GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, AURANGABAD PUBLIC WORKS CIRCLE, AURANGABAD TENDER DOCUMENT. e Tendering System

Size: px
Start display at page:

Download "GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, AURANGABAD PUBLIC WORKS CIRCLE, AURANGABAD TENDER DOCUMENT. e Tendering System"

Transcription

1 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, AURANGABAD PUBLIC WORKS CIRCLE, AURANGABAD TENDER DOCUMENT e Tendering System - : NAME OF WORK: - IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA Estimated cost :- Rs. 1,66,57,234/- E.M.D. :- Rs. 1,67,000/- OFFICE OF THE EXECUTIVE ENGINEER PUBLIC WORKS DIVISION NO.2, JALNA

2 INDEX Name of work:- IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA Sr. No. Particulars From Pages To 1 Brief Tender Notice... 2 General Information of Contract Detailed Tender notice including qualification criteria Work and Site Condition Agreement Form B Additional General Condition of Contract Annexure A & B For Quality Control Tests Price Variation Clause Quality Assurance Clause Schedule A Conditions of Materials to be brought by Contractor Schedule B Schedule C Additional Specifications Guarantee Bond for Security Deposit Declaration of Contractor Contract Drawings

3 1 E-TENDER NO. 04/ /INTERNAL NIT NO. PUBLIC WORKS DEPARTMENT Online Tenders (e-tender) in B-1 form for the following work are invited by the Executive Engineer, Public Works Division No.2, Jalna Phone No on Government of Maharashtra Electronic Tender Management System SYSTEM TENDER NO. NIT NO. DATED (ONLINE) Online queries are invited for the following works of items as per e- Tender schedule. The details can be viewed and downloaded online directly from the Government of Maharashtra e-tendering Portal or Sub Portal of Public Works Department as per e-tender schedule. Name of work IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA Tender document fees and EMD shall be paid through online mode only. If EMD exempted then EMD exemption certificate shall be uploaded online. NOTE:- Estimated cost in (Rs.) System Generated Tender Time limit for completion (Months) 1,66,57,234/- 12 (Twelve) months Earnest Money in (Rs.) Cost of Blank Tender form (Rs.) Class of Registration 1,67,000/- 5,000/- Class III and above For more details on the tender and bidding process you may please visit the above mentioned portal. 1. All eligible/ interested contractors are mandated to get enrolled on e- Tendering portal ( 2. To process the tenders online, to encrypt their bid and to sign the bid hashes, bidders are required to obtain digital certificate. For details bidders be contact Help Desk. 3. Contractors can contract Help Desk for any clarification of their doubts regarding the process of Electronic Tendering System. Desk at through ID or Phone No Executive Engineer Public Works Division No.2, Jalna CONTRACTOR NO.OF CORRECTIONS EXECUTIVE ENGINEER

4 2 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT ORIGINAL AGREEMENT NO. B-1 Name of work: IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA. 1 Name of Contractor 2 Date of Receipt of Tender 3 No. & Date of Work Order 4 Amount put to Tender 5 Percentage Quoted 6 Amount of Contract 7 Date of Commencement : : : : Rs. 1,66,57,234/- : : : 8 Time stipulated for completion of work 9 Date of completion as per Agreement 10 Actual Date of completion 11 Reference to sanction of extension of time: : : : 12 (Twelve) months including the monsoon period. 1) 2) 3) Certified that this original Agreement contains Page 1 to Fly leaves.. Drawings. Nos. Nos.

5 3 DETAILS OF WORK Name of work : IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA Estimated cost put to tender Earnest Money : Rs. 1,66,57,234/- : Rs. 1,67,000/- (Rs. One Lakh Sixty Seven Thousand 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. The total security deposit 4% (Four Percent) is Rs. 6,68,000/- (50% in FDR/BG at the time of Agreement and 50% from R.A. bills). Time stipulated for completion is 12 (Twelve) Calendar Month, which will include the monsoon period. TO BE FILLED BY 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 & Signature of Contractor/ Power of Attorney holder with complete address

6 Name of work: IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA 4 Estimated cost put to tender : Rs.1,66,57,234/- Earnest money : Rs.1,67,000/- Period of completion of work : 12 (Twelve) months TIME SCHEDULE OF E-TENDER NOTICE NO. 04/ Cost of Tender Form Period for DownloadingTender Forms Date of Pre-bid meeting Last date and time for online bid preparation and hash submission (technical and financial) Date and time for online bid data decryption and re-encryption (technical and commercial) Receipt of online EMD / If EMD exempted then EMD exemption Certificate, stamp paper of Rs. 100/- bond Affidavit (Original) in prescribed format given in Annexure I sworn before Executive Magistrate / Notary and Tender Document fees, to be paid online only via Payment Gateway mode / TDR of Additional performance Security Deposit (If required) / Location Map of Hot Mix Plant Registration class of Contractor : Rs. 5,000/- : Refer Online schedule on portal : Refer Online schedule on portal : Refer Online schedule on portal : Refer Online schedule on portal : Document Tender Fee and EMD to be paid via online mode only. if EMD exempted then EMD exemption Certificate shall be uploaded online. : Class III and above Executive Engineer Public Works Division No.2, Jalna

7 5 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT DETAILED TENDER NOTICE NOTICE TO CONTRACTORS Name of work:- IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA. Online percentage rate tender in B-1 form are invited by the Executive Engineer, Public Works Division No.2, Jalna from the contractors registered in appropriate class of the Public Works Department of Maharashtra State. The name of work, estimated cost, earnest money, security deposit, time limit for completion, etc. are as under: Name of work IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA Estimated cost in Rupees Earnest money in Rupees Security deposit in Rupees Class of Contract or 1,66,57,234/- 1,67,000/- 6,68,000 /- Class III and above Time limit in months 12 (Twelve) calendar Months including monsoon Tender form, conditions of contract, specifications and contract drawings can be downloaded from the e-tendering portal of Public Works Department, Government of Maharashtra i.e. after entering the details, payment of Rs. 5,000/- (Rs. Five Thousand Only) should be paid online using payment gateway. The fees of tender document will be non refundable. Further information regarding the work can be obtained from the above office. The tender form, conditions of contract, specifications & contract drawings can be downloaded online using e-payment gateway. The EMD applicable amount shall be pay via online mode only. In case of EMD exemption, the valid EMD exemption certificate shall be uploaded online.

8 6 Bids will be opened as per the Tender Schedule, in the presence of such intending Tenderers or his/ their authorized representatives who may be present at that time. TENDERING PROCEDURE:- 1.1 Blank Tender Forms:- Tender Forms can be purchased from the e-tendering Portal of Public Works Department, Government of Maharashtra i.e. after paying Tender Fees via online mode as per the Tender Schedule. 1.2 PRE-TENDER CONFERENCE: (ONLINE QUERIES) Online pre-tender conference open to all prospective tenderers who have downloaded tender form before the date of pre-tender conference will be held online, wherein prospective tenderers will have an opportunity to obtain clarifications regarding the work and the Tender conditions. The clarification and C.S.D. will be given online which will be the part of main Tender Document. PRE-BID MEETING (i) The bidder or his official representative is invited to attend a pre-bid meeting at the office of the Chief Engineer, Public Works Region, Aurangabad on 16/10/2015 at 16:00 Hrs. (ii) The purpose of the meeting will be to clarify issues and to answer queries on any matter that may rise at that stage. (iii) The proposed bidder is requested to submit any question in writing or by to reach the employer well before the date and timing of pre-bid meeting 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 and follow the

9 7 procedure mentioned in the document Procedure for application of Digital Certificate The Tenderers have to make a payment of Rs.1,054/- online as service charges for the use of Electronic Tendering during Online Bid Data Decryption and Re-encryption stage of the Tender For any assistance on the use of Electronic Tendering System, the Users may call the below number: Help Desk No Tenderers should install the Mandatory Components available on the Home page of Mandatory Components under the section and make the necessary Browser Settings provided under section Internet Explorer settings. 1.3 Guidelines to Bidders on the operations of Electronic System of Public Works Departmenthttp://pwd.maharashtra.etenders.in A Pre-requisite 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- processed 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 Authorised 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

10 8 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 the section E-Tendering Toolkit for Bidders on the Home page of the Electronic Tendering System. 2. Obtaining a Digital Certificate:- The Bid Data i.e. 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. The Digital Certificates are issued by an approved Certifying Authority authorized by the controller of Certifying Authorities of Government of India through their Authorised Representative 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 Pre ation 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 nder adequate security to be used in case of need. In case of online tendering, if the Digital Certificate issued to an Authorised User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to no objection

11 certificate/ power of attorney to that User to submit 9 alf 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 in the same form is required to authorize) to use the digital certificate as per Indian Information Technology Act, 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, The Digital Signature of this Authorised User wi be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, the Authorised User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorised User. The same procedure holds true for the Authorised Users in a Private/ Public Limited Company. In this case, the Authorisation Certificate will have to be signed by the Director of the company of the Reporting Authority of the Applicant. For more information on 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 1GB of RAM and broadband connectivity with minimum 512 kbps bandwidth. 4. Set up Computer System for executing the operations on the Electronic Tendering System :

12 10 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 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 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 Provider s Fees of Rs.1,054/- 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. B Steps to be followed by Contractors to participate in e-tenders processed by P.W.D. 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. 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 Hash Submission stage.

13 11 In case, the contractors have multiple documents under the same type (e.g. multiple Work Completion Certificate) 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 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 e-tendering Portal on 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. 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

14 12 tender. Bidder will use this challan in his bank to make NEFT/RTGS Payment via net banking facility provided by bidder s bank. Bidder will have to validate the EMD payment as a last stage of bid preparation. If the payment is not realised 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 e-tender. Note: * Realisation 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 o-n the amount of EMD. * Help File regarding use of e-payment Gateway can be downloaded from etendering portal. Submission of Bids will be preceded by online bid prep and submission of the digitally signed Bid Hashes (Seals) ithin 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 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 the uploadable document type of templates, the contractors are required to select the relevant document / compressed file (containing multiple documents) already upload in the briefcase. Notes :- a. The contractors upload a single document or a compressed file containing multiple documents against each uploadable 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.

15 13 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. d. After the Hash value 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 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 Tender Authority from PWD has lapsed, the contractors have to make the online payment of Rs.1,054/- towards the fees of the Service Provider. After making online payment towards Fees of Service Provider, the contractors are required to decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid data using the Public key of the Tendering Authority. The Public Key of the Authority is attached to the Tender during the Close for Bidding stage. Note :-The details of the Processing Fees shall be verified a matched during the Technical Opening stage.

16 14 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 reencryption 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 o Decryption and RE-encryption of Bids (submitting the Bids online). 7. Short-listing of Contractors for Financial Bidding Process :- The Tendering Authority will first open the Technical id documents of all contractors and scrutinizing these documents would shortlist the contractors who are eligible for Financial Bidding Process. The shortlisted contractors will be intimated by 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 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.

17 Terms and Conditions For Online-Payments The Terms and Conditions contained herein shall apply any person ( User ) using the services of PWD Maharashtra, herein 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 E Tendering Service provider and Payment Gateway Service provider PWD Maharashtra website i.e. 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 dividuals 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. This Privacy Policy describes Merchant s treatment of personally identifiable information that Merchant collects when the User is on the Merchant s website. The Merchant does not collect any information about the User (such as User's name, 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 to the User and other communication to tell the User about the various services, features, functionality and content offered by 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 User s actions on our website violate the Terms of Service or any of our guidelines for specific services, or

18 16 c) to protect or defend Merchant s legal rights or property, the Merchant s 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 Merchant s website/offerings. Merchant's website or seek voluntary information from The User. General Terms and Conditions For E-Payment 1. Once a User has accepted these Terms and Conditions, he/ she may register on Merchant s 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 User s use of the website or information provided to or gathered by Merchant with respect to such use. Each User accepts and agrees that the provision of details of his/ her use of the Website to regulators or police or to any other third party in order to resolve disputes or complaints which relate to the Website shall be at the absolute discretion of Merchant. 3. If any part of these Terms and Conditions are determined to be invalid or unenforceable pursuant to applicable law including, but not limited to, the warranty disclaimers and liability limitations set forth herein, then the invalid or unenforceable provision will be deemed superseded by a valid, enforceable provision that most closely matches the intent of the original provision and the remainder of these Terms and Conditions shall continue in effect. 4. These Terms and Conditions constitute the entire agreement between the User and Merchant. These Terms and Conditions supersede all prior or contemporaneous communications and proposals, whether electronic, oral, or written, between the User and Merchant. A printed version of these Terms and Conditions and of any notice given in electronic form shall be admissible in judicial or

19 17 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 Provider s webpage, that is linked to the Website, is experiencing any server related issues like slow down or failure or session timeout, the User shall, before initiating the second

20 18 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 or any other mode of contact as provided by Merchant to confirm payment. ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to make payment. However, the User agrees that under no circumstances the Payment Gateway Service Provider shall be held responsible for such fraudulent/duplicate transactions and hence no claims should be raised to Payment Gateway Service Provider No communication received by the Payment Gateway Service Provider(s) in this regard shall be entertained by the Payment Gateway Service Provider. Limitation of Liability 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

21 19 resulting from unauthorized access or alteration of transmissions of data or arising from suspension or termination of the Services. 3. The Merchant and the Payment Gateway Service Provider(s) assume no liability whatsoever for any monetary or other damage suffered by the User on account of: (I) the delay, failure, interruption, or corruption of any data or other information transmitted in connection with use of the Payment Gateway or Services in connection thereto; and/ or (ii) any interruption or errors in the operation of the Payment Gateway. 4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and Merchant and their respective officers, directors, agents, and employees, from any claim or demand, or actions arising out of or in connection with the utilization of the Services. The User agrees that Merchant or any of its employees will not be held liable by the User for any loss or damages arising from your use of, or reliance upon the information contained on the Website, or any failure to comply with these Terms and Conditions where such failure is due to circumstance beyond Merchant s reasonable control. Miscellaneous Conditions: 1. Any waiver of any rights available to Merchant under these Terms and Conditions shall not mean that those rights are automatically waived. 2. The User agrees, understands and confirms that his/ her personal data including without limitation details relating to debit card/ credit card transmitted over the Internet may be susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the Payment Gateway Service Provider(s) have no control over such matters. 3. Although all reasonable care has been taken towards guarding against unauthorized use of any information transmitted by the User, Merchant does not represent or guarantee that the use of the Services provided by/ through it will not result in theft and/or unauthorized use of data over the Internet.

22 20 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 User s 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 User s password in an unsolicited phone call or in an unsolicited . 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 User s 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 café. 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. 2. The User agrees that the debit/credit card details provided by him/ her for use of the aforesaid Service(s) must be correct and

23 21 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. 3. 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. ii. iii. iv. The User is fully and lawfully entitled to use such credit / debit card, bank account for such transactions; The User is responsible to ensure that the card/ bank account details provided by him/ her are accurate; The User is authorizing debit of the nominated card/ bank account for the payment of Tender Fee and Earnest Money Deposit 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 1. 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. 2. 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 on such mails initiated by him/ her. 3. 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

24 22 entering the Website the User consents to the terms of Merchant s information privacy policy and to our continued use of previously collected information. By submitting the User s personal information to us, the User will be treated as having given his/her permission for the processing of the User s personal data as set out herein. 4. 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. 2.1 Joint Venture is not allowed. 3. EARNEST MONEY AND SECURITY DEPOSIT:- (i) Earnest money of minimum Rs. 1,67,000/- 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 preparation as given in challan under Beneficiary Account Number. (ii) Scanned copy of earnest money exemption certificate wi be accepted in lieu Earnest Money Deposit from the Registered Contractors of Maharashtra State only. Earnest Money in the form of cheque or any other form above will not be accepted. ept (iii) The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance or otherwise of the tender. In case successful tenderer, it will be refunded on his paying initial Security Deposit and completing the tender documents in form B-1.

25 (iv) 23 In case of Joint Venture, Earnest money Exemption certificate in individual capacity will not be accepted. Earnest money shall be be paid via online using NEFT/RTGS or payment gateway mode. The Security Deposit, additional security deposit etc. in form of T.D.R. / F.D.R. issued in the name of Joint Venture Company drawn by scheduled bank having branches in Maharashtra and endorsed, in the name of Executive Engineer, Public Works Division No.2, Jalna for the period of one year will be considered. 3.4 SECURITY DEPOSIT The total Security Deposit to be paid shall be 4% (Four Percent) ( Rs.6,68,000/-) of amount put to tender. The successful tenderer shall have to pay half the Security Deposit in approved security deposit form (Preferably in the form of N.S.C.) or in FDR/BG in the form of Bank Guarantee (in the form as prescribed by Government) from any Scheduled Bank, in favour of the Executive Engineer, Public Works Division No.2, Jalna within the 10 days of acceptance of tender. And balance security deposit will be recovered from running amount 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. The security deposit for the performance of the contract shall be as detailed in the Tender Documents elsewhere. Fifty percent of the security deposit will have to deposit within ten days 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% (Four percent) of the cost of work worked out as per D.S.R. respective district for the

26 24 Initial security deposit may be in Bank Guarantee form in format on page 221 to 222 of Tender Document for full period of completion of work and it should be extendable up to expiry of valid extension if any, as directed by Engineer-in-charge. 3.5 Condition for Payment of Performance Security Deposit the offer is received lower than 15% below :- In case the tenderer offers the rates lower than 15% below the estimated cost put to tender, in that case the tenderer will have to pay additional security deposit along with initial security deposit, for performance of work to the extent of amount exceeding 15% below offer, in the form of demand draft or interest bearing securities pledged in favour of Executive Engineer, Public Works Division No.2, Jalna or in the form of bank guarantee, for full period of completion of work and it should be extendable up to expiry of valid extension if any, as directed by Engineer-in-charge, failing to which such tender, will be considered as withdrawn and their earnest money deposit shall be forfeited to Government. The additional security de shall be refundable after satisfactorily completion of work. 3.6 In the event of failure of the tenderer to pay FDR/BG security deposit within 10 days (unless extended in writing by the Executive Engineer) from the date of receipt of notice (sent by Registered Post) of acceptance of his tender, the amount of earnest money shall be forfeited to Government and the acceptance of his tender, shall be considered withdrawn. Except that in the event of the notice of acceptance of the tender, not being issued within 120 days of the date of opening of envelope No. 2 (financial bid), the tenderer shall have the option (to be intimated in writing in good time before the expiry of 120 days period) of withdrawing his tender, in which case the earnest money should be refunded in full. All the tenders shall remain open for acceptance for 120 days from the date fixed for opening of envelope No. 2 (financial bid) and thereafter until it is withdrawn by the tenderer by notice in

27 25 writing as per condition No.2 of the Memorandum on page No. 52 and Earnest money of the unsuccessful tenderers will be refunded on their application only after an intimation of rejection of their tender is sent to them or on the expiry of the validity period whichever is earlier. 4 The acceptance of the tender may be intimated to the contractor telegraphically or otherwise and either by the officer competent to accept the tender or any authority in the department including Government and such intimation shall be deemed to be an intimation of acceptance of the tender given by the authority competent to accept the tender. 5 In case there is difference between amount written in figures and words, the lower offer will be taken as final. 6 No pages should be removed from, added in, or replaced in Tender. 7 Income Tax The income 2.00% and surcharge thereon or at the rates amended from time to time as intimated by competent income tax authority shall be deducted from bill amount, whether bill, advance payment or secured advance. 8.1 VAT TAX:- VAT of the contract amount will be recovered from the bill of the contractor who are registered under Maharashtra Value Added Tax Act, 2005 and 4.00% of the contract amount will be recovered from the contractor s bill amount who are not registered under Maharashtra Value Added Tax Act, In addition, as per Government of Maharashtra, Finance Department Notification No. VAT- 1514/CR-68/Taxation-1 dated 21/8/2014 Value Added Tax 10% of amount of Royalty payable in each bill shall be recovered from the contractor s bill amount.

28 8.2 INSURANCE: 26 As per the Govt. Resolution No. FD/Insurance-1098/Case No. 28/98, dated and Director of Insurance, Maharashtra, Mumbai letter dated contractor has to submit Government Insurance Policy before starting of work, failing which an amount equivalent to one percent (1%) of the tendered cost will be recovered from the First Running Account Bill of this work. 8.3 ROYALTY CHARGES: Royalty charges for supply of materials: As per the instructions issued vide P.W.D. Govt. of Maharashtra Resolution of and Forest Department No. Gaukhani-10/1062/CR-603/Kh, dated 11/05/2015 while framing the estimates, royalty charges for the items of supply of materials like te rubble, metal, crushed soft murum/ hard murum, sand and soil shall be considered in the rate analysis of respective Rs per Cubic Metre (Rs per brass) or actual and shall be recovered. The contractor has to pay these charges directly to Revenue Dept and original challans, permission documents shall be produced to concerned Executive Engineer. If contractor fails to produce these original documents the royalty charges shall be recovered from contractor s bill. 8.4 BUILDING AND OTHER CONSTRUCTION WORKERS WELFARE CESS:- Building and other construction workers 1% or at the rates amended from time to time as intimated by the competent authority of building and other construction works welfare Act, 199 shall be deducted from bill amount, whether measured bill advance payment or secured advances. 9.0 TENDERING PROCEDURE 9.1 The tender shall be unconditional. Conditional tender shall be summarily rejected.

29 PRE TENDER CONFERENCE (ONLINE): i. Online pre-tender conference open to all prospective tenderers who have downloaded tender form before the date of pre tender conference as per Tender Schedule. ii. The prospective tenderer are free to ask for any additional information or clarification through queries Online concerning to the work, and the reply to the same will be given by Public Works Circle, Aurangabad the Superintending Engineer, in writing and this clarification referred to as common set of conditions / deviations (C.S.D.) shall form a part of tender documents and which will also be common and applicable to all tenderers. iii. The tender submitted by 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. 9.3 EXAMANATIONS OF DRAWINGS AND SITE CONDITIONS:- The tenderer shall in his own interest carefully examine the drawings, conditions of contract, specifications, etc. He shall also inspect the site and acquaint himself about the climate, physical and all weather conditions prevailing at site, the nature, magnitude, features, and practicability of the works. All existing and required means of communications and access to site, availability of housing and other facilities, the availability of labour and materials, stores and godown, etc. He shall obtain all necessary camp site, as to the risk, contingencies and other circumstances, which may affect and influence the tender. No claim on any of the above or other factors will be entertained by the Government, should there be any discrepancy or doubt or obscurity to be observed by him, he shall set forth in writing such descriptions, doubts, obscurity and submit the same to the Executive Engineer, Public Works Division No.2, Jalna for elucidation as soon as possible.

30 MANNER OF SUBMISSION OF TENER AND ITS ACCOMPANIMENTS: The Tenderer shall submit the tender and documents in separate sealed envelopes as below:- 9.4 (a) ENVELOPE NO.1 (DOCUMENTS) The bidder must purchase the bidding documents via online mode by filling the cost of Tender The first envelope clearly marked, as "ENVELOPE NO.1" contain the following documents. I. Scanned copy of Forwarding letter. II. The EMD if applicable will be paid via online mode or exemption certificate is available then valid certificate of exemption from payment of earnest money should be Scanned from original copy, Additional (Performance) Security (if Required) (copy to be Submitted as per the tender Schedule). III Scanned copy of Certificate in original or an attested copy thereof duly attested by a Gazetted Officer as a registered contractor with the Public Works Department, Government of Maharashtra in appropriate class on the date of submission as may be applicable of Civil valid. IV Scanned copy of Details of other works tendered for and in hand with the value of work unfinished on the last date of submission of tender (in the proforma of statement No. I on page No. 38), the Statement from the Heads of the offices under whom the works are in progress should be enclosed of civil contractors. V Scanned copy of the list of owned machinery immediately available with the tenderer for use on this work.(in the proforma of Statement No. II and II-A on page No. 39 and 40 respectively) VI Scanned copy of Details of one work of similar type and 30% magnitude carried out by the contractor during last three years i.e , & (in the proforma of Statement No. III on

31 Page No ).The statement should be signed by the authority with whom the contractor has executed the work. VII Scanned copy of Details of Technical personnel on the roll of the tenderer (in the proforma of Statement No. IV on Pg. No. 42). VIII Scanned copy of Certified copy of Partnership Deed and Power of Attorney, in case of a firm tendering for work. (The true copy thereof duly attested by a Gazetted Officer). IX Scanned copy of Valid Professional Tax Registration Certificate in the form of PTR and PTE under section (I) of section 5 of Maharashtra State Tax in Profession Trade calling and Employment Act, 1975 Rule 3(2) for employees including technical personnel from Professional Tax office of the concerned District of Maharashtra. X Scanned copy of Valid registration certification under Maharashtra Value Added Tax Act, 2005 under rule No. 8 & 9 or TIN number issued by competent authority. Otherwise his / their envelope No.2 will not be opened. XI Scanned copy of sketch of Plant Location form farthest point of work signed by bidder should be submitted. This distance should be within 60 Kms. so as to maintain temperature of bituminous material as per specification before laying on site. This sketch has to be uploaded through online. After opening the Envelope No.1 it will be verified by the Deptt. that the distance of the plant to the farthest point of the work is within 60 Kms if the distance found to be more than 60Kms then Envelope No.2 of the bidder will not be opened i.e. bidder will be disqualified. XII Scanned copy of Undertaking of contractor that he had studied all tender documents, conditions and especially work methodology. XIII Scanned copy of valid certificate issued by Asst. Chief Engineer (Mech.) of Public Works Department/ Region to the effect that specialised machineries in statement No. II-A on page No.40 attached

32 30 herewith are in Efficient - Working condition and in conformity with MOST s specifications must be enclosed in Envelope No.1. In absence of this certificate Envelope No.1 will not be opened. PLEASE SEE ADDIDITIONAL GENERAL CONDITONS AND SPECIFICATIIONS FOR SUPERVISING CONTROL AND DATA ACQUISITION FOR BITUMEN : XIV QUALIFICATION CRITERIA: To qualify for award of the contract, each tenderer in his name should have to satisfy the following criteria, a) Achieved a minimum annual average financial turn over (in all classes of civil engineering work only) of Rs lakhs at price level of during last three years i.e , & (information to be given only in proforma of Statement No. V on page No. 43). b) Satisfactorily completed as a contractor of at least one similar Government/ semi Government work (Road work) not less than Rs lakhs at price level during last three years. (It should be started and finished during last three years i.e , & (information to be given only in proforma of Statement No. III on page No. 41). c) Satisfactorily executed in any one year of last three years i.e , & for the following minimum quantities of work. (Information to be given in proforma statement No. VI on page No. 44). i) 75mm thick Modified Penetration Macadam/ B.U.S.G./ B.B.M Sq.M. ii) 20mm thick O.G.C Sq.M. iii) Bituminous macadam Cu.M. iv) Tack coat Sq.M. v) seal coat Sq.M.

33 Note: Financial turn-over and cost of 9completed works of previous year shall be given linear weightage of 10% per year on rupees value to bring them at price level. 2. The necessary certificates as mentioned in qualification criteria at Sr. No. a, b and c are required to be obtained from the officer not below the rank of Executive Engineer / Divisional Accounts Officer. A copy of these certificates shall be duly attested by a Gazetted Officer. 3. Signature of the officer checking / issuing requisite bear the name of concerned officer. icate should 4. All these statement / forms shall be filled in and signed properly and correctly. If these forms are found incomplete or wrongly filled, Contractor s envelope No. 2 (Financial Bid) will not be opened. d) Each contractor should further demonstrate the availability of the following key and critical equipments at Sr. No. (1) to (8) for this work and should be owned by the contractor and same shall be actually in his possession at the time of submission of tender. (Information is to be submitted in statement No. II-A on page No. 40). If the scanned copies of documentary proof of ownership of following machineries are not submitted in Envelope No.1, the said tender s Envelope No.2 will not be opened. 1) Drum Mix Hot mix plant of 30/40 M.T. capacity updated with SCADA system One Number (owned) 2) Paver Finisher with SCADA One Number (owned) 3) Bouzer with Mechanical asphalt sprayer One Number (owned) 4) Tipper / Trucks Four Numbers (owned) 5) Static roller (8 to 10 tons static weight) One Number (owned) 6) Vibratory Roller with SCADA One Number (owned) 7) JCB One Number (owned) 8) Water Tanker One Number (owned) e) Availability for this work of a Project Manager for this work with not less than Five Years experience in construction of civil work and other key personnel with adequate experience are required. Two Civil

34 Engineers one having experience of 10 years and other 32 years (information to be submitted in proforma No. IV on Page No. 42). f) Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the 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 a one year during the last three years. (Updated to price level) taking into account the completed as well as work in progress. N= Number of years prescribed for completion of the works for which bid are invited. B= Value at price level of existing commitments and ongoing works to be completed during the next 12 (Twelve) months. (Period of completion of the works for which tenders are invited) Note: The statement showing the value of existing commitments and ongoing works as well as the stipulated period of completion remaining for each of the work listed should be countersigned by the officer not below the rank of a Executive Engineer / Divisional Accounts Officer. g) Even though the bidder meets the above qualifying criteria, they are subject to be disqualified if they have made: - Misleading or false representation in the form, statements and attachments submitted in proof of the qualification requirements and / OR Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion,

35 33 litigation history or financial failure or executed substandard work, etc. 9.4(b) ENVELOPE NO. 2 TENDER: (FINANCIAL BID) Refer to section schedule of online tendering procedure at Sr.No (C) SUBMISSION OF TENDER Refer to section Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department for details. 9.4(D)OPENING OF TENDERS : On the date specified in the Tender schedule, following procedure will be adopted for opening of the tender. I ENVELOPE NO.1 : (DOCUMENTS) First of all Envelope No.1 of the tender will be opened online to verity its content as per requirements. If the various documents containe 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 tenderer s Envelope No.2 (Financial Bid) will not be considered for further action, but the same will be recorded. The decision of the Tender opening authority in this regard will be final binding on the contractor. II ENVELOPE NO.2: (FINANCIAL BID) 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 and / or fulfill the Qualifying Criteria. The tendered rates percentage above / below the estimated rates quoted shall sealed and intimated to contractor through TIME LIMIT:

36 34 The work is to be completed within time limit as specified in the NIT which shall be reckoned from the date of written order of commencing the work and shall be inclusive of monsoon period. 9.6 TENDER RATE: No alteration in the form of tender and the schedule of tender and no addition in the scope of special stipulation will be permitted. Rates quoted for the tender shall be taken as applicable to all leads and lifts. 9.7 TENDER UNITS: The tenderers should particularly note the unit mentioned in the schedule B on which the rates are based. No change in the units shall be allowed. In the case of difference between the rates written in figures and in words the correct rate will be one, which is lo wo. 9.8 CORRECTIONS: No correction shall be made in the tender document. Any corrections that are to be made, shall be made by crossing the incorrect portion and writing the correct portion above with the initials of tenderer. 9.9 TENDER ACCEPTANCE: Acceptance of tender rests with the Chief Engineer, Public Works Region, Aurangabad who reserves the rights to reject any or all tenders without assigning any reasons there for. The tenderer whose tender is accepted will have to enter in to a regular B-1 agreement within 10 days of being notified to do so. In case failure on the part of Tenderer to sign the agreement within the stipulated time, the earnest money paid by him shall stand forfeited to the Government and the offer of the tenderer shall be considered as withdrawn by him POWER OF ATTORNEY:- If the tenderer are a firm or company, they should in letter mention the names of all the partners together forwarding the name of person who holds the power of attorney authorizing him to conduct all

37 35 transactions on behalf of the body, along with the tender and scanned it with envelope No The tenderer may in the forwarding letter mention any he may wish to make clear but right is reserved to reject the same or the whole of the tender if the same become conditional tender thereby The contractor or the firms tendering for the work shall inform the Department if they appoint their authorized agent on the work No foreign exchange will be released by the Department for the purchase of plants and machinery for the work by the contractor Any dues arising out of contract will be recovered from the contractor as arrears of land revenue if not paid amicable; moreover recovery of Government dues from the contractors will be affected the payment due to the contractor from any other Government works under execution with them All scanned pages of tender documents, specifications, corrections, slips, etc. shall be initialed by the tenderer. The tenderer should bear full signature of the tenderer or his authorized power of attorney holder in case of firm The successful tenderers will be required to produce to the satisfaction of the specified concerned authority a valid and concurrent license issued in his favour 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 the contractor withdraws it by notice in writing duly addressed to the authority. Opening the tender and sent by Registered Post Acknowledge due (Ref. To memorandum on Page 52 to 54 of B-1 from chapter).

38 10 36 The contractor will have to sign the hard copy of the tender papers and the drawings according to which the work is to be carried out. The contractor shall also have to give a declaration to the effect that, he has fully studied the plans, specifications, local conditions and availability of labour and materials and that he has quoted his rates with the consideration to all these factors. 11 The right is reserved to revise or amend the contract prior to the due notified for the receipt of tenders or extended date. Such deviations, amendments or extensions, if any, shall be communicated in the form of corrigendum by letter or / and by notice in News Papers as may be considered suitable. 12 The tender submitted by the tenderer remain valid for a period of 120 days from the date of opening of Envelope No.2 (Financial Bid). Tenderer also see Para 2 of General Rules etc. of contract form. 13 The contractor(s) whose tender is accepted is required to note that no foreign exchange will be released by the Department. 14 Tender, which do not fulfill all or any of the conditions or are incomplete in any respect are liable to summarily rejection. 15 Right to reject any or all tenders without assigning reasons there for is reserved. The acceptance of the tender lies with the Chief Engineer, Public Works Region, Aurangabad. 16 The e-tender notice inviting tender shall form part of the tender agreement. 17 INSTRUCTIONS TO CONTRACTOR: 1 In case the tenderer whose offer is found lowest is requested to negotiate and reduce the offer, and if the contractor does not respond within a period of 10 days, the tender accepting authority without issuing any reminder reserves the right to reject such tender.

39 2 37 In case the contractor, who is informed of acceptance of his tender, does not remit the initial Security Deposit within a period of 10 days, the tender accepting authority reserves the right to forfeit the earnest money deposit without issuing any reminder to ke further action according to the tender provision. 3 As per Govt. instruction it is proposed to make payment of Contractors bills through ECS/ NEAFT System. For this purpose Contractor should open his Bank account in a bank having core banking facility only. 4 Regarding Special condition & Specifications of SCADA please refer Page No.155 at Sr. No.62.

40 38 STATEMENT NO. I Statement of list of works in hand and work Tendered for as on last date of submission of this Tender Name of contractor: (A) Works in Hand Sr. No. Name of works Agreement No. Tendered amount Date of commence-- ment Stipulated date of completion Value of work already done Value of balance work to be executed in next 12 (Twelve calendar months Probable date of completion Remarks Sample form----- (B) WORKS TENDERED FOR Sr. No. Name of works Name and address of client Tendered amount Time limit Probable date when decision is expected Other relevant details if any Sample form----- Note:-This is only a standard form. Details are to be scanned & furnished in this format in the form of type written statements which shall be scanned & enclosed in Envelope No.1 duly signed. The documentary proof of work in hand / workstendered for should be attached with this statement duly attested by Gazetted officer.

41 39 STATEMENT NO. II STATEMENT SHOWING THE DETAILS OF OWNEDMACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERER FOR THIS WORK NAME OF TENDERER: Sr. No. Name of equipment No. of units Kind and make Capacity Age and condition Present Remarks location Sample form----- 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 scanned &enclosed in Envelope No.1 duly signed. The documentary proof of ownership should be scanned &attach with this statement The certificate of concerned Sub-Divisional Officer/ Engineer to the effect that the plant to site distance to maintain the temperature of the bituminous material with the remix the same as per specifications before laying on site. This certificate has to be uploaded through online.

42 40 STATEMENT NO. II-A LIST OF MACHINERY FOR WHICH CERTIFICATE OF A.C.E. (MECH.) IS REQUIRED. 1) Drum Mix Hot mix plant of 30/40 M.T. capacity updated with SCADA system One Number (owned) 2) Paver Finisher with SCADA One Number (owned) 3) Bouzer with Mechanical asphalt sprayer One Number (owned) 4) Tipper / Trucks Four Numbers (owned) 5) Static roller (8 to 10 tons static weight) One Number (owned) 6) Vibratory Roller with SCADA One Number (owned) 7) JCB One Number (owned) 8) Water Tanker One Number (owned) Signature of bidder Note:- The documentary proof ownership should be submitted duly attested by Gazetted Officer only.

43 41 STATEMENT NO. III STATEMENT SHOWING THE DETAILS OF ONE WORK OF SIMILAR TYPE AND 30% MAGNITUDE CARRIED OUT BY CONTRACTOR DURING LAST THREE YEARS (i.e , & ) NAME OF THE TENDERER: Sr. No Name of work Name & address of organisation for whom the work was don Place & countr Agrement No & Date Date of commen emen Tendere cos Total cost of work don Date of completi Remark (Princip feature as in brie Sample form----- Note This is only a standard form; details are to be scanned&furnished in this format in the form of type written statements, which shall be enclosed in Envelope No.1 duly signed. The documentary proof of similar type and magnitude should be scanned & submitted with this statement.

44 42 STATEMENT NO. IV STATEMENT SHOWING THE DETAILS OF TECHNICAL PERSONNEL AVAILABLE WITH CONTRACTOR, WHICH CAN BE SPARED EXCLUSIVELY FOR THIS WORK. NAME OF THE CONTRACTOR: Sr. No. Name of person Qualification Whether working in field or office Experience of execution of similar works Period for which the person is working with the tenderer Remarks Sample form ---- 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 scanned &enclosed in Envelope No.1 duly signed. The documentary proof of his Technical persons should be scanned & attached with this statement.

