outside of the godown site except for the work for which this
agreement is entered, without prior approval of the Engineer-in-charge.

4)

The materials i.e. Cement, Steel, Structural steel, Vitrified tiles, Ceramic tiles, Paving
blocks etc. brought on the work site shall be accompanied with necessary Company /
Manufacturing firms test certificates. In addition these materials shall be tested as per
frequency prescribed by the department and the cost of such testing shall be borne by
the contractor. If the test results are satisfactory, then and then only the material shall
be allowed to be used on the work. If the test results are not as per standards
prescribed, these materials shall be immediately removed from the work site at
contractors cost. In case of cement, if so requested by the contractor in writing,
material shall be allowed to be used before receipt of test results but this will be
entirely at the risk and cost of the contractor.

5)

The contractor shall produce sufficient documentary evidence i.e. bill for the
purchase, Octroi receipts etc., bill for the purchase of materials brought on the work
site at once if so requested by the Department.

6)

All these materials i.e. cement, steel, etc. shall be protected from any damages, rains
etc. by the contractor at his own cost.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

74
7)

The Contractor will have to erect temporary shed of approved specifications for
storing of above materials at work site at contractors cost having double locking
arrangements (By double lock it is meant that godown shall always be locked by two
locks, one lock being owned and operated by Contractor and other by Engineer-incharge or his authorized representative ) and the door shall be openable only after
both locks are opened.

8)

If required, the weighment of cement bags, steel etc. brought by the contractor shall
be carried out by the contractor at his own cost.

9)

The contractor shall not use cement and other material for the item to be executed
outside the scope of this contract except for such ancillary small items as are
connected and absolutely necessary for this work as may be decided by the Engineerin-charge.

10)

The Government shall not be responsible for the loss in cement, steel, granite,
marble, tiles etc. during transit to work site.
The cement brought by the contractor at the work site store shall mean 50 Kg.,
equivalent to 0.0347 cubic metre per bag by weight. The rate quoted should
correspond to this method of reckoning. In case of ordinary/controlled concrete, if
cement is found short, the shortage / shortages will be made good by the contractor at
his cost.

11)

INDEMNITY
The condition regarding indemnity as defined on Page No. 97 at Sr. No. 8.6 will
apply mutatis mutandis in case of materials brought by contractor at the site for the
execution of the work being executed under this contract.

12)

In case the materials brought by the contractor become surplus owing to the change in
the design of the work, the materials should be taken back by the contractor at his
own cost after prior permission of Engineer-in-charge.

13)

All empty bags or empty asphalt drums shall be the property of contractor and the
same shall be removed immediately after completion of work.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

75

]S +E J{
S nh xn G.1

ES x :-

M {i{x ES `Eh + E

+E +h J{ S
nxE

Mb
GE

|{i ] S
Vx

{
]S Vx

Ej]nS

nS +J
E ]S Vx

+IES

xn G.2
xx +`bv ={Mi +hh +E + {h S ix
nJh E]E
+`bv E ES BEh +nV {h
1.
2.
3.
4.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

76

--------------------------------------- V {h- +`b` M.


+.G.

S
x

E ES
+nV {h
{h BEx

{h +E
+ ]S
{h
({iv)
({iS |iE
Ji) .]x
5

Ej]nS

Contractor

{
|iI
+
{
]S BEh
]S
{h
{h .]x
.]x
6

+IES

No. of Corrections

Executive Engineer

Dy.E.E.

77

{nS +E +h J{
S nh xn G.1
ES x:
M {i{x ES `Eh + E

+E +h J{ S
nxE

Mb GE

|{i {nS

{ {nS

nS +J

Vx

Vx

E {nS Vx

BEh

Ej]nS

+iS
xn G.2

xx +`bv ={Mi +hh +E + {nS {h |iIi


={Mi +h {h S ix nJh E]E

+`bv E ES BEh +nV {h.


1)
2)
3)

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

78

xn GE 3
....................................... V {h- +`b` M.
+.G.

E ES +nV
{h
{h

BEx

{h
+E

{h .

{h
.

|iI

BEh
{h
.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

79

ADDITIONAL GENERAL CONDITIONS


1.

COMPETANCY OF TENDER :
The work will be awarded only to those contractors who are considered to be
substantially responsive bidders, capable of performing the class of work to be
completed. Before passing the final award any or all bidders may have to show that
they have the necessary experience, facilities, ability and financial resources to
execute the work in satisfactory manner and also within the stipulated time.

2.

PAYMENTS :
The tenderers must understand clearly that the rates quoted are for completed work
and include all costs due to labour, all leads and lifts involved and if further
necessitated, scaffolding plant, supervision, service works, power, royalties, octroi
taxes etc. and to include all to cover the cost of lighting on night work if any and
round the clock work as and when required and no claim for additional payment
beyond the prices or rates quoted will be entertained and the tenderers shall 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 the tender.
a) RUNNING BILLS :
Two payments in a month will be granted by the Engineer-in-charge if the
progress is satisfactory. Contractor should submit bills to the Engineer-in charge
in appropriate forms.
b) FINAL BILL :
The contractor should submit final bill within one month after completion of the
work and the bill will be paid within 5 months if it is in order. Disputed item and
claims if any shall be executed from the final bill and settled separately later on.
c) ADDITIONAL CONDITION ABOUT AVAILABILITY OF FUNDS
The budget provision for this work is less at present. The payment of bills will be made
as per the availability of funds. No claims will be entertained for delayed payments

if situation arises, the work will be stopped at safe stage and will be withdrawn
under Clause 15 for which no compensation will be allowed.
3.

ERASER :
Persons tendering are informed that no erasers of any alterations by them in the text of
the documents set herewith will be allowed and any such eraser or an alteration will
be disregarded. If there is any error in writing, no overwriting should be done but the
wrong words or figures should be struck out and the correct one written above or near
it in an unambiguous way. Such correction should be initialed and dated.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

80
4.

ACCEPTANCE :
Intimation of acceptance of tender will be given by a telegram or a letter sent by
Registered Post to the address given below the signature of the tenderer in the tenders.
The tenders which do not fulfill any of the above conditions or those in the form and
which are incomplete in any respect shall be liable for rejection.

5.

PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO PREVENT


ACCIDENT :

i)

No live electric lines should be allowed to run along the ground in the blasting zone
and they should be at least about 10 ft. above ground if not more.

ii)

The wiring cable should not be taken near the live electric line and it should be
preferably shot firing cable as supplied by the supplier of explosives. If such a cable
is not available a substitute cable recommended by the explosive suppliers should
only be used. Under no circumstances should cable made up of several pieces jointed
and tapped be used.

iii)

The blasting shed from where the exploder is to finally operated should be at least 150
metre away from the area to be blasted. It should have a strong roof which can with
stand the impact of flying stones at this range.

iv)

Only trained hands should be allowed to handle explosives, cable detonators etc.

6.1

CONTRACTOR TO INFORM HIMSELF FULLY :


The contractors shall be deemed to have carefully examined the work and site
conditions including labour, the general and special conditions, the specifications,
schedules and drawings and shall be deemed to have visited the site of the work and
to have fully informed himself regarding the local conditions and carried out his own
investigations to arrive at the rates quoted in the tender. In this regard, he will be
given necessary information to the best of the knowledge of Department but without
any guarantee about it.
If he shall have any doubt as to the meaning of any portion of these general conditions
or the special condition, to the scope of working of the specifications and drawings or
any other matter concerning the contract, he shall in good time, before submitting his
tender, set forth the particulars thereof and submit them to the Engineer in writing in
order that such doubts may be clarified authoritatively before tendering. Once a
tender is submitted, the matter will be decided in accordance with tender conditions in
the absence of such authentic pre-clarification.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

81
6.2

ERROR, OMISSIONS AND DISCREPANCIES :

(A)

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

Between actual scaled and written dimensions or descriptions on a drawing,


the latter shall be adopted.

(II)

Between the written or shown description of dimensions in the drawing and


corresponding one in the specifications, the latter shall apply.

(III)

Between the quantities shown in schedule of quantities and those arrived at


from the drawings, the latter shall be preferred.

(B)

In all cases of omission and / or doubts of discrepancies in the dimensions or


description of any item or specifications, 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 precaution.

6.3

WORKING METHODS AND PROGRESS SCHEDULES :

(a)

The Contractor shall submit within the time stipulated by the Engineer-in-charge in
writing the details of actual methods that would be adopted by the Contractor for the
execution of any item as required by Engineer at each of the 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 work. 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
specifications of the item remain unaltered. The full responsibility for the safety and
adequacy of the methods adopted by the contractor shall however, rest on the
contractor, irrespective of any approved given by the Engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

82
In case of slippage from the approved work programme at any stage, the contractor
shall furnish revised programme to make up the slippage within the stipulated time
schedule and obtain the approval of the Engineer to the revised programme.
PROGRESS SCHEDULE
(b)

The Contractor shall furnish within the period stipulated in writing by the Engineerin-charge of the order to start the work, progress schedule using PERT/CPM
technique 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 and setting up materials, plants and machinery. The
schedule is to be such as is practicable of achievement towards the completion of the
whole work in the time limit and of the particular items, if any on the due date
specified in the contract and shall have the approval of the Engineer-in-charge. No
revised schedule shall be operative without such acceptance in writing. The Engineer
is further empowered to ask for more detailed schedule or schedules in weekly form,
for any item or items, in any case of urgency of work as will be directed by him and
the contractor shall supply the same as and when asked for.

(c)

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
the prior approval of the Engineer. Night work requiring supervision shall not be
permitted expect when specifically allowed by Engineer on each item, if requested by
Contractor. The Contractor shall provide necessary lighting arrangements etc. for
night work as directed by the Engineer without extra cost to Government.
Further, the contractor shall submit the progress of work in prescribed forms and
charts etc. at periodical intervals, as may be specified by the Engineer-in-charge.
Schedule shall be in the form of progress charts, forms, progress statement and/or
reports as may be approved by the Engineer. The contractor shall maintain proforma,
charts, details regarding machinery, equipment, labour, materials, personnel etc. as
may be specified by the Engineer and submit periodical returns thereof as may be
specified by the Engineer-in-charge.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

83
(d)

CONSTRUCTION EQUIPMENT AND LOCATION :


The Contractor shall be required to give a trial run of the equipments for establishing,
their capability to achieve the laid down specifications and tolerance to the
satisfaction of the Engineer before commencement of the work.

All equipment

provided shall be of proven efficiency and shall be operated and maintained at all
times, in a manner acceptable to the Engineer and no equipment or personnel will be
removed from site without permission of the Engineer .
The Contractor shall provide bar cutting and bar bending machine at site for
diameter of steel up to 32 millimeter.
6.4

TREASURE TROVE :
In the event of discovery by the Contractor or his employees, during the progress of
the works of any treasure, fossils, minerals or any other articles or value of interest,
the Contractor shall give immediate intimation thereof to the Engineer such treasure
of things which shall be the property of the Government.

6.5

QUARRIES :

6.5.1

The Contractor (s) shall have to arrange himself / themselves to procure the quarry.
However necessary assistance without any extra cost to Government will be rendered
by the Department for procuring the quarries if required by the Contractor.

6.5.2

The quarrying operation shall be carried out by the Contractor with proper equipment
such as compressor, jack-hammers, drill bits, explosives etc. and sufficient numbers
of workmen shall be employed so as to get the required out-turn.

6.5.3

The Contractor shall carry out the works in the quarries in conformity with all the
rules and regulations already laid down or that may be laid down from time to time by
the Government. Any cost incurred by the Government due to noncompliance of any
rules or regulations or due to damages by the Contractor shall be the responsibility of
the Contractor.

The Engineer-in-charge or his representative shall be given full

facility by the Contractor for inspection at all times of the working of the quarry,
records maintained, the stocks of the explosives and detonators etc. So as to enable
him to check that the working records and storage are all in accordance with the
relevant rules. The Engineer-in-charge or his representative shall at any times be
allowed to inspect the work, building and equipment at the quarters.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

84

6.5.4

The Contractor shall maintain at his own cost the books, registers etc. required to be
maintained under the relevant rules and regulations and as directed by the Engineerin-charge. These books shall be open for inspection at all times by the Engineer-incharge or his representative and the Contractor shall furnish the copies or extract of
books or registers as and when required.

6.5.5

All quarrying operations shall be carried out by the Contractor in organized and
expeditious manner, systematically and with proper planning. The Contractor shall
engage licensed blasters and adopt electric blasting and / or any other approved
method which would ensure complete safety to all the men engaged in the quarry and
its surroundings. The Contractor shall himself provide suitable magazines and arrange
to procure and store explosives etc. as required under the rules at his own cost. The
designs and the location of the magazine shall be got approved in advance from the
Chief Inspector of Explosives and the Rules and Regulations in this connection as laid
down by the Chief Inspector of Explosives from time to time shall be strictly adhered
to by the Contractor. It is generally experienced that it takes time to obtain the
necessary license for blasting and license for storage of materials from the concerned
authorities. The Contractor must therefore, take timely advance action for procuring
all such licenses so that the work progress may not be hampered.

6.5.6

The approaches to the quarrying place from the existing public roads shall have to be
arranged by the Contractor at his own cost and the approaches shall be maintained by
the Contractor at his own cost till the work is over.

6.5.7

The Quarrying operations shall be carried out by the Contractor to the entire
satisfaction of the Engineer-in-charge and the development of the quarry shall be
made efficiently so as to avoid wastage of stones. Only such stones as are of the
required quality shall be used on the work. Any stone which is in the opinion of the
Engineer-in-charge , not in accordance with the specifications or of required quality
will be rejected at any time, at the quarry or at the site of work. The rejected stones
shall not be used on the work and such rejected materials shall be removed to the
place shown at the Contractor's cost.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

85

6.5.8

Since all stones quarried from Government quarry (if made available) by the
Contractor including the excavated over burden are the property of the Government ,
no stones or earth shall be supplied by Contractor to any other agencies or works and
are not allowed to be taken away for any other works. All such surplus quarried
materials not required for work under this contract shall be the property of the
Government and shall be handed over by the Contractor to the Government free of
cost at the quarry site duly heaped at the spots indicated by the Engineer-in-charge .

6.5.9

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

6.5.10 The Contractor will be permitted to erect structures such as stores, office, huts for the
labours at his own risk and cost at the quarry site, if suitable vacant space in
Government area is available for the purpose at places approved by the Engineer-incharge . On completion of the work the Contractor shall remove all the structures
erected by him and restore the site to its original condition.
6.5.11 The Contractor shall not use any land in the quarry for cultivation or for any other
purpose except, that required for breaking or stacking or transporting stones.

6.6

COLLECTION OF MATERIALS :-

(I)

Where suitable and approved P.W. Department's quarries exist the Contractor or piece
worker will be allowed if otherwise there is no objection to obtain the materials to the
extent required for the work from the quarry. He will be, however, liable to pay
compensation, if any damage caused to the quarry either deliberately or through
negligence or for wastage of materials by himself or his staff or labour. The
Contractor shall pay necessary royalty in advance and claim refund according to rules,
if admissible and shall submit detailed accounts of materials quarried as directed.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

86
(II)

Where no suitable P.W. Department's quarries exist or when the quantity of the
material required cannot be obtained from a P.W. Department quarry, the Contractor
or piece worker shall make his own arrangements to obtain the material from existing
or a new quarry in Government waste land, private land or land belonging to other
States or Talukas etc. After opening the quarry but before starting collection, the
quarry shall be got approved from the Engineer-in-charge or his representatives. The
Contractor or piece worker shall pay all royally charges, compensation etc. No claims
or responsibility on account of any of obstructions caused to execution of the work by
difficulties arising out of private owners of the land will be entertained.

(III)

The rates in the tender, include all incidental charges such as opening of a new quarry,
opening out a new portion in an existing quarry, removing top soil and the unsuitable
material, dewatering, quarry, cost of blasting powder and fuse, lift and lead, repairs to
existing cart tracks, making new cart tracks, control charges, Central/State
Government or Municipal Taxes, etc.

(IV)

The rates in the tender are for the delivery of the approved material on road side,
properly stacked at the places specified by the Engineer-in-charge and are inclusive of
conveyance charges in respect of the leads and lifts. No claims on account of changes
in lead will be entertained.

(V)

No material shall be removed from the land within the road boundary or from the land
touching it without the written permission of the Engineer-in-charge or his authorized
agent. If any material is un authorize obtained from such places, the Contractor or
piece worker shall have to make good the damages and pay such compensation, in
addition as may be decided by the Executive Engineer and will have to stop further
collection.

(VI)

Any material that falls on any P.W.D. Road from the cart etc. during conveyance shall
be immediately picked up and removed by the Contractor or piece worker, failing
which it will be got removed departmentally at his cost. No heap shall be left prior to
stacking even temporarily on the road surface or in any way so as to cause any
obstruction or danger to the traffic. The Contractor or the piece worker shall be liable
to pay for any claims of compensation etc. arising out of any accident, etc. Any such

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

87
materials causing obstruction or danger etc. will be got removed departmentally at his
cost and no claim for any loss or damage to the material, thus removed will be
entertained. The Contractor shall also be responsible for the damage or accident etc.
arising out of any material that falls on the road or track, not in charge of the
Department and shall attend to any complaints which may be received.

(VII) The materials shall not be stacked in place where it is liable to be damaged or lost due
to traffic passing over it, to be washed away by rain or floods, to be buried under the
land slides etc. or the slip down an embankment or hill side etc. No claims for any
loss due to these and similar causes will be entertained.

(VIII) Before stacking, the materials shall be free from all earth, rubbish, vegetable matter
and other extraneous substance and in the case of metal, screened to gauge if so
directed when ready. It shall be stacked entirely clear of the road way on ground
which has been cleaned of vegetation and leveled. On high banks, ghat roads etc.
where it may not be practicable to stack it entirely clear of the roadway, it may be
stacked with the permission of the Engineer-in-charge on terms in such a way as to
cause minimum danger and obstruction to the traffic or as may be directed by him.

(IX)

The size of the stack of the materials other than rubble shall be 3 x 1.5 x 0.60
metre or such other size as may be directed by the Engineer-in-charge and all
but one stack in 200 metres shall be of the same uniform size and shall be
uniformly distributed over whole lengths. One stack (at the end) in each 200
metres may be of length different from the rest in order to adjust total quantity
to be required but its width and height will be the same as those of the rest.

(X)

The Engineer in charge or his authorized representative shall supply the


Contractor with statement showing 200 metres wise quantities that will be
required and the order in which the collection is to be done. No materials in
excess of requirements in that 200 metres shall be stacked.

Any excess

quantity shall be removed at the expense of the Contractor or piece worker to


where it is required before the material in that 200 metres is finally measured.
Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

88
(XI)

All materials shall be examined and measured before it is spread. The labour
for measurements ( and check measurements wherever carried out ) shall be
supplied by the Contractor or piece worker. Immediately after the
measurements are recorded, the stacks shall be marked by the contractor or
piece worker by white wash or otherwise as may be directed by the Executive
Engineer to prevent from any possibility of the same material being measured
and recorded over again and to prevent any unauthorized tampering with the
stacks. If the contractor or the piece worker fails to attend the measurements of
materials after receiving the notice from the Sub Divisional Officer or his
subordinate stating date and time of the intention to measure the work, the
same shall be measured nevertheless and no complaint in this respect will be
entertained later-on. If the contractor or piece worker fails to supply sufficient
labour or the materials required at the time measurements or check
measurements, after due notice has been given to him, the expenses incurred on
account of employing departmental labour or material etc. shall be charged
against his account.

6.7

AGENT AND WORK ORDER BOOKS :The contractor shall himself engaged an authorized all time agent on the work capable
of managing and guiding the work and understand the specifications and contract
condition. A qualified and experienced, Engineer shall be employed by the contractor
as his agent for technical matters in case the Engineer-in-charge considers this as
essential for the work and so directs contractors. He will take orders as will be given
by the Executive Engineer or his representative and shall be responsible for carrying
them out.
This agent shall not be changed without prior intimation to the Executive Engineer
and his representative on the work site. The Engineer-in-charge have the
unquestionable right to ask for change in the quality and strength of contractors
supervisory staff and to order removal from work of any of such staff. The contractor
shall comply with such orders and effect replacements to the satisfaction of the
Engineer-in-charge.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

89
A work order book shall be maintained on site and it shall be the property of the
Government and the contractor shall promptly sign orders given therein by the
Executive Engineer or his representative and his superior officers and comply with
them. The compliance shall be reported by the Contractor to the Engineer in good
time so that it can be checked. The blank work order with machine numbered pages
will be provided by the Department free of charge for this purpose. The contractor
will be allowed to copy out instructions therein from time to time. The order issued by
the Government in P.W. Department from time to time regarding Construction
procedure shall be binding on the contractor in addition to the specifications contained
in P.W.D. hand book Volume I and II and book of standard specification of P.W.
Department and the specifications enumerated above.
6.8

INITIAL MEASUREMENTS FOR RECORD:Where for proper measurement of work, it is necessary to have initial set of levels or
other measurements taken, the same as recorded in the authorized field book or
measurement book of Government by the Engineer or his authorized representative
will be signed by the Contractor who will be entitled to have a true copy of the same
made at his cost. Any failure on the part of the Contractor to get such levels etc.
recorded before starting the work will render him liable to accept the decision of the
Engineer as to the basis of taking measurements. Like-wise the Contractor will not
cover any work which will render its subsequent measurements difficult or impossible
without first getting the same jointly measured by himself and the authorized
representative of the Executive Engineer. The record of such measurements on the
Government side will be signed by the Contractor and he will be entitled to have a
true copy of the same made at his cost.

6.9

HANDING OVER OF WORK :All the works and materials before finally taken over by Government it will be the
entire liability of the Contractor to guard, maintain and make good any damage of any
magnitude. Interim payments made for such work will not alter this position. The
handing over by the Contractor and taking over by the Executive Engineer or his
authorized representative will be always in writing copies of which will go to the
Executive Engineer or his authorized representative and the Contractor. It is however,
understood that before taking over such work, Government will not put it into regular
use as distinct from casual or incidental one, expect as specifically mentioned
elsewhere in this contract, or as mutually agreed to.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

90
6.10

ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC :


The Engineer on a written request by Contractor will, if in his opinion the request is
reasonable and in the interest of work and its progress, assist the Contractor in
securing, the priorities for deliveries, transport, permits for controlled materials etc.
where such are needed. The Department will not however be responsible for the nonavailability of such facilities or delays on this behalf and no claims on account of such
failure of delays shall be allowed by the Department.

The Contractor shall have to make his own arrangement for machinery required for
the work. However if the same is conveniently available with the Department it may
be spared as per the rules in force on recovery of necessary Security Deposit and rent
at the rate approved from time to time by the independent agreement to this contract
and the supply or non supply of machinery shall not form a ground for any claim or
extension of time for this work.

7.

SAMPLES AND TESTING OF MATERIALS :

i)

All materials to be used on work, such as cement, lime, aggregates, stone, asphalt, etc.
shall be got approved in advance from the Engineer-in-charge and shall pass the tests
and analysis required by him, which will be :
a) as specified in the specifications of the items concerned and / or
b) Red book
c) as specified by the Indian Road Congress Standard Specification and code of
practice for Road and Bridges or
d) I.S.I. Specifications (whichever and wherever applicable ) or
e) As per M.O.R.T. & H specifications for Roads and Bridges latest edition Section
900 quality control for road work.
f) Such recognized specifications acceptable to the Engineer-in-charge as equivalent
there to or in the absence of such authorised specifications
g) Such requirements test and/or analysis as may be specified by the Engineer-incharge in the order of procedure given above.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

91
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
required number of samples for test or analysis at such time and to such places as may
be directed by Engineer and bear all such charges, such samples shall also be
deposited with Engineer-in-charge .

iii)

The Contractor shall as and when required submit at his cost the samples of materials
to be tested or analyzed and if, so directed, shall not make use of or incorporate in the
work any material represented by the samples until the required test or analysis have
been made and after the test of the materials, finally accepted by the Engineer-incharge

iv)

The contractor shall not be eligible for any claim or compensation either rising out of
any delay in the work or due to any corrective measure required to be taken on
account of and as a result of testing of the materials.

v)

The contractor or his authorized representative will be allowed to remain present in


the Department laboratory which testing the samples furnished by him. However the
results of all the tests carried out in the Departmental laboratory whether in the
presence or in absence of the contractor or his authorized representative will be
binding on the contractor.

vi)

Quality Control Tests :- The contractor shall at his own cost set up Laboratory at site
of work to carry out the testing of materials which are to be used for the work. This
laboratory shall be approved by the Engineer-in-charge. The testing shall be done as
per frequencies mentioned in the specification/additional specification of each item of
Schedule 'B'. The 30% of the test included in Annexure 'A' (On Page No. 113 to 114)
shall be carried out in Vigilance and Quality Control Laboratory at the cost of
contractor and balance 70% in the site laboratory. The test which are not included in
Annexure 'A' 50% test shall be carried out each in Vigilance and Quality Control
laboratory and site laboratory. The frequency of testing of construction materials is
mentioned in Annexure-B on Page No. 115 to 116.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

92

vii)

In case of material procured by the contractor, testing as required by the Codes and
Specifications shall be arranged by him at his own cost. Testing shall be done in the
presence of authorized representative of the Engineer in charge, at the nearest
approved laboratory. If additional testing other than as required by specification is
ordered, the testing charges, shall be borne by the Department, in case the test results
are satisfactory and by the contractor if the same are not satisfactory.

viii)

In case of materials specified by the Government, if the contractor demands certain


testing, the charges thereof shall be paid by the contractor if the testing results are
satisfactory and the Department if the same are not satisfactory.

ix)

Contractor shall have testing machinery/apparatus in his possession as mentioned on


Page 126 and 127 .

7.1

QUALITY CONTROL ON WORKS AND MATERIALS :


The Contractor shall be responsible for the quality of the work in the entire
construction work within the contract. He shall, therefore, have his own independent
and adequate set up for ensuring the same. This shall include establishing field
laboratory for testing required for works. The laboratory shall be equipped with the
equipments and apparatus required for the testing. The list of various
equipments/apparatus is enclosed on Page 126 for building works and for road
works on page 127.

for information and guidance of the Contractor. These

equipments shall be in working condition. The Engineer in charge of the work


will verify these equipments in the laboratory at site. The work shall not be started
unless and until the laboratory is equipped with equipments. (Ref. Page 126).
7.2

CO-ORDINATION :
When several agencies for different sub-works of the project are to work
simultaneously on the project site, there must be full coordination between the
contractors to ensure timely completion of the whole project smoothly. The scheduled
dates for completion specified in each contract shall therefore, be strictly adhered to.
Each contractor may make his independent arrangements for water, power, housing
etc. if they so desire. On the other hand the Contractor are at liberty to come to mutual
agreement in this behalf and make joint arrangements with the approval of the
Engineer . No Contractor shall take or cause to be taken any steps or action that may
cause, disruption, discontent, or disturbance of work, labour or arrangement etc. of

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

93

the contractor in the project localities. Any action by any Contractor which the
Engineer in his unquestioned discretion may consider as infringement of the above
code, would be considered as a breach of the contract conditions and shall be dealtwith accordingly.
In case of any dispute of disagreement between the Contractors, the Engineers
decision regarding the co-ordination, co-operation and facilities to be provided by any
of the Contractor shall be final and binding on the contractors concerned and such a
decision shall not vitiate any contract nor absolve the Contractor of his obligations
under the contract nor consider from the grounds for any claim or compensation.

7.3

TEMPORARY QUARTER AND SITE OFFICE

I)

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 such
staff with all necessary amenities. General layout plan for such structures shall be got
approved from the Engineer-in-charge. It will be the responsibility of the Contractor
to get his lay out plan of temporary structure approved from the local competent
authority.

II)

The contractor shall provide furnish, maintain and remove on completion of the work;
a suitable office on the work site for the use of Executive Engineer or his
representative. The covered area exclusive of verandah should not be less than 40.00
sqm. It may have brick walls and asbestos or corrugated iron roof, paved floor should
be 45 cm. above ground level. He should provide latrines, urinals and keep them clean
daily. This will be supposed to be included in his offer.

7.4

PATENTED DEVICES, MATERIALS AND PROCESSES :


When the Contractor desires to use any designed device, materials or process covered
by letter of patent or copy right, the right for such use should be secured by suitable
legal arrangement and agreement with patent owner and a copy of their agreement
shall be filed with the Engineer-in-charge if so desired by the latter.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

94
7.5

WATER SUPPLY :
Availability of adequate water for works and sources thereof shall be confirmed by
the Contractor before submitting the tender.
The Contractor shall make his own arrangements at his own cost for entering into
contract with concerned authorities for obtaining the connection and carry the water
up to the work site as required by him. The location of the pipe line with respect to
the road shall be decided by Engineer-in-charge and shall be binding on the
Contractor.
The Contractor is advised to provide water storage tank of adequate capacity to take
care of possible shutdown of water supply system.
The Contractor shall have to supply water required by the Department for its
establishment at work site. The water consumed by the Department will be metered.
For providing the meter permission, if necessary will be arranged by the Department.
Charges for the water consumed by the Department will be paid to the Contractor at
the rates of 125% of the recurring costs or actually charged to him by concerned
authorities and no other charges would be payable by the Department.

7.6

ELECTRICITY :
The Contractor will have to make his own arrangement at his own cost for obtaining
or providing electric supply at work site.
Electrical supply for the Departments use at work site shall be provided by the
contractor. No charges would be payable by the Department.

8.

SAFETY MEASURES AND AMENITIES :

8.1

SAFETY MEASURES :
The Contractor shall take all necessary precautions for the safety of the workers and
preserving their health while working on such job as require special protection and
precautions wherever required. The following are some of the requirements listed,
through not exhaustive. The contractor shall also comply with the directions issued by
the Engineer in this behalf from time to time and at all times.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

95
(i)

Providing protective foot-wear to workers, in situations like mixing and placing of


mortar or concrete, in quarries and place where the work is to be done under too
much wet conditions as also for movements over surfaces infected with oyster growth
etc.

(ii)

Providing protective head wear to workers, working in quarries etc. to protect them
against accidental fall of materials from above.

(iii)

Taking such normal precautions like providing hand rails to the edges of the floating
platform or barges, not allowing nails or metal parts or useless timber to spread
around etc.

8.2

AMENITIES :

(I)

Supporting workmen with proper belts, ropes etc. when working on any masts, cranes,
grabs, hoist, dredger etc.

(ii)

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.

(iii)

Avoiding bare live-wires etc. as would electrocute workers.

(iv)

Making all platforms, stagings and temporary structures sufficiently strong and not
causing the workmen and supervisory staff to take undue risks.

(v)

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 accidents due to
suffocation, drowning and other injuries.

(vi)

Providing full length gum boots, leather hand gloves, leather jackets with fireproof
aprons to cover the chest and black reaching up to 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 being
of the labourers in the opinion of the Engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

96
8.3

EXPLOSIVE :
The Contractor shall at his own expense construct and maintain proper magazines, if
such are required for the storage of explosives for use in connection with the work
and such magazines, being situated constructed and maintained in accordance with the
Government Rules applicable in that behalf. The Contractor shall at his own expenses
obtain such license or licenses as may be necessary for storing and using explosives.
Notwithstanding that the location etc. or storage of explosives are approved by the
Engineer , the Government , shall not bear any responsibility whatsoever in
connection with the storage and use of explosives on the site or any accident or
occurrence what -so-ever in connection, therewith, all operations of the Contractor in
or for which explosives employed being at the risk of contractor and upon his sole
responsibility and the Contractor hereby gives to Government an absolute indemnity
in respect thereof.

8.4

DAMAGE BY FLOODS OR ACCIDENTS :The contractor shall take all precautions against damage by floods or from accident
etc. No compensation will be allowed to the Contractor on this account or for
correcting and repairing any such damage to the work during construction The
Contractor shall be liable to make good at his cost any plant or materials belonging to
the Government lost or damaged by floods or from any other cause while is in his
charge.

8.5

RELATION WITH PUBLIC AUTHORITIES:


The Contractor shall comply with all rules, regulations, bye-laws and directions given
from time to time by any local or public authority in connection with this work and
shall himself pay all charges which are leviable on him without any extra cost to the
Government .
POLICE PROTECTION:
For the Special Protection of camp of the Contractor's works, the Department will
help the Contractor as far as possible to arrange for such protection with the
concerned authorities, if so required by the contractor in writing. The full cost of such
protection shall be borne by the Contractor .

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

97
8.6

INDEMNITY:
The Contractor shall indemnify the Government against all actions, suits, claims and
demands brought or made against it in respect of anything done of committed to be
done by the contractor in execution of or in connection with the work of this contract
and against any loss or damage to the Government in consequence to any action or
suit being brought against the Contractor for anything done or committed to be done
during the execution of this contract.
The Government may at its discretion and entirely at the cost of the contractor defend
such suit, either jointly with the Contractor or single in case the latter chooses not to
defend the case.

