TENDER PAPERS IN C FORM

Size: px
Start display at page:

Download "TENDER PAPERS IN C FORM"

Transcription

1 PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, PUNE PUBLIC WORKS CIRCLE, SATARA PUBLIC WORKS DIVISION, SATARA TENDER PAPERS IN C FORM VOLUME I (Tender Documents) (e-tender) FOR THE WORK OF - CONSTRUCTION OF FLYOVER BRIDGE (GRADE SEPERATOR) AT POWAI NAKA ON MAHABALESHWAR SATARA RAHIMATPUR ROAD SH-140 At Km.52/800 TAL & DIST. SATARA. (WITH CONTRACTORS OWN DESIGN & DRAWINGS) Estimated Cost : Rs. 51,50,09,337/- Security Deposit : Rs. 1,03,00,200/- Earnest Money : Rs. 25,75,100/- E-Tender Notice No. 8 / (IIIrd Call) ( e-tender )

2 INDEX NAME OF WORK: - Construction of Flyover Bridge (Grade Seperator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings) Sr.No. Description Page No. 1 Disclaimer /Brief/Detailed Tender Notice e-tendering Procedure Form C General Rules & Directions for the guidance of Contractor Tender for A Lump Sum Contract Memorandum Conditions of Contract Schedule A Additional Conditions for Materials General Description & Scope of Work Additional General Conditions & Specifications Technical Specifications Specifications for Material & Workmanship Specifications for Construction Joints Specifications for elastometric and neoprene bearing and other information Utility Shifting Details Notes for Schedule of Items for Extra Work Schedule C (EXTRA ITEM) Design Criteria for Tenderers Design Guarantee Bond for Security Deposit Price Variation Clause Detailed Scheduled for Running payments Declaration of Contractor Sample Form of Registers to be maintained by the Contractor Bar Chart/CPM Drawings Issued to Registered in Class _ Valid up to _ D.R.No. On Dated Date Sr. Divisional Account Officer

3 Page 1 of 376 D I S C L A I M E R 1. Detailed Time Table for the various activities to be performed in e-tendering process by the Tenderer for quoting their offer is given in this Tender Document under Tender Schedule. Contractor should carefully note down the cut-off dates for the carrying out each e-tendering process / activity. 2. Every effort is being made to keep the Website upto date and running smoothly 24 x 7 by the Government and the Service Provider. However, Government takes no responsibility, and will not be liable for, the website being temporarily unavailable due to any technical issue at any point of time. 3. In that event Public Works Department will not be liable or responsible for any damages or expenses arising from any difficulty, error, imperfection or inaccuracy with this Website. It includes all associated services or due to such unavailability of the Website or any part thereof or any contents or any associated services. 4. Tenderers must follow the time table of e-tendering process and get their activities of e-tendering processes done well in advance so as to avoid any inconvenience due to unforeseen technical problem if any. 5. Public Works Department will not be responsible for any incomplete activity of e- tendering process of the tenderer due to technical error/ failure of website and it cannot be challenged by way of appeal, arbitration and in the Court of Law. Contractors must get done all the e-tendering activities well in advance.

4 Page 2 of 376 ई- न वद वभ ग च / क य लय च न व :- क य क र अ भय त, स.ब. वभ ग, स त र, प वईन क, स त र ई- न वद म ग वण र स चन :- ई - न वद स चन म क 8 सन (क-नम न ) तसर म गण (ऑनल ईन) क यक र अ भय त, स.ब. वभ ग, स त र ह ख लल क म क रत क-नम य त ल म ह रब द ई- न वद म ग वत आह त. क म च स वणन :- स त र ज हय त ल मह बळ र स त र र हमतप र वट र त र.म.140 क.म. 52/800 म य प वईन क य थ उ ण प ल च ( ड स पर टर) ब धक म करण त. ज.स त र. न वद क मत : /- (न -परत व ) न वद उघड य च त र ख व व ळ :- अध क अ भय त, स. ब. म डळ, स त र य च क य लय त दन क.05/07/2017 र ज सक ळ त दन क.07/07/2017 र ज स य व ज पय त ऑनल ईन उघड य त य त ल. (श य झ य स) न वद क गदप च तपश ल pwd.maharashtra.etenders.in व य स क त थळ वर उपल ध आह. न वद क र न ख क न य व क य न न वद क गदप Online स दर क ल आह त व क य न वद श क व बय न र म Payment Gateway द र online क य क र अ भय त, स.ब. वभ ग, स त र य य न व स दर क ल आह. 1. न वद क र न य य ब ल ऑनल ईन प दत न स दर कर त. 2. न वद त भ ग घ य स ठ न वद क र न ल स III ड जटल सगन च र आ ण वर नम द क ल य स क त थळ वर न वद प क ड ऊनल ड कर य स ठ व न वद य त भ ग घ ण स ठ ई- न वद ण ल य Main portal Maharashtra.etenders.in and PWD portal pwd.maharashtra.etenders.in वर enrolled करण आव यक आह. य क रत वत: न व न दण क न य व. न 3. क ण य ह प करण क रत न वद क र द र वन म क. (02162) श स पक स ध व. 4. प वह र क रत स पक व प. क य क र अ भय त, स.ब. वभ ग, स त र. प वईन क, स त र फ स म क :- (02162) द र वन म क :- (02162) ई-म ल प :- satara.ee@mahapwd.com ज..ल ख /ज -117/ 4175 / 2017 आपल व स क य क र अ भय त, स.ब. वभ ग, स त र य च क य लय. क य क र अ भय त

5 Page 3 of 376 दन क. 05 / 06/ स व ज नक ब धक म वभ ग, स त र E-TENDER Division / Office Name :- Executive Engineer, Public Works Division, Satara (Telephone No ) e-tender Notice :- E-TENDER NOTICE NO. 8 FOR (C-Form) (IIIrd) (ONLINE) Sealed online e-tenders in form "C" for following works are invited by the Executive Engineer, Public Works Division, Satara (Telephone No ) from the contractors Registered with Government of Maharashtra Public Work Department in appropriate class. Short Description of Work :- Construction of Fly Over Bridge (Grade Separeter) at Powai Naka Satara On Mahabaleshwar Satara Rahimatpur Vita Road SH-140 Km. 52/800, Tal and Dist-Satara. Blank e-tender form fee :- Rs /- (Non Refundable) Place, Date and timing of opening :- Dt. 05/07/ 2017 at a.m. to Dt. 07 /07/ 2017 at Technical-bid and Financial bid p.m. in the office of Superintending Engineer, P.W. Circle, Satara. (If Possible) Details of Tender Document is available on website pwd.maharashtra.etenders.in" and Tender Document shall be uploaded online. Bidders should ensure that, they have uploaded Tender Document online, and Tender Document fees, and EMD to be paid online only via Payment Gateway mode. Bidders should ensure that, they have submitted Tender Document fees and EMD online only via Payment Gateway mode in the name of Executive Engineer, Public Works Division,Satara. 1. Bidders should Submit their offers Online. 2. All eligible/ interested Bidders who want to participate in tendering process should compulsory get enrolled on e-tendering portal and further need to empanelled online on sub portal "http//pwd.maharashtra.etenders.in" in the appropriate category applicable to them. 3. For details or any Clarification regarding submission of online tenders if any, Please Contact. Sify Technotigies Ltd. Nextenders (India) Pvt. Ltd. On (Pune) and Executive Engineer, Public Works Division, Satara (Telephone No ) 4. For Correspondence Name and Address of the Office. Executive Engineer, Public Works Division, Satara (Telephone No ) Fax No. :- (02162) Telephone No. :- (02162) satara.ee@mahapwd.com No.AB / Tender / 4175 / 2017 Office of the Executive Engineer, P.W. Division, Satara. Date. 05 /06 / Executive Engineer, Public Works Division, Satara

6 Page 4 of 376 मह र श सन स व ज नक ब धक म वभ ग, स त र द र वन म क 02162/ Web- & satara.ee@mahapwd.com ई - न वद स चन म क 8 सन (क-नम न ) तसर म गण (ऑनल ईन) क य क र अ भय त, स व ज नक ब धक म वभ ग, स त र (द र वन म क ) मह र श सन य स वज नक ब धक म ख य कड य य य वग त ल न दण क त क टद र कड न ख ल ल क म कर त "क" नम य त ल न वद ई- न वद ण ल र (ऑनल ईन) म ग व त आह त. ई क म च न व न व द क म म क 1 स त र ज हय त ल मह बळ र स त र र हमतप र वट र त र.म.140 क.म.52/800 म य प वईन क य थ उ ण प ल च ( ड स पर टर) ब धक म करण त. ज.स त र. क म च अ द जत क मत. ल इस र / बय ण र म क म प ण कर य च क ल वध ई न वद स च च क मत 24 म हन (न - परत व ) न दण वग वग - 1 अ न दण क त ई- न वद च व ळ प क 1. न वद ऑनल ईन ड ऊनल ड कर य च क ल वध दन क.13/06/2017 व ळ सक ळ व. त दन क.27/06/2017 व ळ स य व ज पयत. 2. ऑनल ईन न वद म य त क म उप थत क म स ब ध त ल त क म दन क.20/06/2017 र ज कर वय च अ तम दन क व व ळ सक ळ व ज पय त ऑनल ईन क व म य ( न वद प व चच ब ठक) अ भय त, स.ब. द शक वभ ग, प ण य च 3 न वद क र न ऑनल ईन न वद तय र कर य स ठ ह श (Hash) स दर कर य च दन क (त क व आ थक न वद अ तम दन क व व ळ) क य लय त सक ळ व ज पय त उप थत कर व त. दन क.01/07/2017 र ज व ळ स य क ळ व ज पयत. 4 ऑनल ईन Super Hash कर य स ठ क ल वध दन क.01/07/2017 र ज व ळ स य क ळ प स न द.03/07/2017 द प र व ज पय त. 5 न वद क र न ऑनल ईन न वद तपश ल (त क व आ थक ) Decryption व Reencyption कर वय च क ल वध. 6 त क आ ण आ थक द क रउघड य च ठक ण, दन क व व ळ दन क.03/07/2017 र ज व ळ द प र प स न द.04/07/2017 स य व ज पय त. अध क अ भयत, स. ब. म डळ, स त र, य च क य लय त दन क.05/07/2017 र ज सक ळ त दन क.07/07/2017 स य व ज पय त ऑनल ईन उघड य त य त ल. (श य झ य स) टप :- 1. सव प /इ छ क न वद क र न न वद प क ड ऊनल ड कर य स ठ व न वद य त भ ग घ य स ठ ई न वद ण ल य Main Portal- pwd.maharashtra.etenders.in" स ईटवर enrolled करण आव यक आह.

7 Page 5 of न वद क र न वर नम द क ल य स क त थळ वर ऑनल ईन द क र भरण स दभ त व डज ट ल म ण प वतर त कर य स दभ त क ह श क /अडचण अस य स य न ख ल ल द र वन म क वर स पक स ध व. Sity Technotigies Ltd. Nextender (India) Pvt.Ltd. on (Pune) 3. न वद क र न न वद स दभ त सव द तऐवज ऑनल ईन स दर करण अ नव य र ह ल. तस च बय न रककम ऑनल ईन स दर करण अ नव य र ह ल, ऑनल ईन क र न वद स च ड ऊनल ड करण स ठ e-payment gateway द र क र न वद स च च क मत ई- न वद व ळ प क म य नम द क ल य दन क व व ळपय त स दर करण आव यक आह. अ यथ ऑनल ईन न वद उघड य त य ण र न ह य च न द य व. 4. इतर अट व शत ई- न वद नम य म य पह वय स मळत ल. सदर क म च एक अथव सव ई- न वद क णत ह क रण न द त र कर य च अ धक र स म अ धक र य न र ख न ठ वल ल आह त. वर ल क म स ठ न वद र क टद र य प त च नकष ल व य त आल आह त. 5. वर ल क म च ई- न वद स चन स व ज नक ब धक म वभ ग य य इ टरन टवर ल व बस ईटवर उपल ध आह. ज..ल ख /ज -117/ 4175 / 2017 क य क र अ भय त, स.ब. वभ ग, स त र य च क य लय. दन क. 05 / 06 / क य क र अ भय त स व ज नक ब धक म वभ ग, स त र

8 Page 6 of 376 GOVT. OF MAHARASHTRA Public Works Division, Satara Phone No / Web - & satara.ee@mahapwd.com E-TENDER NOTICE NO. 8 FOR (C-Form) (IIIrd) Call (ONLINE) Sealed online e-tenders in form "C" for the following work are invited by the Executive Engineer, Public Works Division, Satara (Telephone No ) from the contractors Registered with Government of Maharashtra Public Work Department in appropriate class. e-tender work No. Name of Work Estimated Cost Rs. (Rs. in Lakh) Earnest Money Rs. Time limit for Completion Cost of e-tender Form Fee Rs. Class of Contractor 1 Construction of Fly Over Bridge (Grade Separator) at Powai Naka Satara On Mahabaleshwar Satara Rahimatpur Vita Road SH- 140 Km.52/800, Tal and Dist-Satara months 50000/- (Non- Refundable) Registered in Class I A e-tender time table 1 Download Period of online Tender Dt.13/06/2017 at am. To Dt.27/06 /2017 at p.m. 2 Last date and time for online raising of technical points for clarification (Pre-bid Meeting) Online or in the office of the Chief Engineer, Public Works Region, Pune on or before Date.20/06/2017 up to P.M. 3 Submit Hash to Create online Tender by Contractor (Technical and financial Bid Last date and time) Dt. 01 / 07 / 2017 up to p.m. 4 Period for online Super Hash generation Dt.01/07/2017 at p.m. to Dt.03/07/2017 at p.m. 5 Period of online Decryption and Reencryption for tender details by Contractor. 6 Place, Date and timing of opening Technicalbid and Financial bid. Dt.03/ 07 / 2017 at p.m. to Dt. 04/ 07 /2017 at p.m. Dt. 05 /07/ 2017 at a.m. to Dt. 07 / 07 / 2017 at p.m. in the office of Superintending Engineer, P.W. Circle, Satara. (If Possible) Note :- 1. All eligible/ interested Bidders who want to participate in tendering process should compulsory get enrolled on e-tendering portal and further need to empanelled online on sub portal "http//pwd.maharashtra.etenders.in" in the appropriate category applicable to them. 2. Contact details for difficulties in submission of online tenders if any. Sify Technotigies Ltd. Nextenders (India) Pvt. Ltd. On (Pune) 3. It is compulsory for all participates to submit all documents online. It is also compulsory to submit

9 Page 7 of 376 The EMD shall be paid via Online mode only as per online e-tender time table at the prescribed time. In case of failure online offer will not be opened. 4. Other term and condition displayed in online e-tender forms. Right to reject any or all online bid of work without assigning any reasons thereof is reserved. In respect of above work Post Qualification Criteria is applied. 5. Above Tender Notice is displayed on P.W.D. website No. AB/Tender / 4175 / 2017 Office of the Executive Engineer, P.W. Division, Satara. Date. 05 / 06 / Executive Engineer, Public Works Division, Satara GOVERNMENT OF MAHARSHTRA

10 Page 8 of 376 PUBLIC WORKS DEPARTMENT Origianl Agreement No. : C/ Name of Work : Construction of Flyover Bridge (Grade Seperator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings). Name of Contractor : Number & Date of Work : Order Amount put to Tender : Rs. 51,50,09,337/- Percentage quotes : Amount of Contract : Date of Commencement : Time stipulated for : 24 (Twenty Four) months including monsoon. Completion of work Date of completion as per : Agreement Actual date of completion : Reference to sanction of : Tender.