45 43 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 works Amount put to tender/ tendered cost Agreement No. Date of commen- -cement Amount of work done during each of last three years Amount of work still remaining to be executed Remarks Sample form Out word No. and date of certificate issuing authority. This is only a standard form. Details are to be scanned &furnished in this format in the form of type written statements which shall be enclosed in Envelope No.1 duly signed. The documentary proof ofwork done with whom contractor executed should be scanned & attached with this statement.

46 44 STATEMENT NO. VI Statement showing quantities of work executed in any one year during last three years. (i.e , & ) NAME OF THE CONTRACTOR: Sr. No. Name of work Agreement No. Year MPM/BUSG 75mm. Sq.M. B.M. 50/75 mm Cum 20mm. thick O.G.C./SDBC Sq.M. Tack coat Sq.M. Seal coat Sq.M. Remarks 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 scanned &enclosed in Envelope No.1 duly signed. The documentary proof of quantity executed with whom work executed should be scanned &attached with this statement.

47 45 Rs.100 Bond xé ÉÖxÉÉ ºÉiªÉ ÉÊiÉYÉÉ ±ÉäJÉ ºÉiªÉ ÉÊiÉYÉÉ ±ÉäJÉ (AFFIDAVIT) i) Affidavit shall be notarised. ii) Separate affidavit shall be submitted for each work in original ÉÒ ÉªÉ É¹ÉÇ úé½þhéé ú ªÉÉ ºÉiªÉ ÉÊiÉYÉÉ ±ÉäJÉÉuùÉ äú ʱɽÚþxÉ näùiééä EòÒ, ÉÒ ªÉÉ ò ÉÇSÉÉ / EÆò{ÉxÉÒSÉÉ ÉÉä ÉɪÉ]õ ú/ ÉÖJÉiªÉÉ ú +ºÉÚxÉ IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA ªÉÉ EòÉ ÉɺÉÉ`öÒ ÊxÉÊ ÉnùÉ ºÉÉnù ú Eäò±ÉÒ +ɽäþ. ªÉÉ ÊxÉÊ ÉnäùSªÉÉ Envelope No.1 ÉvªÉä VÉÒ EòÉMÉnù{ÉjÉä ºÉÉnù ú Eäò±ÉÒ +ɽäþiÉ iéò JÉ úò, É úéä É ú É {ÉÚhÉÇ +ɽäþiÉ. iªéé ÉvªÉä EòÉähÉiªÉɽþÒ jéö]õò, SÉÖEòÉ xéé½þòié +ºÉä É{ÉlÉ{ÉÚ ÉÇEò ÉÉxªÉ Eò úòié +ɽäþ. ªÉÉ EòÉMÉnù{ÉjÉÉÆ ÉvªÉä EòɽþÒ SÉÖEòÒSÉÒ, Ênù ÉÉ ÉÚ±É Eò úhéé úò, JÉÉä]õÒ iéºéäsé +{ÉÚhÉÇ ÉÉʽþiÉÒ +Éfø³ý±ªÉÉºÉ ÉÒ EòɪÉnäù ÉÒ ú EòÉ ú ÉÉ<ÇºÉ {ÉÉjÉ +ɽäþ É úé½þòxé. EÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ ªÉähÉä É ÉÉhÉä ÉÊiÉYÉÉ ±ÉäJÉ ÊnùxÉÉÆEò.. EÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ

48 46 WORK AND SITE CONDITION Name of work: - IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA. Mantha Watur Jintur Road is a Major State Highway Standard Road No. MSH-02 as per Road Development Plan Part length of this MSH-02 from KM 113/400 to 117/00 is to be get improved vide this tender. The site is towards Jintur is KM away from Mantha town. The existing BT surface is very badly damaged due to routine heavy traffic and rainy season. Due to heavy traffic heavy ruts and pot holes/ sunk portion are developed. There is no any obstruction for execution of work. The work consists of following provisions in brief : 1) Construction of Modified Penetration Macadam 75mm thick by providing and applying tack coat. 2) Providing and laying Hot mix hot laid bituminous macadam 50mm/75mm. 3) Providing and applying tack coat by self propelled or towed bitumen. 4) Providing and laying 20mm thick open graded premix bituminous carpet with liquid seal coat. 5) Supplying, spreading and compacting hard murum for side shoulder. 6) Providing and fixing Road side informatory boards, RCC KM stones including painting and thermoplastic reflective paint for centre line, etc.

49 47 FORM B-1 PERCENTAGE RATE TENDER AND CONTRACT FOR WORK DEPARTMENT : PUBLIC WORKS DEPARTMENT CIRCLE : PUBLIC WORKS CIRCLE, AURANGABAD DIVISION : PUBLIC WORKS DIVISION NO.2, JALNA NAME OF THE WORK : IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA. GENERAL RULES AND DIRECTIONS FOR 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, Public Works Division No.2, Jalna. 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 deposit 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 from bills. Copies of the specifications, designs and drawings, and estimated rates, scheduled rates and any other documents required in co with the work shall be signed by the Executive Engineer for the purpose of identification and shall also be open for inspection by contractors at the office of the Executive Engineer, during the office hours. 2 In the event of the tender being submitted by a firm, must be signed by each partner thereof, in the event of the absence of any partner, it shall be signed on his behalf by a person holding a power of attorney him to do so. 2(A) I The contractor shall pay along with the tender the sum of Rs.1,67,000/- (Rs. One Lakh Sixty Seven Thousand only) as and by way of earnest money deposit. Earnest money shall be be paid via

50 48 online using NEFT/RTGS or payment gateway mode. The said amount of earnest money shall not carry any interest whatsoever. II III IV In the event of his tender being accepted, subject to provision of sub clause (III) below, the said amount of earnest money shall be appropriated towards the amount of security deposit pa ble by him under conditions of General Condition of Contract. If, after submitting the tender, the contractor withdraws his offer, or modifies the same, or if after the acceptance of his tender, the contractor fails or neglects to furnish the balance of security deposit without prejudice to any other rights and powers of the Government, hereunder or in law, Government shall be entitled to forfeit the full amount of the earnest money deposited by him. In the event of his tender not being accepted, the amount of earnest money deposited by the contractor, shall unless it is thereto forfeited under the provisions of sub-class (III) above, be refunded to him on his passing receipt therefor. 3 4 Receipts for payments made on account of any work, when executed by a firm, should also be signed by all the partners except where the contractors are described in their tender as firm, in 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. 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 works to be carried out] he is willing to undertake the work. Only one rate or h percentage on all the Estimated rates / Scheduled rates shall be Tenders which propose any alteration in the works specified in the said form if invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions, of any sort will be liable to rejection. No printed forms of tender shall include a for more than one work, but if contractor who wish to tender for two or more works, they shall submit a separate tender for each. Tender shall have the name and number of the work to which they refer, written outside the envelope. 5 The Superintending Engineer, Public Works Circle, Aurangabad shall open e-tenders as per e-tender schedule in the presence of

51 49 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 The officer competent to dispose off the tenders shall have the right of rejecting all or any of the tenders, without assigning any reason thereof. No receipt for any payment alleged to have been made by a contractor in regards 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. 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 completed by the office of the Executive Engineer before the tender form is issued. If a form issued to an intending tenderer has not been so filled in and completed, he shall request the said office to have this done before he completes and delivers his tender. All works shall be measured net by standard measure an according to the rules and customs of the Public Works Department without reference to any local custom. Under no circumstances shall any contractor be entitled to claim to enhanced rates for items in this contract. Every registered contractor should produce along with certificate of registration as approved contractor in the appropriate class and renewal of such registration with date of expiry. (Copies to be attested by Gazetted Officer) All correction and additions or pasted slips should be initialed. The measurements of work will be taken according to the usual method in use in the Public Works Department and no proposals to adopt alternative methods will be accepted. The Executive Engineer's decision as to what is usual method in use Public Works Department will be final.

52 Every tenderer shall submit along with the tender, information regarding the income tax circle or ward of the district in which he is assessed to income tax, the reference to the number of the assessment and the assessment year. True copy thereof duly attested by a Gazetted Officer. No foreign exchange would be released by the Department for the purchase of plant and machinery required for execution of the work contracted for. The contractor will have to construct shed for storing controlled and valuable materials brought by him at work site at contractor's cost. The material will be taken for use in the presence of departmental person. No material will be allowed to be removed from the site of work. The tendering contractor shall furnish a declaration along with the tender showing all works for which he has already entered into contract and the value of the work that remains to be executed in each case on the date of submitting the tender. (with certificate from the head of the office concerned) The contractor shall also give a list of machinery in possession and which they purpose to use on the work in the form of statement No. II and statement No. II-A on page No. 39 and 40 respectively. Successful tenderer will have to produce to the satisfaction of the accepting authority a valid and concurrent license issued in his favour under the provisions of Contract Labour (Regulation and Abolition) Act, 1970 before starting the work, failing which acceptance of the tender will be liable for withdrawal and earnest money will be forfeited to Government. The contractor shall comply with the provisions of the Apprentices Act, 1961 and the rules and orders issued there under from to time if he fails to do so, his failure will be breach of the contract and the Superintending Engineer may in his discretion cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the Act.

53 51 TENDER FOR WORKS I/we hereby tender for the execution, for the Governor of Maharashtra (herein before and hereinafter referred to as 'Government') of the * In figure as well as in words work specified in the underwritten memorandum at that rates quoted by me at appropriate place provided online in Financial Bid (* ) 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.

54 1. General Description 52 MEMORANDUM a) If several sub works are included they should be detailed in separate list. a) IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA. b) Estimated cost b) Estimated cost : Rs. 1,66,57, c) The amount of earnest money to be deposited shall be in accordance with the provisions of para 206 and 207 of MPW Manual. c) Earnest Money : Rs. 1,67, d) This deposit shall be in accordance with para 213 and 214 of M.P.W. Manual. d) Security deposit : i) FDR/BG (not less than the amount of earnest money) Rs. 3,34, ii) To be deducted from current bills Rs. 3,34, Total Rs. 6,68, e) This percentage where no security deposit is taken will vary from 5% to 10% according to the requirements of the case where security deposit is taken. See note to Clause-1 of conditions of contract. e) Percentage, if any to be deducted from bill 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:- Four percent.

55 53 f) Give schedule where necessary showing dates by which the various items are to be completed. f) Time allowed for the work from date of written order to commence. 12 (Twelve) Calendar Months Monsoon season) (including 2. I/We agree that the offer shall remain open for acceptance for a minimum period of 120 days (One Hundred Twenty days) from the date fixed for opening the same means envelope No.2 and thereafter until it is withdrawn by me/us by notice in writing duly addressed to the authority opening the tenders and sent by registered post Acknowledge Due or otherwise delivered at the office of such authority, Treasury/Bank challan No. and date of or term deposit receipt No. date in respect of the sum of Rs.1,67,000/- (Rs. One Lakh Sixty Seven Thousand only) representing the earnest money is herewith forwarded. The amount of earnest money shall not bear t 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) the memorandum contained in paragraph (I) of the annexed General conditions of contract. The amount of earnest money shall be adjusted towards the security depositor 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 (exemption certificate with bond) enclosed herewith. Should any occasion for feature of earnest money for this work arise due to failure on my/our part to (i) abide by the stipulation 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) the memorandum contained in paragraph (i) above within the limit laid down in clause (I) of the annexed general conditions of contract. The amount payable by me/us may at the option of 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 money which are due or payable to me/us by the Government under any other contract or transaction of any nature whatsoever or otherwise.

56 54 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 and pay to Government the sums of money mentioned in the said conditions. ++ Amount to be specified in words and figures. * Signature of the Contractor before submission of Tender Contractor s Address $(Witness) Address.. (Occupation):- Receipt No., dated from the Government Treasury of Sub Treasury at in respect of the sum of Rs.1,67,000/- (Rs. One Lakh Sixty Seven Thousand only) is herewith forwarded representing the earnest money (a) the full value of which is to be absolutely forfeited to Government should I/we not deposit the full amount of security deposit specified in the above memorandum, in accordance clause 1(A) of the said conditions, otherwise the said sum of Rs.1,67,000/- shall be refunded. *... Dated day of $ Signature of witness to contractor's signature The above tender is hereby accepted by me for and behalf of the Governor of Maharashtra. ** Signature of the officer by whom accepted. ** Executive Engineer Public Works Division No.2, Jalna Dated: day of

57 55 -: CONDITIONS OF CONTRACT :- Clause 1: Security Deposit The person / persons whose tender may be accepted (hereinafter called the contractor, which expression shall unless excluded by or repugnant to the context include his heirs, executors, administrators and assigns) shall (A) within 10 days (which may be extended by the Executive Engineer / Superintending Engineer or the Chief Engineer concerned up to one month / two months / three months respectively if the Executive Engineer / Superintending Engineer or the Chief Engineer thinks fit to do so) of the receipt by him of the notification of the acceptance of his tender deposit with the Executive Engineer in FDR/BG or Government securities endorsed to the Executive Engineer (if deposited for more than 12 months) of sum sufficient which will make up the full security deposit specified in the tender or (B) (permit Government at the time of making any payment to him for work done under the contract to deduct such sum as will amount to Four percent of all money so payable such deductions to be held by Government by way of security deposit) provided always that in the event of the contractor depositing lump sum by way of security deposit as contemplated at (A) above than 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 the sufficient sum from every such payment as last aforesaid until the full amount of security deposit is made up. All compensation or other sums of money payable by the contractor to the Government under the terms of his contract may be deducted from, or paid by the sale of sufficient part of his security deposit or from the interest arising there from the interest arising there from, or from any sums which may be due or may become due by Government to the contractor under any other

58 56 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 10 days thereafter, make good in FDR/BG 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 FDR/BG may, at the cost of the depositor, be converted into interest bearing securities provided that the depositor has expressly desired this writing. If the amount of the security deposit to be paid in a 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 along with the payment of the final bill, if the date up to which the contractor has agreed to maintain the work in good order is over. If such date is not over, only 50% amount of security deposit shall be refunded along with the payment of the final bill. The amount of the security deposit retained by the Government shall be released after expiry of period up to, which the contractor has agreed to maintain the work in good order, is over. In the event of the contractor failing or neglecting to complete rectification work within the period up to which the contractor has agreed to maintain the work in good order, then subject to provisions of 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. The amount retained towards defect liability period in pursuant to clause 20 shall not be in the form of Bank Guarantee. Clause 2: Compensation The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor and

59 for delay 57 shall be reckoned from the date on which the order to commence work is given to the contractor. The work shall throughout the stipulated period of the contract be proceeded with, with all due diligence (time being deemed to be of the essence of the contract on the part of the contractor) and the contractor shall pay as compensation an amount equal to one percent or such smaller amount as the Superintending Engineer (whose decision in writing shall be final) may decide of the amount of the estimated cost of the work as shown by the tenderer for every day that the work remains uncommented, or unfinished after the proper dates. And further to ensure good progress during execution of the work, the contractor shall found, in all cases in which the time allowed for any work exceeds one months to complete. The contractor should complete the work as per phase period given below. 25% of the work in 1/4 of the time 50% of the work in 1/2 of the time 75% of the work in 3/4 of the time Full work will be completed in 12 (Twelve) months (including monsoon season) In the event of the contractor failing to comply with this conditions he shall be liable to pay as compensation a amount equal to one percent or such smaller amount as the Superintending Engineer (whose decision in writing shall be final) may decide of the said estimated cost of the whole work for every day that the due quantity of work remain incomplete provided always that the total amount of compensation to be paid under the provision of this clause shall not be exceed 10 percent of the estimated cost of the work as shown in the tender. The Superintending Engineer shall be final authority in

60 58 those respects, respective of the fact that the tender is accepted by Chief Engineer / Superintending Engineer. Clause 3: - Action when whole of security deposit is forfeited In any case in which under any clause or clauses of this contract the contractor shall have tendered himself liable to pay compensation amounting to the whole of his security deposit whether paid in one sum or deducted by installments or in 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 the 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 cost and other allied expenses so incurred and as to the cost 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 the work of the contractor be measured up and to take such part thereof as shall be unexecuted, of his hands, and give it to another contractor to complete, in which case all expenses incurred on

61 59 advertisement for fixing a new contracting agency, additional supervisory staff including the cost of work charged establishment and the cost of the work executed by the new contract agency will be debited to the contractor and the value of the work done or executed through the new contractor shall be credited to the contractor in all respects and in the same manner and 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. In case the contract shall be rescinded under clause (a) above the contractor shall not be entitled to recover or be paid, any sum for any work therefore actually performed by him under his 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 the work executed departmentally or through a new contractor and other allied expenses exceeding the value of such work credited to the contractors, the amount of excess shall 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 clause (a),(b) or (c) is adopted by theexecutive Engineer. The contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or

62 60 procured any materials, or entered into any engagements, or made any advance on account of or with a view of the execution of the work or the performance of the contract. Clause 4: - Action when the progress of any particular portion of the work is unsatisfactory. If the progress of any particular portion of the work unsatisfactory, the Executive Engineer shall notwithstanding that the general progress of the work in accordance with the conditions mentioned in clause 2, be entitled to take action under the clause 3(b) after giving the contractor 10 days notice in writing. The contractor will have no claim for compensation, for any loss sustained by him owing to such action. Clause 5: - Contractor remain liable to pay compensation if action not taken under clause 3 & 4. Power to take possession of or sell contractor s plant In any case in which any of the powers conferred upon the Executive Engineer by clauses 3 & 4 hereof shall have become exercisable and the same shall not constitute a waiver of any of the conditions hereof such powers shall not withstanding be exercisable in the event of any future case of default by the contractor for which under any clause or clauses 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 and plant, materials and stores, in or upon the works or the site thereof or belonging to the contractor, of 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 foremen or other authorized agent require him to

63 61 remove. Such tools and plant, materials or stores from the premises within a time to be specified in such notice, and in the event of the contractor failing to comply with such requisition, the Executive Engineer may remove them at the contractor's 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 expenses of any such sale shall be final and conclusive against the contractor. Clause 6: - Extension of time If the contractor shall desire an extension of the time for completion of work on the ground of his having been unavoidably hindered in its execution or on any other ground, he shall apply in writing to the Executive Engineer before the expiration of the period stipulated in the tender or before the expiration of 30 days from the date on which he was hindered as aforesaid or on which the cause for asking for extension occurred whichever earlier and the Executive Engineer, may with the prior approval by the authority competent to accept the tender if in his opinion, there were reasonable ground for granting an extension, grant such extension, as he thinks necessary or proper. The decision of the Executive Engineer in this matter shall be final. Clause 7: - Final certificate On the completion of the work 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 work be considered to be complete until the contractor shall have removed from the premises on which the work shall have been executed, all scaffolding, surplus materials and rubbish, and shall have cleaned of, the dirt from all wood work, doors, windows, walls, floor or other parts of any building in or upon which the work has been

64 62 executed, or of which he may have had possession for the purpose of executing of work, not until the work shall have been measured by the Engineer I 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 the removal or scaffolding surplus materials and rubbish and cleaning of dirt on or before the date fixed for the work the Engineer in charge may at the expense of the contractors, 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 realised by the sale thereof. Clause 8 :- Payment of intermediate certificate to be regarded as advances. No payment shall be made for any work estimated to cost less than rupees one thousand till after the whole of the 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 than approved and passed by the Engineer in charge, whose certificate of such approval and passing of the sum so payable shall be final and conclusive against the contractor. All such intermediate payments shall be regarded as payments by way of advance against the final payments only and not as payments for works actually done and completed and shall not preclude the Engineerin-charge from requiring any bad, unsound imperfect or unskilled work to be removed or taken away and reconstruction or re-erected nor shall be any such payment be considered as an admission of the due performance of the contract or any part thereof in any

65 63 respect or the occurring of any claim nor shall if include, 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 submitted by the contractor within one month of the date fixed for the completion of the work, otherwise the Engineer-in-charge certificate of the measurements and of the total amount payable for the work, otherwise the Engineer-in-charge certificate of the measurements and of the total amount payable for the work shall be final and binding on all parties. Clause 9: - Payment at reduced rates on account of items of work not accepted as completed to be at the discretion of the engineer in charge The rates for several items of work estimated to cost than Rs. 1000/- agreed to within shall be valid only when the items concerned is accepted as having been completed fully in accordance with the sanctioned specifications. In case where the items of the 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. Clause 10: - Bills to be submitted monthly A bill shall be submitted by the contractor each month on before the date fixed by the Engineer in charge for all work executed in the previous month and the Engineer in charge shall take or cause to be taken the requisite measurements for the purpose of having the same verified and the claim, so far as it 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 subordinate to measure up the said work in the presence of the contractor or his duly authorized agent whose counter signature to the measurement list shall be

66 64 sufficient warrant, and the Engineer in charge may prepare a bill from such list which shall be binding on the contractor in all respects. Clause 11: - Bills to be on the printed forms The contractor shall submit all bills on printed forms to be had on application at the office of 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. Clause 12: - Stores supplied by Government If the specification or estimate of the work provide for the use of any special description of materials to be supplied from the store of the PW Department or if it is required that the contractor shall use the certain store to be provided by the Engineer in charge (such materials and stores and the prices to be charged therefore as hereinafter mentioned being so far as practicable for convenience of the contract but not so as in any way to control the meaning or effect of this contract specified in the schedule of memorandum here to annexed) the contractor shall be supplied with such materials and stores as may be required from time to time to be used by him for the purposes of the contract only, and the value of the full quantity of the materials and stores so supplied shall be set off or deducted from any sums then due, or thereafter to become due to the contractor under the contract, or otherwise or from the security deposit or the proceeds of sale thereof if the security deposit is held in Government securities, the same or a sufficient portion thereof shall in that case be sold for the purpose. All material 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 in charge. Any such

67 65 materials unused and in perfectly good condition at the time of completion or termination of the contract shall be returned to the Public Works Department store, if the Engineer in charge so requires by notice in written given under his hand, but the contractor shall not be entitled to return any such material except with the 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 an wastage in or damage to any such materials. Clause 13: - Works to be executed in accordance with specification, drawing, orders, etc. The contractor shall execute the whole and the every part of the work in most substantial and workman like manner, and both as regard materials and every other respect in strict accordance with specification. The contractor shall also confirm exactly, fully and faithfully to the designs, drawings and instruction in writing relating to the work signed by the Engineer in charge and lodge in his office and to which the contractor shall be entitled to have access for the purpose of inspection at such office, or on site of the work during office hours. The contractor will be entitled to receive three sets of contract drawing and working drawing 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. Clause 14:- Alteration in specifications and designs not to in validate contracts. The Engineer-in-charge shall have power to make any alteration 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

68 66 the Engineer-in-charge and such alteration shall not be invalidate the contract, and any additional work which 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 additional and altered work includes any class of work for which no rate is specified in this contract, then such class of work shall be carried out at the rates entered in the Schedule of Rates of the Division or at the rates mutually agreed upon between the Engineer-in charge and the contractor whichever are lower. Rates for works not entered in estimate or schedule of rates of the District. If the additional or altered work for which no the rate is entered in the schedule of the rate of the division, is ordered to be carried out before the rates or agreed upon then the contractor shall within 7 days of the receipt by him of the order to carry out the work, informed the Engineer in charge of the rate which it is his intention to charge for such class of work, and if the Engineer in charge does not agree to this rate he shall by notice in writing be at liberty to cancel his order to carry out such class of work and arrange to carry out in such manner as he may considered advisable provided always that if the contractor shall commence work or incur any expenditure in regard there to before the rates shall have been determine lastly herein 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 determination of the rate as aforesaid according to such rates as shall be fixed by the Engineer in charge, in the event of the 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.

69 Extension of time in consequence of additions or alterations 67 The time limit for the completion of the work shall be extended in the proportion that the increase in its cost occasioned by alteration or additions bears to the cost of the original contract work, and the certificate of the Engineer-in-charge as to such proportion shall conclusive. Clause 15: - No claim to any payment or compensation for alteration in or restriction of work 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 have been safely stopped 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 continuous period exceeding 90 days, the contractor shall be at liberty to withdraw from the contractual obligations under the contract so far pertains to the unexecuted part of the work by giving 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 bill measurements of the work already done and to pay it

70 68 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 the account of his having had to pay the salary or wages of labour engaged by him during the said period of suspension provided always that the contractor shall not be entitled to any claim in respect of any such working machinery, salary or wages for the first 30 days whether consecutive or in the aggregate or such suspension or respect of any suspension whatsoever occasioned by unsatisfactory work or any other default on his part. The decision of the Engineer in this regard shall be final and conclusive against the contractor. 4) In the event of (a) (b) Any total stoppage of work on notice from the Engineer under sub clause (I) in that behalf, Withdrawal by the contractor from the contractual obligation to complete the remaining unexecuted work under sub clause (2) on account of continued suspension of work for a period exceeding 90 days. or

71 (c) 69 Curtailment in the quantity of item or item originally tendered on account of any alteration, omission or substitution in the specifications, drawings, designs or instructions under clause 14(i) where such curtailment exceeds 25% in quantity and the value of the quantity curtailed beyond 25% at the rates for the items specified in the tender is more than Rs. 5000/- It shall be open to the contractor within 90 days from the service of (i) the notice stoppage of work or (ii) (iii) the notice of withdrawal from the contractual obligation under the contract on account of the continued suspension of work or a notice under clause 14 resulting is such curtailment, to produce to the Engineer satisfactory documentary evidence that he had purchased or agreed to purchase material for use in the contracted work, before receipt by him of the notice of stoppage, suspension or curtailment and require the Government to take over on payment such material at the rates determined by the Engineer provided, however, such rates shall in no case exceed the rates at which the same was 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. Clause 15(A): - No claim payment or compensation 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

72 on account of loss due to delay in supply of materials by Government. 70 materials entered in Schedule 'A' where such delay is caused by (i) Difficulties relating to the supply of railway wagons. (ii) Force majeure (iii) Act of God (iv) Act of enemies of the state or any other reasonable cause beyond control of Government In the case of such delay in the supply of materials, Government shall grant such extension of time for the completion of the works as shall appear to the Executive Engineer to be reasonable in accordance with circumstances of the case. The decision of the Executive Engineer as to the extension of time shall be accepted as final by the contractor. Clause 16: - Time limit for Unforeseen claims. Under no circumstances whatsoever shall the contractor be entitled to any compensation from Government on any account unless the contractor shall have submitted a claim in writing to the Engineer in charge within one month of the cause of such claim occurring. Clause 17: - Action and compensation payable in case of bad work. If at any time before the security deposit or any part thereof is refunded to the contractor, it shall appear to the Engineer in charge or his subordinate in charge of the work, that any work has been executed with unsound, imperfect or unskillful workmanship or with materials of inferior quality, or that any materials or articles provided by him for the execution of the work are unsound, or of a quality inferior to that contracted for or otherwise not in accordance with contract it shall be lawful for the Engineer in charge to intimate this fact in writing to the contractor, and then notwithstanding the fact, that the work, materials or articles complained of may have bee

73 71 inadvertently passed, certified and paid for, the contractor shall be found forthwith to rectify, or remove and reconstruct the work 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 the estimate for every day not exceeding 10 days, during which the failure so continues and in 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 Engineer in charge consider that any such inferior work of material as described above may be accepted or made use of it shall be within his discretion to accept the same at such reduced rates as he may fix therefor. Clause 18 :- Work to be open to inspection Contractor or responsible agent to be present 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 Engineer in charge and his subordinate 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 authorised in writing present for that purpose. Orders given to the contractor's duly authorised agent shall be considered to have the same force and effect if they had been given to the contractor himself. Clause 19: - Notice to be given before The contractor shall give not less than five days notice in writing to the Engineer in charge or his subordinate in

74 work is covered up 72 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 dimensions thereof taken before the same is so covered up or place beyond the reach of measurement and shall not cover up or placed beyond the reach of measurement any work without the consent in writing of the Engineer in char 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 contractor's expense and in default thereof no payment or allowance shall be made for such work or for the materials with which the same was executed. Clause 20: - Contractor liable for damage done and for imperfection If during the period of 24 (Twenty Four) Months (Road) work, from the date of completion as certified by the Engineer in charge pursuant to clause No.7 of the contract or 36 (Thirty Six) Months after commissioning the work, whichever is earlier in the opinion of the Executive Engineer, said work is defective in any manner whatsoever, the contractor shall forthwith on receipt of notice in that behalf from of 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 get the same executed and carried out departmentally or by any other agency at the risk on account and at the cost of the of the contractor. The contractor shall forthwith on demand pay to the Government. The amount of such for

75 73 costs 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 cost, charges and expenses shall be deemed to be arrears of land revenue and in the event of the contractor failing or neglecting to pay the same on demand as aforesaid without prejudice to any other rights and remedies of the Government the same may be recovered from the contractor as arrears of land revenue. The Government shall also be entitled to deduct the same from any amount which may them 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. Clause 21: - Contractor to supply plant, ladders, scaffolding etc. The contractor shall supply at his own cost all materials (except such special materials, if any, as may in accordance with the contract, be supplied from the P.W. Department's store) plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding and temporary works requisite which may required for the proper execution the work, whether, in the original, altered or substituted form, 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 requirement of the Engineer in charge as to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together with the carriage therefore to and fro 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 measurements or examination at any time and from time to time of the work or the materials. Failing which the same may be provided

76 And is liable for damages arising from non-provision of light fencing etc. 74 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 Contract or from his security deposit or the proceeds of sale thereof or of a sufficient portion thereof. The contractor shall provide all necessary fencing and light required to protect the public from accident and shall also be bound to bear the expenses of defense of every suit, action or other legal proceedin that may be brought by any person for injury sustained owing to neglect of the above precaution, and to pay any damages and costs which may be awarded in any such suit action or proceedings to any such person, or which may with 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 scaffolds shall not be constructed, taken down, or substantially altered except (i) Under the supervision of a competent and responsible person, and (ii) As far as possible by competent workers possessing adequate experience in this kind of work. c) All scaffolds and appliances connected therewith and ladders shall (i) Be of sound material. (ii) Be of adequate strength having regard to the loads and strains to which they will be subjected, and

77 75 (iii) Be maintained in proper condition. d) Scaffolds shall be so constructed that no part thereof can be displayed in consequence of normal use. e) Scaffolds shall not be over loaded and so far as practicable the load shall be evenly distributed. f) Before installing lifting gear on scaffolds special precautions shall be taken to ensure the strength and stability of the scaffolds. g) Scaffolds shall be periodically inspected by a competent person. h) Before allowing a scaffold to be used by his workmen. The contractor shall, whether the scaffold has been erected by his workmen or not, take steps to ensure that it complies fully with the regulation herein specified. i) Working platform, gangways, stairways shalli. be so constructed that no part thereof can sag unduly or unequally. ii. Be so constructed and maintained having regard to the prevailing conditions as to reduce as far as practicable risks of persons tripping or slipping, and iii. Be kept free from any unnecessary obstruction. j) In the case of working platform, gangways, working places and stairways at height exceeding 3.00 meters. i. Every working platform and every gangway shall be closely boarded unless other adequate measures taken to ensure safety. ii. Every working platform and gangway shall have iii. adequate width and Every working platform, gangway, working place and stairway shall be suitably fenced. k) Every openings in the floor of a building or in working platform shall except for the time and to the extent required to allow the excess of persons or the transport

78 76 or shifting of material be provided with suitable means to prevent the fall of persons or material l) When persons are employed on a roof where there is no a danger of falling from a height exceeding 3.00 meter suitable precautions shall be taken to prevent the fall of persons or material. m) Suitable precautions shall be taken to prevent persons being struck by articles, which might fall from scaffolds or other working places. n) Safe means of access shall be provided to all working platform and other working places. o) The contractor(s) will have to make payments to Labourage as per Minimum Wages Act. Clause 21 (B): - The contractor shall comply with the following regulations as regards the Hosting Appliances to be used by him. a) hoisting machine and tackle, including their attachments, anchorage 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 suitable quality and adequate strength and free from patent defect. c) Hosting machines and tackle shall be examined and adequately tested after erection on the site and before use and be re-examined in position at intervals to be prescribed by the Government. d) Every chain, ring, hook, shackle, swivel and pulley block used in hosting or lowering materials or as a

79 77 means of suspension shall be periodically examined. e) Every crane driver or hoisting appliance operator shall be properly qualified. f) No person who is below the age of 21 years shall be in control of any hoisting machine, including any scaffold which, or give signals to the operator. g) In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel and pulley block used in hosting or lowering or as a means of suspension, the safe working load shall be ascertained by adequate means. h) Every hoisting machine and all gear referred to in the preceding regulation shall be plainly marked with the safe working load. i) In the case of 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 hosting machine or of 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 hosting appliance shall be provided with efficient safeguards. l) Hosting appliances shall be provided with such means as will reduce to a minimum and the risk of the accidental descent of the load. m) Adequate precaution shall be taken to reduce to a minimum the risk of any part of a suspended load becoming accidentally displaced. Clause 22: - Measure for The contractor shall not set fire to any standing jungle,

80 prevention of fire 78 trees, brush wood or grass without a written permission from the Executive Engineer. When such permit is given, and also in all cases when destroying cut or dug up trees brush wood, grass, etc. by fire, the contractor shall take necessary measures to prevent such fire spreading to or otherwise damaging surrounding properly. The contractor shall make his own arrangements for drinking water for the labour employed by him. Clause 23: - Liability of contractor for any damage done in or outside work area Compensation for all damages done intentionally or unintentionally by contractor's labour whether in or beyond the limits of Government property including any damage caused by the spreading of fire mentioned in clause 22 shall be the estimated by the Engineer in charge or such other officer as he may appoint and the estimates of the Engineer in charge subject to the decision of the Superintending Engineer o appeal shall be final and the contractor shall be bound to pay amount of the assesse compensation on demand, failing which, the same will be recovered from the contractor as damages in the manner prescribed in clause 1 or deducted by the Engineer in charge from any 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 an action or other legal proceedings that may be brought y any persons for injury sustained by him owing to neglect of precautions to prevent the spread of fire and he shall pay any damages and cost that may be awarded by the court in consequence. Clause 24: - Employment of female labours The employment of female labourer on works in neighborhood of soldier's barracks should be avoided as

81 79 far as possible; The contractor shall employ the labourer from nearest employment exchange. Clause 25: - Work on Sunday No work shall be done on Sunday without the sanction in writing of Engineer-in-charge. Clause 26: - Work not to be sublet, Contract may be rescinded and security deposit forfeited for subletting it without approval or for bribing a public officer or if contractor becomes insolvent. The contract shall not be assigned or sublet without the written approval of the Engineer in charge. And if the contractor shall assign or sublet his contract or attempt so to do, or become in solvent or commence any proceeding to get himself adjudicated an insolvent or make any composition with his creditors or attempt so do or if bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise shall either directly or indirectly be given, promised or offered by the contractor or any of his servants or agents to any public officer or person in the employ of Government in any way relating to his office or employment or if any such officer or person shall become in any way directly or indirectly interested in the contract the Engineer in charge may thereupon stan forfeited and be absolutely at the disposal of Government and the same consequences shall insure as if the contract had been rescinded under clause 3 thereof and in addition the contractor shall not be entitled to recover or be aid for any work therefore actually performed under the contract. Clause 27: - Sum payable by way of compensation to be considered as reasonable compensation without All sums payable by a contractor by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of Government without reference to be actual loss or dama sustained and whether any damage has or has not been sustained.