8.7

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 work and in camps.

b)

The Contractor shall construct trench or semi permanent latrines for the use of the
Labours. Separate latrines shall be provided for men and women.

c)

The Contractor shall build sufficient number of huts on a suitable plot of land for use
of the labourers according to the following specifications :1. Huts with Bamboos and Grass may be constructed.
2. A good site not liable to submergence shall be selected on high ground remote
from jungle but well provided with tress, shall be chosen wherever it is available. The
neighborhood of tank, jungle, trees or wood should be particularly avoided, Camps
should not be established close to large cutting of earth work.
3. The lines of huts shall have open space of at least ten metres between rows. When
a good natural site cannot be procured, particular attention should be given to the
drainage.
4. There should be no over crowding. Floor space at the rate of 3 Sq. metre per head
shall be provided. Care should be taken to see that the huts are kept clean and in good
order.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

98
5. The Contractor must find his own land and if he wants Government land, he
should apply for it. Assessment for it, if demanded will be payable by Contractor.
However the Department does not bind itself for making available the required land.
a)

The Contractor shall construct a sufficient number of bathing places, Washing

places should also be provided for the purpose of washing cloths.


b)

The Contractor shall engage a Medical Officer with a traveling dispensary for

a Camp containing 500 or more persons if there is no Government or other private


dispensary situated with 8 Kms. from the camp. In case of emergency the Contractor
shall arrange a this cost of transport for quick medical help to his sick worker.
c)

The Contractor shall provide the necessary staff for effecting satisfactory

conservancy and cleanliness of the camp to the satisfaction of the Engineer-in-charge.


Atleast one sweeper per 200 persons should be engaged.
d)

The Assistant Director of Public Health shall be consulted before opening a

labour camp and his instruction on matters such as water supply, sanitary
conveniences, the camp site accommodation and food supply shall be followed by the
Contractor.
e)

The Contractor shall make arrangements for all ant malarial measures to

provided for the labours employed on the work. The ant malarial measures shall be
provided as directed by the Assistant Director of Public Health.
f)

The anti-malaria and other health measures shall be as directed by the Joint-

Director (Malaria and Filaria) Health Services, Pune.


g)

Contractor shall see that mosquitogenic condition are not created so as to keep

vector populations to minimum level.


h)

Contractor shall carry out anti-malaria measures in the area as per guidelines

prescribed under National Malaria Eradication Programme and as directed by the


Joint Director, (M & F) of Health Services Pune.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

99
i)

In case of default in carrying out prescribed ant malaria measures resulting in

increase in Malaria incidence, contractor shall be liable to pay to Government the


amount spent by Government on anti-malaria measure to control the situation in
addition to fine.
j)

The Contractor shall make sufficient arrangements for draining away the

surface and sullage water as well as water coming from the bathing and washing
places and shall dispose off this waste water in such way as not to cause any
nuisance. He shall also keep the premise clean by employing sufficient number of
sweepers.
k)

The Contractor shall comply with all rules, regulation bye-law 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.
l)

In addition to above all provisions of the relevant labour act pertaining to basic

amenities to be provided to the labourer shall be applicable which will be arranged by


the Contractor.

9.

MISCELLANEOUS :

9.1

For providing electric wiring or water lines ete. recesses shall be provided if necessary
through walls, slabs, beams etc. and later on refilled it with bricks or stones, chipping
cement mortar without any extra cost.

9.2

In case it becomes necessary for the due fulfillment of contract for the Contractor to
occupy land outside the Department limits, the Contractor will have to make his own
arrangements with the land owners and pay such rents, if any, are payable as mutually
agreed between them.

9.3

The Contractor shall duly comply with the provision of the Apprentices Act 1961 (iii
of 1961) and the rules and orders made there under from time to time under 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 Rules.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

100
9.4

It is presumed that the Contractor has gone carefully through the Standard
Specification (Vol. I & II 1981 Edition) M.O.R.T. & H specifications (edition 2001)
and Schedule of Rate of the division, and studied the site conditions before arriving at
rates quoted by him. The special provisions and detailed specification of wording of
any item shall gain precedence over the corresponding contrary provisions (if any) in
the standard specification given without reproducing the details in contract. Decision
of Engineer-in-charge shall be final in case of interpretation of specification.

9.5

If the standard specifications fall short for the items quoted in the schedule of this
contract reference shall be made to the latest Indian Standard specifications, I.R.C.
codes. If any of items of this contract do not fall in reference quoted above, the
decision and specifications as directed by the Engineer-in-charge shall be final.

9.6

The stacking and storage of building materials at site shall be in such a manner as to
prevent deterioration or inclusion of foreign materials and to ensure the preservation
of the 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.

10.

DEFINITIONS :
Unless excluding by or repugnant to the context :a)

The expression "Government" as used in the tender documents shall mean the

Public Works Department of the Government of Maharashtra.


b)

The expression "The Chief Engineer" as used anywhere in the tender papers

shall mean officer for the time being of the Government of Maharashtra who is
designated as such.
c)

The expression "Superintending Engineer" as used in the tender papers shall

mean the officer of Superintending Engineer rank (by whatever designation he may be
known) under whose control the work lies for the time being.
d)

The expression Engineer or Engineer-In-Charge as used in the tender

papers shall mean the Executive Engineer-in-charge of the work.


Contractor
No. of Corrections
Executive Engineer

Dy.E.E.

101
e)

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 authorized to proceed with the work.
f)

The expression "Contract" as used in the tender papers shall mean the deed of

contract together with or its original accompaniment and those later incorporated in it
by mutual consent.
g)

The expression "Plant" as used in the tender papers shall mean very temporary

and necessary means necessary or considered necessary by the Engineer to execute,


construct, complete and maintain the works and used in altered, modified, substituted
and additional works ordered in the time and in the manner herein provided and all
temporary materials and special and other articles of appliances of every sort, kind
and description whatsoever intended or used therefor.
h)

The expression Department as used in the tender papers shall means Public

Works Department of Government of Maharashtra.


i)

The Accepting authority shall mean the officer competent to accept the

tender.
j)

The Site shall mean the land and/or other places where the work is to be

executed under the contract including any other land or places which may be allotted
by the Government or use for the purpose of contract.
11.

TESTING ETC. :
The Contractor shall be responsible for the quality of the work in the entire
construction work within the contract. He shall, therefore, have his own independent
and adequate setup for ensuring the same. This shall include establishing field
laboratory for testing required for concrete works.

12.

AUTHORITIES OF THE ENGINEER IN CHARGE :


Save in so far as it is legally or physically impossible the Contractor shall execute,
complete and maintain the works in strict accordance with the contract under the
directions and to the entire satisfaction of the Engineer in charge and shall comply
with and adhere strictly to the Engineer-in-charges instructions and directions on any
matter (Whether mentioned in the contract or not) pertaining to this works.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

102
The Engineer in charge shall decide all questions which may arise as to quality and
acceptability of materials furnished and work executed, manner of execution, rate of
progress of the works, interpretation of the plans and specifications and acceptability
of fulfillment of the contract on the part of the Contractor . He shall determine the
amount and quantity of work performed and materials furnished and his decision shall
be final. In all such matters, and in any technical questions which may arise touching
the contract, his decision shall be binding on the Contractor.
The Engineer in charge shall have the power to enforce such decisions and orders if
the Contractor fails to carry them out promptly. If the Contractor fails to execute the
work ordered by the Engineer-in-charge . The Engineer in charge may give notice to
Contractor specifying a reasonable period therein and on the expiry of that period
proceed to execute such work as may be deemed necessary and recover the cost there
of from the Contractor.
12.1

AUTHORITIES OF THE ENGINEER-IN-CHARGE'S REPRESENTATIVE


The duties of the representative of the Engineer-in-charge are to watch and supervise
the work and to test and examine any material to be used for workmanship employed
in connection with the works.

12.2

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 instruction or approval given by the representative of the
Engineer-in-charge to the Contractor within the terms of such delegations (but not
otherwise) shall bind the Contractor and the Department as though it had been given
by the Engineer-in-charge , provided always as follows.

a)

Failure of the representative of the Engineer-in-charge to disapprove any work


or material shall not prejudice the power of the Engineer-in-charge there after
to disapprove such work or materials and to order to pulling down, removal or
breaking up thereof.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

103
b)

If the Contractor is dissatisfied with any decision of the Representative of the


Engineer-in-charge he shall be entitle to refer the matter to the Engineer-incharge, who shall there upon confirm/reverse or vary such decision.

13.

LAY OUT 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 structure or any component
there of made to this permanent marks in measurement books and drawing signed by
the contractor and the departmental officer, Responsibility regarding layout will be
joint.
14.

SETTING OUT

14.1

BUILDING WORKS :The Engineer-in-charge shall furnish the contractor with only the four corners of the
works site and a level bench mark and the contractor shall set out the works and shall
provide an efficient staff for the purpose and shall be solely responsible for the
accuracy of such setting out.
The contractor shall provide, fix and be responsible for the maintenance of all stacks,
templates, level marks, profile and other similar things and shall take all necessary
precautions to prevent their removal or disturbance and shall be responsible for the
consequence of such removal or disturbance, should the same take place and for their
efficient and timely reinstatement. The contractor shall also be responsible for the
maintenance of all existing survey marks, boundary marks distance marks and center
line marks, either existing or supplied and fixed by the contractor. The work shall be
set out to the satisfaction of the Engineer-in-charge. The approval thereof or joining
with the contractor by the Engineer-in-charge in setting out the work, shall not relive
the contractor of any of his responsibilities.
Before beginning the work, the contractor shall at his own cost provide all necessary
reference and level posts, pegs, bamboos, flags, ranging rods, strings and other
materials for proper layout of the work in accordance with the scheme for bearing

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

104
marks acceptable to the Engineer-in-charge. The center, longitudinal or face lines and
cross lines shall be marked by means of small masonry pillars. Each pillar shall have
distinct mark at the center to enable the theodolite to be set over it. No work shall be
started until all these points are checked and approved by the Engineer-in-charge in
writing but such approval shall not relieve the contractor of any of his responsibilities.
The contractor shall also provide all labour, material and other facilities, as necessary,
for the proper checking of layout and inspection of the points during construction.
Pillars bearing geodetic marks located at the sites of units of works under construction
should be protected and fenced by the contractor.
On completion of works, the contractor must submit the geodetic documents
according to which the work was carried out.
14.2

ROAD WORKS :-

a)

The contractor shall establish working bench marks in the area soon after taking
possession of the site. The working bench marks shall be at the rate of four per Km.
and also at or near all drainage structures, over bridges and underpasses. The working
bench marks shall be got approved from the Engineer. Checks must be made on these
bench marks once every month and adjustments if any got agreed with the Engineer
and recorded. An up to date record of all bench marks including approved adjustment,
if any shall be maintained by the contractor and also a copy supplied to the Engineer
for his record.

b)

The lines and levels of formation, side slopes, drainage, carriageways and shoulders
shall be carefully set and frequently checked, care being taken to ensure that correct
gradients and cross sections are every where obtained.

c)

In order to facilitate the setting out of the works, the center line of the carriageway or
highway must be accurately established by the contractor and approved by the
Engineer. It must then be accurately referenced in a manner satisfactory to the
Engineer, every 50 m. intervals in plain and rolling terrain and 20 m. intervals in hilly
terrain and in all curve points as directed by the Engineer, with marker pegs and
change boards set in or near the fence line, and a schedule of reference dimensions
shall be prepared and supplied by the contractor to the Engineer. These markers shall
be maintained until the works reach finished formation level and are accepted by the
Engineer.

d)

On construction, reaching the formation level stage, the center line shall again be set
out by the contractor and when approved by the Engineer, shall be accurately
referenced in a manner satisfactory to the Engineer by marker pegs set at the outer
limits of the formation.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

105
14.3

RESPONSIBILITIES FOR LEVEL AND ALIGNMENT :The contractor shall be entirely and exclusively responsible for the horizontal and
vertical alignment, the levels and correctness of every part of the work and shall
rectify effectually any errors or imperfections therein, such rectifications shall be
carried out by the contractor, at his own cost, when instructions are issued to that
effect by the Engineer in charge.

15.

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

16.

STACKING AND STORAGE AND GUARDING OF MATERIALS :

16.1

The stacking and storage of material at site shall be in such a manner as to prevent
deterioration or intrusion of foreign matter and to ensure the preservation of their
quality, properties and fitness for the work. Suitable precautions shall be taken by the
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 likely hood of subsidence of soil, heavy
materials shall be stored on paved platforms.
Suitable separating barricades and enclosures as directed shall be provided to separate
materials brought by Contractor and materials issued by Government to Contractor
under Schedule "A" Same applies for the material obtained from different sources of
supply.

16.2

The Contractor shall at his own expense 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 trespassers.

16.3

No materials brought to the site shall be removed from the site without the prior
approval of the Engineer-in-charge.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

106
17.

INSPECTION OF WORKS

17.1

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 the
same without affecting the further progress of the work.

17.2

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.

17.3

Contractor shall extend his full co-operation and make all necessary arrangements
when needed for carrying out inspection of the work or any part of the work by the
local representatives, M.L.As, M.Ps and officers and dignitaries / delegates of various
Government departments, local bodies, private sectors etc. No compensation shall be
paid to the contractor on this account.

17.4

The work shall be carried out by the Contractor without causing damage to the
existing Government property and / or private property. If any such damage are
caused, the Contractor shall pay for restoration of the property to the original
conditions, and any other consequent damages.

17.5

In the event of the occurrence of an accident involving serious injuries or death of any
person, at site of work or quarry or at any place in connection with the work the same
shall be reported in writing within twenty four hours of the occurrence to the
Engineer-in-charge and Commissioner of Workmen's compensation.

17.6

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, tools etc. belonging to him within one month form 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 material is disposed
off by the department, the sale proceeds will be credited to the Contractors account
after deducting the cost of sale incurred. However, no claim of Contractor regarding
the price or amount credited will entertained afterwards.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

107
17.7

All constructional plant, provided by the Contractor shall when brought on to 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
of the site to another) without the consent in writing of the Engineer-in-charge who
shall record the reasons for withholding the consent.

18.

RESTRICTIONS BECAUSE OF LOCAL TRAFFIC:


As there is local traffic by the side of construction during construction for the
building, 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.

19.

COMPLETION CERTIFICATE :

19.1

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 work during
the progress of execution shall bind the Engineer-in-charge or in any way prevent him
from even rejecting the work which is claimed to be complete and to suspend the
issue of his certificate of completion until such alteration and modifications or
reconstruction have been effected at the cost of the Contractor as shall enable him to
certify that the work has been completed to his satisfaction.

19.2

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-incharge shall inspect the work and if there is no defect in the work shall furnish the
Contractor with a certificate indicating the date of completion. However, if there are
any 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.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

108

19.3

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-incharge within 30 days indicating the un-rectifiable defects for which reduction in
payment is being made by him.

19.4

The issued of completion certificate shall not be linked up with the site clearance on
completion of the work.

20.

ANCILLARY WORK :
The Contractor shall submit to Engineer-in-charge in writing the details of all
ancillary works including layout and specifications to be followed for its construction.
Ancillary work shall not be taken up in hand unless approved by Engineer-in-charge .
The Engineer-in-charge reserves the right to suggest modifications 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 Engineer-incharge.

21

SPECIAL CONDITIONS:

21.1

The Contractor should ensure that all safety precautions are observed by their
laboures, 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 and the contractor will bear all the expenses, compensation etc. if any
accident occurs to the labour etc. No claim in this regard on whatsoever account shall
be entertained and this decision of the Department will be final and conclusive.

21.2

The Contractor shall observe the rules and regulation imposed by traffic police for
smooth flow of traffic on the diversion road and shall not be entitled for claims any
compensation arising thereof.

21.3

In 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 form
the Government on ground that the machinery or 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.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

109
22.

REJECTION OF MATERIALS NOT CONFORMING TO SPECIFICATIONS:

Any stock or batch of material(s) of which sample(s) does not conform 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 site at the
Contractors own cost.
23.

INSPECTION OF OPERATIONS :
The Engineer and any person authorized by him shall at all times have access to the
works and to all workshops and places (including required documents) where work is
being prepared or from where materials, manufactured articles or machinery are being
obtained for the works and the Contractor shall afford every facility for & every
assistance in or in obtaining the right to such access.

24.

FIELD LABORATORY :
The Contractor shall arrange to provide a well furnished and fully equipped field
laboratory which shall be manned by adequately qualified technical staff.

The

laboratory shall preferably be located adjacent to the plant site and shall be provided
with amenities like water supply, electric supply, toilet block etc. The list of
equipment The list of equipment for building work is enclosed on Page No. 126.
And for Road work the laboratory equipment shall conform to clause 121.3 of
M.O.R.T. and H Specifications for Road and Bridges. The list of equipment is
enclosed on Page 127 This shall be considered as incidental to work and no separate
payment whatsoever will be made for the same.
25.

SUPPLY OF COLOURED RECORD PHOTOGRAPHS AND ALBUMS:


The Contractor shall arrange to take dated post card size coloured photographs at
various stages/facts of the work including interesting and novel features of the work
as desired by the Engineer-in-charge and supply them in five copies each in separate
albums of appropriate size. He shall also arrange for the Video Filming of important
activities of the work during the currency of the contract and edit it to a video film of
60 to 180 minutes playing time.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

110
It shall contain narration of the various activities in English/Marathi by a competent
narrator. The cassette shall be of acceptable quality and the film shall be capable of
producing color pictures. This shall be considered as incidental to the work and no
additional payment whatsoever will be made for the same.
26.

SUPPLY OF SAFETY JACKETS TO LABOURERS/SUPERVISORS/ENGINEERS

As a safety measure during the execution of work all labours, construction and
supervisory staff shall be provided with an orange colour jacket in fluorescent blue so
as to make them starkly visible from a distance even during evening hours.
27.

APPROVAL OF CONSTRUCTION MATERIALS AND CONSTRUCTION


ACTIVITIES:
Approval of all materials for the work shall be obtained in writing from Engineer-incharge or his representative before its use in the Project.
Before taking up of any construction activity the construction work done earlier shall
be got approved in writing. Any failure on this account may result in the work for
which the Contractor will be solely responsible.
Materials and job mix, etc. shall be got approved in writing at least 15 days in
advanced of the commencement of the corresponding activity. The testing charges
shall be borne by the Contractor .
Besides the prescribed tests and frequencies any other test of tests over the prescribed
frequency shall also be carried out by the Contractor at his own cost if so directed by
Engineer-in-charge or his authorized representative.

28.

CONDITION RELATING TO INSURANCE OF CONTRACT WORK.

Contractor shall take out necessary Insurance Policy/ (viz. Contractors All Risks
Insurance Policy, Erection All Risks Insurance Policy etc. as decided by the Directorate of
Insurance) so as to provide adequate insurance cover for execution of the awarded contract
work for total contract value and complete contract period compulsorily from the
Directorate of Insurance, Maharashtra State, Mumbai only its postal address for
Correspondence is 264, MHADA, First Floor, Opp. Kalanagar, Bandra (East) Mumbai
400051 ( Telephone Nos. 26590403/26590690 and Fax No. 26592461/26590403)
Similarly, all workmens appointed to complete the contract work are required to insure
under workmens compensation insurance policy. Insurance policy/policies taken out from
any other Company will not be accepted. If any contractor has effected Insurance with any
insurance company the same will not be accepted and the amount of premium calculated by
the Government Insurance Fund will be recovered directly from the amount payable to the
Contractor for the executed contract work and paid to the Directorate of Insurance Fund,
Maharashtra State, Mumbai, The Director of Insurance reserves the right to distribute the
risks of insurance among the other insurers.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

111
29.

BUILDING AND OTHER CONSTRUCTION WELFATE CESS :


Building and other construction worker welfare cess at 1% or at the rates awarded
from time to time as intimated by the competent authority of building and other
construction worker welfare Act 1996 shall be deducted from bill amount, whether
bill advance payment or secured advance.

30.

31.

Value Added Tax @ 2% of the contract amount will be recovered from the bill of
contractor who are registered under Maharashtra Value Added Tax Act 2005 and 4%
of the contract amount will be recovered from contractor's bill amount those who are
not registered under Maharashtra Value Added Tax Act 2005.
DIARY :
Contractor shall maintain, throughout the construction period, a diary in the from of a

register regarding the following :i) Daily presence of all categories of labours. ii) Daily availability and use of
machinery and equipments on work. iii) Daily procurement, Consumption and balance of
materials on site. iv) Daily record of various visiting authorities alongwith name of the
officers visited and timing. v) Details of work executed per day. The register shall be closed
on daily basis and signature of Engineers in charge or his representative should be taken over
it.
32.

ADDITIONAL TECHNICAL CONDITIONS

32.1

The work shall be carried out in the best workmanship like manner and in strict
accordance with P.W.D. hand book Volume I & II 1960. Edition supplemented by
specification attached and as per Standard Specifications Book of Government of
Maharashtra of 1979 and as per specific order of the Executive Engineer or his
representative from time to time.

32.2

The orders issued by the Government in P.W. Department and the Superintending
Engineer, Ratnagiri (P.W.) Circle, Ratnagiri from time to time regarding construction
procedure shall be binding on the contractor in addition to the specification contained
in P.W.D. hand book Volume I & II and book of standard specification of P.W.
Department and the specifications enumerated above.

32.3

The contractor shall submit day to day account of the materials issued to him and its
use and also monthly progress and programme of work.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

112
32.4

a)

The concrete mix design shall be got approved from Engineer in charge and
the mix design shall give preliminary strength of 1.33 times working strength.

b)

The maximum size of aggregate permissible would be as per A-7 page-8 of


Standard Specifications Book 1979 Edition.

32.5

The items provided with watering for curing include continuous watering operations
through out the day including lunch hours and also during holidays. For this purpose
contractor shall have to construct tank of appro. 5000 liters capacity near each
building and provide necessary Booster Pumps etc. to ensure adequate curing and
wetting. Hold fasts coming in contact with R.C.C. columns shall be of sizes 30 cm x 4
cm to be fitted with two rows, nails fixed properly in concrete.

32.6

For all sand covering items, use of washed mixer sand (with sand washing machine)
is obligatory. No separate claim in this regard will be entertained.

32.7

Material testing requirement frequency and type of testing is enclosed separately.


Material to be used shall be tested accordingly and cost shall be borne by contractor.

32.8

For R.C.C. centering plywood and M.S. sheet of approved quality shall be used and
adjustable props and fasteners shall be used.

32.9

The execution of any work from external side of the building 'H' frame steel
scaffolding shall be used. No separate payment for claims in this regard shall be
entertained.

32.10 The scaffolding shall not be supported on existing external walls of the building by
making holes in it and also the scaffolds shall not rest on any part of the building.

32.11 Quality Assurance Manual : Contractor shall prepare the quality assurance manual
booklet in consultation with the Executive Engineer. Quality assurance manual shall
be comprehensive document covering every aspect of the work. Superintending
Engineer shall approve this document. The quality manual document shall be used
only after approval from Superintending Engineer. Provision of the quality manual be
binding on the contractor. Quality manual shall be treated as a legal document as per
with this contract document. It shall be used till the work is completed in full respect.
Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

113

Annexure 'A'
QUALITY CONTROL TESTS
(Refer Condition No.7 (vi) on Page No.91)
Sr.No.
Material
1
Laterite Stone

Test
i) Compressive Strength.
ii) Water Absorption

Trap Metal

Bricks

Flooring Tiles

i) Flexural strength
ii) Water Absorption

5
6

Glazed Tiles
Cement

i) Water Absorption
i) Compressive Strength
ii) Initial setting time.
iii) Final setting time.
iv) Specific Gravity
v) Soundness
vi) Fineness
vii) Std. Consistency

Steel

i) Weight per meter.


ii) Ultimate Tensile stress.
iii) Yield stress
iv) Elongation
v) Bend Test.

Interlocking concrete paving block

i) Compressive Strength
ii) Fexural Test
iii) Resistance to wear

Wood work (shutters)

i) End immersion tests


ii) Knife test
iii) Glue adhesion test

10

Cement Concrete

i) Mix design
ii) Compressive strength

11

Structural steel

i) Weight/Running metre

12

Water Bound Macadam

i) Aggregate impact value


ii) Flakiness Index & Elongation index

Contractor

i) Crushing value.
ii) Impact value.
iii) Abrasion value.
iv) Water Absorption.
v) Flakiness Index & Elongation index
vi) Gradation
i) Crushing Strength.
ii) Water Absorption.

No. of Corrections

Executive Engineer

Dy.E.E.

114
13

Prime coat/ tack coat/ Fog spray

i) Quality of Binder

14

Seal Coat/ Surface Dressing

15

Murum

16

Open graded premix surfacing/ Close


graded premix surfacing.

i) Quality of Binder
ii) Impact value/ Los Angle's Abrasion value
iii) Flakiness & Elongation Index
iv) Water Absorption.
i) Optimum Dry Density
ii) C.B.R.
iii) Liquid & Plastic Limit/Plasticity Index
iv) Filed Density 100% P.D.
v) Filed Moisture Content
i) Quality of Binder
ii) Impact/ Abrasion value
iii) Flakiness & Elongation Index
iv) Water Absorption

17

Sand

18

Water

Contractor

i) Water Absorption & Specific Gravity


ii) Fineness Modulus iii) Silt Content
iv) Bulkage
i) P.H. Value / For water
ii) Chloride & Sulphate content

No. of Corrections

Executive Engineer

Dy.E.E.

115

Annexure 'B'
Construction Material Testing & its frequency
(Refer Condition No.7 (vi) on Page No.91)
Sr.
1

2
a

b
c
d
e
f
g
3

6
7

Material
CEMENT
1) Consistency
2) Initial & Final Setting time
3) Fineness
4) Specific Gravity
5) Soundness
6) Compressive Strength
METAL
1) Sieve Analysis (Gradation)
(Concrete work)
2) Sieve Analysis Red Book
Specification
3) Sieve Analysis
Granular Sub Base (N.H.Work) MOST
Water Absorption
Impact (Concrete WBM/BT)
Crushing
Abrasion
Flakiness & Elongation Index
Plasticity Index for blindage used for
WBM
SAND
1) Water Absorption & Specific Gravity
2) Fineness Modulus
3) Slit Content
4) Bulkage
BRICKS
1) Water Absorption
2) Comp Strength
3) Effloresce
Flooring Tiles
1) Flexural Strength
2) Water Absorption
3) Abrasion
Glazed Tiles
1) Water Absorption
Concrete Mix Design
Compressive strength C.C. Cubes for
Qty
Qty. utpo 5 m3
6-15 m3
16-30 m3
31-50 m3
Quantity above 51 m3

Contractor

No. of Corrections

Rate

Frequency

Test per 50 M.t. above six tests


shall be carried.

1 Test for every day work


1 Test per 100 m3
1 Test per 200 m3
1 Test per 200 m3
1 Test per 200 m3
1 Test per for Each Source
1 Test per for Each Source
1 Test per 200 m3
1 Test per 25 m3

1 Test per for Each Source


1 Test per for Each day
1 Test per for Each day work
1 Test per for Each day work
For each 50000 Nos bricks Above
three test are to be carried out

For 2000 Nos of Tiles above three


tests are to be carried out

1 Test- 6 Tiles per 2000 Nos.


1 Concrete Mix Design for each
grade of concrete per every per hour
1 Set (3 Nos.)
2 Set (3 Nos)
3 Set (3 Nos)
4 Set (3 Nos)
4+1 additional set per 50 m3
Executive Engineer

Dy.E.E.

116
8

10

11

12

MURUM/ SOIL for earth work


1) Optimum Dry Density
2) C.B.R.
3) Liquid & Plastic Limit/Plasticity
Index
4) Filed Density 100% P.D.
5) Filed Moisture Content
WOOD
1) Moisture Content
2) Density
WATER
1) P.H. Value for Water and Sand
2) Chloride & Sulphate content
Steel
1) Wt per meter
2) Ultimate Tensile Stress
3) Yield stress
4) Elogation
Bitumen
For every lot (10 to 12 MT) below 5
test shall be taken
1. Penetration
2. Ductity
3. Softening
4. Viscosity
5. Specific Gravity

Contractor

No. of Corrections

2 Test per 3000 m3


1 Test per 3000 m3
1 Test per 3000 m3
1 Test per 3000 m3
1 Test per 3000 m3
1 test per Source
1 test per Source
1 test per Source
2 test per Source
One test for every 5.0 MT or part
thereof for each diameter

2 Test per lot of 10 to 12 MT


1 Test per lot of 10 to 12 MT
1 Test per lot of 10 to 12 MT
1 Test per lot of 10 to 12 MT
1 Test per lot of 10 to 12 MT

Executive Engineer

Dy.E.E.

117

ADDITIONAL SPECIFICATIONS
The contractor shall achieve that following requirements in respect of quantity of work
and his contract rate shall provided for the same.
1.1

ADMIXTURES :Whenever necessary the admixture should be used to achieved the required
workability. The type of admixture should be got approved from Engineer-in-charge.
The rate is inclusive of all admixtures etc. if found necessary.

1.2

CEMENT IN CONCRETE :
For this purpose the conditions mentioned in additional specifications on Page 117 to
125 shall be applicable.

1.3

WATER / CEMENT RATIO :


For high quality concrete of low permeability, the water/cement ratio shall be as per
IS 456 and mix design, more than 0.45 and preferably 0.40 or less subject to the
attainment of adequate workability.

1.4

CURING FOR CONCRETE :


Special attention shall be paid to curing of concrete in order to ensure maximum
durability and to minimize cracking. Concrete shall be cured with fresh water
whenever it is possible to ensure that the concrete surface can be kept wet despite
wind, etc. care shall be taken to avoid rapid lowering of concrete temperatures caused
by applying cold water to hot concrete surface (thermal shock) Sea water shall not be
used for curing reinforced concrete or prestressed concrete. Where there is doubt
about the ability to keep concrete surface permanently wet for the whole of the curing
period heavy duty membranes curing compound shall be used.

1.5

CONCRETE COVER TO REINFORCEMENT :


(i)

The cover concrete must be of the same quality, impermeability and strength
as the rest of the concrete. Special mix design should be carried out for the
concrete to be used for making concrete cover blocks.

(ii)

The concrete cover must develop sufficient alkalinity, and protect the steel.
The alkalinity developed shall not be less than 0.04 N and shall not more than
0.08 N.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

118
(iii)

The cover must be uniform throughout and it's thickness shall be exclusive of
plaster or other decorative finishes.

(iv)

The concrete cover shall be as per the relevant clause of IS codes. In the case
of poles the cover thickness shall be separately decided by the Engineer in
charge.

1.6

DETAILING OF MISCELLANEOUS ITEM :


Binding Wires : All ends of binding wires shall be carefully turned inwards so that
they do not project out of concrete and start rusting action. Plastic coated galvanized
wires shall be used. Wherever possible polythene binding string and polythene bar
grips shall be used, after making sure that these do not result in loss of bond or
chemical reaction with concrete. The use is subject to approval of Engineer-in-charge.

1.7

BAR SPACING : As per relevant I.S. codes and as detailed design drawing or as
directed by Engineer-in-charge.

1.8

HOLLOWS IN CONCRETE : After concreting is complete the concrete surface


particularly where there is congestion of reinforcement, shall be tested by light
hammering or if possible by Schmidtz hammer. Any portion showing signs of
hollowness should be grouted immediately.

SPECIFICATION FOR FORMWORK AND STEEL, CENTERING :I)

FORMWORK :-

1.1

Formwork :- Formwork shall include all temporary forms of moulds required for
forming the concrete which is cast-in-situ, together with all temporary construction
required for their support. Unless otherwise stated all formwork shall conform to I.S.
Specification.

1.2

Design of Formwork :- Formwork including complete false work shall be designed by


the contractor in accordance with I.S.: 2750 (1964), 4041 (1987) and all other relevant
I.S. codes without any extra cost to the Government and these shall be got approved
from Engineer before any formwork is taken up.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

119
1.3

The contractor shall 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 for approval.

2.

QUALITY OF SHUTTERING : The shuttering shall have smooth and even surface
and its joints shall not permit leakage of cement slurry.

2.1

Ply-board shuttering materials to be used shall be steel shuttering/marine plywood


well seasoned free 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, or so green
or wet as to shrink after erection. Mild steel plates or plywood shall be used for slab
and beam bottoms.

2.2

The timber shall be accurately spawned planed on the sides and the surface coming in
contact with concrete.

2.3

So far as practicable, clamps shall be used to hold the forms together. Where use of
nails is 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.

3.

TOLERANCE :-

3.1

The formwork shall be made so as to produce finished concrete true to shape, lines,
levels plumb and dimensions as shown on the drawings, subject to the following
tolerance unless otherwise specified in these documents or drawings or as directed by
the Engineer :

3.2

a)

Section dimension

5 mm

b)

Plumb

1 in 1000 of height

c)

Levels

3 mm before any deflection takes 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 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 of the structure to its true alignment.


Contractor
No. of Corrections

Executive Engineer

Dy.E.E.

120
4.

SPECIAL PROVISION :- Whenever the concreting of thinner members in required


to be carried out within shutters of considerable depth, temporary openings in the side
of the shutters shall, if so directed by the Engineer be provided to facilitate the purring
and consolidation of the concrete. Small temporary openings shall be provided as
necessary at the bottom of shutters of walls and deep beams to permit the expulsion of
rubbish etc.

5.

REMOVAL OF FORMWORK :- The formwork shall be so removed that it shall


not cause damage to concrete. Centering shall be gradually and uniformly lowered in
such a manner as to avoid any shock or vibrations. Supports shall be removed in such
a manner as to permit the concrete to take stresses due to its own weight uniformly
and gradually.
The whole of the formwork removal should be planned and definite scheme of
operation shall be worked out. Under no circumstances forms be struck until the
concrete reaches a strength of at least twice the stress to which the concrete may be
subjected at the time of striking but not before the period as mentioned in IS:456-2000
where ordinary Portland cement is used.

II)

STEEL CENTERING :-

1.