11 Page 9 of 376 DETAILS OF WORK NAME OF WORK: Construction of Flyover Bridge (Grade Seperator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800Dist. Satara (With Contractor s Own Design & Drawings). Estimated Cost of Work : Rs. 51,50,09,337/- Rs 25,75,100/- The EMD amount shall be paid via Online Earnest Money : RTGS / NEFT / Payment Gateway mode only. Exemption Certificate will not be accepted. Total Security Deposit 2 % (Two Percent) (i) Initial Security Deposit : Rs. 51,50,100/- (ii) and Further Security Deposit to be deducted from bills : Rs. 51,50,100/- Total Security Deposit : Rs. 1,03,00,200/- Registration Class of Contractor : 1-A Validity Period : 120 days from the date of opening Time Limit for Completion of work : 24 Months (Including Monsoon) Cost of Blank Tender Form : Rs.50,000/- (Non-refundable) The EMD of Rs. 25,75,100/- shall be paid via Online RTGS / NEFT / Payment Gateway mode only. Exemption Certificate will not be accepted. Total Security Deposit 2% (Two percent) Rs.1,03,00,200/- (50% in cash at the time of Agreement and 50% from R.A.bills). TENDER SCHEDULE Cost of Tender Form Rs /- Period for DownloadingTender Forms Date of Pre-bid meeting Last date and time for online bid preparation and hash submission (technical and financial) Refer Online schedule on portal s.in Dt. 20/06/ 2017 at hours in the office of the Chief Enginer P.W. Region, Pune. Refer Online schedule on portal s.in

12 Page 10 of 376 Date and time for online bid data decryption and re-encryption (technical and commercial) Receipt of online EMD 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 / DD of Additional performance Security Deposit (If required). Registration class of Contractor Refer Online schedule on portal s.in Document Tender Fee and EMD to be paid via online RTGS / NEFT / Patyment Gateway mode only. Class I - A TO BE FILLED BY THE CONTRACTOR I / We have quoted my / our offer in Lump sum rate in words as well as figures. I /We further undertake to enter into contract in regular C Form of Public Works Department. Name and signature of Contractor : Power of Attorney holder : With complete Address :

13 Page 11 of 376 GOVERNMENT OF MAHARSHTRA PUBLIC WORKS DEPARTMENT INVITATION FOR TENDERS DETAILED TENDER NOTICE TO CONTRACTOR NAME OF WORK: Construction of Flyover Bridge (Grade Seperator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings). 1.0 Online Lumpsum offer on Contractors Own Design & Drawings in C' Form Tender is invited by the Executive Engineer, Public Works Division, Satara for the following work from Contractors registered in Class-I-A of the Public Works Department of Maharashtra State. The name of work, estimated cost, earnest money, security deposit, time limit for completion etc. are as under. Sr. No. Name of work 1 Construction of Flyover Bridge (Grade Seperator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings Estimated Cost (Rupees) Earnest Money (Rupees) Security Deposit (Rupees) Class of Contractor Time Limit in tender (Calendar Months) 51,50,09,337/- 25,75,100/- 1,03,00,200/- 1-A 24 (Twenty Four) Including Mansoon 1.1 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. http//:pwd.maharashtra.etenders.in to the registered Contractors of appropriate category i.e. Class- 1-A after entering the details payment of Rs.50,000/- (Rupees Fifty 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. 1.2 Original Affidavit on Rs. 100/- stamp paper in prescribed form given in Annexure-I sworn before Executive Magistrate / Notary, Additional Security Deposit (If required), and Original agreement of Hired Machinery should be submitted in sealed covers addressed to the Superintending Engineer, P. W. Circle, Satara with the name of the work written at the top of the envelope will be received in the office of the Superintending Engineer, P. W. Circle, Satara

14 Page 12 of 376 during Bid Opening. 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. 1.3 The offer of the Contractor shall remain valid for acceptance for a minimum period of 120 days from the date of opening of Envelope No. 2 ( Main Tender) and thereafter until it is withdrawn by the Contractor by notice in writing duly addressed to the authority opening the tender and sent by Registered Post Acknowledgement Due. 1.4 The tender notice shall form a part of the contract agreement. 1.5 The tenderer if firm or company shall in their forwarding letter mention the names of all the partners of the firm or the company ( as the case may be) and the name of the partner who holds the power attorney if any, authorising him to conduct transaction on behalf of the Firm or Company Right is reserved to revise or amend the contract documents fully or part thereof priorto the date notified for the receipt of tender. Such deviations/ amendments if any, shall be communicated in the form of corrigendum or by a letter as may be considered suitable. 1.7 The tenderer shall enter his Lumpsum Offer in words and figures. In case there is difference between Lumpsum Offer written in figures and words, the lower offer will be taken as final. 1.8 No pages should be removed from, added in or replaced in the Tender. 1.9 Right is reserved to reject any or all tenders without assigning any reason thereof Tenders which do not fulfill all or any conditions or are incomplete in any respect are liable to summary rejection The Tenders are invited on the Contractors Own Design & Drawings only For all concrete works Fully Automatic Micro processor based PLC with SCADA enabled concrete Batch Mix Plant (Pan Mixer) of minimum 18 to 20 Cubic Metre per hour capacity of any standard company with SCADA shall be installed at site of work with appropriate number of transit mixer and pumps shall be used The contractor shall install Fully Automatic Compression Testing Machine (CTM) for testing cement mortar, concrete at the site, linked with "SCADA" etc. complete. The data so acquired shall be uploaded to PWD website in real time with time lag not more than 30 seconds Contractor shall install pressure control water curing system using necessary pump. UPVC pipe network, water /flor meter linked with SCADA etc. complete. The data so acquired shall be uploaded with PWD Website in real time with time lag not more than 30 seconds.

15 Page 13 of All hot mix items under this contract shall be carried out with Modern Batch Mix Plant of minimum 80 to 120 Tonnes per hour capacity with SCADA System confirming to clause of MORT & H Specifications (5 th revision, 2013 edition) For WBM Grade-I/ Grade-II / Grade-III and BUSG work, mechanical vibratory screening unit which is must / mandatory for screening of metal required for WBM WBM Grade-I/ Grade- II / Grade-III and BUSG work. - Deleted 1.17 Compactions (Earthwork, GSB, WMM, All BT works etc.) shall be done in combination with at least one intelligent compactor which shall have inbuilt compaction analyzer as per IRC SP fitted with VSAT for delivering data and graphics on compactor terminal to PWD/server/User Terminals 1.18 (a) Asphalt should be brought only from Government Refinery and in the name of concerned contractor. Contractor should produce the original challan i.e. "Original for Buyer" or equivalent to site in charge. (b) (c) (d) The contractor shall open Online Account with Government Refinery from where he procures asphalt for this work. Documentary evidence (Challan) that he has procured asphalt from Government refinery shall be produced to the Engineer-in-charge or his representative as mentioned at (a) above. 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 transaction online and take print out of the online document. (e) Attested copy of the print out of the online document shall be kept on record along with the documentary evidence (Challan) Extraction Test of Bitumen Mix The binder content of hot mix material shall be determined by ignition method only as specified in AASHTOO 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 acquired shall be uploaded to PWD Website in real time with time lag not more than 30 Seconds.

16 Page 14 of Submission of monthly bill in electronic form:- 1. As per this contract, it is responsibility of the contractor to submit the bill monthly to the Engineer-In -charge. 2. To discharge this responsibility the contractor shall submit the bill in electronic form. 3. In doing so he shall use e-copy of Tender paper. 4. In support of the bills, required measurements, drawings, quality control reports (field lab and VQCC lab),site supervision data (Scada) shall be submitted in electronic form, the data so submitted shall have a facility to Tightly integrate it with the contract conditions, provisions in the Maharashtra Public Works manual, Maharashtra Public Works Account Code (updated to date of submission of this tender) and current general engineering practices (issued through various govt. resolutions, govt. circulars,chief Engineer's Circulars etc. issued up to date of submission of this tender.) followed in Public Works Department. 5. The submission of e-bill shall be in the web based format. 6. The Lumpsum offer of Contractor shall be inclusive of the cost required for submitting bill in e- format mentioned mentioned as per above paras.

17 Page 15 of 376 G E N E R A L a) Time limit: The work is to be completed within time limit as specified in the Notice inviting tender which shall be reckoned from the date of written order of commencing the work ( Work order ) and shall be inclusive of monsoon period. b) Tender Rate : No alteration in the form of tender and the schedule of tender and no additions in the scope or special stipulation will be permitted. Rates quoted for the tender shall be taken as applicable to all leads and lifts. c) Tender Units: The tenderers should particularly note the unit mentioned in the Schedule "C" on which the rates are based. No change in the units shall be allowed. In the case of difference between rates written in figures and words, the correct rate will be the one, which is lower of the two. d) Correction: No corrections shall be made in the tender documents. Any corrections that are to be made by crossing the incorrect portion and writing the correct portions above with the initials of the tenderer. e) The 2 % from Contractor registered under MVAT % from Contractor Unregistered under MVAT 2005 shall be deducted from R.A.bill amount whether measured bill, advance payment or secured advance. f) The Income 2% or percentage in force from time to time or at the rate as intimated by the competent Income Tax authority shall be deducted from bill amount whether measured bill, advance payment or secured advance g) Royalty :- Royalty shall be recovered from R.A.Bills, if challans of revenue authority is not submitted, at the rates in force from time to time or at the rate as intimated by the competent Revenue and Forest Department Authority

18 Page 16 of EARNEST MONEY: 2.1 Earnest money of Rs. 25,75,100/- in words ( Rupees Twenty Five Lakh Seventy Five Thousand One Hundred only). Earnest money shall be be paid via online using NEFT/RTGS or payment gateway mode. The said amount of earnest money shall not carry any interest whatsoever 2.2 The tenderers Earnest Money Deposit shall be paid via online using NEFT/RTGS or payment gateway mode. No EMD Exemption Certificate will be accepted. 2.3 Tender of those who do not deposit earnest money in one of the above acceptable forms shall be summarily rejected. Earnest money in any other form of cash or cheque will not be accepted. 2.4 In The amount of Earnest money of the unsuccessful tenderer on deciding about the acceptance or expiry of the validity period whichever is earlier, will be returned to account provided by the tenderer during the bid prepration as given in challan under Beneficiary Account Number In case of the successful tenderer, it will be refunded on his paying the initial security deposit as per tender conditions and completing the process of agreement as per tender documents in Form C. If successful tenderer does not pay the security deposit in the prescribed time limit and complete the agreement bond, his earnest money deposit will be forfeited to the Government. 2.5 Earnest money exemption certificate will not be accepted in lieu Earnest Money Deposit.Earnest Money in the form of cheques or any other form except above will not be accepted. 3.0 TENDERING PROCEDURE 3.1 Blank Tender Forms Tender Forms can be downloaded from the e-tendering Portal of Public Works Department, Government of Maharashtra i.e. http//:pwd.maharashtra.etenders.in after entering the details of payment towards Tender Fees as per the Tender Schedule. 3.2 Pre-Tender Conference Contractor may raise any queries online or in the office of the Chief Engineer, Public Works Region, Central Building, Pune - on or before Dt.20/06/2017 upto

19 Page 17 of Hrs. Pre-tender conference is open to all prospective tenderers who have downloaded tender form before the date of Pre-tender Conference wherein prospective Tenderers will have an opportunity to obtain clarifications regarding the work and the Tender Conditions The prospective tenderers are free to ask for any additional information or clarification either in writing or orally concerning the work, and the reply to the same shall be uploaded on the portal and this clarification referred to as Common Set of Conditions/Deviations (C.S.D.), shall form part of tender documents and which will also be common and applicable to all tenderers. The point/points if any raised in writing and/or verbally/ online by the contractor in pretender conference and not finding place in C.S.D. issued after the pre- bid conference, is/are deemed rejected. In such case the provision in NIT shall prevail. No individual correspondence will be made thereafter with the contractor in this regard The tender submitted by the tenderer shall be based on the clarification, additional facility offered (if any) by the Department, and this tender shall be unconditional. Conditional tenders shall be summarily REJECTED All tenderers are cautioned that tenders containing any deviation from the contractual terms and conditions, specifications or other requirements and conditional tenders will be treated as non-responsive. The tenderer should clearly mention in forwarding letter that his offer (in envelope No. 1& 2) does not contain any conditions, deviations from terms and conditions stipulated in the tender 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 procedure mentioned in the document 'Procedure for application of Digital Certificate' The Tenderers have to make a payment of Rs 1063/- 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 numbers: Landline No / support.gom@nextenders.com Tenderers should install the Mandatory Components available on the Home Page of

20 Page 18 of under the section 'Mandatory Components' and make the necessary Browser Settings provided under section 'Internet Explorer Settings'. 3.3 Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department. All the contractors registered in appropriate class and willing to particpate in e- tendering process shall enroll their name/ Firm on the portal for download of tender documents etc. 3.4 Pre-requisites to participate in the Tenders processed by PWD: 1. Enrolment and Empanelment of Contractors on Electronic Tendering System: The Contractors interested in participating in the Tenders of Public Works Department - processed using the Electronic Tendering System shall be required to enrol on the Electronic Tendering System to obtain User ID. After submission of application for enrolment on the System, the application information shall be verified by the Authorized Representative of the Service Provider. If the information is found to be complete, the enrolment submitted by the Vendor shall be approved. For participating in Limited and Restricted tenders the registered vendors have to apply for empanelment on the sub-portal of PWD in an appropriate class of registration. The empanelment will have to be approved by the respective officer from the PWD. Only empanelled vendors will be allowed to participate in such tenders. The Contractors may obtain the necessary information on the process of enrolment and empanelment either from Helpdesk Support Team or may visit the information published under the link Enroll under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System. 2. Obtaining a Digital Certificate: The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed electronically using a Digital Certificate (Class II or Class - III). This is required to maintain the security of the Bid Data and also to establish the identity of the Contractor transacting on the System. The Digital Certificates are issued by an approved Certifying Authority authorized by

21 Page 19 of 376 the Controller of Certifying Authorities of Government of India through their Authorized Representatives upon receipt of documents required to obtain a Digital Certificate. Bid data / information for a particular Tender may be submitted only using the Digital Certificate which is used to encrypt the data / information and sign the hash value during the Bid Preparation and Hash Submission stage. In case during the process of preparing and submitting a Bid for a particular Tender, the Contractor loses his/her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to submit the Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a backup at safe place under adequate security to be used in case of need. In case of online tendering, if the Digital Certificate issued to an Authorised User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization certificate signed by a partner of the firm (and in case the applicant is a partner, another partner in the same form is required to authorise) 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 Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorised User. The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorisation Certificate will have to be signed by the Director of the Company or the Reporting Authority of the Applicant. For 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 1 GB of RAM and broadband connectivity with

22 Page 20 of 376 minimum 512 kbps bandwidth. 4. Set up of Computer System for executing the operations on the Electronic Tendering System: To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of the Contractors is required be set up. The Contractors are required to install Utilities available under the section Mandatory Installation Components on the Home Page of the System. The Utilities are available for download freely from the above mentioned section. The Contractors are requested to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the process of setting up the System, or alternatively, contact the Helpdesk Support Team on information / guidance on the process of setting up the System. 5. Payment for Service Provider Fees: In addition to the Tender Document Fees payable to PWD, the Contractors will have to pay Service Providers Fees of Rs. 1,063/- 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. 3.5 Steps to be followed by Contractors to participate in the e-tenders processed by PWD 1. Preparation of online Briefcase: All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are provided with dedicated briefcase facility to store documents / files in digital format. The Contractors can use the online briefcase to store their scanned copies of frequently used documents / files to be submitted as a part of their bid response. The Contractors are advised to store the relevant documents in the briefcase before starting the Bid Preparation and Hash Submission stage. In case, the Contractors have multiple documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Contractors advised to either create a single.pdf file of all the documents of same type or compress the documents in a single compressed file in.zip or.rar formats and upload the same.

23 Page 21 of 376 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 areavailable 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 getaway. For EMD payment, If bidder use NEFT or RTGS then system will generate a challan (in two copies). with unique challan No specific to the tender. Bidder will use this challan in his bank to make NEFT/RTGS Payment via net banking facility provided by bidder s bank. Bidder will have to validate the EMD payment as a last stage of bid prepration. 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 Preperation stage resulting in nonparticipation in the aforesaid etender. 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 on the amount of EMD. * Help File regarding use of epayment Gateway can be downloaded from etendering portal.

24 Page 22 of 376 Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the templates provided by the Tendering Authority of PWD. The templates may be either form based, extensible tables and / or uploadable documents. In the form based type of templates and extensible table type of templates, the Contractors are required to enter the data and encrypt the data using the Digital Certificate. In the uploadable document type of templates, the Contractors are required to select the relevant document / compressed file (containing multiple documents) already uploaded in the briefcase. Notes: a. The Contractors upload a single document or a compressed file containing multiple documents against each unloadable option. b. The Hashes are the thumbprint of electronic data and are based on one - way algorithm. The Hashes establish the unique identity of Bid Data. c. The bid hash values are digitally signed using valid Class II/ III Digital Certificate issued any Certifying Authority. The Contractors are required to obtain Digital Certificate in advance. d. After the hash value of bid data is generated, the Contractors cannot make any change / addition in its bid data. The bidder may modify bids before the deadline for Bid Preperation and Hash Submission as per Time Schedule mentioned in the Tender documents. e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Processes. 5. Close for Bidding (Generation of Super Hash Values): After the expiry of the cut - off time of Bid Preparation and Hash Submission stage to be completed by the Contractors has lapsed, the Tender will be closed by the Tender Authority. The Tender Authority from PWD shall generate and digitally sign the Super Hash values (Seals). 6. Decryption and Re-encryption of Bids (submitting the Bids online): After the time for generation of Super Hash values by the Tender Authority from PWD has lapsed, the Contractors have to make the online payment of Rs. 1,063/- towards the fees of the Service Provider.