82 reference to actual loss 80 Clause 28: - Changes in the constitution of firm to be notified In the case of tender by partners any change in the constitution of a firm shall be forthwith notified by contractor to the Engineer in charge for his information. Clause 29: - Direction and control of Superintending Engineer All work to be executed under the contract shall be executed under the direction and subject to the approval in all respect 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. Clause 30(1): - Direction and control of Superintending Engineer Except where otherwise specified in the contract and subject to the powers delegated to him by Government under the code, rules then in force, the decision of the Superintending Engineer of the Circle for the time being shall be final, conclusive, and binding on all parties to the contract upon all questions relating to the meaning of the specifications, designs, drawing and instructions herein before mentioned and as to the quality of workmanship 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 executed the same, whether arising during the progress or 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

83 81 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 lakhs (Rs. Ten lakhs) b) Amount of claim is not less that Rs lakh (Rs. 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 days of receipt by him of any such order, appeal against it to the concerned Secretary, Public Works Department who if convinced that prima-fascia 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. Clause 31: - Stores of European or American manufacture to be obtained from Government The contractor shall obtain from the Public Works Departmental stores, all stores and articles of European or American manufacture which may required for the work, or any part thereof or in making up any articles required therefore or in connection there with unless he has obtained permission in writing from the Engineer in charge to obtain such stores and articles elsewhere. The value of such stores and articles as may be supplied to the contractor by the Engineer in charge will be debited to the contractor in his account at the rates shown in the schedule, in Form 'A' attached to the contract and if they are not entered in the said schedule, they shall be debited to him at cost price which for the purpose of this contract shall include the cost of carriage and all other expenses whatsoever which shall have been incurred in obtaining

84 82 delivery of the same at the store aforesaid. Clause 32: - Lump - sum in Estimate When the estimate on which a tender is made includes lump sums in respect of part of the work contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates as are payable under this contract for each items or if the part of the work in question is not in the opinion of the Engineer-in-charge capable of measurement, the Engineer in charge may at this discretion pay the lump sum amount entered in the estimate and the certificate in writing of the Engineer in charge shall be final and conclusive against the contractor with regard to any sum or sums payable to him under the provisions of this clause. Clause 33: - Action where no specifications In the case of any class of work for which there is no such specification as is mentioned in rule 1 such work shall be carried out in accordance with the Divisional specifications, and in the event of there being no Divisional specification, then in such case the work shall be carried out in all respects in accordance with instructions and requirements of the Engineer-in-charge. Clause 34: - Definition of work 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 permanent and whether original, altered, substituted or additional. Clause 35: - Contractor s percentage The percentage referred to in the tender shall be deducted from / added to the gross amount of the bill before

85 whether applied to net or gross amount of bill 83 deducting the value of any stock issued. Clause 36: - Quarry fees and royalties All quarry fees, royalties, octroi dues and ground rent for stacking materials, if any, shall be paid by the contractor directly to Revenue Department. Failing of which the amount of royalty charges shall be deducted through bills and no claims shall be entertained on this ground. Clause 37: - Compensation under workmen s compensation Act The contractor shall be responsible for and shall pay y compensation to his workmen payable under the workmen s compensation Act 1923 (VII of 1923) (hereinafter called the said Act) for injuries caused the workmen. If such compensation is payable / paid by Government as principal under the sub/section (i) of section 12 of the said Act. On behalf of the contractor, it shall be recoverable by Government from the contractor under subsection (2) of the said section such compensation shall be recovered in the manner laid down in the clause I above. Clause 37(A): - The contractor shall be responsible for and shall pay expenses of providing medical aid to any workmen who may suffer a bodily injury as a result 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 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

86 84 the person 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) b) c) The workers shall be required to use the equipment so provided by the contractor and the contractor shall take adequate steps to ensure proper use of the equipment by those concerned. 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. Adequate provision shall be made for prompt first aid treatment of all injuries likely to be sustained during the courses of the work. Clause 37(C): - The contractor shall duly comply with the provisions of The Apprentices Act, 1961 (iii of 1961) the rules made there under and the orders that may be issued from time to time under the said Act and the said rules and on his failure or neglect to do so, he shall subject to all the liabilities and penalties provided by the said Act and said rules. Clause 38: - Claims for quantities entered in the tender or estimates 1) The quantities in respect of the several items shown in the tender are approximate and no revision in the tendered rate shall be permitted in respect any of the items so long as, subject to any special provision contained in the specifications prescribing a different percentage of permissible variation, the quantity of the item does not exceed the tender quantity by more than 25% and so long as the value of the excess quantity beyond this limit at the rate of the item specified in the

87 85 tender, is not more than Rs. 5000/- 2) The contractor shall, if ordered in writing by the Engineer so to do also carry out any quantities in excess of the limit mentioned in the sub clause (1) hereof on the same conditions 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 rate prevailing in the market, the said rates being 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 tender based upon the schedule of rates applicable to year in which the tenders were invited (for the purpose of this clause, this cost shall be taken as arrived as 1,66,57,234/-. 3) Claims arising out of reduction in the tendered quantity of any item beyond 25 percent will be governe by the provision of clause 15 only when the amount of such reduction beyond 25 percent at the rate of the item specified in the tender is more than Rs.5000/- Clause 39: - Rs. Employment of famine labour etc. 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. Clause 40: - Claim for compensation for delay in starting the work No compensation shall be allowed for any delay caused the starting of the work on account of acquisition of land or in the case of clearance of works on account of any delay in according sanction to estimates. Clause 41 :- Claim for compensation for delay in the 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

88 execution of work 86 hard or cracked soil, excavation in mud, sub soil or water standing in borrow pits and no claim for an extra rate shall be entertained, unless otherwise expressly specified. Clause 42 :- Entering upon or commencing any portion of work The contractor shall not enter upon or commence any portion of work except with the written authority and instruction of the Engineer in charge or of his subordinate in charge of the work. Failing such authority the contractor shall have no claim to ask for measurements of or payments for work. Clause 43 :- Minimum age of persons employed, the employment of donkeys and or other animals and the payment of fair wages i) No contractor shall employ any person who is under the age of 18 years. ii) No contractor shall employ donkeys or other animals with breaching of string or thin rope. The breaching must be at least 7.5 centimeter (3 inches) wide and should of tape (Nawar). iii) No animal suffering from sores, lameness or emaciation or which is immature shall be employed on the work. iv) The Engineer in charge or his Agent is authorised to remove from work any person or animal found working which does not satisfy these conditions and no responsibility should be accepted by Government for any delay caused in the completion of the work by such removal. v) The contractor shall pay fair and reasonable wages to the workmen employed by him in the contract undertaken by him. In the event of any dispute arising between the contractor and his workmen on the grounds that the wages paid are not fair and reasonable, the dispute shall be referred without delay to the Executive Engineer who shall decide the same. The decision of the Executive Engineer shall be conclusive and binding on the

89 87 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 rates. vi) Contractor shall provide drinking water facilities to the workers. Similar amenities shall be provided to the workers engaged on large work in urban areas. vii) Contractor to take precaution against accidents which take place on account of labour using loose garments while working near machinery. Clause 44 :- Method of payment Payment to contractors shall be made by cheque drawn o any treasury within the division convenient to them provided the amount exceeds Rs.10/-. Amounts not exceeding Rs.10/- will not be paid in cash. Clause 45:- Acceptance of condition compulsory before tendering for work Any contractor who does not accept these conditions shall not be allowed to tender for works. Clause 46:- Employment of Scarcity labour If Government declares a state of scarcity or famine to exist in any village situated within 16 KM 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 y to such person wages not below the minimum which Government may have fixed in this behalf. Any dispute, 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

90 contractor. 88 Clause 47:- The price quoted by the contractor shall not in any case exceed the control price, if any, fixed by Government reasonable price which it is permissible for him to charge a private purchaser for the same class and description, the controlled price or the price permissible under Hoarding and Profiteering Ordinance, 1943 as amended from time to time. If the price as quoted exceeds the controlled price or the price permissible under Hoarding and Profiteering prevention Ordinance, the contractor will specifically mention this fact in his tender along with reasons for quoting such higher prices. The purchaser at his discretion will in such case exercise the right of revising the price at any stage so as to confirm with the controlled price on the permissible under the Hoarding and Profiteering Prevention Ordinance. The 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 and cesses and are also inclusive of the tax leviable in respect of works 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. Clause 48:- The rates to be quoted by the contractor must be inclusive of VAT Tax. No extra payment on 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,

91 89 the date of ascertainment of the materials being surplus will be taken as the date of sale for the purpose of VAT tax and the VAT tax will be recovered on such sale. Clause 49(A):- Contractor should note that recovery at penal rates of twice the issue rates will be effected if the contractor does not return surplus material and the Sales tax and general tax will be recovered from them. Clause 50:- The contractor shall employ the unskilled labour to be employed by him on the said work only from locally available labour and shall give preference to those persons enrolled under the Maharashtra Government Employment and Self Employment Department scheme. Provided, however, that if the required unskilled labours are not available locally, the contractor shall in the first instance employ such numbers 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 the requirement of unskilled labour from outside the above scheme. Clause 51:- Wages to be paid to the skilled and unskilled labourers engaged by the contractor. The contractor shall pay the labourers skilled and unskilled according to the wages prescribed by the Minimum Wages Act, 1948, applicable to the area in which the work of the contractor is located. The contractor shall comply with the provisions of the apprentices Act, 1961 and the rules and orders issued there under from time to time, if he fails to do so, his failures will be a breach of the contract and the Superintending Engineer may in this discretion, cancel the contract. The contractor shall also in his discretion, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation

92 90 by him of the provision of act. The contractor shall pay the labourers skilled and unskilled according to wages prescribed by Minimum Wages Act applicable to the area in which the work of the contractor is located. Clause 52:- All amounts whatsoever which the contractor is liable to pay to 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. Clause 53:- The contractor shall duly comply with all the provision of the contract labour (Regulation and Abolition) Act, 1970 (37 of 1970) and Maharashtra Contract Labour (Regulation and Abolition) Rules, 1971 as amended from time to time and all other relevant status and statutory provisions concerning payment of wages particularly to workmen employee by the contractor and working on the site of work. In particular the contractor shall pay wages to each worker employed by him on the site of the work at the rates, prescribed under the Maharashtra Contract Labour (Regulation and Abolition) Rules, If the contractor fails or neglects to pay wages at the said or make short payment and the Government makes such payment of wages in full or part thereof less paid by contractor, as the case may be the amount so paid by Government to such workers shall be deemed to be arrears of land revenue and the Government shall be

93 91 entitled to recover the same as such from the contractor or deduct the same from the amounts payable by the Government to the contractor here under or from any other amounts payable to him by the Government. Clause 54:- The contractor shall engage apprentices such as bricks layers, carpenters, wireman, plumbers as well as black smith as recommended by the State Apprenticeship Advisor Director of Technical Education, Dhobi Talao, Mumbai-1 on the construction work. Clause 55:- Conditions for Malaria Eradication A) The anti-malaria and other health measures shall be as directed by the Joint Director (Malaria and Filaria) of Health Services, Pune. B) Contractor shall see that mosquito genie conditions are not created so as to keep vector population to minimum level. C) Contractor shall carry out anti malaria measures the area as per guide-lines prescribed under National Malaria Eradication Programme and as directed by the Joint Director (M&F) of Health Services, Pune. D) In case of default in carrying out prescribed anti malaria measures resulting in increase in malaria incidence, contractor shall be liable to pay to Government the amount spent by Government on anti malaria measures to control the situation in addition to fine. E) Relation with public authorities: The contractor shall make sufficient arrangement for draining away the sewage water as well as water coming from the bathing and washing places and shall dispose of 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.

94 92 The contractor shall comply with all rules, regulations, bylaws and direction 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 to Government.

95 93 ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS 1 These are to apply as additional specifications and conditions unless otherwise already provided for contradictorily elsewhere in this contract. 2 CONTRACTOR TO STUDY SITE CONDITIONS: The contractor shall be deemed to have carefully examined the work and site conditions including labour, the general and the special conditions, specifications, schedules and drawings and shall be deemed to have visited the site of the work and to have fully informed himself regarding the local conditions and carried out his own investigation to arrive at rates quoted in the tender. In this regard, he will be given necessary information to the best of knowledge of Department but without any guarantee about it. If he shall have any doubt as to the meaning of any portion of these general conditions or the special conditions, or the scope of work or the specifications and drawings or any other matter concerning the contract, he shall in good time, before submitting his tender, set forth the particulars thereof and submit them to the Executive Engineer, Public Works Division No.2, Jalna in writing in order that such doubts may be clarified authoritatively before tendering. Once a tender is submitted, the matter will be decided according to conditions in the absence of such authentic pre-clarification. 3 DECLARATION OF THE CONTRACTOR: The contractor should sign the declaration form on page No INDEMNITY: The contractor shall indemnify the Government against actions, suits, claims and demands brought or made against in respect of anything done or committed to be done by the contractor in execution of or in connection with the work of this contract and against any loss or damage to the Government in consequence of any action or suit being brought against the contractor for anything done or committed to be done in the execution of the works of this contract.

96 5 DEFINITIONS: 94 Unless excluded by or repugnant to the context: A B C D The expression Government as used in the tender papers shall mean the Public Works Department of the Government of Maharashtra. The expression Chief Engineer as used anywhere in the tender paper shall mean Chief Engineer of the Government of Maharas who is designated as such. The expression Superintending Engineer as used in the tender paper shall mean an officer of Superintending Engineer s rank (by whatever designation he may be known) under whose control the work lies for the time being. The expression Engineer or Engineer in charge as used in the tender paper shall mean the Executive Engineer in charge of the work for the time being. E The expression Employee used in the tender papers sh party who will employ the contractor to carry out the work. mean the F G H I The expression Deputy Chief Architect as used in the tender paper shall mean the Deputy Chief Architect, P.W.D. for this work at Aurangabad. The expression Contractor used in the tender papers all mean the successful tenderer whose tender has been accepted, and who has been authorized to proceed with the work. The expression Contract as used in the tender papers shall mean the deed of contract together with its original accompaniment and those later incorporated in it by mutual consent. The expression Plant as used in the tender paper shall mean every machinery, necessary or considered necessary by the Engineer to execute, construct complete and maintain the works and used in, altered modified, substituted and additional work ordered in the time and in the manner herein provided and all temporary materials and special and other articles of appliances of every sort, kind and descriptions whatsoever intended or used hereof.

97 J K L M N O P Q R S 95 Drawing shall mean the drawings referred to in the s and any modification of such drawings approved in writing Engineer and such other drawings as may from time to time be furnished or approved in writing by the Engineer. Engineer s Representative shall mean an assistant of the Engineer notified in writing to the contractor by the Engineer. Provisional items shall mean items for which approximate quantities have been included in the tender documents. The Site shall mean the lands and / or other places, on under in or through which the work is to be executed under the contract including any other lands or places which may be allotted by Government or used for the purpose or contract. The work shall mean the works to be executed in accordance with the contract or part(s) thereof as the case may be and shall include all extra additional, altered or substituted works as required for performance of the contract. The Contract Sum shall mean the sum for which the tender is accepted. The Accepting Authority shall mean the officer competent to accept the tender. The Day shall mean a day of 24 hours from midnight to midnight irrespective of the number of hours worked in any day in that week. Temporary work shall mean all temporary works of every kind required in or about the execution, completion or maintenance of the works. Urgent works shall mean any measure which, in the opinion of the Engineer in charge, become necessary during the progress of the works to obviate any risk or accident or failure or which become necessary for security of the work or the persons working thereon. Where the context so requires, words importing the singular only also include the plural and vice-versa.

98 96 Heading and marginal notes, if any, to the general conditions shall not be deemed to form part thereof or be taken into consideration in the interpretation or construction thereof of the contract. Wherever there is mentioned of Schedule of Rates of the Division or simply DSR in this tender, it will be taken to mean as The schedule of the rate of the Division in whose jurisdiction of the work lies. 6 ERRORS, OMISSIONS AND DISCREPANCIES: A In case of errors, omissions and / or disagreement between written scaled dimensions on the drawing or between drawings a specifications etc. the following order of preference shall apply. i. ii. iii. iv. Between actual scaled and written dimensions or descriptions on a drawings the latter shall be adopted. Between the written or shown description of dimensions in the drawing and the corresponding one in the specifications, the latter shall apply. Between the quantities shown in the schedule of quantities and those arrived at from the drawings, the latter shall be preferred. Between the written description or the item in the schedule of quantities and detailed description in the specifications of the same item, the latter shall be adopted. B C D In case of discrepancy between rate percentage quoted rate in figures and words the lowest of the two will be consider for acceptance of the tender. In all cases of omissions and / or doubts or discrepancies in the dimensions or description of any item or specification, reference shall be made to the Executive Engineer, Public Works Division No.2, Jalna 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 a precaution. The special provision in detailed specifications and wording of any item shall gain precedence over corresponding contradictory provisions (if any) in the standard specifications of Public Works Department Hand

99 97 Book where reference to such specifications is given without reproducing the details in contract. 7 Methodology of Construction and Construction Equipments: 7A Methodology of Construction: Contractor shall furnish at least 15 days in advance his proramme of commencement of items of work, the details of actual methods that would be adopted by the contractor for the execution of various items of work such as well sinking cast in situ superstructure bridge work, earth work WBM black topping items etc. for road works supported by necessary drawings and sketch including those of the plant and machinery that would be used, their locations, arrangement for conveying and handling materials etc. and obtain prior approval of the Engineer in charge well in advance of starting such items of work. The Engineer in charge reserves the right to suggest modifications or make complete change in the method proposed by the contractor, where accepted previously or not, at any stage of work, to obtain the desired accuracy, quality and progress of the work which shall be binding on the contractor, and no claim on account of such change in method of execution well be entertained by Government so long as specifications of the items remain unaltered. The sole responsibility for the safety and adequacy of the methods adopted by the contractor will however rest on the contractor irrespective of any approval given by the Engineer. In case of slippage from the approved work programme at any stage the contractor shall furnish revised programme to make up slippage within the stipulated time schedule and obtain the approval of the Engineer to the revised programme. 7B CONSTRUCTION EQUIPMENT: (i) The contractor shall be required to give a trial run of the equipment 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 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 the site without permission of the Engineer.

100 (ii) 98 Location of Hot Mix Drum Mix Plant should be such that the maximum time taken for transporting bituminous mix from plant site to paver does not exceed 60 minutes subject to achievement of specified temperature as per MORTH Specifications of item concerned. (iii) (a) Intelligent compacting system:- The contractor shall also provide intelligent compacting system on the compactor used for compaction work of PWD. The intelligent compacting system shall have GPS, Temperature sensors and screen fitted on the compactor. This system shall be IP-65 compliant. This compaction system shall also record the number of passes made by the compactor. The system shall have the monitor that shall show that compaction in graphical form to the operator on the compactor. The contractor shall provide real time data transfer to the web application to monitor the compaction remotely. The contractor shall provide the web application in such a manner that it also updates the compaction data in real time on PWD works management e-governance application dashboard. The intelligent compacting system shall be connected with ashboard system. The contractor shall provide software facility for PWD officials to update QAP (Quality Assurance Plan) related data for compaction through its web application that will get transferred to the intelligent compacting system to benchmark the acceptance, norms for colour coding, number of passes and acceptable temperature and density levels. The contractor shall provide compaction registers that shall contain information related to the compaction for further analysis. The compaction register shall maintain following record RUN ID, DATE & TIME of compaction, latitude, longitude location, temperature (incase of asphalt) density (for soil it can be derived as a compaction measurement value), number of passes, colour for number of passes, the contractor shall provide web application to replicate the actual w as shown on monitor of the compactor through live streaming of the compaction operations. The system shall be inbuilt provided by the original manufacturer of the compactor. In no case the retro fitted system shall be accepted.

101 (a) Web connectivity 99 The contractor shall provide web connectivity through satellite communication, supporting mobile devices to the above monitoring system (mobile VSAT). The web connectivity shall have 2MBPS internet speed and 99% availability. Software should be intelligent incase of connectivity failure it should maintain the pending files and send them as soon as it is connected. The contractor shall make sure that the entire software an hardware solution is virus free. The offer of contractor shall be inclusive of all. He shall not be paid separately. (c ) Asphalt batch mix plant 80 TPH It shall have minimum following features Fully computerised air conditioned control cabin, with onboard electrical power control console, distribution switch board, fully automatic process, interlocks and sequence controls. User friendly software on computer with a parallel PLC man machine interface. Fail proof interlocks and auto process controls. Online fault detection with remote connectivity and solution. Docket printing and inventory management. Provisions to print and store production details, mix proportions, etc. Automatic cold aggregate feeder controls linked with mix design and hot bin levels. Automatic free fault compensations. PLC diagnostic system allows for quick trouble locations and troubleshooting in the plant. SCADA controls and extension to PLC allow for access and changing system calibration from remote locations as well as production data storage for future references. m

102 100 Automatic maximum temperature controller for aggregate and bitumen. Mix temperature automatic control. (d) Reversible Drum Type- It shall have minimum following FEATURES (Technical Specification) Fully automatic: no skilled operator shall be required. Only Electrical Operated System shall be allowed (no diesel operated system shall be used). Four Bin Digital Weighing System. Atomized Digital Admixture feeding system. SCADA enabled batch system. Centralised Lubrication System. Machine Output/ Hour Minimum- 12 to 15 Cum/Hr. Water Tank Capacity Minimum 170 Litre. Load Cell based Weighing System with Digital Display. Interface to desktop/ Laptop to generate all features of Ghani Register maintained by PWD Field Staff. 7C PROGRESS SCHEDULE: i The contractor shall furnish within the period of one of the order to start the work, the programme of work in CPM/PERT charges in quadruplicate indicating the date of actual start. monthly progress expected to be achieved and the anticipated completion date of each major item of work to be done by him, also indicating dates of procurement and setting up of the 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, the particular items, if any, on the due dates specified in the contract and sh have the approval of the Engineer in charge. No revised schedule shall be operative without such acceptance in writing. The Engineer is further empowered to ask for more detailed schedule or schedules, say; week by week for any item or items in case of urgency of work as will be directed by him and the contractor shall supply the same as and when asked for.

103 ii. iii. iv. 101 The contractor shall furnish sufficient plants 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 varied without the prior approval of the Engineer. Night work, which requires supervision, shall not be permitted except when specifically allowed by Engineer each time, if requested by the contractor. The contractor shall provide necessary lighting arrangement etc. for night work as directed by Engineer without extra cost. Further the contractor shall submit the progress report of work in prescribed forms and charts etc. at periodical intervals as may be specified by the Engineer in charge, schedule shall be in form of progress charts, forms. Progress statement and / or re 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 in charge. 8 AGENT AND WORK ORDER BOOK: The contractor shall himself manage the work or engage an authorized all time agent on the work capable of managing and guiding the work and understanding the specifications and contract conditions. A qualified and experienced engineer shall be provided by the contractor as his agent for technical matters in case the Engineer in charge considers this as essential for the work and so direct contractor. He will take orders as will be given the Executive Engineer or his representative and shall be responsible for carrying them out. This a shall not be changed without prior intimation to the Executive Engineer and his representative on the work site. The contractor shall to the Engineer the details of all supervisory and other staff employed by the contractor and notify changes when made and the Engineer regarding the quantity and sufficiency of the staff thus employed. The Engineer will have the unquestionable right to ask for change in the quantity and number of contractor s supervisory staff and to order from work of any of such staff. The contractor shall comply with such orders and effect replacement to the satisfaction of the Engineer.

104 102 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 Executive Engineer or his representative and his superior officers, and comply with them. The compliance shall be reported by the contractor to Engineer in good time so that it can be checked. The blank work or book with machine numbered pages will be provided by the Department free of charge for this purpose. The contractor will be allowed to copy out instruction therein from time to time. 9 SETTING OUT: I. SETTING OUT FOR BRIDGE WORK: Immediately on receipt of the work order, the contractor shall at his expenses clean the site and take up a provisional and al setting out and lining out of the work under the supervision of his responsible representative and shall provide necessary material, labour, tools, instruments, etc. required for the same. One tentative abutment location will be indicated b Engineer in charge and the center line of the bridge shall be defined by him. The abutment location will then be verified by the department and shall be adjusted if, necessary. Once the final location of abutment is so finalized, it will be the contractor s responsibility to line out and locate the remaining foundations of piers. The contractor shall be responsible for true and proper setting out of the work and for the correctness of the position, level dimensions and arrangements of all parts of works and for providing all necessary instruments, appliances and labours in connecting there with at his own cost. Officers may assist the contractor in proper setting out Government instruments may be allowed to be used for setting out of work for such costs shall be recovered from the contractor. If any time during the progress of work, any errors arise in regards to levels of dimensions or alignments of any part of the work, rectifications thereof on being required do so, will be carried out by the contractor at his own cost, unless such, errors are based on incorrect data, supplied in writing by the Engineer or his authorized representative in which case the expenses of the rectifications shall be refunded by Government.

105 103 The checking of any setting out or checking of levels the Engineer or his authorized representative shall not in any way relieve the contracts of his responsibility for the correctness thereof. The contracts shall carefully protect and preserve all bench works, site rails, page and other things used in setting out of work. II. SETTING OUT ROAD WORKS: athe contractor shall establish working benchmarks in area soon after taking possession of the site. The reference benchmarks for the area shall be as indicated in the contract documents. The working benchmarks shall be at the rate of 4 per kilometers. And also at all near all drainage structures over bridge and under pass. The working benchmarks, levels should be got approved from the Engineers. Checks must be made on these benchmarks once in every month and adjustment if any got agreed with the Engineer and got recorded. And up to date record of all benchmarks including approved adjustment, if any, shall be maintained by the contractor and also a copy supplied to the Engineer for this record. b The lines and levels of formation, side slopes, draina carriageway and shoulders shall be carefully set out and frequently checked, care being taken to ensure the correct gradients and cross are obtained everywhere. c In order to facilitate the setting of the works, the center line of the carriageway of the highway must be accurately established by the contractor and approved by the Engineer. It must then accurately referenced in a manner satisfactorily to the Engineer at every 50 meters intervals in plain and rolling terrain and 20 meters intervals in hilly terrain and at all curve points and directed by the Engineer with marker pegs and chainage boards set in or near the fence line, and scheduled of reference dimensions shall be prepared and plied by the contractor to the Engineer. These marker shall be until the works reach finished formation levels and or accepted by the Engineer. d On construction reaching the formation level stage, the center line shall again will set out by the contractor and when ap by the

106 104 Engineer shall be accurately referenced in a manner satisfactorily to the Engineer by marker pegs set at the outer limits of the formation. e No reference pegs or marker shall removed or withdrawn with the approved of the Engineer and earth work or structural shall be commenced until the centerline has been referenced. f The contractor will be the sole responsible party for safe guarding all survey monuments, benchmarks, beacons etc. The Engineer will provide with the data necessary for the setting out of the centerline. All dimensions and levels shown on the drawings or mentioned in documents forming part if issued under the contract. S be verified by the contractor on the site and he shall immediately the Engineer of any apparent errors or discrepancy in such dimensions or levels. The contractor shall after or in connection wi tting out of the center line survey terrain along the road and shall submit to the Engineer for this approval, a profile along the road center line and cross sections at intervals as required by the Engineer. g. After obtaining approval of the Engineer, earthwork can commence and profile and cross sections shall form the basis for measurements and payments. The contractor is responsible for checking that all the basic traverse point are in place at the commencement the contract and if any are missing, or appears to have been disturbed. The contractor shall make arrangements to reestablish these points. A Survey file containing the necessary data will made for this purpose. If in the opinion of the Engineer, design modifications of the center line are grade are advisable, the Engineer will issued detailed instructions to the contractor and the contractor perform the modifications in the field and required and modified the ground levels on the cross sections accordingly as many times as required. Then there will be no separate payment for any survey work performed by the contractor. The cost of these services shall be considered as been included in the cost of the items of the work in bill of quantities. h The work of setting out shall be deemed to be a part of general works preparatory to the execution of work and no separate shall be made for the same. III. RESPONSIBILITIES FOR LEVEL AND ALIGNMENT:

107 105 The contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and corrections of every part of the work and shall rectify effectively and errors or imperfections therein. The contractor, at his own costs, shall carry out such rectification when instructions issued to that effect the Engineer in charge. 10 LEVELLING INSTRUMENTS: If measurement of items of the works is based on volumetric measurements calculated from levels taken before and after construction of items, a large number of leveling staves, taps, etc. will have to keep available by the contractor at the site of work for this purpose. Lack of such leveling staves, tapes are in required numbers may cause in delay in measurements and the work. The contractor will have therefore to keep sufficient number and the work. The contractor will have therefore to keep sufficient number and the The contractor will have therefore to keep sufficient number of these instruments readily available at site and in good working condition. 11 AUTHORITIES OF THE ENGINEER IN CHARGE S REPRESENTATIVE:- The duties of the representative of the Engineer in ch are to watch and supervise the work and test and examine any material to be used or workmanship employed in connection with the work. (a) The Engineer in charge may from time to time in writing delegate to be representative any powers and authorities vested in the Engineer in charge and shall furnish to the contractor a copy of all such delegations of power and authorities. Any written instructions of approval given by the representative of the Engineer in charge to the contractor within the terms of such delegations (but not otherwise) shall bind the contractor and the department as though it has been given by the Engineer in charge, provided always as follows: (b) 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 thereafter to disapprove such work materials and so order the putting down removal or breaking up thereof.

108 11.1 LAYOUT OF WORK: 106 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 to established to indicate the demarcation of the structure or any component thereof to these permanent marks in measurement books and drawing signed by the contractor and the departmental officer, responsibility regarding layout will be joint STACKING AND STORAGE & GUARDING OF MATERIALS: 1. The stacking and storage of construction material at s shall be in a manner as to be 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 material against atmospheric actions, fire and other hazards. The materials likely to be carried away by wind shall be stored in suitable stores or with suitable barricades and where there is likely-hood of subsidence of soil, 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. 2. The contractor shall at his own expenses, engage watchmen for guarding the materials and plant and machinery and the work during day and night against any pilferage or damages and also for prohibiting trespassers. 3. No materials brought to the site shall be removed from the site without the prior approval of the Engineer-in-charge. 4. 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.

109 The contractor shall provide at his own cost necessary ladders and such arrangements as are considered safe by the Engineer-incharge for proper inspection of all part of work. 6. 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 representative, 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. 7. The work shall be carried out by the contractor without causing damage to the existing Government property and / or private property. If any such damages are caused, the contractor shall pay for restoration of the property to the original conditions, and any other consequent damages. 8. In the event of an occurrence of an accident involving serious injuries or death of any person, at site of work of quarry or at any place in connection with the work, the same shall be reported in writing within 24 (twenty four) hours of the occurrence, to the Engineer-in-charge and Commissioner s of Workmen s compensation. 9. The contractor after completion of work shall have to the site of all debris and remove all unused materials other than those supplied by the department and all plant and machinery, equipment, tools, etc. belonging to him within one month from the date of completion of the work, or otherwise the same be removed by the department at his cost or disposed off as per departmental procedure. In case the material is disposed offby department, the sale proceeds will be credited to the contractor s account after deducting the cost of sale incurred. However, no claim of contractor regarding the price or amount credited will be entertained afterwards. 10. All constructional plant, provided by the contractor shall when brought on to the site be deemed to be exclusively intended for the construction of this work and the contractor shall not remove the same or any part thereof (save for the purpose of removing it from

110 108 the part of the site to another or for repairs etc.) w the consent in writing of the Engineer-in-charge who shall record the reasons for withholding the consent. 12 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 and co-operation between different contractors to ensure timely completion of the whole project smoothly, the scheduled dates, for completion specified in each contract shall therefore strictly adhered to. Each contractor may make his independent arrangement for water, power, housing etc. if they so desire on the other hand, the contractors are at liberty to come to mutual agreement in this behalf and make joint arrangements with the approval of the Engineer. No single contractor shall take or cause to be taken any or action that may cause disruption, discontent or disturbance to work, labour or arrangements etc. of other contractors in the project localities. Any action by any contractor, which the Engineer in his unquestioned discretion may consider as infringement of the above code, would be considered as a breach of the contract conditions and hall be dealt with as such. In case of any dispute or disagreement between the contractors, the Engineer s decision regarding the co-ordination, co-operation and facilities to be provided by any of the contractors shall be final and binding on the contractors concerned and such a decision or decisions shall not vitiate any contract or absolve the contractor(s) of his/their obligations under the contract nor form the grounds for any claim or compensation 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 W.B.M. and B.T. works AUTHORITIES OF THE ENGINEER-IN-CHARGE:

111 109 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 instructions of Engineer-in-charge and direction son any matter (Whether mentioned in the contract or not) pertaining to this works. 13 ASSISTANCE IN PROCURING PRIORITIES PERMITS ETC. The Engineer on a written request by the contractor will if in his opinion, the request is reasonable and in the interest of work and its progress, assist the contractor in securing the priorities for deliveries transport permits for controlled materials etc. where are needed. The Government will not however be responsible for the non-availability of such facilities or delay in this behalf and no claims on account of such failure shall be allowed by the Government. The contractor shall have to make his own arrangement machinery required for the work, however if such machinery conveniently available with the department may be spared as per the rules in of recovery of necessary Security Deposit and rent with agreement the prescribed form. Such an agreement shall be independent of this contract and the supply or non-supply of machinery shall not form a ground for any claim or extension of time limit for this work. 14 QUARRIES: 14.1 The contractor(s) shall have to arrange himself / themselves to procure the quarries. However necessary assistance will be rendered by the Department for procuring the quarries if required by the contractor The quarrying operations shall be carried out by the contractor with proper equipment such as compressors, jack-hammers, drill bits, explosives etc. and sufficient number of workmen shall be employed so as to get the required out turn The contractor shall carry out the works in the quarries in conformity with all the rules and regulations already laid down or may be laid down from time to time by Government. Any cost incurred by Government due to non-compliance of any rules or regulations or due to damages by the contractor shall be the responsibili of the

112 110 contractor. The Engineer in charge or his representative shall be given full facility by the contractor for inspection at all ti working of the quarry, records maintained, the stocks of the explosives and detonators etc. so as to enable him to check that the g records and storage are all in accordance with the relevant rules. The Engineerin-charge or his representative shall at any time be allowed to inspect the work, building and equipment at the quarries 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 Engineer in charge. These books shall be open for inspection at all times by the Engineer in charge or his representative and the contractor shall furnish the copies or extracts of the books or register as and when required All quarrying operations shall be carried out by the contractor in organized and expeditious manner, systematically and with proper planning. The contractor shall engage licensed blaster and adopt electric blasting and / or any other approved method, which would ensure complete safety to all the men, engaged in the y and its surroundings. The contractor shall himself provide sui magazines and arrange to procure and store explosives etc. as re 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 Explosive 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 storage of material from concerned authorities. The contractor must therefore take timely advance action for procuring all such licenses so that the work progress may not be hampered 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 arge, 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

113 111 stones shall not be used on the work and such rejected materials shall be removed to the place shown at the contractor s cost 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 Since all stones carried from Government quarry (if made available) by the contractor including the excavated over burden are the property of the Government, no stones or the earth shall be supplied by the contractor 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 shall be handed over by the contractor to Government free of cost at the quarry site duly heaped at the spots indicated by the Engineer in charge. If however the Government does not require such surplus material, the contractor may be allowed to dispose off or use such material elsewhere with prior written permission Engineer in charge. Leaving off a quarry face or opening of new qu face shall be done only on the approval of the Engineer in charge 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, and ground rent for stacking materials etc. if any to be paid shall be paid by the contractor as per rules in force The contractor will be permitted to erect at his own risk and cost at the quarry site if suitable vacant space in Government area is available for the purpose his own structures for store, office etc. places approved by the Engineer in charge. On completion of the work the contractor shall remove all the structures erected by him and restore the site to its original conditions The contractor shall not use any land in the quarry either for cultivation or for any other purpose except that required for breaking or stacking or transporting stones The contractor will be responsible to make all payment of quarry fees, royalty etc. No claim on this account will be entertained.