Work include :- Erecting steel centering with contractor's material comprising of


standard steel adjustable props and standard steel trusses / joists / spans, centering
place for bottom of slab and steel plats for bottom of beams etc. of adequate strength
properly balanced for obtaining adequate rigidity to with stand all loads coming on it
including permanent and temporary fixtures and fastenings etc complete for R.C.C.
member like beams slabs and canopy including its removal after the specified period,
stacking making good the damaged parts / its replacement before its next use with all
leads and lift (all centering material shall be contractor.)

2.

For R.C.C. works formwork shall be of marine plywood of adequate thickness and
grade only. The centering and supporting arrangement such as standard steel trusses/
joists/ spans standards adjustable/ fixed props. H type frames etc shall be designed by
the Contractor and approved from the Engineer before commencement of its erection.
The Contractor with the prior approval of the Engineer shall use standard steel
centering arrangement which may be manufactured by the reputed firm.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

121
3.

The supporting arrangement designed by the contractor shall conform to the relevant
I.S. code and Standard practice adopted in this type of work. The centering
arrangement shall be adequately braced and properly secured by using appropriate
type of fastenings 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 calculations of the entire centering or part there
of to verify its stability and also reserve tight to reject entire centering arrangement or
part there of and any material used for the centering in the event of which the
contractor shall have to arrange for its replacement at his own cost.

SPECIFICATIONS FOR CONCRETE WORKS :1

DESIGN OF CEMENT CONCRETE MIXES :

a)

All the cement concrete of grade M-15 and higher strength shall be done with proper
mix design as per IS : 10262 - 1982 and shall confirm to the durability and other
requirements of IS 456 2000. The mix design shall be got approved from the
Executive Engineer from time to time whenever there is change in the source and type
of cement and aggregates and change in the gradation of aggregates.

b)

The design of concrete mixes for various concrete items in the work shall be obtained
by the contractor at his cost from and approved laboratory. The contractor shall
submit in advance details of such design to the Engineer-in-charge for his prior
approval.

c)

For concrete of Grade M-25/ M-30/M-35.


Preliminary mix design must be carried out from an approved laboratory, for
subsequent changes field mix design shall be acceptable. However incase the
Executive Engineer has got difficulty in acceptance of the field mix design, laboratory
mix design shall be got done by the contractor from approved laboratory at his own
cost. Cement, find aggregate and coarse aggregate must be used by weight only
according to the requirement of the approved mix design.

d)

The concrete mix design shall give target strength of 1.33 times the working strength.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

122
e)

The minimum size of aggregate permissible shall be as per para A-7 of Page - 8 f of
standard specification book of 1979 Edition Vol. 1.

f)

The provision of the specification No. B-7 at page - 38 to 40 of Vol. 1 1979 Edition of
standard specification book for controlled concrete shall be applicable for all the
structural concrete items. The maximum water cement ratio shall be 0.45. The mix
design shall be done accordingly.

g)

All the expenses of preliminary mix design, subsequent field/ laboratory mix design,
work tests, shall be borne by the contractor.

2.

FROMWORK FOR CONCRETE WORK :- The forms of concrete shall be of the


materials as directly by the Executive Engineer-in-charge and shall preferably be of
steel or plywood, Forms shall be of the required shape, profile and lines. Suitable
devices shall be used to hold corners, adjacent ends, edges of panel or other forms
together in accurate alignment. The forms and joints shall tight enough. Forms used
for circular curved or structures of unusual shape, petal dome etc. shall be of such a
character that will result in smooth concrete surface and exact shape. They shall be
prepared such that they will not warp or distort during erection or while placing
concrete. Their design and layout shall be got approved form the Executive Engineerin-charge in advance.

3.

ERECTION AND REMOVAL OF FORM WORK :- The centering and strutting


shall be of steel or plywood board exclusively for concreting. The design and drawing
should be got approved in advance from the Department. For minor members the
Engineer-in-charge may, at his discretion, permit use of wooden shuttering. The
centering and shuttering shall be close and tight to prevent leakage of cement slurry.
The centering shall have the necessary props, bracing and edges sufficiently strong
and stable which shall not yield or displace while or after laying of concrete. They
shall be made in such way that they can be slackened and removed gradually and
slowly without distributing the concrete. Centering and shuttering shall not be
removed before the design strength is achieved.

4.

MIXTURE OF CONCRETE :- Design mix concrete as well as nominal mix


concrete shall be mixed by following the provision in Standard specification at B. 6.4
unless otherwise directed by the Engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

123
Unless otherwise agreed by the Engineer concrete shall be mixed in a batch type
mixer of such other type of mixer as the Engineer my approve.
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
discharge from the mixer and its final position.
5.

TRANSPORTATION, PLACING AND COMPACTION OF CONCRETE :- The


method of transportation placing and compaction of concrete shall be followed as per
section B.6.6, 6.7 and 6.8 of Standard Specification unless otherwise directed by the
Engineer. The compaction shall be done with surface float vibrators for slabs and with
pin vibrators for columns and beams. Vibrators of adequate vibrating capacity shall be
employed for all types of works.

6.

CURING :- Curing shall be done by following provision of Section B.6.9 of Standard


Specification and as directed by the Engineer.

7.

WORKING IN EXTREME WEATHER : During windy weather sufficient


protection shall be provided to prevent the cement from being blown away during the
process of proportioning and mixing. During wet weather, the concrete shall be
adequately protected as soon as it is placed in position.
No concreting shall be carried out during period of continuous heavy rains unless, it is
completely covered during mixing, transporting and placing, In extreme hot weather,
concreting shall be restricted to morning and evenings The time between mixing and
placing of concrete shall be kept to the minimum and formwork shall be cooled by
sprinkling with water.

8.

FINISHING : Finishing work shall comply with requirement of section B.6.10 of


Standard Specification unless otherwise specified herein below :
Immediately on removal of forms, the R.C.C. work shall be examined by the Engineer
before any defects are made good.
a)

The work that has sagged or contains honey combing to an extent detrimental

to structural safety or architectural concept shall be rejected.


Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

124
b)

Surface defects of a minor nature shall be rectified generally as indicated

below by the contractor.


i)

Surface defects which require rectification when forms are removed usually
consist of bulges due to movement of forms, ridges at form joints,
honeycombed areas, damage resulting from the stripping of forms and bolt
hole. Bulges and ridges shall be removed by careful chipping or tooling 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
perpendicular to the surface, or preferably slightly under cut to provide a key
at the edge, of the patch. Bolt holes shall be closed by cement mortar to ensure
thorough filling.

ii)

Shallow patches shall be treated with a coat of thin grout composed of one part
of cement and one part of sand and then filled with mortar similar to that used
in concrete. The mortar is placed in layers not more than 10 mm thick and
each layer shall be given a scratch finish to secure bond with the succeeding
layer. The last layer shall be finished to match the surrounding concrete by
floating, rubbing or tooling on formed surfaces by pressing the form material
against the patch while the mortar is still plastic.

iii)

Large and deep patches requires filling up with concrete held in place by
forms. Such patches shall be reinforced and carefully dowelled to the hardened
concrete.

iv)

The same amount of care to cure the material in the patches shall be taken for
the whole structure. Curing shall be started, as soon as possible after the patch
is finished to prevent early drying. Damp Hessian cloth may be used. But in
some locations it may be difficult to hold it in place, a membrane curing
compound in these cases will be most convenient.

9.

CONSTRUCTIONS JOINTS : Construction joints shall be provided and treated


following the provisions of Specification and as directed by the Engineer-in-charge.

10.

DURABILITY :- Minimum cement contents for different exposures and sulphate


attack are given in Tables 4 and 5 o I.S. 456, 2000 shall be followed for design mix.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

125
11.

TESTS AND STANDARD OF ACCEPTANCE :-

11.1

Tests and Standard of acceptance criteria of design mix concrete and nominal mix
concrete shall be as follows:
Sampling and testing of Concrete shall be done as per provision of section B.6.12 of
Standard Specifications. Acceptance criteria for strength of concrete shall be as per IS
456-2000.
Case falling outside the above limit shall be examined by the Engineer on Merits in
each case.

11.2

DEFECTIVE CONCRETE : Any concrete which gives substandard results, or is


severely damaged due to cracking or shows excessive honey combing and exposure of
reinforcement, if exhibits any fault which in the opinion of the Engineer, seriously
impairs its function, may be declared as defective concrete. Such non acceptable
concrete shall be removed from the site and replaced by fresh concrete of the
specified quality by the contractor at his own expenses. Alternatively in case of
acceptable concrete, the Contractor shall carry out whatever other remedy the
Engineer may reasonably suggest "Small rendering shall be done by the Contractor
without extra cost."

12

KEEPING RECORDS : The record of mix design, mixing, slum, testing of C.C.
cubes etc. shall be maintained in accordance with Section B-6.13 of the Standard
Specification.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

126
LIST OF APPARTUS REQUIRED FOR BUILDING WORK
(Ref. Page No.92 Clause 7.1, Page No.109 Clause 24)

Sr.

Name of Apparatus

Nos ( min )
required
2 Nos

1.

30 m and 50 m chain/ tape

2.

Automatic leveling instrument/ Tachometer with all accessories

2 Nos.

like 5.00 metre staff


3.

Vernier calipers

1 No.

4.

Cube moulds for concrete/ Cube moulds for cement mortar

6 Sets

5.

Silt jar for sand silt testing.

4 Sets

6.

1 No.

7.

Oven- Electrically operated, thermostatically controlled, range


upto 200 0C sensitivity 10C.
Platform balance 300 kg capacity

8.

Balance 20 kg capacity - self indicating type

1 No.

9.

Electronic Balance 5 kg capacity, accuracy 0.5 gm

2 Nos

10.

1 No.

12.

Water bath- electrically operated and thermostatically controlled


with adjustable shelves, sensitivity 10C.
Thermometers : Mercury-in-glass thermometer, range 00 to 2500C
Mercury-in-steel thermometer with 30 cm stem, range upto 3000C.
Kerosene or gas stove or electric hot plate.

13.

Set of IS sieves with lid and pan:

11.

4 Nos.
1 No.

450 mm diameter
63 mm, 53 mm, 37.50 mm, 26.50 mm, 13.20 mm,
9.50 mm, 6.70 mm, and 4.75 mm size

1 Sets

200 mm diameter

14.
15.
16.
17.
18.
19.
20.
21.
22.

2.36 mm, 2.0 mm, 1.18 mm, 600 micron, 425 micron,
300 micron, 150 micron, and 75 micron
Water testing Kit
Atterbergs Limits (liquid and plastic limits) Determination
apparatus
Dry Bulk Density Test apparatus (sand pouring cylinder, tray, can
etc.).
Speedy Moisture Meter complete with chemicals
Aggregate Impact Value Test apparatus/
Los Angles Abrasion Test apparatus.
Flakiness and Elongation Test Gauges
Vicat apparatus for testing setting times
Slump testing apparatus
Compression and Flexural strength testing machine, 200 tonne
capacity with additional dial for flexural testing.

Contractor

No. of Corrections

2 Sets
1 Set
1 Set

1 Set
1 Set
1 Set
1 Set
1 Set
4 Sets
1 No.

Executive Engineer

Dy.E.E.

127

LIST OF APPARATUS REQUIRED FOR ROAD WORK


INCLUDING HOT MIX WORKS
(Ref. Page No.92 Clause 7.1, Page No.109 Clause 24)

(Whichever is applicable)
Sr.

Name of Apparatus

1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27

Set of buckets for bulk density 30 Lit. cap sample diving


(Various sizes 15,20,30 Lit.)
Riffle box (Sample Dividing Box)
Bitumen extractor (Hand / electrically operated)
Marshal stability testing machine.
Field density. (Sand replacement method)
Straight edge 3 M. long ISMC 50 x 100
M.S. camber plate, 2.75m , 3.5m long.
Constant temperature Hot Water Bath.
Electronic balance capacity upto 1200 g.
G.I. Trays of various sizes.
Digital thermometers capacity upto 200c. With 100 least count.
Electric Oven.
Marshall stability moulds with rammer.
Chemicals (Benzene / Trichloroethylene)
Filter papers.
Weight Box with 5 kg. To 1 gm. Weights.
Fractional weight Box & pan balance.
G-1/Brass sieves of various sizes for gradation.
Pick axes.
Cooking gas / kerosene burner with cylinder.
Impact Test Apparatus (For coarse Aggregate)
Flakiness & Elongation test gauges.
Penetrometers with standard needle for Asphalt Test.
Elastic Recovery test apparatus test for PMB PS-70.
Softening point test apparatus.
Set of equipment for penetration test.
C 1 & So3 measuring container kit.

28
29
30
31

C.C. Cube testing machine.


Slump measurements equipment.
Silt content measuring kit.
Set of sieves for concrete & road work.

Contractor

No. of Corrections

Nos. (Min)
Required
3
1
1
1
1
1
1 No. each
1 No.
1 No.
12
1
1
1 Set.
250 Lits.
500/season
1
1
1 No. each
2
1
1
1
1
1 Set.
1
1 Set.
1
1
1
1
1

Executive Engineer

Dy.E.E.

128
Accompaniment to Superintending Engineer (P.W.) Circle,
Ratnagiri's Circular No. RCR/ DB 1861, dated 16th March,1985

A - 8 Stone for Masonry ( Laterite Stone )


A - 8b - (a) :- Laterite stone should be compact in texture and the mattled and streaked colours
pervading it should not be very unevenly distributed. Those types in which white clay occurs should
not be used as building stones. laterite exposed to weather To harden for some time be preferred. It
should not be used where subjected to great pressure and liable to be soaked water.
( b ) Size :- As far as possible the size of stones should be as per I.S. 3620 -I979(i.e.(i) 39 x 19 x
19 cms. (ii) 49 x 19 x 19 cms. or (iii) 59 x 29 x 29 cms.) However conventional size of stone
available in the area namely 23 x 60 x 15 cms., 30 x 45x 15cms.,37 x 45 x 15 cms. may be used in
construction as per instruction of The Engineer-in-charge of the work.

The following tolerances are permitted in the standard size :Length


Plus or minus
3.00 mm.
Breadth
Plus or minus
1.50 mm.
Depth
Plus or minus
1.50 mm.
( c ) Absorption :- As far as possible stone shall fulfill requirements as per I.S. 3620 -1979 (i.e.
less than 12%). However 20% of water absorption by weight may be permitted as per discretion of
Engineer- in -charge of the work.
( d ) Crushing Strength :- This should be as far as possible as per I. S. 3620- 1979(i.e. 35
Kg/Cms2). However locally available stones having minimum crushing value of 20kg./Cms2 may be
used in panel walls for R.C.C. framed structures. For load bearing structures with these stones, the
crushing strength should be minimum 30kg./Cms2 and should be used in construction as per
instructions of the Engineer - in - charge of the work.
( e ) Tests :- These should be done as per requirement as in I.S. 3620 -1979 and will Include as under :The lot having been found satisfactory with respect to general requirements, dimensions and
workmanship shall be tested for physical properties. For this purpose sub-samples selected at random
shall be first tested for compressive strength and then for water absorption and specific gravity. A lot
shall be considered to have satisfied the requirements of physical properties if none of the block tested
for these requirements fail in any of these tests.

Laterite Metals
RD-21 (b) :- Supplying laterite stone metal at the road side including conveying and Stacking
complete.
RD-21 (b-1) ;- The item provides for the supply of specified type stone metal of specified size at the road
side including obtaining The metal from approved sources, conveying to the road-side with all leads &
lifts, stacking in regular heaps as specified hereafter uniformly along the road side.
RD-21 (b-2) Quarries:- Rubble for breaking metal shall be obtained from quarries as per Specification
No. Rd-19-2.
RD-21 (b-3) Metal
RD - 21 (b3-1) Quality :- The stones for breaking metal shall be of the type mentioned in the item
preferably from large field boulders and shall be hard, tough, durable, sound clean dense and free from
soft decayed portions. The stone shall successfully resist abrasion and fracture under traffic. The water
absorption of the stones shall be as low as possible but not more than 15%. The metal should be seasoned
for at least one month and should have abrasion value not more than 60%. However the Engineer - in charge of work may allow the metal having abrasion value not more than 70% depending upon availability
of stones in the nearby vicinity.
The stones for breaking metal shall have compact texture and metalled and streaked colours
prevailing in it should not very unevenly distributed.
Those stones in which white clay occurs should not be used.
Rd-21b-3.2
Size
Rd-21b-3.3
Conveyance
Same as that for
Rd-21b-3.4
Stacking
trap metal
Rd-21b-4
Special points
according to
Rd-21b-5
Item to include
Rd-21-3.2,
Rd-21b-6
Mode of measurements
21-3.3, 21-3.4,
& payments
21.4, 21.5 & 21.6

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

129

QUALITY ASSURANCE AND MAINTENANCE

To ensure the specified quality of work which shall 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 eight days from the date of work order. For
this, contractor shall submit an organization chart of his technical personnel to be deployed
on the work along with their qualification, job descriptions defining the functions of
reporting, supervising inspecting and approving. The contractor shall also submit a list of
tools, equipments 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 organization 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 list respectively. The
contractor shall submit written method statements detailing his exact proposals of execution
of the work in accordance with the specifications. He shall get these approved from the
Engineer in charge. The quality of the work shall be properly documented through
certificates, records, check-lists and logbooks of results etc. Such records shall be complied
from the beginning of the work and be continuously updated and supplemented and this shall
be the responsibility of the contractor. The forms should be got approved from the Executive
Engineer-in-charge.

The contractor shall prepare detailed completion drawings after completion of the
work. He shall also prepare and submit a maintenance manual giving procedure for
maintenance, with the period of maintenance works including inspections, tools and
equipment to be used, means of accessibility for all parts of the structure. He shall also
include in the manual, the specifications for maintenance work that would be appropriate for
his design and technique of construction. This manual shall be submitted within the contract
period.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

130

BLANK PAGE

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

131
PRICE VARIATION CLAUSE
If during the Operative Period of the Contract as defined in condition (i) below, there
shall be any variation in the Consumer Price Index (New Series) for Industrial workers for Mumbai
Centre as per the Labour Gazette published by the Commissioner of Labour, Government of
Maharashtra and/or in the whole sale Price Index for all commodities prepared by the Office of
Economic Advise, Ministry of Industry Government of India, or in the price of Petrol/Oil and
lubricants and major construction materials like bitumen, cement, steel, various types of metal
pipes etc., then subject to the other conditions mentioned below, price adjustment on account of
1.
2.
3.
4.
5.
6.
7.

Labour Component
Material Component
Petrol, Oil and Lubricants Component
Bitumen Component
TMT, HYSD & Mild Steel Component
Cement Component
C.I. and D.I. Pipes Component

Calculated as per the formula hereinafter appearing, shall be made, Apart from these, no
other adjustment shall be made to the contract price for any reasons whatsoever, Component
percentage as given below are as of the total cost of work put to tender. Total Labour, material &
POL Components shall be 100 and other components shall be as per actual.
1.
Labour Component -K1
14%
2.
Material Component K2
85%
3.
POL Component - K3
01%
4.
Bitumen Component
Actual
5.
TMT, HYSD & Mild Steel Component
Actual
6.
Cement Component
Actual
7.
C.I. and D.I. Pipes Component
Actual
Note :- If cement, TMT, HYSD & Mild Steel, Bitumen, C.I. And D.I. Pipes are Supplied on
Schedule "A" then respective component shall not be considered. Also particular component is not
relevant same shall be deleted.
(A) Formula for Labour Component :

V1 = 0.85

K1
100

Where V1 =
P=

K1 =
L0 =
L1 =

Contractor

L1-L0
L0

Amount of price variation in Rupees to be allowed for labour component.


Cost of work done during the quarter under consideration minus the cost of Cement,
TMT, HYSD & Mild Steel, Bitumen, C.I. And D.I. Pipes calculated at the basic star
rates as applicable for the tender, consumed during the quarter under consideration.
Kind of Material
Star Rates
1) T.M.T. Steel FE 500 (Tata Tiscon or
equivalent)
- Rs. 53,021/-M.T. DSR Rate
2) Cement
- Rs. 6,400/- M.T. DSR Rate
Percentage of Labour Component as indicated above.
Basic Consumer Price Index for Mumbai centre shall be average consumer price index
for the quarter preceding the month in which the last date prescribed for receipt of
tender falls.
Average Consumer Price Index
for Mumbai centre for the quarter under
consideration.

No. of Corrections

Executive Engineer

Dy.E.E.

132
(B) Formula for Materials Component :

V2 = 0.85

K2

100

Where V2 =
P=

M1-M0
M0

Amount of price variation in Rupees to be allowed for Materials component.


Same as worked out for labour component.

K2 =
M0 =

Percentage of Material Component as indicated above.


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.

(C) Formula for Petrol, Oil and Lubricant Component :

V3 = 0.85

K3
100

Where V3 =
P=

P1-P0
P0

Amount of price variation in Rupees to be allowed for POL component.


Same as worked out for labour component.

K3 =
P0 =

Percentage of Petrol, Oil and Lubricant Component as indicated above.


Basic Price of H.S.D. at Mumbai during the quarter preceding the month in which the last
date prescribed for receipt of tender falls.

P1 =

Average Price of H.S.D. at Mumbai during the quarter under consideration.

(D) Formula for Bitumen Component :


V4 =

QB ( B1 - B0)

Where V4 =
QB =

Amount of price variation in Rupees to be allowed for Bitumen component.


Quantity of Bitumen (Grade 30/40 & Grade 60/70) in metric tonnes used in the
permanent works and approved enabling works during the quarter under consideration.

B1 =

Current, average ex-refinery price per metric tonne of Bitumen (Grade 30/40 & Grade
60/70) under consideration including taxes (octroi, excise, sales tax) during the quarter
under consideration.
Basic rate of Bitumen in rupees per metric tonne as considered for working out value of
P. or average ex-refinery price in rupees per metric ton including taxes (octroi, excise
sales tax) of Bitumen for the grade of bitumen under consideration prevailing quarter
preceding the month in which the last date prescribe for receipt of tender; falls,
whichever is higher.

B0 =

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

133
(E) Formula for T.M.T./HYSD & Mild Steel Component :
V5 =
WhereV5 =

S0 (Sl1 - Sl0)
Sl0

Amount of price variation in Rupees to be allowed for T.M.T./HYSD & Mild Steel
component.

S0 =

Basic rate of T.M.T./HYSD and Mild Steel in rupees per metric tonne as considered
for working out value of P

Sl1 =

Average Steel Index as per RBI Bulletin during the quarter under consideration.

Sl0 =

Average of Steel Index as per RBI Bulletin for the quarter preceding the month in
which the last date prescribed for receipt of tender falls.

T=

Tonnage of T.M.T./HYSD & Mild steel used in the permanent works for the
quarter under consideration.

(F) Formula for cement Component :


V6 =
WhereV6 =

C0 (Cl1 - Cl0)
Cl0

Amount of price escalation in Rupees to be allowed for cement component.

C0 =

Basic rate of cement in rupees per metric ton as considered for working out value of
P

Cl1 =

Average cement Index published in the RBI Bulletin for the quarter under
consideration.

Cl0 =

Average of Cement Index published in the RBI Bulletin for the quarter preceding
the month in which the last date prescribed for receipt of tender falls.

T=

Tonnage of Cement used in the permanent works for the quarter under
consideration.

(G) Formula for C,I,/D.I. pipe Component :


V7 =
Where V7 =
D0 =

Qd ( D1 - D0)
Amount of price escalation in Rupees to be allowed for C.I./D.I. pipe component.
Pig Iron basic price in rupees per tonne considered for working out value of P.

D1 =

Average Pig iron price in rupees per tonne during the quarter under consideration.
(Published by IISCO)

Qd =

Tonnage of C.I./D.I pipes used in the works during the quarter under consideration.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

134
The following conditions shall prevails
:i)

The operative period of the Contract shall mean the period commencing from the date of
the work order issued to the Contractor and ending on the date on which the time allowed
for the completion of the works specified in the Contract for work expires, taking into
consideration the extension of time, if any, for completion of the work granted by the
Engineer, under the relevant clause of the Conditions of Contract in cases other than
those where such extension is necessitated on account of default of the Contractor. The
decision of the Engineer as regards the Operative Period of the contract shall be final and
binding on the Contractor. Where any compensation for liquidated damages is levied on
the Contractor on account of delay in completion or inadequate progress under the
relevant Contract provisions, the price adjustment amount for the balance of work from
the date of levy of such compensation shall be worked out by pegging the indices
L1, M1, C1, P1, B1, Sl1, & Cl1 to the levels corresponding to the date from which such
compensation is levied.

ii)

The price variation shall be applicable to all contracts in B1/B2 & C from but shall not
apply to piece works. The price variation shall be determined during each quarter as per
formula given above in this clause.

iii)

The Price Variation under this Clause shall not be payable for the extra items required to
be executed during the completion of the work and also on the excess quantities of items
payable under the provisions of Clause 38/37 of the contract form B1 / B2 respectively.
Since the rates payable for the extra items or the extra quantities under Clause 38/37 are
to be fixed as per current DSR or as mutually agreed to yearly revision till completion of
such work. In other words, when the completion/execution of extra items as well as extra
quantities under Clause 38/37 of the contract form B1 / B2 extends beyond the operative
date of the DSR then rates payable for the same beyond the date shall be revised with
reference to the current DSR prevalent at that time on year to year basis or revised in
accordance with mutual agreement thereon, as provided for in the Contract, whichever is
less.

iv)

This clause is operative both ways, i.e. if the price variation as calculated above is on the
plus side, payment on account of the price variation shall be allowed to the contractor
and if it is on the negative side, the Government shall be entitled to recover the same
from the Contractor and the amount shall be deductible from any amounts due and
payable under the contract.

v)

To the extent that full compensation for any rise or fall in costs to the Contractor is not
entirely covered by the provision of this or other clauses in the contract, the unit rate and
prices included in the contract shall be deemed to include amounts to cover the
contingency of such other actual rise or fall in costs.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

NAME OF WORK :- CONSTRUCTION OF SKYWALK AT MALNAKA RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.

SCHEDULE - B
Estimated Quantity
which may be more or
less
1
1

Number

Item of work

Rate

2
Item No.1 :- Cutting of trees, including cutting of trunks,
branches and removal of stumps, roots, stacking of serviceable
materials with all leads and lifts and earth filling in the
despression / pit etc. complete.
Girth from 300 milimeter to 600 milimeter

In Figure
3
251.50

In words
4
Rupees Two
hundred fifty
one and paise
fifty only

Unit
Per

Amount

5
One Number

6
251.50

Numbers Item No.2 :- Trimming of trunks and branches and stacking


the materials neatly and disposing the same with all leads and
lifts as directed by Engineer in charge. With Branches / Trunks
of all sizes etc. complete.

1000.00

Rupees One
thousand and
paise nil only

One Number

5000.00

Number

8000.00

Rupees Eight
thousand and
paise nil only

One Number

8000.00

Contractor

Item No.3 :- Excavating and Taking out matured tree carefully


by mechanical means and transplanting the same at a location
directed by Engineer in charge including labor etc. complete to
the satisfaction of Engineer in charge.

No. of corrections

135

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

Unit
Per

Amount

In words
4

A) Providing Fixing and Maintaining Mild Steel fabricated


traffic barricading on sides of the portion of the carriageway
close to traffic etc. complete as per drawing and as directed by
Engineer in charge etc. complete.

420.00

Rupees Four
hundred twenty
and paise nil
only.

One Square Metre

64512.00

60.00

Running B) Providing, Fixing and Maintaining cones, studs, painted


metres drums, or plastic chanaliser including shifting and as directed
by Engineer in chrage.

1734.00

Rupees One
thousand seven
hundred thirty
four and paise
nil only

One Running Metre

104040.00

128.00

Running C) Shifting, Fixing and Maintaining Mild Steel fabricated


metres traffic barricading on sides of the portion of the carriageway
close to traffic etc. complete as per drawing and as directed by
Engineer in chrage.

800.00

Rupees Eight
hundred and
paise nil only

One Running Metre

102400.00

2
Item No.4 :- Maintaining managing operating the traffic
plying on road during day and night smoothly and safely as and
when required without hindrance to traffic during entire
construction activity by providing necessary equipments such as
various road signs, delineators etc. complete.

153.60

Square
metres

Contractor

No. of corrections

136

In Figure
3

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
12.00

Rate

Unit
Per

In Figure
In words
5
2
3
4
Running Item No.5 :- Taking trial bores 150 milimeter (6" ) diameter in 3673.35
Rupees Three One Running Metre
metres soft strata and in soft rock including all materials such as casing
thousand six
hundred seventy
pipes and accessories oil grease steel balls and such other
three and paise
materials as required (including conveying the materials and
thirty five only.
machineries to site of work) preserving the loose samples
serially in glass/plastic jar on site of work and conveying the
sample to Head Quarter of concerned office as directed
including S.P.T. test and supplying results etc. complete.
Running Item No.6 :- Taking trial bores for detailed investigation in
metre
hard rock 76.20 milimeter (3") of or 50.80 milimeter (2") core
diameter with diamond drilling with NX Bit double tube boring
including all materials such as casing pipes and accessories oil,
grease, steel balls and such other materials as required
(including conveying such materials and machineries to site of
work) preserving the loose samples in glass or plastic jars / core
samples in box with core samples serially numbered and
conveying the sample to Head Quarter of concerned office as
directed with testing results etc. complete.

Contractor

No. of corrections

8272.90

Rupees Eight One Running Metre


thousand two
hundred seventy
two and paise
ninety only

Amount

6
44080.20

137

18.00

Item of work

148912.20

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
5

Item of work

Rate

In Figure
2
3
Numbers Item No.7 :- Providing turn tappa core boxes of jungle wood 1868.50
of size 1.25 x 0.55 x 0.15 metre for preserving core samples
with all fixtures and fastening handles locking arrangement etc.
complete.

In words
4
Rupees One
thousand eight
hundred sixty
eight and paise
fifty only

Unit
Per

Amount

5
One Number

6
9342.50

Cubic
metres

Item No.8 : - Providing and laying in situ M-30 Reinforced


cement concrete of trap metal mechanically mixed, placed in
foundation and compacted by vibration including necessary
bailing out water, curing (including plywood/steel formwork,
centering and excluding dewatering by pump) etc. with all leads
and lifts etc. complete.

6182.65

Rupees Six
thousand one
hundred eighty
two and paise
sixty five only

One Cubic Metre

443790.62

68.660

Cubic
metres

Item No.9 :- Providing and laying in situ cement concrete M-30


of trap metal for cast in situ Reinforced cement concrete piers
with vertical and horizontal diaphragram having neet and smooth
finish centering shutting, scaffolding, compaction by vibrating
and curing etc. complete.

8637.80

Rupees Eight
thousand six
hundred thirty
seven and paise
eighty only.

One Cubic Metre

593071.35

300.77

Square
metres

Item No.10 :- Providing and applying approved quality coal


tar epoxy paint in two coats for surface of well, pier abutment
between L.T.L.to 0.90 metre above H.F.L. etc. complete.

238.35

Rupees Two
hundred thirty
eight and paise
thirty five only

One Square Metre

71688.53

Contractor

No. of corrections

138

71.78

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1

Item of work

Rate

2
Item No.11 :- Providing and fixing in position Thermo
Mechanically Treated steel bar (FE 500 Tata Tiscon, Sail or
equivalent) reinforcement of various diameter for Reinforced
Cement Concrete pile cap, footings, foundations, slabs, beams,
columns, canopies, staircase, newels, chajjas, lintels, pardies,
copings, fins, arches etc. as per detailed design drawing and
schedule including cutting bending hooking, binding with Poly
Venyl Chloride coated binding wires or tack welding and
supporting as required as directed by the Engineer in charge
and supplying all materials with all leads and lifts etc. complete

In Figure
3

In words
4

Unit
Per

Amount

Metric
Tonnes

{ A } Foundation

69670.00

Rupees Sixty
nine thousand
six hundred
seventy and
paise nil only.

One Metric Tonne

1000112.85

2.622

Metric
Tonnes

{ B } Sub Structure

67670.00

Rupees Sixty
seven thousand
six hundred
seventy and
paise nil only.

One Metric Tonne

177430.74

Contractor

No. of corrections

Executive Engineer

139

14.355

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

Metric
Tonnes

{ C } Superstructure

In Figure
3
69670.00

In words
4
Rupees Sixty
nine thousand
six hundred
seventy and
paise nil only.

31.000

Metric
Tonnes

Item No.12 :- Providing fusion bonded epoxy coating to 10832.25


Thermo Mechanically treated reinforcing steel bars as per
Indian Standard 3620 - 1993 specification for a thickness of
175+/-50 microns including testing of coating at plant, extra cost
for carul handling using poly venyl chloride coating, binding
wires instead of gavanised iron wires, touching up the material
supplied, repair work etc. complete as per detailed
specifications.

53.418

Cubic
metres

Item No.13 :- Dismantling of Flexible Pavements by


mechanical means and disposal of distmantled material,
stacking separately etc. complete.
i)Bituminous course

1
12.405

No. of corrections

Amount

5
One Metric Tonne

6
864256.35

Rupees Ten
thousand eight
hundred thirty
two and paise
twenty five
only.

One Metric Tonne

335799.75

Rupees One
hundred twelve
and paise nil
only.