25 Page 23 of 376 After making online payment towards Fees of Service Provider, the Contractors are required to decrypt their bid data using their Digital Certificate and immediately reencrypt their bid data using the Public Key of the Tendering Authority. The Public Key of the Tendering Authority is attached to the Tender during the Close for Bidding stage. Note: The details of the Processing Fees shall be verified and matched during thetechnical Opening stage. At this time, the Contractors are also required to upload the files for which they generated the Hash values during the Bid Preparation and Hash Submission stage. The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will be available for decryption and re-encryption and to upload the relevant documents from Briefcase. A Contractor who has not submitted his Bid Preparation and Hash Submission stage within the stipulated time will not be allowed to decrypt / reencrypt the Bid data / submit documents during the stage of Decryption and Reencryption of Bids (submitting the Bids online). 7. Short listing of Contractors for Financial Bidding Process: The Tendering Authority will first open the Technical Bid documents of all Contractors and after scrutinizing these documents will shortlist the Contractors who are eligible for Financial Bidding Process. The 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 Notice for the Tender. All the online activities are time tracked and the Electronic Tendering System enforces time-locks that ensure that no activity or

26 Page 24 of 376 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 Terms and Conditions For Online-Payments The Terms and Conditions contained herein shall apply to any person ( User ) using the services of PWD Maharashtra, hereinafter referred to as Merchant, for making Tender fee and Earnest Money Deposit(EMD) payments through an online Payment Gateway Service ( Service ) offered by ICICI Bank Ltd. in association with E Tendering Service provider and Payment Gateway Service provider through PWD Maharashtra website i.e. Each User is therefore deemed to have read and accepted these Terms and Conditions. Privacy Policy The Merchant respects and protects the privacy of the individuals that access the information and use the services provided through them. Individually identifiable information about the User is not willfully disclosed to any third party without first receiving the User's permission, as covered in this Privacy Policy. 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 unique 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 Merchant's website or seek voluntary information from the User. Please be aware, however, that Merchant will release specific personal information about the User if required to do so in the following circumstances: a) in order to comply with any valid legal process such as a search warrant, statute, or court order, or available at time of opening the tender b) if any of User s actions on our website violate the Terms of Service or any of our guidelines for specific services, or 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. 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.

27 Page 25 of Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as well as any directives/ procedures of Government of India, and nothing contained in these Terms and Conditions shall be in derogation of Merchant's right to comply with any law enforcement agencies request or requirements relating to any User s use of the website or information provided to or gathered by Merchant with respect to such use. Each User accepts and agrees that the provision of details of his/ her use of the Website to regulators or police or to any other third party in order to resolve disputes or complaints which relate to the Website shall be at the absolute discretion of Merchant. 3. If any part of these Terms and Conditions are determined to be invalid or unenforceable pursuant to applicable law including, but not limited to, the warranty disclaimers and liability limitations set forth herein, then the invalid or unenforceable provision will be deemed superseded by a valid, enforceable provision that most closely matches the intent of the original provision and the remainder of these Terms and Conditions shall continue in effect. 4. These Terms and Conditions constitute the entire agreement between the User and Merchant. These Terms and Conditions supersede all prior or contemporaneous communications and proposals, whether electronic, oral, or written, between the User and Merchant. A printed version of these Terms and Conditions and of any notice given in electronic form shall be admissible in judicial or administrative proceedings based upon or relating to these Terms and Conditions to the same extent and subject to the same conditions as other business documents and records originally generated and maintained in printed form. 5. The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in the ordinary course of business of Merchant and/or the Payment Gateway Service Providers with regard to transactions covered under these Terms and Conditions and matters therein appearing shall be binding on the User and shall be conclusive proof of the genuineness and accuracy of the transaction. 6. Refund For Charge Back Transaction: In the event there is any claim for/ of chargeback 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

28 Page 26 of 376 initiating the second payment,, check whether his/her Bank Account has been debited or not and accordingly resort to one of the following options: i. In case the Bank Account appears to be debited, ensure that he/ she does not make the payment twice and immediately thereafter contact Merchant via 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 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:

29 Page 27 of Any waiver of any rights available to Merchant under these Terms and Conditions shall not mean that those rights are automatically waived. 2. The User agrees, understands and confirms that his/ her personal data including without limitation details relating to debit card/ credit card transmitted over the Internet may be susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the Payment Gateway Service Provider(s) have no control over such matters. 3. Although all reasonable care has been taken towards guarding against unauthorized use of any information transmitted by the User, Merchant does not represent or guarantee that the use of the Services provided by/ through it will not result in theft and/or unauthorized use of data over the Internet. 4. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates shall not be liable, at any time, for any failure of performance, error, omission, interruption, deletion, defect, delay in operation or transmission, computer virus, communications line failure, theft or destruction or unauthorized access to, alteration of, or use of information contained on the Website. 5. The User may be required to create his/ her own User ID and Password in order to register and/ or use the Services provided by Merchant on the Website. By accepting these Terms and Conditions the User agrees that his/ her User ID and Password are very important pieces of information and it shall be the 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 may make his/ her payment(tender Fee/Earnest Money deposit) to Merchant by using a debit/credit card or through online banking account. The User warrants, agrees and confirms that when he/ she initiates a payment transaction and/or issues an online payment instruction and provides his/ her card / bank details: i. The User is fully and lawfully entitled to use such credit / debit card, bank account for such transactions; ii. The User is responsible to ensure that the card/ bank account details provided by him/ her are accurate;

30 Page 28 of 376 iii. The User is authorizing debit of the nominated card/ bank account for the payment of Tender Fee and Earnest Money Deposit iv. The User is responsible to ensure sufficient credit is available on the nominated card/ bank account at the time of making the payment to permit the payment of the dues payable or the bill(s) selected by the User inclusive of the applicable Fee. Personal Information 3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the Payment Gateway Service Provider(s) may also collect, use and disclose personal information in connection with security related or law enforcement investigations or in the course of cooperating with authorities or complying with legal requirements. 4. The User agrees that any communication sent by the User vide , shall imply release of information therein/ therewith to Merchant. The User agrees to be contacted via on such mails initiated by him/ her. 5. In addition to the information already in the possession of Merchant and/ or the Payment Gateway Service Provider(s), Merchant may have collected similar information from the User in the past. By entering the Website the User consents to the terms of 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. 6. The User acknowledges and agrees that his/ her information will be managed in accordance with the laws for the time in force. Payment Gateway Disclaimer The Service is provided in order to facilitate payment of Tender Fees/Earnest Money Deposit online. The Merchant or the Payment Gateway Service Provider(s) do not make any representation of any kind, express or implied, as to the operation of the Payment Gateway other than what is specified in the Website for this purpose. By accepting/ agreeing to these Terms and Conditions, the User expressly agrees that his/ her use of the aforesaid online payment service is entirely at own risk and responsibility of the User CIVIL WORKS ONLINE ENVELOPE NO. 1 : (Documents) The bidder must purchase the bidding documents via online mode by filling the cost of Tender. The fees of tender document will be non refundable. The First Online envelope "Envelope No. 1" shall contain the following documents: ( Scanned copies of Original document and not Xerox or attested copies) The EMD Rs. 25,75,100/- will be paid via online mode only (NEFT/RTGS through online payment gateway mode). Exemption certificate will not be accepted.

31 Page 29 of Scanned copy of original Valid certificate as a Registered Contractor with the Government of Maharashtra in Public Works Department in appropriate class Use of Specialised Machinery (I) For Concreting Work - (A) (1) Scanned copy of proof of ownership of (i) (ii) Fully Automatic Micro processor based programmable logical control (PLC) with SCADA Enabled Concrete Batch Mix Plant (Pan Mixer) of minimum 18 to 20 cum/hr capacity of any standard company. Concrete Pumps or Mobile Tower Crane of desired number and capacity or Transit Mixer of desired Number. (iii) Sand Screening cum Washing Unit electrically or diesel operated 4/6 Cubic Metre per hour capacity. (iv) (v) (vi) Fully Automatic Compression Testing Machine (CTM) for the testing cement mortar, concrete at the site, linked with "SCADA" etc. complete. The data so acquired shall be uploaded to PWD Website in real time with time lag not more than 30 Seconds. Needle Vibrator 10 Nos. Surface Vibrator 5 Nos. Tenderer should give details of the current location of above machinery (under Sr. No A- i to vi) and undertaking for installing/shifting of existing plant for this work within a radius of 30 km from site location. Note : Contractor should submit scanned copy of bill of sale/ Tax invoice. (2) Contractor shall install Fully Automatic Micro processor based PLC with SCADA Enabled Concrete Batch Mix Plant (Pan Mixer) of minimum 18 to 20 cum/hr capacity of any standard company within 30 days from the date of issue of work order. He shall give trial run on or before 30 days from date of issue of work order. 2.1 In Envelope No.1, the bidder shall submit an additional Security of Rs. 5,00,000/- (Rupees Five Lakh only) in the form of FDR drawn in the name of Executive Engineer, P.W. Division, Satara payable at Satara. If Contractor fails to give trial run of this Fully Automatic Micro processor based PLC with SCADA Enabled Concrete Batch Mix Plant (Pan Mixer) of minimum 18 to 20 cum/hr capacity with Transit Mixers and Concrete Pumps of desired number and capacity on or before 30th day from the date of issue of work order, otherwise his above said additional Security of Rs. 5,00,000/- ( Rupees Five

32 Page 30 of 376 Lakh only) shall be encashed without any notice to the contractor without considering any force majeure and shall be credited to Government Revenue by the Engineer in charge immediately on 31 st day. 2.2 Encashment of additional Security Deposit as mentioned above shall not absolved the Contractor from the responsibility of installing and trial run of the Fully Automatic Micro processor based PLC with SCADA Enabled Concrete Batch Mix Plant (Pan Mixer) of minimum 18 to 20 cum/hr capacity with Transit Mixers and Concrete Pumps of desired number and capacity which is required for the R.C.C. works. 2.3 No extension of time limit shall be granted at any level for giving trial run after 30 th day from the date of issue of work order (II) Specialized machinery required for Earthwork /GSB/WMM/BT work (B) (1) Scanned copy of proof of ownership / Hire of (a) Batch type Hot Mix Plant with Electronic Control of minimum 80 tones per hour capacity WITH SCADA SYSTEM conforming to (b) (c) (d) (e) (f) Clause No of M.O.R.T.& H Specifications 5 th Revision 2013 edition) MECHANICAL SPRAYER PAVER FINISHER WITH ELECTRONIC SENSING DEVICE conforming to Clause No of M.O.R.T.& H Specifications 5 th Revision, 2013 edition) Power Roller / STATIC ROLLER (1 Number) Intelligent Compactor with compaction analyzer & very small aperture Terminal attachment with compaction analyzer as per IRC SP 97:2013 for Soil/GSB/WMM. It shall of 8 to 10 tonne static weight with amplitude and frequency of vibration desired for non B.T.works with SCADA Earth Vibratory Roller (Pnuemetic Tyred Roller) with compaction analyzer as per IRC SP:2013 for Soil/GSB/WBM. It shall of 8 to 10 tonne static weight with amplitude and frequency of vibratyion desired for non B.T.works with SCADA (Note- Contractor should submit scanned copy of Bill of sale/tax Invoice of above Machinery a to f. The Bill of sale/tax invoice of intelligent compactor must mention that the Compactor has inbuilt compaction analyzer as per IRC SP-97: 2013.) (2) In case the tenderer intends to hire the machinery mentioned above a to f which is required for this work, scanned copy of Legal Agreement in the format attached herewith under the Heading "Articles of Agreement" executed on appropriate stamp paper (Notrized ) shall be enclosed. ( 3) Scanned copy of original Valid Certificate issued by the Assistant Chief Engineer (Mech.) of Public Works Department / Region, to the effect that specialised Machinery enlisted in Statement No. 2 A attached herewith are in Efficient Working condition and in conformity with

33 Page 31 of 376 M.O.S.T.Specifications, must be enclosed for Sr. No. a to f above in Envelope No.1. in absence of this Certificate, Envelope No.2 will not be opened. ( 4) Contractor should have to carry out BT work with Batch type Hot Mix Plant with Electronic Control of minimum 80 tones per hour capacity WITH SCADA SYSTEM conforming to Clause No of M.O.R.T.& H Specifications 5 th Revision 2013 edition). 1.1 Tenderer shall furnish details of Ownership in proforma 2 A. 1.2 If the contractor owned/hired a Batch Type Hot Mix Plant as required under this contract then he should give details of its current location and undertaking whether the Batch Type Hot Mix Plant needs to be shifted or otherwise for this work. 1.3 Contractor shall install Batch type Hot Mix Plant with Electronic Control of minimum 80 tones per hour capacity within 30 days from the date of issue of work order. 1.4 If Contractor have to shift already owned/hired plant from existing location to the new location as required for this work, for that tenderer shall submit additional security as th specified in 4.5 below. He shall give trial run on or before 30 day from the date of issue of work order.

34 Page 32 of In Envelope no.1 the bidder shall submit an additional Security, of Rs.5,00, ( Rupees Five Lakh Only ) in the form of FDR drawn in the name of Executive Engineer, P.W. Division, Satara payable at Satara. If Contractor fails to give trial run of this batch mix plant on or before 30 th day, from the date of issue of the said Work Order, his above said additional Security shall be encashed without any notice to the contractor without considering any force majeure and shall be credited to Government revenue by the Engineer In-charge immediately on 31 st day. 1.6 Encashment of additional Security deposit as mentioned above shall not absolved the Contractor from the responsibility of installing the Batch Mix Plant which is required for carrying out Hot Mix Work. 1.7 No extension of time limit shall be granted at any level for giving trial run after 30 th day from the date of issue of work order. 5) If the contractor owned/hire a Intelligent Compactor with compaction analyzer as required under this contract then he should give details of its current location and undertaking whether the Intelligent Compactor with compaction analyzer needs to be shifted or otherwise for this work. 1.1 Tenderer shall furnish details of Ownership in proforma 2 A. 1.2 If the contractor owned/hired a Intelligent Compactor with compaction analyzer as required under this contract then he should give details of its current location and undertaking whether the Intelligent Compactor with compaction analyzer needs to be shifted or otherwise for this work. 1.3 Contractor shall install Intelligent Compactor with compaction analyzer within 30 days from the date of issue of work order. 5.6 If Contractor have to shift owned/hired Intelligent Compactor with compaction analyzer from existing location to the new location as required for this work, for that tenderer shall submit additional security as specified in 5.7 below. He shall give trial run on or before 30 date of issue of work order. 5.7 Rs.1,00,000/- (Rupess. One Lakh only) Towards Intelligent Compactor with compaction analyzer forgsb/earth work and WMM work. 5.8 If Contractor fails to give trial run of Intelligent Compactor with compaction analyzer (A) above on or before 30 th days. from the date of issue of work order, his above said additional Security of Rs.1,00,000/- (Rupees One Lakh only.) shall be encashed without any notice to the contractor without considering any force major and shall be credited to Government revenue by the Engineer in charge immediately on 30 th day. 5.9 Encashment of additional Security deposit as mentioned above shall not absolve the contractor from the responsibility of providing the Intelligent Compactor with compaction analyzer which is required for, used/required compacting for Earth work /GSB/WBM Grade I/grade -II work.

35 Page 33 of No extension of time limit shall be granted at any level for giving trial run after 30 th day from the date of issue of work order. Note : 1. Hot Mix Plant Batch type is mandatory to carry out the BT work & should be installed in radius of 30km from site location. 2. Please see the Additional General Conditions and Specifications Clause No. 41 Supervising control and data acquisition for Bituminous and Concrete works (SCADA). 3. The Tenders of those tenderers who do not submit the proof of ownership/hire aggreement of machinery as stated above in Envelope No.1. shall not be considered for opening of Envelope No.2 of main tender Centering and Formwork confirming to IS Centering with steel tussles for supporting deck slab and steel plates of minimum 1.65 mm (16 gauges) thickness or high density plywood confirming to IS: 4990 of 25 mm thick for supporting deck slab shall be permitted. 2. Formwork for piers, Retaining walls and closed box portion with slab shall be provided with high density plywood of suitable thickness. Supported with steel angle / plates for a height of 1.20 meter single lift of pier & abutment. This formwork shall be supported with proper support system for maintaining it s vertically or required slope Design Approval Design for centering of slab and formwork and centering system with material being used for it, shall be got approved in advance from competent authority Mix-Design for concrete Contractor shall procure required material in suitable batches in advance as per work programme and obtained realistic concrete Mix design from District Laboratory of Vigilance & Quality Control. Alternatively contractor can procure concrete mix design from any authorized laboratory having good reputation as approved by Engineer-in-charge.. This concrete mix design is mandatory for all types of concrete M-15 and above grade of concrete.