114 The claims / representation on account of chance of source of material or closing of quarries by the revenue department or change in lead etc. shall not be entertained. The contractor shall study the lead for material including sand carefully before quoting rates. 15 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 from the quarry. He will be however liable to pay compensation, if any damage is caused to the quarry either deliberately or through negligence or for wastage of materials by himself or his staff or the contractor shall pay necessary royalty in advance. ii. Where no suitable P.W. Department s quarries exists or when the quantity of the material required cannot be obtained from P.W. Department quarry the contractor or piece worker shall make his own arrangement to obtain the material from existing or a new y in Government waste land, private land or land belonging other states or talukas etc. After opening the quarry but before starting collection, the quarry shall be got approved by the Engineer in charge or his representative. The contractor or piece of workers shall pay all royalty charges compensation etc. No claims or responsibility account of any obstruction caused to execution of the work by difficulties arising out of private owners or land will be entertained. iii. The rates in the tender includes all incidental charges such as opening of new quarry, opening out a new portion in an existing quarry, removing top soil and the unsuitable material, dewatering a quarry, cost of blasting powder and fuse, lift, lead, repairs of existing cart tracks, making new cart tracks, control charges, Central / State Government or municipal taxes. iv. The rates in the tender are for the delivery of approved materials on road side properly stacked at places specified by Engineer in charge and are inclusive of conveyance charges in respect of leads and lifts. No claim on account of changes in lead will be entertained. v. No material shall be removed from the land within the d boundary or from the land touching it without the written permission of the

115 113 Engineer in charge or his authorized agent. If any material is unauthorized 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 y 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 or in anyway so as to cause any obstruction or danger to the traffic. The contractor or the piece arising out of any accident etc. Any such material causing obstruction or danger etc. will be got removed departmentally at his and no claims for any loss or damage to the material, thus removed, will be entertained. The contractor shall also be responsible for the damage or accident etc. arising out of any material that fall on the road or track, not in charge of the Department and shall attend to an complaints which may be received. vii. The material shall not be stacked in place where it is liable to be damaged or lost due to traffic passing over it, to be away by rains or floods to be buried under the land slide etc. or to slip down of embankment or hill side etc. No claims for any loss due to these and similar causes will be entertained. viii. Before stacking the material shall be free from all earth, rubbish, 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 on the roadway, on ground, which has been cleaned of vegetation and leveled. On high banks, ghat road, etc. where it may not be practicable to stack it entirely clear of the road y, it may be stacked with the permission of the Engineer in charge beams in such way a way such 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 3x1.5x0.60 meter or such other size as may be directed by the Engineer in charge and all but one stack in 200 meter shall be of the same

116 114 uniform size and shall be uniformly distributed over whole lengths. One stack (at the end) in each 200 meters may be of length different from the rest in order to adjust total quantity to be required but its width and height will be the same as those of the rest. x. The Sub Divisional Officer shall supply the contractor with a statement showing 200 meter wise quantities that will be required and the order in which the collection is to be done. No materials in excess of requirements in that 200 meter 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 meter is finally measured. xi. In stacking materials, the deposition shall commence at the end of the KM farther from the quarry and be carried continuously to the other and (unless otherwise directed by the Executive Engineer). Stacking in one 200 meter shall be completed before it is started another unless directed otherwise in writing by the Executive Engineer. Measurements of the materials stacked in the 200 meter will not be until the full quantity required has been stacked unless otherwise authorized by Engineer in writing. Collecting and spreading shall not be carried on at the same time in one and the same KM or in two adjoining kms except with the written permission of the Executive Engineer. xii. Unless otherwise directed, the materials shall be collected in the following order according to availability of space. (1) Rubble (if included in tender) (2) Metal, (3) soft murum and (4) Hard murum. Hard murum shall be stacked on the side opposite to that on which soft murum has been stacked. Similarly metal col for petty repairs shall be stacked on the side opposite to metal for new layer. Where metal for two layers has to be stacked as in the case of new roads, the metal for each layer shall be stacked on op sides of the road. xiii All road material shall be examined and measured before it is spread. The labour for measurements (and check measurements wherever carried out) shall be supplied by the contractor or piece worker. Immediately after the measurements are recorded, the stacks shall be marked by the contractor or piece worker by white wash or otherwise as

117 115 may be directed by the Executive Engineer to prevent of any possibility of the same material being measured and recorded over gain to prevent any unauthorized tempering 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 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 supply sufficient labour for the materials required at the ti measurements or check measurement, after due notice has been given him, the expense incurred on account of employing departmental labour or material etc. shall be charged against his account. xiv No deduction will be made for voids. 16 TEMPORARY QUARTERS AND SITE OFFICE i. ii. The contractor shall at his own expenses maintain sufficient experienced supervisory staff etc. required for the work and shall make his own arrangements provide housing for them with all necessary arrangements including fire preventative measures etc. as directed by the Engineer in charge. It will be the responsibility of the contractor to get his layout plat of temporary structure approved from the local competent authority. The contractor shall provide, furnish, maintain and remove on completion of the work a suitable office on the work site for the use of the Executive Engineer s representative. The covered area exclusive of verandah should not be less than sq.m. It may have bamboo matting walls and asbestos or corrugated iron roof; paved floor should be 45 cm above ground level. He should provide latrines, urinals and keep them clean daily. This will be supposed to be included in his rates. 17 TREASURE TROVE: In the event discovery by the contractor or his employees, during the progress of the work of any treasure, fossils minerals or any other articles of value or interest, the contractor shall give immediate intimation thereof to the Engineer and forthwith hand to the

118 116 Engineer such treasure or thing which shall be the property of the Government. 18 PATENTED DEVICE MATERIALS AND PROCESSES: Whenever the contractor desires to use any designed device, materials or process covered by the letter of patent or copy right, the right for such use shall be secured by suitable legal arrangement and agreement with patent owner and a copy of their agreement shall filed with the Engineer in charge if so desired by the latter. 19 EXPLOSIVES: The contractor shall at his own cost expense construct and maintain proper magazines if such are required for the storage explosive for use in connection with the works and such magazines being situated, constructed and maintained in accordance with the Government rules applicable on that behalf. The contractor shall at his own expenses obtain such license or licenses as may be necessary for storing and using explosives. Not with standing that the locations etc. of storage of explosive are approved by the Engineer. The Government sh not incur any responsibility whatsoever in connection with the storage and use of the explosive on the site or any accident or occurrence whatsoever in connection there with all operations of contractor in or for which explosives are employed being at the risk of the contractor and upon his sole responsibility and the contractor hereby give to Government an absolute indemnity in respect thereof. 20 DAMAGE BY FLOOD OR ACCIDENTS:- The contractor shall take all precautions against damage by flood or like or from accident etc. No compensation will be allowed to the contractor on this account or for correcting and repairing any such damage to the work during construction. The contractor shall be liable to make good at his cost any plants or materials belonging to the Government lost or damaged by floods or from any other cause while is in his charge. 21 POLICE PROTECTION For the special protection of camp of the contractor s works, the Department will help the contractor as far as possible to arrange for

119 117 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 22 TRAFFIC REGULATION: Unless separately provided for in the contract, the contractor shall have to make all necessary arrangement for regulating traffic day and night during the period of construction to the entire satisfaction of the Engineer. This includes the construction and maintenance of diversion if necessary at no extra cost to Government. The contractor shall regulate the traffic as per direction of Engineer in charge. The contractor shall have to provide necessary caution boards barricades, flags, lights and watchman etc. so as to comply with the latest motor vehicles rules and regulations and for traffic safety and he shall be responsible for all claims for the accidents which may arise due to his negligence whether in regulating the traffic or in stacking material on the roads or due to any other reasons. The contractor shall maintain the diversion properly at his own cost as directed by Engineer in charge till the completion of work. The contractor shall at all time carry out the work on the road manner creating least interference to the flow of traffic whi tent with the satisfactory execution of the same. For all work involving improvement to the existing road, the contractor shall in accordance with the direction of the Engineer-in-charge, provide and maintain during the execution of work a passage for traffic, either along part of existing carriage way under improvement of along a temporary diversion constructed close to the work. It is to be clearly understood that whatever work carried out by the contractor for construction of diversion road including the earth work, W.B.M. bituminous surface traffic, due to floods or due to any other cause, this diversion road and / or the R.C.C. drain gets damaged it shall be prepared and maintained by the contractor in condition till completion of the whole work at his own expenses. The contractors have to make own arrangement for temporary acquisition of land if required for diversion.

120 SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL 23.1 SUPERVISION: The contractor shall either himself supervise the execution of the works or shall appoint the competent agent approved by the Engineer in charge to act in his behalf if in the opinion of the Engineer in charge the contractor has himself no sufficient knowledge and experience of receiving instructions or cannot give his full attention to the works, the contractor shall at his own expenses employ as his accredited agent a qualified engineer approved by the Engineer in charge. Orders given to the contractor s agent shall be considered to have the force as if these had been given to the contractor himself. If the contractor fails to appoint a suitable agent as directed by the Engineer in charge shall have full power to suspend the execution of the work until such date a suitable agent is appointed and the ntractor shall be responsible for the delay so caused to the works an the contractor shall not be entitled for any compensation on this behalf INSPECTION: The contractor shall inform the Engineer in charge in when any portion of work is ready for inspection giving him sufficient notice to enable him to inspect the same without affecting the further progress of the work. The work shall not be considered to have been completed in accordance with the terms of the contract until the Engineer in charge shall have certified in writing to that effect. Approval of materials or workmanship or approval of part of the work during the progress of execution shall not bind the Engineer in charge or in way affect him even to reject the work which is alleged to be completed and to suspend the issues of his certificate of completion until such alteration and modification or reconstruction have been affected the cost of the contractor as shall enable him to certify that the work has been completed to his satisfaction. The contractor shall provide at his cost necessary ladders and such arrangements as to provide necessary facilities and assistance for proper inspection of all parts of work at his own cost. 24 INSPECTION OF OPERATION:

121 119 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 material, manufactured articles or machinery are being afford every facility for the every assistance in or in obtaining the right to such access. 25 INITIAL MEASUREMENTS FOR RECORD: Where, for proper measurements of work, it is necessary to have an initial set of levels or other measurements taken, the same as recorded in the authorized field book or measurement book of Government by the Engineer or his authorized representative will 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. Likewise the contractor will not cover any work, which will render its subsequent measurements difficult or impossible without first getting the same jointly measured by himself and the authorized 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. 26 SAMPLES AND TESTING MATERIALS: I All material to be used on work shall be got approved in advance from the Engineer in charge and shall pass the tests and or analysis required by him which will be: a) As specified in the specifications for the items concerned and / or b) Rate book c) As specified by the Indian Road Congress, Standard specifications or d) I.S.I. specifications (whichever and wherever applicable) or e) As per Ministry of Surface Transport specification for Road and Bridge / IIIrd Edition sect 900 quality control for road work. f) Such recognized specifications acceptable to the Engineer in charge as equivalent thereto or in the absence of such authorized specification.

122 120 g) Such requirements test and / or analysis as may be specified by the Engineer in charge in the order of procedure given above. II III IV V VI (a) The contractor shall at his risk and cost make all arrangements a / or shall provide for all such facilities as the Engineer in charge may require for collecting, preparing and forwarding required number of samples for tests or for analysis at such time and to such place or places may be directed by the Engineer and bear all charges and cost of testing. Such samples shall also be deposited with the Engineer in charge. The contractor shall if 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 materials to be represented by the samples until the required tests or analysis have been made and the materials finally accepted by the Engineer in charge. The contractor shall not be eligible for any claim or compensation either arising out of any delay in the work or due to y corrective measures required to be taken on account of and as a result of testing of the materials. The contractor or his authorized representative will be allowed to remain present in the departmental laboratory while testing samples furnished by him. However, the results of all the tests carried out in the departmental laboratory in the presence or absence of contractor or his authorized representative will be binding on the contractor. Cost of the routine day-to-day quality control testing charges for tests required as per specifications will be borne by contractor by sending the same to the concerned Government P.W.D. laboratory. vii The contractor shall at his own cost set up laboratory to carry out the routine tests of materials, which are to be used on the work. The tests will have to be carried out either in his field laboratory or in an approved laboratory. In case tests are carried out in field laboratory at least 30% test should be carried out at the nearest quality control laboratory of the Department. Failing to which recovery at prescribed rate of P.W.D. Quality Control Laboratory will be effected from contractor s bill.

123 121 (b) Where such field / site laboratory has been set up by contractor the same shall be checked and got approved from Executive Engineer in charge of the work. (c) On the work, where no such field / site laboratory is up 100% testing of material which are to be used on the work will have to get tested from Vigilance & Quality Control Laboratory of the department. SPECIAL CONDITIONS: The contractor shall adhere to the frequency of testing of the material, which is to be used on the work as per the frequency chart as annexure-b page 155 to 160. The Quality Control Test required on materials is appended as annexure-a page 153 to 154. The numbers of test to be calculated on material which are to be used on the work indicated in the frequency chart are minimum required test. The Engineer in Charge may ask for more number of tests as and when required. VIII In case of material is 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 the specifications is ordered, the testing charges shall be borne by the Department, if the test results are satisfactory and by the contractor if the same are not satisfactory. IX X In case of the materials supplied by the Government, if the contractor demands certain testing, the charges thereof shall be aid by the contractor if the test results are satisfactory and by the Department if the same are not satisfactory. Testing shall be carried out at approved PW.D. Government laboratories or Institutes as directed by the Engineer in charge an all testing charges shall be borne by the contractor. XI 15% of the rate shall be withheld and shall be released only after the receipt of the satisfactory test results whenever specified excluding concrete items. Routine test shall mean testing of aggregate for gradation, flakiness index, impact value and binder contents

124 122 XIIMix design of concrete items where specified shall be by the contractor at his own cost, from approved laboratory. testing of high tensile steel is to be done by the contractor at his own cost. 27 MISCELLANEOUS: a. b. c. d. e. f. g. Rate shall inclusive of VAT, turn over tax, Octroi duty, general tax and other taxes, etc. For providing electric wiring or water lines etc. recess shall be provided if necessary through walls, beams, slabs, etc. and later on refilled up with braces or stone, chipping, cement mortar, without any extra cost. 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 arrangement with the land owners and to pay such rents if any are payable as mutually agreed between them. The department will afford the contractor all the reasonable assistance to enable him to obtain Government land for such purpose on usual terms and condition as per rules of Government. Special provision in detailed specifications or wording of any item shall gain precedence over corresponding contradictory provision (if any) in the standard specifications or P.W.D. Handbook where reference to such specifications is given without reproducing details in contract. Decision of the Engineer in charge shall be final in c of interpretation of specification. Suitable separating barricades and enclosures as directed shall be provided to separate material brought by contractor, and material issued by Government to contractor under Schedule A applies for the material obtained from difference source of supply. It is presumed that the contractor has gone carefully the standard specifications of PWD Handbooks (Vol. I and II 1981 edition) and MOST specification edition 1995 and the schedule of rate of the Division and study of site conditions before arriving rates quoted by him. The stacking and storage of construction material at site shall be in such a manner as to prevent deterioration or intrusion of foreign matter and to ensure the preservation of their quality, properties and fitness

125 123 for the work. Suitable precautions shall be taken by the contractor to protect the materials against atmospheric, 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 likely hood of subsidence of soil, heavy materials shall be stored on paved platform. The contractor shall at his own expenses, engage watchmen for guarding the materials and plant and machinery and the work during day and light against any pilferage or damage and also for prohibiting trespassers. h. i. j. k. l. For road and bridge works the contractor shall in addition to the specification cited here, comply with requirements of relevant IRC Code of Practice, M.O.R.T.H. specifications. The contractor shall be responsible for making good the damage done to the existing property during construction by his men. If it is found necessary from safety point of view to test any part of the structure, the test shall be carried out by the contractor with the help of the Department at his own cost. The contractor shall provide, maintain, furnish and remove on completion, temporary shed for office on the work site for the use of Executive Engineer s representative. Defective work is liable to be rejected at any stage. The contractor on no account can refuse to rectify the defects merely on reasons that further work has been carried out. No extra payment shall be made for rectification. m. In the schedule B the work has been divided into sections but notwithstanding this, every part of it shall be deemed supplementary to end complementary of every other part. n. o. General directions or detailed description of work, material and items coverage of rates given in the specification are not necessary repeated in the Bill of Quantities / item wise specifications, is however drawn to the appropriate section clause(s) of the General Specifications in accordance with which the work is to be carried out. In the absence of specific directions at the contrary, the rates and the prices inserted in the items are to be considered as the full inclusive

126 124 rates and prices for the furnished work described there under and are to cover all labour, materials, wastage, temporary work, plant overhead charges and profits as well as the general liabilities, obligations and risks arising out of the General Conditions of contract. p. q. r. s. t. u. v. The quantities set down against the item in the Schedule B are only estimated quantities of each of work included in the contract and are not to be taken as a guarantee that the quantities scheduled will be carried out or required or that they will not be exceeded. All measurements will be made in accordance with the methods indicated in the specifications and read in conjunction with the General Condition of Contract. The details shown on drawings and all other information pertaining to the work shall be treated as indicative and provisional only and are liable to variation as found necessary while preparing working drawing which will be supplied by the Government during execution. The contractor shall not, on account of such variation be to any increase over the ones quoted in the tender which are n quantity basis. The recoveries if any from contractor will be affected as arrears of land revenue through the Collector of District. Clause 101 to 107 of specifications of roads and bridges work adhered herewith will be applicable to works as per schedule B unless specified otherwise in the detailed of the relevant items. All materials used in the constructions shall conform the requirements of specifications clause under section Materials for structures of specifications of Road and Bridges work, MORTH New Delhi and also the P.W.D. Standard Specifications. Extraneous materials and steps to minimum dust nuisance during construction shall be as per clause 111 of MORTH specification (Third Edition 2001) 28 CHANGE OF CEMENT CONTENT ETC. The tendered rates for any item involving the use of cement shall apply to the quantity of cement specified for the mix for that item in the

127 125 specifications. If so any reasons except those required for compensation the deficiencies in the components, the cement content and the properties are altered by the Engineer (Engineer-in-charge) at any time or from time to time, the tendered rates for that particular item and quantity or quantities, shall be duly enhanced or reduced only to account for the addition or reductions in cost of the cement content from that laid down in the specification at the rates specified in D.S.R. of the District on which the estimate is based plus 10% to cover all other incidental charges whatever. Likewise if any additives, compounds, water proofing material, etc. are ordered by the Engineer to be added to the mortar or concrete, no extra rate shall be payable for this change which shall be carried out as directed by Engineer-incharge, provided cost of such additives etc. is born by Government or these are supplied free of cost to contractor at the site the Government. 29 CEMENT CONCRETE:- a) The contractor shall carry out all preliminary tests, work-out grading and proportioning of aggregates in order to obtain and maintain uniform quality of work. The contractor shall supply all materials, labour and testing cost for preparing and testing samples as directed by Engineer-in charge required by the Engineer. Unless otherwise specified in the detailed item wise specification 3 Cubes 150 millimeter x 150 millimeter x 150 millimeter will be tested for every 15 cubic meter of ordinary grade concrete or per day whichever is higher. The contractor shall make field arrangements for slumps tests, density and bulkage testing and also prepare concrete cubes 150 millimeter x 150 millimeter x 150 millimeter for testing compressive strength, at his cost. The cubes shall be got tested at approved laboratory and the test results shall not fall below those prescribed in Public Works Department Hand Book (Table CVP.412) or as directed by Engineer-in charge laid down in the specifications. The cost of such cubes and tests b) All concrete shall be machine mixed, unless otherwise by the Engineer-in-charge for controlled or high grade concrete, the grading of aggregate shall be got approved from the Engineer-in-charge, however, such approval does not relieve the contractor from his responsibility,

128 126 regarding the minimum works strength requirement. Work test shall be taken in accordance with relevant codes and specifications. The proportioning of aggregate shall be done by weight if so ordered by the Engineer. c) d) e) f) All mixing shall be done by mechanical means in approved mixers. The Engineer may at his discretion, allow in writing hand mixing of concrete for minor items, where small quantities are involved, but in case contractor shall increase the cement content of mixture by 10% without any extra cost. The formwork used shall be invariably of steel / with of steel or with plywood lining wooden shutters may be allowed at the discretion of the Engineer-in-charge i.e. Lintels, small slabs and beams copping etc. The concrete shall be mechanically vibrated for proper compaction by the method approved by the Engineer. The concrete shall be cured only by sweet potable water for full 21 days time of placement or as may be directed by Engineer-in-charge. REINFORCED CONCERETE WORK The work included in this contract shall be carried out in addition to this specifications detailed herein in accordance with specifications and regulations as laid down in the following standard specifications. Standard specifications published by Government of Maharashtra 1985 Edition. I.S Specifications for 43 grade ordinary Portland Cement I.S Specifications for coarse & fine aggregate from natural courses for concrete I.S Specifications for cold twisted bars. I.S Specification for Mild Steel and Medium Steel bars. I.S Code of practice for plain & reinforced concrete.

129 127 M.O.S.T Ministry of Surface Transport (Road wing) Specifications for road and bridge work (Third Edition) 1986 Edition If the standard specification quoted above fall short the items quoted in these schedules of this contract reference shall be made to the latest British Standard of Specifications. If any the items of contract do not fall in reference quoted above the decision & specification of Engineer shall be final ADDITIONAL GENERAL SPECIFICATIONS FOR ORIDNARY AND HIGH GRADE CONCRETE:- If the concrete strength falls below that specified for the items and if the use can be permitted under clauses of I.R.C. Bridge Code Section- III given below, the unit (Bridge components) may be accepted at the discretion of the Superintending Engineer concerned as a substandard work at a suitable reduced rate. Reduced r will be determined by the Executive Engineer concerned according to circumstances of the case and the concerned Superinten Engineer s approval to the reduced rate as mentioned above is necessary. Standard Specification and Code of Practice for Road Bridge Section-III Cement Concrete Standard acceptances. i) Full payment should be made when 75% of the test cube results are equal and above specified strength. Cases failing outside the above limits will be examined and decided by the Engineer-in-charge on merits of each case. ii) The test specimen should be taken by representative of the contractor in presence of the responsible Officer of the rank of not lower than an Assistant Engineer / Deputy Engineer. iii) The test specimen should be formed carefully and no claim shall be entertained later on, on the ground that the casting of the test specimen were faulty and that the results of the test men did not give correct indication of the actual quality of concrete.

130 128 iv) The minimum quantity of cement per one cubic meter of M-15 grade and above concrete should be as per Standard Specification Book, Specification B.7.4 on Page 39 (1979 Edition). v) Payment:- (a) The payment of such concrete work will not be made till the strengths are ascertained. (b) The payment of reinforcement of such affected items will not be made till the strengths of the concrete are ascertained. The ascertaining to be used for execution of any concrete items shall be strictly in accordance with specifications for formwork and steel centering. No centering shall be executed without prior approval to the centering from the Engineer-in-charge FORM WORK AND STAGING FOR BRIDGE STRUCTURES: For bridge structure, forms for concrete shall be constructed of mild steel plates or marine plywood and be of substantial and rigid construction true to shape and dimensions shown on the drawing. Where metal forms are used all bolts and rivets shall counter sunk and well ground to provide smooth plane surface Forms shall be mortar tight and shall be made sufficiently rigid by the use of ties and bracings to prevent any displacement or sagging between supports. They shall be strong enough to withstand all pressure, ramming and vibration, without defection from the prescribed lines occurring during and after placing the concrete shall be tight enough to prevent any appreciable loss concrete during vibration. Screw jacks of wood wedges where required shall be provided to make up any settlement in the form work before or during the placing of concrete Scheduled camber shall be provided I horizontal members of structure, especially in long spans to counter act the effect of any deflection. The form work shall be so fixed as to provide for such camber, if required.

131 Forms shall be so constructed as to make removal in section in the desired sequence, without damaging the surface of or disturbing other sections NUMBER OF SETS OF STAGING AND SHUTTERING AND EQUIPMENT (FOR BRIDGE WORK) In order to ensure completion of bridge within the stipulated period the contractor shall have to arrange a minimum number of set staging and shuttering as well as equipments of the required size different components as stipulated here. I For well foundation a) Staging and Shuttering Nil b) Equipment Nil ii For other item of sub-structure a) Staging and shuttering One set b) Equipment Two set iii For Superstructure a) Staging and shuttering One set b) Equipment One set 29.5 LOAD TEST OF SUPERSTRUCTURE:- In the event of the reasonable doubts as to the quality of workmanship or of materials used in construction, the contractors carry a load test on the superstructure for testing one complete unit of the same preferably the very fast of it to be cast, as directed by Engineer in order to satisfy the department above the adequacy of the strength and the sufficiency of method followed and result obtained the load test shall be carried out as per relevant specification. The test shall be carried out for the full dead load a 125% live load including impact by observation of deflections a salient point and comparing them with those computed once. The two should closely agree with residual deflection after removal of live load after 24 hours and the difference between the two shall not be more than 20% of the maximum once. If the recovery is less than 80% the structure shall be deemed to be unacceptable. In case there is any deficiency, the same shall be made good by the contractor by necessary strengthening of the untested to be constructed next as warranted by their results of the test.

132 130 The next unit will again be tested and process repeated until absolutely satisfactory results are obtained and rest of the work will be carried out according to the procedure giving such results. Cost of Load Test & Testing Charges of any part of structure:- Load testing and testing of any part of the structure be asked only in case of reasonable doubts. Cost of testing will have to be borne by the contractor if the results are not satisfactory, and by department if satisfactory. 30 PROTECTION OF UNDERGROUND TELEPHONE CABLE AND AERIAL TELEPHONE WIRES AND POLES, TRANSMISSION TOWERS, ELECTRICAL CABLES & WATER SUPPLYING LINES During the execution of work it is likely that the contractor may meet with telephone cable, electrical cable, water supply lines etc. It will therefore be the responsibility of the contractor to protect them carefully. The contractor and also the concerned department should bring all such cases to the notice of the Engineer in Any damages whatsoever done to these cables and pipe lines by the contractor shall made good by him at his cost. 31 MEDICAL & SANITARY ARANGEMENTS TO BE PROVIDED FOR LABOUR EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTOR a The contractor shall provide an adequate supply of potable water for the use of labourers on work and in camps. b c The contractor shall construct trench or semi permanent latrines for the use of the labourers. Separate latrines shall be provided men and women. The contractor shall build sufficient number of huts on a suitable plot of land for the use of the labourers according to the lowing specifications 1. Huts of bamboos and grass may be constructed. 2. A good site not liable to submergence shall be selected. On high ground remote from jungle but well provided with trees, shall be chosen wherever it is available. The neighborhood of tank, jungle

133 131 grass or wood should be particularly avoided. Camps should not establish close to large cuttings of earthwork. 3. The lines of huts have open spaces of at least 10 meters between rows. When a good natural site cannot procure, particular attention should be given to the drainage. 4. There should be no overcrowding. Floor space at the rate of 2.78 sq.m. per head shall be provided. Care should be taken to see that the huts are kept clean and in good order. 5. The contractor must find his own land if he wants Government land, he should apply for it and pay assessment for it, if made available by Government. 6. The contractor shall construct a sufficient number of athing places, washing places should also be provided for the purpose of washing clothes. 7. The contractor shall make sufficient arrangements for aining away the surface and sewage water as well as water fro the bathing and washing places and shall dispose of this waste water in such a way as not to cause any nuisance. d. e. f. The contractor shall engage a Medical Officer with a traveling dispensary for a camp containing 500 or more persons, if there is no Government or other private dispensary situated within eight kilometers from the camp. In cases of emergency, the contractor shall arrange at his cost, for transport for quick medical help to his sick worker. The contractor shall provide the necessary staff for effecting a satisfactory drainage system and cleanliness of the camp to the satisfaction of the Engineer. At least one sweeper per 200 persons should be engaged. The Assistant Director for Public Health shall be consulted before opening a labour camp and his instructions on matters as water supply, sanitary conveniences, the camp site, accommodation and food supply shall be followed by the contractor.

134 g. h. 132 The contractor shall make arrangement for all anti-malaria measures to be provided for the labour employed on the work. The anti-malaria measures shall be provided as directed by the Assistant Director of Public Health. Where workers are required to work near machine and are liable to meet with accident they should not be allowed to wear loose cloth like Dhoti, Jhabba etc. 32 SAFETY MEASURES AND AMENITIES: The contractor shall take all necessary precautions for the safety of the workers and preserving their health while working in such job as require special protection and precautions. The following are some the requirement listed though not exhaustive. The contractor shall also comply with the directions issued by the Engineer, in behalf from time to time and at all time Providing protective foot-ware to workers in situation like mixing and placing of mortar or concrete, in quarries and places the work is done under too much wet conditions as also for movements over surface infected with oyster growth etc. Providing protective head wear to workers working in quarries etc. to protect them against accident or fall of material from above. Taking such normal precautions like providing hand rails at the edges of the floating platforms or barges not allowing nails or metal parts or useless timber to spread around etc. Supporting workmen with proper belts, ropes, etc. when working on any masts, cranes, grabs, hoist, dredgers etc. Taking necessary steps towards training the workers concerned on the use of machinery before they are allowed to handle it independently and taking all necessary precautions in and around the areas where machines hoists and similar units are working. Providing adequate number of boats (if at all require for plying in water) to prevent over loading and over-crowding.

135 Providing life belts to all men working at such situations from they may accidentally fell into the water. Equipping the boats with adequate number of life belts etc. Avoiding bare live wires etc. as would electrocutes, workers. Making all platforms staging and temporary structures sufficiently strong and not to cause inconvenience and risk to the and supervisory staff. 10. Providing sufficient first aid trained staff and equipment to be available quickly at the work site to render immediate first aid treatment in case of accident due to suffocations drowning and other injuries. 11. Take all necessary precautions with regards to use of divers. 12. Providing full length gum boots, leather hand gloves, jackets with fire proof apron to cover the chest and back reaching up to knees and protective goggles for the eyes, to the labourers with not asphalt handling, vibrator in cement concrete and also where use of any or all these items is beneficial in the interest of health and well being of the labourer in the opinion of the Engineer. 13. Suitable scaffolds shall be provided for workmen for all works that cannot safety be done from the ground or from solid construction except such short period work as can be done safely from ladders. When ladder is used, an extra mazdoor shall be engaged for holding the ladder and if the ladder is used for carrying the materials as well as suitable footholds and handholds shall be provided on ladder and the ladder shall be given an inclination not steeper than 1:4 (1 horizontal to 4 vertical). 14. Scaffolding or staging more than 3.25 meters above the ground of floors, swing or suspended from an overhead support or erected with stationary support shall have a ground fail properly attached, bolted, braced and otherwise assured at least one meter high above the floor or platform on such scaffolding or staging and extending the entire length of the outside and ends thereof with only such as may be necessary for delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure.

136 Working platform, gangways and stairways shall be so constructed that they do not sag unduly or are more than 3.25 meters above the ground level or floor level. It shall be closely boarded, have adequate width and be suitable fenced as directed in 14 above. 16. Every opening in floor of the building or in a working platform shall be providing with suitable protection to prevent fall of or materials by providing suitable fencing or railing with minimum height of 1 meter. 17. Safe means of access shall be provided to all working and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 9 meters in length; width side rails in hung ladder shall in no case may be less than 30 cms for ladder up to and including 3 meter in length. For longer ladders, this width shall increase at least 6mm for each additional 30cms of len Uniform step spacing shall not exceed 30cms. 18. Adequate precautions shall be taken as prevent danger from electrical equipments. No material on any of the sites shall be stacked or placed as to cause danger or inconvenience to any person or the public. The contractor shall provide all necessary fencing and lights to protect public from accident and proceeding of law that may be brought by any person for injury sustained owing to neglect of the above precaution and to pay any damages and costs which may be awarded any such suit action or proceeding to any such person or which may with the consent of the contractor, to be paid to compromise any claim by any such person. 19. All necessary personal safety equipment as considered adequate by the Engineer in charge shall be available for use of perso employed on the site and maintained in a condition suitable for immediate use and the contractor shall take adequate steps to ensure proper of equipment by those concerned. a) Workers employed on mixing asphalted materials, cement or lime mortars concrete shall be provided with protective foot ware and protective goggles. b) Those engaged in handling any materials, which is injurious to eyes shall be provided with protective goggles.

137 135 c) Those engaged in welding works shall be provided with welder s protective eye shields. d) Stonebreaker shall be provided with protective goggles and protective clothing and seated at sufficiently safe intervals. e) When worker are employed in sewers and manholes which in use, the contractor shall insure that manhole covers are open and manholes are ventilated at least for an hour before worker are allowed to get into them. Manholes opened shall be cordoned off with suitable railing and provided with warning signals or boards to prevent accident to public. f) The contractor shall not employ men below the age of 18 and the women on the work of painting with products containing lead in any form. Whenever, men above the age of 18 are employed on the work lead painting the following precautions shall be taken. i. No paint containing lead or lead product shall be used except in the form of past or ready-made paint. ii. Suitable facemasks shall be supplied for use by workers when paint is applied in the form of spray or surface having lead paint dry rubbed and scrapped. iii. Overalls shall be supplied by the contractor to workmen and adequate facilities shall be provided to enable working painters to have washed during and on cessation or work. g) When work is done near any place where there is risk of drawing, all necessary equipment shall be provided and kept ready for use and all necessary steps taken for prompt rescue of any person danger and adequate provision made for prompt first aid treatment of all injuries likely to be sustained during the course of the work. Use of hoisting machines and shackle including the attachments, anchorage supports shall confirm to the following: a. i. These shall be of good mechanical construction, round materials and adequate strength and free from patent defects and shall be kept in good working order.

138 136 a. Every rope used in hoisting or lowering materials of as means of suspension shall be of durable quality and of adequate strength and free from patent defect. b. c. Every crane driver or hosting appliance operator shall be properly qualified and no person under the age of 21 years shall be in charge if any hoisting machine including any scaffolding. In case of every hoisting machine and of every chain, hook, shackle and pulley block used in hoisting or lowering means of suspension, safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be clearly marked with safe working load. In case of a hoisting machine having variable safe working load each safe working load and the conditions under which is applicable shall be clearly indicated. No part of any machine or of any gear referred to above in this paragraph shall be ded beyond safe working load except for the purpose of testing. d. In case of Departmental machines safe working load shall be notified by the Engineer in charge. As regards contractor s machines, contractor shall notify safe working load of each machine to the Engineer in charge, whenever he brings it to site of work and get it verified by Engineer in charge Motors, gearing transmission, electric wiring and other dangerous parts of hoisting appliances shall be provided with such means as sill reduces the minimum risk to the accidental descent of load. Adequate precautions shall be taken to reduce to the minimum the risk of any part of a suspended load becoming accidentally displaced, when workers are employed. On electrical installations, which are already, energized insulating wearing materials approved such as gloves, sleeves and coats as may be necessary all be provided. Worker shall not wear any rings, watches and carry keys and other materials, which are good conductor of electricity. All scaffolds, ladders and safety devices mentioned or described herein shall be maintained in a safe condition and no ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities shall be provided at near place of work.

139 e. 137 These safety provisions shall be brought to the notice of all concerned by display on a notice board at a prominent at the work spot. Persons responsible for ensuring compliance with the safety code shall be named therein by the contractor. i. To ensure the effective enforcement of the rules and regulations relating to safety precautions, arrangements made by the contractor shall be open to inspection by the Engineer in charge or his representative and the inspecting offices. ii. Failure to comply with the provision hereunder shall make the contractor liable to pay the Department as a penalty an amount not exceeding Rs.50/- for each default and decision of the Engineer in charge shall be final and binding. Notwithstanding the above conditions the contractor is not exempted from the operation of any other Act or Rules in force. 33 EXCAVATION AND TRENCHING: All trenches 1.5 meters or more in depth shall at all times be supplied with at least one ladder for each 30 meters in length or fraction thereof. Ladder shall be extended from bottom of trench to at least 1 meter above surface of the ground, side of suitable slope, or security held by timber bracing, so as to avoid the danger of side collapsing. Excavated materials shall not be placed within 1.3 meter of edge of trench or half of depth of trench whichever is more. Cutting shall be done from top to bottom. Under no circumstances shall undermining or undercutting be done. 34 DEMOLITION: Before any demolition work is commenced and also during the process of the work a. All roads and open areas adjacent to the work site shall be either is closed or suitable protected. b. No electric or apparatus, which is liable to be a source of danger or a cable or apparatus used by contractor, shall remain electrically charged.

140 138 c. All practical steps shall be taken to prevent danger to persons employed from risk or fire or explosion or hooding. No floor, roof or other part of a building shall be so overloaded with debris of materials as to render it unsafe. All necessary personal safety equipment as considered adequate by the Engineer in charge shall be available for use of persons employed on the site and maintained in a condition suitable for immediate use and the contractor shall take adequate steps to ensure pro use of equipment by those concerned. a) Workers employed on mixing asphaltic materials, cement or lime mortars, concrete shall be provided with protective footwear and protective goggles. b) Those engaged in handling any materials, which is injurious to eyes shall be provided with protective goggles. c) Those engaged in welding works shall be provided with protective eye shields. d) Stone broker shall be provided with protective goggles and protective clothing and seated at sufficiently safe intervals. e) When workers are employed in sewers and manholes which are in use, the contractor shall ensure that manhole covers are opened and manholes are ventilated at least for an hour before workers are allowed to get into them. Manholes opened hall be cordoned off with suitable railing and provided with warning signals or boards to prevent accident to public. The contractor shall not employ, men below the age of and women on the work of painting with products containing lead in any form. Wherever men above the age of 18 are employed on the work of lead painting, the following precautions shall be taken. 35 SCOPE OF RATES FOR DIFFERENT ITEMS OF WORKS: For item rate contracts, the contract unit rates for different items of works shall be payment in full for completing the work to the requirement of specifications including full compensation for all the operation detailed in the relevant sections of these specifications under

141 139 Rates. In the absence of any direction to the contrary the rates are to be considered as the full inclusive rate for finished covering all labours, materials, wastage, temporary work, plat, equipment, overhead charges and profit as well as the general liabilities, obligations and risks arising out of the general conditions of contract. The item rates quoted by the contractor shall unless otherwise specified also include compliance with supply of the following. i. General works such as setting out, clearance of site before setting out and clearance of works after completion. ii. A detailed program for the construction and completion of the works (using CPM/PERT techniques) giving in addition to the activities detailed network activities for the submission and approval of materials, procurement of critical material and equipments, fabrication of special products / equipments and their installation and testing and for all activities of the employer that are likely to the progress of work, etc. including updating of all such activities on the basis of decisions taken at the periodic site review meeting or a directed by the Engineer. iii. Samples of various materials proposed to be used of the work for conducting tests thereon required as per the provision of the contract. iv. Design of mixes as per the relevant clauses of the specifications giving proportions of ingredients source of aggregates and binder along with accompanying trial mixes as per the relevant clauses of these specifications to be submitted to the Engineer for his approval before use of the works. v. Detailed design calculations and drawing for all temporary work (such as form work, staging centering specialized constructional handling and launching equipment and the like) vi. Detailed drawings for templates, support and end anchorage, details for pre-stressing cable profiles, bar bending and cutting schedules for reinforcement, material lists for fabrication of structural steel etc. vii. Mill test reports for all mild and high tensile steel as per the relevant provision of the specifications. cast steel

142 140 viii. Testing of various finished items and materials including bitumen, cement concrete bearing as required under these specifications and furnishing tests reports / certificates. ix. Inspection reports in respect of form work, staging reinforcement and other items of work as the relevant specifications. x. Any other data which may be required as per these specifications or the conditions of contract or any other annexure / schedule forming part of the contract. xi. Any other item of work which is not specifically provided in the bill of quantities but which is necessary for complyin with provisions of the contract and xii. All temporary works and false work Portion of road works beyond the limits and or any other work may be got constructed by the Employer directly through other agencies. Accordingly other agencies employed by the employer may be working in the vicinity of the work being executed by the contractor. The contractor shall liaise with such agencies and adjust his construction programme for the completion of work accordingly and no claim or compensation due to any reason whatsoever will be entertained on this account. The employer will be indemnified by the contractor for any claims from other agencies on this account. xiii. All prevailing taxes levied by Government and amended from time to time. 36 PAYMENTS: The contractor must understand clearly that the rates are for completed work and include all costs, due to labour, scaffolding, plant, machinery, supervision, power, royalties, Octroi, taxes, etc. and should also include all expenses to cover the cost of night work if and when required and no claim for additional payments beyond the prices or rates quoted will be entertained. The mode of measurements has been indicating in the specification. If there is any ambiguity or doubt in this respect, the decision of Superintending Engineer will be final.