One Cubic Metre

5982.82

140

Contractor

112.00

Unit
Per

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
53.418

Cubic
metres

Contractor

Rate

In Figure
2
3
Item No.14 :- Excavation for foundation in Earth Soil of all 221.20
type sand, gravel, soft murum including removing the
excavated materials upto a distance of 50 metres beyond the
building area, with all leads and lifts, stacking as directed
including dewatering unless provided elsewher, preparing the
bed for the foundation and necessary backfilling with available
earth, murum, ramming, watering excluding shoring and
strutting etc. complete.
Item No.15(A) :- Excavation for foundation in Soft rock
including removing the excavated materials upto a distance of 50
metres beyond the building area, with all leads and lifts, stacking
as directed including dewatering unless provided elsewher,
preparing the bed for the foundation and necessary backfilling
with available earth, murum, ramming, watering excluding
shoring and strutting etc. complete.
Lift upto 1.50 metres

No. of corrections

416.10

In words
4
Rupees Two
hundred twenty
one and paise
twenty only.

Rupees Four
hundred sixteen
and paise ten
only

Unit
Per

Amount

5
One Cubic Metre

6
11816.06

One Cubic Metre.

11114.03

Executive Engineer

141

26.710

Cubic
metres

Item of work

Dy.E.E.

Estimated Quantity
which may be more or
less
1
26.710

Cubic
metres

Item of work

Rate

In Figure
2
3
Item No.15(B) :- Excavation for foundation in Soft rock 511.05
including removing the excavated materials upto a distance of 50
metres beyond the building area, with all leads and lifts, stacking
as directed including dewatering unless provided elsewher,
preparing the bed for the foundation and necessary backfilling
with available earth, murum, ramming, watering excluding
shoring and strutting etc. complete.
Lift upto 1.50 metres to 3.00 metres

In words
4
Rupees Five
hundred eleven
and paise five
only

Unit
Per

Amount

5
One Cubic Metre.

6
13650.15

Cubic
metres

Item No.16 :- Excavation for foundation in Hard rock by


Mechanical Means with Hydraulic Excavator and Rock
breaker including removing the excavated materials beyond the
building area, with all leads and lifts , stacking as directed
including dewatering , preparing the bed for the foundation and
necessary backfilling with available earth, murum, ramming,
watering including shoring and strutting etc. complete.

654.50

Rupees Six
hundred fifty
four and paise
fifty only.

One Cubic Metre.

40788.44

100.000

Cubic
metres

Item No.17 :- Transporting the Excavated materials to a


distance with all leads including all lifts including loading
unloading labour etc. complete and as directed by Engineer in
charge.

343.65

Rupees Three
hundred forty
three and paise
sixty five only.

One Cubic Metre.

34365.00

Contractor

No. of corrections

142

62.320

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
37.942

Cubic
metres

Rate

In Figure
2
3
Item No.18 :- Providing and laying in situ M-20 plain cement 5886.80
concrete of trap metal for cast in situ piers, staircase, decking
slab, etc. Including provision of "V" shaped false joints to form
suitable panels on the faces to approved design with compacting
by vibrating and curing complete, including plywood/steel
formwork centering (excluding dewatering by means of pump)
and including bailing out water and curing finishing in cement
mortar 1:3 etc. complete. as directed by Engineer in charge.

No. of corrections

In words
4
Rupees Five
thousand eight
hundred eighty
six and paise
eighty only.

Unit
Per

5
One Cubic Metre

Amount

6
223356.97

143

Contractor

Item of work

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
69.000

Metric
Tonnes

Rate

In Figure
2
3
Item No.19 :- Providing fabrication and erecting in position the 99250.00
Structural steel structure made out of Rolled sections beam,
channels, angles, etc. of SAIL, Ispat, TATA steel, Lioyd steel,
British steel or equivalent, conforming to IS:226, IS 2062 and
grade YST 250 approved in straight profile of all sizes & shapes
including all base plates gusset plates, end plates, stiffiners, bolts
and nuts, fillet/butt welding, splicing, machinery/grinding of
members joints wherever required to give a neat appearance,
fabrication to a curved or bent profile like arch or semi circular
shaoe, including preparing shop drawing for all structures and
getting approved fabrication and erection as per drawing details
and hoisting, erection, fixing in position and surface preparation:
Sand Blasting to Sa2 Standard, Primer: One Coat at 30-35
Microns DFT: Modified Phenalkamine Primer (Product Name:
Neropoxy 2000) Finish: Two Coat at 30-35 Microns DFT:
Acrylic Modified Solvent Coating (Product Name: Narothane
AA Finish) of approved quality and shade etc. complete.

No. of corrections

In words
4
Rupees Ninety
nine thousand
two hundred
fifty and paise
nil only.

Unit
Per

5
One Metric Tonne

Amount

6
6848250.00

144

Contractor

Item of work

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
17.000

Metric
Tonnes

Contractor

Rate

In Figure
2
3
Item No.20 :- Providing, fabricating and erecting in position the 83420.00
Structural steel structure made out of rolled Mild Steel
pipes, RHS, SHS as per IS 1161/IS 4923 of TATA steel, Lioyd
steel, British steel or equivalent, approved in straight profile of
all sizes and shapes including all base plates gusset plates, end
plates, stiffiners, bolts and nuts, fillet/butt welding, splicing,
machinery/grinding of members/joints wherever required to give
a neat appearance, fabrication to a curved or bent profile like
arch or semi circular shape, including preparing shop drawing
for all structures and getting approved fabrication and erection
as per drawing details and hoisting, erection, fixing in position
and surface preparation: Sand Blasting to Sa2 Std, Primer: One
Coat at 30-35 Microns DFT: Modified Phenalkamine Primer
(Product Name: Neropoxy 2000) Finish: Two Coat at 30-35
Microns DFT: Acrylic Modified Solvent Coating (Product
Name: Narothane AA Finish) of approved quality and shade etc.
complete.

In words
4
Rupees Eighty
three thousand
four hundred
twenty and
paise nil only.

Item No.21 :- Providing and Fixing Fabricated structural steel 76650.90 Rupees Seventy
six thousand six
decking as per approved drawing and designs including cost of
hundred fifty
steel angle flat plate,nuts and bolts labour,fabrication and one
and paise ninety
coat of red oxide painting for steel work etc.complete.
only.

No. of corrections

Unit
Per

Amount

5
One Metric Tonne

6
1418140.00

One Metric Tonne

86615.52

145

1.130

Metric
Tonnes

Item of work

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

Unit
Per

In Figure
In words
5
1
2
3
4
28800.000
Cubic Item No.22 :- Providing and fixing Neoprene bearing as per
1.45
Rupees One and One Cubic Centimtre
centimetre standard specification etc complete. (as per IRC-83 Part II)
paise forty five
only.
232.750

6
41760.00

Item No. 23 :- Providing and fixing Antiskid Vitrified finish


tiles of approved quality of company Kajaria / Nitco / Bell or
Rak/Jhonson or equivalent make of size 30 centimeter x 30
centimeter and 10 milimeter thick and confirming to Indian
Standard 15622 - 2006 (Group Bla) for antiskid flooring in
required positions laid on a bed of cement mortar 1:4 including
cement float filling joints with white / colour cement slurry,
cleaning, curing etc. with all leads and lifts etc. complete.

1501.00

Rupees One
thousand five
hundred one and
paise nil only

One Square Metre.

349357.75

Running Item No.24 :- Providing and fixing hand railling made up of


metres stainless steel confirming to the superior grade LD x 2101 1.2
metre high and 1.2 milimeter thick 50 milimeter OD Pipe,
Vertical Pipe - 1.5 milimeter thick, 38 milimeter OD 19
milimeter OD Pipe railling with all necessary labour etc. as per
the detailed drawings including scaffolding etc. complete

7150.00

Rupees Seven
thousand one
hundred fifty
and paise nil
only

One Running Metre

1245315.50

Square
metres

Contractor

No. of corrections

146

174.170

Amount

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
436.333

Square
metres

Item of work

Rate

In Figure
2
3
Item No.25 :- Providing and fixing 16 milimeter thick co- 5100.00
extruded and UV protected multi-cellular Polycarbonate
having integral light-cell cross section with cells of 4mm x 4mm
size, pannel width of approx 1040mm, integral vertical standing
seara at both sides of the panel, snap-on connectors made of
polycarbonate to interlock the penels having a grip-lock double
tooth locking mechanism, sealed ends/end-cap/aluminium Uprofile (mill finish) for ends, of approved colour & make
including installation with fixing clamps at site as per
manufacturer's specifications, scaffolding, with all leads and lifts
etc. complete as directed by the Engineer (For all Profile)

In words
4
Rupees Five
thousand one
hundred and
paise nil only

Unit
Per

5
One Square Metre

Amount

6
2225298.30

Numbers Item No.26 :- Providing and fixing break and seal dry powder
type fire extingusher of 5kg capacity providing 30 kg/sqcm
pressure etc. complete as directed by Engineer In charge
confirming to Iindian Standard 13849 etc. complete.

4110.00

Rupees Four
thousand one
hundred ten and
paise nil only

One Number

20550.00

Numbers Item No.27 :- Providing and fixing in position at suitable


locations, suspended dustbin made of approved PVC of approx.
42 Ltr capacity having bottom flap for emptying with clear
mouth opening of 100 x 200 milimeter size as per the Engineer
in charge's instruction, etc. complete.

1000.00

Rupees One
thousand and
paise nil only

One Number

4000.00

Contractor

No. of corrections

147

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

In Figure
2
3
Numbers Item No.28 :- Providing and fixing a set of 3 powder coated 6500.00
chairs of size 600 milimeter x 1350 milimeter x 450 milimeter
as per specification given by Engineer Incharge.

1
4

In words
4
Rupees Six
thousand five
hundred and
paise nil only

Unit
Per

Amount

5
One Number

6
26000.00

Cubic
metres

Item No.29 :- Supplying hard murum at the road side with all
leads and lifts including conveying and stacking etc. complete.

311.25

Rupees Three
hundred eleven
and paise
twenty five
only.

One Cubic Metre

1556.25

5.000

Cubic
metres

Item No.30 :- Supplying 60 milimeter Laterite stone metal at


the road side including conveying and stocking with all leads
and lifts etc. complete

262.60

Two Hundred
sixty two and
paise sixty only.

One Cubic Metre

1313.00

5.000

Cubic
metres

Item No.31 :- Spreading hard murum / kankar on the road


formation / side width with all leads and lifts etc. complete

15.15

Rupees Fifteen
and paise fifteen
only.

One Cubic Metre

75.75

5.000

Cubic
metres

Item No. 32 :- Spreading soft murum/ hard murum and


stone dust over the rubble soling oversize and size metal layer /
blindage on the W.B.M. surface and for side width with all leads
and lifts etc. complete as directed.

15.15

Rupees Fifteen
and paise fifteen
only.

One Cubic Metre

75.75

Contractor

No. of corrections

148

5.00

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
6.660

Square
metres

Item of work

Rate

In Figure
In words
2
3
4
12.15
Rupees Twelve
Item No.33 :- Compacting oversize metal (200 mm loose )
and paise fifteen
layer 2 to 7 metre wide with static roller including
only.
necessary,labour materials and artificial watering etc.complete

Square
metres

Item No. 34 :- Compacting the murum upto 2.00 metre


width (200 milimeter loose) with static roller including
necessary artificial watering etc. complete.

4.320

Square
metres

Item No.35 :- Supply of single/ double sided message board of 11842.25


any size using,white coloured retro-reflective sheet confirming
ASTM Type IX Specifications bonded on 4mm Aluminum
Composite Panel (0.25+3.50+0.25 -Pvdf Coated) over which
alphabets and numerals are reverse cut made using Electro Cut
able Film with computerized cutting plotter.the the signboards
shall be fixed with the galvanized backframe made up of 40 x 40
x 5 Galvanised Iron angle.

900.000

Square
metres

Item No.36 :- Providing and fixing information signage in the


form of etching on flat Stainless steel plate, 16 gauge, Matt
finish and fixing with stainless steel attachment bolt, with
design, perforation, etc. complete

Contractor

No. of corrections

5.05

188.00

Amount

5
One Square Metre

6
80.92

Rupees Five and


paise five only.

One Square Metre

33.63

Rupees Eleven
thousand eight
hundred forty
two and paise
twenty five
only.

One Square Metre

51158.52

Rupees One
hundred eighty
eight and paise
nil only.

One Square Metre

169200.00

Executive Engineer

149

6.660

Unit
Per

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

In Figure
2
3
Numbers Item No.37 :- Providing and fixing reinforced cement concrete 534.20
cover of aaproved quality and make of 311( 7.5cm) thick over
manhole and inspection chamber including mild steel
reinforcement, curing testing etc. complete.

1
6

Running Item No.38 :- Constuction of cement concrete kerb with


metres channel with top and bottom width 115 and 165mm
respectively, 250mm high in M-20 grade PCC on M-10 grade
foundation 150mm thick, kerb channel 300 milimeter wide, 50
milimeter thick in PCC M-20 grade slope, towards the kerb,kerb
stone with channel laid with kerb laying machine, foundation
concrete laid manually all complete as per clause 408. (Using
Concrete Mixer)

Contractor

No. of corrections

376.75

5
One Number

Rupees Three One Running Metre


hundred seventy
six and paise
seventy five
only.

Amount

6
3205.20

9381.08

Executive Engineer

150

24.900

In words
4
Rupees Five
hundred thirty
four and paise
twenty only.

Unit
Per

Dy.E.E.

Estimated Quantity
which may be more or
less
1
60.240

Square
metres

Rate

In Figure
2
3
Item No 39 :- Providing and fixing 50 milimeter thick factory 729.90
made hydraulically pressed, mechanically vibrated and
compacted precast interlocking cement concrete paving
blocks in M-40 grade of approved size and shape as specified
50 milimeter in gray cement and top surface 10 milimeter in
white cement with coloured pigment, including all cost of
materials, manufacturing, curing, transportation of blocks to
work site including loading, unloading and stacking as directed.
laying paving blocks in position over prepared bed of sand of
50 milimeter thickness including necessary excavation in all
stratas, spreading blindage of fine sand over the prepared bed,
compacting blocks by plate vibrator. ( 50 milimeter thick in M40 grade) with all leads and lifts etc. complete.

No. of corrections

In words
4
Rupees Seven
hundred twenty
nine and paise
ninety only.

Unit
Per

5
One Square Metre

Amount

6
43969.18

151

Contractor

Item of work

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
9.780

Cubic
metres

Contractor

Rate

In Figure
2
3
Item No.40 :- Providing and fixing 80 milimeter thick factory 867.60
made Hydraulically pressed Mechanically vibrated and
compacted precast interlocking cement concrete Lacquer
Coated Paving blocks in M-50 grade of approved size and
shape as specified 50mm in gray cement and top surface 10mm
in white cement with coloured pigment including cost of all
materials manufacturing,curing transportation of blocks to work
site including loading,unloading and stacking as directed,laying
paving blocks in position over prepared bed of sand of 50mm
thickness including necessary excavation in all stratas,spreading
blindge of fine sand over the prepared bed,compacting blocks by
plate vibrator with all leads and lifts etc.complete.100 milimeter
thick (Grade M-50)
Item No.41 :- Wet Mix Macadam Providing laying spreading
and compacting graded stone aggregate to wet mix macadam
specifications inculding premixing the material with water to
omc in mechanical mix plant ,carriage of mixed material by
tipper to site,laying in uniform layers with paver in subbase/base course on a well prepared surface and compacting
with power,vibratory roller to achieve the desired density
including lighting guarding,barricading and maintenance of
diversion with etc.complete.

No. of corrections

770.00

In words
4
Rupees Eight
hundred sixty
seven and paise
sixty only.

Rupees Seven
hundred seventy
and paise nil
only.

Unit
Per

Amount

5
One Square Metre

6
8485.13

One Cubic Metre

2302.30

Executive Engineer

152

2.990

Square
metres

Item of work

Dy.E.E.

Estimated Quantity
which may be more or
less
1
9.966

9.966

1100.000

Square
metres

Rate

In Figure
2
3
Item No.42 :Providing 20 milimeter thick premix 235.15
bituminous carpet including supplying all materials with all
leads and lifts, preparing and cleaning the base, heating bitumen
applying tack coat at specified rate, mixing hot bitumen and
chips, laying the carpet layer and compacting etc. complete.
Using 60/70 grade bulk asphalt. (Cold mix)

In words
4
Rupees Two
hundred thirty
five and paise
fifteen only

Unit
Per

Amount

5
One Square Metre

6
2343.50

Item No.43 :- Providing bituminous liquid seal coat to black


top surface, including supplying all materials, with all leads and
lifts, preparing the existing road surface, heating and applying
bitumen spreading chips and rolling by static roller by using
bulk asphalt 60/70 grade bitumen at the rate of 0.98 kilogramme
per square metre etc. complete.

74.30

Rupees Seventy
four and paise
thirty only.

One Square Metre

740.47

Running Item No.44 :- Removing, shifting and refixing of road dividers


metres including labour, material etc all complete.

500.00

Rupees Five
hundred and
paise nil only.

One Running Metre

5000.00

13.50

Rupees Thirteen
and paise fifty
only.

One Cubic Metre

14850.00

Cubic
metres

Item No.45 :- Sand filling for Crash Barrier including labour,


material etc all complete

Item No.46 :- Dewatering by using 5 to 10 HP pump including


labour, material etc all complete

Contractor

No. of corrections

Executive Engineer

153

10.000

Square
metres

Item of work

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

In Figure
3
59.40

In words
4
Rupees Fifty
nine and paise
forty only.
Rupees Sixty
five and paise
seventy five
only.

One Hours

1972.50

73.55

Rupees Seventy
three and paise
fifty five only.

One Hours

2206.50

464.60

Rupees Four
hundred sixty
four and paise
sixty only.

One Square Metre

72426.49

A) 3 H.P. Pump

30.000

Hours

A) 5 to 9 H.P. Pump

65.75

30.000

Hours

A) 10 to 19 H.P. Pump

155.890

Square
metres

Item No.47 :- Providing and applying epoxy paint primer with


middle coat and top coat to superstructure including
scaffolding etc.complete

Executive Engineer

154

6
1782.00

Hours

No. of corrections

Amount

5
One Hours

1
30.000

Contractor

Unit
Per

Dy.E.E.

Estimated Quantity
which may be more or
less
1

Item of work

Rate

2
Item No.48 :- Laboratory testing charges for various
materials required for item of work on the basis of testing
frequency and charges fixed by Vigilance and Quality Control
Circle Pune. etc. complete.

In Figure
3

In words
4

Unit
Per

Amount

i) Coarse Aggregate
1

Numbers Gradation

Rupees Five
hundred and
paise nil only.

One Number

500.00

1000.00

Rupees One
thousand and
paise nil only.

One Number

1000.00

One Number

325.00

155

500.00

ii) Fine Aggregate (Sand)


1

Numbers Fineness modulus, Silt content

Numbers Moisture content

Contractor

325.00 Rupees Three


hundred twenty
five and paise
nil only.

No. of corrections

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1
1

Item of work

Rate

In Figure
In words
3
4
375.00 Rupees Three
hundred seventy
five and paise
nil only.

2
Numbers Bulkage of sand

Unit
Per

Amount

5
One Number

6
375.00

iii) Cemnt
1

Numbers Fineness, Initial setting time, Final setting time, Compressive


Strength, Soundness.

Rupees Two
thousand eight
hundred and
paise nil only.

One Number

2800.00

500.00

Rupees Five
hundred and
paise nil only.

One Number

500.00

1250.00

Rupees One
thousand two
hundred fifty
and paise nil
only.

One Number

1250.00

156

2800.00

iv) R.C.C. M-30


1

Numbers Compressive strength

Numbers Permeability

Contractor

No. of corrections

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

In Figure
3

In words
4

Unit
Per

Amount

v) P.C.C. M-20
1

Numbers Compressive strength

Numbers Permeability

500.00

Rupees Five
hundred and
paise nil only.

One Number

500.00

1250.00

Rupees One
thousand two
hundred fifty
and paise nil
only.

One Number

1250.00

850.00 Rupees Eight


hundred fifty
and paise nil
only.

One Number

850.00

900.00

One Number

900.00

vi) Water
Numbers Sulphate and chloride & PH value

vii) TMT Steel Bar


Tensile strength, Elongation, wt per metre, Bend and rebend
test
1

Numbers Upto 16 mm diameter

Contractor

No. of corrections

Rupees Nine
hundred and
paise nil only.

Executive Engineer

157

Dy.E.E.

Estimated Quantity
which may be more or
less
1
1

Item of work

2
Numbers Above 16 mm diameter

Rate

In Figure
3
1200.00

In words
4
Rupees One
thousand two
hundred and
paise nil only.

1250.00

Unit
Per

Amount

5
One Number

6
1200.00

Rupees One
thousand two
hundred fifty
and paise nil
only.

One Number

1250.00

1000.00

Rupees One
thousand and
paise nil only.

One Number

1000.00

450.00

Rupees Four
hundred fifty
and paise nil
only.

One Number

8100.00

viii) Ceramic / Vitrified Tiles


Numbers

Numbers Chemical Resistance

Water absorption

158

ix) Steel Anticorrosive Teatment


18

Numbers Thickness of coating


Upto 16 milimeter diameter

Contractor

No. of corrections

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

2
Numbers Thickness of coating
above 16 milimeter and upto 25 milimeter diameter

Numbers Thickness of coating


above 25 milimeter diameter

Numbers Chemical Resistance

Numbers Hardness of coating

Numbers x) Penetration, Softening point, Flash and Fire point,


Specific gravity.

Contractor

In words
4
Rupees Four
hundred fifty
and paise nil
only.

450.00

No. of corrections

Amount

5
One Number

6
1350.00

Rupees Four
hundred fifty
and paise nil
only.

One Number

450.00

1900.00

Rupees One
thousand nine
hundred and
paise nil only.

One Number

5700.00

250.00

Rupees Two
hundred fifty
and paise nil
only.

One Number

750.00

2300.00

Rupees Two
thousand three
hundred and
paise nil only.

One Number

4600.00

159

1
3

In Figure
3
450.00

Unit
Per

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Rate

In Figure
3
1500.00

Numbers xi) Viscosity.

Numbers xii) Ductility.

Numbers xiii) Water Absorption, Specific Gravity, Agg. Impact value,


Crushing value.

Contractor

700.00 Rupees Seven


hundred and
paise nil only.

No. of corrections

2000.00

Rupees Two
thousand and
paise nil only.

Amount

5
One Number

6
3000.00

One Number

1400.00

One
number

4000.00

160

1
2

In words
4
Rupees One
thousand five
hundred and
paise nil only.

Unit
Per

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less

Item of work

Numbers xiv) Gradation

Numbers xv) Flakiness and elongation index.

Contractor

In Figure
3
500.00

In words
4
Rupees Five
hundred and
paise nil only.

325.00 Rupees Three


hundred twenty
five and paise
nil only.

No. of corrections

Unit
Per

5
One Number

Amount

6
1000.00

161

1
2

Rate

One
number

650.00

TOTAL RS.

17015907.28

Say Rs. =

17015907.00

Executive Engineer

Dy.E.E.

Estimated Quantity
which may be more or
less
1

Item of work

Rate

In Figure
3

In words
4

Unit
Per

Amount

162

BLANK PAGE

Contractor

No. of corrections

Executive Engineer

Dy.E.E.

NAME OF WORK :- CONSTRUCTION OF SKYWALK AT MALNAKA RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.

SCHEDULE - C SPECIFICATION
Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Page

1
Item No.1 :- Cutting of trees, including cutting of
trunks, branches and removal of stumps, roots,
stacking of serviceable materials with all leads and lifts
and earth filling in the despression / pit etc. complete.
Girth from 300 milimeter to 600 milimeter

2
---

3
---

4
As directed by Engineer in charge and as per wording of item.

Item No.2 :- Trimming of trunks and branches and


stacking the materials neatly and disposing the same
with all leads and lifts as directed by Engineer in
charge. With Branches / Trunks of all sizes etc.
complete.

---

---

As directed by Engineer in charge and as per wording of item.

Item No.3 :- Excavating and Taking out matured tree


carefully by mechanical means and transplanting the
same at a location directed by Engineer in charge
including labor etc. complete to the satisfaction of
Engineer in charge.

---

---

As directed by Engineer in charge and as per wording of item.

Contractor

163

Speci.. No.

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

1
Item No.4 :- Maintaining managing operating the
traffic plying on road during day and night smoothly
and safely as and when required without hindrance to
traffic during entire construction activity by providing
necessary equipments such as various road signs,
delineators etc. complete.

Specifications as per Std.


Specification

Speci.. No.

Page

2
---

3
---

Additional Clause and Specification if any

4
As directed by Engineer in charge and as per wording of item.

164

A) Providing Fixing and Maintaining Mild Steel


fabricated traffic barricading on sides of the
portion of the carriageway close to traffic etc.
complete as per drawing and as directed by Engineer in
charge etc. complete.
B) Providing, Fixing and Maintaining cones, studs,
painted drums, or plastic chanaliser including
shifting and as directed by Engineer in chrage.
C) Shifting, Fixing and Maintaining Mild Steel
fabricated traffic barricading on sides of the portion
of the carriageway close to traffic etc. complete as per
drawing and as directed by Engineer in chrage.

Contractor

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
2405

3
550

Additional Clause and Specification if any

4
The work shall be carried out as per the wording of item
and as directed by Engineer in Charge.

165

1
Item No.5 :- Taking trial bores 150 milimeter (6" )
diameter in soft strata and in soft rock including all
materials such as casing pipes and accessories oil
grease steel balls and such other materials as required
(including conveying the materials and machineries to
site of work) preserving the loose samples serially in
glass/plastic jar on site of work and conveying the
sample to Head Quarter of concerned office as directed
including S.P.T. test and supplying results etc.
complete.

Specifications as per Std.


Specification

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Page

1
Item No.6 :- Taking trial bores for detailed
investigation in hard rock 76.20 milimeter (3") of or
50.80 milimeter (2") core diameter with diamond
drilling with NX Bit double tube boring including all
materials such as casing pipes and accessories oil,
grease, steel balls and such other materials as required
(including conveying such materials and machineries
to site of work) preserving the loose samples in glass
or plastic jars / core samples in box with core samples
serially numbered and conveying the sample to Head
Quarter of concerned office as directed with testing
results etc. complete.

2
---

3
---

4
The work shall be carried out as per the wording of item and as
directed by Engineer in Charge.

Item No.7 :- Providing turn tappa core boxes of


jungle wood of size 1.25 x 0.55 x 0.15 metre for
preserving core samples with all fixtures and fastening
handles locking arrangement etc. complete.

---

---

The work shall be carried out as per the wording of item and as
directed by Engineer in Charge.

Contractor

166

Speci.. No.

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Speci.. No.
1
2
Item No.8 : - Providing and laying in situ M-30 BR-5 (a)
B-7
Reinforced cement concrete
of trap metal
mechanically mixed, placed in foundation and (except for
Mix
compacted by vibration including necessary bailing out
water, curing (including plywood/steel formwork, proportions)
Mix
centering and excluding dewatering by pump) etc. with
proportions
all leads and lifts etc. complete.
shall be as
per mix
design.

Page
3
116
38 to 40

4
1) Grade of concrete shall be M-30 instead of 1:2:4
2) Necessary concrete mix design of grade M-30 shall be carried out as
per IS: 456-2000 with minimum cement content as per IRC-21-2000.
3) The cement consumption considered for this item is 400 kg/m3 of
concrete. For variation in cement consumption due to mix design sub
para 7 of B -7 of specification shall be applicable.
4) Use of admixture in appropriate quantity shall be permitted , however
no extra payment will be made on that account.
5) Mix design shall be done from Govt. Laboratory and approved by
Engineer in charge.
6) Mix design shall be redone whenever there is change in source of
quarry materials or after every months whichever is earlier.
7) For all R.C.C. and concreting work , blended cement may be used ,
confirming to IS 1489 ( Part 1 ) after confirmation of due tests.
8) The minimum curing period shall be as per IS 456:2000.
9) Wooden centering / shuttering is not allowed .
10) Testing of materials type and frequency shall be as per Annexture A
and B attached seperately
11) Only plastic coated G.I. wires be used as binding wires.
12) Concrete surface immediately after finishing shall be covered
with L.D.P.E. film and water curing shall be started after final
setting of concrete

No. of corrections

167

Contractor

Additional Clause and Specification if any

Executive Engineer

Dy.E.E.

Item of work

1
Item No.9 :- Providing and laying in situ cement
concrete M-30 of trap metal for cast in situ Reinforced
cement concrete piers with vertical and horizontal
diaphragram having neet and smooth finish centering
shutting, scaffolding, compaction by vibrating and
curing etc. complete.

Speci.. No.

Page

2
MORTH
section
2100
BR-24(a)
B-7

3
565
to
568
138
38 to 40

Additional Clause and Specification if any

4
1) Grade of concrete shall be M-30 instead of 1:2:4
2) Necessary concrete mix design of grade M-30 shall be carried out as
per IS: 456-2000 with minimum cement content as per IRC-21-2000.
3) The cement consumption considered for this item is 400 kg/m3 of
concrete. For variation in cement consumption due to mix design sub
para 7 of B -7 of specification shall be applicable.
4) Use of admixture in appropriate quantity shall be permitted , however
no extra payment will be made on that account.
5) Mix design shall be done from Govt. Laboratory and approved by
Engineer in charge.
6) Mix design shall be redone whenever there is change in source of
quarry materials or after every months whichever is earlier.
7) For all R.C.C. and concreting work , blended cement may be used ,
confirming to IS 1489 ( Part 1 ) after confirmation of due tests.
8) The minimum curing period shall be as per IS 456:2000.
9) Wooden centering / shuttering is not allowed .
10) Testing of materials type and frequency shall be as per Annexture A
and B attached seperately
11) Only plastic coated G.I. wires be used as binding wires.
12) Concrete surface immediately after finishing shall be covered
with L.D.P.E. film and water curing shall be started after
final setting of concrete

No. of corrections

168

Contractor

Specifications as per Std.


Specification

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
---

3
---

Additional Clause and Specification if any

4
As directed by Engineer-in-charge. Paint shall be got approved prior
to use from Engineer-in- charge. Specification for Col tar eopxy paint
shall be enclosed in this tender documents on Page No.219

No. of corrections

169

1
Item No.10 :- Providing and applying approved
quality coal tar epoxy paint in two coats for surface
of well, pier abutment between L.T.L.to 0.90 metre
above H.F.L. etc. complete.

Specifications as per Std.


Specification

Executive Engineer

Dy.E.E.

Item of work

Speci.. No.

Page

2
Bd F 17

3
306

Additional Clause and Specification if any

4
(1) Read T.M.T. in place of mild steel.
(2) The binding of reinforcing shall be as per the design schedules
and drawings.
(3) The detailing of reinforcement shall be done as per the relevant IS
code or as directed by Engineer-in-charge.
(4) Binding wires of galvanized iron duely plastic coated shall be
used at no extra cost to Government.
(5) Tested steel bars brought by contractor shall be used only after
treating with anti corrossive treatment.

170

1
Item No.11 :- Providing and fixing in position
Thermo Mechanically Treated steel bar (FE 500
Tata Tiscon, Sail or equivalent) reinforcement of
various diameter for Reinforced Cement Concrete
pile cap, footings, foundations, slabs, beams, columns,
canopies, staircase, newels, chajjas, lintels, pardies,
copings, fins, arches etc. as per detailed design
drawing and schedule including cutting bending
hooking, binding with Poly Venyl Chloride coated
binding wires or tack welding and supporting as
required as directed by the Engineer in charge and
supplying all materials with all leads and lifts etc.
complete

Specifications as per Std.


Specification

(6) The steel shall be tested and confirm to relevant IS code /


specification.
(7) The bar bending schedule shall be submitted and got approved
from the Engineer - in - Charge.
(8) Bar bending and cutting machine shall be used.

Contractor

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Speci.. No.

Page

1
Item No.12 :- Providing fusion bonded epoxy
coating to Thermo Mechanically treated reinforcing
steel bars as per Indian Standard 3620 - 1993
specification for a thickness of 175+/-50 microns
including testing of coating at plant, extra cost for
carul handling using poly venyl chloride coating,
binding wires instead of gavanised iron wires, touching
up the material supplied, repair work etc. complete as
per detailed specifications.

2
---

3
---

Item No.13 :- Dismantling of Flexible Pavements by


mechanical means and disposal of distmantled
material, stacking separately etc. complete.
i)Bituminous course

---

Additional Clause and Specification if any

4
(1) Tested steel bars brought by contractor shall be used only after
treating with F.B.E.C. Coating.
(2) Specification for Anti corrossive treatment of F.B.E.C. type are
enclosed separately on Page 191to 193
(3) The steel shall be tested and confirm to relevant IS code /
specification.
(4) As directed by the Engineer - in - Charge and as per wording of
item.

171

Contractor

---

No. of corrections

As directed by Engineer in charge and as per wording of item.

Executive Engineer

Dy.E.E.

Item of work

1
Item No.14 :- Excavation for foundation in Earth
Soil of all type sand, gravel, soft murum including
removing the excavated materials upto a distance of 50
metres beyond the building area, with all leads and
lifts, stacking as directed including dewatering unless
provided elsewher, preparing the bed for the
foundation and necessary backfilling with available
earth, murum, ramming, watering excluding shoring
and strutting etc. complete.

Speci.. No.

Page

2
BD A 1
to 3

3
13

Additional Clause and Specification if any

4
(1) Rate is inclusive of dewatering manually, no extra payment shall
be made on this account.
(2) The useful excavated available material shall be used for filling in
plinth and soling.
(3) The size viz. length , width and depth of excavation shown on
drawing are tentative and may vary in actual execution.