36 Page 34 of Testing of materials Testing of materials required for R.C.C. work shall be done from District Laboratory of Vigilance & Quality Control, If facility for testing of particular material is not available at District Laboratory of Vigilance & Quality Control, testing shall be done from the laboratory recommended by Engineer-In-Charge Details of Income Tax Circle or ward of the district in which the tenderer is assessed to Income Tax, Tenderer s PAN No. and complete postal address with Pin Code and telephone Numbers. Scanned copy of original Income Tax Return for the immediate previous financial year Scanned copy of original valid MVAT registration certificate from Maharashtra State Sale Tax Department. (Maharashtra Value Added Tax Act 2005) Scanned copy of a list of modern machinery and plants immediately available with the tenderer for use on this work and list of machinery proposed to be utilised on this work but not immediately available and manner in which it is proposed to be procured ( in Form No. 2,& 2A & 2 B) Scanned copy original Professional Tax Registration Certificate in form PTR and PTE Details of work done during last three years with the value of work unfinished. (Information to be given in Form No. VI) Details of work of similar type carried out by the contractor. (in Form No. III) Details of list of works in hand and works tendered for. (Information to be given in Performa of Form No. I) Details of works carried out in the Interior, Backward and Hilly Area during the preceding 5 years (in Form No. IV). (if applicable) Details of Technical Personnel on the rolls of the tenderer. (Information to be given in Performa of Form No. V)

37 Page 35 of 376 MANPOWER (Grade Seperator /Road) It is expected to deploy following Key Personnel on the project, when the work is in progress. The frequency of attendance shall be as below: Sr.No. Contractor's Technical Staff Minimum Qualification with experience No. of Technical Persons / Staff Team Leader BE Civil /B.Tech. with Min 15 Years 1 Project In-charge BE Civil /B.Tech. with Min 10 Years 3 3 Resident Bridge Engineer 4 Geo Technical Engineer 5. Asst. Resident Engineer / s 6 Quality Control Engineer BE Civil /B.Tech, Min 5 Years 1 BE Civil /B.Tech, Min 5 Years 1 BE Civil /B.Tech, Min 3 Years 4 BE Civil /B.Tech, Min 5 Years 1 7. Site Supervisor Diploma Civil, Min 3 Years 3 8. Plant /SCADA System Supervisor Diploma Civil / ITI, Min 2 Years 2 The contractor shall submit the list of key personnel with their name and qualifications / experience after work order is issued and before the starting of work. Once the list if approved by Engineer in charge it should not be changed without his prior approval. The list so approved of the key personnel, their required data shall be entered in the attendance machine prescribed below. To ensure attendance of above key personnel, the contractor shall install face recognisation based GPS AND SCADA ENABLED attendance machine on site and plant. The location of such machine shall be got approved from the Engineer-in- charge. Key personal shall register his daily attendance as above. The attendance so registered shall be uploaded to the PWD e- governance server / portal in real time. The analysis of attendance of these key personnel so registered shall be presented / mailed to Engineer-incharge and his representative in the format and frequency prescribed by engineer-incharge. If after analysis of the attendance data if it is found the item of work is executed without attendance of the key personnel the work so executed shall be rejected Scanned copy of affidavit in respect of genuineness of documents contained in Envelope No.1 in prescribed proforma provided with Tender Set.

38 Page 36 of Scanned copy of original Registered Partnership Deed, Memorandum of Articles of Association, if the tenderer is a Partnership Firm, Joint Stock Company and Power of Attorney and Firm Registration Certificate if any. (Joint Venture for this work is not allowed) Numbering should be done for all papers contained in Envelope No. 1 and indexed The tenderer will be qualified only if their available bid capacity is more than the total estimated value of the work for which he has offered his bid. The available bid capacity will be calculated as under. Assessed available Bid Capacity = (A*N*2)-B) where A= Maximum value of the civil engineering works executed in any one year during the last three years ( Updated to level ) taking into account the completed as well as works in progress. N= Number of years prescribed for completion of the works for which bids are invited. B= Value at price level, of existing commitments and ongoing works to be completed during the next 24 (Twenty Four) months. Note : The statement showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be counter signed by the Engineer-In-Charge not below the rank of an Executive Engineer.

39 Page 37 of To qualify for award of the contract each tenderer in its name should have in the last three years ( , , ):- a) Achieved a minimum annual financial turnover (in all classes of civil engineering construction works only) of Rs Lakhs in any one year during last three years ( , , ). (In support of this, attested copy of Annual Audit Report certified by the Chartered Accountant should be enclosed.) (For year provisional C.A.s certificates will be accebtable) b) Satisfactory completed ( from start to finish) during last three years (i.e , , ), as a sole contractor of at least one similar work of Flyover/ROB/RUB/Grade Seperator work value not less than Rs Lakhs in not more than one contract at price level. Financial turnover and cost of completed works of previous years shall be given weightage of 10% per year based on rupee value to bring them to price level. ( Form No.7) c) Executed in any one year (during last three years) (i.e , , ), the following minimum quantities of work:-(form No.-8) Sr.No. Item of Work Quantity Unit 1 Cement Concrete M Cubic Metre 2 Cement Concrete M-20 & Above Cubic Metre 3 DLC ( Dry Lean Concrete) M15 or Cement Concrete M-15 4 PQC ( Pavement Quality Concrete) M40 or Cement Concrete M Cubic Metre Cubic Metre 5 TMT FE Metric Tonne 6 Earthwork Cubic Metre 7 Granular Sub-Base Cubic Metre 8 Wet Mix Macadam Cubic Metre 9 Dense Bituminous Macadam / Bituminous Macadam Cubic Metre 10 Bituminious Concrete Cubic Metre (Note : Quantity certificate should be signed by not below the rank of Executive Engineer.) d) Agency should have executed and successfully completed at least one similar work of Flyover /ROB /RUB /Grade Separator work of minimum 150 m viaduct portion with girders /slab portion (Voided/solid) during last 3 years (i.e , , ), with foundation, substructure and superstructure. (Note : The Agency should have Certificate from the Competent

40 Page 38 of 376 Authority not below the rank of Executive Engineer and the same is required to be attached). e) The Agency should have equipment s, staging and shuttering as per Clause 6 of Technical Specifications. f) As the tenders are invited on Contractor s own design, based on Design Criteria in Form C broad details of proposed flyover bridge (Grade Seperator) shall be enclosed by the tenderer in ENVELOPE NO.1. It shall also be accompanied by scanned (PDF) copies of preliminary but fairly detailed drawings and detailed description of work and specification of materials and items not covered in the Departmental Design. The contractor will have to sign the drawings according to which the work is to be carried out. This shall be subjected to scrutiny by the Department (Designs Circle, Navi Mumbai) to ascertain the technical feasibility and acceptability of the design. Doubts, if any, shall be got clarified by the Department from the Tenderer. In case, the Department finds such designs or assumptions unacceptable, offers for such designs in Envelope No. 2 shall not be considered by the Department. 3.7 ONLINE ENVELOPE No.2 TENDER (FINANCIAL BID) ( List of Documents Mandetory) The second online envelope "Envelope No.2" shall contain A) Offer to be submitted online. The contractor shall quote for the work as per details given in the main tender and also based on the detailed set of conditions (C.S.D)/ Additional stipulations/deviations made by the Department as uploaded by the department after Pre-Tender conference. Offer shall be unconditional. B) Upload Tender copy issued by the department and digitally signed by the contractor. C) Upload common Set of Deviation (CSD/Additional Stipulations/Deviations made by the department (if any) D) Upload Scanned Copy of Original Demand Draft of Additional Security Deposit (if any) The Tenderer should quote his offer duly signed in terms of lumpsum offer at the appropriate place of tender documents to be submitted only in Envelope No.2. He should not quote his offer anywhere directly or indirectly in Envelope No. 1. The contractor shall quote for the work as per details given in the main tender and

41 Page 39 of 376 also based on the detailed set of conditions issued / Additional stipulations made by the Department as informed to him by a letter from Chief Engineer / Superintending Engineer after Pre-Tender Conference. His tender shall be unconditional. He shall also have to give a declaration to the effect that he has fully studied the plans, specifications, local conditions, availability of labours and materials. 3.8 SUBMISSION OF TENDER:- Refer to Section 'Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department' for Construction of Flyover Bridge (Grade Seperator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings) 3.9 OPENING OF TENDERS : On the date specified in the tender notice following procedure will be adopted for opening of the tender. ENVELOPE NO. 1 :(DOCUMENTS) i) First of all, Envelope No. 1 of the tender will be opened to verify its contents as per requirements. If the various documents contained in this envelope do not meet the requirements of the Department a note will be recorded accordingly by the tender opening authority and said tenderer s Envelope No. 2 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 and binding on the contractors. ii) The technical proposal consisting of broad details based on contractors own Design /scheme will be scrutinized by the Superintending Engineer, Designs Circle (Bridges), Navi Mumbai in light of the documents for its acceptability or otherwise. In case of doubt the same will be got clarified from the contractor and the contractor shall modify the proposal if necessary, to suit the Design Criteria. If the contractor is not prepared to modify the proposal to suit the stipulations, the technical proposal will be judged as not suitable and Envelope No. 2 of the bidder will not be opened. ENVELOPE NO. 2 : ( Financial Bid ) i) This envelope shall be opened online immediately or on a specified date after opening of Envelope No. 1, only if contents of Envelope No. 1 are found to be acceptable to the Department. The tendered rates in the lump-sum offer in Form - C will then open The contractor will have to sign digitally the tender papers and the drawings according to which the work is to be carried out, he shall also have to give a declaration

42 Page 40 of 376 to the effect that he has fully studied the plans, specifications, local conditions, availability of labours and materials and that he has quoted his offer with due consideration to all these factors The right is reserved to revise or amend the contract documents prior to the date 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 Even though the Tenderer meet the above requirements they are subject to be disqualified if they have made misleading or false representation in the forms, 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 of work, litigation history or financial failure etc. 4.0 EXAMINATION OF DRAWING 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 sub soil geological conditions, standing water and all other conditions prevailing at site, the nature, magnitude, special features, 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, labour camp site, stores and godowns etc. He shall obtain all necessary information as to the risk, contingencies and other circumstances which may affect and influence the tender. No claims on any of the above or any other factors will be entertained by the Government. Should there be any discrepancy or doubt or obscurity the tenderer shall submit the same to the Executive Engineer, Public Works Division, Satara/ Superintending Engineer, Public Works Circle, Satara for elucidation as soon as possible. 5.0 EARNEST MONEY: 5.1 Earnest money of Rs. 25,75,100/- in words ( Rupees Twenty Five Lakh Seventy Five Thousand One Hundred only). Earnest money shall be be paid via online using NEFT/RTGS or payment gateway mode. The said amount of earnest money shall not carry any interest whatsoever. Earnest Money Exemption Certificate is not accepted. 5.2 The tenderers Earnest Money Deposit shall be paid via online using NEFT/RTGS or payment gateway mode.

43 Page 41 of Tender of those who do not deposit earnest money in one of the above acceptable forms shall be summarily rejected. Earnest money in any other form of cash or cheque will not be accepted. 5.4 The amount of Earnest money of the unsuccessful tenderer on deciding about the acceptance or expiry of the validity period whichever is earlier, will be returned to account provided by the tenderer during the bid prepration as given in challan under Beneficiary Account Number In case of the successful tenderer, it will be refunded on his paying the initial security deposit as per tender conditions and completing the process of agreement as per tender documents in Form C. If successful tenderer does not pay the security deposit in the prescribed time limit and complete the agreement bond, his earnest money deposit will be forfeited to the Government. 5.5 Earnest money exemption certificate will not be accepted in lieu Earnest Money Deposit. Earnest Money in the form of cheques or any other form except above will not be accepted. 6.1 SECURITY DEPOSIT: 6.2 The successful tenderer shall have to pay 50% initial security deposit in cash or in shape of National Saving Certificate or Fixed Deposit Receipt or Bank Guarantee payable at Satara pledged in favour of Executive Engineer, Public Works Division, Satara or Bank Guarantees from a Nationalised / Scheduled Banks payable at Satara in the enclosed form and complete the contract documents failing which his earnest money will be forfeited to Government. The balance 50% security deposit will be recovered from the R.A. bill at 2% of the bill amount. Amount of total Security Deposit to be paid shall be 2% of the cost of accepted tender or estimated cost put to tender whichever is higher. Initial Security Deposit may be in Bank Guarantee Form in format 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. 6.3 All compensation or other sums payable by the Contractor under the terms of this contract or any other contract or on any account may be deducted from his Security Deposit or from any sums which may be due to him or may become due to him by Government on any account and in the event of the security being reduced by reason of any such above noted deductions, the Contractor shall within 10 days of receipt of notice of demand from the Engineer-in-charge make good the deficit. 6.4 There shall be no liability on the Department to pay any interest on the Security

44 Page 42 of 376 Deposited by or recovered from the Contractor. 6.5 The Security Deposit shall be refunded after completion of defect liability period prescribed for this contract in accordance with the provisions in Clause1 and 10-A of the contract Condition for payment of additional security deposit for below tenders (Performance Security). If the tenderer has quoted the offer below the estimated cost put to tender, then the tenderer shall have to submit Additional Security Deposit (Performance Security) in the form of Demand Draft of any Nationalised or Scheduled Bank in favour of the Executive Engineer, Public Works Division, Satara. The scanned copy of the Demand Draft shall be uploaded and submitted in envelope no. 2, through e-tendering process, while the original Demand Draft shall be submitted in the sealed envelope in the office of the Executive Engineer, Public Works Division, Satara, within 5 working days from the last date prescribed for the submission of Hash of tender. The amount of the Demand Draft shall be calculated by the tenderer in accordance with the following manner. If the offer is 1% to 10% below the estimated Cost put to tender, then the amount of the Demand Draft shall be of the value of 1% of the cost put to tender. (For example - If the offer quoted is 7% below, then the amount of Demand Draft should be 1% of the cost put to tender.) If the offer is lower than 10% below the estimated Cost put to tender, then the amount of the demand draft shall be of the 1% of the cost put to tender plus the amount arrived by applying that percent on the cost put to tender which is the difference of percentage quoted by the tenderer and 10. (For example :- If the offer quoted is 14% below, then the amount of Demand Draft should be 5% i.e. 1% of the cost put to tender plus (14-10)% of the cost put to tender. The Demand Draft shall be valid up to 3 months from the date of submission of the tender. It should bear MICR and IFS code. After opening the envelope no. 1 if it is found that the tenderer is not qualified for opening his envelope no. 2 then his demand draft shall be returned within 7 days. Also after opening envelope no. 2, except the D.D's of 1st and 2nd lowest bidders, the DD's of other bidders shall be returned within 7 days. Demand Draft of the 2nd lowest bidder shall be returned within 3 days after the issue of the work order to the lst lowest bidder.

45 Page 43 of 376 In case it is found that the documents / demand draft submitted by the tenderer are false, his earnest money shall be forfeited to Government as well as the registration of the tenderer shall be suspended for the period of 1 year. In addition to the other legal action necessary to be taken as per the law. The work order shall be given to the concerned tenderer after the clearance of the Demand Draft submitted by him. The amount of the performance security shall be refunded as per the tender conditions. Non submission of additional security deposit / performance security or submission of less amount of the additional security deposit shall be liable to summarily rejection of his tender This additional security deposit shall be extendable up to expiry of valid extensions if any and it shall be refunded along with the final bill, after satisfactory completion of work. 8.0 DOWLOADING OF TENDER DOCUMENT Information regarding contract as well as blank tender forms can be downloaded from the e-tendering website upon providing the details of the payment of cost as detailed in the N.I.T. 9.0 The tenders who do not fulfill the condition of the notification and the general rules and directions for the guidance of contractor in the agreement form or are incomplete in any respect are likely to be rejected without assigning any reason therefore (a) The Tenderers shall be presumed to have carefully examined the drawings, conditions and specifications of the work and have fully acquainted themselves with all details of the site, the conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and in general with all the necessary information and data pertaining to the work, prior to tendering for the work (b) The data whatsoever supplied by the Department along with the tender documents are meant to serve only as guide for the tenderers while tendering and the Department accepts no responsibility whatsoever either for the accuracy of data or for their comprehensiveness The Contractor should examine quarries and see whether full quantity of materials required for execution of the work strictly as per specification are available before quoting the rates. In case the materials are not available due to reasons whatsoever, the contractor will have to bring the materials from any other source with no extra cost to Government. The rates/offer quoted, should therefore be for all leads and lifts from wherever the materials are brought at site of work and inclusive of royalty to be

46 Page 44 of 376 paid to the Revenue Department by the Contractor POWER OF ATTORNEY: If the tenderers are a firm or company, they should in their forwarding letter mention the names of all the partners together with the name of the person who holds the power of Attorney, authorizing him to conduct all transactions on behalf of the body, along with the tender 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 amicably. Moreover, recovery of Government dues from the Contractors will be affected from the payment due to the Contractor from any other Government works under execution with them All pages of tender documents, conditions, specifications, correction slips etc. shall be initialled by the tenderer. The tender should bear full signature of the tenderer, or his authorized power of Attorney holder in case of a firm The Income Tax at 2.00 % including surcharge or percentage in force from time to time or at the rate as intimated by the competent Income Tax authority shall be deducted from bill amount whether measured bill, advance payment or secured advance The successful tenderer will be required to produce, to the satisfaction of the specified concerned authority a valid concurrent license issued in his favour under the provisions of the Contract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure to do so, the acceptance of the tender shall be liable to be withdrawn and also liable for forfeiture of the earnest money The tenderer shall submit the list of apprentices engaged by the Contractor under Apprentice Act.