143 a. RUNNING BILLS 141 The Engineer in charge will grant two payments in a month 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 excluded 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 and will be withdrawn under clause 15 for which no compensations will be allowed. 7 CLAIM: Bills for extra work or for any claim shall be paid separately apart from the interim bills for the main work. The payment of bills for the main work shall not be withheld for want of decision of the extra or claims not covered in the appendices. Claims for extra work shall be registered within 30 days of occurrences of the event. However bills for these claims including supporting data / details may be submitted subsequently. 38 PRIORITIES OF WORKS TO BE EXECUTED: Priorities for items to be executed shall be determined periodically keeping in view the final time limit allowed for the work and the entire time schedule fixed for intermediate stages of work. 39 WAGES ACT: The contractor shall comply with the provisions of payment of wages Act 1936, Minimum Wages Act 1948, Employee Liability Act 1937, Workmen Benefit Compensation Act 1923, Industrial Dispute Act 1947,

144 142 Maternity Benefit Act 1961, Contractor Labour (R&A) Act 1970, Migrant workmen (Regulation Employment and conditions of Service) Act 1979 or modifications thereof or any other law relating thereto and rules made there under from time to time by Government. 40 DISPUTE AND ARBITRATION: No Arbitration is allowed. 41 ELECTRIC POWER: Arrangement for obtaining electric power connection will have to be made by the contractor at his own cost. 42 PRELIMINARY ARRANGEMENTS: The contractor shall have to make at his own cost all preliminary arrangements for labour, water, electricity and materials etc. immediately after getting work order. No claim for any extra payment or application for extension of time on the grounds of any difficulty in connection with the above matter will be entertained. The contractor shall at his own expenses engage watchmen for guarding the materials and plants and machinery and the work during day and night against any pilferage or damages and also for prohibiting trespassers or damages to them. The contractor shall have to make his own arrangements for water required for any purpose on the work. The contractor after completion of work shall have to n the site of all debris and remove all unused materials other than those supplied by the department and all plants and machinery, equipment, tools, etc. belonging to him within one month from the date of completion of work or otherwise the same shall be removed by the department at his cost and the contractor shall not be entitled for payment of any compensation for the same. 43 ACCIDENT: In the event of an accident involving serious injuries or damages to human life or death of any of his employees and or trespassers, the same shall be reported within 24 hours of the occurrence to the Executive Engineer and the Commissioner of workmen s compensation.

145 44 PLANT: 143 All constructional plan provided by the contractor shall when brought on to the site be deemed to be exclusively intended for the construction of this work and the contractor shall not remove the same or any part thereof (save for the purpose of moving it from the part of the site to another or for repairs etc.) without the consent in writing of the Engineer in charge which shall not be unreasonably withheld. 45 PUBLIC UTILITIES: In addition to clause 110 of MOST (RW) specification for Road and Bridges works (Second Revision) 1988 following should added para Public Utility Services like H.T. lines, telephone lines, etc. which are visible at site should be taken notice of by the contractor while planning their works. It shall be the contractor s responsibility to inspect such services prior to the commencement of any work. While executing the works, the contractor should take are to see that these services are not disturbed or damaged during the execution. The Government will not be held liable or responsible any delay in completion of the job under this contract which may occur due to any damage occurred to such services in consequence of the contractor s operation of delayed completion of the execution for the same. 46 DRAWINGS: a. CONTRACT DRAWINGS: The contract drawing provided for tendering purpose with the tender documents shall be used as a reference only. Contractor should visualize the nature of type of work contemplated and to ensure that the rates and prices quoted by him in the bill of quantities take due consideration of the complexities of work involved during 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

146 144 tracing and negative which the contractor is required accordance with the contract. provide in b. COMPLETION DRAWINGS: The contractor shall submit to the Engineer within two month of actual completion completion drawings as specified below an operation and maintenance instructions for the whole of the work. These drawings shall be accurate and correct in all respect and shall be shown to and approved by the Engineer earlier. For completion drawings two prints and one polyester film of quality by the Engineer or his representative shall be supplied. 47 HANDING OVER OF WORK: All the work and materials before finally taken over by the Government will be the entire liability of the contractor for guarding, maintaining and making good any damages of any magnitude. Interim payments made for such work will not alter this position. The handing over by the contractor and taking over by the Executive Engineer or his authorized representative will be always in writing, copies of which will go to the Executive Engineer or his authorized representative and the contractor. It is, however, understood that before taking over such work, Government will not put it into regular use as distinct from casual or incidental one except as specifically mentioned elsewhere in this contract or as manually agreed to. 48 RELATION WITH PUBLIC AUTHORITIES: The contractor shall comply with all rules, regulations, bylaws and directions given from time to time by any local or public authority in connection with this work and shall himself pay fees or charges which are livable on him without any extra cost to the department. 49 DOCUMENTATION: If so ordered 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

147 145 supplied in triplicate to the Engineer for record and at the contractor s cost. 50 If the potable water is not available in the river bed the contractor has to make his arrangement for potable water required for concrete mixing its curing and other parts of the construction for which no extra claim will be paid by the Department. 51 DAY TO DAY QUALITY CONTROL OPERATIONS: The day to day controls to be exercised by the contractor and the Engineer enumerated in the below paragraphs ALIGNMENT & LEVEL CONTROL: a. The contractor should locate the center line of the building from the pegs, pillars or reference points fixed during the location survey and from the information furnished in the contract drawings. Any discrepancy between the reference points on the ground and those on the drawings should immediately be brought to the notice of the Engineer for reconciliation. b. Based on the approved center line, the contractor should set up batter pegs (to delineate limits of cleaning and grubbing) and have these got checked and approved by the Engineer. c. The contractor should check the reduced level of benchmarks set up along the alignment. Any discrepancy in the reduced levels of those at site and as indicated in the drawings should immediately be brought to the notice of the Engineer for reconciliation. The should re-establish those benchmarks which are found missing at te, and should establish additional benchmarks as needed, for ensuring effective level control. d. The contractor shall be responsible for the true and proper setting out of the works in relation to original survey points, lines and levels of reference given by the Engineer in writing. at any time during the progress of the works, any error shall appear or arise in the position levels dimensions or alignment of any part of the work, the contractor on being required to do so by the Engineer, shall at his own cost rectify the error to the satisfaction of the Engineer, unless such error is based on incorrect data supplied in writing by the Engineer.

148 146 e. The contractor shall carefully protect and prepare all benchmarks reference, pillars and pegs used in setting out the works till final take over by the Engineer NATURAL GROUND FOR EMBANKMENT CONSTRUCTION / CUT FORMATION AND THEIR COMPACTION a. b. Atterberg limits in situ dry density and CBR of the material at ground / or formation level, should be determined and approved by the Engineer. Any unsuitable material shall be removed and replaced by better materials as ordered by the Engineer. The Engineer s quality control units shall have independent test checks on the quality and compaction of the natural ground / cut formation EMBANKMENT CONSTRUCTION: a. b. All borrow area shall be got approved by the Engineer based on results of tests for atterberg limits, proctor / modif proctor density CBR and soil classification. Layer thickness and in situ density shall be checked and got approved by the Engineer before proceeding to the next layer SUBGRADE: a. b. c. d. Specific borrow areas having soil satisfying the requirement of specifications and specified strength criteria shall be identified for use in sub grade and got approved by the Engineer. In case of any appreciable variation of inbuilt sub grades characteristics from the designed ones, the pavement design shall be reviewed to match the inbuilt characteristics of the sub grade. The soil used in actual construction of sub grade shall be remolded at density referred in sub-para (d) below at placement moisture content and checked for 4 days soaked and un-soaked CBR A set of 3 specimen shall be collected from each 300 cum. Area the sub grade. (i.e. top 0.5 m of embankment) for CBR test. In situ density and CBR of the constructed sub grade shall be checked and got approved by the Engineer before procee on with the next pavement layer.

149 51.5 SUB BASE: 147 a. b. c. d. The source of supply of material shall be inspected tested and got approved by the Engineer before any material is delivered to site of works. Job mix formula falling within the specified limits where applicable shall be got approved by the Engineer based on test results thereof. Samples of the material from the laid sub base shall be tested for gradation pl. Field compaction shall be checked and got approved by the Engineer before proceeding with the work on the next pavement layer. In case of any appreciable variation of in built sub base characteristics from the designed ones, the pavement design shall be reviewed to match the inbuilt characteristics of the sub base GRANULAR BASE COURSE: a. b. c. d. For graded type of granular material the job mix formu falling within the specified limits should be got approved by the Engineer. Testing of aggregates brought to site of works for gradation and aggregate impact value should be done. Testing of filler material for WBM for gradation liquid limit and plasticity index shall be done. Field compaction control should be exercised for density and by other sensory checked such as observation of movement of layer under compaction, sinking / crushing of a piece of gayer glut placed a moving roller complete removed of roller marks etc SHOULDERS: a. b. c. Checking for the quality of shoulder material including gradation shall be done. Field compaction shall be checked at site on the compacted layer. Checking for the cross fall built shall be done BITUMINOUS CONSTRUCTION GENERAL:

150 a. b. c. 148 Manufacture s test certificate for quality of bitumen l be acceptable to the Engineer. However, where the quality is in doubt, the Engineer may call for tests to be conducted by contractor for variation. The base on which bituminous courses are to be laid must be dry and free of dust and other deleterious matter. Mineral aggregates to be used should be checked for their specification requirement and got approved by the Engineer BITUMINOUS SPRAYED WORK: a. b. Temperature of binder in the boiler and rate of spray site shall be checked. Spraying shall be uniform and shall be carried out with the help of either self propelled or towed bitumen pressure sprayer with self heating arrangements and spraying nozzles arrangements. Rate of uniformity of spread of chipping should be checked and controlled. c. Rolling shall ensure adequate embedment of the chippin rolling. by 52 FIELD LABORATORY: The contractor shall arrange to provide a well furnished and fully equipped field laboratory which shall be manned by adequately qualified technical staff. The laboratory shall preferably located adjacent to the plant site and shall be provided with amenities like water supply, electric supply, toilet block, etc. The boratory equipment shall confirm to Clause on page No. 26 of MOST specifications of road and bridges. The equipments shall be preferably of AIMIL make. This shall be considered as incidental to work and no separate payment whatsoever will be made for the same. The testing of materials for work should be carried out as per frequency chart given in annexure B by at least 30% of the test should be performed in P.W. Laboratory in variably failing to which recovery at prescribed rates of VQCC Laboratory should be effected from contractor s bill. 53 SUPPLY OF COLOURED RECORD PHOTOGRAPHS AND ALBUMS:

151 149 The contractor shall arrange to take dated post card size colored photographs at the rate of 10 photographs at various per kilometers / at various stages / facts of the works including interesting and novel features of the works as desired by P.W. Laboratory the Engineer in charge and supply them in five copies each in separate albums of appropriate size. He shall also arrange for video filming of important activities of the work during the currency of the contract and edit it to a video film of 60to 180 minutes playing time. It shall contain narration of the various activities in English / Marathi by a competent narrator. The cassette shall be acceptable quality and the film shall be capable of providing colour pictures. This shall be considered as incidental to the work and no additional payment whatsoever will be made for the same. 54 SUPPLY OF SAFETY JACKETS TO LABOURERS / SUPERVISOR/ ENGINEERS As a safety measure during the excavation of work al labours, construction and supervisory staff shall be provided with an orange color jacket in fluorescent hue so as to make them starkly visible from a distance even during evening hours. 55 APPROVAL OF CONSTRUCTION MATERIALS AND CONSTRUCTION ACTIVITIES Approval of all materials for the work shall be obtained in writing from Engineer in charge or his representative before its use in the project. Before taking up of any construction activities the construction work done earlier shall be got approved in writing. Any failure on this account may result in the work for which the contractor will be solely responsible. Materials and job mix etc. shall be got approved in writing at least 15 days in advance of the commencement of corresponding activity. The testing charges shall be borne by the contractor. Besides the prescribed tests and frequencies the contractor at his own cost if so directed by Engineer in charge or his authorized

152 150 representatives shall also carry out any other test or tests over the prescribed frequency. LIST OF APPARATUS REQUIRED FOR ROAD WORK INCLUDING HOT MIX WORKS Sr, No. Particulars Nos. (Minimum required) 1 Set of Bucket of bulk density 30 litres capacity sample diving (various sizes 15,20,30 litres) 3 2 Riffle Box (Sample Diving Box) 1 3 Bitumen extractor (Hand / electrically operated) 1 4 Field Density (sand replacement method) 1 5 Straight edge 3 meter land ISMC 50X M.S.Camber plate 2.75 meter 3.5 meter long 1 No. each 7 Constant temporary Hot Water bath 1 No. 8 Electronic balance capacity upto 1200 Gm. 1 No. 9 G.I.Trays of various sizes Digital thermometer capacity upto C with100 least count 1 11 Electric oven 1 12 Chemicals (Benzene / Trichloroethylene) 250 litres 13 Filter papers 500/Season 14 Weight box with 5 Kg. to 1 Gm. weight 1 15 Fractional weight box and pan balance 1 16 G.I. Brass sieves if various sizes for gradation 1 No. each 17 Pick axes 2 18 Cooking gas / Kerosene burner with cylinder 1 19 Impact test apparatus (for coarse aggregate) 1 20 Flakiness and Elongation test guage 1 21 Penetrometers with standard needles for asphalt test Crushing strength machine 1 No. 23 Concrete cube moulds 9 Nos.

153 CLAUSE IN THE CONDITION OF CONTRACT: a. b. c. All materials and workmanship shall be of the respective type described in the contract and in accordance with the Engineer s instructions and shall be subjected from time to time tests as the Engineer may direct at the place of manufacture or fabrication, or on the site. All samples shall be supplied by the Contractor. No work is to be covered up or put out of view without the approval of the Engineer for his examination and measurements. During the progress of the works, the Engineer shall have the power to order, the removal from the site any unsuitable material, substitution of proper and suitable material and the removal and proper re-erection notwithstanding any pervious test or interim payment therefore and of any work which in respect of or workmanship is not, in the opinion of the Engineer in with the contract. 57 CONTRACTOR S FACILITY: According to the contract, the contractor is responsible for the quality of the entire construction work. To meet this requirement:- a. b. The contractor shall set up his own laboratory at location(s) approved by the Engineer. The laboratory shall be equipped with modern and efficient equipment with the sufficient standbys, suitable to carry out the tests prescribed for different materials and work according to the specifications. The lost of to be procured and the facilities to be provided shall be got approved by the Engineer. The equipment shall be mentioned in a workable condition to the satisfaction of the Engineer. Sampling and testing procedures shall be in accordance with the relevant standards of BIS (Previously called ISI) or IRC. Frequently of testing shall be laid down in the Ministry s Specifications for Roads and Bridges work (2 nd revision). In the absence of relevant Indian Standards, sampling and testing procedures shall be approved by the Engineer.

154 c. d. 152 The laboratory should be manned by a qualified materials Engineer assisted by Material Inspector / Technicians, and the set up should be got approved by the Engineer. The contractor should prepare printed proforma for recording readings and results of each type of test after getting the formats of the performance approved from the Engineer. He should a daily record of all the test conducted by him. Two copies of the test results should be submitted to the Engineer for his examination and approval, of which one copy will be returned to the contractor for being kept at site of work. The materials Engineer of the contractor should keep close liaison with the Quality Control Unit of the Engineer and keep the latter informed of the sampling and testing program so that the Engineer s representative could be present during this activity, if considered necessary. 58 In case of cement concrete works: a. Besides manufacturer s test certificate for quality of cement at least one set of physical and chemical tests should be conducted for each source of supply for verification. Where the quality is in doubt, or where the cement had been stored for long periods or in improper condition, the Engineer shall call for testing the cement at more frequent intervals. b. Job mix formula based on trials carried out in the contractor laboratory should be got approved by the Engineer. c. The mineral aggregates should be tested for their properties. Water to be used for mixing should be tested for chemical impurities. d. Checking for stability and sturdiness of form work. e. Ensuring that the crucial equipment lime mixers and vibrators are in working order before start of work. f. Control on water cement ratio. g. Control on workability and time elapsed between mixing and placing of concrete. h. Control on compaction and finishing.

155 i. j. 153 Tests on cubes samples at 7 to 28 days. Checks on provisions for adequate curing Incase of machinery work, control should be exercised on the quality of the materials (e.g. stone, brick, cement, etc.) as also on mortar proportion. For R.C.C. work, quality of steel in each batch may be approved on the basis of test certificate. The reinforcement layout should be checked for conformity with approved drawings and bar bending schedules. All laps should be checked for conformity with the specifications. The reinforcement should be free from oil and loose rust scale should be properly tied with binding wire. 60 ADDITIONAL GENERAL CONDITION ABOUT INSURANCE:- Contractor shall take out necessary insurance policy / policies (viz. Contractors All Risks Insurance Policy, Erection All Risks Insurance Policy, etc. as decided by the Director of Insurance) so as to provide adequate insurance cover for execution of the awarded ntract work for total contract value and complete contract period from the Directorate of Insurance, Maharashtra State, Mumbai only. Its post address for correspondence is 264, MHADA, First Floor, Opp. Kalanagar, Bandra (E), Mumbai , Telephone No / and fax No / ) Similarly all workmen s appointed to complete the contract work are required to insure under workmen s Compensation Policy, Insurance Policy / Policies taken out from any other company will not be accepted. If any contractor has affected 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. The of Insurance reserves the right to distribute the risks of insurance among the other insurers. If the contractor fails to produce the documents of Insurance done before payment of first running account bill, one percent will be recovered from first (1 st ) running account bill of this work.

156 61 MAINTENANCE: The maintenance of the existing black topping surface within length of road under contract shall be the responsibility of the contractor after receipt of work order. The contractor shall attend and fill up pot-holes if formed on the existing BT surface in entire length under this contract. If the contractor fails to fill the pot-holes, the same shall be got filled by the department on contractor s risk and cost, and recovery towards the expenditure incurred by the department on pot-holes will be recovered through the R.A. bill of this work. The contractor should quote the rates after considering this maintenance aspect. On completion of the work in all respects, necessary certificates will be issued by the concerned Executive Engineer and the defect liability period will be counted from the date of issue of certificate Performance Security for maintenance period:- The contractor shall maintain the finished road surface under the contract for period of two years from the date of issuance of completion certificate at his cost. The contractor shall fill the pot holes if any /rebuilt the sunken & deteriorated portion if any during defect liability period. An amount of 5 % (Five percent) of total work done shall be deducted & withheld till expiry of defect liability period of 36 months as performance security. This amount shall be deducted through running bill at 5 % of amount of running bill. This amount on request of contractor shall be replaced by Bank Guarantee of Nationalised Bank / Scheduled Bank. This performance security is in addition to Security Deposit deducted as per provisions in Clause I &Para 4.5 of Notice to contractors During defect liability period, contractor is supposed to detect the defect or damages in the completed work. These defects and damages should be rectified within period specified in the notice of defect. If contractor fails to defects or carry out the repairs to such defects, Engineer in charge will inform in writing about these and rectifications will be carried out at contractor s risk and cost. The contractor at his cost shall make all damage durin execution good. He will be responsible for any damages to the road surface including B.T. surface in rainy seasons and during construction and

157 155 guaranteed maintenance period. No separate payment will be made for restoring damages Defective work is liable to be rejected at any stage. The contractor on no account can refuse to rectify the defects merely no reasons that further work has been carried out. No extra payment shall be made for such rectification. In case of damages type failure will be investigated by Engineer in charge and repairs to the defective portion will be suggested accordingly. If contractor fails to rectify such damages within the period specified in the instructions of Engineer in charge then heavy penalty will be imposed and damaged work will be rectified at risk and cost. 62 SPECIAL CONDITION AND SPECIFICATION OF SCADA I. All hot mix items under this contract shall be carried out with hot mix plant (drum mix plant)/ II) For WBM Grade-I/ Grade-II/ Grade-III / and BUSG work Mechanical vibratory screening unit which is must/ mandatory for screening of metal under required for WBM Grade-I/ Grade-II/ Grade- III / and BUSG work. III) Compactions (Earthwork, GSB, WBM, BUSG, all BT work, etc.) shall be done in combination with atleast with one intelligent compactor which shall have inbuilt compaction analyser as per IRC SP fitted with SAT for delivering data and graphics on compactor terminal to PWD/ server/ user terminals. IV) Asphalt should be brought from only from Govt. refinery and in the name of concerned contractor. Contractor should produce original challan i.e. original for buyer or equivalent site in large. V) The contractor shall open online Account with Government Refinery from where he procures as asphalt for his work. VI) Contractor shall provide online facility to Engineer in charge or his representative for online verification of the documentary evidence (challan) submitted to him, Engineer in charge or his representative shall verify the transactions online and take print out of the online document. VII) Attested copy of the print out of the online document kept on record alongwith the documentary evidence (challan). be

158 156 VIII) Extraction test of bitumen mix : The binder content of hot mix material shall be determined by ignition method only as specified in ASHTO T308. The testing by ignition method shall be do in furnace which shall be equipped with internal balance. The furnace shall have web based SCADA facility. The data so acquire shall be uploaded to PWD website in real time with time lag not more than 30 seconds. IX) Bituminous Drum mix Plant Engineer in charge shall allocate unique identification number to the work of this contract. For all bituminous items under this contract, the contractor shall provide web based supervisory control and data acquisition (SCADA) arrangements for the following 1. Temperature of metal before mixing. 2. Temperature of bitumen before mixing. 3. Temperature of mix material. X) MIX TRANSPORTATION Vehicle Tracking System (VTS) for all vehicles transporting and laying bituminous mix. XI) ROLLERS AND COMPACTORS (a) Intelligent Compactors The date of All parameters as per IRC SP in the computer on the intelligent compactor, including graphic displays shall be replicated on the PWD user Terminal on real time basis (time lag not more than 15 seconds) (Roller/ compactors shall be intelligent. The intelligent compaction system shall have compaction analyser. The compaction analyser system shall be inbuilt and provided by the original manufacturer at the time of first sell of the compactor. In notice retro-fitted system shall be accepted. The compactor shall be fitted with VSAT (Very small aperture terminal). (b) Vibratory /Static Rollers (a) Temperature of mix during compaction. (b) Vehicle tracking to monitor movement of roller/ Compactor and so as to give approximate number of passes, speed and direction (Forward/ Backward movement) of Roller/ Compactor. If contractor intends to carry out hot mix work under contract with SCADA enable hot mix plant (owned) which is already registered with PWD then for carry out all hot mix bituminous items under this contract, the contractor shall provide web d supervisory control and data acquisition (SCADA) arrangements as mentioned below. (Even if the hot mix plant owned, might have been

159 (i) (ii) (iii) (iv) 157 SCADA enabled, as per the conditions of the contract) thout any extra cost and the following conditions shall be applicable. XII) Machinery and Testing Equipments : (v) (b) Extraction test of bitumen mix The binder content of hot mix material shall be determined by ignition method only as specified in ASHTO T308. The testing by ignition method shall be done in furnace which shall be equipped with internal balance. The furnace shall have web based SCADA facility. The data so acquire shall be uploaded to PWD website in real time with time lag not more than 30 seconds. XIII) GIS MAPS Displaying locations of hot mix plants, tippers used for hot mix materials, transportation, roller/ compactor and sprayer on GIS map. Communicate the data which is beyond the set parameters by SMS and to the representative of Engineer in charge for (ix) and (xii) above. XIV) THE OFFER OF THE CONTRACTOR SHALL INCLUDE: The cost of procuring, establishing, running, operating and maintaining SCADA including all sensors, vehicle tracking system (VTS) and any other instrumentation, automation required to acquire the desired data, mentioned at (ix) and (xii). Web connectivity to all locations where data is being transmitted, processed, stored and retrieved with minimum speed 1MBPS and 100% availability. The contractor shall provide web application in such a manner that it shall first updates the above data in real time on PWD s works monitoring e-governance web application automatically. Web-based application including computer software, hardware, etc. to transmit, process, store and retrieve the data in the forms and formats as prescribed by the Engineer in charge. Arrangement for security data, disaster recovery arrangement shall be as per IT industry practice, during the construction period and upto defect liability period (DLP) handing the data on the web server after DLP in electronic form as instructed by Engineer in charge. Calibration of all SCADA related attachments / accessories as per the specification web based application to monitor the schedule of calibration of all SCADA related attachments/ accessories. The invalidity of calibration shall lead to non

160 (vi) (vii) (viii) (ix) (x) 158 acceptance of work or measurements and the contractor shall not be paid for such non accepted work of measurements. Submission of printed and authenticated reports to the Engineer in charge as and when required. Point (i) to (vi) above shall be arranged and maintained during contract period and defect liability period. Cost includes rectification, fine tuning, corrections, additions and alteration to the system to the satisfaction of Engineer in charge. All data generated as per this special of contract shall be the property of PWD. The contractor shall make all necessary arrangements required under clause (ix) and (xii) above, (supervising control and data acquisition for bituminous / WBM/ Testing equipments items) well in advance before starting of the related items of work. All necessary arrangements so made shall be offered for inspection to Engineer in charge one month prior to the start of related items of work. Changes if any after his inspection suggested by the Engineer in charge shall be carried out at no extra cost and within the period of 3 days a fresh request for inspection of Engineer in charge after such rectification shall be requested by the contractor and the final approval to the SCADA arrangements as specified in clause (19) shall be obtained.

161 159 ANNEXURE-A Quality Control Tests Sr.No. Material Test 1 Masonry Stone 1 Compressive Strength 2 Crushing Value 2 Metal 1 Crushing value 2 Impact value 3 Abrasion Value 4 Water Absorption 3 Cement 1 Compressive Strength 2 Initial Setting time 3 Final Setting time 4 Specific gravity 5 Soundness 6 Fineness 7 Standard Consistency 4 Steel 1 Weight per metre 2 Ultimate Tensile stress 3 Yield stress 4 Elongation 5 Granular sub-base 1 Density of compacted layer 6 Lime / Cement stabilized soil sub base 2 C.B.R. 1 Quality of lime / cement 2 Degree of pulverization 3 Lime / cement content 4 CDR or uncontained, composite test on a set of 3 specimens 5 Density of compacted layer 7 Water Bound Macadam 1 Aggregate impact value 8 Wet Mix Macadam 1 Impact value 9 Prime coat / Surface Dressing 10 Seal coat / Surface Dressing 2 Flakiness index & Elongation index 2 Flakiness index and Elongation index 3 Density of compacted of layer 1 Quality of Binder 1 Quality of binder 2 Impact value / Los Angles Abrasion value 3 Flakiness and Elongation Index 4 Water Absorption 11 Open graded premix of 1 Quality of Binder

162 Sr.No. Material surfacing / close graded premix surfacing Impact value / Abrasion value 3 Flakiness & Elongation Index 4 Water Absorption 12 Bituminous Macadam 1 Quality of Binder 13 Bituminous Penetration, Built up spray grout. 14 Dense Bituminous Macadam, Semi dense Bituminous Concrete / Bituminous concrete. 2 Impact value / Abrasion value 3 Flakiness & Elongation Index 4 Water Absorption 5 Water Sensitivity of Mix 6 Density of Compacted layer 1 Quality of Binder 2 Impact value / Abrasion value 3 Flakiness & Elongation Index 4 Water Absorption 1 Quality of Binder 2 Impact value / Abrasion value 3 Flakiness & Elongation Index 4 Water Absorption 5 Stability of Mix 6 Density of Compacted layer 7 Job Mix Design 15 Mastic Asphalt 1 Quality of Binder 2 Impact value / Abrasion value 3 Flakiness & Elongation Index 4 Water Absorption 16 Slurry seal 1 Quality of binder 17 Modified binder 1 Softening point 2 Penetration at 25 0 C and 4 0 C 18 Thermoplastic paint 1 Glass bed contents and grading analysis 19 Interlocking concrete paving block 2 Reflectance and Yellowness index 3 Flow-ability 4 Drying Time 1 Compressive strength 2 Flexural test 3 Resistance to wear 20 Cement concrete 1 Mix design 21 Asphalt Concrete 1 Design with all tests on basic materials 22 Reinforcement steel bars 1 Tensile strength 2 % Elongation Test

163 Sr. No Sand 1 Fitness Modules At the beginning and if 2 Silt Contents there is change in source 2 Masonry Stone 1 Compressive strength A set of 5 stone for each 2 Specific gravity quarry and for doubtful quality 3 Water absorption 3 Metal 1 Crushing value One test per 200 cubic 2 Impact value meter or part thereof 8 Cement concrete 3 Abrasion value 4 Water absorption 5 Flakiness index 6 Sulpping value 7 Gradation PWD Hand Book IS- 56 Part-II 1 Compressive strength Up to 5 cum- 1 set MORT&H 6-15 cum 2 sets specificati on cum 3 sets cum 4 sets 51 and above 4 sets+1 additional set for each additional 50 cum or part thereof 8 Cement 1 Compressive strength One test for each 2 Initial setting time consignment of 50 One Metric Ton (1000 bags) or 3 Final setting time part thereof 4 Specific gravity 5 Soundness 6 Fineness 10 Steel 1 Weight per meter One test for every Ultimate Tensile stress Metric Ton or part thereof for each diameter 3 Yield stress 11 Granular sub-base 12 Lime / cement 4 Elongation ANNEXURE-B Quality Control Tests and their frequencies Material Test Frequency of testing Remarks Gradation Aterberg limits Moisture content prior One test per 200 cum One test per 200 cum One test per 250 cum to compaction 4 Density of compacted layer 5 Density of compacted layer 1 Quality of lime / cement 1 test for each 2 Degree of pulverization consignment IS IS- 432 MORT&H specificati on Table MORT&H Specificati

164 Sr. No. stabilized soil with base 13 Water Bound Macadam 162 Material Test Frequency of testing Remarks 14 Wet Mix Macadam 3 Lime / cement content Min 1 test per 5 MT 4 CDR or uncontained, composite test on a set of 3 specimens 5 Moisture content prior to compaction 6 Density of compacted periodically as considered necessary. Regularly through procedural checks. As required on Table Average Impact value One test per 200 cum MORT&H 2 Gradation One test per 100 cum Specificati on Table 3 Flakiness index and One test per 200 cum Elongation Index 4 Attenberg limits of binding materials 5 Attenberg limits of portion of aggregates passing 425 Micron One test per 20 cum for binding material One test per 100 cum 1 Impact value One test per 200 cum MORT&H 2 Gradation One test per 100 cum Specificati on Table 3 Flakiness and One test per 200 cum Elongation Index 4 Attenberg limits of portion of aggregates passing 425 Micron 5 Density of compacted of layer One test per 100 cum One test per 500 cum 15 Prime coat / tack coat / Fog spray 16 Seal coat or surface dressing 1 Quality of binder No. of samples per lot and test as per IS-73, IS- 217, IS as applicable 2 Binder Temperature At regular close intervals 3 Rate of spread of binder 1 test per 500 sqm and not less than 2 test per day 1 Quality of binder Same as mentioned under Sr.No.1 2 Impact value / Los angles Abrasion value 3 Flakiness and Elongation Index 4 Stripping value of aggregate (immersion tray test) 5 Water absorption 6 Water sensitivity of Mix One test per 50 cum One test per 50 cum Initially one set of 3 representative samples for each source of supply. Subsequently by change in the quality of the aggregate. 7 Gradation One test per 25 cum MORT&H Specificati on Table MORT&H Specificati on Table 900.4

165 Sr. No. 17 Open graded premix or close graded premix surfacing 163 Material Test Frequency of testing Remarks 18 Bituminous macadam 8 Soundness Initially one determination by each method for each source of supply then as warranted by change in the quality of aggregate. 9 Temperature of Binder At regular close intervals. 10 Rate of spread of materials 11 Percentage of fractured faces 1 test per 500 sqm and not less than 2 test per day. When gravel is used one test per 50 cum. 1 Quality of binder Same as per Sr. No. 16 MORT&H 2 Impact of fractured faces Same as per Sr. No. 16 Specificati on Table 3 Flakiness and Same as per Sr. No Elongation Index 4 Stripping value Same as per Sr. No Water absorption Same as per Sr. No Gradation Same as per Sr. No Water sensitivity of Mix Same as per Sr. No Soundness Same as per Sr. No Temperature of Binder At regular close intervals 10 Binder content 1 test per 500 sqm and not less than 2 test per day 11 Rate of spread of materials 12 Percentage of fractured faces Regular control through check of layers Same as per Sr. No Quality of binder Same as per Sr. No. 15 MORT&H 2 Impact value / Abrasion Same as per Sr. No. 16 specificati value on Table Flakiness and Same as per Sr. No. 16 Elongation Index 4 Stripping valued Same as per Sr. No Water sensitivity of mix Same as per Sr. No Water absorption Same as per Sr. No Soundness Same as per Sr. No Percentage of fractured faces Same as per Sr. No Gradation 2 tests per day per plan both on individual constituents and mixed aggregates from dryer

166 Sr. No. 19 Bituminous Penetration Macadam 164 Material Test Frequency of testing Remarks 20 Dense Bituminous Macadam / Semi dense Bituminous concrete / Bituminous concrete 10 Binder content and aggregate grading 11 Control of temperature of Binder and aggregate for mixing and of premix at the time of laying and rolling 12 Rate of spread of mixed material 13 Density of compacted layer Periodical subject to minimum of 2 tests per day per plant At regular close intervals Regular control through check of layer thickness 1 test per 250 sqm 1 Quality of binder Same as per Sr. No. 15 MORT&H 2 Impact value / Abrasion One test per 200 cum specificati value on Table Flakiness and One test per 200 cum Elongation Index 4 Stripping value Same as per Sr. No Water sensitivity of mix Same as per Sr. No Water absorption Same as per Sr. No Soundness Same as per Sr. No Percentage of fractured faces Same as per Sr. No Gradation 2 tests per day per plan both on individual constituents and mixed aggregate from dryer 10 Temperature of Binder At regular close intervals 11 Rate of spread of mixed material Same as per Sr. No Quality binder Same as per Sr. No. 15 MORT&H 2 Impact value / Abrasion Same as per Sr. No. 15 specificati value on Table Flakiness and Same as per Sr. No. 15 Elongation Index 4 Stripping value Same as per Sr. No Water sensitivity of mix Same as per Sr. No Water absorption Same as per Sr. No Soundness Same as per Sr. No Percentage of fractured faces Same as per Sr. No Sand equivalent test As required 10 Plasticity index As required

167 Sr. No. 21 Mastic Asphalt 165 Material Test Frequency of testing Remarks 11 Mix grading One set of test on individual constituents and mixed aggregate from dryer for each 400 tonnes of mix subject to minimum tests per plant per day 12 Binder content For 13 Stability of Mix For each 400 tonnes of mix products 14 Water sensitivity of Mix Same as per Sr. No Swell test of Mix As required for Bituminous concrete 16 Control of temperature pf Binder in boiler, aggregate in dryer and mix at the time of laying and rolling 17 Rate of spread of mixed material 18 Density of compacted layer As regular close intervals Regular control through checks on the weight of mixed material and layer thickness One test per 250 sqm area 1 Quality binder Same as per Sr. No. 15 MORT&H 2 Impact value / Abrasion Same as per Sr. No. 16 specificati value on Table Flakiness and Same as per Sr. No. 16 Elongation Index 4 Stripping value Same as per Sr. No Water sensitivity of mix Same as per Sr. No Water absorption Same as per Sr. No Soundness Same as per Sr. No Percentage of fractured faces Same as per Sr. No Gradation of aggregate 2 tests per day per plant both on the individual aggregate and mixed aggregate from the layer 10 Binder content and grading of aggregate 11 Control of temperature of an aggregate for mixing of the mix at the time of laying and rolling 12 Rate of spread of mixed material Periodic, subject to minimum 2 tests per day per plant At regular close intervals Regular control through checks of layer thickness

168 Sr. No Slurry seat 1 Quality of binder As per Sr.No. 15 MORT&H 2 Film stripping test Initially one set of 3 specificati representative specimen on Table for each source of supply then as warranted by the changes in quality of aggregates 23 Modified Binder Material Test Frequency of testing Remarks 24 Thermo plastic paint 25 Interlocking concrete paving block 1 Softening point Initially on submission the rafter daily in site blended, weekly if preblended 2 Penetration of 25 0 C and 4 0 C Initially on submission the rafter daily in site blended, weekly if preblended 3 Elastic Recovery Initially on submission the rafter daily in site blended, weekly if preblended 4 Ductility Initially on submission the rafter daily in site blended, weekly if preblended 5 Viscosity Initially on submission 6 Thin film even test penetration, softening point, Elastic, Recovery of residue loss on heating 1 Glass bed contents and grading analysis 2 Reflectance and Yellowness index Initially on submission One test for 3 KM work One test for 3 KM work 3 Flow ability One test for 3 KM work 4 Softening point One test for 3 KM work 5 Drying time One test for 3 KM work 1 Compressive strength A set of 8 block for every blocks 2 Water absorption A set of 8 block for every blocks 3 Flexural test A set of 8 block for every blocks 4 Resistance to wear A set of 8 block for every blocks MORT&H specificati on Table 900.4

169 167 PRICE VARIATION CLAUSE (FOR CIVIL WORK) 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 Aurangabad center 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 Advisor, Ministry of Industry, Government of India, or in the price of petrol / oil and lubricants and major construction like bitumen, cement, steel, various types of metal pipes, etc. then subject to the other conditions mentioned below, price adjustment on account of Labour component Other Material Component Petrol, Oil & Lubricants Component Bitumen Component T.M.T. Steel Component Cement Component CI & DI 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 percentages as given below are as of the total cost of work put to tender. Total of Labour, Material and POL components shall be 100 and other component shall be as per actual. 1 Labour component % 2 Other Material component % 3 Petrol, Oil & Lubricants component-. K % 4 Bitumen component Actual 5 TMT Steel component Actual 6 Cement component Actual K2 K1 Note:- If cement, Steel, Bitumen, CI and DI Pipes are supplied on Schedule A then respective component shall not be considered. Also if icular component is not relevant same shall be deleted.