BD A 4
to 5

13

(4) The decision regarding strata classification by the Engineer - in (1) Rate is inclusive of dewatering manually, no extra payment shall
be made on this account.

172

Item No.15(A) :- Excavation for foundation in Soft


rock including removing the excavated materials upto
a distance of 50 metres beyond the building area, with
all leads and lifts, stacking as directed including
dewatering unless provided elsewher, preparing the
bed for the foundation and necessary backfilling with
available earth, murum, ramming, watering excluding
shoring and strutting etc. complete.
Lift upto 1.50 metres

Specifications as per Std.


Specification

(2) The useful excavated available material shall be used for filling in
plinth and soling.
(3) The size viz. length , width and depth of excavation shown on
drawing are tentative and may vary in actual execution.
(4) The decision regarding strata classification by the Engineer - in charge shall be final and binding on the contractor.

Contractor

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

1
Item No.15(B) :- Excavation for foundation in Soft
rock including removing the excavated materials upto
a distance of 50 metres beyond the building area, with
all leads and lifts, stacking as directed including
dewatering unless provided elsewher, preparing the
bed for the foundation and necessary backfilling with
available earth, murum, ramming, watering excluding
shoring and strutting etc. complete.
Lift upto 1.50 metres to 3.00 metres

Specifications as per Std.


Specification

Speci.. No.

Page

2
BD A 4
to 5

3
13

Additional Clause and Specification if any

4
(1) Rate is inclusive of dewatering manually, no extra payment shall
be made on this account.
(2) The useful excavated available material shall be used for filling in
plinth and soling.
(3) The size viz. length , width and depth of excavation shown on
drawing are tentative and may vary in actual execution.
(4) The decision regarding strata classification by the Engineer - in charge shall be final and binding on the contractor.

Contractor

Bd A 5
to 6

13

(1) The item includes excavation in exposed hard laterite rock.

173

Item No.16 :- Excavation for foundation in Hard rock


by Mechanical Means with Hydraulic Excavator
and Rock breaker including removing the excavated
materials beyond the building area, with all leads and
lifts , stacking as directed including dewatering ,
preparing the bed for the foundation and necessary
backfilling with available earth, murum, ramming,
watering including shoring and strutting etc. complete.

(2) Rate is inclusive of dewatering manually, no extra payment shall


be made on this account.
(3) The useful excavated rubble shall be used for soling.
(4) Additional specifications as laid down for the item no. 1 shall be
applicable to this item.

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
---

3
---

Additional Clause and Specification if any

4
As directed by Engineer in charge.

174

1
Item No.17 :- Transporting the Excavated materials to
a distance with all leads including all lifts including
loading unloading labour etc. complete and as directed
by Engineer in charge.

Specifications as per Std.


Specification

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
BR-24
B-7
(except for
Mix
proportions)
Mix
proportions
shall be as
per mix
design.

3
137
38 to 40

Additional Clause and Specification if any

4
1) Grade of concrete shall be M-20 instead of 1:2:4
2) Necessary concrete mix design of grade M-20 shall be carried out
as per IS: 456-2000 with minimum cement content as per IRC-212000.
3) The cement consumption considered for this item is 350.00 kg/m3
of concrete. For variation in cement consumption due to mix design
sub para 7 of B -7 of specification shall be applicable.
4) For concreting work , blended cement may be used , confirming to
IS 1489 ( Part 1 ) after confirmation of due tests.
5) The minimum curing period shall be as per IS 456:2000.
6) Wooden centering / shuttering is not allowed .
7) Testing of materials type and frequency shall be as per Annexture
A and B attached seperately
8) Concrete surface immediately after finishing shall be covered with
L.D.P.E. film and water curing shall be started after final setting of
concrete.

No. of corrections

175

1
Item No.18 :- Providing and laying in situ M-20 plain
cement concrete of trap metal for cast in situ piers,
staircase, decking slab, etc. Including provision of
"V" shaped false joints to form suitable panels on the
faces to approved design with compacting by vibrating
and curing complete, including plywood/steel
formwork centering (excluding dewatering by means
of pump) and including bailing out water and curing
finishing in cement mortar 1:3 etc. complete. as
directed by Engineer in charge.

Specifications as per Std.


Specification

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
---

3
---

Additional Clause and Specification if any

4
The materials shall be got approved from the Engineer-in-charge
before its procurement and use.
The structural steel for the project for the Universal Sections
(UB/UC) shall conform to IS: 2062.
The structural steel for the project for the Indian Standard Sections
(Angles/Channels/I sections) shall be as per IS: 808 and conforming
to IS: 2062.
The structural steel for the project for the Tubular Sections
(SHS/RHS) shall be as per IS: 1161.
Specification for Structural steel work shall be enclosed in this tender
documents on Page No.223 to 238.

No. of corrections

176

1
Item No.19 :- Providing fabrication and erecting in
position the Structural steel structure made out of
Rolled sections beam, channels, angles, etc. of SAIL,
Ispat, TATA steel, Lioyd steel, British steel or
equivalent, conforming to IS:226, IS 2062 and grade
YST 250 approved in straight profile of all sizes &
shapes including all base plates gusset plates, end
plates, stiffiners, bolts and nuts, fillet/butt welding,
splicing, machinery/grinding of members joints
wherever required to give a neat appearance,
fabrication to a curved or bent profile like arch or semi
circular shaoe, including preparing shop drawing for
all structures and getting approved fabrication and
erection as per drawing details and hoisting, erection,
fixing in position and surface preparation: Sand
Blasting to Sa2 Standard, Primer: One Coat at 30-35
Microns DFT: Modified Phenalkamine Primer
(Product Name: Neropoxy 2000) Finish: Two Coat at
30-35 Microns DFT: Acrylic Modified Solvent
Coating (Product Name: Narothane AA Finish) of
approved quality and shade etc. complete.

Specifications as per Std.


Specification

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
---

3
---

Additional Clause and Specification if any

4
The materials shall be got approved from the Engineer-in-charge
before its procurement and use.
The structural steel for the project for the Universal Sections
(UB/UC) shall conform to IS: 2062.
The structural steel for the project for the Indian Standard Sections
(Angles/Channels/I sections) shall be as per IS: 808 and conforming
to IS: 2062.
The structural steel for the project for the Tubular Sections
(SHS/RHS) shall be as per IS: 1161.
Specification for Structural steel work shall be enclosed in this tender
documents on Page No.223 to 238.

No. of corrections

177

1
Item No.20 :- Providing, fabricating and erecting in
position the Structural steel structure made out of
rolled Mild Steel pipes, RHS, SHS as per IS 1161/IS
4923 of TATA steel, Lioyd steel, British steel or
equivalent, approved in straight profile of all sizes and
shapes including all base plates gusset plates, end
plates, stiffiners, bolts and nuts, fillet/butt welding,
splicing, machinery/grinding of members/joints
wherever required to give a neat appearance,
fabrication to a curved or bent profile like arch or semi
circular shape, including preparing shop drawing for
all structures and getting approved fabrication and
erection as per drawing details and hoisting, erection,
fixing in position and surface preparation: Sand
Blasting to Sa2 Std, Primer: One Coat at 30-35
Microns DFT: Modified Phenalkamine Primer
(Product Name: Neropoxy 2000) Finish: Two Coat at
30-35 Microns DFT: Acrylic Modified Solvent
Coating (Product Name: Narothane AA Finish) of
approved quality and shade etc. complete.

Specifications as per Std.


Specification

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Page

1
Item No.21 :- Providing and Fixing Fabricated
structural steel decking as per approved drawing and
designs including cost of steel angle flat plate,nuts and
bolts labour,fabrication and one coat of red oxide
painting for steel work etc.complete.

2
---

3
---

4
The materials shall be got approved from the Engineer-in-charge
before its procurement and use.

Item No.22 :- Providing and fixing Neoprene bearing


as per standard specification etc complete. (as per IRC83 Part II)

---

---

As directed by Engineer in charge.

Contractor

No. of corrections

178

Speci.. No.

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Page

1
Item No. 23 :- Providing and fixing Antiskid Vitrified
finish tiles of approved quality of company Kajaria /
Nitco / Bell or Rak/Jhonson or equivalent make of size
30 centimeter x 30 centimeter and 10 milimeter
thick and confirming to Indian Standard 15622 - 2006
(Group Bla) for antiskid flooring in required
positions laid on a bed of cement mortar 1:4 including
cement float filling joints with white / colour cement
slurry, cleaning, curing etc. with all leads and lifts etc.
complete.

2
---

3
---

4
(1) Read Antiskid Vitrified in place of white glazed .
(2) The item shall be executed as directed by Engineer-in-charge.
(3) The samples of tiles shall be tested and got approved from the
Engineer-in-charge before its procurement and use.
(4) The rate is inclusive of base coat in C.M. 1:4 . No extra payment
will be made on this account.
(5) The river sand brought on site shall be washed by sand washing
machine prior to its mixing for mortar. No claims or enhancement of
rates due to this provision shall be entertained.
(6) As directed by Engineer in charge.

Item No.24 :- Providing and fixing hand railling


made up of stainless steel confirming to the superior
grade LD x 2101 1.2 metre high and 1.2 milimeter
thick 50 milimeter OD Pipe, Vertical Pipe - 1.5
milimeter thick, 38 milimeter OD 19 milimeter OD
Pipe railling with all necessary labour etc. as per the
detailed drawings including scaffolding etc. complete

---

---

The materials shall be got approved from the Engineer-in-charge


before its procurement and use.

Contractor

No. of corrections

179

Speci.. No.

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Page

1
Item No.25 :- Providing and fixing 16 milimeter
thick co-extruded and UV protected multi-cellular
Polycarbonate having integral light-cell cross section
with cells of 4mm x 4mm size, pannel width of approx
1040mm, integral vertical standing seara at both sides
of the panel, snap-on connectors made of
polycarbonate to interlock the penels having a griplock double tooth locking mechanism, sealed ends/endcap/aluminium U-profile (mill finish) for ends, of
approved colour & make including installation with
fixing clamps at site as per manufacturer's
specifications, scaffolding, with all leads and lifts etc.
complete as directed by the Engineer (For all Profile)

2
---

3
---

4
As directed by Engineer in charge and as per wording of item.
Specification for Polycarbonate roofing sheet shall be enclosed in
this tender documents on Page No.222 and 238.

Item No.26 :- Providing and fixing break and seal


dry powder type fire extingusher of 5kg capacity
providing 30 kg/sqcm pressure etc. complete as
directed by Engineer In charge confirming to Iindian
Standard 13849 etc. complete.

---

---

The materials shall be got approved from the Engineer-in-charge


before its procurement and use.

Contractor

No. of corrections

180

Speci.. No.

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Page

1
Item No.27 :- Providing and fixing in position at
suitable locations, suspended dustbin made of
approved PVC of approx. 42 Ltr capacity having
bottom flap for emptying with clear mouth opening of
100 x 200 milimeter size as per the Engineer in
charge's instruction, etc. complete.

2
---

3
---

4
The materials shall be got approved from the Engineer-in-charge
before its procurement and use.

Item No.28 :- Providing and fixing a set of 3 powder


coated chairs of size 600 milimeter x 1350 milimeter
x 450 milimeter as per specification given by Engineer
Incharge.

---

---

The materials shall be got approved from the Engineer-in-charge


before its procurement and use.

Item No.29 :- Supplying hard murum at the road


side with all leads and lifts including conveying and
stacking etc. complete.

Rd-23

375

Work shall be done as per directions of Engineer in charge.

Item No.30 :- Supplying 60 milimeter Laterite stone


metal at the road side including conveying and
stocking with all leads and lifts etc. complete

Rd-20

373

Contractor

181

Speci.. No.

Laterite metal shall be got approved from Engineer in charge before


use. Specifications for Laterite stone metal shall be enclosed in this
Tender documents on Page No.128

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Speci.. No.

Page

1
Item No.31 :- Spreading hard murum / kankar on
the road formation / side width with all leads and lifts
etc. complete

2
Rd-37

3
379

Item No. 32 :- Spreading soft murum/ hard murum


and stone dust over the rubble soling oversize and
size metal layer / blindage on the W.B.M. surface and
for side width with all leads and lifts etc. complete as
directed.

Rd-28

Item No.33 :- Compacting oversize metal (200 mm


loose ) layer 2 to 7 metre wide with static roller
including necessary,labour materials and artificial
watering etc.complete

RD-32

382

As directed by Engineer in charge.

Item No. 34 :- Compacting the murum


upto 2.00 metre width (200 milimeter loose) with
static roller including necessary artificial watering etc.
complete.

RD-32

382

Work shall be done as per directions of Engineer in charge.


The contract rate shall be one square metre basis instead of one
kilometer as mentioned in the specification.

The 5% slope shall be kept for side width during execution.

379
The 5% slope shall be kept for side width during execution.

No. of corrections

182

Contractor

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Page

1
Item No.35 :- Supply of single/ double sided message
board of any size using,white coloured retroreflective sheet confirming ASTM Type IX
Specifications bonded on 4mm Aluminum Composite
Panel (0.25+3.50+0.25 -Pvdf Coated) over which
alphabets and numerals are reverse cut made using
Electro Cut able Film with computerized cutting
plotter.the the signboards shall be fixed with the
galvanized backframe made up of 40 x 40 x 5
Galvanised Iron angle.

2
----

3
----

4
As directed by Engineer in charge and as per wording of item.

Item No.36 :- Providing and fixing information


signage in the form of etching on flat Stainless steel
plate, 16 gauge, Matt finish and fixing with stainless
steel attachment bolt, with design, perforation, etc.
complete

----

----

As directed by Engineer in charge and as per wording of item.

Item No.37 :- Providing and fixing reinforced cement


concrete cover of aaproved quality and make of 311(
7.5cm) thick over manhole and inspection chamber
including mild steel reinforcement, curing testing etc.
complete.

----

----

As directed by Engineer in charge and as per wording of item.

Contractor

183

Speci.. No.

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
----

3
----

Additional Clause and Specification if any

4
As directed by Engineer in charge and as per wording of item.

184

1
Item No.38 :- Constuction of cement concrete kerb
with channel with top and bottom width 115 and
165mm respectively, 250mm high in M-20 grade PCC
on M-10 grade foundation 150mm thick, kerb channel
300 milimeter wide, 50 milimeter thick in PCC M-20
grade slope, towards the kerb,kerb stone with channel
laid with kerb laying machine, foundation concrete laid
manually all complete as per clause 408. (Using
Concrete Mixer)

Specifications as per Std.


Specification

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
----

3
----

Additional Clause and Specification if any

4
As directed by Engineer in charge and as per wording of item.
Specification for paving block shall be enclosed in this tender
documents on Page No.210 to 218.

185

1
Item No 39 :- Providing and fixing 50 milimeter
thick
factory
made
hydraulically
pressed,
mechanically vibrated and compacted precast
interlocking cement concrete paving blocks in M-40
grade of approved size and shape as specified 50
milimeter in gray cement and top surface 10 milimeter
in white cement with coloured pigment, including all
cost of materials, manufacturing, curing, transportation
of blocks to work site including loading, unloading and
stacking as directed. laying paving blocks in position
over prepared bed of sand of 50 milimeter thickness
including necessary excavation in all stratas, spreading
blindage of fine sand over the prepared bed,
compacting blocks by plate vibrator. ( 50 milimeter
thick in M-40 grade) with all leads and lifts etc.
complete.

Specifications as per Std.


Specification

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
----

3
----

Additional Clause and Specification if any

4
As directed by Engineer in charge and as per wording of item.
Specification for paving block shall be enclosed in this tender
documents on Page No.210 to 218.

186

1
Item No.40 :- Providing and fixing 80 milimeter
thick
factory
made
Hydraulically
pressed
Mechanically vibrated and compacted precast
interlocking cement concrete Lacquer Coated Paving
blocks in M-50 grade of approved size and shape as
specified 50mm in gray cement and top surface 10mm
in white cement with coloured pigment including cost
of all materials manufacturing,curing transportation of
blocks to work site including loading,unloading and
stacking as directed,laying paving blocks in position
over prepared bed of sand of 50mm thickness
including necessary excavation in all stratas,spreading
blindge of fine sand over the prepared bed,compacting
blocks by plate vibrator with all leads and lifts
etc.complete.100 milimeter thick (Grade M-50)

Specifications as per Std.


Specification

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
MORT& H
Specification
4th Revision
clause No.
406

3
184

Additional Clause and Specification if any

4
As directed by Engineer in charge

187

1
Item No.41 :- Wet Mix Macadam Providing laying
spreading and compacting graded stone aggregate to
wet mix macadam specifications inculding premixing
the material with water to omc in mechanical mix plant
,carriage of mixed material by tipper to site,laying in
uniform layers with paver in sub-base/base course on
a well prepared surface and compacting with
power,vibratory roller to achieve the desired density
including
lighting
guarding,barricading
and
maintenance of diversion with etc.complete.

Specifications as per Std.


Specification

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Contractor

Speci.. No.

Page

2
MORT and
H
Specification
for road &
Bridge under
upgraded
fourth
revision
2001 clause
503
RD-50

3
Page
157 to 160

Additional Clause and Specification if any

4
Grade of asphalt for carpet mixing shall be 60/70. And for tack coat
shall be 60/70.

188

1
Item No.42 :- Providing 20 milimeter thick premix
bituminous carpet including supplying all materials
with all leads and lifts, preparing and cleaning the
base, heating bitumen applying tack coat at specified
rate, mixing hot bitumen and chips, laying the carpet
layer and compacting etc. complete. Using 60/70 grade
bulk asphalt. (Cold mix)

Specifications as per Std.


Specification

398

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Speci.. No.
1
2
Item No.43 :- Providing bituminous liquid seal coat MORT and
H
to black top surface, including supplying all materials,
with all leads and lifts, preparing the existing road Specification
surface, heating and applying bitumen spreading chips for road &
and rolling by static roller by using bulk asphalt 60/70 Bridge up
graded
grade bitumen at the rate of 0.98 kilogramme per
fourth
square metre etc. complete.
revision
2001 clause
513

Additional Clause and Specification if any

Page
3
201 to 204

4
Grade of asphalt shall be 60/70.
Mechanical sprayer shall be used for laying seal coat.

---

---

As directed by Engineer in charge

Item No.45 :- Sand filling for Crash Barrier


including labour, material etc all complete

---

---

As directed by Engineer in charge

Item No.46 :- Dewatering by using 5 to 10 HP pump


including labour, material etc all complete

---

---

As directed by Engineer in charge

Contractor

189

Item No.44 :- Removing, shifting and refixing of road


dividers including labour, material etc all complete.

No. of corrections

Executive Engineer

Dy.E.E.

Item of work

Specifications as per Std.


Specification

Additional Clause and Specification if any

Page

1
Item No.47 :- Providing and applying epoxy paint
primer with middle coat and top coat to
superstructure including scaffolding etc.complete

2
---

3
---

4
As directed by Engineer-in-charge. Paint shall be got approved prior
to use from Engineer-in- charge.

Item No.48 :- Laboratory testing charges


various materials required for item of work on
basis of testing frequency and charges fixed
Vigilance and Quality Control Circle Pune.
complete.

---

---

As directed by Engineer in charge.


Testing charges shall be reimbursed to the Agency after submission
of satisfactory test results obtained from authorized Laboratory.

Contractor

for
the
by
etc.

No. of corrections

190

Speci.. No.

Executive Engineer

Dy.E.E.

191

SPECIFICATIONS OF F.B.E.C
Item - Providing Anticorrosive Treatment to TMT/HYSD Reinforcement Bars with
Fusion Bonded Epoxy Coating (FBEC).
1.0

Reinforcing Bars
The reinforcing bars to be provided with Fusion Bonded Epoxy Coating shall conform
to the tender specifications and relevant I.S. Specifications. In spite of producing test
certificates by contractor for the proper quality of reinforcing bars, the quality of steel
could also be tested by the FBE coating firm at plant site for bend test before doing
coating and that if the reinforcing bar fails in bend test, then it shall not be provided
with FBEC and in that case, cost of conveyance of such steel to paint and removing
form plant shall be of the contractor. The rechecking quality of steel, for bend test will
be done by the coating agency in the presence of contractor provided the contractor
choose to remain present.
Reinforcing bars to be coated shall be fresh from tolling mills as far as possible. If the
bars are very much rusted in quality before providing FBEC, such bars shall have a
loss of weight at contractor's risk.
To ascertain the loss in weight of reinforcing bars on account of removal of rust
during coating, random weighment before and after coating shall be done and that loss
in weight shall be borne by the contractor.

2.0

Coating Bars with FBEC

2.1

The FBEC coating shall be done conforming to U.S. Code 13620 1993 with
additional stipulations as under.

2.1

The Fusion Bonded Epoxy Coating shall be carried out by an authorized FBE coating
agency approved by Department. The coating plant shall be certified by ISO 9002
and/or by the owner / departments.

2.2

Patch-up materials shall be procured in sealed containers with certificates from


coating agency for supply of such patch-up materials.

2.3

The tender rate for F.B.E.C. coating shall include using PVC coated G.I. binding
wires of 18 G.

3.0

Tests for FBE Coating on Reinforcing Bars


The contractor shall produce certificate from the FBE coating agency that the quality
of powder epoxy material and other components of FBEC conform to I.S. 13620
1993. Such certificates shall accompany each delivery challan of coated bars while
leaving the plant. The contractor may also carry out such tests at plant jointly or
separately of the coating agency to confirm use of proper quality of coating material.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

192
3.2

The coated reinforcement bars shall be tested at plant by the contractor. Test reports
shall be jointly signed by authorized representatives of contractor and the coating
agency. The tests on coated bars shall be as per I.S. for the following tests ;
(a)
(b)
(c)

Thickness
Continuity
Adhesion

The frequency of tests shall be for the thickness of coating minimum two bars of each
size from each production shifts.
Random tests shall be made for continuity of coating.
3.3 Inspite of above tests and test certificates produced by the contractor and coating agency,
the Department / Owner reserves the rights to carry out independent tests at coating plant for
cross checking. The contractor's agreement with coating agency shall include the provisions
for Department's / Owner's cross checking and that if the coating quality is not approved by
the department / owner the decision of the Department / Owner to reject or repair the coating
shall be final and binding on all parties.
3.4

Thickness of Fusion Bonded Epoxy Coating shall be 200 to 250 microns.

3.5

Holidays in coating shall not be more than two holidays per linear foot (six holidays
per metre) of coated bar.

4.0

Handling

4.1 The coated bars shall be carefully handled in order not to drop them, not to rub them on
hard surface or against another coated bar while conveying, stacking, placing or stacking or
fabricated bars and that for this purpose, wooden packing batons shall be used at spacing of
not more than 60 cms.
The coated bars shall be tied to make bundles with PVC binding material to avoid
damages to coating.
4.2

The coated bars shall be stacked with separation gap between ground and bars with
wooden batons between rows of bars or bundles of such tied bars. Such wooden or
padded contact shall be at spacing of not more than 60 cms.

4.3

The cut ends of bars shall be touched up with special touch up materials of
specifications as provided by coating agency. There shall be minimum time gap to
repair the cut ends and damaged portions with touch up materials and that failure to
do so may cause complete rejection of the coated bars. The cut ends and damaged
portions shall be touched up with repair patch-up material within four hours time gap.
All damages to coating in handling etc. Shall be repaired irrespective of their size.
This stipulation supersedes provision of I.S. Code.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

193
4.4

No payment will be made for coated bars which are not used in the work and that if
they were paid either on account of coating of the rejectable part of bars or doing
extra fabrication etc., the amount paid will be recovered from contractor. The
contractor will be paid for the same quantity of steel bars used in the work and paid
under relevant item.

4.5

While bending the bars, the pins of work benches shall be provided with PVC or
plastic sleeves. It is preferable that contractor install bar bending machines suitable
for FBE coated bars and that each bending operation is done in a time of not less than
90 secs.

4.6

The coated steel shall not be directly exposed to sun rays and rains and shall be
protected with opaque polythene sheets or such other approved materials.

4.7

While doing, concreting, the workmen or trolleys shall not directly move on coated
bars but can move on wooden planks placed on the bars by contractor.

4.8

Inspite of all test certificates, if the coated are roughly handled by contractor either
during transport, fabrication, stacking, placing and concreting etc., or handled in such
a manner as to damage the coating for area or portion more than reasonable, the
Engineer-in-charge or Department / Owner reserves the right to reject the FBE coated
bars and that if rejected then such rejected bars shall be removed by contractor from
work site within three days. The decision of Engineer-in-charge will be final as to
reject the bars with damage coating or to allow repairing the coating, or to get it
recoated entirely at contractor's cost.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

194

BLANK PAGE

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

195
ADDITIONAL SPECIFICATIONS FOR SKYWALK WORK
CLAUSE SP-6
1

ROAD SIGNS
General
The Colour, configuration
The Colour, size & location of all traffic signs for the project shall be as
specified in the drawings and in the absence of any details or any missing
details, the signs shall be provided as directed by the Engineer.

1.1

The sign shall be reflectorised as shown on the drawings or as directed by


the Engineer. The signs shall be of retro reflective type and made of prismatic
reflected sheeting as per Table-1 fixed over aluminum sheeting as per these
specifications.
Material
The various material & fabrication of traffic signs shall conform to the
specifications given below and shall also conform to the manufacturers
specifications.
The thickness of sheet shall be 3 mm for all types of signs.

Structural Details
The structural details for supports shall be as per the contract drawings and
or as directed by the Engineer.

Retro-reflective sheeting

4.1

General requirements
The retro-reflective sheeting used on the sign shall consist of the white or
coloured sheeting having a smooth outer surface, which has the property of
retro-reflective over its entire surface. It shall be weather resistant and show
colour fastness. It shall be new and unused and shall show no evidence of
cracking, scaling, pitting, blistering, edge lifting or curling and shall have
negligible shrinkage or expansion. A certificate of having tested the sheeting
for these properties in an unprotected outdoor exposure(stating retained
reflection of 80 %) facing the sun for three years and its having passed these
tests shell be obtained from a reputed laboratory, by the manufacture of the
sheeting.
The reflective sheeting shall be of wide angle prismatic lens type of ASTMType IX.

4.2

Contractor

The retro-reflective sheeting shall be of wide angle Prismatic lens type,


consisting of cube corner lenses and pressure sensitive adhesive and should
be applied to the sign substrate at room temp. 18 C, transparent, waterproof
plastic having smooth surface. The coefficient of retro reflective as
determined in accordance with ASTM standard E- 810 shall give the
minimum values as indicated in table given below.

No. of Corrections

Executive Engineer

Dy.E.E.

196
TABLE 1
Minimum Coefficient of Retro-reflection for retro-reflective
sheeting Prismatic lens type (candelas / lux / sq. m)
Obse.
Angle (in
deg.)
0.1
0.1
0.2
0.2
0.5
0.5
1.0
1.0

Entrance
Angle (in
deg.)
-4
+30
-4
+30
-4
+30
-4
+30

White

Yellow

660
370
380
215
240
135
60
45

500
280
285
162
180
100
60
34

Green

66
37
38
22
24
14
8
4.5

Red

Blue

130
74
76
43
48
27
16
9

30
17
17
10
11
6
3.6
2

When totally wet, the sheeting shall not show less than 90% of the values of
retro reflectance indicated in Table 1. At the end of 7 years, the sheeting shall
retain at least 75% of its original retro reflectance.
5

Messages / Borders

5.1

The messages (legends, letters, numerals etc.) and borders of Cautionary /


Regulatory sign boards shall be screen printed. Screen printing shall be
processed and finished with materials in a manner specified by the sheeting
manufacturer and shall be bonded with the sheeting in the manner specified
by the manufacturer. The messages (legends, letters, numerals etc.) and
borders of information signs, shall be of cut letters made in transparent
overlay film pasted over the base sheeting with pressure sensitive adhesive
or as instructed by the manufacturers or as directed by the Engineer.

5.2

For screen printed transparent coloured areas on white sheeting, the coefficient of retro-reflection shall not be less than the values of corresponding
colour in Tables-1.

5.3

Cutout messages and borders, wherever used, shall be made in transparent


film applied on base sheeting with pressure sensitive adhesive with the
coefficient of retro reflection shall not be less than the values of
corresponding colour in Table-1. For the background colour of the sign the
coefficient of retro reflection shall not be less than that specified in Table -1
for the respective colours.

Colour
Colour shall be as specified and shall conform to the requirements of Table 2.
Conformance
to
colour
requirements
shall
be
determined
spectrophotometrically in accordance with ASTM E 1164, with instruments
utilizing either 45/0, or 0/45 illumination/viewing conditions and tolerances as
described in ASTM E 1164 for retroreflective materials.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

197
Table 2

Colour
White
Yellow
Red
Blue
Green

x
.30
.48
.69
.07
.03

y
.3
.42
.31
.17
.39

X
.35
.54
.59
.15
.16

Y
.35
.45
.31
.22
.36

x
.33
.46
.56
.21
.28

y
.37
.53
.34
.16
.44

x
.28
.42
.65
.13
.20

Reflectance
Limit (y)
y
Min
Max.
.32 40.0
.48 24.0 45.0
.34
3
15
.03
1.0
10.0
.79
3.0
9.0

The four pairs of chromaticity coordinates determine the acceptable colour in


terms of CIE 1931 standard colorimetric system measured with standard
illumination source D65- these colours are equivalent to those listed in ASTM
D4956 using source C
The colour shall be durable and uniform in acceptable hue when viewed in
daylight or under normal headlights at night.
7

Adhesives
The sheeting / film shall have a pressure sensitive adhesive of the aggressive
tack type requiring no heat, solvent or other preparation for adhesion to a
smooth clean surface. The adhesive shall be protected by an easily
removable liner (removable by peeling without soaking in water or other
solvent) and shall be suitable for the type material of the base plate such that
it shall not be possible to remove the sheeting from the sign base in one
piece by use of sharp instrument. The adhesive shall form a durable bond to
smooth, corrosion and weather resistant surface of the base plate. In case of
pressure sensitive adhesive sheeting, the sheeting shall be applied in
accordance with the manufacturers specifications.

Fabrication

8.1

Surface to be reflectorized shall be effectively prepared to receive the retro


reflective sheeting. The aluminum shall be de-greased either by acid or hot
alkaline etching and all scale / dust removed to obtain a smooth plain surface
before the application of retro reflective sheeting. If the surface is rough,
approved surface primer may be used. After cleaning, metal shall not be
handled, except by suitable device or clean canvas gloves, between all
cleaning and preparation operation and application of reflective sheeting /
primer. There shall be no opportunity for metal to come in contact with grease
oil or other contaminates prior to the application of retro reflective sheeting.

8.2

Complete sheets of the material shall be used on the signs except where it is
unavoidable; at splices, sheeting with pressure sensitive adhesives shall be
overlapped not less than 5 mm. Where screen printing with transparent
colours is proposed, only butt jointing shall be used. The material shall cover
the sign surface evenly and shall be free from twists, cracks and folds. The
transparent overlay film in which cutout messages have been made shall be
bonded with sheeting in the matter specified by the manufacturer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

198
9

Warranty and Durability


The contractor shall obtain from the manufacturer a seven year warranty for
satisfactory field performance including stipulated retro reflectance of the
retro reflective sheeting of Prismatic lens type and that of transparent film and
submit the same to the Engineer. In addition, a seven year warranty for
satisfactory in field performance of the finished signs with retro reflective
sheeting of Prismatic lens type, inclusive of the screen printed or cutout
letters / legends, transparent film and their bonding to the retro reflective
sheeting shall be obtained from the contractor / Supplier and passed on to
the Engineer. The contractor / Supplier shall also furnish a certification that
the signs and materials supplied against the assigned work meets all the
stipulated requirements and carry the stipulated warranty.
Warranties should be given in original and should have legal jurisdiction in
India. Warranties given by power of attorney holders will not be acceptable.
Processed and applied in accordance with recommended procedures, the
reflective material shall be weather resistant and following cleaning, shall
show no appreciable discoloration, cracking, blistering or dimensional change
and shall not have less than 50 % of the specified minimum reflective
intensity values (Tables 1) when subjected to accelerated weathering for
1000 hours, using type E or EH weatherometer (AASHTO Designation M268).

10

Installation

10.1

Sign posts, their foundation and sign mountings shall be so constructed as to


hold these in a proper and permanent position. Sign supports shall be of
Galvanised structural steel and shall be firmly fixed to the ground by means
of properly designed foundation or as shown in the contract drawings. The
work of foundation shall conform to clause 801.4.4.

10.2

All components of signs and supports, excluding the back side of aluminium
sheet and the reflective portion shall be thoroughly descaled, cleaned and
galvanised (zinc coated, 0.55 Kg/Sqm. minimum single spot.) and shall
conform to relevant IS Specifications.

10.3

The signs shall be fixed to the posts by welding and/or bolts and washers as
shown in the drawing. After the nuts have been tightened, the tails of the
bolts shall be furred over with a hammer to prevent removal.

11

Foundation for Support

11.1

Foundation for supports of sign boards with single support shall be by making
excavation in all type of strata to the sizes and level as shown in relevant
drawings and fixed with M-20 grade cement concrete during installation.
Foundation for supports of sign boards with two or more supports shall be
made by boring holes in all types of strata to the sizes levels as shown in
relevant drawings and fixed with M-20 grade cement concrete during and
installation. All concrete works will be carried out as per relevant MORT&H
Specification.