47 Page 45 of VALIDITY PERIOD The offer shall remain open for acceptance for minimum period of 120 days from the Date of opening of Envelope No.2 (Financial Bid) and thereafter until it is withdrawn by the contractor by notice in writing duly addressed to the authority opening the tender and sent by Registered Post Acknowledgment due After completion of the e-tendering process, the successful bidder will have to submit the hard copy of downloaded tender document and drawings duly signed on each page by the contractor or his authorised signatory. The tender should bear full signature of the tenderer, or his authorized power of attorney holder in case of Firm The successful tenders will take out necessary Insurance Policies as directed by the Director Insurance, Maharashtra State, Mumbai-56 (Refer Section : Conditions of contract Clause 38) मह र श सन, स व ज नक ब धक म वभ ग, श सन नण य म क - न वद 2016/..20/ शक न /इम -2, म लय, न गप र, द:- 09/12/2016 Contractor shall submit a certificate to the effect that All the payments to the labour/staff are made in bank accounts of staff linked to Unique Identification Number (AADHAR CARD). The certificate shall be submitted by the contractor within 60 days from the commencement of contract. If the time period of contract is less than 60 days then such certificates shall be submitted within 15 days from the date of commencement of contract.

48 Page 46 of 376 Annexure I (Rs. 100/- Bond) xé ÉÖxÉÉ ºÉiªÉ ÉÊiÉYÉɱÉäJÉ ºÉiªÉ ÉÊiÉYÉɱÉäJÉ (Affidavit) (sworn before executive majestrate/notary) ÉÒ ÉÒ. ÉªÉ É¹ÉÇ úé½þhéé ú... ªÉÉ ºÉiªÉ ÉÊiÉYÉÉ ±ÉäJÉÉuùÉ äú ʱɽÚþxÉ näùiééä EòÒ, ÉÒ..... ªÉÉ ò ÉÇSÉÉ / EÆò{ÉxÉÒSÉÉ ÉÉä ÉɪÉ]õ ú / ÉÉMÉÒnùÉ ú +ºÉÚxÉ Construction of Fly Over Bridge (Grade Separator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 Km. 52/800 Tal & Dist Satara (With Contractor s Own Design & Drawings) ªÉÉ EòÉ ÉɺÉÉ`öÒ ÊxÉÊ ÉnùÉ ºÉÉnù ú Eäò±ÉÒ +ɽäþ. ºÉnù ú 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 EòɪÉÇ ÉɽþÒºÉ {ÉÉjÉ +ɽäþ É úé½þòxé. Executive majestrate/notary EÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ Sd/-

49 Page 47 of 376 FORM I List of works tendered for and in hand as on the date of submission of the tender Name of tenderer : Sr.No. Name of work Place and Country Tendered Cost Work in hand Cost of Remaing Work Anticipated date of completion Estimated cost Work tendered for Date when decision is expected Stipulated date of period of completion Remarks SPECIMEN FORM The statement should be supported by attested copies of certificates issued by Heads of offices not below the rank of Executive Engineer.

50 Page 48 of 376 FORM II Name of tenderer : Details of plant and machinery immediately available with the tenderer for the work. Sr.No.Name of equipment No. of Units Kind and Make Age and Condition Present Location Remarks SPECIMEN FORM

51 Page 49 of 376 STATEMENT NO. 2 A QUESTIONAIRE ON MODERN MACHINERY Proforma for information regarding machinery required for this work. (A) OWN Machinery (i) Fully Automatic Micro processor based programmable logical control (PLC) with SCADA Enabled Concrete Batch Mix Plant (Pan Mixer) of minimum 18 to 20 cum/hr capacity of any standard company. (ii) Concrete Pumps or Mobile Tower Crane of desired number and capacity or Transit Mixer of desired Number. (iii) Sand Screening cum Washing Unit electrically or diesel operated 4/6 Cubic Metre per hour capacity. (iv) (v) (vi) Fully Automatic Compression Testing Machine (CTM) for the testing cement mortar, concrete at the site, linked with "SCADA" etc. complete. The data so acquired shall be uploaded to PWD Website in real time with time lag not more than 30 Seconds. Needle Vibrator 10 Nos. Surface Vibrator 5 Nos. (B) Other Modern Machinery required for the use on this work (Owned or Hire) a. Batch type Hot Mix Plant with Electronic Control of minimum 80 tones per hour capacity WITH SCADA SYSTEM conforming to Clause No of M.O.R.T.& H Specifications 5 th Revision 2013 edition) b. MECHANICAL SPRAYER c. PAVER FINISHER WITH ELECTRONIC SENSING DEVICE conforming to Clause No of M.O.R.T.& H Specifications 5 th Revision, 2013 edition) d. Power Roller / STATIC ROLLER (1 Number) e. Intelligent Compactor with compaction analyzer & very small aperture Terminal attachment with compaction analyzer as per IRC SP 97 :2013 for Soil/GSB/WMM. It shall of 8 to 10 tonne static weight with amplitude and frequency of vibration desired for non B.T.works with SCADA

52 Page 50 of 376 Question 1 : f. Earth Vibratory Roller - (Pnuemetic Tyred Roller) with compaction analyzer as per IRC SP :2013 for Soil/GSB/WBM. It shall of 8 to 10 tonne static weight with amplitude and frequency of vibratyion desired for non B.T.works with SCADA (Note- Contractor should submit scanned copy of Bill of sale/tax Invoice of above Machinery a to f. The Bill of sale/tax invoice of intelligent compactor must mention that the Compactor has inbuilt compaction analyzer as per IRC SP-97: 2013.) Is the above machinery at Sr.No. (A) and (B) is owned by you and available with you for immediate deployment on this work? If Yes give following information. Type of Machine Number of Units Names of work on which deployed at present Location Output in Quantity in tonnes of tonnes of mix per Hot Mix day balance for execution on work in hand Remarks Question -2 a) For Sr.No. (A) above, Contrctractor shall submit information as mentioned in of detailed tender notice to the contractor. The machinery mentioned in (A) above must be owned by the Contractor. b) If answer to Question 1 is No for the items in (B) then the Contractor shall have to procure the same on hire from another agency / Contractor who owns it. Legal agreement on stamp paper executed for hire with the Agency / Contractor who owns this machinery and also the information mentioned in Question -1 above shall have to be attached along with this statement as well as their proof of ownership of machinery ( i.e. scanned copies of invoices) as well as the valid Certificate issued by the Assistant Chief Engineer (Mech.) of Public Works Department to the effect that these machineries are in "Efficient Working Condition" and in conformity with M.O.S.T. Specifications.

53 Page 51 of 376 c) Scanned copy of original Valid Certificate issued by the Assistant Chief Engineer(Mech.) of Public Works Department / Region, to the effect that specialisedmachinery enlisted in Statement No. 2 A attached herewith are in Efficient Working condition and in conformity with M.O.S.T. Specifications, must beenclosed in Envelope No.1. in absence of this this Certificate, Envelope No.2 will not be opened. Note : Please see the Additional General Conditions and Specifications Para No & 41.3 "Supervising Control and Data Acquisition for Concrete / Bituminous Works (SCADA).

54 Page 52 of 376 (Note : To be included in Envelope No. 1) STATEMENT NO. 2 B STATEMENT SHOWING DETAILS OF CONCRETE BATCH MIX PLANT (PAN MIXER) / BATCH TYPE HOTMIX PLANT WITH SCADA & OTHER MACHINERY AVAILABLE WITH THE TENDERER FOR THIS WORK 1. Concret Batch Mix Plant (Pan Mixer) of Min 18 TO 20 Cum/Hr With SCADA (Own) a) Name of manufacturer : b) Date of purchase : c) Present location : d) Name of work on which deployed : e) Name and address of Engineer-in-charge : f) Anticipated date of completion of work on : which deployed. 2. Sand Screen cum Washing Machine (Own) a) Name of manufacturer b) Date of purchase c) Present location d) Name of work on which deployed e) Name and address of Engineer-in-charge f) Anticipated date of completion of work on which deployed. 3. Compression Testing Machine (CTM) (Own) a) Name of manufacturer b) Date of purchase c) Present location d) Name of work on which deployed e) Name and address of Engineer-in-charge f) Anticipated date of completion of work on which deployed. 4. Hot Mix Plant Batch Type (Own / Hire) a) Name of manufacturer : b) Date of purchase : c) Present location : d) Name of work on which deployed : e) Name and address of Engineer-in-charge : f) Anticipated date of completion of work on : which deployed.

55 Page 53 of Mechanical Sprayer (Own / Hire) a) Name of manufacturer : b) Date of purchase : c) Present location : d) Name of work on which deployed : e) Name and address of Engineer-in-charge : f) Anticipated date of completion of work on : which deployed. 6. Paver Finisher With Electronic Sensing Device (Own / Hire) a) Name of manufacturer : b) Date of purchase : c) Present location : d) Name of work on which deployed : e) Name and address of Engineer-in-charge : f) Anticipated date of completion of work on : which deployed. 7. Intelligent Compactor with compaction analyzer (Own / Hire) a) Name of manufacturer : b) Date of purchase : c) Present location : d) Name of work on which deployed : e) Name and address of Engineer-in-charge : f) Anticipated date of completion of work on : which deployed. 8. Earth Vibratory Roller (Pnuemetic Tyred Roller) (Own / Hire) a) Name of manufacturer : b) Date of purchase : c) Present location : d) Name of work on which deployed : e) Name and address of Engineer-in-charge : f) Anticipated date of completion of work on : which deployed. 9. Power Roller / Static Roller (Own / Hire) a) Name of manufacturer : b) Date of purchase : c) Present location : d) Name of work on which deployed : e) Name and address of Engineer-in-charge : f) Anticipated date of completion of work on : which deployed. g) Static Weight :

56 Page 54 of 376 FORM III Details of works of similar type carried out by the Contractor Name of the tenderer : Sr.No. Name of work Cost of work Date of start Stipulated date of Completion Actual date of Completion Remarks SPECIMEN FORM

57 Page 55 of 376 FORM IV Details of works executed in the interior, backward and hilly areas during the preceding 5 years ( If applicable) Name of tenderer : Sr.No. Name of work Cost of work Date of Starting Stipulated date of completion Actual date of completion Remarks SPECIMEN FORM

58 Page 56 of 376 FORM V Details of Technical Personnel available with Contractor Name of the Tenderer : Sr.No. Name and Designation Qualification Wheter working field or office Experience of execution of similar works Period for which the personis working with the tenderer Remarks SPECIMEN FORM

59 Page 57 of 376 FORM NO.VI STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING CONSTRUCTION WORKS DURING LAST THREE YEARS NAME OF CONTRACTOR :- Sr. No. Name of work Amount Put to Tender/ Tendered cost Agreement No. Date of Commencement Amount of work done during each of last three years (Rs. in lakhs) Amount of work still remaining to be executed Remarks (Rs. In lakhs) Grand Total :- Outward No. and Date of Certificate issuing authority Executive Engineer

60 Page 58 of 376 FORM VII Maximum value of Civil Engineer works in any one year during last 3 years. Name of tenderer : Sr.No. Name of work Tender Cost Civil works executed during Remarks In support of the details entered in this statement, the tenderer shall uploade the attested copies of the works done certificates signed by the authority not below the rank of Executive Engineer. Total Multiplying factor for updating Grand Total (1) Tenderer shall work out this Bid capacity on basis of highest amount "A" i.e. the total cost of work done in any one year out of the last three years and the amount "B" i.e. the total cost of works in hand as per Statement No. 1 and shall work out the Bid Capacity as below. Bid Capacity = (A*N*2)-B

61 Page 59 of 376 FORM - VIII Name of the Tenderer :- Sr. No Item Maximum quantity required to be executed in one year Unit Quantity executed by the tenderer in Remark Cement Concrete M Cubic Metre In support of the 2 Cement Concrete M-20 & Above Cubic Metre details entered in this 3 DLC ( Dry Lean Concrete) M15/Cement Concrete- M Cubic Metre 4 PQC ( Pavement Quality Concrete) Cubic Metre M40/Cement Concrete-M40. 5 TMT FE Metric Tonne 6 Earthwork Cubic Metre 7 Granular Sub-Base Cubic Metre 8 Wet Mix Macadam Cubic Metre 9 Dense Bituminous Macadam / Bituminous Cubic Metre 10 Macadam Bituminious Concrete Cubic Metre Agency should have executed and successfully completed at least one similar work of Flyover /ROB /RUB /Grade Seperator work of minimum 150 m viaduct portion with girders /slab portion (Voided/solid) during last 3 years with foundation, substructure and superstructure. statement the tenderer shall upload the attested copies of the works done certificates signed by the authority not below the rank of Executive Engineer

62 Page 60 of 376 SAMPLE FORM DECLARATION TO BE FILLED IN BY THE CONTRACTOR / FIRM (This document should be on Original Stamp Paper of Rs. 100/- not on Xerox copy ) ( To be submitted in ENVELOPE NO.1 ) if applicable. Name of work : 1. I /We, shall erect the Batch Type Mix Plant confirming with minimum 80TPH to Clause No of M.O.S.T. Specifications, within 30 Kms.or within one hour motorable distance from the site of this work whichever is earlier own/hire with the following conditions. 2. I/We, shall abide by all these conditions stipulated. I /We, am/are fully aware that, i) The suitable land required for the establishment of Batch Type Mix Plant is to be obtained by me /us at my/our cost. ii) No rental charges are refundable to me/us and I/We shall not claim for any rental charges for stacking of material on the land acquired by me /us as referred to sub-para (1) of condition (2). 3. I/We, have the required machinery Batch type mix type hot mix plant, paver finisher and tippers etc. owned by me/us which can be spare for this work immediately after awarding the work within a reasonable time. The documentary evidence i.e. (i) copies of purchase bill and delivery challan in respect of hot mix plant and paver finisher in Envelope No.1 OR I/We, intend to hire the required machinery batch type mix plant, paver finisher and tipper etc. from _ who has promised to spare the said machinery for this work immediately after awarding the work, within a reasonable time and legal agreement or hire deed duly executed in front of magistrate / any other registration authority by Government of Maharashtra is given in Envelope No Any dispute arising with the owner of the land shall be amicably settled by me /us and it should not have any encumbrance on the work. 5. I/We shall observe the local authorities rules as would be applicable to all activities pertaining to the work. 6. I/We shall be fully responsible to construct and maintain necessary approach road upto the plant from the road and shall not claim any compensation whatsoever for this purpose.

63 Page 61 of I/We shall also maintain the required standard traffic regulation system, without any extra cost to Government. 8. That the department does not take any responsibility to acquire, maintain and utilise the land for the above purpose. 9. I/We am/are aware of the fact that I/We, myself/ ourselves shall have to make all arrangements, without any extra cost to Government to obtain the facilities if required such as Electric Connection, Water supply, Telephone etc. and such other amenities as may be desired by the concerned authorities/ representatives of the other Department at any time without prior notice. 10. I / We am / are aware that the erected Batch Type Mix Plant shall be freely availablefor inspection to any authorities of the other Department also. 11. I / We am / are aware that the fact I / We have to establish fully equipped field laboratory at the plant site for carrying out in situ tests such as gradation, extraction also other routine tests and as per M.O.S.T. specification as may be directed by Engineer-in-charge. 100% tests shall be performed at plant site by Chemist of the contractor. 12. I / We am / are aware that I / We have to commence this Batch Type Mix Plant under supervision of Engineer-in-charge or authorised / representative of Engineer-incharge within maximum period of 30 days from the date of issue of work order, failing which I/We shall be liable to the Security Deposit will be forfeited to Government. 13. I / We have carefully gone through the conditions No. 1 to 12 enlisted on page No.... and I / We shall abide by the same. The above mentioned conditions are fully binding over me/ us, I / We am / are also aware that in case I / We shall not agree to these conditions, Envelope No.2 of my /our tender will not be opened and I shall have no objection upon it. Contractors Signature

64 Page 62 of 376 ARTICLES OF AGREEMENT ( This document should be on Original Stamp Paper of Rs. 100/- not on Xerox copy ) (To be submitted in Envelope No. I) This Agreement of Hire of Machinery made and executed at day of the month of 20. on this, the BETWEEN : 1) Shri. / M/s A Sole Trading concern Pvt. Ltd. Co. / Public Ltd. Co. / Partnership Firm registered under the provisions of respective Acts in force and having his /their Office situated. Who is a, i) Sole Proprietor of the above mentioned concern. ii) Partner of the above mentioned partnership firm. iii) Holder of power attorney of the above mentioned firm, Executive Director or Manager of the above mentioned Company as approved by the present Board of Director of the above mentioned Company. Hereinafter for the sake of brevity referred to as " The Owner " ( which expression shall, unless it be repugnant to the meaning of context thereof, mean and included the firm of all partners of the Firm, the company at material time and their successors). 2) Shri. / M/s AND Party of the First Part A Sole Trading concern Pvt. Ltd. Co. / Public Ltd. Co. / Partnership Firm registered under the provisions of respective Acts in force and registered Government contractors registered in appropriate Class with Government of Maharashtra Having his / their office situated at and managed by Shri. Who is a, i) Sole Proprietor of the above mentioned concern. ii) Partner of the above mentioned partnership firm. iii) Holder of power attorney of the above mentioned firm, Executive Director or Manager of the above mentioned Company. Hereinafter for the sake of brevity referred to as " The Hirer " ( which expression shall, unless it be repugnant to the meaning of context thereof, mean and

65 Page 63 of 376 included the firm of all partners of the Firm, the company at material time and their successors). Party of the Second Part Where in the party of the first part herein is an absolute owner of the Name of Machine/s And substantiate or establish it the documentary evidence in token of voucher enclosed. Where as party of the second part herein is a registered Government Contractors as stated in appropriate Class with Government of Maharashtra. AND where as the party of the second part is or is likely to submit the tender for Executive Engineer / Superintending Engineer, AND WHERE AS the party of the second part intends to use the machinery of the said work as is being stipulated by the Department and desirous of taking the one /s on the monthly hire charges basis. AND WHERE AS the party of the first part, is desirous of giving machinery on hire charges basis to the party of second part. AND WHERE AS to these presents are desirous of recording the terms and of the agreement, reduce the same to writing. Now therefore, this articles of agreement witnesseth as under : One /s to be hired. It is hereby agreed between the parties to these presents that Name of Machine / s Of the second part has agreed to pay an amount of Rs. to the party of the first part on account of monthly wages of the machine /s as detailed below at the end of each month. The party of Second part shall also pay an amount of Rs. as interest deposit to the party of the first part at the time of intimation in writing. This deposit shall either be refunded by the First Part to the party of the Second Part or shall be adjusted in the final of the hire charges of the machine /s. Name of Machine Monthly rate of hire charges.