170 168 1 Formula for Labour Component: V 1 K1 = 0.85P 100 where, ( L L ) 1 L 0 0 V1 = Amount of price variation in Rupees to be allowed for Labour component. P = Cost of work done during the quarter under consideration minus the cost of cement, HYSD and Mild Steel, Bitumen, CI and DI Pipes calculated at the basic star rates as applicable for the tender, consumed during the quarter under consideration. (For star rate please see Page No.172) K1 = Percentage of labour components as indicated above. L0 = Basic consumer price index for Aurangabad center shall be average consumer price index for the quarter preceding the month in which the last date prescribed for receipt of tender falls. L1 = Average consumer price index for Aurangabad center for the quarter under consideration. 2 Formula for Material component: V 2 K2 = 0.85P 100 ( M M ) 1 M 0 0 where, V2 = Amount of price variation in Rupees to be allowed for Material component. P = Same as worked out for Labour component. K2 = Percentage of Material components as indicated above. M0 = Basic whole-sale price index shall be average whole-sale price index for the quarter preceding the month in which the last date prescribed for receipt of tender falls. M1 = Average whole-sale price index during the quarter under consideration.

171 169 3 Formula for Petrol, Oil and Lubricant component: V 3 K3 = 0.85P 100 ( P P ) 1 P 0 0 where, V3 = Amount of price variation in Rupees to be allowed for component. P = Same as worked out for Labour component. K3 = Percentage of Petrol, Oil & Lubricant components. P0 = P1 = Average price of HSD at Mumbai during the quarter preceding the month in which the last date prescribed for receipt of tender, falls. Average price of HSD at Mumbai during the quarter under consideration. 4 Formula for Bitumen Component : V 4 = QB ( B B ) 1 0 Where, V4 = Amount of price variation in Rupees to be allowed for Bitumen component. QB = Quantity of Bitumen (Grade 60/70) in metric tones used in the permanent works and approved enabling works during the quarter under consideration. B1 = Current average ex-refinery price per metric ton of Bitumen (Grade 60/70) under consideration including taxes (octroi, excise, sales tax) during the quarter under consideration. B0 = Basic rate of Bitumen in rupees per metric ton as considered for working out value of P or average ex-refinery price in rupees per metric ton including exes (Octroi, excise, sales tax) of Bitumen for the grade of bitumen under consideration prevailing quarter preceding the month in which the last date prescribed receipt of tender, falls, whichever is higher.

172 170 5 Formula for HYSD and Mild Steel component: V 5 S = 0 ( SI1 SI 0 ) SI 0 T Where, V5 = Amount of price variation in Rupees to be allowed for HYSD/Mild Steel component. S0 = Basic rate of HYSD/ Mild Steel in rupees per metric ton as considered for working out value of P. SI1 = Average Steel Index as per RBI Bulletin during the quarter under consideration. SI0 = Average Steel Index as per RBI Bulletin for the quarter preceding the month in which the last date prescribed for receipt of tender, falls. T = Tonnage of steel used in the permanent works for the quarter under consideration. 6 Formula for Cement Component: V 6 = C 0( CI 1 CI 0 ) CI 0 T Where, V6 = Amount of price variation in Rupees to be allowed for component. ment C0 = Basic rate of Cement in rupees per metric ton as considered for working out value of P. CI1 = Average Cement Index as per RBI Bulletin during the quarter under consideration. CI0 = Average Cement Index published in RBI Bulletin for the quarter preceding the month in which the last date prescribed receipt of tender, falls. T = Tonnage of Cement used in the permanent works for the quarter under consideration.

173 Formula for C.I. Pipe Component: V 7 ( D ) = Q D d 1 0 i) ii) iii) Where, V7 = Amount of price variation in Rupees to be allowed for pipe component. D0 D1 Qd = Pig iron basic price in rupees per tonne during the quarter under consideration (published by IISCO). = AveragePig Iron price in rupees per tonne during the quarter under consideration (published by IISCO). = Tonnage of C.I./C.I. Pipes used in the permanent works for the quarter under consideration. The following conditions shall prevail:- The operative period of the Contract shall mean the period commencing from the date of 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. he 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 by pegging the indices, L1, M1, C1, P1, B1, S1 and CI1 to the levels corresponding to the date from which such compensation is levied. This price variation clause shall be applicable to all contracts in B1/B2 and C form but shall not apply to piece of works. The variation shall be determined during each quarter as per formula given above in this clause. 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 from B1/B2 respectively. Since the rates payable for extra items or the extra quantities under 38/37 are

174 172 to be fixed as per current DSR or as mutually agreed to yearly revision till completion of such work. In other words, when the completion / execution of extra items as well as extra quantities under Clause 38/37 of the contract from 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 ame 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 f 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. v) Star Rates:- The star rates for cement and TMT/HYSD steel shall be as under (with all taxes including VAT etcetera):- a. Bulk Asphalt 60/70 grade Rs Per M.T. At ex-refinery Mumbai CERTIFICATE The above mentioned Star Rates are calculated as per instructions given in Govt. Resolution No. CAT/06/04/148/Bldg-2, dated 16/5/2005. Hence certified. Executive Engineer Public Works Division No.2, Jalna Superintending Engineer Public Works Circle, Aurangabad

175 173 QUALITY ASSURANCE CLAUSE 1. To ensure the specified quality of work which will als include necessary survey temporary works, etc. the contractor all prepare a quality control plan and get the same approved by the Engineer-in-charge within one month from the date of work order. For this, the contractor shall submit an organisation chart of his technical personnel to be developed on the work along with their qualifications, job descriptions defining the functions of reporting, supervising, inspecting and approving. The submit the list of tools, equipment and the machinery which he propose to use for the construction and for shall also d instrumentation ting in the field and / or in the laboratory and monitoring. The contractor modify / supplement the organisation chart and the list of machinery, equipment s etc. as per the direction of the Superintending Engineer an shall deploy the personnel and equipment on the field as per the approved chart and list respectively. The contactor shall submit written method statements detailing is exact proposals or execution of the work in accordance with specification. He will have get these approved from the Engineer-in-charge. The quality of the work shall be properly documented through certificates, records, check-lists and log books of results, etc. such records shall be compiled from beginning of the work and be continuously updated and supplemented and this will be the responsibility of the contractor. The forms should got approved from the Executive Engineer-in-charge. 2. The contractor shall prepare detailed completion drawing after completion of the work. He shall prepare and submit a nce manual giving procedure for maintenance, with the periodicity of maintenance works including inspection tools &equipments to be used, means of accessibility for CONTRACTOR NO. OF CORRECTIONS EXECUIVE ENGINEER

176 174 all parts of structure. He shall also include in the manual the specifications for the maintenance work that would be appropriate for the technique of construction. This manual shall be submitted within the contract period. CONTRACTOR NO. OF CORRECTIONS EXECUIVE ENGINEER

177 175 SCHEDULE A Name of work: - IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH- 02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA Schedule showing (Approximately) the materials to be supplied from the Public Works 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. Name of material Approximatemate quantity that will be applied Unit Rate at which the material will be charged to the contractor. In figure In words Place of Delivery NIL Note: - 1. All material is to be brought by the contractor at his own cost. 2. The grade of bitumen to be used for the work shall b as per specification & material to be procured from reputed refinery only. 3. Physical properties shall be confirmed with MORTH / and IRC specifications. 4. Stipulated test shall be carried out by the contractor at his own cost. 5. Custody of material shall be sole responsibility of actor. Executive Engineer CONTRACTOR NO. OF CORRECT S ADMINISTRATIVE OFFICER

178 176 SCHEDULE OF MATERIAL Schedule showing approximate quantity to be brought by the Contractor for this work. Approximate quantity of Bitumen 60/70 grade = Metric Ton Note: - Bulk Asphalt 60/70 grade shall be procured only from reputed Govt. refinery. Condition: - Condition for material brought by the contractor is at ached separately. Executive Engineer Public Works Division No.2, Jalna CONTRACTOR NO. OF CORRECT S ADMINISTRATIVE OFFICER

179 177 ADDITIONAL CONDITIONS FOR MATERIALS (CEMENT, M.S. BARS, H.Y.S.D. BARS, ETC) BROUGHT BY CONTRACTOR All materials as cement, Mild Steel, HYSD Bars, Bulk Asphalt, etc. required for execution of work shall be brought by Contractor at his own cost. The contractor shall maintain the record of these materials (Cement, Steel, Bulk Asphalt, etc.) in the prescribed proforma d registers, as directed by Engineer-in-charge. The sample of prescribed proforma is attached at the end (Page No. 180 to 184). These registers shall be signed by both contractor and representative of 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 material required only for this work shall be kept in the godown at site. No material shall be shifted outside the godown, except for the work for which this agreement is entered without prior approval of the Engineer in charge. The materials i.e. cement, steel, bulk asphalt, etc. brought on the work site shall be accompanied with the necessary Company / Manufacturing firm s test certificates. In addition these 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, these materials shall be immediately removed from the work site at contractor s cost. In case of cement, if so requested by the contractor in writing, material will be allowed to be used before receipt of the test results but this will be entirely at the risk and cost of the contractor. All these material i.e. cement, steel, bulk asphalt, etc. shall be protected from any damages, rains, etc. by the contractor at his own cost. The contractor will have to erect temporary shed of approved specifications for storing of above materials at work at contractor s cost having double lock arrangement (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-in-charge or his authorized representative and the door shall be open a after both locks are opened)

180 If required, the weighment of cement bags/steel, bulk alt, etc. brought by the contractor shall be carried out by the contractor at his own cost. The contractor shall not use cement and other material for the item to be executed outside the scope of this contract except such ancillary small item as are connected and absolutely necessary for execution of this work as may be decided by the Engineer-in-charge. The Government shall not be responsible for the loss in cement and steel etc. during transit to work site. The cement brought by the contractor at the work site store shall mean 50 kg, equivalent to cubic meters per bag by weight. The rate quoted should correspond to this method o 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. 10 Indemnity: The condition regarding indemnity as defined on page 93 at Sr. No. 4 will apply mutates in case of material brought by contractor at the site of the execution of the work being executed under this contract. In case the materials brought by the contractor become surplus owing to the changes in the design of the work, the material should be taken back by the contractor at his own cost after prior permission of Engineer-in-charge. All empty bags or empty asphalt drums shall be the pro of contractor and the same shall be removed immediately after completion of work. Bulk asphalt 60/70 grade shall be procured from reputed Government refinery. RCC Hume pipes of ISI mark required for the construction of CD work (whichever in this work) should be purchased by the contractor from MSSIDC only. The asphalt 60/70 grade should be procured from reputed Government refineries (main producers) only like BPCL, HPCL, and IOC. The contractor shall produce sufficient documentary evidence alongwith bill i.e. bill for the purchase, Octroi receipt, gate pass, etc for the purchase of material brought on the work site at once, failing to which the Executive Engineer will not make yment to contractor.

181 `äöeäònùé ú ( contractor)=i{éénùeò b ÉÆ É ú Ê ú òéªéxé úòiéúxé ÉÉ{iÉ Eò úhéé ú +ɽäþ (nöùªªé É =i{éénùeòéeòbú xé +lé ÉÉ +xªé EÆòjÉÉ]õnùÉ úéæeòbú xé b ÉÆ É ú PÉähªÉÉSÉÒ {É ú ÉÉxÉMÉÒ xéé½þò). + ÉÉ b ÉÆ É ú ÉÉ{iÉÒSÉä Éä³ýÉ{ÉjÉEò ( Schedule of arrival of bouzers) IÉäÊjÉªÉ +ÊvÉEòÉ ªÉÉÆxÉÉ näùhéä `äöeäònùé úéºé ÉÆvÉxÉEòÉ úeò úé½þò±é. b ÉÆ É úéséä ÉÉ{ÉhÉ ( procurement) ºÉ úeòé úò iéä±é EÆò{ÉxªÉÉÆSªÉÉ Ê ú òéªéxé úò ÉvÉÚxÉ Eò úhªééié ªÉÉ Éä. iéºéäsé {±ÉÉÆ]õ É ú ÉÉ{iÉ ZÉɱÉ䱪ÉÉ b ÉÆ É úéséò ÉiÉ ( Grade) ié{ééºéhªééºéé`öò +É É ªÉEò ={ÉEò úhéä, ºÉÉʽþiªÉ, < ÉËnùxÉÒ ªÉÖCiÉ ÉªÉÉäMÉ ÉɳýÉ ={É±É vé Eò ûxé näùhéä EÆòjÉÉ]õnùÉ ú ÉÖ³ý MÉä]õ{ÉÉºÉ ={É±É vé Eò úié xéé½þò iééä{éªéçxié `äö b ÉÆ É úòeò úhéésªéé ÉÉ ÉÒSÉÒ +nùéªéméò Eò û xéªéä. ÉÖ³ý MÉä]õ{ÉÉºÉ É ú EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉɪÉÉÆxÉÒ º ÉÉIÉ úò PÉä>ðxÉ iéä +Ê É±ÉäJªÉÉiÉ VÉÉäb héä +ÊxÉ ÉɪÉÇ úé½þò±é. iénâùxéæié úsé b ÉÆ É úòeò úhéésªéé ÉÉ ÉÓSÉä näùªéeò +nùé Eò úhªééié ªÉä<DZÉ. V

182 {ÉÖÆVÉÒiÉb ÉÆ É úéséò +É ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ JÉ{É nùéjéê ÉhÉÉ úò xééånù ɽþÒ Gò ÉÉÆEò 1 EòÉ ÉÉSÉäxÉÉǼ É- ÊnùxÉÉÆEò ÉÉMÉÒ±É ºÉ{iÉɽþÉ{ÉɺÉÚxÉEòÉ ÉÉSªÉÉÊ`öEòÉhÉÒ +ºÉ±Éä±ÉÒ Ê É±±ÉEò, +É ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þ ÉÉä É ÉÉ=VÉ úxéæ É ú MÉä]õ{ÉÉºÉ Gò ÉÉÆEò Ê ú òéªéxé úòséäx ÉÉǼ É ÉÉ{iÉb ÉÆ É úéséä ÊxÉ É³ý ÉVÉxÉ ÉÉ{É ú±é䱪éé b ÉÆ É úéséä ÊxÉ É³ý ÉVÉxÉ Ênù ɺÉÉSªÉÉ +JÉä úòºé Ê É±±ÉEòb ÉÆ É úéséä ÉVÉxÉ (5-6) EÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ +Ê ÉªÉÆiªÉÉSÉÒ ºÉ½þÒ xééånù ɽþÒGò. 2 ÊxÉ úêxé úé³ýªéé ÉÉ ÉÓ É ú +É`ö Éb ªÉÉ ÉvªÉä={ɪÉÉäMÉÉiÉ +ÉhÉhÉä +É É ªÉEò +ºÉ±Éä±Éä {ÉÊ ú ÉÉhÉ ªÉÉÆSÉÒ iéö±éxéénùéjé ÉhÉÉ äú EòÉä¹]õEò. ºÉ ú äòºébåä ºÉÓMÉ ÉÒ. ÉÒ.B É. ]ìõeòeòéä]õ ÉÒ.B É. 4 ]õceäò b Ò. ÉÒ.B É. 4.5 ]õceäò +ìº òéî±]õeòeòéägòò]õ 6.25 ]õceäò BºÉ.b Ò. ÉÒ.ºÉÒ ]õceäò +Éä{ÉxÉOÉäbä b EòÉ ú{éä]õ ʱÉC ÉÒb ºÉÒ±ÉEòÉä]õ

183 úéävéò ºÉÆ{ÉhÉÉ ªÉÉ +É`ö Éb ªÉɺÉÉ`öÒ MÉÉä¹É ÉÉ úé +. Gò. ÉÉ ÉÒSÉäxÉÉǼ É Eäò±É䱪ÉÉ EòÉ ÉÉSÉä +ÆnùÉVÉä {ÉÊ ú ÉÉhÉ {ÉÊ ú ÉÉhÉ BEò ÉÉxÉ ÉÉ{É úhéä +É É ªÉEò+ºÉ±Éä±Éä b ÉÆ É úéséä {ÉÊ ú ÉÉhÉ ÉÉ{É úé ɪÉÉºÉ ½þ Éä +ºÉ±É䱪ÉÉ b ÉÆ É úéséäbeöòhé {ÉÊ ú ÉÉhÉ ( Éä.]õxÉ) ÉiªÉIÉ ÉÉ{É ú±éä±éäb ÉÆ É úé SÉäBEÖòhÉ {ÉÊ ú ÉÉhÉ ( Éä.]õxÉ) ÉXÉSÉÚhÉÉÇSÉÒ +É ÉEò +ÉÊhÉJÉ{É ªÉÉÆSÉÉ Ê½þ ÉÉä É nùéjéê ÉhÉÉ úò xééånù ɽþÒ Gò ÉÉÆEò 1 EòÉ ÉÉSÉäxÉÉǼ É- ÉÉMÉÒ±É ºÉ{iÉɽþÉ{ÉɺÉÚxÉEòÉ ÉÉSªÉÉÊ`öEòÉhÉÒ +ºÉ±Éä±ÉÒ Ê É±±ÉEò... {ÉÉäiÉÒ +É ÉEò +ÉÊhÉVÉÉ ÉEò ªÉÉÆSÉÉ Ê½þ ÉÉä É ÊnùxÉÉÆEò Ê É³ýÉú±É䱪ÉÉ {ÉÉäiªÉÉÆSÉÒ ºÉÆJªÉÉ ÉÉ{É ú±é䱪éé {ÉÉäiªÉÉÆSÉÒ ºÉÆJªÉÉ...Ênù ɺÉÉSªÉÉ +JÉä úòºéeòé ÉÉSɪÉÉÊ`öEòÉhÉÒ Ê É±±ÉEò úéê½þ±éä±éò {ÉÉäiÉÒ EÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ + ÉäIÉEòÉSÉÒ ºÉ½þÒ.

184 182 xééånù ɽþÒGò ÉÉÆEò 2 ÊxÉ úêxé úé³ýªéé ÉÉ ÉÒ É ú +É`ö Éb ªÉÉ ÉvªÉä={ɪÉÉäMÉÉiÉ +ÉhÉhÉä +É É ªÉEò +ºÉ±Éä±Éä漃 Éå]õSÉä {ÉÊ ú ÉÉhÉ É ÉiªÉIÉÉiÉ ={ɪÉÉäMÉÉiÉ +ÉhɱÉä±Éä {ÉÊ ú ÉÉhÉ ªÉÉÆSÉÒ iéö±éxéénùéjéê ÉhÉÉ äú EòÉä¹]õEò +É`ö Éb ªÉÉ ÉvªÉäEäò±É䱪ÉÉ EòÉ ÉÉSÉäBEÖòhÉ +ÆnùÉVÉ {ÉÊ ú ÉÉhÉ 1. 漃 Éå]õSªÉÉ ÊMɱÉÉ ªÉÉiÉÒ±É (1.6) Ê ÉxÉlÉ úò b É úòmé ÉÆb ÒEòÉ É. 2. ÉSÉʱÉiÉEÆòEòÊ úié (+É ú.ºéò.ºéò.) iéö³ýªéé 3. 漃 Éå]õ +lé ÉÉ漃 Éå]õSÉÉ ÊMɱÉÉ ÉÉ <iªééênù... EòÉ ÉÉSÉäxÉÉǼ É- BEÖòhÉ... úéävéò ºÉÆ{ÉhÉÉ ªÉÉ +É`ö Éb ªÉɺÉÉ`öÒ MÉÉä¹É ÉÉ úé +. Gò. ÉÉ ÉÒSÉäxÉÉǼ É Eäò±É䱪ÉÉ EòÉ ÉÉSÉä +ÆnùÉVÉä {ÉÊ ú ÉÉhÉ {ÉÊ ú ÉÉhÉ BEò ÉÉxÉ ÉÉ{É úhéä +É É ªÉEò +ºÉ±Éä±Éä漃 Éå]õSÉä {ÉÊ ú ÉÉhÉ ({ÉÉäiªÉÉ ÉvªÉä) ({ÉÉäiªÉÉSªÉÉ ÉiªÉäEòÒ ºÉÆJªÉäiÉ) ÉÉ{É úé ɪÉÉºÉ ½þ Éä +ºÉ±É䱪ÉÉ ÊºÉ Éå]õSÉäBEÖòhÉ {ÉÊ ú ÉÉhÉ ({ÉÉäiªÉÉ ÉvªÉä) ÉiªÉIÉÉiÉ ÉÉ{É ú±é䱪éé 漃 Éå]õSÉä {ÉÊ ú ÉÉhÉÉ ({ÉÉäiªÉÉ ÉvªÉä) EÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ + ÉäIÉEòÉSÉÒ ºÉ½þÒ.

185 183 PROFORMA MIX TRANSPORT DETAILS NAME OF WORK: DIVISION: NAME OF AGENCY: SUB-DIVISION: NAME OF ENGINEER IN CHARGE: Sr. No. Date Registered No. of Tippers Time to leave the plant Time to reach the paver Time taken into minutes Temperature plant paver Remarks Signature of Engineer in charge Signature of Agency Note: This information is to be kept up date as per tender condition clause No

186 184 xééånù ɽþÒGò ÉÉÆEò 1... úéävéò ºÉÆ{ÉhÉÉ ªÉÉ ÉʽþxªÉÉSÉÒ {ÉÉä±ÉÉnùÉSÉÒ +É ÉEò, VÉÉ ÉEò +ÉÊhÉ Ê É±±ÉEò Ê É ÉÉMÉÉSÉäxÉÉÆ É...EòÉ ÉÉSÉäÊ`öEòÉhÉ... EòÉ ÉÉSÉäxÉÉǼ É... ÉÉMÉÒ±É ÉʽþxªÉÉ{ÉɺÉÚxÉ EòÉ ÉÉSªÉÉÊ`öEòÉhÉÒ ÉEòÉ ú {ÉÊ ú ÉÉhÉ ÉEòÉ ú +ÉÊhÉ {ÉÊ ú ÉÉhÉ (]õxéé ÉvªÉä)... úéävéò ºÉÆ{ÉhÉÉ ªÉÉ ÉʽþxªÉÉSÉÒ {ÉÉä±ÉÉnùÉSÉÒnèùxÉÆÊnùxÉ +É ÉEò, VÉÉ ÉEò +ÉÊhÉ Ê É±±ÉEò ÊnùxÉÉÆEò {ÉÉä±ÉÉnùÉSÉÒ +É ÉEò ( ÉVÉxÉ]õxÉÉ ÉvªÉä) ÉEòÉ ú ÉVÉxÉ ]õxéé ÉvªÉä ÉÉ{É ú±é䱪éé {ÉÉä±ÉÉnùÉSÉä {ÉÊ ú ÉÉhÉ ÉEòÉ ú ÉVÉxÉ ]õxéé ÉvªÉä ÉiªÉäEònäù ÉPÉä ÉÒSªÉÉ Éä³äýSÉÒ Ê É±±ÉEò ÉEòÉ ú ÉVÉxÉ ]õxéé ÉvªÉä... úéävéò ºÉÆ{ÉhÉÉ ªÉÉ +É`ö Éb ªÉÉiÉÒ±É {ÉÉä±ÉÉnùÉSªÉÉ ÉEòÉ úéxéöºéé ú ]õxéé ÉvÉÒ±É Ê É±±ÉEòÒSÉÉ MÉÉä¹É ÉÉ úé ÉEòÉ ú É ÉEòÉ ú ÉVÉxÉ ]õxéé ÉvªÉä BEÖòhÉ BEÖòhÉ BEÖòhÉ BEÖòhÉ Ênù±É䱪ÉÉ / ÉÉ{É ú±é䱪éé {ÉÊ ú ÉÉhÉɺÉÉ`öÒEÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ EòÊxɹ`ö / ÉÉJÉÉ +Ê ÉªÉÆiªÉÉSÉÒ ºÉ½þÒ xééånù ɽþÒGò ÉÉÆEò2... úéävéò ºÉÆ{ÉhÉÉ ªÉÉ ÉʽþxªÉÉ ÉvªÉä {ÉÉä±ÉÉnùÉSÉÒÊEòiÉÒ {ÉÊ ú ÉÉhÉ ÉäMÉ ÉäMɳýªÉÉ ÉÉ ÉÓ É ú ={ɪÉÉäMÉÉiÉ +ÉhÉÉ ÉªÉÉºÉ {ÉÉʽþVÉä ½þÉäiÉä É ÉiªÉIÉÉiÉÊEòiÉÒ {ÉÊ ú ÉÉhÉ ÉÉ{É ú±éä ½þÒ iéö±éxééeò úhªééºéé`öò +É É ªÉEò +ºÉ±Éä±ÉÒMÉhÉxÉÉ. +. Gò. {ÉÉ ú{ééb ±É䱪ÉÉ ÉÉ ÉÓSÉÉ ié{é ÉÒ±É Eäò±É䱪ÉÉ EòÉ ÉÉSÉä +ÆnùÉVÉä {ÉÊ ú ÉÉhÉ ºÉÆEò±{ÉÊSÉjÉÉ É ÉÉhÉä ÉÉ{É úhé +É É ªÉEò +ºÉ±É䱪ÉÉ {ÉÉä±ÉÉnùÉSÉä {ÉÊ ú ÉÉhÉ (]õxéé ÉvªÉä) ÉiªÉIÉÉiÉ ÉÉ{É ú±éä±éä {ÉÊ ú ÉÉhÉ (]õxéé ÉvªÉä) EÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ EòÊxɹ`ö/ ÉÉJÉÉ +Ê ÉªÉÆiªÉÉSÉÒ ºÉ½þÒ

187 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Name of Work IMPROVEMENT TO AURANGABAD JALNA WATUR JINTUR ROAD, M.S.H KM 113/400 TO 117/00 TQ. MANTHA DIST. JALNA SHEDULE 'B' Memorandum showing the items of work to be carried out by the contractor Quantity Sr. estimated but Item Of Work may be more or No Sqm 1 Construction of Modified Penetration Macadam 75 mm thick by providing and applying tack coat at the rate of 30 kg / 100 sqm. As per MORT & H clause No. 503 and providing a layer of compacted crushed coarse aggregates using chips spreader with alternate application of Bitumen binder and key aggregate and rolling with three wheel Kn static roller to achieve the desired degree of compaction as per technical specification clause 506. ( IRC - SP Appendix -8,4)(VG30) Estimated rates In In Words figures(rs.) Rupees Two Hundred Two and Paise Nine Only. Unit One Square Metre Total Amount according to estimate

188 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity estimated but may be more or Sr. Item Of Work No Cum 2 Providing and laying Hot Mix Hot Laid Bituminous Macadam 50mm/ 75mm thick (average) with 3.30 percent bitumen by weight of total mix for overlay course to remove irregularities including diversion of traffic, supply of all materials, heating bitumen and chips, mixing bitumen and chips in drum mix type hot mix plant, laying bituminous macadam by self propelled paver finisher with hydrostic controls and automatic sensor device including compacting with vibratory roller (excluding tack coat) etc complete as directed by Engineer in charge (using bulk bitumen 60/70 grade). USING 80 TPH Drum mixtype hot mixplant with SCADA, Sensor Paver, Intelligent Compactor with compaction analyzer and V-Net attachment. Spec. No. MORTH 2001 Clause No. 504 Page No. 160 Estimated rates In In Words figures(rs.) Rupees Six Thousand Five Hundred Ninety Eight and Paise Ninety Four Only. Unit One Cubic Metre Total Amount according to estimate Sqm. 3 Providing and applying tack coat by self propelled or towed bitumen pressure sprayer for uniform spraying at specified temperature at the specified rate of 3 kilogram / 10 square metre on existing black topped surface etc. complete as directed by Engineer in charge. (using bulk bitumen 60/70 grade) Rupees Twenty Two and Paise Ninety Eight Only. One Square Metre

189 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity estimated but may be more or Sr. Item Of Work No Sqm. 4 Providing and laying 20 millimetre thick open graded premix bituminous carpet, including supplying all materials, including as directed preparing and cleaning the base. heating bitumen and chips,mixing bitumen and chips in hot mix plant,applying tack coat 30kg/100 sqm, laying the carpet layer and compacting without seal coat on black top surface with paver finisher(hot Mix Hot laid )etc. complete as directed by Engineer in charge (using bulk bitumen 60/70 grade).using Asphalt Drum mix plant with SCADA, Sensor Paver, Intelligent Compactor with compaction analyzer and VNet attachment Estimated rates In In Words figures(rs.) Rupees Two Hundred Twenty Six and Paise Twenty Six Only. Unit One Square Metre Total Amount according to estimate Sqm. 5 Providing and laying Bituminous Liquid Seal Coat to the black topped surface including supplying all materials, preparing existing road surface, heating and applying bitumen by self propelled / towed bitumen pressure sprayer for uniform spraying at specified temperature at the rate of 9.8 kilogram/ 10 square metre, spreading chips at 0.09 cubic / 10 square and rolling etc. complete (using bulk asphalt) as directed by Engineer in charge (by using bulk bitumen 60 / 70 grade).(using vehicle tracking system) Rupees Seventy Five and Paise Forty Two Only. One Square Metre Cum 6 Supplying hard murum / kankar at the road side, including conveying and stacking etc. complete as directed by Engineer in charge Rupees Three Hundred Eighty Seven and Paise Eighteen Only. One Cubic Metre

190 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity estimated but may be more or Sr. No. Item Of Work Estimated rates In In Words figures(rs.) Unit Total Amount according to estimate Cum 7 Spreading gravel/ sand / soft murum/ hard murum etc. complete as directed by Engineer in charge Rupees Twenty Seven and Paise Twenty Seven Only. One Cubic Metre Sqm 8 Compacting the hard murum / kankar in layers of thickness upto 20 centimetre with power roller including necessary labour, material and artificial watering etc. complete as directed by Engineer in charge Rupees Seven and Paise Seven Only. One Square Metre Cum 9 Excavation by for catch / road side water gutter / jungle gutter in all sorts of soils strata to the specified section including stacking the excavated stuff in a regular bund and disposing of unsuitable or excess stuff beyond 50 metre from place of excavation as directed by Engineer in charge.(by mechanical means) Rupees Sixty Six and Paise Sixty Six Only. One Cubic Metre No. 10 Providing Reinforced Cement Concrete 1:2:4 ordinary Kilometre stones including painting, numberingetc. complete for NH, SH and MDR as per IRCdesignfor highwaykm stonesand fixingin standard sizecementconcrete 1:4:8 of 400 x300 x 600 mm sizeblock complete Rupees One Thousand Eight Hundred Thirty and Paise Twelve Only. Each number No. 11 Providing and fixing 200 metre stone of size 150 x 100 x 650 millimetre as per IRC design including painting, numbering, fixing in cement concrete 1:4:8 of 500 x 500 x 750 size block complete Rupees Nine Hundred Eighty Four and Paise Seventy Five Only. Each number

191 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity estimated but may be more or Sr. No. Item Of Work Estimated rates In In Words figures(rs.) Unit Total Amount according to estimate No. 12 Providing and fixing pre cast / Reinforced Cement Concrete 1:2:4 guard stones of size150 millimetre x 150 millimetre x 900 millimetre size and shape including, fixing in block of size 500mmx 500mmx 600mm of cement concrete 1:5:10 white washing etc complete Rupees Eight Hundred Fifty and Paise Forty Two Only. Each number Rgm 13 Providing and applying thermoplastic reflective paint of approved colour or compound for traffic lanestrips of 3 millimetrethick of pigment10%, on clean, dry and good road surface with 30 to 40 percent glass beads, 20 percent binder and 40 percent of filler material etc complete. (Rate is for actual painted length). For 10 cm width strip Rupees Seventy and Paise Seventy Only. One Running Metre

192 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity estimated but may be more or Sr. Item Of Work No. 4 No. 14 Providing and fixing Cautionary/Warning sign board shape of equilateral triangle of 90 centimetre sides made out of 14 guage (2 millimetre) thick aluminium sheet bonded with white full retroreflective sheeting of engineering grade having pressure sensitive / heat activated adhesive, retroreflective or screen printed transparent red coloured border, black coloured cutout symbols of non reflective sheeting having pressure sensitive adhesive or screen printed symbols in black opaque colour with non pealable crystal clear transparent protective coat including one M.S. angleiron post of size65 millimetrex 65 millimetre x6 millimetre,3.65 m longpaintedwithone coat of epoxy primer and two coats of epoxy finish paint, having black and white bands of 25 cm width includingtack welding to G.I. fixtures etc. and fixing the boards in1:4:8 concrete block of size60 cm x 60 cm x 75 cm including transportation etc. complete. Estimated rates In In Words figures(rs.) Rupees Three Thousand Nine Hundred Twenty Six and Paise Eighty Eight Only. Unit Total Amount according to estimate Each Number

193 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity Sr. estimated but Item Of Work may be more or No. 4 No. 15 Providing and fixing Mandatory / Warning sign board having shape of equilateral triangle of 60 centimetre sides made out of 16 gauge (1.6 millimetre) thick mild steelsheet painted with one coat of Zinc chromate stoving primer and two coats of green stove enamel paint on front side and grey stove enamelon back side and border / messages / symbols etc. with cut out of retroreflective sheeting of engineering grade, complete bound coated with non pealable crystal clear transparent protective coat including one M.S. angle iron post of size 65 millimetre x 65 millimetre x 6 millimetre, 3.65 metre long painted with alternate black and white bands of 25 centimetre width including tack welding to G.I. fixtures etc. and fixing the boards in 1:4:8 concrete block of size 60 centimetre x 60 centimetre x 75 centimetre including transportation etc. complete. Estimated rates In In Words figures(rs.) Rupees One Thousand Seven Hundred Thirty Seven and Paise Twenty Only. Unit Total Amount according to estimate Each Number

194 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity estimated but may be more or Sr. Item Of Work No. 100 Nos 16 Providing and fixing Cat Eye Road Stud Manufactured as per ASTM D 4280 Road Stud / Cat Eye / Reflective Pavement Markers are durable, impact and weather resistant. Diamond grade microprismatic optics provide excellent wet and dry reflectance. Normal Reflective Area of Each Lens 16.8 sq. cm. The tough retro-reflective lens is coated with a superior protective material that combines ceramic and polymeric elements, adding more resistance to abrasion. size 100 x 89 x 16 mm. Its available in yellow and white body colours having reflectors of amber / white / red colours, can be fixed with epoxy or hot melt adhesive. Estimated rates In In Words figures(rs.) Rupees Three Hundred Twenty Eight and Paise Twenty Five Only. Unit Total Amount according to estimate Each Number No. 17 Carrying out Water Absorption,Specific gravity, impact value and crushing value test of agreegates including all leads, loading and stacking etc. complete 6 No. 18 Carrying out sieve analysis test of agreegates including all leads, loading and stacking etc. complete Rupees Two Thousand and Paise Nil Only Rupees Five Hundred and Paise Nil Only. Each Number Each Number No. 19 Carrying out Abrasion value test of agreegates including all leads, loading and stacking etc. complete Rupees Nine Hundred and Paise Nil Only. Each Number

195 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity Sr. estimated but Item Of Work may be more or No. 6 No. 20 Carrying out Penetration, softening point,flash and fire point, specific gravity test of 60/70 Bitumen including all leads, loading and stacking etc. complete 4 No. 21 Carrying out Ductility test of 60/70 Bitumen including all leads, loading and stacking etc. complete Estimated rates In In Words figures(rs.) Rupees Two Thousand Three Hundred and Paise Nil Only Rupees Six Hundred Fifty and Paise Nil Only. Unit Total Amount according to estimate Each Number Each Number No. 22 Carrying out Viscocity test of 60/70 Bitumen including all leads, loading and stacking etc. complete 2 No. 23 Carrying out Extraction test of 60/70 Bitumen including all leads, loading and stacking etc. complete Rupees One Thousand Each Number Five Hundred and Paise Nil Only Rupees One Thousand Each Number One Hundred and Paise Nil Only. 2 No. 24 Carrying out Sieve analysis test of Soil/Murum including all leads, loading and stacking etc. complete 2 No. 25 Carrying out field moisture content test of Soil/Murum includingall leads, loading and stacking etc. complete Rupees Five Hundred and Paise Nil Only Rupees Three Hundred Twenty Five and Paise Nil Only. Each Number Each Number No. 26 Carrying out Liquid limit and plastic test of Soil/Murum includingall leads, loading and stacking etc. complete Rupees Eight Hundred Fifty and Paise Nil Only. Each Number

196 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity estimated but may be more or Sr. Item Of Work No No. 27 Providing and fixing board displaying information,such as Name of work,tender cost,name of contractor,work completion and liability period etc, having rectangular shape of 1.20m x 0.90m size made out 18 gauge(1.25mm) thick mildsteel sheet paintedwith one coat of zinc chromate stoving primer and two coats of enamel paint on front side and grey stove enamelon back sideand border /messages /symbols etc,on M.S.angle of size35 x35 x3 mm frame with properly cross braced M.S.angles of size 35mm x 35mm x3mm duly painted including two M.S.angle iron posts of size 65mm x 65mm x 6mm,3.65 m long painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8concrete block of size 60 cm x60 cm x75 cm including,excavation,refilling,transportation,and labour etc.complete. Estimated rates In In Words figures(rs.) Rupees Five Thousand Three Hundred Twenty Seven and Paise Seventy Five Only. Unit Total Amount according to estimate Each number