11.2

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

199
12

Measurement for Payment


The measurement of standard cautionary and mandatory sign boards shall
be in numbers of sign boards supplied and fixed and this shall constitute full
payment for supply of all materials for the sign board and its supports and
foundations, fabrication and installing in ground or embankment etc. as per
specifications. Informatory sign boards with board area exceeding 1 Sqm.
shall be measured by area of the reflectorised sheet in square meters.

13

Guarantee Bond
Specific guarantee bond for the guarantee period specified by the MORT&H
specifications 2001 shall be obtained from the manufacturer and submitted
duly signed by the Contractor to the Engineer before installation of board.

14

Rate
The contract unit rate shall be payment in full for the cost of making the road
sign including supports and foundations, including all materials, installing it at
the site and incidentals to complete the work in accordance with the
specifications. In case of overhead sign boards supported on overhead
gantry the rate shall not include the support gantry, its foundation and
erection which shall be paid separately.

CLAUSE SP-7 ADDITIONAL SPECIFICATIONS FOR TRAFFIC MANAGEMENT AND DIVERSION


The contractor shall prepare and submit to Engineer within one month of the
date of commencement of work, a detail traffic diversion plan as per the
requirement of traffic authorities. The contractor shall have to carry out the
modifications in the traffic diversion plan at various stages of work as
required. The contractor shall maintain liaison with the traffic police /
authorities so as to ensure smooth flow of traffic at all stages of the work
without causing inconvenience to the traffic.
1

Traffic Rotaro
The contractor shall provide traffic rotaro showing traffic direction made up of
four blinkers mounted on M.S. Frame of 5-x50x6mm size 250 Hz frequency
electrically operated at both ends of the cordoned area for help and guidance
of road users. Necessary arrangements for supply of electricity shall be
made by the contractor.

Road Delineators
Road delineators/spring delineators as per IRC-79 and as per relevant
drawings and as directed by Engineer shall be fixed at suitable intervals to
have a suitable guidance to the road users at the night time for smooth flow
of traffic. Delineators shall be fixed firmly in the ground. Also red flags, cat
eye reflectors/Tiger eye reflectors shall be fixed on the barricades.
Alternative arrangements shall also be kept ready in case of failure of
electricity.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

200
3

Signs, lights, barriers and other traffic control devices shall be provided and
maintained in a satisfactory condition till such time they are required as
directed by the Engineer, so as to ensure smooth and safe traffic on the road
throughout the length. Guidelines given in IRC-SP-55 Safety in Road
Construction Zone should be followed. All above items of work are included
in the lumpsum price of the item. The contractor will also provide police
warden and walkie-talkie sets as required by the Engineer (who will consult
Police Authorities in this respect). These items will however be paid
separately under specific items provided in the BOQ.

CLAUSE SP-8

REPAIR OF CRACKS OF WIDTH MORE THAN 0.3MM WITH SOUND


CONCRETE SURFACE
Repair of cracks of width more than 0.3mm shall be done by injecting epoxy
or cementitious grout in relatively sound concrete.
1

Materials (For epoxy grout materials)


Epoxy resin like SIKADUR 53 of M/S Sika Qualcrete or Resicrete 21 of M/S
Structural Water Proofing Co. or any approved equivalent shall be used for
repair to PSC/RCC Bridge. Epoxy resins shall generally conform to the
manufacturers specifications. Only such resins having a low shrinkage
coefficient, high adhesion strength, water impermeability, high abrasion
resistance, good bonding characteristics even in presence of moisture shall
be used. (Phenolics, polysters, acrylics etc. do not generally satisfy well the
above mentioned requirements and shall not be used).

The proposed epoxy resin system shall conform to ASTMC-881-87


and shall conform to the following requirements:
Density
Viscosity at 300C
Potlife at 300C
Compressive strength under water
(for 14 days) of a 5 cm cube
Bond strength (14 days)
Approx. injection pressure
Shrinkage

:
:
:

1.11 kg/litre
500 50 centipoise
30 minutes minimum

90-100 N/mm2

:
:
:

Concrete failure
2 kg/cm2
Conforming to ASTM C 883

Equipment (Epoxy grout materials)


Injection equipment which should possess the following characteristics:
i)
ii)
iii)

Ease of handling, simple function


Low failure rate
Cater for varying viscosity and pot life suited for the job

iv)
Capable of injecting into cracks of width >=0.3mm
v)
Simple cleaning and maintenance routines
vi)
Provision of an arrangement for controlling and
stopping the injection
before the gun is withdrawn Fitted with pressure gauge to indicate grouting
pressure.
Materials, equipment and procedure for injection for cementitious grout shall be
same as for polymer modified cementitious (PMC)/ grout as indicated in
specification for improving concrete quality.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

201
3
3.1

Procedure
Surface Preparation: The visible cracks and other outlet points nearby shall
have to be sealed by adopting the given procedure. First of all, the area shall
be cleaned thoroughly and all visible outlets shall be sealed. For sealing the
cracks, V-notch (20mm wide x 10mm deep) shall be cut along the cracks. This
shall be cleaned off all loose particles, dust etc. by compressed air. A layer of
epoxy bounding agent/ PMC slurry be applied over the freshly cut surface.
Epoxy repair mortar shall be used to fill the groove while the slurry coating is
still wet but after a lapse of 30 minutes of the slurry coat. Entry ports for
pressure injection shall then be made by pneumatic percussion/rotary drills. In
each hole a plastic grouting nipple shall be fixed using epoxy mortar/PMC
mortar. The spacing of the ports shall be about 300mm c/c or be suitable for
the site condition. The first and last entry ports should be established at or
near the top and bottom respectively of all vertical cracks or at the ends of any
horizontal crack.
The spacing of injection points shall be such as to help in maximum resin or
cementitious grout material penetration and easy filling of cracks with low
operating pressure.
The mixing of various components of epoxy system shall be carried out by
mechanical means to ensure thorough and uniform mixing.
The injection shall be carried out from the lower most elevation to the highest
elevation to ensure that air or moisture is completely displaced from the cracks
and grout materials fills the cracks completely. This is indicated by the flow of
grout material noticed at the higher elevation. The rate of grout material
injection shall be adjusted so as to fill up all the voids. All inlet points shall be
closed by suitable means to ensure that there is no flow back of grout material
after the injection has been completed. In case there is no flow from other
nipple, the injection should be stopped after it has attained a steady pressure of
2 kg/cm2 for about 5-10 minutes.
"Payment shall be made per LM of the crack prepared for pressure grouting
and will include the cost of all labour, materials, equipment, scaffolding etc. for
executing the item as described in the technical specifications.

CLAUSE SP-9

REPAIR OF HONEYCOMBS AND SPALLING


The repair of spalled, honeycombed concrete shall be done by low permeability
polymer modified cementitious repair mortar (PMC).
1

Materials
High early strength Portland cement conforming to IS: 8112 shall be used for
production of polymer modified cement repair mortar and polymer modified
cementitious slurry, which is to be used as a bonding medium with concrete
substrate.
The polymer latex which is to be used should consist of water based acrylic
polymer and copolymer dispersion and special purpose chemicals. The
polymer solid contents shall be 29 to 31 percent. The particles shall be nearly
spherical shape with a diameter of 0.30 to 0.40 micrometre. The manufacturer
shall certify to the above requirements about solid content and grain size. In
order to keep control over the quality, the manufacturer shall provide infrared
absorption spectrum analysis for the materials (polymer latex) to be supplied by
them. The same material shall also be used for various purposes such as in a slurry form
with cement to form a bonding or priming medium, with sand and cement in proportions
recommended by manufacturer to form the repair mortar.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

202
No additional water shall be used to prepare the PMC slurry or repair mortar as
the water present in the latex is sufficient for cement hydration. The cement/latex
ratio shall remain constant for various uses. The sand to be used for constituting
the PMC repair mortar shall be silica sand.
The grading of the sand shall follow the limits provided as below:
IS Sieve No.
10mm
4.75mm
2.36mm
1.18mm
600 micron
300 micron
150 micron
75 micron
2
2.1

Percentage Passing by weight


Coarse
Fine
Combined
100
100
100
95-100
100
98-100
90-100
100
80-100
40-60
100
70-80
0-19
90-100
45-55
0-4
40-60
20-30
0-3
0-10
0-5
3 max
0-3
3 max

Repairing Procedure
Preparation of Concrete substrata: All defective areas shall be delineated and
marked out on site in conformity with the supervising officer.
Concrete on the damaged, loose or honeycombed areas shall be chipped out
up to the reinforcement level or up to the level of good parent concrete or up to
the point on the reinforcement where the reinforcement is free from corrosion.
The chipping of concrete shall continue to expose the full circumference of the
steel and to a further depth of 10mm as directed by the supervising officer.
The chipped surface of concrete shall be thoroughly cleaned by wire brush and
compressed air to remove all dust and loose materials.
The exposed reinforcement shall be mechanically cleaned of all rust and mill
scale.

2.2

Priming of Concrete Surface and Reinforcement: Before commencing the


application of concrete repair mortar, the prepared concrete substrate shall be
thoroughly soaked with water and the free surface water shall be removed
before priming.
The well mixed polymer cement slurry (Polymer to cement ratio 1:2) shall be
applied over the well soaked but surface dry concrete and steel bar for
adhesion of fresh cement and sand mortar as per specification and as directed
by the Engineer.

2.3

Cementations Repair Mortar: The repair mortar of 1 cement : 3 smooth silica


sand shall be applied on the polymer cement slurry in layers of maximum
10mm thickness each and up to a total thickness of 8-10mm short of outer
surface. The outer surface shall be scarified for good bonding with the next
layer.
The polymer modified cement sand mortar in the proportion of 1 polymer: 2
cement: 6 sand shall be applied over the scarified cement sand mortar in
maximum 10mm thickness and finishing smooth up to the existing surface of
concrete as per specification and as directed by the Engineer.
Curing of the repaired areas with PMC mortar shall be done in accordance with
acceptable good practice. However, no curing compound or curing membrane
shall be used and curing shall only be done by spraying of water or by using
wet hessian cloth.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

203
Payment shall be made on per Sq.m. of the damaged concrete area prepared
and repaired as per the procedure described in technical specifications
including chipping, cleaning of concrete surface, mechanical cleaning of
reinforcement, air jetting, repairs to concrete surface with PMC etc. complete
and will include the cost of all labour, material, equipment, scaffolding etc. for
the completed item.

CLAUSE SP-10
1.

GEOTECHNICAL INVESTIGATIONS (EXPLORATORY)


SCOPE OF PROPOSED INVESTIGATIONS
The exploratory Geotechnical Investigations are required to be conducted at
each of the pier and abutment locations along the alignment of the proposed
structure and as directed by Engineer.
The scope of the geotechnical investigation is discussed below and is given
in the Bill Of Quantities.
The present scope of work includes broadly drilling of exploratory boreholes,
collection of disturbed and undisturbed samples, conducting Standard
Penetration Tests and Vane Shear Tests and all other required laboratory
tests.
The given scope of work is only provisional and may be increased or
decreased, as found necessary, by the Engineer during the course of the
investigation. No claim for revision of rates due to change in scope of work
shall be acceptable. For any additional items contractor shall submit rate
analysis and shall get the same approved from the engineer before
commencement of work.

2.

SPECIFICATIONS

2.1

FIELD WORK
a)

Boreholes

The borehole diameter shall be of adequate size to obtain 100mm diameter


undisturbed samples from the borehole. The borehole depths are likely to
vary depending on location. The depth of bore shall be 5 meter more than the
expected founding level or at least 3 meter into the hard rock whichever is
more.
Field testing in boreholes includes Vane Shear Tests and Standard Penetration Test as stipulated
by the engineer during execution. Sampling in boreholes includes undisturbed and disturbed
sampling of all types of materials, rock cores and groundwater. All field and laboratory testing shall
be conducted in accordance with relevant IS Codes and as stipulated by the Engineer.
b)

Drilling In Soils Other Than Rock

The boreholes should be drilled at the locations indicated on the drawing to


be furnished by the Engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

204
Rotary drilling rig preferably hydraulically operated, with drill pipes and drill bits, swivel type double
tube core barrels of M-series with matching diamond bits/triple tube core barrels or type as
required by the Engineer, undistributed soil samplers like push sampler/piston samplers, SPT
equipment, drilling mud chemicals, all consumables and all other accessories and spares as
required for investigations in all kinds of soils and rocks shall be mobilised by the contractor. The
rotary drill method shall be preferred to shell and augur method while boring in soil. Calyx type
drilling rigs shall not be allowed under any circumstances. The method of advancing the borehole
in soil overburden by establishing the sides of the boreholes by drilling mud (Bentonite) is
considered preferable to casing of the borehole. Drilling should be carried out in such a manner as
to limit disturbance of the soil to be sampled or tested to a minimum. Washing tools should have
proper side jets and under no circumstances will bottom discharging tools be permitted. The insert
casing shall be sufficient to allow for in-situ sampling and testing with standard sampling and
testing tools.
Electronic theodolite and other necessary survey equipment shall be
mobilised along with necessary personnel for operation of the same for
positioning of the borehole locations and measuring ground levels.
All personnel required for round-the-clock operations including a graduate
engineer in each shift should be available at site. All such personnel
mobilised for each shift of 12 hours shall have minimum of three years of
experience in the same type of job. The project in-charge shall be a postgraduate geotechnical engineer with minimum of five years of experience in
the same type of job.
The borings shall be carried out in accordance with relevant Indian Standard
Code of Practice and the requirements stated herein. The boring, sampling
and in-situ testing shall be carried out in a manner approved by the Engineer
who shall have the right to order alternative procedures if he is not satisfied
with the quality or accuracy of the work.
The observations during boring shall be put down in such a manner, so that
each change in strata is accurately determined to the satisfaction of the
Engineer. During the boring operation, particular attention shall be paid to the
disturbed material washed up or brought up by the shell and auger, and
these shall be described in the boring logs. These disturbed materials should
be preserved in polythene bags with tags stating borehole reference, depths,
nature of soil etc.
The work of drilling in soil shall be carried out in such a manner that disturbed
as well as undisturbed samples of soil can be conveniently collected at the
required depths/intervals, and penetrometer tests can be carried out if
required. The Contractor shall adopt such a method, which will permit the
collection of samples indicating the grain size distribution of natural strata
without loss of fines, covering the entire depths.
Water samples shall be collected from the boreholes. Water samples shall be collected prior to
addition of Bentonite to boreholes. If this is not possible then prior to collection of water samples,
the borehole shall be dewatered by about half a metre depth and water allowed rising back prior to
sampling. Ground water level for each borehole shall be checked during boring operation and shall
be recorded in borelog.
The drilling operations may be interrupted for collecting the samples, probing
and conducting penetrometer tests etc. The casing pipes shall not be
removed unless directed by the Engineer. Even after removal of the casing, a
piece of pipe should be left in the borehole to identify the location.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

205
The Contractor shall ensure that sand-blow conditions do not develop while
drilling, sufficient surcharge of water or drilling mud should be maintained all
throughout the drilling operation.
In the exploration programme the contractor shall associate with the provisions of IS:1892.
c)

Undisturbed Soil Samples

In overburden undisturbed samples shall be recovered from the borings at


intervals not exceeding 3m and at every change of strata. The undisturbed
sampling shall conform to IS Code 2132 (1972). Undisturbed samples shall
be collected in returnable tubes of 100mm internal diameter. Attempts should
be made to collect undistributed soil sample of 500mm to 600mm in length.
The sample tube shall have a proper identification mark painted on it (e.g. borehole reference,
depth, location, arrow mark indicating bottom end of the sample tube etc.). The moisture in
undisturbed samples shall be carefully preserved by sealing both ends of the sample tube by
applying a double coat of cotton waste and paraffin wax.
d)

Disturbed Soil Samples

Disturbed soil samples shall be collected from boreholes. These shall include
soil samples collected from the split spoon samples and also from the cutting
edges of UDS. The samples shall be stored in plastic bags.
e)

Drilling in Rock

In general, boreholes should be taken to relatively hard strata. Should rock


be encountered in soil borings, it shall be proven by core drilling for a
penetration of at least 3 m, or as directed by the Engineer. Rock cores shall
be retrieved in minimum NX size by using swivel type double or triple tube
core barrels with a suitable core catcher and diamond bit. Single tube core
barrels or calyx type drills will not be permitted. Drilling mud or any other fluid
likely to aggravate core slips shall not be used.
If required, in all types of rock, the borings will be extended more than the
depths specified above, as directed by the Engineer. When drilling in all types
of rock, instructions given in IS 4078, 4464, 5313 and 6926 shall be followed.
During the drilling operation, particular attention should be paid to get the
core recoveries and rock quality designations of the highest standards.
Percentage core recovery and RQD should be indicated continuously from
the depth starting from the level of highly weathered rock. If the core is
broken by handling or during drilling, the fresh broken pieces shall be placed
together and counted as one piece. This has to be done as the cores come
out during drilling, with the permission of Engineer.
Soil samples and rock cores collected continuously to full depth of boreholes should be clearly
marked with good quality oil paint. They shall be designated by number, arrows, depths, borehole
to which it belonged etc. for the purpose of identification at a later date. Sketch pens or marker
pens shall not be used for writing numbers on core pieces.
When bedrock is encountered, drill hole shall continue atleast three metres in sound rock to ensure
the continuity of the strata. If weathered or soft rock is met with, drill hole shall continue 5 metres
into the rock layer. However if heavily shattered rock due to various weathering process or weak
rock zone susceptible to erosion when subjected to action of flowing water or any other types of
rock which can not be recommended as a founding strata is met with continuing 6 to 7 metres then
the drilling shall continue through the weak zone well into the sound rock below the top weak zone.
Such incidences shall be brought to the attention of the Engineer and no borehole shall be
terminated without the approval of the Engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

206
The characteristics/strength of rock with respect to weathering, hardness, joints and bedding and
rock quality designation (RQD) as presented in Tables 2,3,4 and 5 in Appendix I of IRC 78-2000
shall be followed and the same shall be indicated in the borelogs.
Drilling through rock being a specialised work, every care shall be taken to notice and record any
small change during drilling. The time required to drill through a certain depth, amount of core
recovery, physical condition, length of pieces of core, joints, colour of water residue, weathering,
and evidence of disturbance and other effects shall be carefully noticed and entered in the
drill/core log. The directions given in IS 5319 Guide for Core Drilling Observation may be
followed while preparing the corelogs.
The core boxes provided by the Contractor shall be sturdy and of good
quality jungle wood and shall be made according to the sketch on Page 6 of
IS 4078 (1980) with locking arrangements and compartments. The core
boxes shall be painted both inside and outside with oil paints and sprayed
with insecticide to prevent damage by insects. Each and every core piece
extracted from the core barrel shall be placed in core boxes in the proper
sequence of occurrence from top downwards. The starting and finishing
depth of each run shall be recorded on the core box compartments in oil paint
as the cores are placed. They shall be sequentially numbered on the four
sides and the lid. The name of the project, drill hole reference, and the depth
of the core obtained shall be prominently painted on the lid with oil paint.
The depth of cores below ground level shall be indicated at about every 1.5m
interval by writing the depth in indelible ink on wooden spacers that shall be
inserted in their correct positions in the box. Similarly, the exact depth of any
change in stratum and failure to recover the core etc. shall be recorded. The
labeling of core samples of rock shall be done in accordance with the
Appendix D of IS 4078 of 1980 or as directed by the Engineer.
Each core box shall house samples not more than 6 m long in total. While
placing the core samples in the wooden boxes, it should be ensured that the
direction and sequence of core placement is not altered. The core run shall
be restricted to 500 mm to 600mm length at a time and the core sample
removed as directed by the Engineer. The cores and core boxes shall be
transported to a storing place as indicated by the Engineer
The Contractor shall submit five copies of cabinet size (160mmx120mm)
colour photographs of the selected cores as specified by the Engineer.
An arrangement should be made for collection of wash water by installing a
top socket with a cross pipe at the top of the casing before the start of rock
drilling. The side of the casing should be well packed near the top of the hole
to prevent leakage. Wash water should be collected in buckets and allowed
to settle. A record of wash water shall be maintained indicating colour,
change in colour and type of wash water (i.e. thick slurry or clean water)
The number of revolutions per minute for the rock drilling shall be kept low (about 200 RPM) for
"NX" size bits, with suitable reduction gear and bit pressure kept to a minimum without rod
vibration on "chatter". The rate of penetration for every 250 mm shall be observed during rock
drilling and recorded.
Field borelogs shall be submitted to the engineer after completion of each
borehole at site or as demanded by the engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

207
2.2

IN-SITU TESTING

The item covers conducting in-situ test and include;

Standard Penetration Tests


Field Vane Shear Tests

a)

Standard Penetration Test in Boreholes

The Standard Penetration Test [SPT] shall be carried out in boreholes at


intervals as directed by the Engineer. Intervals shall not exceed 3 m
according to Indian Standard Code of Practice.
For details of the sampling tube (spoon) and equipment and procedure for
conducting a penetrometer test, the IS Code 2131 (1963) shall apply. The
driving monkey should be provided with suitable arrangement for controlling
the height of fall. It should be ensured that blowing in of fine sand is avoided
while conducting penetrometer tests. For this purpose, it may be necessary
to use mud (Bentonite) circulation or create surcharge pressure.
For SPT the blow count shall be recorded at intervals of 150mm, for a total
penetration of 60mm. The SPT blow count shall be reckoned as the total
number of blows for the second and third penetration increments of 150mm.
Every attempt shall be made to recover the full sample from the standard split
spoon sampler. Where sample recovery is poor or nil, a representative
sample shall be preserved from the sludge pump/bailer sample.
Whenever a sample recovery is recorded, the following details shall be
noted along with usual record of blow counts. This information shall be
recorded for each borehole, in a format approved by the Engineer.
(i)
(ii)
(iii)
(iv)

Penetration and blow counts (meters)


Recovery (meters)
Logging of silt and fine sand, if any, observed.
Description of soil sample.

In the case of stiff to medium clay where a sample is recovered in the form of
a "cake" a suitable length of cake shall be wrapped with a layer of bandage
cloth and coated with paraffin wax to preserve the sample.
The identification tag for the sample shall be carefully secured to the plastic
container in which samples are preserved.

Field Vane Shear Test

Field Vane Shear Test shall be conducted as stipulated in the relevant IS


codes. During boring operation, when soft clay layers are encountered the
same shall be brought to the notice of the Engineer who shall decide whether
Vane Shear Tests are to be conducted in such strata.

2.3

LABORATORY TESTING

All the specified laboratory tests shall be conducted in a nationally accredited


laboratory in consultation with the Engineer. Such laboratory should have
recognition from the Department of Science and Technology, Ministry of
Scientific and Industrial Research. The relevant Indian Standard Codes of
Practices for Soil Testing shall be followed.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

208
For preparing the laboratory test schedule, a list of all soil and rock core
samples collected from each borehole shall be submitted to the Engineer with
records of borelogs and in-situ tests in duplicate. One of the copies shall be
returned to the Contractor indicating the tests to be conducted. All the
consolidation and permeability tests on collected samples shall be conducted
at the laboratory of reputed institutes like IIT or as approved by the engineer.
The results including plots and tables shall be submitted along with the
report. Test observations and calculations shall be made available to the
engineer if demanded.
2.3.1

Preparation of Test Specimens

Preparation of test specimens for the various tests shall be carried out as per the procedures laid
down in the various relevant Codes of Practice.
In case of soft to firm cohesive undisturbed soil samples, test samples for all types of shear tests
shall be prepared strictly by hand trimming or soil lathe. Care shall be taken against bending of
soil samples at the time of horizontal ejection of the samples from the sampling tubes. Samples
shall be ejected from the sampling tubes preferably in the same direction of travel in which the
samples entered the sampling tubes.
Similarly test specimens for consolidation tests shall also be prepared to the required size by hand
trimming only and the ring of the consolidation apparatus shall be inserted by pressing gently with
the hands and carefully removing the material around the ring. In no case the ring shall be forced
into the soil. Great care shall be taken during the trimming of the sample from the top and the
bottom of the ring. The test specimen shall be prepared in the same orientation as that of the
actual strata so that the laboratory test load compresses the soil in the same direction relative to
the soil strata as the applied load in the field.
2.3.2Index Property Tests
Laboratory tests shall be carried out in consultation with the Engineer and as per relevant parts of
IS:2720 to find out the following index properties:

i)
ii)
iii)
iv)

Natural Moisture Content


Sieve and Hydrometer analyses
Atterberg Limits
Specific gravity

v)

Bulk and Dry Density


The soil samples to be tested shall be selected by the Engineer.

2.3.3Unconfined Compression Test


Rock samples having L/D ratio not less than 2 shall be prepared and tested under soaked
condition for uniaxial crushing strength as per IS:9143 and IS:9221. The stress-strain relationship
and modulus of elasticity shall also be reported. Bulk and dry densities, porosity, water absorption,
specific gravity shall also be determined on rock samples as per IS:1124.

2.3.4

Triaxial Test

Unconsolidated, undrained triaxial test shall be conducted on the undisturbed samples selected by
the Engineer. The test shall be conducted as per IS:2720 (Part X). Each test shall be conducted
on a minimum of three specimens at different cell pressure (1.0, 2.0 and 3.0 kg/cm2).

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

209
The moisture content before and after the test and the bulk and dry densities of each specimen
shall be determined. The rate quoted by the tenderer in the bill of quantities for the triaxial
compression test shall include for all the above items.
The stress-strain diagrams as well as the Mohr circle envelopes shall be included in the report.
2.3.5

Consolidation Test

Consolidation test shall be conducted on undisturbed samples as per IS:2720 (Part XV) selected
by the Engineer. The loading on the test specimens shall be applied in the following stages : 0,
0.1, 0.25, 0.5, 1.0, 2.0, 4.0, 8.0 kg/sq.cm. Unloading of the test specimens shall be done in
suitable stages. The co-efficient of consolidation (Cv), the coefficient of volume compressibility
(Mv), compression index (Cc) and the coefficient of permeability (k) shall be determined and
reported.
2.3.6

Chemical Analysis

Chemical analysis of soil and water samples shall be carried out for pH value, sulphate content
(SO3) and chloride content (CI) in ppm and percentage.
3.

MEASUREMENT AND PAYMENT


The depth of borehole shall be measured from the existing ground level.
Where the borehole is in a watercourse the depth of borehole shall be
measured from the watercourse bed level. The boring / drilling for a complete
borehole to its required depth is paid for only once. The Contractor shall not
be entitled for additional payment if the same rig or a different type of rig is
brought to the location of the hole for completing either bedrock drilling or any
other balance activity left incomplete in any interim stage of the work.
The quoted rates shall include for all ancillary equipment, water, electricity,
etc. required for completion of the work.

4.

CODES AND STANDARDS


All field and laboratory work shall be carried out strictly in accordance with IS
Codes of Practice and these specifications, unless otherwise approved by the
Engineer in writing. In case of conflict, the IS Codes of Practice shall prevail
unless otherwise instructed in writing by the Engineer.

5.

REPORTING REQUIREMENTS
The work includes the preparation and submission of an Investigation Report
containing plans showing the location of boreholes including coordinates and
levels, plans showing boreholes, project details and description of work
carried out, borelogs, corelogs, field test results and laboratory test results.
Report should also contain interpretation of test results, recommendations for
founding levels and bearing capacities, potential settlements and ground
improvement.
The recommendations shall especially cover the Foundation types, founding
levels and bearing capacity for the structures as identified in the project
description and as shown in the drawings. The foundation types and founding
levels shall be clearly identified.
Report shall also cover Safe Bearing Capacity and settlement analysis for
shallow foundations, retaining walls and ground improvement techniques.
The report shall include commends on aggressive chemical content of soil
and groundwater and recommendations for deciding level of protection
necessary for concrete and steel buried parts.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

210
6.

COMPLETION TIME
The entire work including preparation and submission of the Report shall be
completed within one month after the award of works. Contractor shall submit
a detailed construction program before commencing the work showing the
deployment of rigs.
Liquidity Damages @ 1% of the value of work remaining to be executed for
each day of delay in work including submission of report, shall be applicable.
This shall be subject to a maximum of 10% of the total value of work.

CLAUSE SP-11

SPECIFICATIONS FOR INTER-LOCKING CONCRETE


PAVING BLOCK
Paver Block Manufacturing facilities

Concrete Blockmaking Machines


The blockmaking machine should ensure the following
high degree of dimensional accuracy (+ 3mm)
precast blocks with spacer nibs (2mm to ensure uniform joints)
high compaction energy (to produce blocks with high compressive
strength)
The above can be generally achieved by machine with following features
Block making machine should have simultaneous application of high intensity
vibration to moulds 3000 V.P.M. and hydraulic pressure of 800 psi.

Concrete Batching & Mixing Plant :


The concrete Mix Design should be followed for each batch of materials. The
concrete ingredient should be mixed in concrete Batching & Mixing plant with
suitable capacity. The plant should be equipped with automatic control panel
for maintaining water cement ratio from batch to batch to obtain concrete of
uniform quality and strength. The plant should be equipped with adequate
mechanism for mechanised loading of raw materials into mixer and conveyor
belt for transportation of concrete from mixer to concrete blockmaking
machine.

2.1

Raw Materials
2.1.1 Cement
The cement used in the manufacture of high quality precast concrete paving
block shall be conforming to IS 12269 (53 grade) ordinary Portland Cement
or IS 8112 (43 grade ordinary Portland cement). The minimum cement
content in concrete used for making paver blocks should be 380 kg/Cu.m.
2.1.2 Aggregates
The fine and coarse aggregates shall consist of naturally occurring crushed
or uncrushed materials which, apart from the grading requirements comply
with IS 383-1970. The fine aggregates used shall contain a minimum of 25%
natural silica sand. Lime stone aggregates shall not be used. Aggregates
shall contain no more than 3% by weight of clay and shall be free from
deleterious salts and contaminants.
2.1.3 Water
The water shall be clean and free from any deleterious matter. It shall meet
the requirements stipulated in IS:456-2000.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

211
2.1.4 Other materials
Any other material/ingredients used in the concrete shall conform to latest IS
specifications.
2.2

Paver Blocks Characteristics

The concrete pavers should have perpendicularities after release


from the mould and the same should be retained until the laying.

The surface should be of anti-skid and anti glare type.

The paver should have uniform chamfers to facilitate easy drainage


of surface run off.

The pavers should have spacer ribs, for uniform interlocking space of
2 mm to 3 mm to ensure compacted sand filling after vibration on the
paver surface.

The concrete mix design should be monitored for each batch of


materials separately and automatic batching plant is to be used to
achieve uniformity in strength and quality.

The pavers shall be manufactured in single layer only.

Skilled labour should be employed for laying blocks to ensure line


and level for laying, desired shape of the surface and adequate
compaction of the sand in the joints.

The pavers are to be skirted all round with kerbing using solid
concrete blocks of size 100 mm x 200 mm x 400 mm or as directed
by the Engineer. The kerbing should be embedded for 100 mm
depth. The concrete used for kerbing shall be cured properly for 7
days minimum.

The paver blocks shall be with lacquer finish.

Construction Aspects
3.1

Sequencing of Operations

The sequencing of operations for construction ICBP should be as follows


Installation of sub-surface drainage structures
Levelling and compaction of sub-grade.
Provision and compaction of sub-base course (where needed)
Provision and compaction of base course and checking for correct profile
Installation of edge restraints
Provision and compaction of coarse bedding sand
Paving of blocks and compaction
Application of joint sealing sand and compaction
Cleaning of surface
Filling any remaining empty portions in the block layer with insitu
concrete.
3.2

Paving Job Planning

Proper job planning, use of proper techniques any coordination of materials


handling, paving and compaction teams can greatly enhance efficiency and
economy of paving job. The following are some of the key factors in job
planning and cost control.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

212

3.3

Ensure that edge restraints are properly located to minimize cutting of


blocks.
Use cut blocks and end blocks, wherever needed.
Spread bedding sand mechanically, when possible.
Locate pavement start lines and subsequent development of the laying
face to ensure that a laying face continues in one general direction.
Use guidelines to control regularity of bond.
Anticipate and plan detailing of the pavement at perimeters and
obstructions and aprons of manholes, drainage pits etc.
Position bedding sand, joint sealing sand and paver block deliveries so
as to minimize rehandling.
Use suitable trolleys or buggies to ease transport of blocks from delivery
points to the laying face.
Locate and phase paving and compaction teams to facilitate orderly
progress of work.
Do not allow traffic or pedestrian movement on block paved surface
until compaction is completed.
Provision of Bedding Sand Layer

The bedding sand shall consist of clean well-graded sand passing through
4.75 mm sieve and suitable for concrete. The bedding sand should be from
either a single source or blended to achieve the following grading.
In sieve size
% passed
9.52 mm
100
4.75 mm
95-100
2.36 mm
80-100
1.18 mm
60-100
600 microns
25-60
300 microns
10-30
150 microns
5 15
75 microns
0 10
Contractor shall be responsible to ensure that single-sized, gap graded sands
or sands containing an excessive amount of fines or plastic fines are not
used. The sand particles should preferably be sharp not rounded as sharp
sand possess higher strength and resist the migration of sand from under the
block to less frequently used areas even though sharp sands are relatively
more difficult to compact than rounded sands, the use of sharp sands is
preferred for the more heavily trafficked driveways. The sand used for
bedding shall be free of any deleterious soluble salts or other contaminants
likely to cause efflorescence.
The sand shall be of uniform moisture content and within 4% - 8% when
spread and shall be protected against rain when stock piled prior to
spreading. Saturated sand shall not be used. The bedding sand shall be
spread loose in a uniform layer as per drawing. The compacted uniform
thickness shall be of 45 mm and within +/- 5 mm. Thickness variation shall
not be used to correct irregularities in the base course surface.
The spread sand shall be carefully maintained in a loose dry condition and
protected against pre-compaction both prior to and following screeding. Any
precompacted sand or screeded sand left overnight shall be loosened before
further laying of paving blocks take place.
Sand shall be lightly screeded in a loose condition to the predetermined
depth only slightly ahead of the laying of paving unit.
Any depressions in the screeded sand exceeding 5 mm shall be loosened,
raked and rescreeded before laying of paving blocks.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

213
Bedding sand should be unloaded in small piles regularly placed over the
base course. Bedding sand should preferably have a moisture content of
about 6 percent which will facilitate its spreading and compaction. Bedding
sand should be screeded in a uniform layer over the base course. The
screed can be guided to level by tensioned string lines set above the base
course. At the time of screeding, the thickness of sand must allow for the
amount by which it will be subsequently compacted. The sand should be
distributed evenly with a small surcharge maintained in front of the screed.
Screeding should not proceed beyond about 1m ahead of the planned end of
block paving for the day. Sand should be compacted with a manual,
fabricated plate compactor or other suitable devices and the level should be
readjusted using the screed. The surface profile of the screeded bedding
sand should match that for the completed pavement.
3.4
Provision of Paver Block Layer
3.4.1 The pattern in which blocks are to be paved should be decided from
the choices available for getting better performance. For paving in trafficked
areas, herringbone pattern should be adopted. Paving should commence and
progress from one starting line only. Wherever possible, paving should
commence adjacent to or against edge restraint.
3.4.2 Blocks should be placed at the correct angle to the start line to
achieve the final orientation of the laying pattern. For curved or unfavourably
oriented edge restraints, a string line should be established to permit fast,
easy laying such that it is never necessary to force a block between blocks
already paved. Maintenance of control over alignment, laying pattern and
joint width can be assisted by the use of chalked string lines set at about 5m
intervals. Nominal joint width of 2 to 4 mm should be maintained by holding
the paving unit lightly against the face of the adjacent block and allowing it to
slide into position. Cutting paving units for filling the paving gaps occurring
against edge restraints etc. should be deferred until sufficient work has
progressed to allow reasonably continuous operation. When space does not
permit the use of cut pieces of blocks, the use of premixed or dry packed
concrete is recommended.