66 Page 64 of 376 2) Date of Hire : It is hereby expressly declared by the parties to the presents that the machine /s shall be hired on and from the date of commencement of the work being awarded or that would be awarded by the Executive Engineer, to the party of the second part herein. 3. It is hereby agreed by and between the parties to these presents that instant agreement shall remain in force from the date of hire as specified in Clause -2 above to the date of either completion of the work in question or six months from the date of hire whichever period expires later. 4. Possession : The party of the first part has agreed to deliver the possession of the machine /s that would be hired as described in Clause one above in good working condition along with its operational crew and all the necessary accessories of the machine / s being hired to the party of the second part within eight days from the date of intimation in writing given by the party of the second part to the party of the first part. 5. Mode of payment : Monthly hire charges of the machine /s as specified in Clause one above shall be paid by the party of the second part as on the last day of each month by issuing a crossed Account Payee Cheque or Crossed Account Payee Demand Draft. 6. Repairs and Maintenance : It is hereby agreed by the party of the first part that it shall bear all day to day expenses of the machine /s on account of fuel, oil and lubricants, operations, maintenance and repair charges during the currency of the period for which machine/s let out on hire charges to the party of the second part. It is further agreed that if the party of the second part spends on the operations, repairs and maintenance for the machine /s hired by it, the party of the second part has every right to deduct the said amount from the monthly hire charges payable to the party of the first part. 7. The party of the first part shall always keep the machine /s in good working conditions that are given on hire charges basis to the party of the second part. It is further agreed that the day spend on repairs and maintenance shall be excluded for the purpose of calculating the monthly hire charges. 8. The party of the second part shall have right to deduct the Income Tax at source at the prescribed rate of the provisions of Income Tax Act as ordered by the Government of India, are applicable.

67 Page 65 of 376 In Testimony where of the parties to these present have set and subscribed their respective signatures on the day, month and year herein above written. Party of the First Part Party of the Second Part Signed Executed and delivered for and on behalf of Shri./ M/s_ Signed Executed and delivered for and on behalf of Shri. /M/s In presence of : 1) 2) AFFIRMED AND EXECUTED BEFORE ME NOTARY

68 Page 66 of 376 FORM - C PUBLIC WORKS DEPARTMENT Tender for LumpSum Contract Tender Condition NOTE (1) Where earnest money is to be deposited, the tender shall have to pay EMD along with the tender the sum of Rs. 25,75,100/- via online using NEFT/RTGS or payment gateway mode only otherwise the tender is not accepted. Exempted from Stamp Duty vide G.R.No. 368-A-1732 of 9 th October, 1989 Note : Earnest Money in the form of cheques or any other form except above will not be accepted In case the tender is accepted the earnest money will be returned to the contractor on his furnishing the the intial security deposit required from him as per tender condition. (2) If the tender is accepted, no separate agreement shall be necessary and the tender itself shall be treated as the contract. (3) For signature on the tender see rule within.

69 Page 67 of 376 GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS 1) In the event of the tender being submitted by a firm, it must be signed by each partner hereof or in the event of the absence of any partner, it must be signed on his behalf by a person or persons holding a Power of Attorney authorising him or them to do so. 2) Receipts for payments 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 which case the receipts shall be signed in the name of the firm by one of the partners or by some other person having authority to give effectual receipts for the firm. (I) The contractor shall pay along with the tender the sum of Rs. 25,75,100/- ( Rupees Twenty Five Lakh Seventy Five Thousand One Hundred only ) by way of Earnest Money. Earnest money shall be paid via online using NEFT/RTGS or payment gateway mode. The said amount of earnest money shall not carry any interest whatsoever (II) In the event of his tender being accepted, subjected to the provisions of sub-clause (iii) below, the said amount of earnest money shall be realeased after the depositing of the amount of Security Deposit payable by him under condition of General Conditions of Contract. (III) If after submitting the tender, the contractor withdraws his offer, or modifies the same, or if after the acceptance of his tender the contractor fails or neglects to furnish the balance of Security Deposit without prejudice to any other rights and powers of the Government hereunder, or in law, Government shall be entitled to forfeit the full amount of the earnest money deposited by him. (iv) In the event of his tender not being accepted, the amount of earnest money deposited by the Contractor shall, unless it is prior thereto, forfeited under the provisions of sub clause (iii) above, be refunded to him on his passing receipt therefore.

70 Page 68 of 376 3) The amount of earnest money to be deposited shall be approximately at the rate of 0.50 percent of the estimated cost of the work or at such higher percentage rate as may be fixed by the officer concerned in accordance with the provisions of paras 206 and 207 of the Public Works Department Manual 6 Edition Such earnest money should generally be paid by the contractors in the manner as per details in the tender notice. 4) The Superintending Engineer, Public Works Circle, Satara or his duly authorized assistant will open online tenders in the presence of any intending contractors who may be present at the time and will enter the amount of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, the contractor shall thereupon, for the purpose of identification, sign copies of the specifications and other documents mentioned in Rule 1. In the event of a tender being rejected, the Divisional Officer shall refund the amount of earnest money deposited by the contractor online.. 5) The Officer competent to dispose off the tenders shall have the right of rejecting all or any of the tenders without assigning the reasons.. 6) 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 on the date of submitting the tender. 7) In view of the difficult position regarding the availability of foreign exchange, no foreign exchange would be released by the Department for the purchase of plant and machinery required for the execution of the work contracted for. 8) The contractor will have to construct shed for storing controlled and valuable materials at work site having double locking arrangement. The materials will then be taken for use in the presence of the Department person. No materials will be allowed to be removed from the site of the work without permission of the Department. 9) The contractors shall also give a list of machinery in their possession and which they propose to use on the works. 10) The contractor should produce evidence of their registration in appropriate category valid on the date of submission of tender otherwise the tender will not be considered.

71 Page 69 of ) No receipt for any payment alleged to have been made by a Contractor in regard to any matter relating to this tender or the contract shall be valid and binding on the Government unless it is signed by the Executive Engineer. 12) The memorandum of work to be tendered for and the Schedule of materials to be supplied by the 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. 13) All works shall be measured net by standard measure and according the rules and customs of the Department and their rates shall be without reference to any local custom. 14) Under no circumstances shall any Contractor be entitled to claim enhanced rates for items in this contract. 15) Every registered Contractor should produce along with his tender certificate of registration as approved Contractor in the appropriate class and renewal of such registration with date of expiry. 16) All corrections and additions or pasted slips should be initialed. 17) The measurements of work will be taken according to the usual methods in use in the Department no proposals to adopt alternative methods will be accepted. The Executive Engineer s decision as to what is the usual method in use in the Department will be final. 18) A tendering Contractor shall furnish a declaration along with a 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 submitting the tender. 19) Every tenderer shall furnish 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 and a valid Income Tax Clearance Certificate or True Copy thereof duly attested by Gazetted Officer. Permanent Account Number (PAN) No.. 20) In view of the difficult position regarding the availability of foreign exchange, no foreign exchange would be released by the Department for the purchase of plant and machinery required for the execution of the work contracted for (GCD/PWD/CFM/1058/62517 of ).

72 Page 70 of ) The Contractor will have to construct shed for storing controlled and valuable materials issued to him under Schedule A of the agreement, at work site, having double locking arrangement. The materials will be taken for use in the presence of the Department person. No materials will be allowed to be removed from the site of works. 22) The Contractors shall also give a list of machinery in their possession and which they propose to use on the work in the form of Statement No. II. 23) Every registered Contractor should furnish along with the tender a statement showing previous experience and technical staff employed by him, in the Form No. V. 24) Successful tenderer will have to produce to the satisfaction of the accepting authority a valid and current licence issued in his favour under the provisions of Contract Labour ( Regulation and Abolition) Act, 1973 before starting work failing which acceptance of the tender will be liable for withdrawal and earnest money will be forfeited to the Government. (Reference Government of Maharashtra, Irrigation & Power Department s letter No. LAB 1076/1181/(666E-(17), dated 8/9/1976). 25) The Contractor shall comply with the provisions of Apprentices Act, 1961 and the rules and the orders issued thereunder from time to time. If he fails to do so, his failure will be breach of the contract and the Superintending Engineer, may in his discretion cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the Act. 26) Contractor(s) should produce original licence / attested copy of licence duly attested by Gazetted Office, having registered with the Assistant Commissioner of Labour as required as per Contract Labour (Regulation and Abolition) Act, 1970 and Maharashtra Contract Labour (regulation and Abolition) Rules 1971 after the work is awarded. 27) If the bid of the successful bidder is seriously unbalanced in relation to the Engineer estimate of the cost of work to be performed under the contract the employer may request the bidder to produce detailed price analysis for any or all items of the bill of quantities to demonstrate the internal consistency of those prices with the construction methods and schedule after the evaluation of price analysis the employer may require that the amount of performance security set forth in clause 21 be increased at the expense of the successful bidder to a level sufficient to protect the employer against financial loss in the event of default of the successful bidder under the Contract.

73 Page 71 of ) The offer of the Contractor shall remain valid for acceptance for a minimum period of 120 days from the date of opening of Envelope No. 2 (Main Tender) and thereafter until it is withdrawn by the Contractor by notice in writing duly addressed to the authority opening the tender and sent by Registered Post Acknowledgement Due. (RPAD).

74 Page 72 of 376 TENDER FOR A LUMP SUM CONTRACT ( Offer to be submitted online ) I / We do hereby tender to execute the whole of the work described in the tender documents and drawings and according to the Annexed Specification signed by and dated for the sum of Rs. (to be expressed in words and figures). Important Instructions to Tenderer must read before quoting offer The work put to tender consist of two parts viz Part A Work of the Grade Seperator Costing of Rs. 45,62,89,843/- Part-B Work of Shifting of Utilities Costing Rs. 5,87,19,494/-( For which a schedule of approx.. quantities of each item and rate is given ) The total estimated cost put to tender on which offer is to be quoted = Rs. 51,50,09,337/- The Total Offer should be given on combined for Both Parts (A+B) of the work. Payments for the work to be done on Part A Work of Grade separator will be as per payment schedule for Total offer minus estimated cost of Part B (Rs. 5,87,19,494/-). However Part B of work viz shifting of utilities includes the work schedule giving approximate quantities, rate and amount. Payments for quantities of work actually done for this Part B will be strictly made at rates shown in this Schedule of Utility Shifting. The tenderer should quote their offer on above criteria.

75 Page 73 of 376 PROFORMA FOR SUBMISSION OF TENDER BY THE CONTRACTOR (Scan copy to be uploaded by tenderer in Envelope No.-2 online) From: To: The Executive Engineer, Public Works Division, Satara Opp. To BSNL Office, Powai Naka, Satara Tender for: Construction of Flyover Bridge (Grade Separator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings). 1. Having examined the Conditions of Contract, Specifications, Drawings and Addenda, CSD, amendment, clarifications of tender No. 51/ at Sr. No 1 ( C-1) for the execution of the above named Work, I/we, the undersigned, do hereby tender to execute the whole of the work described in the tender documents and drawings and according to the Annexed Specification for lump sum part,to design, drawings, execute and complete such Works and remedy any defects therein in conformity with the Conditions of Contract, Specifications, Drawings, Design Criteria, Scope of Work and Addenda (Common set of Deviation) signed by And dated For our online offer submitted a. Lump sum offer of the contractor =Rs. (Total Offer Quoted by the tenderer minus Rs.5,87,19,494.00)/- Note: 1) Total cost put to tender (Rs, 51, 50, 09,337/-) includes cost of shifting of utilities (Rs.5,87,19,494.00/-). 2) Contractor s Lump sum offer will be worked out by above method i.e (Total Offer Quoted by the tenderer minus Rs.5,87,19,494.00)/- ) 3) Rs. 45,62,89,843/- (out of Rs, 51, 50, 09,337/-) includes grade separator work scope mentioned in the tender document excluding the cost of shifting of utilities as mentioned blow. b. Shifting of utilities - Rs.5,87,19,494.00/- (Rupees Five Crore Eighty Seven Lakhs Nineteen Thousand Four Hundred Ninety Four only)

76 Page 74 of 376 The above amount `b is worked out for known utilities (Rs.5,87,19,494.00/-) which may be required to shift or strengthen as per site condition as listed out with rates mentioned in the schedule of rates given in Schedule of Items for Utilities Shifting in tender. These utilities which will required to be shifted or strengthened will be paid separately to the contractor as per work executed on the site at actual measurement at the rates mentioned in the schedule of rates given in Schedule of Items for Utilities Shifting in tender other than the Lumpsum offer. Total Offer (a+b) = Online Offer submitted by tenderer. Note:- i) Contractor has to quote his Total offer as work scope mentioned in the tender document which should also include the cost of shifting of utilities. ii) The payment for the executed work done under shifting of existing utility shifting will be made according to the rates mentioned in Schedule of Items for Utilities Shifting attached in the tender document for shifting of Utilities. The rates will be paid at par to the contractor mentioned Schedule of Items for Utilities Shifting in the tender document. The contractor offer (above/below) will not be applicalble to Schedule of Items for Utilities Shifting. iii) Any decrease/increase in quantities under scope of shifting of utilities amount stated above related to this project will not be put forth as a claim by me/us and I/we agree that the executed quantum will be paid to us as per rates mentioned in Schedule of utility shifting of tender document. The work required under shifting of utilities will be carried out by the me/us without any claim. 2. I/We have read the General Conditions of Contract, Tender Documents and all corrigenda attached hereto and agree to abide by such conditions. 3. I/We further agree to sign an Agreement bond to abide by the General Conditions of Contract and to carry out all works according to the specification laid down in the tender documents and all corrigenda. 4. We have satisfied ourselves as to the location of the site and working conditions, tender conditions, examined the requirement of client, and have obtained all the information necessary for the successful timely completion of the work. 5. I/We hereby pay an Earnest Money Rs. /- (Rupees Only) via online mode for the said amount. Scan copy of the same is uploaded as specified in the tender.

77 Page 75 of I/We bound myself / ourselves to deposit the initial security deposit, as per the conditions/rules as prescribed within/before 15 days after receiving the Letter of Acceptance/award of work failing which I/We shall have no objection to the forfeiture of the Earnest Money in full or else the said Earnest Money shall be retained by the client towards the Security Deposit as specified in the conditions. I/We further bind myself/ourselves to execute the Agreement and to commence work within stipulated period as mentioned in General Conditions, failing which I/We agree to the Client, forfeiting the Earnest Money and Security Deposit. The client shall also be at liberty to cancel the notice of acceptance of the tender, if we fail to deposit the Security deposit amount as specified or to execute an agreement or to start as stipulated in the tender document. 7. I/We herby enclose declaration of my/our experience of execution of works of similar nature and magnitude carried out by me / us in the prescribed pro-forma and also Income Tax Clearance Certificate dated 8. I/We understand that you are not bound to accept the lowest tender or bound to assign any reasons for rejecting our tender. 9. I/We agree to keep our offer open for (120) one hundred twenty days from the date of opening of Envelope No. 2 ( Main Tender ) of the tender for this work. 10. Unless and until a formal Agreement is prepared and executed for this tender, together with your written acceptance thereof shall constitute a binding contract between us. 11. We undertake, if our Tender is acceptted, to commence the Works as soon as is reasonably possible after the receipt of the Engineer s notice to comence, and to complete the whole of the Works comprised in the contract within the time stated in Chapter-I of Volume I of the Tender. Thanking you, Yours faithfully, (Signature of Witness) Name: Address: Occupation: (Signature of Tenderer with Seal) Power of Attorney, in case the tender is signed by authorized nominees, must be enclosed.