197 Contractor No. Of Corrections Executive Engineer P.W. Division No. 2 Jalna Page No. Quantity estimated but may be more or Sr. Item Of Work No Sqm 28 Providing and fixing informatary sign boards in square or rectangular shape of any size made out of 14 gauge (2 millimetre) thick alluminium sheet bonded with one green retro reflective sheeting of engineering grade having pressure sensitive/ heat activated adhesive, white retro reflective cut out border and massages having pressure sensitive adhesive or screen printing of green transperent colour over white retro reflective sheeting having border and massages in white background includingm.s. angleironframe of size35 mm X 35 mm X 3 mm and two M.S. angle iron post of size 65 mm X 65 mm X 6 mm, 3.65 metre long duly painted with one coat of epoxy primer and two coates of epoxy finish paint having alternate black and white bands of 25 centimetre width including G.I. fixtures etc, fixing the boards in 1:4:8 concrete block of size 60 centimetre x 60 centimetre x 75 centimetre including transportation etc. complete. Estimated rates In In Words figures(rs.) Rupees Fourteen Thousand Three Hundred Sixteen and Paise Seventy Five Only. Unit One Square metre Total Amount according to estimate Rupees One Crore Sixty Six lacs Fifty Seven Thousand Two Hundred Thirty Four and Paise Nil Only. Total Rs

198 Contractor No. Of Corrections Executive Engineer P.W. Division,No. 2 Jalna Page No. Name of Work IMPROVEMENT TO AURANGABAD JALNA WATUR JINTUR ROAD, M.S.H KM 113/400 TO 117/00 TQ. MANTHA DIST. JALNA SHEDULE 'C' Sr. Item Of Work No. 1 Construction of Modified Penetration Macadam 75 mm thick by providing and applyingtack coat at the rate of 30 kg / 100 sqm. As per MORT & H clauseno. 503 and providing a layer of compacted crushed coarse aggregates using chips spreader with alternate application of Bitumen binder and key aggregate and rollingwith three wheel Kn static roller to achievethe desired degree of compaction as per technical specification clause 506. ( IRC - SP Appendix -8,4)(VG30) 2 Providing and laying Hot Mix Hot Laid Bituminous Macadam 50mm / 75mm thick (average) with 3.30 percent bitumen by weight of total mix for overlay course to remove irregularities including diversion of traffic, supply of all materials, heating bitumenand chips, mixingbitumenand chipsindrummixtype hotmixplant,laying bituminous macadam by self propelled paver finisher with hydrostic controls and automatic sensor device including compacting with vibratory roller (excluding tack coat) etc complete as directed by Engineer in charge (using bulk bitumen 60/70 grade). USING 80 TPH Drummix type hot mixplant with SCADA, Sensor Paver, Intelligent Compactor with compaction analyzer and V-Net attachment. Spec. No. MORTH 2001 Clause No. 504 Page No. 160 Reference to standard specification ( Pink Book) Specification Page Number Number clause 506. ( IRC - SP Appendix -8,4 ) MORTH 2001 Clause No. 504 Page No. 160 Additional specification if any

199 Contractor No. Of Corrections Executive Engineer P.W. Division,No. 2 Jalna Page No. Sr. Item Of Work No. 3 Providing and applying tack coat by self propelled or towed bitumen pressure sprayer for uniform spraying at specified temperature at the specified rate of 3 kilogram / 10 square metre on existing black topped surface etc. complete as directed by Engineer in charge. (using bulk bitumen 60/70 grade) Reference to standard specification ( Pink Book) Specification Page Number Number MORTH 2001 Clause No. 503 Page No. 157 Additional specification if any 4 Providing and laying 20 millimetre thick open graded premix bituminous carpet, including supplying all materials, including as directed preparing and cleaning the base. heating bitumen and chips,mixing bitumen and chips in hot mix plant,applying tack coat 30kg/100 sqm, laying the carpet layer and compacting without seal coat on black top surface with paver finisher(hot Mix Hot laid )etc. complete as directed by Engineer in charge (using bulk bitumen 60/70 grade).using Asphalt Drum mix plant with SCADA, Sensor Paver, Intelligent Compactor with compaction analyzer and VNet attachment MORTH 2001 Clause No. 511 Page No Providing and laying Bituminous Liquid Seal Coat to the black topped surface including supplying all materials, preparing existing road surface, heating and applying bitumen by self propelled / towed bitumen pressure sprayer for uniform spraying at specified temperature at the rate of 9.8 kilogram / 10 square metre, spreading chips at 0.09 cubic / 10 square and rolling etc. complete (using bulk asphalt) as directed by Engineer in charge (by using bulk bitumen 60 / 70 grade).(using vehicle tracking system) Rd Supplying hard murum/ kankar at the road side, including conveying and stacking etc. complete as directed by Engineer in charge. 7 Spreading gravel/ sand / soft murum/ hard murumetc. complete as directed by Engineer in charge. Rd Rd.28, 30,31 205

200 Contractor No. Of Corrections Executive Engineer P.W. Division,No. 2 Jalna Page No. Sr. Item Of Work No. 8 Compacting the hard murum / kankar in layers of thickness upto 20 centimetre with power roller including necessary labour, material and artificial watering etc. complete as directed by Engineer in charge. 9 Excavationby for catch / road side water gutter / junglegutter in allsorts of soils strata to the specified section including stacking the excavated stuff in a regular bundand disposingof unsuitableor excess stuff beyond 50 metre from place of excavation as directed by Engineer in charge.(by mechanical means). Reference to standard specification ( Pink Book) Specification Page Number Number Rd Rd Additional specification if any 10 Providing Reinforced Cement Concrete 1:2:4 ordinary Kilometre stones including painting, numberingetc. complete for NH, SH and MDR as per IRC design for highway KM stones and fixing in standard size cement concrete 1:4:8 of 400 x 300 x 600 mm sizeblock complete. 11 Providing and fixing 200 metre stone of size 150 x 100 x 650 millimetre as per IRC design including painting, numbering, fixing in cement concrete 1:4:8 of 500 x 500 x 750 size block complete. 12 Providing and fixing pre cast / Reinforced Cement Concrete 1:2:4 guard stones of size150 millimetre x 150 millimetre x 900 millimetre size and shape including,fixing in block of size 500mmx 500mmx 600mm of cement concrete 1:5:10 white washing etc complete. 13 Providing and applying thermoplastic reflective paint of approved colour or compoundfor traffic lanestrips of 3 millimetrethick of pigment10%, on clean,dry and good road surface with 30 to 40 percent glass beads, 20 percent binderand 40 percent of filler material etc complete. (Rate is for actual painted length). For 10 cm width strip Rd Rd Rd MORTH 2001, clause No Page No. 321

201 Contractor No. Of Corrections Executive Engineer P.W. Division,No. 2 Jalna Page No. Sr. No. Item Of Work Reference to standard specification ( Pink Book) Specification Page Number Number Additional specification if any 14 Providing and fixing Cautionary/Warning sign board shape of equilateral triangle of 90 centimetre sides made out of 14 guage (2 millimetre) thick aluminium sheet bonded with white full retroreflective sheeting of engineering grade having pressure sensitive / heat activated adhesive, retroreflective or screen printed transparent red coloured border, black coloured cutout symbols of non reflective sheeting having pressure sensitive adhesive or screen printed symbols in black opaque colour with non pealable crystal clear transparent protective coat including onem.s. angleironpost of size65 millimetrex65 millimetrex 6 millimetre,3.65 m long painted with one coat of epoxy primer and two coats of epoxy finishpaint, having black and white bands of 25 cm width includingtack welding to G.I. fixtures etc. and fixingthe boards in1:4:8 concrete block of size 60 cm x 60 cm x 75 cm including transportation etc. complete. As per IRC-67, 1977 and M.O.S.T. Circular No. RW / NH /31/88 D.O.III. Dated 2/ Providing and fixing Mandatory / Warning sign board having shape of equilateral triangle of 60 centimetre sides made out of 16 gauge (1.6 millimetre) thick mild steelsheet painted with one coat of Zinc chromate stoving primer and two coats of greenstoveenamelpainton front side andgrey stoveenamelonback sideand border / messages / symbols etc. with cut out of retroreflective sheeting of engineering grade, complete bound coated with non pealable crystal clear transparent protective coat includingone M.S. angle iron post of size 65 millimetre x 65 millimetre x 6 millimetre, 3.65 metre long painted with alternate black and white bands of 25 centimetre width including tack welding to G.I. fixtures etc. and fixingthe boards in 1:4:8 concrete block of size 60 centimetre x 60 centimetre x 75 centimetre including transportation etc. complete. As per IRC-67, 1977 and M.O.S.T. Circular No. RW / NH /31/88 D.O.III. Dated 2/

202 Contractor No. Of Corrections Executive Engineer P.W. Division,No. 2 Jalna Page No. Sr. Item Of Work No. 16 Providingand fixingcat EyeRoad StudManufacturedas per ASTMD 4280Road Stud / Cat Eye / ReflectivePavement Markers are durable, impact and weather resistant. Diamond grade microprismatic optics provide excellent wet and dry reflectance. Normal Reflective Area of Each Lens 16.8 sq. cm. The tough retroreflective lens is coated with a superior protective material that combines ceramic and polymericelements, addingmore resistance to abrasion. size100 x 89 x 16 mm. Its availablein yellow and white body colours havingreflectors of amber / white / red colours, can be fixed with epoxy or hot melt adhesive. Reference to standard specification ( Pink Book) Specification Page Number Number As directed by engineer in charge Additional specification if any 17 Carrying out Water Absorption,Specific gravity, impact value and crushing value test of agreegates including all leads, loading and stacking etc. complete As directed by engineer in charge 18 Carrying out sieve analysis test of agreegates including all leads, loading and stacking etc. complete 19 Carrying out Abrasion value test of agreegates including all leads, loading and stacking etc. complete 20 Carrying out Penetration, softening point,flash and fire point, specific gravity test of 60/70 Bitumen including all leads, loading and stacking etc. complete As directed by engineer in charge As directed by engineer in charge As directed by engineer in charge 21 Carrying out Ductility test of 60/70 Bitumen including all leads, loading and stacking etc. complete 22 Carrying out Viscocity test of 60/70 Bitumen including all leads, loading and stacking etc. complete As directed by engineer in charge As directed by engineer in charge

203 Contractor No. Of Corrections Executive Engineer P.W. Division,No. 2 Jalna Page No. Sr. Item Of Work No. 23 Carrying out Extraction test of 60/70 Bitumen including all leads, loading and stacking etc. complete 24 Carrying out Sieve analysis test of Soil/Murum including all leads, loading and stacking etc. complete 25 Carrying out field moisture content test of Soil/Murum including all leads, loading and stacking etc. complete 26 Carrying out Liquid limit and plastic test of Soil/Murum including all leads, loading and stacking etc. complete 27 Providing and fixing board displaying information,such as Name of work,tender cost,name of contractor,work completion and liability period etc, having rectangular shape of 1.20m x 0.90m size made out 18 gauge(1.25mm) thick mild steel sheetpaintedwithonecoat of zincchromatestovingprimer andtwo coats of enamel paint on front side and grey stove enamel on back sideand border /messages /symbols etc,on M.S.angle of size35 x35 x3 mm frame with properly cross braced M.S.angles of size 35mm x 35mm x3mm duly painted including two M.S.angle iron posts of size 65mm x 65mm x 6mm,3.65 m long painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8concrete block of size 60 cm x60 cm x75 cm including,excavation,refilling,transportation,and labour etc.complete. Reference to standard specification ( Pink Book) Specification Page Number Number As directed by engineer in charge As directed by engineer in charge As directed by engineer in charge As directed by engineer in charge As directed by engineer in charge Additional specification if any

204 Contractor No. Of Corrections Executive Engineer P.W. Division,No. 2 Jalna Page No. Sr. Item Of Work No. 28 Providing and fixing informatary sign boards in square or rectangular shape of any size made out of 14 gauge (2 millimetre) thick alluminiumsheet bonded with one green retro reflective sheeting of engineering grade having pressure sensitive / heat activated adhesive, white retro reflective cut out border and massages having pressure sensitive adhesive or screen printing of green transperent colour over white retro reflective sheeting having border and massages in white backgroundincludingm.s. angleiron frame of size35 mm X 35 mm X 3 mm and two M.S. angleiron post of size65 mm X 65 mm X 6 mm, 3.65 metre longduly paintedwith one coat of epoxy primer and two coates of epoxyfinishpainthaving alternate black and white bands of 25 centimetre width including G.I. fixtures etc, fixingtheboards in1:4:8 concreteblockof size60 centimetrex60 centimetre x75 centimetre including transportation etc. complete. Reference to standard specification ( Pink Book) Specification Page Number Number As per IRC-67, 1977 and M.O.S.T. Circular No. RW / NH /31/88 D.O.III. Dated 2/ Additional specification if any

205 BITUMINOUS MACADAM Scope This work shall consist of construction, in a single course, of compacted crushed aggregates premixed with a bituminous binder, to serve as base/binder course, laid immediately after mixing, a base prepared previously in accordance with the requirement of these Specifications and in conformity with the lines, grades and cross-sections shown on the drawing or as directed by the Engineer Materials Bitumen : The bitumen shall be paving bitumen of suitable penetration grade (30/40 to 80/100) as per IS: 73. The actual grade of bitumen to be used shall be decided by the Engineer ap to the region, traffic, rainfall and other environmental conditions. idelines on selection of the grade of bitumen are given in Appendix Aggregates The aggregates shall consist of crushed stone, crushed gravel / shingle or other stones. They shall be clean, strong, durable, of fairly cubical shape and free from disintegrated pieces, organic or other deleterious matter and adherent coating. If crushed shingle / gravel is used, not less than 90 per cent by weight of the gravel / shingle pieces retained on 4.75mm sieve shall have at least two fractured faces. The aggregates shall preferably be hydrophobic and of low porosity. I hydrophilic aggregates are to be used; the bitumen shall preferably be treated with anti-stripping agents of approved quality in suitable dose as per Appensix-5. The aggregates shall satisfy the physical requirements set forth in Table TABLE PHYSICAL REQUIREMENTS OF AGGREGATES FOR BITUMINOUS MACADAM Sr. No. Test Test Method Requirements 1 Los Angeles Abrasion value* IS : 2386 (Part-4) 40 per cent (Max) 2 Aggregate Impact Value* IS : 2386 (Part-4) 40 per cent (Max) Contractor No. of corrections Executive Engineer

206 3 Flakiness and Elongation** Indices (Total) 4 Coating and Stripping of Bitumen Aggregate Mixtures 204 IS : 2386 (Part-1) AASHTO T Soundness IS : 2386 (Part-5) (i) Loss with Sodium Sulphate 5 cycles (ii) Loss with Magnesium Sulphate 5 cycles Aggregate Impact value IS : 2386 (Part-4) or IS:5640** 30 per cent (Max) Minimum retained coating 95 per cent 12 per cent Maximum 12 per cent Maximum 30 per cent (Max) 6 Water absorption IS : 2386 (Part-3) 2 per cent Maximum * Aggregates may satisfy requirements of either of the two tests. ** To determine this combined proportion, the flaky stone from a representative sample should first be separated out. Flakiness index is weight of flaky stone metal divided by weight of stone sample. Only the elongated particles be separated out from the remaining (non-flaky) stone metal. Elongation index is weight of elongated particles divided by total non-flaky particles. The value of flakiness index and elongation index so found are added up. Note : If crushed slag is used, Clause shall apply The aggregate for bituminous macadam shall conform to one of the two gradings in Table 500-4, depending on the compacted thickness; the actual grading shall be as specified in the Contract Proportioning of materials : The bitumen content for premixing shall be 3 to 3.5 per cent by weight of the total mix except when otherwise directed by the Engineer. TABLE AGGREGATE GRADING FOR BITUMINOUS MACADAM IS Sieve Designation Per cent by weight passing the sieve Grading 1 Grading mm mm mm mm Contractor No. of corrections Executive Engineer

207 mm mm mm The maximum compacted thickness of a layer shall be 100 m. The quantities of aggregates to be used shall be sufficient to yield the specified thickness after compaction Variation in proportioning of material : The Contractor shall have the responsibility for ensuring proper proportioning of materials and producing a uniform mix. A variation in binder content per cent by weight of total mix shall, however, be permissible for individual specimens taken for quality control tests vide Section Construction Operations Weather and seasonal limitations : The work of laying shall not be taken up during rainy or foggy weather or when base course is damp or wet, or during dust storm or when the atmospheric temperature in shade is 10 0 C or less Preparation of the base The base on which bituminous macadam is to be laid shall be prepared, shaped and co to the specified lines, grades and cross-sections in accordance with Clause 501, and a priming coat where needed shall be applied in accordance with Clause 502 as directed by the Engineer Tack coat : A tack coat as per Clause 503 shall b applied over the base Preparation and transport of mix : Bituminous macadam mix shall be prepared in a hot mix plant of adequate capacity and capable of yielding a mix of proper and uniform quality with thoroughly coated aggregates. Hot mix plant shall be of suitable capacity preferably of batch mix type. Total system for crushing of stone aggregates and feeding of aggregate fraction in required proportions to achieve the desired mix, deployed by the Contractor must be capable of meeting the overall Specification requirements Contractor No. of corrections Executive Engineer

208 206 under stringent quality control. The plant shall have following essential features : A - General (a) The plant shall coordinate set of essential units capable of producing uniform mix as per the job mix formula. (b) Cold aggregate feed system with minimum 4 bins having belt conveyor arrangement for initial proportioning of aggregates from each bin in the required quantities. In order to have flow of fines from the bin, it is advisable to have vibrator fitted on bin to intermittently shake it. (c) Belt conveyers below each bin should have variable speed drive motors. There should be electronic load sensor on the conveyer for measuring the flow of aggregates. (d) Dryer unit with burner capable of heating the aggregate to the required temperature without any visible unburnt fuel carbon residue on the aggregate and reducing the moisture content of the aggregate to the specified minimum. (e) The plant shall be fitted with suitable type of thermometric instruments at appropriate places so as to indicate or record / register synchronisation of bitumen and aggregate feed in the required proportion. (f) Bitumen supply unit capable of heating, measuring/metering and spraying of bitumen at specified temperature with ic synchronisation of bitumen and aggregate feed in the required proportion. (g) A filler system suitable to receive bagged or bulk supply of filler material and its incorporation to the mix in the correct quantity wherever required. (h) A suitable built-in dust control system for the dryer to contain / recycle permissible fines into the mix. It should be capable of preventing the exhaust of fine dust into atmosphere for environmental control wherever so specified by the Engineer. Contractor No. of corrections Executive Engineer

209 207 (i) The plant should have centralised control panel / cabin capable of presetting, controlling/synchronising all operations starting from feeding of cold aggregates to the discharge of the hot mix to ensure proper quality of mix. It should have indicators for any malfunctioning in the operation. (j) Every hot mix plant should be equipped with siren or horn so that the operator may use the same before starting the plant every time in the interest of safety of staff. B - For Bath Type Plant (i) Gradation control unit having minimum four deck vibratory screens for accurate sizing of hot aggregate and storing them in separate bins This unit should be fully covered to reduce the maintenance cost and for better environmental condition. (ii) Proper arrangement for accurate weighing of each size hot aggregate from the control panel before mixing. (iii) Paddle mixer unit shall be capable of producing a homogeneous mix with uniform coating of all particles of the mineral aggregate with binder. C - For Continuous Type Plant (i) Gradation control unit having vibratory screens for accurate sizing of hot aggregate and storing them in separate bins. This unit should be fully covered to reduce the maintenance cost and for better environment condition. (ii) There should be appropriate arrangement for regulating and volumetric control of the flow of hot aggregate from e bin to achieve the required proportioning. (iii) Paddle mixer unit shall be capable of producing a homogeneous mix with uniform coating of all particles of the mineral aggregate with binder. D - For Drum Mix Plant Contractor No. of corrections Executive Engineer

210 208 (i) It is a prerequisite that only properly screened and graded materials are fed to the bins. If required, a vibratory screening unit shall be installed at the plant site to ensure the same. A primary 4-deck vibratory screening unit shall be installed before the multiple bind cold feed system for screening the aggregates and grading the same. (ii) Belt conveyers below each bin should have variable speed drive motors. There should be electronic load sensor on the conveyer for measuring the flow of aggregate. (iii) There should be arrangement to measure moisture content of the aggregate(s) so that moisture correction may be applied for working out requirement of binder and filter. The temperature of binder at the time of mixing shall in the range of C to C and that of the aggregate in the range of C C provided that the difference in temperature between the binder and aggregate at no time exceeds 14 0 C. Mixing shall be thorough to ensure that a homogeneous ture is obtained in which all particle of the aggregates are coated uniformly, and the discharge temperature of mix shall be between C to C. The mixture shall be transported from the mixing plant to the point of use in suitable tipper vehicles. The vehicles employed for transport shall be clean and be covered in transit if so directed by the Engineer. Any tipper causing excessive segregation of materials its spring suspension or other contributing factors or that which shows undue delay shall be removed from the work until such conditions are corrected Spreading : The mix transferred from the tipper at site to the paver shall be spread immediately by means of self-propelled mechanical paver with suitable screeds capable of spreading, tamping, and finishing the mix true to the specified lines, grades and cross-sections. The paver finisher shall have the following essential features : (a) Loading hoppers and suitable distributing mechanism. Contractor No. of corrections Executive Engineer

211 209 (b) All drives having hydrostatic drive / control. (c) The machine shall have a hydraulically extendable screed for appropriate width requirement. (d) The screed shall have tamping and vibrating arrangement for initial compaction to the layer as it is spread without rutting or otherwise marring the surface. It shall have adjustable amplitude and variable frequency. (e) The paver shall be equipped with necessary control mechanism so as to ensure that the finished surface is free from surface blemishes. (f) The paver shall be fitted with an electronic sensing device for automatic leveling and profile control within the specified tolerances. (g) The screed shall have the internal heating arrangement. (h) The paver shall be capable of laying either 2.5 to 4.0 m width or 4.0 to 7.0 m width as stipulated in the Contract. However, in restricted locations and in narrow widths the available plant cannot be operated in the opinion of the Engineer, he may permit manual laying of the mix. The temperature of the mix at the time of laying shall be in the range of C to C. In multi-layer construction, the longitudinal joint in one layer shall offset that in the layer below by about 150mm. However, the joint in the top-must layer shall be at the lane line of the pavement. Longitudinal joints and edges shall be constructed true to the delineating line parallel to the centre line of the road. All joints shall be cut vertical to the full thickness of the previously laid ix and the surface paint with hot bitumen before placing fresh material. Longitudinal and transverse joints shall be offset by at least 250mm from those in lower courses and the joint on the top-most layer shall not be allowed to fall within the wheel path. All transverse joints shall be cut vertically to the full thickness of the previously laid mix with asphalt cutter / pavement breaker and surface painted with hot bitumen before placing fresh material. Longitudinal joints Contractor No. of corrections Executive Engineer

212 210 shall be preferably hot joints. Cold longitudinal joints shall be properly heated with joint heater to attain a suitable temperature of 80 0 C before laying of adjacent material Compaction : After the spreading of mix, rolling shall be done by 80 to 100 kn rollers or other approved equipment. Rolling shall start as soon as possible after the material has been spread deploying a set of rollers as the rolling is to be completed in limited time frame. The roller shall move at a speed not more than 5 km/h. Rolling shall be done with care to avoid unduly roughening of the pavement surface. Rolling of the longitudinal joints shall be done immediately behind the paving operation. After this, the rolling shall commence at the edges and progress towards the centre longitudinally except that on superelevated and uni-directional cambered portions, it shall progress from lower to the upper edge parallel to the centre line of the pavement. The initial or break-down rolling shall be done with kn static weight smooth wheel roller (3 wheels or tandem), as soon as it is possible to roll the mix without cracking the surface or having the mix pick up on the roller wheels. The second or intermediate rolling shall follow the break-down rolling with vibratory roller of 80 to 100 kn static weight or pneumatic tyred roller of 150 to 250 kn weight, with minimum 7 wheels minimum tyre pressure of 0.7 MPa as closely as possible to the paver and be done while the paving mix is still at a temperature that will result maximum density. The final rolling shall be done while material is still workable enough for removal of roller marks, with kn tandem roller. During the final rolling, vibratory system shall be switched off. The joints and edges s be rolled with a 80 to 100 kn static roller. When the roller has passed over the whole area once, a high spots or depressions which become apparent shall be corrected by removing or adding mix material. The rolling shall then be continued till the surface has been rolled to 95 pr cent of the average laboratory density (obtained from Marshall specimens compacted as defined in Table ), there is no crushing of aggregates and all roller marks have been eliminated. Each pass Contractor No. of corrections Executive Engineer

213 211 of the roller shall uniformly overlap not less than one-third of the track made in the preceding pass. The roller wheel shall be kept damp if necessary to avoid bituminous material from sticking to the wheels and being picked up. In no case shall fuel, lubricating oil be neither used for this purpose, nor water poured on the wheels. Rolling operations shall be completed in every respect before the temperature of the mix falls below C. Roller(s) shall not stand on newly laid material while there is a risk that surface will be deformed thereby. The edge along and transverse of the bituminous macadam laid and compacted earlier shall be cut to their full depth so as to expose fresh surface which shall be painted with a thin surface coat of appropriate binder before the new mix is placed against it Surface Finish and Quality Control of Work The surface finish of construction shall conform to the requirements of Clause 902. Control on the quality of materials and works shall be exercised by the Engineer in accordance with Section The bituminous macadam shall be covered with either the next pavement course or wearing course, as the case may be, without any delay. If there is to be any delay, the course shall be covered by a seal coat to the requirement of Clause 513 before allowing any traffic it. The seal coat in such cases shall be considered incidental to the work nd shall not b paid for separately Arrangement of Traffic During the period of construction, arrangement of traffic shall be done to Clause Measurements for Payment The work shall be measured as finished work in cubic metres or by weight in metric tonnes as provided in the Contract Rate The contract unit rate for the work shall be payment in full for carrying out the required operations including full compensation for : Contractor No. of corrections Executive Engineer

214 212 (i) (ii) Making arrangement for traffic to Clause 112 except for initial treatment to verge, shoulders and construction of diversions; Preparation of base except for laying of profile corrective course but including filling of pot holes; (iii) Providing all materials to be incorporated in the work including arrangement for stock yards, all royalties, fees, rents where necessary and all leads and lifts; (iv) All labour, tools, equipment, plant including installation of hot mix plant, power supply units and all machineries, incidental to complete the work to the Specifications; (v) Carrying out the work in part widths of the road where directed; (vi) Carrying out all tests for control of quality; and (vii) The rate shall cover the provision of bitumen at 3.25 cent of weight of total mix, with the provision that the variation of quantity of bitumen will be assessed and the payment adjusted as per the rate of bitumen quoted. SPECIFICATION FOR APPLYING TACK COAT Item: - Providing and applying tack coat by self propelled or towed bitumen pressure sprayer for uniform spraying at specified temperature at the specified rate of 3 kg/ 10 Sq.M. on existing black top surface including transportation of bitumen from refinery to work site e complete as directed by Engineer in charge. (By using bulk asphalt 60/70 grade) 503 TACK COAT Scope:- This work shall consist of application of a single coat of low viscosity liquid bituminous material to an existing road surface preparatory to another bituminous construction over it Materials:- Binder- The binder used for tack coat shall be a bituminous emulsion or cut-back as specified in the contract. Contractor No. of corrections Executive Engineer

215 Construction Operations: Preparation of base:- The surface on which the tack coat is to be applied shall be cleaned of dust and any extraneous material before the application of the binder, by using a mechanical broom or any other approved equipment / method as specified by the Engineer Application of Binder:- Binder may be heated to the temperature appropriate to the grade of cutback used and approved by the Engineer and sprayed the base at the rate specified in table The normal range of spraying temperature of a bituminous emulsion shall be C and for a cutback C if RC- 70/MC-70 grade is used. It shall be the responsibility of the contractor to carefully handle the inflammable bituminous cutback material so as to safeguard against any fire mishap. The binder shall be applied uniformly with the aid of either self-propelled or towed bitumen at specified at specified rates and temperature so as to provide a uniform unbroken spread of bitumen. Work should be planned so that no more than the necessary tack coat for the day s operation is places on the surface. After application and prior to succeeding construction allow the tack coat to cure, w being disturbed, until the water / cutter has completely evaporated, as determined by the Engineer. TABLE : RAT E FOR APPLICATION OF TACK COAT Type surface Quantity of liquid bituminous material in Kg/ 10 SqM area i) Normal bituminous surface 2.0 to 2.5 ii) Dry and hungry bituminous 2.5 to 3.0 iii) Granular surface treated with primer 2.5 to 3.0 iv) Non bituminous surface a) Granular base (not primed) 3.5 to 4.0 b) Cement concrete pavement 3.0 to 3.5 Contractor No. of corrections Executive Engineer

216 214 Note: - There is no need to apply a tack coat on a freshly laid bituminous course if the sub-sequent bituminous course is overlaid the same day without opening it to traffic Quality control of work:- Control on the quality if material and work shall be exercised by the Engineer in accordance with section Arrangement of traffic:- During the period of construction, arrangement of traffic shall be done to Clause Measurement for payment:- Open graded premix carpet shall be measured as finished work in square meters Rate:- The contract unit rate for tack coat shall be payment in full for carrying out the required operations including full compensation for all components listed in clause (1) to (9) as applicable to the work specified in these specifications. 511 OPEN GRADED PREMIX CARPET Open graded Premix Carpet using Bitumen Scope: This work shall consist of laying and compacting an open graded carpet of 20mm thickness in a single course composed of suitable small sized aggregates premixed with a bituminous binder on a previously prepared base, in accordance with the requirements of these Specifications, to serve as a wearing course Materials Binder: The binder shall be bitumen of a suitable grade appropriate to the region, traffic, rainfall and other environmental conditions, as directed by the Engineer and satisfying the requirements of IS 73, 217, Contractor No. of corrections Executive Engineer

217 or other approved cutback as applicable. Guidance this regard may be taken from Appendix Aggregate: The coarse aggregates shall conform to Clause The Stone Polishing Value as measured by BS: 812 (part 114) shall not be less than 55. The aggregates shall satisfy the quality requirements forth in Table except that the water absorption shall be limited to a maximum of 1 percent Proportioning of materials: as per quantities given in Table The materials shall be proportioned TABLE : QUANTITIES OF MATERIALS REQUIRED FOR 10M 2 OF ROAD SURFACE FOR 20mm THICK OPEN GRADED PREMIX SURFACING USING PENETRATION BITUMEN OR CUTBACK. Aggregates for Carpet: a Nominal Stone size mm (Passing 22.4 mm 0.18m 3 sieve and retained on 11.2 mm sieve) b Nominal Stone size mm (passing 13.2 mm sieve and retained on 5.6 mm sieve) 0.09m 3 Total 0.27m 3 Binder for premixing (Quantities in terms of straight run bitumen) a For 0.18 m 3 of 13.2mm nominal size stone at kg kg/ m 3 b For 0.09 m 3 of 11.2mm nominal size stone at 56 kg/m m kg Total 14.6 kg Construction operations Weather & Seasonal limitations: Clause shall apply Preparation of base: The underlying surface on which the bituminous surfacing is to be laid shall be prepared, shaped and conditioned to the specified lines, grade and cross section in accordance with Clause 501. A prime coat where needed shall be applied accordance Clause 502 as directed by the Engineer Tack coat: A tack coat complying with Clause 503 shall be applied over the base preparatory to laying of the carpet. Contractor No. of corrections Executive Engineer

218 Preparation of pre-mix: Hot mix plant of appropriate capacity and type shall be used for the preparation of mix material. The hot mix plant shall have separate dryer arrangement for heating. Aggregates and pug mill for mixing aggregates and binder. The temperature of binder at the time of mixing shall be in the range of c to C and that of the aggregates in the range of C to C provided that the difference in temperature between the binder and aggregate at no time exceeds 14 0 C. Mixing shall be thorough to ensure that a homogeneous mixture is obtained in which all particles of the aggregates are coated uniformly and the discharge temperature of mix shall be between C and C. The mix shall be immediately transported from the mixer to the point of use in suitable vehicles or hand barrows. The vehicles employed for transport shall be clean and the mix being transported covered in transit if so directed by the Engineer Spreading and rolling: The mixed material shall be spread by suitable means to the desired thickness, grades and cross-full (camber) making due allowance for any extra quantity required to fill up depressions, if any. The cross-fall should be checked by means of camber boards and irregularities leveled out. Excessive use of blades or rakes should be avoided. As soon as sufficient length of bituminous material has been laid, rolling shall commence with tonne rollers, smooth wheel tandem type or other approved equipment. Rolling shall begin at the edge and progress towards the center longitudinally, except that on the super elevated and uni-directional cambered portions, it shall progress from the lower to upper edge parallel to the center line of the pavement. When the roller has passed over the whole area once, a high spots or depressions, which become apparent, shall be corrected by removing or adding premixed materials. Rolling shall then be continued until the entire surface has been rolled and all the roller mark eliminated. In each pass of the roller. In each pass of the roller, preceding track shall be overlapped uniformly by at least 1/3 width. The roller wheels shall be kept damp to prevent the premix from adhering to the wheels and being picked up. In no case shall fuel / lubricating oil be used for this purpose. Excess use of water for this purpose shall be avoided. Contractor No. of corrections Executive Engineer

219 217 Rollers shall not stand on newly laid material. Rolling operations shall be completed in every respect before the temperature of the mix falls below C. Joints along and transverse to the surfacing laid a compacted earlier shall be cut vertically to their full depth so as to expose fresh surface which shall be painted with a thin coat of appropriate binder before the new mix is placed against it Seal coat: A seal coat conforming to Clause 513 shall be applied to the surface immediately after laying the carpet Opening to traffic: No traffic shall be allowed on the road till the seal coat has been laid. After the seal coat is laid, road shall be opened to traffic according to Clause Surface finish and quality control of work: The surface finish of construction shall conform to the requirements of clause 902. Control on the quality of materials and works shall be exercised the Engineer in accordance with Section 900 shall apply Arrangements for Traffic: During the period of construction, arrangement of traffic shall be done to Clause Measurements for payment: Open graded premix carpet shall be measured as finished work, for the area instructed to be covered in square meters.the area will be the net area covered and all allowance for wastage and cutting of joints shall be deemed to be included in the rate Rate: The contract unit rate for open graded premix carpet shall be payment in full for carrying out the require operation including full compensation for all components listed in clause Contractor No. of corrections Executive Engineer

220 218 EXTRACT FROM SPECIFICATION OF ROAD & BRIDGES WORKS BY M.O.R.T.& H. 902 Control of alignment, level and surface regularity General: - All works performed shall conform to the lines, grades, cross section and dimensions shown on the drawings or as directed by the Engineer, subject to the permitted tolerances described hereinafter Horizontal alignment: - Horizontal alignments shall be reckoned with respect to the center line of the carriage way as shown on the drawings. The edges of the carriage way as constructed shall be correct with a tolerance of + 10 mm there from. The corresponding tolerance for edges of the roadway and lower layers of pavement shall be + 25 mm Surface level: - The levels of the sub-grade and different pavement courses as constructed shall not vary from those calculated with reference to the longitudinal and cross profile of the road shown on the drawings or as directed by the Engineer beyond the tolerance +0.6 mm or 0.6 mm. Provided, however, that the negative tolerance for wearing course, shall not be permitted in conjunction with the positive tolerance for base course, if the thickness of the former is thereby reduced by more than 6mm for fixable pavement and 5mm for concrete pavement. For checking compliance with the above requirement for sub grade, sub base and base course measurements of the surface level shall be taken on a grid of points placed at 6.25m longitudinally and 3.5m transversely. For any 10 consecutive measurements taken longitudinally or transversely, not more than one measurement shall be permitted to exceed the tolerance as above, this one measurement being not excess of 5mm above permitted tolerance. For checking compliance with the above requirement for sub-grade, sub-base and base course measurements of the surface shall be taken on a grid of points spaced at 6.25 m along the length and at 0.5 m from the edges and at the center of the pavement. In any length of pavement, Contractor No. of corrections Executive Engineer

221 219 compliance shall be deemed to be met for the final road surface, only if the tolerance given above is satisfied for any point on the surface Surface Regularity of pavement courses: - The longitudinal profile shall be checked with a 3 meter long straight edge/moving straight-edge as desired by the Engineer at the middle of each traffic lane along a line parallel to the centerline of the road. The maximum permitted number of surface irregularities shall be as per Table Table Maximum permitted number of surface irregularities. Irregularity Surface of Carriageways and paved shoulder 4 mm 7 mm 4 mm 7 mm Length(m) National Highways / Expressways Roads of lower category Category of each section of road as described in the contract. Surface of laybys, service areas and all bituminous base course. The maximum allowable difference between the road surface and underside of a 3m straight edge when placed parallel with or at right angles to the center line of the road at points decided by the Engineer shall be: For pavement surface (bitumen and cement concrete) For bituminous base courses For granular sub-base course For sub base under concrete pavement 3 mm 6 mm 8 mm 10 mm Rectification: - Where the surface regularity of sub grade and various avement courses fall outside the specified tolerances, the contractor shall be liable to rectify these in the manner described below d to the satisfaction of the Engineer. Bituminous Construction: For bituminous other than wearing course, where the surface is low, the deficiency shall be corrected by adding Contractor No. of corrections Executive Engineer

222 220 fresh material over a suitable tack coat if needed and re-compacting to satisfaction. Where the surface is high, the full depth of the layer shall be removed and replaced with the fresh material and compacted to specification. Contractor No. of corrections Executive Engineer

223 221 GUARANTEE BOND FOR SECURITY DEPOSIT (REVISED) (On stamp paper worth Rupees 100/-) In consideration of the Governor of Maharashtra (hereinafter referred to as the Governor ) having agreed to exempt (hereinafter referred to as the contractor ) from depositing with the Government in cash the sum of Rs. (Rupees only) being the amount of security deposit payable by the contractor to the Government under the terms and conditions of the agreement dated day of and made between the Government of the one part and the contractor of the other part (hereinafter referred to as the the said a for as security for the observance and performance by the contractor of the terms and conditions of the said agreement, on the contractor of the terms and conditions of the said agreement, on the contractor furnishing to the Government in the prescribed form of a Schedule Bank of India being in fact these present in the like of Rs. (Rupees only) we Bank / Limited registered in India under Act and having one of our Local Head Office at do hereby :- 1 a) b) 2 Guarantee to the Government. Due performance and observance by the Contractor of the terms, covenants and condition on the part of the contractor d in the said Agreement, and 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. Undertake to pay to the Government on demand and without demur and notwithstanding any dispute or disputes raised by contractor(s) in any suit or proceeding field in any court or Tribunal relating thereto the said sum of Rs. (Rupees only) or such less of sum as may be demanded by the Government from us our liability hereunder bein absolute and unequivocal and agree that.