Laying of Paver Blocks

Priming
It will be responsibilities of the Contractors to ensure that the
manhole/pipeline cable trenches/circular drainage system etc. raised
to driveway level using the requisite materials as per instruction of
Engineer. The areas of potholes/deep depressions at the isolated
locations also have to be filled up before laying the paver blocks. No
extra pavements will be made for this purpose.
It will be the responsibility of the Contractors to ensure that
undulations on the paver blocks are eliminated after the traffic is
allowed on it. Proper slope for drainage of water needs to be
ensured.

Contractor

Bedding sand course


Laying of interlocking Paver Blocks
Paver blocks shall be laid in herringbone laying pattern throughout
the pavement. Once the laying pattern has been established, it shall
continue without interruption over the entire pavement surface.
Cutting of blocks, the use of infill concrete or discontinuities in laying
pattern is not be permitted in other than approved locations.

No. of Corrections

Executive Engineer

Dy.E.E.

214
Paver blocks shall be placed on the uncompacted screeded sand
bed to the nominated laying pattern, care being taken to maintain the
specified bond through out the job. The first row shall be located
next to an edge restraint. Specially manufactured edge paving
blocks are permitted or edge blocks may be cut using a power saw, a
mechanical or hydraulic guillotine, bolster or other approved cutting
machine.
Paver blocks shall be placed to achieve gaps nominally 2 to 3 mm
wide between adjacent paving joints. No joint shall be less than 1.5
mm and not more than 4 mm. Frequent use of string lines shall be
used to check alignment. In this regard the laying face shall be
checked at least every two meters as the face proceeds. Should the
face become out of alignment, it must be corrected prior to initial
compaction and before further laying job is proceeded with.
In each row, all full blocks shall be laid first. Closure blocks shall be
cut and fitted subsequently.
To infill spaces between 25 mm and 50 mm wide concrete having
screened sand, coarse aggregate mix and strength of 45 N/sqmm
shall be used. Within such mix the nominal aggregate size shall not
exceed one third the smallest dimension of the infill space. For
smaller spaces dry packed mortar shall be used.
Except where it is necessary to correct any minor variations occurring
in the laying bond, the paver blocks shall not be hammered into
position. Where adjustment of paver blocks necessary care shall be
taken to avoid premature compaction of the sand bedding.

Initial Compaction
After laying the paver blocks, they shall be compacted to achieve
consolidation of the sand bedding and brought to design levels and
profiles by not less than Two (2) passes of a suitable plate
compactor.
5
6
7
8

Vibrate the blocks with 3 passes of the plate vibrator of adequate


capacity.
Spread a thin layer of fine joint filing sand on top of the paved
blocks and sweep it into the joints using suitable brooms.
Vibrate the sand into the joints by making 3 passes of the
compactor.
Sweep of the excess sand on top.
The compactor shall be a high-frequency, low amplitude mechanical
flat plate vibrator having plate area sufficient to cover a minimum of
twelve paving blocks. Prior to compaction all debris shall be
removed from the surface.
Compaction shall proceed as closely as possible following laying and
prior to any traffic. Compaction shall not, however, be attempted
within one metre of the laying face. Compaction shall continue until
lipping has been eliminated between adjoining blocks. Joints shall
then be filled and recompacted as described in Cl. 4.5.
All work farther than one metre from the laying face shall be left fully
compacted at the completion of each days laying.
Any blocks that are structurally damaged prior to and during
compaction shall be immediately removed and replaced.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

215
Sufficient plate compactors shall be maintained at the paving site for
both bedding compaction and joint filling.
As a guide to the characteristics of typical vibrating plate compactors,
standard compactors have a weight of 90 kg. a plate area of 0.3m2
and apply a centrifugal force of 1500 kg. Heavy duty compactors
weigh between 300 to 600 kg. have a plate area of about 0.5 to
0.6m2 and apply a centrifugal force in the range of 20003000 kg.
Use of heavy duty compactors is desirable for trafficked pavements.
In the absence of the same. The number of passes by the light
compactor may be suitably increased.

Joint filling and final compaction


As soon as possible after compaction and in any case prior to the
termination of work on that day and prior to the acceptance of
vehicular traffic, sand for joint filling shall be spread over the
pavement.
Joint sand shall pass a 2.36 mm (No.8) sieve and shall be free of
soluble salts or contaminants likely to cause efflorescence. The
same shall comply with the following grading limits.
In sieve size
% passed
2.36 mm
100
1.18 mm
90-100
600 microns
60-90
300 microns
30-60
150 microns
15-30
75 microns
10-20
The Contractor shall supply a sample of the jointing sand to be used
in the contract prior to delivering any such materials to site for
incorporation into the works. Certificates of test results issued by a
recognized testing laboratory confirming that the samples conform to
the requirements of this specifications shall accompany the sample.
The jointing sand shall be broomed to fill the joints. Excess sand shall
then be removed from the pavement surface and the jointing sand
shall be compacted with not less than one (1) Pass by the plate
vibrator and joints refilled with sand to full depth. This procedure
shall be repeated until all joints are completely filled with sand. No
traffic shall be permitted to use the pavement until all joints have
been completely filled with sand and compacted.
Both the sand and paver block shall be dry when sand is spread and
broomed into the joints to prevent premature setting of sand.
The difference in level (lipping) between adjacent blocks shall not
exceed 3 mm and not more than 1% in any 3 m x 3 m area should
exceed 2 mm. Pavement which is deformed beyond above limits
after final compaction shall be taken out and reconstructed to the
satisfaction of the Engineer.

Edge Restraint
Edge restrains need to be sufficiently robust to withstand override by
the anticipated traffic, to withstand thermal expansion and to prevent
loss of the laying course material from beneath the surface course.
The edge restraint should present a vertical face down to the level of
the underside of the laying course.
The surface course should not be vibrated until the edge restraint,
together with any bedding or concrete haunching, has gained
sufficient strength. It is essential that edge restraints are adequately
secured.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

216
Sampling and Testing Procedures for Paver Blocks
Sample Size
Internal Average of minimum 3 samples per 5000 blocks for
paver block manufacturers.
External Minimum 2 blocks per 10000 blocks. Average of minimum
8 blocks per site for captioned contractors.
a.

Sampling for Testing


Sampling for testing of paver blocks shall be done in accordance with
Appendix-A.

b.

Compressive Strength
Testing for compressive strength shall be undertaken in accordance
with Appendix-B. The average compressive strength of the 80 mm
thick paver block tested shall be 45 N/Sq mm and average
compressive strength of the 60 mm thick paver blocks tested shall be
35 N/Sq mm

c.

Water Absorption
Testing for water absorption shall be in accordance with IS
185:1979:Part I (Specifications for concrete masonry blocks)
Appendix C
Appendix A
Sampling of Paver Blocks

2.0

Method of Sampling
Before laying paver blocks, each designated section comprising not more
than 50000 blocks, shall be divided into ten approximately equal groups.
Three blocks shall be drawn from each group.

3.0

Marking and Identification


All samples shall be clearly marked at the time of sampling in such a way that
the designated section of Part thereof and the consignment represented by
the sample, are clearly defined.
The sample shall be dispatched to the approved test laboratory taking
precaution to avoid damage to the paving in transit. Protect the paving from
damage and contamination until they have been tested. The samples shall be
stored in water at 200C + 5o C for 24 hours prior to testing.
Appendix B
Procedure for Testing of Compressive Strength for Paver Blocks
Reference: BS 6717 Part I (1993) Specification for Paver Blocks
B-1

Contractor

Testing Machine: The testing machines shall be of suitable capacity for the
test and capable of applying the load at the rate specified. It shall comply, as
regards repeatability and accuracy with the requirements of relevant IS
specification.

No. of Corrections

Executive Engineer

Dy.E.E.

217
B-2

Procedure The sample specimens shall be tested in wet condition after


being stored at least 24 hours, in water maintained at a temperature of 200 C
+ 5OC before the specimens are submerged in water, the necessary area
shall be determined.
The plates of the testing machine shall be wiped clean and any loose grit or
other material removed from the contact faces of the specimen. Plywood
nominally 4 mm thick, shall be used as packing between the upper and lower
faces of the specimen and the machine plates, and these boards shall be
larger than the specimen by a marging of at least 5 mm at all points. Fresh
packing shall be used for each specimen tested. The specimen shall be
placed in the machine with the wearing surface in a horizontal plane and in
such a way that the axes of the specimen are aligned with those of the
machines plates. The load shall be applied without shock and increased
continuously at the rate of approximately 15 N/sqmm per minute until no
grater load can be sustained. The maximum load applied to the specimen
shall be recorded.

B-3

Calculation of Corrected Strength: The compressive strength of each


block specimen shall be calculated by dividing the maximum load by full
cross section area and multiplying by an appropriate factors.

Thickness and Chamfer Correction Factors


For Compressive Strength
Work Size Thickness in mm
Correction Factors
Plain Block
Chamfered Block
60
1.00
1.06
80
1.12
1.18
100
1.18
1.24
B-4 Compressive Strength Calculation: The average corrected compressive strength for the
designed block section shall be calculated.
APPENDIX C
Method for the Determination of Water Absorption
(1) The test specimens shall be completely immersed in water at room temperature for 24
hours.
(2) The specimens shall then be weighed, while suspended by a metal wire and completely
submerged in water
(3) They shall be removed from the water and allowed to drain for one minute
(4) Visible surfaces water being removed with a damp cloth and immediately weighed
(5) Subsequent to saturation, all specimens shall be dried in a ventilated oven at 100 to
115oC for not less than 24 hours and until two successive weighings at intervals of 2
hours show an increment of loss not greater, than 0.2 percent of the last previously
determined mass of the specimen.
(6) Calculate the absorption as follows:

A B
X 1000
B C
A B
X 100
Absorption percent
B
Absorption, kg/m3

Where
A = wet mass of unit in kg
B = dry mass of unit in kg. And
C = suspended immersed mass of unit in kg.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

218
Sr.
No.

Traffic Category

1.
2.
3.

Light (for footpaths etc.)


Heavy (for carriageways)
Very heavy (for heavy traffic
of commercial vehicles)

CLAUSE SP-17

Grade of
Concrete for
Block
M 35
M 45
M 50

Block
Thickness

Coarsed
Bedding Sand
Thickness
50 mm
50 mm
50 mm

60 mm
80 mm
100 mm

Min. Cement
Content in
Concrete
380
400
400

SPECIFICATION FOR DYNAMIC PILE TESTING

(a) High Strain Dynamic Pile Testing


Conducting High Strain Dynamic Pile Testing on r.c. bored piles using Pile Driving Analyzer.
The equipment shall have ability to record both force and velocity. Both strain and
acceleration sensors shall be used to collect data & atleast 2 pairs shall be connected at
diametrically opposite sides of the pile. The test and equipment shall conform to ASTM
D4945-1989. The test shall be conducted by an experienced independent test agency.
EQUIPMENT AND SITE ARRANGEMENT:
High Strain Dynamic Testing shall be performed using Pile Driving Analyzer or equivalent,
with its allied strain and acceleration sensors, cables etc. The pile shall be tested minimum
14 days after installation.
The hammer weight and setup arrangements shall be as per specifications of test agency,
however the following guidelines can be used. The test shall be conducted by impacting the
pile top with a hammer whose weight is 1% to 1.5% of the test load. The drop height shall
normally vary from 1m to 3m. A single line crane or winch and tripod shall be used for the
impact.
The pile head for the test shall be rebuilt to 1.6 times pile diameter using formwork or
casing. If casing is used, windows 200mm x 200mm shall be cut into the pile at 1.5
diameters for fixing sensors. Plywood cushion and steel plate shall be placed onto the pile
head before impact and this shall be based on test agency recommendations.
TEST RESULTS:
The report shall be submitted within 1 week of testing and shall include force velocity
curves, pile capacity, simulated static load test curve, net & total pile displacement, pile
integrity. A (Case Pile Wave Analysis) CAPWAP analysis shall be conducted on the field
data for correct capacity estimation and to evaluate end bearing and skin friction
components of the pile.
(b) Low Strain Dynamic Pile Testing
Conducting Low Strain Pile Integrity Testing on R C Bored Pile Foundations using Pile
Integrity Tester equipment manufactured by Pile Dynamics Inc. of USA or TNO of
Netherlands that conforms to ASTM D5882.
The test shall be conducted by generating impact of hand held hammer and the averaged
curve shall be velocity record as a function time. In general, at least 2 3 locations shall be
tested for pile more than 600mm diameter.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

219
RESULT PRESENTATION
The data must be displayed on the field such that atleast preliminary evaluation can be
made. An interim report shall be submitted within 3 days of field testing. A complete report
to be submitted within 7 days after the test showing graphical wave form indicating velocity
versus time plot, interpretation of results showing discontinuities, cross-sectional or material
changes if any, concrete quality etc. The test shall be conducted in accordance with ASTM
D5882.
TEST PREPARATION
The test shall be conducted minimum 10 days after pile installation and after the pile top
concrete has been chipped off to sound concrete level and made uniform. The pile top shall
be free from water, dirt or other debris.
The pile head shall be made smooth using carborundum stone or grinder or chisel on 2 3
locations one at the center of the pile and other 300mm away from the center for data
collection.

CLAUSE SP-20

COAL TAR EPOXY PAINT

This paint shall be applied to concrete surfaces in contact with soil. The paint shall provide
protection to concrete surface against corrosion from aggressive environments. It shall also
be long term chemical resistant.
Application :
Coal Tar epoxy paint shall be applied on dust free surface, free from laitance, loose material
and grease etc. The surface should be roughly cleaned before the application. The paint shall
not be applied on wet or uncured surface. The manufacture of the paint and primer shall be
one of the followings or equivalent:
FAIR MATE, FOSROC, SUNANDA CHEMICALS, MC BOUCHEME, etc.
First coat to be applied after seven days of curing of concrete
The paint shall be applied by brush or spray to achieve uniform finish. The paint shall be
stored, mixed and applied as per manufactures specifications. The coverage of painting shall
be done in such a way that it covers concrete surface not more than manufactures specified
area.
A minimum of 2 coats shall be applied on the fully prepared surface. Primer coat shall be
applied as directed by Engineer. A minimum dry film thickness of 100 microns shall be
achieved. Each batch of material supplied from manufacturer shall have manufacturers test
certificate
26: ADDITIONAL CONDITIONS / DIRECTIONS FOR READY MIX CONCRETE (RMC)
26.1

All special conditions for cement concrete work, aggregates shall also be applicable.

1. The contractor shall procure RMC from the RMC plant approved by MSRDC only, if the contractor
does not posses his own RMC plant approved by MSRDC.
2. The design mix for RMC must be in consideration with IS 10262, SP 23 got approved from
MSRDCs engineer.
3. Ready mix concrete prepared and transported shall be as per IS 4926:1976 Reaffirmed in 1999 or
the latest IS code as directed by Engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

220

4. Ordinary Portland cement (OPC 53) to be used for RMC shall conform to IS 12269:1987
Reaffirmed in 1999. Flyash (maximum 20%) is allowed only for substructure concreting at the
specific instructions of Engineer.
5. RMC will be brought to site from RMC plant only by transit mixers (agitators).
6. No dry mix shall be brought on site and water added there at.
7. Contractor must ensure the Grade of concrete, Specified workability - slump, minimum cement
content, Flyash content, water content, type of admixture, quantity of admixture, time of loading of
RMC i.e., initial & final setting time and other features of concrete as per IS, MoRTH
specifications and as directed by Engineer.
8. When transit mixer arrives at site, the drum should always be speeded to about 10 to 15 rev/min,
for at least 3 minutes, to make sure that the concrete is thoroughly mixed and uniform, before
discharge as directed by Engineer.
9. The contractor has to maintain and keep record updated of every RMC batch, testing of samples,
cubes test records and other reports throughout the period of construction and present it for
inspection / checking as and when directed by Engineer. The contractor has to bear all the
charges of testing and no extra claim shall be entertained.
10. The admixtures used shall conform to IS 9103:1979 reaffirmed in 1980 or ASTM C-494 of 92 and
must be compatible with the cement used for manufacturing concrete. Calcium chloride shall not
be used as an admixture in reinforced or pre-stressed concrete work. Superplasticizers containing
chlorides shall not be used in reinforced or prestressed concrete work. No extra payment will be
made for the use of admixtures and use of potable quality water for mixing of cements.
11. All taxes / duties / royalties will be borne by the contractor and not by MSRDC and no extra claim
will be paid in this regard.
12. The contractor shall make all necessary arrangements and provide uninterrupted supply of RMC
as and when required and as directed by Engineer, failed to which strict action will be taken by
MSRDC against contractor for intentionally delaying and stopping the work.
13. The contractor shall make free of cost all necessary arrangements and provide uninterrupted
access, sitting arrangement for Engineer / MSRDCs staff at RMC plant as and when directed,
however necessary arrangement shall be made for keeping records for entire construction period.
14. It will be sole right of the MSRDC to allow or disallow the use of ready mix concrete if all the
conditions above mentioned are not complied with.
26.2

Testing of Ready Mixed Concrete

1. The sampling and testing requirements for ready mixed concrete (RMC) are the same as those
for site mixed concrete. As regards testing of workability following procedure be followed.
2. After making sure that the concrete has been uniformly mixed, take a sample from the first 0.5
Cum. of concrete discharge, and does a slump (or compacting factor) test on the sample. If the
result complies with the specified requirements, then the load should be accepted, If the results
are beyond limits, a further sample should be taken from the second 0.5 Cum of the discharge,
and if this is satisfactory, the load should be accepted, if not, the concrete load shall be rejected,
as the same is not as per the specification and as per mix design. (Refer IS 4926-1976)

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

221

3. Twelve cubes shall be cast at the Batching / RMC plant as well as at the site for every days work
where the concrete is placed for 7 days and 28 days strength of concrete.
4. Contractor must establish a full-fledged laboratory within 20 days from the notice given by the
MSRDC officials with all accessories as per Indian Standards / Indian Road Congress standards
each at Batching / RMC plant for testing various samples, cubes and at site also.
5. The contractor shall employ minimum one Civil Engineer on batching plant per shift. They will
additionally employ adequate number of trained supervisors, one full time mechanic and skilled
labourers. The contractors engineers should be experienced and well conversant with the
functioning of Batching/ RMC plant, concrete mix design procedure etc. The Contractor not
employing such qualified Engineers shall not be allowed to commence with the work. The
qualified Engineer shall be available on plant throughout the period of execution of the work.
6. It is the responsibility of the contractor to establish a full-fleged laboratory at site as well as at the
Batching / RMC plant site approved from MSRDC. If failed it will be the sole right of the MSRDC
to allow or disallow the use of his laboratory for testing of the samples, specimens and cubes or to
be done at any other approved laboratory by MSRDC. In such case contractor has to be bear the
cost of transportation and testing charges of samples, cubes, specimens, generation of report and
all other taxes & duties levied upon by the approved laboratory.
7. The aggregates, sand, cement shall be as per additional specification SP-2.
8. The rate proposed in this tender for all concrete and allied works are inclusive of water charges.
The batching plant owners shall have to make their own arrangement at their cost for bringing
adequate water of potable quality for mixing concrete. Any suitable measures shall be employed
by the plant owner to maintain the desired temperature of concrete as per I.S. specifications at
the batching plant itself and for this no extra payment will be made. Water used for mixing of
concrete shall be clean and free from oil, salt, acid, vegetable matter and other injurious
substances harmful to the concrete, it shall meet the requirements stipulated in latest I.S. Code
456. The water brought for concreting and curing etc. shall be got tested from MSRDC approved
laboratory to verify whether it is suitable for above purposes, whenever directed. This testing will
be done at the contractors cost.
9. The sand shall be of approved quality with fineness modulus between 2.4 to 3.5. The sand will
have to be screened to remove the over sized particles at quarry itself and washed at plant before
its use, in no case shall fine aggregate be accepted containing more than two percent by dry
weight, not more than three and half percent, by dry volumes, not more than five, by wet volume
of clay loam, silt. The fine aggregates shall be only river sand. The fine aggregates will be tested
and retested as directed by the Engineer till they satisfy the required norms as per IS and as
specified above.
10. The mix design shall be carried out as per IS 10262 and IS: SP 23. All the mixed design shall be
got approved from MSRDC 30 days prior to the date of execution. No other method will be
accepted.
For minimum test frequency and test report procedures refer MSRDCs Manual for Quality Control &
Quality Assurance for Road and Bridge works and related IS publication.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

222
SP: 30 Polycarbonate roofing sheet 10 mm thk

4.0

Specifications for UV resistant corrugated clear poly carbonate sheets (Lexan of GE)
General
The work of skylight shall be carried out only by an approved Contractor who
has executed this type of work.Shop drawings shown aluminium section and fixing detail for
Polycarbonate sheets shall be submitted for approval.G.I. Structural supports shall be fabricated by
the Contractor for skylight to minimize any mismatch.

3.01

Material Specifications:
The cross section of the specially fabricated aluminium member shall conform to profile GE 104 & 105
OF GE plastic India Catalogue or equivalent. Aluminium alloy for the profile shall conform to IS 285.
The mechanical properties of Aluminium section shall conform to that of designated number 63400 in
the above standard.
All aluminium section shall be with anodizing coating of 20 micron of approved shade.
Laxan Polycarbonate sheets of embossed type (figured sheets) shall be used. Sheets shall be
designated for wind pressure conforming to IS 875. External side of Polycarbonate sheets shall have
UV protection. Sample of polycarbonate sheets shall be tested to confirm that the quality of sheets
conforms to specification of manufacturers.
Allowance of the thermal expansion shall be made.
Sealing of the joint between the aluminium and Polycarbonate sheets (top and bottom of sheets) shall
be made with EPDM neoprene gaskets of approved make.
3

Fixing:

The fixing detail shall generally follow manufacturers fixing details : Approved treatment shall be given
to avoid galvanic corrosion between aluminium and steel members.
In addition to the above, Polycarbonate sheets shall also be fixed to cross supporting members, with
very high bond, double sided adhesive tape, 12 mm wide x 0.3 mm thick Birla 3 M. brand or other
approved make. The spacing of 6.5 mm dia brass screws, connecting aluminium sections 105 & 104,
length, shall be to suit the design pressure and it shall not be more than 300 mm. The junction
between the washer, and nut and between washer and top of aluminium section sheet shall be
treated with neutral Silicone sealant of approved make.

Method of Measurement and Payment :

Actual area of Polycarbonate sheet used in the work shall be measured and paid on square metre
basis. The rate shall include the wastage in cutting sheets to the required profile, cost of Aluminium
sections, anodizing. EPDM neoprene gasket, clamping plate, Silicone sealant and screws.
5

Guarantee :
The Contactor shall furnish the manufacturers guarantee to MSRDC.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

223
SP: 31 STRUCTURAL STEEL WORK
1

General

This specification covers the supply fabrication and erection of structural steel work.
Fabrication and approval of steel structures shall be in compliance with :
The specifications and relevant standards and codes as listed under, and related drawings.
All fabrication drawings and supplementary drawings to be supplied by the Contractor prior to
execution of the work and duly approved by the Engineer.
In case of any conflict between the clauses mentioned hereunder and the Indian Standards,
those expressed in the specification shall prevail.
2

Scope

The fabrication and / or erection of the steelwork consist of accomplishing all jobs herein
enumerated including providing all labour, tools, tackle and plant; all materials and
consumables such as welding electrodes bolts and nuts, oxygen and acetylene gases, oils for
cleaning etc. of approved quality. The work shall be executed by an approved specialist
agency experienced in the work and according to the drawings and specifications.
The contractor will be required to fabricate the structure to the extent possible (in
transportable length and volume) in own / approved fabrication shop.
3

Applicable Codes and Specifications

The following specifications, standards and codes shall be made a part of this specification.
All standards, specifications, codes of practice referred to herein shall be of latest editions
including all applicable official amendments and revisions. Only the codes relevant to present
work out of the list mentioned below shall be applicable. Any additional pertinent code, if
required shall be used with prior permission of Engineer in charge.
i)

IS : 2062

IS : 1363

vi)

IS : 1364
IS : 3757
IS : 6623
IS : 2016
IS : 6639
IS : 814

vii)
viii)

IS : 800
IS : 816

ix)

x)

IS : 1278
IS : 6419
IS : 9595

xi)

IS : 4353

xii)

IS : 7280

iii)
iv)
v)

Contractor

Steel for general structural purposes specs


(supercedes IS : 226)
Black Hexagonal Bolts, Nuts and Lock Nuts (diameter
6 to 39mm) and black hexagonal screw (diameter 6 to
24mm) of product Grade C.
Hexagonal head bolts, screws (M16 to M64).
Specs for high strength structural bolts nuts.
Specs for plain washers
Hexagon bolts for steel structures
Specifications for covered Electrodes for Metal Arc
Welding of carbon and carbon manganese steel
specs.
Code of Practice for General Construction in steel.
Code of Practice for use of Metal Arc Welding for
General Construction in mild steel specs for filler rods
for gas welding.
Welding rods and bars electrodes for gas shielded are
welding of Structural steel.
Metal Arc Welding of Carbon and Carbon Manganese
steel recommendations.
Recommendations for Submerged Arc welding of Mild
Steel and Low Alloy Steel.
Specs for base wire electrodes for submerged arc
welding of structural steels.

No. of Corrections

Executive Engineer

Dy.E.E.

224

xiii)

IS : 817

xiv)

xv)

IS : 7318 Part
I
IS : 1182

xvi)
xvii)

IS : 2595
IS : 4260

xviii)
xix)

IS : 3658
IS : 1477

xx)

IS : 2074

xxi)

IS : 1852

xxii)

IS : 806

xxiii)
xxiv)
xxv)
xxvi)

IS : 1161
IS : 7215
IS : 822
IS : 801

xxvii)
xxviii)
xxix)
xxx)

IS : 1599
IS : 1608
IS : 7205
IS : 7307

xxxi)

IS : 4923

Code of practice for training and testing of metal arc


welders.
Approval test for welders when welding procedure
approval in not required.
Recommended Practice for Radiographic Examination
of fusion Welded Butt Joints in steel Plates.
Code of practice for Radiographic testing.
Recommended practice for ultra sonic testing for butt
welds in ferritic steels.
Code of Practice for Liquid penetrate Flaw Detection.
Code of Practice for painting of Ferrous (Part 1 & 2)
Metals in building.
Ready Mix Paint, air drying, red oxide zinc chrome,
priming specifications.
Specifications for Rolling and Cutting Tolerances for
Hot rolled steel Products.
Code of Practice for use of steel tubes in General
Building Construction.
Specifications for Steel Tubes for Structural purposes.
Tolerances for fabrication of steel structures.
Code of procedures for inspection of welding.
Code of practice for use of cold formed light gauge
steel structural members in general building
construction.
Method for bend test.
Mechanical testing of metals : Tensile Test.
Safety Code for erection of structural steel work.
Approval tests for welding procedures fusion
welding of steel.
Code of Practice for RHS / SHS and tubular
Sections

General Specifications
4.1

The requirements set forth in Relevant IS codes for the design, fabrication and
erection of structural steel for buildings shall govern this work, except as otherwise
noted on the drawings or as otherwise specified.

2.6

In cases of conflict between clauses of this specification and those in the


Indian Standards, this specification shall govern.

2.7

Substitutions of sections or modifications of details or both shall be made only when


approved, in writing, by the Engineer in change. The contractor shall be responsible
for all errors of fabrication, and for the correct fittings of the structural members
shown on the drawings.
5

Materials

All materials shall be new and shall conform to their respective specifications as specified.
The use of equivalent or higher grade or alternative materials will be considered only in very
special cases subject to the approval of the Engineer.
1.1.

Steel

Structural steel shall conform to IS : 2062 grade A (Weldable quality) unless specified
otherwise Carbon steel pipes shall confirm to IS : 1161 of grade YST 24 or higher as per
requirement of structural design.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

225
1.2.

Black Bolts and Nuts

Black bolts, nuts and screws shall be in accordance with IS : 1363, 1364, 1367, 3757, 6623,
6639 as applicable.
1.3.

Washers

Washers shall confirm to IS : 2016 or any other relevant IS codes.


1.4.

Welding electrodes
Covered electrodes for metal arc welding shall confirm to IS : 814, IS : 7280 for bare
electrodes for submerged arc welding or IS : 1278 for filler rods and wires for gas
welding or any other relevant codes.
6
Receipt and Storing of Materials

Storage of Materials :
Approved material conforming to IS and Specification shall be procured by the Contractor as
per schedule. Storing yards shall have hard grounds and should be well drained. Steel shall
be stored on raised platform in these yards. Yards shall be maintained clean so as to avoid
any contamination due to dust, mud, oil, grease etc. Scrap and full-length steel shall be
stacked separately. Further each type / categories of steel shall be stacked appropriately.
All sections shall be checked on receipt to ensure that they are free from surface defects as
pitting, twists, cracks and laminations. They shall be arranged by grade and quality and by lot.
Every section shall be marked to aid identification and the manufacturers certificate for every
lot giving details of chemical analysis and mechanical characteristics shall be kept in record.
Welding wires and electrodes shall be segregated by quality and lots and stored inside a dry,
enclosed room as per recommendations of IS : 9595. All care shall be taken to keep the
electrodes in perfectly dry condition to ensure weld metal soundness and satisfactory
operations manufacturers certificates for electrodes shall also be made available.
Bolts, nuts and washers shall be sorted out by grade, type and diameter and the
manufacturers quality/ test certificate shall be maintained for record purpose.
7

Quality Certificate of Materials

The contractor shall produce manufacturers test certificate of the material. Notwithstanding,
the manufacturers test certificate the EIC may ask for testing of material in approved test
labs. The test result shall satisfy the requirement of relevant Indian Standards.
Whenever quality certificate are missing or incomplete or when material quality differs from
standard specifications, the Contractor shall conduct all appropriate tests as directed by the
Engineer at his own cost.
8

Shop / Fabrication Drawings

The Contractor shall prepare all fabrication drawings on the basis of the design and submit
four copies to the Engineer in Charge, well in advance to commencement if work, for
approval and comments of Client / Employer and design consultant, if any on the same. The
Contractor shall fabricate all the structural steel work strictly conforming to the specifications
and approved fabrication drawings.
Fabrication drawings shall include the following :
7.0 Member sizes and details
8.0 Types and dimensions of welds and bolts.
9.0 Shapes and sizes of edge preparation for welding

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

226

10.0 Details of shop and field joints included in the assemblies


11.0 Bill of Materials.
12.0

Quality of structural steel, welding electrodes, bolts, nuts and washers, etc. to be
used.

13.0

Erection assemblies, identifying all transportable parts and sub assemblies,


associated with special instructions, if required showing part marks and erection
marks.

14.0

Calculations where asked for approval.

15.0

Method of erection and Special precautions to be taken during erection.