78 Page 76 of 376 MEMORANDUM If several sub works are included they should be detailed in a separate list. (A) General Description :- NAME OF WORK : Construction of Flyover Bridge at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings) ) The amount of earnest money to be deposited shall be in accordance with the provision of paras 206, 207 of the P.W.D. Manual. Estimated Cost Rs. 51,50,09,337/- (B) Amount of earnest money Rs. 25,75,100/- to be paid via online using NEFT/RTGS or payment gateway mode. This deposit shall be in accordance with of P.W.D. Manual. (C) Security Deposit :- I) In cash or other approved Rs. 51,50,100=00 form in detailed tender notice. ii) To be deducted from Rs. 51,50,100=00 current bills Rs. 1,03,00,200= (D) Percentage if any, to be 2 % ( Two ) percent deducted from bills (to make up the total amount required as security deposit required by (C) above. Give schedule where necessary showing (E) Time allowed for the work from 24 (Twenty Four ) dates by which the the date of written order to Calendar Months various items are to be commence. including Monsoon completed..

79 Page 77 of 376 Should this tender be accepted I /We do hereby agree and bind myself / ourselves to abide by and fulfill all the conditions annexed to the said specifications or in default there of to forfeit and pay to the Governor of Maharashtra (hereinafter referred as the Government ) the penalties or sums of money mentioned in the said conditions. I / We agree that this offer shall remain open for acceptance for a minimum period of 120 days from the date fixed for opening the same and thereafter until it is withdrawn by me / us by notice in writing duly addressed to the authority opening the tender and sent by registered post A.D. or otherwise delivered at the office of such authority. Treasury / Bank Challan No. dated in respect of the sum of Rs. representing the earnest money is herewith forwarded. The amount of earnest money shall not bear interest and shall be liable to be forfeited to the Government should I / We fail to (1) abide by the stipulations to keep the offer open for the period mentioned above or (2) sign and complete the contract documents as required by the Engineer and furnish the security deposit as specified in item (d) of the Memorandum contained in paragraph above within the time limit laid down in clause (1) of the annexed General conditions of Contract. The amount of earnest money may be refunded after depositing the Security Deposit or refunded to me / us if so desired by me / us in writing, unless the same or any part thereof has been forfeited as aforesaid. Dated : (Signature of Party Tendering) (Address) (Signature of Witness) (Address) The above tender is hereby accepted by me for and on behalf of the Governor of Maharashtra. Dated the day of Executive Engineer Public Works Division, Satara.

80 Page 78 of 376 CONDITIONS OF CONTRACT Supply of Materials, etc. By the Contractor(s) Clause 1 : The contractor (s) is / are to provide every article or thing(with the exceptions noted in schedule A attached) which may be necessary and requisite for the due and proper execution of the several works included in the contract according to the true intent and meaning of the drawings and specifications taken together which are to be signed by the Executive Engineer, Public Works Division, Satara (hereinafter called the Executive Engineer) and by the contractor(s) whether the same may or may not have been particularly described in the specification or shown on the drawings, provided however that the same are reasonably and obviously to be inferred therefore. In case of any discrepancy between the drawings and the specifications the Executive Engineer shall decide which of the two is to be followed. Clause 1(a): The contractor should clearly note that the Government drawings are only outline drawings and the slight or major variations from these dimensions is no responsibility of the Government. The detailed design calculations with working drawings and specifications are to be prepared by the contractor at his own cost and submitted to Government sufficiently early for Superintending Engineer, Designs Circle, Public Works, Navi Mumbai. to scrutinize. The contractor will not be allowed to executed any part of the structure prior to the approval to design and drawing of that part by the Superintending Engineer, Designs Circle, (P.W.) Navi Mumbai. Execution of Work Clause 2 : the contractor(s) shall set out the whole of the works asper approved drawings and details supplied to him and during the progress of the works shall set right as ordered by the Executive Engineer or his agent any errors which may be found therein and shall provide all necessary labour and materials for the purpose. The contractor(s) shall also provide all plants, labour and materials (with the

81 Page 79 of 376 exceptions noted in Schedule A attached) which may be necessary and requisite for the works and which if accepted shall be paid for at the rate given in schedule hereto annexed. All materials and workmanship are to be the best of their respective kinds. The contractor(s) shall leave the works in all respect clean and perfect at the completion thereof. Clause 2 (a) : I/We agree that this offer shall remain open for acceptance of minimum period of 120 days from the date of opening of Envelope No.2 and thereafter until it is withdrawn by me/us by notice in writing duly addressed to the authority opening the tender and sent by registered A.D. or otherwise delivered at the office of such authority. Clause 3 : Complete copies of the drawings and specifications signed by the Contractor and approved by Superintending Engineer, Designs Circle, Bombay shall be furnished by him to the Executive Engineer for his / their own use and the same or copies thereof shall be kept on the work in charge of the contractor s agent who is to be constantly kept on the work site by the Contractor(s) and to whom the instructions can be given by the Executive Engineer. The Contractor(s) shall not sublet the works or any part thereof without the consent in writing of the Executive Engineer. Control over work Clause 4 : The Executive Engineer or his authorized representative shall have at all times access to the works which are to be entirely under his control. He may require the contractor(s) to dismiss any person in the Contractor(s) employment upon the works if such person is in his opinion incompetent or misconduct himself and the contractor(s) shall forthwith complete with every such, requirement. Alterations in drawings or specifications etc.. Clause 5 : The Contractor(s) shall not vary or deviate from theapproved drawings or specification or execute any extra work of any

82 Page 80 of 376 kind whatsoever unless upon the express authority of the Executive Engineer which shall be obtained by an order in writing of the Executive Engineer or by plan or drawing expressly given or signed by him as an extra work or variation or by any subsequent written approval signed by him. In case of daily labour all vouchers for the same shall be delivered to him by the Executive Engineer or the officer in charge at the latest during the work following that in which the work may have been done and only such day work is to be allowed for as may have been authorized by Executive Engineer to be so done unless the work cannot from its character to be properly measured and valued. Depth of Foundation. The foundation shall be carried to the depths in suitable strata, shown in the drawing but if the Executive Engineer is of the opinion that they should be shallow or deeper and so directs the contractor in writing, the difference in the depths exceeding 0.30 meter will be dealt with as far other items according to clause 6 below. The power to make additions and alterations in drawings or specifications etc. Such Alterations do not invalidate the contract. Clause 6 : The Executive Engineer shall have power to make any alteration in, or addition 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 with consultation of Superintending Engineer, Designs Circle, Navi Mumbai and the Contractor(s) shall be bound to carry out the work in accordance with any instructions which may be given to him / them in writing signed by the Executive Engineer and such alteration shall not invalidate the Contracts and any additional work, which the contractor(s) may be directed to do in the manner above specified as part of work any curtailment of work as design which may be found necessary during the period of construction shall be carried out or/omitted by the contractor on the same conditions in all respects on which he/they agree to do the main work.

83 Page 81 of 376 Rates for work not entered in the estimate or Schedule of Rates of the Division The additional or the curtailed work shall be carried out or omitted at the rates of entered in the contract and if the additional or altered work includes any class of work for which no rate is specified in this contract, then such class of work shall be carried out at the rates entered in 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. If the additional or altered work for which no rate is entered in the Schedule of Rates of the Division, is ordered to be carried out before the rates are agreed upon then the contractor shall within seven days of the date of receipt by him/ them of the order to carry out the work inform the Executive Engineer of the rate which he/they propose to charge for such class of work, and if the Executive Engineer does not agree to this rates he shall notice in writing be at liberty to cancel his order to carry out such manner as he may consider advisable; provided always that if the contractor(s) shall commence work or incur any expenditure in regard hereto before the rates shall have been determined as lastly herein-before mentioned, then in such case he/they shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him/them prior to the date of such determination of the rates as aforesaid according to such rate or rates as may be fixed by the Executive Engineer. In the event of dispute, the decision of the Superintending Engineer of Circle shall be final. The time limit for the completion of the work shall be extended or curtailed in the proportion that the increase or decrease in its costs, occasioned by alterations or additions or curtailment, bears to the cost of the original contract work and the certificate of the Engineer-incharge as to such proportion shall be conclusive. Materials left on site. Clause 7 : All work and materials brought and left upon the site ofthe work either by the contractor(s) or by his/their orders for the purpose of forming part of the work are to be considered to be the property of the Government of Maharashtra and the same shall not be removed or taken away by the Contractor(s) or any other persons without the special leave or consent in writing of the Executive Engineer, but the

84 Page 82 of 376 Government shall not in any way be answerable for any loss or damage which may happen to or in respect of any such work or materials on account of the same being lost or stolen or injured by weather or otherwise. Removal and substitution of materials. Clause 8 : The Executive Engineer shall have full power to require the removal from the premises of all material, which, in his opinion, are not in accordance with the specification and in case of default the Executive Engineer shall be at liberty to employ other persons to remove the same without being answerable or accountable for any loss or damage that may be caused to such materials. The Executive Engineer shall also have full power to requisite other proper materials to be substituted and in case of default the Executive Engineer may cause to be supplied and all cost which be incurred in such removal and substitution shall be borne by the Contractor(s). Workmanship Clause 9 : If in the opinion of the Executive Engineer any work or part thereof is executed with improper materials or defective workmanship the Contractor(s) shall when required by the Executive Engineer, forthwith re-execute the same substitute proper materials and workmanship and in case of default by the Contractor (s) in so doing within a week from the date of the requisition the Executive Engineer shall have full power to employ other persons to re-execute the work and the cost thereof shall be borne by the Contractor(s). Action and compensation payable in case of bad work. Clause 10 : If at any time before security deposit or any part thereof is refunded to the contractor, it shall appear to the Engineer-in-charge or his sub-ordinate-in-charge of the work, that any work has been executed with unsound imperfect or unskillful workmanship or with materials of inferior quality, or that any materials or articles provided by him for the execution of the work are unsound, or of a quality, inferior to that contracted for, or are otherwise not in accordance with the contract, it shall be lawful for the Engineer-in-charge to intimate this fact

85 Page 83 of 376 in writing to the contractor and then notwithstanding the fact that the work, materials or articles complained of may have been inadvertently passed, certified and paid for, the contractor shall be bound forthwith to rectify or remove and reconstruct the work so specified in whole or in part, as the case may require, or if so required, shall remove the materials or articles so specified and provide other proper and suitable materials or articles at his own charge and cost; and in the event of his failing to do so within a period to be specified by the Engineer-in-charge in the written intimation aforesaid, the contractor shall be liable to pay compensation at the rate of one percent on the amount of the estimate for every day not exceeding ten days, during which the failure so continuous and in the event of any such failure as aforesaid the Engineer-in-charge may rectify or remove, and re-execute the work or remove and replace the materials or articles complained of, as the case may be, at the risk and expense in all respects of the contractor. Should the Engineer-in-charge consider that any such inferior work materials as described above may be accepted or made use of, it shall be within his discretion to accept same at such reduced rates as he may fix therefore. Maintenance and repairs of the Bridge during guarantee period. Contractor liable for imperfections for Five Years after certificate. Clause 10 (A) : If during the period of 60 months (sixty months) for bridge (Grade Separtor with its approaches & Service Roads) works from the date of completion as certified by the Engineer-In-Charge pursuant to clause 14 of the contract in the opinion of the Executive Engineer, the said work is defective in any manner whatsoever, the contractor shall forthwith on receipt of notice in that behalf from the Executive Engineer, duly commence execution and completely carry out at his cost in every respect all the work that may be necessary for rectifying or setting right the defects specified there including dismantling and reconstruction of unsafe portion strictly in accordance with and in the manner prescribed and under the supervision of the Executive Engineer. In the event of the contractor failing or neglecting to commence execution of the said rectification work within the period prescribed therefore in the said notice and/or to complete the same as aforesaid as required by the said notice the Executive Engineer may get the same executed and carried out departmentally or by any other agency at the risk on account and at

86 Page 84 of 376 the cost of the contractor. The contractor shall forthwith on demand pay to the Government the amount of such costs, charges and expenses sustained or incurred by the Government of which the certificate of the Executive Engineer shall be final and binding on the Contractor. Such costs, charges, expenses shall be deemed to be arrears of land Revenue and in the event of the contractor failing or neglecting to pay the same on demand as aforesaid without prejudice to any other rights and remedies of the Government the same may be recovered from the contractor as arrears of land revenue. The Government shall also be entitled to deduct the same from any amount which may then be payable or which may thereafter become payable by Government to the Contractor(s) either in respect of the said work or any other work whatsoever or from the amount of security Deposit retained by the Government. Responsibility of Contractor due to damage by Fire etc. Clause 11 : From the commencement of the works to the completion of the same that work shall be under the Contractor(s) charge. The Contractor(s) shall be held responsible for any damage done to the same by fire or any other cause and he/they shall be liable to make good all such damage and to carry out any repairs which may be rendered necessary to the same by fire or other causes and they are to hold the Government harmless from any claims for injuries to persons for structural damage to property happening from any neglect or default, want of proper care or misconduct on the part of the Contractor(s) or of any one in his/their employee during the execution of the work. Execution of works not included in the contract Clause 12 : The Executive Engineer shall have full power to send workmen upon the premises to execute fittings and other works not included in the contract and for which the Contractor(s) shall afford every reasonable facility during ordinary working hours, provided that such operations shall be carried on in such a manner as not to impede the progress of the work included in the contract. The Contractor(s) shall not however be responsible for any damage which may happen to or be occasioned in the execution of any such fitting or other works.

87 Page 85 of 376 Action when the work is not completed Clause 13 : The work comprised in this tender shall be commenced immediately upon its acceptance and as soon as possession of the site can be had. The whole work including all additions and variations as aforesaid (but excluding such, if any as may have been postponed by an order from Executive Engineer) shall be completed in every respect by the Contractor(s) within stipulated time and if from any cause whatever (other than willful obstruction or default on the part of the Executive Engineer or his staff) and accept as hereinafter provided the whole of such work shall not be finished to the satisfaction of the Executive Engineer within the stipulated or appointed contractor period, the Contractor(s) shall forfeit and pay to Government by way of ascertained and liquidated damages for each default the sum equal to 1% or such smaller amount as the Superintending Engineer (Whose decision in writing shall be final) may decide of the amount of the said estimated cost of the whole work as shown in the tender for every day that such default continuous provided always that the total amount of compensation to be paid under the provision of this clause and clause 22 shall not exceed 10% of the estimated cost of the work as shown in the tender, the amount of such damages, if any may be deducted by way of set-off from any unpaid portion of the contract price or may be otherwise recovered from the Contractor(s) and shall be brought into account by the Executive Engineer when setting the Contractor s (s) account s for his final certificate as hereinafter provided. Extension of time on account of alterations. Provided never the less that if the Contractor(s) shall be of the opinion that he/they are entitled to any extension of time on account of the works being altered, varied or added to or on account of any delay by reason of any inclement whether or other beyond the control of the Contractor(s) or in consequence of orders to that effect from the Executive Engineer himself (which orders the Executive Engineer is hereby empowered to make), then any such case or cases it shall be competent for the Executive Engineer by an order in writing to the extent the aforesaid period for final completion by such period or periods as he may deem responsible and the Contractor(s), shall thereupon complete the work or works within such extended period or periods as aforesaid further that the Contractor(s) shall not be entitled

88 Page 86 of 376 to any extension of time unless he/they shall within thirty days (30 days) after the happening of the event in respect of which he / they shall consider himself/themselves entitled to any such extension of time, give to the Executive Engineer written notice of such claim for the extension of time and or the ground or grounds therefore and of the period thereof unless in any case the Executive Engineer shall in his discretion dispense with such notice and certify the extension of time. Provided further that in cases in which any extension of time has been granted, the aforesaid provisions relating to payment of damages for default in completion of the work within the time so extended shall apply. The above provisions regarding extension of time shall not apply to any extra work involved in the extra depth of foundation mentioned in clause - 5. Final certificate Clause 14 : On completion of the work the Contractor(s) shall be furnished with a certificate by the Executive Engineer of such completion but no such certificate shall be given nor shall the work be considered to be complete until the Contractor(s) shall have removed from the premises on which the work shall have been executed all scaffolding, surplus materials and rubbish, and shall have cleaned off the dirt from all wood work of temporary shed, Bund of cofferdam and service road in river and other parts of any Bridge, in or upon which the work has been executed or of which he/they my have had possession for the purpose of executing the work, nor until the work shall have been measured by the Executive Engineer or where the measurements have been taken by his subordinate until they received the approval of the Executive Engineer the said measurements being binding and conclusive against the Contractor(s). If the Contractor(s) shall fail to comply with the requirements of this clause as to the removal of scaffolding, surplus materials and rubbish, and cleaning of dirt on or before the date fixed for the completion of the work the Executive Engineer may, at the expense of the Contractor(s) 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(s) shall forthwith pay the amount of all expenses so incurred, but shall

89 Page 87 of 376 have no claim in respect of any such scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale thereof. Action when Contractor becomes bankrupt etc. Clause 15 : If the Contractor(s) shall become bankrupt or shallcompound with or make any assignment for the benefit of his/their creditor, or shall suspend or delay the performance of his/their part of the contract(except on account of causes mentioned in clause 13 or in consequence of his/their not having proper instructions for which the Contractor(s) shall have duly applied) the Executive Engineer may give to the Contractor(s) his/their assign or trustee, as the case may be, written notice requiring the works to be proceeded with and in case he does not received any satisfactory reply from the Contractor(s) or his/their assign or trustee within a period of seven days from such notice, it shall be lawful for the Executive Engineer to enter upon and take possession of the works and to employ any other person or persons to carry on and complete the same and to authorized him or them to use the plant materials and any other property of the Contractor(s) upon the works and in any such even the costs and charges which may be incurred in carrying on the completing the said works shall be payable to Executive Engineer against any moneys due or to become due to the contractor(s). Payment to Contractor for work done Clause 16(a) :At the end of every calendar month or at an earlier interval joint measurements of the work done and materials lying at site shall be taken, payment will be made to the Contractor(s) for work done at the rates shown the Schedule of payment incorporated in this agreement or ( schedule of payment) and on prorate basis, when a particular event mentioned in Schedule of payment is not complete in all respects. Clause 16(b) : Advance on materials brought to the site should be given according to rules of the department for payment of secured advance.