224 a) 222 The guarantee herein contained shall remain in full force and effect during the subsistence of the said Agreement and that 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 properly carried out by the contractor. b) We shall not be discharged or released from the liabil Guarantee by reasons of. under this Any change in the constitution of the Bank or the Contractor or (i) Any arrangement entered into between Government and the contractor with or without our consent. (ii) Any forbearance or indulgence shown to the contractor. (iii) Any variation in to terms, covenants or conditions contained in the said agreement. (iv) Any time given to the Contractor or (v) Any other conditions or circumstances under which in law, a surety would be discharged. c) d) Our liability herein under shall be joint and several that of the contractor as if we were Principal debtors in respect of the said Sum of Rs. (Rupees only), and We shall not revoke this guarantee during its currency except with the previous consent in writing of the Government. IN WITNESS WHEREOF the Common seal of has been here unto 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 herein affixed in the presence of who in token thereof, have hereto set their respective hands in the presence of 1 2

225 223 DECLARATION OF THE CONTRACTOR Name of work:- IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA I/ we hereby declare that I / we have made myself / ourselves thoroughly conversant with the Sub-soil conditions, the local conditions regarding all materials (such as stone, murum, sand, etc.) and labour of which I / we have base my / our rate for this work. The specifications, conditions, bore results and lead of materials to be used on this 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, Public Works Division No.2, Jalna or his duly authorised assistant, before starting the work and to abide by his decision. I hereby undertake to pay the labourers engaged on the work as per Minimum Wages Act, 1948 applicable to the Zone concerned. Signature of the Contractor

226 224 DRAWINGS Name of work:- IMPROVEMENT TO BADLY DAMAGED ROAD LENGTH OF MANTHA WATUR JINTUR ROAD MSH-02 KM 113/400 TO 117/00 TQ.MANTHA, DIST.JALNA CONTRACT DRAWINGS: The contract drawings provided for tendering purpose with the tender documents shall be used as a reference only. Contractor should visualize the nature of type of work of work contemplated and to ensure that the rates and prices quoted by him in the bill of quantities take due considerations of the complexities of work involved during actual execution / consideration as experienced in the field. The tendered rates / prices for the work shall be deemed to include the cost of preparation, supply and delivery of all necessary drawings, prints, tracings and negatives which the contractor is required to provide in accordance with the contract. DOCUMENTATION: If so ordered by the Engineer in charge, the contractor will prepare drawings of the work at constructed and will supply original and three copies to the Engineer who will verify and certify these drawings. Final as constructed drawings shall then be prepared by the contractor and applied in triplicate along with a micro film of the same to the Engineer for record and reference purpose at the contractor s cost.

227 225

228 226

WORKS DIVISION NANDED

WORKS DIVISION NANDED NAME OF WORK- Construction of Residential Staff Quarters TYPE- III Builidng at Sub-Dist. Hospital Mukhed Dist. Nanded Dist. Nanded PUBLIC WORKS DIVISION NANDED NAME OF WORK:- Construction of Residential

More information

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS REGION, AMARAVATI. PUBLIC WORKS CIRCLE, AMARAVATI. PUBLIC WORKS DIVISION, AMARAVATI B-1 TENDER PAPERS

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS REGION, AMARAVATI. PUBLIC WORKS CIRCLE, AMARAVATI. PUBLIC WORKS DIVISION, AMARAVATI B-1 TENDER PAPERS 1 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS REGION, AMARAVATI. PUBLIC WORKS CIRCLE, AMARAVATI. PUBLIC WORKS DIVISION, AMARAVATI B-1 TENDER PAPERS e-tendering System FOR THE WORK OF CONSTRUCTION OF 200 STUDENT

More information

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION AURANGABAD PUBLIC WORKS CIRCLE AURANGABAD PUBLIC WORKS DIVISION, JALNA. TENDER DOCUMENT FOR THE WORK OF e-tendering System CONSTRUCTION

More information

STBT TO CHATRAPUR NANDA (GOMUKH) ROAD, S.H. 349, KM. 0/00 TO 3/00 IN TALUKA SAONER DISTRICT NAGPUR

STBT TO CHATRAPUR NANDA (GOMUKH) ROAD, S.H. 349, KM. 0/00 TO 3/00 IN TALUKA SAONER DISTRICT NAGPUR GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR P. W. Division No. 2, Nagpur E-TENDER PAPERS STBT TO CHATRAPUR NANDA (GOMUKH) ROAD, S.H. 349, KM.

More information

GOVERNMENT OF MAHARASHTRA

GOVERNMENT OF MAHARASHTRA 24/10 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NASHIK PUBLIC WORKS CIRCLE, JALGAON E- TENDER NAME OF WORK : Construction of Compund wall to Shri.Chatrapati Shivaji High School

More information

CONSTRUCTION OF MINOR BRIDGE ON SALEGAON - CHARBHATA ROAD, O.D.R. 99 IN TALUKA DEORI DISTRICT GONDIA

CONSTRUCTION OF MINOR BRIDGE ON SALEGAON - CHARBHATA ROAD, O.D.R. 99 IN TALUKA DEORI DISTRICT GONDIA GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR E.G.S. (P.W.) Division, Gondia E-TENDER PAPERS CONSTRUCTION OF MINOR BRIDGE ON SALEGAON - CHARBHATA

More information

PUBLIC WORKS DIVISION NO. 3,NAGPUR E-TENDER PAPERS

PUBLIC WORKS DIVISION NO. 3,NAGPUR E-TENDER PAPERS GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR PUBLIC WORKS DIVISION NO. 3,NAGPUR E-TENDER PAPERS IMPROVEMENT TO KUHI APTUR UMRED BUTIBORI (MSH

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT Tender No. E-Notice No. (2014-15) Sr.No. > SGN P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE NANDED E-TENDER DOCUMENTS -: For the Work of :- STBT

More information

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT NAGPUR REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR. PUBLIC WORKS DIVISION NO 1,NAGPUR NAME OF WORK

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT NAGPUR REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR. PUBLIC WORKS DIVISION NO 1,NAGPUR NAME OF WORK GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT NAGPUR REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR. PUBLIC WORKS DIVISION NO 1,NAGPUR NAME OF WORK CONSTRUCTUION OF LABORATORY BUILDING FO R HOME ECONOMIC

More information

P. W. DIVISION, PARBHANI

P. W. DIVISION, PARBHANI GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE, NANDED E-Tender documents NAME OF WORK : Phalegaon Yeldari Jintur Parbhani Gangakhed Issad Road (SH-248) Km 112/00 to 115/00 Tq. Dist.

More information

Construction of Cultural Sabhagruh at Dorli (BH) in Katol Tahsil Dist.Nagpur

Construction of Cultural Sabhagruh at Dorli (BH) in Katol Tahsil Dist.Nagpur GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR Public Works Division No.2, Nagpur E-TENDER PAPERS Construction of Cultural Sabhagruh at Dorli

More information

CONSTRUCTION OF COMPOUND WALL OF GOVERNMENT TECHNICAL HIGH SCHOOL AT GONDIA. TAL. AND DISTT. GONDIA.

CONSTRUCTION OF COMPOUND WALL OF GOVERNMENT TECHNICAL HIGH SCHOOL AT GONDIA. TAL. AND DISTT. GONDIA. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR E.G.S. (P.W.) Division, Gondia E-TENDER PAPERS CONSTRUCTION OF COMPOUND WALL OF GOVERNMENT TECHNICAL

More information

Construction Of new Shed, Bore well & Sump well In the premises of Institute Of Science, Nagpur.

Construction Of new Shed, Bore well & Sump well In the premises of Institute Of Science, Nagpur. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR P. W. Division No. 1, Nagpur E-TENDER PAPERS Construction Of new Shed, Bore well & Sump well In

More information

PUBLIC WORKS DIVISION NANDED

PUBLIC WORKS DIVISION NANDED NAME OF WORK- PROVIDING AND FIXING STAINLESS STEEL FURNITURE AND INSTALLING LED SIGNALES FOR VARIOUS BUILDINGS FOR DR. SHANKARRAO CHAVAN GOVT. MEDICAL COLLEGE, VISHNUPURI NANDED PUBLIC WORKS DIVISION NANDED

More information

P. W. Division No. 1, Chandrapur

P. W. Division No. 1, Chandrapur GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, CHANDRAPUR P. W. Division No. 1, Chandrapur E-Tender Papers (Tender for General Contractor) NAME OF WORK

More information

P. W. DIVISION, PARBHANI

P. W. DIVISION, PARBHANI GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE, NANDED E-Tender documents NAME OF WORK : Improvement to Mehkar Mantha Deogaon Selu Pathri Sonpeth Road SH-221 Km 155/00 to 157/400

More information

PUBLIC WORKS DIVISION, NANDED

PUBLIC WORKS DIVISION, NANDED E- TENDERING NAME OF WORK IMPROVEMENT TO HISSA PATHARAD - JAWALA PHATAK - JAWALA MURAR - NIWGHA ROAD MDR 25 KM 4500 TO 6500 TQ. MUDKHED DIST NANDED Amount Put to Tender Rs.- 1,48,06,098/- E.M.D. Rs. 1,48,100/-

More information

PUBLIC WORKS REGION, AURANGABAD.

PUBLIC WORKS REGION, AURANGABAD. W-66 ONLINE TENDER NO. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS REGION, AURANGABAD. PUBLIC WORKS CIRCLE, AURANGABAD. PUBLIC WORKS (WEST) DIVISION, AURANGABAD. TENDER DOCUMENTS e-tendering System FOR THE

More information

CONSTRUCTION OF MINOR BRIDGE ON AMGAON (KHURD) TIRKHEDI BIJEPAR PURADA FUKKIMETA ROAD (MDR -25) IN KM 9/800 IN TALUKA SALEKASA DIST GONDIA

CONSTRUCTION OF MINOR BRIDGE ON AMGAON (KHURD) TIRKHEDI BIJEPAR PURADA FUKKIMETA ROAD (MDR -25) IN KM 9/800 IN TALUKA SALEKASA DIST GONDIA GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT NAGPUR REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR. E.G.S(P.W) DIVISION GONDIA NAME OF WORK CONSTRUCTION OF MINOR BRIDGE ON AMGAON (KHURD) TIRKHEDI BIJEPAR

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT Tender No. E-Notice No. (2013-14) Sr.No. > SGN P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. [Jan.-2014] [Strip: Yellow] PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE NANDED -: For the Work

More information

GOVERNMENT OF MAHARASHTRA

GOVERNMENT OF MAHARASHTRA GOVERNMENT OF MAHARASHTRA PUBLIC WORKS REGION, AMARAVATI PUBLIC WORKS CIRCLE, AKOLA. PUBLIC WORKS DIVISION, AKOLA B-1 TENDER PAPERS e-tendering System FOR THE WORK OF REPAIRS TO CIVIL COURT BUILDING BAR

More information

TENDER DOCUMENT e-tendering System

TENDER DOCUMENT e-tendering System 1 GOVERNMENT OF MAHARASHTRA TENDER DOCUMENT e-tendering System - Name of work - One Year Maintanance and Repair on Phalegaon Sengaon Yeldari Jintur Road SH-248 km, - 0/200 Name to of 4/800 work, 5/00 -

More information

P. W. DIVISION, PARBHANI

P. W. DIVISION, PARBHANI GOVERNMENT OF MAHARASHTRA Copy No. PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE, NANDED E-Tender documents NAME OF WORK : STBT TO AMDAPUR APUR TO TADPANGRI ANGRI AMBETAKLI AKLI ROAD VR-89 KM 3/0 TO 3/690

More information

GOVERNMENT OF MAHARASHTRA

GOVERNMENT OF MAHARASHTRA GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NASHIK PUBLIC WORKS CIRCLE, JALGAON 20/1 E-TENDER PAPERS NAME OF WORK : Improvement to Bholane Bahadarpur Bhilali Ratnapimpri Shelave

More information

Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS. e-tendering System

Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS. e-tendering System 1 Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS e-tendering System NAME OF WORK : Construction of cement concrete compound wall at Girls hostel, College of Agriculture,

More information

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT NAGPUR REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR. PUBLIC WORKS DIVISION NO 1,NAGPUR NAME OF WORK

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT NAGPUR REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR. PUBLIC WORKS DIVISION NO 1,NAGPUR NAME OF WORK GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT NAGPUR REGION, NAGPUR PUBLIC WORKS CIRCLE, NAGPUR. PUBLIC WORKS DIVISION NO 1,NAGPUR NAME OF WORK CONSTRUCTION OF FOUR (4) RESIDENITIAL BUNGLOW FOR HON

More information

1 e-tender Notice No. 17/ /07 Agreement No. B-1/ / Name of Agency. Date of work order / /2017 Date of completion / /

1 e-tender Notice No. 17/ /07 Agreement No. B-1/ / Name of Agency. Date of work order / /2017 Date of completion / / 1 e-tender Notice No. 17/2016-17/07 Agreement No. B-1/ / 2016-17 Name of Agency Date of work order / /2017 Date of completion / / Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS

More information

Disable friendly Washrooms at hostel blocks (A & E)

Disable friendly Washrooms at hostel blocks (A & E) Telephone: 080-26993580 080-26993360 Fax:080- :26584050 Email: anil.sj@iimb.ernet.in : shivakumar.k@iimb.ernet.in TENDER NOTICE: 16 th February 2015 E.M.D (Rs.) TO BE SUBMITTED ALONG WITH TENDER Tender

More information

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION AURANGABAD PUBLIC WORKS CIRCLE AURANGABAD PUBLIC WORKS DIVISION, JALNA.

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION AURANGABAD PUBLIC WORKS CIRCLE AURANGABAD PUBLIC WORKS DIVISION, JALNA. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION AURANGABAD PUBLIC WORKS CIRCLE AURANGABAD PUBLIC WORKS DIVISION, JALNA. TENDER DOCUMENT e-tendering System FOR THE WORK OF S.T.B.T.

More information

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, CHANDRAPUR

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, CHANDRAPUR GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, CHANDRAPUR EXECUTIVE ENGINEER PUBLIC WORKS DIVISION NO.II, CHANDRAPUR E-TENDER PAPERS NAME OF WORKS IMPROVEMENT

More information

TENDER DOCUMENT. e-tendering System

TENDER DOCUMENT. e-tendering System GOVERNMENT OF MAHARASHTRA TENDER DOCUMENT e-tendering System - Name of work - Construction of new road Hakkewadi to Dongargaon VR- 68 Km. 0/00to - 1/100 Name Tq. of Palam work - Dist. Parbhani. Amount

More information

Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS. e-tendering System

Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS. e-tendering System 1 Vasantrao Naik Marathwada Krishi Vidyapeeth, PARBHANI (M.S.) TENDER DOCUMENTS e-tendering System FOR THE WORK OF Renovation and repairs of Nagnath boys hostel, College of Agriculture, VNMKV, Parbhani

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

TENDER PAPERS ( E-Tender)

TENDER PAPERS ( E-Tender) 1 Dy.Ex.Engr. PUBLIC WORKS DEPARTMENTT PUBLIC WORKS REGION, PUNE PUBLIC WORKS CIRCLE,SATARA. PUBLIC WORKS (WEST) DIVISION, SATARA. B-1 TENDER PAPERS ( E-Tender) FOR THE WORK OF Widening of carriageway

More information

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT KARNATAKA POWER CORPORATION LTD Tender Notification No: KPCL/2016-17/PS/WORK_INDENT4822 Date:21-07-2016 (Through e-procurement portal only) TENDER DOCUMENT Name of Work: Consultancy Services for Conducting

More information

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT 1 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT NAME OF WORK B-1 TENDER PAPERS FOR : Est. No. D/OW/211 OF 2013-14 Providing Minor Repairs & Servicing to fire hydrant system at P.L. Deshpande, Maharashtra

More information

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171 Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : 011-25302170/171 Ref. No. GGSIPU/PRO/2017-2018/(1) Dated: 05 th December, 2017 NOTICE INVITING e-tender Nature of the

More information

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System) (A Government of Karnataka Enterprise) Abstract Bid Notification (Two Cover System) Through e-procurement Portal only Bid No.: LO/CSD/AutoCAD/457 Date: 18.03.2016 Bids are invited through e-procurement

More information

CONSTRUCTION Of TALUKA COURT BUILDING AT TAHASIL -ARMORI DISTT.-GADCHIROLI

CONSTRUCTION Of TALUKA COURT BUILDING AT TAHASIL -ARMORI DISTT.-GADCHIROLI GOVERNMENT OF MAHARASHTRA GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT Nagpur Region, Nagpur Public Works Circle, Gadchiroli PUBLIC WORKS DEPARTMENT Public Works Division Allapalli Public Works Region,

More information

Tender No GSO/CED/CE/TR - 410/2011

Tender No GSO/CED/CE/TR - 410/2011 Government of India Department of Atomic Energy General Services Organisation Civil Engineering Division Tender No GSO/CED/CE/TR - 410/2011 Sealed item rate tenders in TWO Parts in the prescribed forms

More information

B-1 TENDER PAPERS (e-tender)

B-1 TENDER PAPERS (e-tender) PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, PUNE PUBLIC WORKS CIRCLE, PUNE PUBLIC WORKS (NORTH) DIVISION, PUNE FOR THE WORK OF B-1 TENDER PAPERS (e-tender) STBT TO ROAD FROM MDR 20 TO MAHALUNGE NIGHOJE

More information

- 1 - Contractor No. of Correction Executive Engineer

- 1 - Contractor No. of Correction Executive Engineer - 1 - Name of work : Estimate No. 718 /Bld./12-13, Shifting H.T. L.T. Line & Transformer of Road RD-9- M.S.E.B. Office to N. P. School No. 5, to Gajanan Society by Using underground cable under Shegaon

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT Tender No. E-Notice No. (2014-15) Sr.No. > SGN P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE NANDED E-TENDER DOCUMENTS -: For the Work of :- Improvement

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT Tender No. E-Notice No. (2015-16) Sr.No. > SGN P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. * P.W.D. PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE NANDED E-TENDER DOCUMENTS -: For the Work of :- Improvement

More information

Dr. Panjabrao Deshmukh Krishi Vidyapeeth, Akola

Dr. Panjabrao Deshmukh Krishi Vidyapeeth, Akola 1 E-Tender Notice No.2/2018-2019 Sr. No.3 Dr. Panjabrao Deshmukh Krishi Vidyapeeth, Akola B-1 FORM (Percentage Rate) E-TENDER DOCUMENTS NAME OF WORK Construction of Remaining Compound Wall for the premises

More information

CONTRACT DOCUMENTS FOR THE WORK

CONTRACT DOCUMENTS FOR THE WORK CSIR-INSTITUTE OF GENOMICS & INTEGRATIVE BIOLOGY (Council of Scientific & Industrial Research) MALL ROAD & MATHURA ROAD CONTRACT DOCUMENTS FOR THE WORK Annual Maintenance Contract (AMC) of 03 Nos. DG Set

More information

TENDER DOCUMENT e-tendering System

TENDER DOCUMENT e-tendering System 4 OVERNMENT OF MAHARASHTRA TENDER DOCUMENT e-tendering System - Name of work - - Name of work - Strengthening of High Utilisation Health Facilities at District Civil Hospital Hingoli. (Construction of

More information

CANTONMENT BOARD AMBALA

CANTONMENT BOARD AMBALA APPENDIX 'A' TO NOTICE INVITING TENDER CANTONMENT BOARD AMBALA Name of Work : Stitched school uniforms for CB School students. 1. Estimated Cost Rs 05 Lac 2. Earnest Money Deposit Rs 10000/- 3. Security

More information

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW Chandigarh Industrial & Tourism Development Corporation Limited Regd Office: SCO 121-122, Sector 17-B, Chandigarh 160017 Phone No. 0172 4644430-31-32-33-34, 2704761, Fax No. 0172-4644441 Email: info@citcochandigarh.com,

More information

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION NOTICE INVITING QUOTATION Sealed tenders under two bid (technical and financial) system are hereby invited from experienced service providers for providing the CCTV surveillance system in various Examination

More information

TENDER DOCUMENT. e-tendering System

TENDER DOCUMENT. e-tendering System 0 GOVERNMENT OF MAHARASHTRA TENDER DOCUMENT e-tendering System - Name of work - Construction of Sabha Mandap Near Kala Maroti Mandir at Kasrali - Name Tq. Biloli of work Dist. - Nanded. Amount of Tender

More information

S.D.R. Male Ward No.15 & 16 O.P.D. Building and Femal Ward 21 & 23 at Regional Mental Hospital Nagpur. (Providing Water Proofing Treatment etc.

S.D.R. Male Ward No.15 & 16 O.P.D. Building and Femal Ward 21 & 23 at Regional Mental Hospital Nagpur. (Providing Water Proofing Treatment etc. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT Nagpur Region, Nagpur Public Works Circle, Nagpur. Integrated Unit(Medical) P.W. Nagpur E-TENDER PAPERS NAME OF WORK S.D.R. Male Ward No.15 & 16 O.P.D.

More information

JAMSHEDPUR (TATANAGAR)

JAMSHEDPUR (TATANAGAR) TENDER FOR SALE OF FLATS IN ASHIANA CENTRE JAMSHEDPUR (TATANAGAR) TECHNO- COMMERCIAL BID 1 RE:JAMSHEDPUR DATE :16.09.2013 TENDER COVER LETTER Tender for Sale of 6 nos. flats along with 6 nos. of car parking

More information

Panchgani Hill Station Municipal Council, Panchgani

Panchgani Hill Station Municipal Council, Panchgani Panchgani Hill Station Municipal Council, Panchgani GOVT. OF MAHARASHTRA URBAN DEVELOPMENT DEPARTMENT Panchgani Hill Station Municipal Council, Panchgani Dist.: Satara B-1 TENDER PAPERS ( e - tender )

More information

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T)

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T) COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T) 1. Item rate sealed tenders are invited for Replacing of MS Gate with auto sensing SS gates at CSIR Science Centre, Lodhi Road,

More information

Nagpur Region, Nagpur. Public Works Division, No. 2 Chandrapur. E-TENDER PAPERS

Nagpur Region, Nagpur. Public Works Division, No. 2 Chandrapur. E-TENDER PAPERS GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT Nagpur Region, Nagpur Public Works Circle, Chandrapur. Public Works Division, No. 2 Chandrapur. E-TENDER PAPERS NAME OF WORK IMPROVEMENT TO MOHARLI -TADOBA

More information

PRINTING OF DIARY PART A (Technical Bid)

PRINTING OF DIARY PART A (Technical Bid) PRINTING OF DIARY 2018 PART A (Technical Bid) This document consists of the following: a. Notice Inviting Tender from Empanelled Printers / Suppliers. b. General Rules and Instructions to the Empanelled

More information

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER 1. Item rate sealed limited tenders are invited for Comprehensive Annual Maintenance Contract of Security System and Automatic

More information

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT KARNATAKA POWER CORPORATION LTD Tender Notification No: KPCL/2016-17/PS/WORK_INDENT5572 Date: 27-02-2017 (Through e-procurement portal only) TENDER DOCUMENT Name of Work: Design, manufacture, supply, delivery,

More information

PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE,KOLHAPUR PUBLIC WORKS (WEST) DIVISION,SANGLI TENDER DOCUMENTS

PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE,KOLHAPUR PUBLIC WORKS (WEST) DIVISION,SANGLI TENDER DOCUMENTS PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE,KOLHAPUR PUBLIC WORKS (WEST) DIVISION,SANGLI =========================================================== TENDER DOCUMENTS NAME OF WORK:- Widening & Improvements

More information

TENDER PAPERS ( E-Tender)

TENDER PAPERS ( E-Tender) 1 Dy.Ex.Engr. PUBLIC WORKS DEPARTMENTT PUBLIC WORKS REGION, PUNE PUBLIC WORKS CIRCLE,SATARA. PUBLIC WORKS DIVISION, SATARA. B-1 TENDER PAPERS ( E-Tender) FOR THE WORK OF Construction of Sakav on Khadkhadwadi

More information

DRAFT E-TENDER PAPERS NAME OF WORK

DRAFT E-TENDER PAPERS NAME OF WORK GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NAGPUR PUBLIC WORKS CIRCLE, CHANDRAPUR PUBLIC WORKS DIVISION, WARDHA DRAFT E-TENDER PAPERS NAME OF WORK CONSTRUCTION OF MAJOR SUBMERSIBLE

More information

NOTICE INVITING TENDERS

NOTICE INVITING TENDERS Government of West Bengal Finance Department Data Processing Centre Nabanna 11 th Floor, Room 1105 325 Sarat Chatterjee Road Howrah -711102 118/FY/N/1E-248/2014 Dated: 11/11/2014 NOTICE INVITING TENDERS

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

e - Tender Notice No. 02/03 For

e - Tender Notice No. 02/03 For e - Tender Notice No. 02/03 For 2016-2017 1 Dy. Ex. Engg. INDEX NAME OF WORK: Improvements to road from Sanamadi Kolegiri Asangi (T) Bijjaragi Road MDR 69, Km. 26/00 to 28/00, Sect:- Sordi to Daribadchi,

More information

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) NAME OF WORK: Construction of Walkway and Infrastructural facilities to Kallidumbil-Aattutheeram in

More information

RAICHUR POWER CORPORATION LIMITED YERAMARUS THERMAL POWER STATION

RAICHUR POWER CORPORATION LIMITED YERAMARUS THERMAL POWER STATION RAICHUR POWER CORPORATION LIMITED TENDER DOCUMENT Tender through e-portal only TRANSPORTATION OF 3000KL HFO OIL FROM RAICHUR THERMAL POWER STATION (RTPS) TO (YTPS) Through Road Tankers as When Required

More information

e - Tender Notice No. 33/13 For

e - Tender Notice No. 33/13 For e - Tender Notice No. 33/13 For 2016-2017 1 Dy. Ex. Engg. INDEX NAME OF WORK: Improvements to Vakurde Khurd to Antri Khurd Road ODR 05 Km. 5/500 to 6/400, in Tal. Shirala, Dist. Sangli. Sr.No. Description

More information

Estimated cost Rs. Cost of Blank Tender form (in Rs.) 5,68,08,555/- 25,000/- Inclusive Of GST (Non- Refundable)

Estimated cost Rs. Cost of Blank Tender form (in Rs.) 5,68,08,555/- 25,000/- Inclusive Of GST (Non- Refundable) Ref No. MMRI&SMC/7575/2018 Date: - 12/12/2018 TENDER NOTICE (2 nd Call) Mumbai Metropolitan Region Iron and Steel Market Committee invites B-1 Form (Percentage Rate) for the following work from the Bidders

More information

MAHARASHTRA ANIMAL & FISHERY SCIENCES UNIVERSITY, Futala Lake Road,Telangkhedi,Nagpur Works Section E-TENDER PAPERS NAME OF WORK

MAHARASHTRA ANIMAL & FISHERY SCIENCES UNIVERSITY, Futala Lake Road,Telangkhedi,Nagpur Works Section E-TENDER PAPERS NAME OF WORK 0 MAHARASHTRA ANIMAL & FISHERY SCIENCES UNIVERSITY, Futala Lake Road,Telangkhedi,Nagpur-440 001 Works Section E-TENDER PAPERS NAME OF WORK Experiential Learning Unit-setting up of facilities for processing

More information

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH NEW DELHI NIT

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH NEW DELHI NIT COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH NEW DELHI NIT Tenders are hereby invited for the work of SITC OF SOLAR WATER HEATING SYSTEM at Guest Houses of CSIR Complex, Science Centre & MBSA Ashram Chauk,

More information

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL. 14, BELIAGHATA ROAD, KOLKATA

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL. 14, BELIAGHATA ROAD, KOLKATA DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL. 14, BELIAGHATA ROAD, KOLKATA 700015. TENDER NO: DOCT/SCCT(SLK)/e-NIT04 (2 ND CALL)/2017-18 DATED: 30/11/2017 Name of the Work: Engagement of agency

More information

TENDER PAPERS ( E-Tender)

TENDER PAPERS ( E-Tender) 1 Dy.Ex.Engr. PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, PUNE PUBLIC WORKS CIRCLE,SATARA. PUBLIC WORKS DIVISION, SATARA. B-1 TENDER PAPERS ( E-Tender) FOR THE WORK OF Improvements To V.R. Garlewadiphata

More information

THE MUNICIPAL CO-OPERATIVE BANK LTD. MUMBAI

THE MUNICIPAL CO-OPERATIVE BANK LTD. MUMBAI THE MUNICIPAL CO-OPERATIVE BANK LTD. MUMBAI The Municipal Bank Bhavan, 245 P.D. Mello Road Fort, Mumbai - 400001 TENDER DOCUMENT TENDER FOR SUPPLY, INSTALLATION AND MAINTENANCE OF UPS BATTERIES AT OUR

More information

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) NAME OF WORK: Various works @ Utsava madom building at North Nada of Sree Padmanabha Swami Temple, Thiruvananthapuram

More information

/Institute of Physics /Sachivalaya marg / Bhubaneswar

/Institute of Physics /Sachivalaya marg / Bhubaneswar PART-I Section-I /Institute of Physics /Sachivalaya marg / /NOTICE INVITING TENDER /Tender No. NIT/IOP/03/2013-14 Description of the Services: Supply, Installation, Testing and Commissioning of 15TR scroll

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1.0 Tenders are invited on the behalf of the Director, IIT Indore, for the following work from eligible contractors registered/enlisted with

More information

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date: NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI - 620 015 DEPARTMENT OF ACADEMIC OFFICE NOTICE INVITING QUOTATIONS File No. NITT/F.No. 020/PROJ/2018-19/DAC Date: 10.10.2018 To Sealed quotations are invited

More information

Name of the Work Estimated Value Earnest Money Cost Of Detailed NIT.

Name of the Work Estimated Value Earnest Money Cost Of Detailed NIT. MEGHALAYA POWER GENERATION CORPORATION LIMITED Office of the Chief Engineer (C) : Hydro, Planning & Hydro Construction Lumjingshai : Short Round Road : Shillong. ====================================================================================

More information

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur Tender For Consultancy Services for Auditorium interior works At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : 05 th December, 2015 NIT No. : Pre-Bid Meeting : 18 th December, 2015

More information

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A. West Bengal Tourism Development Corporation Llimited (A Govt. of West Bengal Undertaking) Udayachal Tourist lodge (1 st Floor), DG Block, Sector II, Kolkata- 700091 Phones: 033 2359 7250, Fax : 033-2359-8292

More information

Nagpur Region, Nagpur. Chandrapur. Public Works Division, Arvi E-TENDER PAPERS

Nagpur Region, Nagpur. Chandrapur. Public Works Division, Arvi E-TENDER PAPERS GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT Nagpur Region, Nagpur Public Works Circle, Chandrapur. Public Works Division, Arvi E-TENDER PAPERS NAME OF WORK Construction of Minor Bridge At Ch. - 2/200

More information

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES Ramanujan Computing Centre Anna University, Chennai 600 025. 1 A. TENDER NOTICE Invitation to Bid for Supply and installation of Internet Bandwidth

More information

Central Electricity Supply Utility of Odisha

Central Electricity Supply Utility of Odisha Central Electricity Supply Utility of Odisha TENDER SPECIFICATION NO: HRD-03/2011-12 Scope Of Work: Printing & supply of Money Receipt Books Due date of Opening of the Sale & submission of the Tender:

More information

PLAINSCAPITAL BANK APPLE PAY TERMS AND CONDITIONS - BUSINESS

PLAINSCAPITAL BANK APPLE PAY TERMS AND CONDITIONS - BUSINESS PLAINSCAPITAL BANK APPLE PAY TERMS AND CONDITIONS - BUSINESS Last Modified: 6/19/2015 These terms and conditions ( Terms and Conditions ) are a legal agreement between you and PlainsCapital Bank that governs

More information

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER 1 Employees State Insurance Corporation Model Hospital (Ministry of Labour & Employment, Govt. of India) Rajaji Nagar, Bangalore - 10 Ph No.: 080-23320271/272 Fax: 080-23325130 No. 53210/ESICMH/NR/Tender/2014-

More information

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Bellary Thermal Power station

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Bellary Thermal Power station KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Bellary Thermal Power station ABSTRACT BID NOTIFICATION (Through e-procurement Portal Only) No. BTPS / FPS-Township/2014-15 /

More information

Name of work: - Supply and Installation of Electrical fittings at CSIR Scientist Apartments, Maharani Bagh, New Delhi C O N T E N T S

Name of work: - Supply and Installation of Electrical fittings at CSIR Scientist Apartments, Maharani Bagh, New Delhi C O N T E N T S Name of work: - Supply and Installation of Electrical fittings at CSIR Scientist Apartments, Maharani Bagh, New Delhi C O N T E N T S S.NO: DESCRIPTION: NO.OF PAGES: 1. Contents 1 2. Notice Inviting Tenders

More information

Indian Overseas Bank Printing and Stationery Department No.314, T.T.K Road, Alwarpet, Chennai Phone No ,

Indian Overseas Bank Printing and Stationery Department No.314, T.T.K Road, Alwarpet, Chennai Phone No , PRINTING & SUPPLY OF STAFF TRAINING TE BOOK PART A (Technical Bid) This document consists of the following: a. Notice Inviting Tender from Empanelled Vendors b. General Rules and Instructions to the Empanelled

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of India & GNCTD) MASS RAPID TRANSPORT SYSTEM Construction of North East Entry Structure (Excluding subway Box) at South Extension Station

More information

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg F-43-95/2011/NIOS/Admn./Pur 16.7. 2012 M/s....... Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National Institute

More information

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD 380 006. TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF VISITOR'S MANAGEMENT SYSTEM AT BOB

More information

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5.

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5. INVITATION TO TENDER AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS GOVERNING TO PROVIDE WATCH & WARD AT SIMLA KALI BARI, SHIMLA - 171001 (H.P.) w.e.f. 01-01-2019 for a period of one year (extendable

More information

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg F 43-141/2013/NIOS/Admn./Pur 13 th May, 2013 To Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National

More information

GOVERNMENT OF MAHARASHTRA

GOVERNMENT OF MAHARASHTRA GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT Public Works Region, Nagpur Public Works Circle, Gadchiroli Public Works Division No.1, Gadchiroli E- TENDER PAPERS e-tendering System https://pwd.maharashtra.etenders.in

More information

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION INDIA (AN UNDERTAKING OF THE GOVT OF HIMACHAL PRADESH)

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION INDIA (AN UNDERTAKING OF THE GOVT OF HIMACHAL PRADESH) HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION INDIA (AN UNDERTAKING OF THE GOVT OF HIMACHAL PRADESH) INVITES TENDERS FROM SOFTWARE DEVELOPMENT/ SUPPLIER/ VENDORS FIRMS/ ASSOCIATIONS/ COMPANIES FOR PROVIDING

More information

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal INTRODUCTION West Bengal Industrial Development Corporation

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) No.7-8/RCI-2016/Policy Rehabilitation Council of India (A Statutory Body under the Ministry of Social Justice and Empowerment, Department of Empowerment of Persons with Disabilities) B-22, Qutub Institutional

More information

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar. Part B Notice Inviting e-tender (NIT) - Detailed Tender Notice E-Tender No.IPR/TN/CIVIL-PR/ Two bid/09/2016 dated 04.04.2016 (Two Bid System) : Tender notice for Construction of Neutronics Laboratory Building

More information

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd. Page No. 1/13 TECHNICAL BID UTI Infrastructure Technology And Services Ltd. Tender Notice ***** On behalf of our client, we hereby invite sealed tenders in Two Bid Systems comprising of (a) Technical Bid

More information