Issue of fabrication and erection drawings by consultants or review of drawings by Client /


Employer / Consultant shall in no way relieve the contractor of his responsibilities for
correctness in the execution of the work and the contractor shall be required to modify /
rectify the structure at any stage of the work to rectify any mistake / omission in the
fabrication drawing and the fabrication based on this drawing or that the work does not
conform to good engineering practices such modifications / rectification shall be made at no
extra cost.
The contractor is required to update the fabrication drawings to include revisions made in
design drawings during the course of work at no extra cost. The contractor shall also supply
two prints of as built drawings, along with their soft copies and transparencies at no extra
cost.
9

Workmanship

The workmanship shall be equal to the Standard practice followed in modem structural shop.
All works shall be adequately supervised and care shall be taken to ensure that the structural
members remain in proper position. All similar parts shall be manufactured accurately so that
the same could be interchanged with other parts having same identification marks. Accuracy
shall be maintained during fabrication to ensure that all parts fit together properly during
erection.
10

Fabrication

10.1

All fabrication shall be preferably done in full fledged workshop. However,


contractor may be allowed to fabricate the structural element at his workshop nearby
and transport the same to the site. This is to be done with prior approval of EIC.

1.11

All fabrication shall be done as per specifications, IS : 800, IS : 9595 and other signed
Good for Construction fabrication drawings.

1.12

Fabrication shall also be understood to include building up an element either by


welding plates to a rolled section, a combination of rolled sections with plates or a
section built up entirely with plates, tubes / pipes / hollow sections.

1.13

The contractor shall prior to starting any fabrication ensure that the fabrication yard is
leveled on firm enough to take weight of structures and equipment.

1.14

Any defective fabrication or material pointed out at any stage shall be replaced by the
contractor free of cost.

1.15

All the fabricated and delivered items shall be suitably packed and protected from any
damage during transportation and handling. Any damage caused at any time shall be
made good by the Contractor at his own cost.

10.7

In general tolerance for fabrication shall be as per IS : 7215.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

227
11

Preparation of Materials / Fabrication procedures

11.1 Straightening
All materials shall be clean reasonably straight and free from twists. If straightening or
flattening is necessary, it shall be done in a manner that will not damage the material. The
specified camber wherever necessary shall be provided.
11.2

Marking

Marking of members shall be made on horizontal pads, or on appropriate racks or supports in


order to ensure horizontal and straight placement of such members.
11.3

Clearance
The erection clearance for members having end cleats or plates shall not be more
than 2 mm at each end, whereas for other types of end connections it shall not be
more than 3 mm at each end. If for any reason a greater end clearance is required,
suitable seatings, shall be provided.

11.4

Templates
Templates used shall be of steel. In case where actual parts have been used as
templates for drilling similar pieces, the Engineer in Charge shall decide whether
they are fit to be used.

11.5

Cutting
Machine cutting, flame cutting and planning :
Machine cutting or flame cutting may be allowed to use provided, a mechanically
controlled cutting torch is used for the flame-cutting and the resulting edge is
reasonably clean and straight. Cut members shall be free from distortion at cut
edges. When gas cutting is adopted, the flame cut edges shall be machined to a
depth of 3 to 5 mm depending on the thickness of the member.
Chipping of angle flanges and edges of plates wherever necessary shall be done
without damaging the parent metal. Chipped edges shall be ground to a neat finish
and sharp corners and hammered rough faces shall be rounded off.
Edge preparation for welding may be done by machine controlled flame cutting with
edges free of burns, clean and straight.
The butting surfaces at all joints shall be planned so as to butt in close contact
throughout the finished joint.
All flame cut edges shall be planned, unless they are clean, square and true to
shape.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

228
11.6

Drilling / Holing
Holes for bolts shall be drilled. All holes, except as stated hereunder, shall be drilled
to the required size or sub-punched 3mm less in diameter and reamed thereafter to
the required size. Thickness of the materials for sub-punching shall not be greater
than 16mm. All matching holes for bolts shall register with each other so that a gauge
of 0.8mm less in diameter than the diameter of the hole can pass freely through the
members assembled for bolting in the direction at right angle to such members. All
holes for turned and fitted bolts shall be drilled undersize by one mm and after
assembly, reamed to a tolerance of +0.13mm / - 0.00mm unless otherwise specified.
No holes shall be made by gas cutting process.

11.7

Bending
Cold bending of plates, flats, tubes / pipes and sections shall be carried out on
bending rolls or in presses. The methodology for bending along with mock up shall be
got approved from Engineer in Charge. In exceptional cases hot bending may be
allowed by EIC for higher diameter pipes provided cold bending is not possible.
Appropriate bending method shall be adopted, so as to avoid wrinkles on surface or
distortion of pipe section etc. If required suitable filler materials shall be used for
equitable stress distribution during bending.
Accuracy of bending operations shall be checked by means of templates and the
clearance between member and template shall be decided by EIC based on the
mock-up and good Engineering practice.
Bend member shall not have cracks wrinkles or deep indentations from bending
equipment.

11.8

Assembly
All parts of bolted and welded members shall be held firmly in position by means of
jigs or clamps while bolting or welding. No drifting of holes shall be permitted except
to draw the parts together and no drift shall be larger than the nominal diameter of
bolt. Drifting carried out during assembly shall not distort the metal or enlarge the
holes.
Trial assemblies shall be carried out at the fabrication stage to ensure accuracy of
workmanship. These checks shall be witnessed by the Engineer in Charge.

11.9

Bolting
Bolts shall be grade Class 10.8 (Class Ten point eight). All turned and fitted bolts
shall be parallel throughout the barrel within the tolerance of 0.125mm unless
otherwise specified and faces of heads and nuts bearing on steel work shall be
machined.
All such bolts shall be provided with washers not less than 3mm thick, so that when
the nut is tightened, it shall not bear the unthreaded body of the bolt and the threaded
portion of the bolt should not be within the thickness of the parts bolted together. The
threaded portion of each bolt shall project through the nut by atleast one thread.
Square tapered washers shall be provided for all heads and nuts bearing on leveled
surface. Flat washers shall be circular in shape nuts and washers etc. shall be
thoroughly cleaned and dipped in linseed oil.

11.10

Preparation of Member for Bolting


The member shall be assembled for bolting with proper jigs and fixtures to sustain the
assemblies without deformation and bending. Before assembly all sharp edges, rust,
dirt etc. shall be removed. Before assembly the surfaces in contact of the member
shall be cleaned.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

229
11.11

Welding
11.11.1 General
Welding of steel shall be in accordance with IS : 800, IS : 816, IS : 817, IS :
4353, IS : 1223 and IS : 9595 as applicable. Welds shall be made by
qualified welders. A Welder shall produce satisfactory evidence of his ability
to do a given type of work and shall prove his ability to product a connection
of the strength required. Evidence of welders qualification tests shall be
produced if required by the Engineer in Charge. Engineer in Charge
may reject any welder found not suitable during actual work. In general the
welders qualification shall be carried out as per ASME Section IX / IS :
817.
Welding wire and electrodes shall be stored separately by quantities and
lots inside a dry and enclosed room, and as per instruction given by the
Engineer in Charge. And perfectly dry and drawn from an electrode
oven, if required.
Both the structural members and the welding operators shall be adequately
protected from rain, strong winds or snow during welding. The Contractor
shall provide necessary supervision to ensure that all welding carried out in
conformity with the specification and relevant IS codes. The contractor shall
make all necessary infrastructures available such as requisite number of
welding sets, cutting and grinding equipments, test equipments and all
consumables as required.
11.11.2 Preparation of Members for Welding
Edge preparation of fusion faces for welding shall be carried out as per
details given in IS : 9595 or as shown in drawings. All tolerances for such
weld shall be as per IS : 9595.
Surfaces to be welded shall be cleared to ensure that they are free from
loose scales, slag, rust, grease, paint and other foreign matter, and shall be
maintained.
Preheating of members shall be necessary when the base metal
temperature (based on ambient temperature) is less than the temperature
required for that welding procedure. Preheating shall generally be carried
out for members having thickness more than 20mm. The preheating shall be
done in such a manner that the part on which weld metal is to be deposited
is above the specified temperature shall be measured on the face opposite
to the face being heated. In case access is limited to only the face being
heated, the Source of heat shall be removed and sufficient time allowed to
elapse for heat equalization prior to measurement. (1 minute per 25mm of
Plate thickness).
Column splices and butt joints of compression members shall be accurately
ground and close butted over the entire section to ensure full contact for
load transmission. The tolerance for such work shall be maximum 0.2mm. In
the case of column bases and caps the ends of the section along with
connected gussets, stiffeners, angles, channels etc. shall be ground so as to
ensure a minimum contact area of 90%. The fining of angles and channels
should be sufficiently accurate to limit the reduction in thickness on account
of grinding to 2mm. The ends of bearing stiffeners shall be ground so as to
fit tightly at top and bottom. Slab bases and cap plates shall be accurately
ground over bearing surfaces to ensure minimum 90% contact area with
columns.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

230
11.11.3

Welding electrodes
Covered electrodes for metal arc shall confirm to IS : 814, IS : 7280 for bare
electrodes for submerged arc welding or IS : 1278 for filler rods and wires
for gas welding or any other relevant codes.
11.11.4 Welding Plant
Welding plant shall be capable of maintaining the voltage and current
specified by the manufacturer of the electrodes. The contractor shall supply
instruments for verifying the voltage and current as and when required by
the Engineer.
When an automatic process of welding is adopted, the deposited metal must
have mechanical properties equal to those obtained by the use electrodes
complying with IS : 814 or any other relevant code.

11.11.5

Manual Welding
Manual welding shall be carried out by qualified welders equipped with plant
suitable for the purpose. All welders shall be qualified in accordance with IS
: 817 / ASME Section IX and details of such qualification shall be submitted
to the Engineer.
11.11.6

Welding Processes
Any one or more of the following welding processes may be used.
7

Manual Metal Arc Welding process.

Submerged Arc Welding process.

Gas Metal Arc Welding process.

The contractor shall submit the welding procedure and the consumables
proposed to be used to the Engineer in Charge for approval.
Combination of processes or electrodes may be permitted only with the
specific approval of the Engineer in Charge.
11.11.7 Approval and Testing of Welding Procedures
Before welding of any of the permanent works is carried out, the contractor
shall furnish details of welding procedure for each welding operation.
Welding trials shall be carried out and completed on representative samples
of the materials before the start of fabrication, as directed by the Engineer.
Welding trials are intended to establish welding procedure prior to the
commencement of fabrication and for this purpose assemblies shall be
made from plate or section cuttings large enough to simulate the joint
selected for trial. The trial shall be representative of actual fabrication
conditions including :
7 Preparation and fit-up.
8 Preheat.
9 Welding position
10 Restraint (so for as is practicable)

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

231
Welding trials on material 20mm thick will be taken to include all materials
under 20mm thick and trials on materials 50mm thick. The trials shall include
specimen weld details from the actual construction which shall be welded in
a manner simulating the most unfavourable instances of fit-up and
preparation which it is expected will occur in the particular fabrication.
After welding, the specimen shall be allowed to cool naturally to ambient
temperature. It shall be left for 72 hours and thereafter, it shall be sectioned
and examined for cracking.
Testing shall be carried out in accordance with IS : 7307 (Part I) as directed
by the Engineer.
Approval of any welding procedure shall not relieve the contractor of his
responsibility for correct welding procedure to be followed and for minimizing
the distortion in the finished structure.
11.11.8 Sequence of Welding
1.
2.
3.
4.
5.
6.

11.11.9

The direction of welding shall be horn points relatively fixed with


respect to each other towards points having more flexibility.
Welding shall be carded out continuously to completion with the
required number of runs.
For compound section splices, each component part shall be spliced
prior to welding with other component parts.
Welds shall progress in a sequence that will balance the applied heat
so as to reduce distortion.
Joints having more shrinkage shall be welded prior to joints having less
shrinkage.
The sequence causing minimum distortion or shrinkage shall be
chosen.

Welding Technique
The fusion faces shall be properly aligned and the gap set to the distance
specified. The root pass of butt joint shall be done such that full penetration
is achieved as also complete fusion of root edges.
On completing each run the weld and the parent metal shall be cleared by
wire brushing and light chipping to remove all slag and splatters. Visible
defects, if any such as cracks, cavities etc. shall be removed to sound metal
prior to depositing subsequent run of weld.
All full penetration butt weld shall be completed by gouging / chipping the
back of the joint and depositing a seal run of weld metal. Alternatively a
backing strip shall be provided.
All care shall be taken to prevent any kind of movement, shock or vibration
of components during welding to prevent weld cracks.
Low hydrogen electrodes shall be used for all welding of girders with
thickness of plates equal to or more than 20mm.

11.11.10

Workmanship of welding
The general welding programme for shop and site welds, including
particulars of the preparation of fusion faces, pre-heating where required
and method of making welds shall be submitted in writing to the Engineer for
approval before the work is put in hand. No departure from the welding
programme shall be made without the prior approval of the Engineer.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

232
In the fabrication of built up assemblies all butt welds in each component
part shall be completed before the final assembly. Wherever practicable,
clamps, magnets, holding devices or other setting-up fixtures shall be used
in assembling parts of the structures so as to avoid tack welding as far as
possible.
In fit-up where clamps cannot be used, spacer strips shall be used to ensure
the correct root gap.
Where tack welds are used, they shall be of the same quality and size as
the first run of main weld. All tack welds shall be cleaned and ground to
sound material prior to welding of the root pass. The main weld shall fuse
completely with the end of the tack weld to form a regular profile. Where
preheat is required for the main welds, the tack welds shall be made under
the same heat conditions. The indiscriminate use of tack welds during
assembly shall be avoided.
All welds shall be visually inspected. Cracked or badly formed welds shall be
cut out to the approval of the Engineer before re-welding them.
As far as practicable, all welding shall be carried out in the down hand
position.
Where structural steelwork is painted before fabrication or erection, the
metal surface within 75mm of any weld shall be coated with primer only.
11.11.11

Weld Inspection
All testing shall be as per IS : 822 and the extent of inspection and testing
shall be in conformity with the relevant or as directed by Engineer - in
Charge. The contractor shall extend all facility required to inspect all stages
of fabrication and erection including welding procedure qualification. No
painting of welds shall be undertaken prior to inspection and approval. All
the tests required to be carried out shall be paid for by the contractor.
The various types of tests shall be :
2

Visual Inspection
100% welds shall be visually inspected to ascertain absence of the
following defects.
i.

Surface cracks in weld or parent metal, or undercut, burning,


overheating of parent metal.

ii.

Contractor

Blow holes, exposed porosity in the weld or unfused welds.

No. of Corrections

Executive Engineer

Dy.E.E.

233

iii.

Defects in the profile such as excessive convexity or concavity,


unequal

leg

lengths,

incompletely

filled

grooves

excessive

penetration beds, root grooves etc.


iv.
3

Distortion due to welding and misalignment.


Mechanical Tests
Tensile load tests, bend tests, impact tests etc. shall be carried out as
per the standard.

11.11.12

Repairs of Welds
Welds not meeting the requirements of the specification and IS codes shall
be removed and replaced. Repairs to defective welds shall be carried out
only after the repair procedure submitted is approved by the Engineer in
charge.

11.11.13

Splicing
In compound sections, splicing of components shall be staggered with
respect to each other by a minimum of 500mm. When two parts of a
component are not butt welded to each other, the opposing ends at a joint
shall be ground flush for bearing and suitable flange and web splice plates
shall be designed to cater for the full strength of the flange / web of the
sections.
In case full strength butt weld is used to connect opposing ends at a joint,
additional flange and web splice plates shall be provided capable of carrying
20% strength of the flange and web.

12 Shop Section
The steel work shall be temporarily erected in the shop to determine the accuracy of the fit.
The extent of erection shall be either complete or as directed by Engineer in charge.
13 General Inspection and Testing of Structures
Materials and workmanship at all times shall be subject to inspection by the Client / Employer.
All inspection as far as possible shall be made at the place of fabrication and the contractor
shall co-operate with the Client / Employer Inspector and permit access for inspection to all
places where work is being done. The contractor shall supply all necessary gauges and
templates necessary for inspection. However, such inspection shall not relieve the contractor
of his responsibility to furnish satisfactory work.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

234

Materials of workmanship, not conforming to provisions of the specifications may be rejected


at any time when defects are found during the progress of work.
The contractor shall obtain approval from the Engineer in - charge of all fabricated items
prior to commencement of their erection. However, any such approval shall not absolve the
contractor from his responsibility of correctness and workmanship of the entire work.
14 Packaging and Transportation
Loading and transportation shall be done in accordance with transport rules prevailing at that
location. Items shall be packed to protect them from damage / distortion. Small parts shall be
wired to their main members. Loose item such as bolts, nuts and washers shall be packed in
crates / bags.
15 Erection
15.1

General
Erection of structural steelwork shall be carried out in accordance with the relevant IS
code in conformity with the drawings and specifications in an expeditious manner.
The suitability and capacity of all plant, equipment etc. used for erection shall be to
the satisfaction of the Engineer.

15.2

Scope of erection work


The contractor shall provide all construction material and equipment, transport
facilities, tools, tackles, consumables, labour, supervision for erection, including
carrying out the following :
Receiving, unloading, checking and moving into the storage facility at site, as outlined
under General Conditions of contract inclusive of attending to all insurance matters in
respect of materials arriving at site.
Transporting from site, storage, handling, rigging, assembling, riveting, bolting,
welding, and installation of all fabricated materials in proper location according to
drawings or as directed by the Engineer.
Checking centre lines, levels of all foundations blocks including checking line and
level, position and plumb of all bolts and pockets. Any defects observed in the
foundation shall be brought to the notice of the Engineer. The contractor shall satisfy
himself regarding the correctness of the foundations before installing the fabricated
structures on the foundation blocks. Aligning, leveling, riveting, bolting, welding, fixing
in position fabricated materials in accordance with drawings or as directed by the
Engineer.
Supply of all required consumables, construction and erection materials, including but
not limited to gauges, welding / brazing, rods, electrods and wires, oxygen, acetylene,
fuel, bolts, nuts, rivets, shims and temporary supports etc. as required for the
incidental works and for the completion of erection.

Erection shall also include the following work :


a) All minor modification such as :
2. Removal of bends, kinks, twists etc. of parts damaged during transport and
handling.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

235
3. Cutting, chipping, filling, grinding etc. for preparation and finishing of site
connections.
4. Reaming for use of the next higher size of rivet or bolt for holes which do not
register or which are found to be damaged.
5. Welding of connections in place of riveting or bolting for which holes are either
not drilled or wrongly drilled during fabrication.
The following shall be considered as a legitimate part of erection work :
i)
ii)
iii)
iv)

15.3

Re-fabrication work in respect of parts damaged beyond repair during transport


and handling or in respect of those that are incorrectly fabricated.
Fabrication of parts omitted during fabrication due to an error, or subsequently
found to be essential.
Plug-welding and re-drilling of holes which do not register and which cannot be
reamed for the use of next size of rivet or bolt.
Drilling of holes which are either not drilled at all or are drilled in incorrect
positions during fabrication.
Erection Drawings
The approved erection drawings and any approved arrangement drawings,
specifications or instructions accompanying them shall be followed while erecting the
structural steelwork. Erection drawings for structural steelwork shall be prepared by
the contractor and shall consist of line diagrams showing every member in position
with the respective erection mark.
Erection marks shall appear on the structural steel members as detailed and all
steelwork shall be erected with the marks in the same relative position as shown on
the plan or elevation.
Any discrepancy between and specifications shall be brought to the attention of the
Engineer in Charge for obtaining his decision.

15.4

Storing and Handling of Material


The fabricated materials shall be carefully unloaded at site, examined for defects,
checked, sorted out and stacked properly above the ground level, to be kept clean
and properly drained. The handling and storing of the component parts of a structure
shall involve the use of method and alliances not likely to produce injury by twisting,
bending or otherwise deforming the metal. No member slightly bent or twisted shall
be put in place until the defects are corrected.
All small bends or twists detected in members shall be rectified before such members
are put in place. Any serious bends or defects shall be reported at once to the
Engineer. The straightening of bent edges of plates, angles and other shapes shall be
done by methods not likely to produce fracture or other injury. Following the
completion of the straightening of a bend or buckle, the surface of the metal shall be
carefully inspected by the contractor for evidence of incipient or any other type of
fractures. The contractor shall report to the Engineer about the presence of such
evidence and act according to his instructions.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

236
15.5

Setting Out
The contractor shall be responsible for checking the alignment and levels of
foundations, correctness of foundation-bolt centres, their projected height above the
foundation tops, the length of threading provided and the provision and fitment of nuts
for the foundation bolts. These shall be checked well in advance of starting the
erection work and the contractor shall be responsible for any consequences for noncompliance thereof. Discrepancies, if any, shall immediately be brought to the notice
of the Engineer for his advice.
One set of reference axes and one Bench mark level will be furnished to the
contractor. These shall be used by him for the setting out operation.
The contractor shall assume full responsibility for the correct setting out of all
steelwork and erecting it correctly as per the alignment and levels shown on the
drawings and for the verticality of members. Notwithstanding any assistance rendered
to the contractor by the Engineer, if at any time during the progress of the work any
error should appear or arise therein, the contractor shall remove and amend the work
to the satisfaction of the Engineer, at his own cost.

15.6

Assembly and Erection


Before the commencement of structural steelwork, the contractor shall submit a
schedule of operations, detailing the erection procedures to be followed. The
schedule shall include provisions for any temporary bracing that may be considered
necessary during the erection.
During the erection of a structure, the steelwork shall be securely bolted or otherwise
fastened and if necessary temporarily braced, so as to make adequate provision for
all erection stresses and conditions, including those due to erection equipment and its
operation. Such temporary bracing shall be maintained in position until the erection
work is sufficiently advanced and it is ascertained that the bracing provided is no
longer required.
Connections for temporary bracing and additional holes, members or cleats used to
facilitate handling or erection, shall be provided in a manner which does not weaken
the steelwork already erected.
The alignment of each portion of the structure shall be carried out progressively, soon
after that portion is erected. Permanent connections shall not be made until proper
alignment has been obtained and a sufficiently large portion of the structure has been
erected and temporarily connected so as to ensure that the members thus connected
shall not be overstressed or displaced during the progressive alignment of the
remainder of the structure.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

237
15.7

Tolerances
Erection tolerances shall be provided strictly in accordance with the requirements of
IS : 7215.

16 Field Connections
16.1

Field Bolting

This shall be carried out with the same care as shop bolting.
16.2

Field Welding

Field Welding after field assembly shall follow the same requirements as laid down for shop assembly
and stop welding.
17 Grouting
Prior to erecting the steelwork over concrete pedestals, columns or brackets, the top of concrete shall
be cleared with wire brushes, chipping and compressed air to remove all laitance and loose material
and made thoroughly wet. The structural member shall then be erected aligned and plumbed with the
base plates as shoe plates maintained as specified levels using shims / pack plates or wedges.
After the structure is erected, formwork shall be done all around and the joints sealed to be water
tight. The Grout under the base plates, including in pockets and sleeves shall be ordinary grout or
non-shrink grout as specified in drawings. Non-shrink grout shall be of premix type and shall be
prepared as per manufacturers instruction, Non shrink grout shall be of quality and type approved by
Engineer in charge.
The grout shall be poured in by grout pumps continuously from one side till the intervening space is
filled completely and the grout is carried to the far side of base plate. The grout shall be spread with
flexible steel strips and rammed with rods to ensure the gaps is filled completed.
After the grout has sufficiently hardened the shims / pack / wedges which are accessible may be
removed and anchor bolts tightened. The alignment of the structure shall be rechecked and the voids
left by removal of the shims / pack plates / wedges shall be filled with a similar mix of grout. In case
the structure is not properly aligned the grout shall be removed the structure re-aligned and grouting
operation repeated.
18

Painting of Steel Elements


Structural steel components which shall remain exposed without concrete encasing shall
have painting on exposed outer surface as stated hereinafter.
Painting shall consist of providing one coats of primer and three finishing coats of approved
paint to steel members as per IS : 1477 (Part 1 & II) / Manufacturers specification as directed
by EIC.

19 Payment for Structural Steel Mode of Measurement


19.1
Payment for structural steel shall be paid on the basis of admissible weight (in metric
tons) of the structure accepted by Engineer in Charge. The rate shall include supply,
fabrication, erecting in position (at all locations and levels as mentioned in schedule of items),
testing and examining of bolted and / or welded structural steelwork of all types (including all
types of built up and compound sections made up from rolled sections and plates including all
transporting, preheating, welding or bolting of joints, including continuously seal welding of
box / hollow sections, grinding, fixing in line and level with temporary staging, bracing or
guying and the removal of the same after erection including preparation of fabrication
drawings and erection drawings, erection schedules including all necessary submissions for
review, preparing the surface for painting, surface cleaning, wire brushing, removal of mill
scale, dust, rust, oil or grease and applying one coat of red oxide zinc chromate primer or
appropriate primer shall be made for rolling tolerance.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

238
19.2
The weight shall be determine from the fabrication drawings and bill of material
prepared by the contractor and approved by Client / Employer / Consultant. The weights shall
be calculated on the basis of IS hand book / IS : 1161 / IS : 806, wherever applicable and
from manufacturers handbook for other cases. No allowance in weight shall be made for
rolling tolerance.
The bill of materials shall be checked and approved by the Engineer in charge prior to
making payment.
19.3

Bolts except foundation bolt, nuts, washers, pack plates, shims, wedges and welds shall not
be measured. The quoted rate shall be deemed to include the same.

19.4

Only connection plates shown on the approved shop drawings shall be paid separately on the
basis of standard weights.
1.11

Grout shall be paid on cu. m. basis based on volume area calculated to fill the
pockets and the gap between top of pedestal and underside of base plate.

SP 32 Polycarbonate roofing sheets

The polycarbonate Panels shall be 16mm thick single panel of single or more approved colours.

Panels shall be co-extruded & UV protected.

Panel Width shall be 1040mm to ensure best performance for wind uplift, vibration, oil canning
and visual appearance.

The panels shall be uniform in color with an integral Tight-Cell core. In a cross section, the core
shall be constructed of tight cells not to exceed 4mm x 4mm.

Panels shall be manufactured with Vertical Standing Seam at both sides of the panel.

Welding or gluing of up stands or standing seam is not acceptable.


Snap-on connector to interlock the panels shall have a grip-lock double tooth locking
mechanism to ensure maximum uplift capability.

Sealed ends/End-cap/Aluminium U-Profile (mill finish) shall be provided for ends.

The polycarbonate system shall be fitted on purlins perpendicular to direction of sheeting with
purlin spacing as specified by manufacturer.

Panels shall be secured with snap-on connectors (with or without aluminium spacer) and
concealed Stainless Steel fasteners as required.

UV protected side of the panels shall be on top i.e. facing the sun.

Panels shall be installed by agency having experience of similar works.

Measurement for the polycarbonate system shall be the surface area of roofing provided.

The material shall conform to following tests

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

239
Test Description
Weathering
A. Weathering evaluation

Test Procedure

Results & Comments

ASTM D 4364-84

Successful Exposure to
concentrated natural sunlight
radiation of 56000mJ/m2
(1540mJ/m of ultra violet)
No more than 3.0 units of Delta E
after 60 months

ASTM D 2244
B. Colour change
ASTM D 1003
C. Light transmission

3000 + 25 minutes
Shall not decrease 67,after 10
years

D. Heat exposure
evaluation
(weathering effect
tendency for potential
failure)

The interior & exterior faces do not


darker more than 0 units
delta.L/ASTM D244,0 units
yellowing index/ASTM D1925 and
0% light transmission/ASTM
D1003

Water penetration

ASTM E-331

No penetration at test pressure of


15 psf

Air infiltration

ASTM E-283

Impact

ASTM E-222-81

0.042scfm/ft of dried glazed joint at


test pressure of 15psf
Panel repels hailstone of 25mm at
velocity of 21 m/sec.
(220 pound)

SPI method
Accelerated debmiration
(chapter 42 of UBC code)

3000+ 25 mins. & sub zero


temperature

Vicat softening temperature

DIN 53460
ISO 306 VST/B
Linear thermal
Expansion

Long service temperature


Expansion contraction
Code complian0.065 mm/m0c

ICBO evaluation
UBC/BOCA/SBCCI

Ultra violet maintenance

The panel does not require


periodic coating to maintain its
perform or ultra violet
protection occasional cleaning
with mild soap

Ultra violet filtration

Australian standard No. 10671990

Contractor

No. of Corrections

The faces do not become readity


detached no delamination occurs
under load
1420 c
400 to 1200 c
0.065 mm/m0c

Approvals available

Transmission less than 0.1%

Executive Engineer

Dy.E.E.

240

BLANK PAGE

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

241
GUARANTEE BOND FOR SECURITY DEPOSIT
( ON STAMP PAPER WORTH RUPEES 100 / - )

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


Government ) having agreed to exempt ______________________________ (
herein after referred to as the contractor ) from depositing with the Government in
cash

the

sum

of

Rs.

_____

Rupees

_______________________

____________________ only. ) being the amount of security deposit payable by the


Contractor to the Government under the terms and conditions of the agreement dated
the __________ day of __________ 20__ and made between the Government on the
one part, and the Contractor of the other part ( hereinafter referred to as the said
Agreement ) for _________ as security for due observance and performance by the
Contractor of the terms and conditions of the said agreement, on the contractor
furnishing to the Government a Guarantee in the prescribed form of a Schedule bank
in India being in fact those presents in the like sum of Rs._________ (Rs.
________________________ only.) We ______________________________BANK
/ LIMITED registered in India under ____________Act and having one of our Local
Head office at __________ do hereby.
1.

GUARANTEE TO THE GOVERNMENT :

(a)

Due performance and observance by the Contractor of the terms, covenants and
conditions on the part of the contractor contained in the said Agreement and

(b)

Due and punctual payment by the Contractor to the Government of all sums of
money, losses, damages, costs, charges, penalties and expenses payable to the
Government by the contractor under or in respect of the said Agreement.

2.

Undertake to pay to the Government on demand and without demur and


notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or
proceeding filed in any Court of Tribunal relating there to the said sum of Rs.
________ ( Rupees _____________________________________________________
__________________________ only. ) or such less sum may be demanded by the
Government from us, our liability hereunder being absolute and unequivocal and
agree that.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

242
3.(a)

The guarantee herein contained shall remain in full force and effect during the
subsistence of the said Agreement and that the same will continue to be enforceable
till all the dues of the Government under or by virtue of the said Agreement have been
duly paid and its claims satisfied or discharged and till the Government certifies that
the terms and conditions of the said Agreement have been fully and properly carried
out by the Contractor.

(b)

We shall not be discharged or released from liability under this Guarantee by reasons
of

(i)

Any change in the constitution of the Bank of the Contractor; or

(ii)

Any agreement entered into between the Government and the Contractor with or
without our consent .

(iii)

Any forbearance or indulgence shown to the Contractor ;

(iv)

Any variations in the terms, covenants or conditions contained in the said Agreement.

(v)

Any time given to the Contractor, or ;

(vi)

Any other conditions or circumstances under which, in law, a surety would be


discharged.

(c)

Our liability herein under shall be joint and several with that of the Contractor as if we
were the principal debtors in respect of the said sum of Rs. ________________
(Rupees _____________________________________ only.) and

(d)

We shall not revoke this guarantee during its currency except with the previous
consent in writing of the Government.
IN WITNESS WHERE OF THE common seal of ____________________ has

been herein affixed this __________ day of __________ 20__. The common seal of
__________________ was pursuant to the resolution of the Board of Directors of the
company dated the __________ day of __________ 20__. herein affixed in the
presence of __________ who, in token thereof, have hereto set their respective hands
in the presence of .
(1) __________________________
(2) __________________________

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

243

DECLARATION OF THE CONTRACTOR


I/We hereby declare that I/we have made myself / ourselves thoroughly
conversant with the local conditions regarding availability of all materials and
labour on which I/we have based my/our rates for this tender. The
specifications, and lead of materials on this work have been carefully studied
and understood by me/us before submitting this tender. I/we undertake to use
only the best materials approved by the Executive Engineer, North Ratnagiri
Public Works Division, Ratnagiri or his duly authorised representative before
starting the work and to abide by his decision.
I/We hereby undertake to pay the labourers engaged on the work as per
minimum wages Act 1948 applicable to the Zone concerned.

Signature of Contractor

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

244

BLANK PAGE

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

NAME OF WORK :- CONSTRUCTION OF SKYWALK AT MALNAKA RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.

BAR CHART

Misc. Items
Staircase
Steel Superstructure
245

Slab

Piers/Abutments

Foundation
0

10

11

12

Time in months

Contractor

No.of corrections

Executive Engineer

Dy.E.E.

Contractor

No.of corrections

246

BLANK PAGE

Executive Engineer

Dy.E.E.

247

DRAWINGS
CONTRACT DRAWINGS :The Contract Drawings provided for tendering purpose with the tender
documents shall be used as a reference only. Contractor should visualize the
nature and type of work contemplated and to ensure that the rates and prices
quoted by him in the bill of quantities take due consideration of the
complexities of work involved during actual execution / construction as
experienced contractors in the field.
The tendered rates / prices for the work shall be deemed to include the
cost of preparation, supply and delivery of all necessary drawings, prints,
tracings and negatives

which the contractor is required to provide in

accordance with the contract.

DOCUMENTATION :
If so ordered by the Engineer-in-charge, the contractor will prepare
drawings of the work as constructed and will supply original and three copies
to the Engineer who will verify and certify these drawings.
Final as constructed drawings shall then be prepared by the contractor
and applied in triplicate alongwith a micro-film of the same to Engineer for
record and reference purpose at the contractors cost.

Contractor

No. of Corrections

Executive Engineer

Dy.E.E.

248

BLANK PAGE

Contractor

No. of Corrections

Executive Engineer

You might also like