90 Page 88 of 376 Clause 17 : The Certificate of the Executive Engineer hereinafter Certificate referred to showing the final balance due or payable to the Contractor(s) shall be conclusive evidence of the works having been duly completed and that the Contractor(s) shall be entitled to receive payment of the final balance in accordance with such certificate, but without prejudice to the liability of the Contractor(s) under the provisions of Clause No compensation for alteration in or restriction of work to be carried out Clause 18 : If at any time after execution of the contract documentsthe Executive Engineer shall for any reason whatsoever, not require the whole or any part of the work as specified in the tender to be carried out the Executive Engineer shall give notice in writing of the fact to the Contractor(s) who shall thereupon have no claim to any payment or compensation whatsoever on account of any profit or advantage which he/they might have derived from the execution of the work in full but which he/they did not drive in consequence of the full amount of the work not having been carried out neither shall he/they have any claim for compensation by reason of any alteration having been made in the original specifications, drawings, designs and instructions which may involve any curtailment or increase of the work as originally contemplated. No claim to compensation on account of loss due to delay in supply of materials by Government Clause 18 (A) : 1) The Department shall not supply any material to the contractor. The contractor shall make his own arrangements for procurement of materials such as cement, steel, H.T.steel, bitumen etc, All the material shall be respective kind described in the contract and in accordance with the Engineer s instructions and shall be subjected for time to time such tests as the engineer may direct at the site and /or approved laboratory. The contractor shall provide such assistance instruments, machinery, labour and material as a normally required for examining measuring and testing or any material weight or quantity of any material used and shall supply samples or materials before incorporation in the works for testing as may be selected and required by the Engineer.

91 Page 89 of 376 2) All the samples required for test as per (3) below shall be supplied by the contractors at his own cost. 3) The cost of making any test shall be borne by the contractor for the number of tests required as per frequency prescribed by Department vide B & C Department vide circular no. Qcl-1069/ , dated ( compendium for construction of bridges for material used in bridge work) and as per frequency prescribed M.O.S.T. specifications for road and bridges, 1995 ( III rd Revision) for materials used in road works. 4) In addition if the Engineer-In-Charge direct to have additional tests to verify the quality of materials such tests will also be carried out by the contractor. If the results of such additional tests are found satisfactorily the cost of such additional tests will be borne by the Department. However if results of such additional tests are found unsatisfactory then the cost of such tests will be borne by the contractor. Compensation under the workmen s Compensation Act. Clause 19 : The Contractors(s) shall be responsible for and shall payany compensation to his workmen which may be payable under the workmen s compensation Act, 1923 (VII of 1923) (hereinafter called the said Act) for injuries suffered by them. If such compensation is paid by the Government as principal under sub-section (1) of section 12 of the said Act on behalf of the Contractor(s) it shall be recoverable by the Government from the Contractor(s) under sub-section (2) of the said section, and such compensation shall be recovered in accordance with the conditions notified at the time of inviting tenders. Clause 19 (A) : The Contractor shall be liable to pay the expenses of providing medical aid to any workman who may suffer any injury as a result of an accident at or near the work side whether on duty or off duty and whether such accident takes place on a holiday or on a working day. It shall be open to Government to incur the requisite expenses for providing such medical aid and to recover the same from the contractor. The Certificate of the Executive Engineer as to amount of expenses

92 Page 90 of 376 actually incurred on providing such medical aid shall be final and conclusive against the contractor. Payment of quarry fees, royalties etc. Clause 20 : All quarry fees, royalties, octroi dues and ground rate for stacking materials, if any shall be paid by the Contractor. Security Deposit Clause 21 : The person/persons whose tender may be accepted(herein-after called the Contractor), which expression shall unless excluded by or repugnant to the context include his heirs, executors, administrators and assigns shall (a) (within ten days which may be extended upto 15 days by the Superintending Engineer concerned if the Superintending Engineer thinks fit to do so for a contract of over Rs. 10,000/- of the receipt by him of the notification of the acceptance of his tender) deposit with the Executive Engineer (if deposited for more than 12 months) a sum sufficient which will make up the full security deposit specified in the tender. (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 TWO percent of all moneys so payable, such deductions to be held by Government by way of security deposit, PROVIDED ALWAYS that in the event of the Contractor depositing a lump sum by way of security deposit as contemplated at (a) above, then and in a such case, if the sum so deposited shall not amount 4 % (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 4 % (four percent) by deducting a sufficient sum from every such payment as last aforesaid until the full amount of the security Deposit is made-up. All the compensation or other sums of money payable by the contractor(s) to Government under the terms of this contract including hire charges of machinery and sums recoverable on account of making good the damage of the machinery hired out by the contractor under separate agreement or agreements may be deducted from or paid by the sale of a sufficient part of his security deposit or from the interest arising from or from any sums which may be due or may become due by Government to the contractor under any other contract or transaction of

93 Page 91 of 376 any nature on any account whatsoever and in the event of his security deposit being deducted by reason of any such deduction or sale as aforesaid as contractor shall within ten days thereafter make good in cash or Government securities endorsed as aforesaid any sum or sums which may have been deducted from or raised by sale of his security deposit of any part thereof. The security deposit referred to when paid in cash may at the cost of the depositor be converted into interest bearing securities provided that the depositor has expressly desired in writing. If the amount of the security deposit to be paid in a lump-sum within the period specified at (A) above is not paid the tender/ contract already accepted shall be considered as cancelled and legal steps taken against the contractor for recovery of the amounts. The amount of security deposit lodged by a contractor shall be refunded along with the payment of final bill, If the date upto 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 final bill. The amount of security deposit retained by the Government shall be released after expiry of the period upto 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 upto which the contractor has agreed to maintain the work in good order, then subject to provision of clause 10,10A and 14 hereof the amount of security deposit retained by the Government shall be adjusted towards the extra cost incurred by the Department on rectification work. Compensation for delay Clause 22 : The time allowed for carrying out the works as entered inthe tender shall be strictly observed by the Contractor(s) and shall be reckoned from the date on which the order to commence work is given to the Contractor(s). The work shall through the stipulated period of the contract to proceed with, with all due diligence (time being deemed to be of the essence of the contract on the part of the Contractor(s) and if the Contractor(s) makes/make default therein) he / they shall pay as compensation the sum which may be determined under Clause - 13.

94 Page 92 of 376 And further to ensure good progress during the execution of the work, the Contractor(s) shall be bound, in all cases in which the time allowed for any work exceeds one month to complete. Sr.No Details of Work to be Completed Cummlative Time Period 1. Clearing site, setting out and taking 1 Months bores and preparing of detailed design and approval thereto. 2. foundation 15 Months 3. sub-structure 18 Months 4. Closed Box Portion 21 Months 5. Service Road including Earthwork, GSB, WMM & Bitumimious coat. 6. Completion of miscellaneous items, wearing coat, Railing, parapets, kerbs etc. Total 23 Months 24 Months 24 Months Full work will be completed in 24 Calendar Months. ( Including monsoon.) NOTE : The schedule of progress of work based on design of contractor approved by the Department shall be chalked out mutually by the contractor and the Executive Engineer and to got approved from Superintending Engineer immediately after issue of work order. Action under clause 22 shall be taken as per aforesaid schedule. Not withstanding this fact the contractor has to complete100% work in the 24 (Twenty Four) calendar months including monsoon from the date of issue of the work order. In the event of the Contractor(s) failing to comply with any of these conditions he/they shall be liable to pay as compensation amount equal to 1%, 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 provisions of this clause shall not exceed 10 percent of the estimated cost of the whole work as shown in

95 Page 93 of 376 the tender. Clause 23 : If the progress of any particular portion of the work is Action when the progress of any particular portion of the work is unsatisfactory. unsatisfactory, the Executive Engineer shall not withstanding that the general progress of the work is in accordance with the conditions mentioned in Clause 21, be entitled to take action under clause 10 after giving the Contractor(s) 10 days notice in writing. The Contractor(s) will have no claim for compensation for any loss sustained by him/them owing to such action. Liability for damages arising from non provision of light fencing etc. Clause 24 : The contractor(s) shall provide all necessary fencing and lights required to protect the public from accident and shall be bound to bear the expenses of defense of every suit, action or other legal proceeding that may be brought by any person for injury sustained by him owing to neglect of the above precautions and to pay any damages and costs which may be awarded to any such person in any such suit, action or proceedings or which may, with the consent of the Contractor(s), be paid for compromising any claim by any such person. Liability of Contractor for any damage done in outside work Clause 25 : Compensation for all damages done intentionally or unintentionally by Contractor(s) labour whether in or beyond the limits of Government property including any damage causes by the spreading of fire mentioned in Clause - 11 shall be estimated by the Executive Engineer or such other officer as he may appoint and the estimate of the Executive Engineer subject to the decision of the Superintending Engineer or appeal, shall be final, and the contractor(s) shall be bound to pay the amount of the assessed compensation on demand; on his/their failure to do so the same will be recovered from the Contractor(s) damages in the manner prescribed in clause 13 of or deducted by the Executive Engineer from any sums that may be due or may become due from the Government to the Contractor(s) under this contract or otherwise. Work on Sunday Clause 26 : No work shall be done on Sunday without the sanction in writing of the Executive Engineer.

96 Page 94 of 376 Clause 27 : Minimum age of persons employed the employment of donkeys and 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 breeching of string or thin rope. The breeching must be at least three inches (7.5cms) wide and should be of tape (Nawar) iii) No animal suffering from sores, lameness or emaciation or which is immature shall be employed on the work. iv) The Executive Engineer or his agent is authorised to remove from the work any person found working which does not satisfy these conditions and no responsibility shall be accepted by the Government for any delay caused in the completion of the work by such removal. v) a) The contractor shall duly comply with all the contract labour (Regulation and Abolition) act 1970 (37 of 1970) and the Maharashtra contract labour (regulation and abolition) rules 1971 as amended from time to time and all other relevant status and statutory provisions concerning payment of wages particularly to workmen employed by the contractor and working on the site of the work at the rate prescribed under the Maharashtra Contract Labour (Regulation and abolition) Rules If the contractor fails or neglects to pay wages at the said rate or makes short payment and the Government makes such payment of wages in full or part thereof less paid by the contractor as the case may be, the amount to be paid by the Govt. to such worker shall be deemed to be arrears of land revenue and the Govt. shall be entitled to recover the same as such from the contractor or deduct the same from amount payable by the Government to the contractor hereunder or from any other amounts payable to him by the Government.

97 Page 95 of 376 b) The dispute shall be referred without any delay to the Executive Engineer who shall decide the same, the decision of the Executive Engineer shall be conclusive and binding on the contractor, but the existence of the dispute or the decision, if any of the Executive Engineer shall not in any way affect the condition in the contract regarding in the period during which the work is to be completed or the payment to be made by the Government at the sanctioned tender rates. vi) vii) Contractor shall provide drinking water facilities to the workers and same similar amenities shall be provided to the workers engaged on large work in urban areas. Contractor to take precaution against accident which takes place on account of labour using loose garments who are working near machinery. Method of Payment Clause 28 : Payment to Contractors will be made by cleareance system. electronic Acceptance of Conditions compulsory before tendering for work. Clause 29 : Any Contractor who does not accept these conditions shall not be allowed to tender for works and his name shall be removed from the list of Contractors. Employment of scarcity labour Clause 30 : If Government declares a state of scarcity or famine to exit in any village situated within 10 miles of the work the piece worker/contractor shall employ upon such parts of the work, as are suitable for unskilled labour, any person certified to him by the Executive Engineer, or by any persons to whom the Executive Engineer may have delegated this duty in writing, to do in need or relief and shall be bound to pay 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

98 Page 96 of 376 shall be decided by the Executive Engineer whose decision shall be final and binding on the Contractor. Employment of local labour. Clause 31 : The contractor shall employ the unskilled labour to beemployed by him on the said work only from locally available labours and shall give preference to those persons enrolled under Maharashtra Government Employment and self employment Departments Scheme. Provided however that if the required unskilled labours are not available locally, the contractor shall in the first instance employ such number of persons as is available and there after with previous permission in writing of the Executive Engineer in charge of the said work obtained the rest of requirement of the unskilled labour from outside the above scheme. Clause 32 : All amounts whatsoever which the contractor is liable topay to the Government in connection with execution of the work including the amount payable in respect of :- (I) (ii) materials and / or stores supplied / issued hereunder by the Government to the Contactor 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 fights and remedies of the Government recover the same from the Contractor as arrears of land revenue. Action when whole of the security deposit is forfeited. Clause 33 : Contractor(s) shall comply with the provision of theapprentices Act, 1961( III of 1961) the rules made there under and orders they may issued there under from time to time under the said act and the said rules and on his failure or neglect to do so he shall be subject to all liabilities penalties provided by the said act and said rules. Clause 34 : In case in which under any clause of this contract thecontractor shall have rendered himself liable to pay compensation

99 Page 97 of 376 amounting to the whole of his security deposit (whether paid in one sum / deducted by installments ) or in the case of abandonment of the work owing to serious illness or death of the Contractor or any other cause, the Executive Engineer, on behalf of the Governor of Maharashtra shall have power to adopt any of the following courses as he may deem best suited to the interest to Government. (a) To rescind the contract (of which rescission notice in writing to the Contractor under the hand of the Executive Engineer shall be conclusive evidence) and in that case the security deposit of the Contractor shall stand forfeited and absolutely at the disposal of Government. (b) To carry out the work or any part of the work Departmentally debiting the Contractor with cost of the work expenditure incurred on tools and plant and charges on additional supervisor staff including the cost of work charged establishment employed for getting the un-executed part of the work completed and crediting him with the value of the work done departmentally in all respect in the same manner and at the same rates as if work had been carried out by the Contractor under the terms of contract. The certificate of the Executive Engineer as to the cost and other allied expense so incurred and as to the value of work so done departmentally shall be final and conclusive against the Contractor. (c) To order that the work of the contractor be measured up and to take such part there-of as shall be unexecuted out of his hands and to give it to another contractor to complete in the which case all expenses incurred on advertisement for fixing a new agency additional supervisory staff including the cost of work charged establishment and cost of the work and other expenses, incurred as aforesaid 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.

100 Page 98 of 376 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 this contract unless and until the Executive Engineer, shall have certified in writing the performance of such work and the amount payable to him in respect thereof and he shall only be entitled to be paid the amount so certified. In the event of either of the course 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 how-so-ever, or from his security deposit or the sales proceeds thereof provided however, 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 course mentioned in clause (a) (b) or (c) is adopted by the Executive Engineer, the Contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased, or procured any materials or entered into any engagement or made advance on account of or with a new to the execution of the work or the performance of the contract. Clause 35 : The tender rates are inclusive of all taxes, rates, cesses and arealso inclusive of the tax in respect of sale by transfer of property in goods involved in the execution of a work contract under provision of Rule 58 of Maharashtra Value Added Tax Act 2005, for the purpose of levy of Tax. Clause 36 : Condition For Maleria Eradication a) The anti-maleria and other health measures shall be as directed by the Joint Director (Malaria and Filaria) of Health Services, Pune. b) Contractor shall see that mosquitozenic conditions are not created so as to keep vector population to minimum level.

101 Page 99 of 376 c) Contractor shall carry out anti malaria measures on the area as per guidelines prescribed under National Malaria Eradication Program and as directed by the Joint Director (M.F.) of Health Services, Pune. d) In case of default in carrying out prescribed anti-maleria measure resulting in increase in Malaria incidence contractor shall be liable to pay to Government the amount spent by Government on anti-maleria measures to control the situation in addition to fine. e) RELATION WITH PUBLIC AUTHORITIES :- The contractor shall make sufficient arrangement for draining away the sullage water as well as water coming from the bathing and washing places and shall dispose off this water in such a way as not to cause any nuisance. He shall also keep the premise clean by employing sufficient number of sweepers. The contractor shall comply with all rules, regulations, byelaws and directions given from time to time by any local or public authority in connection with this work and shall pay fees or charges which are leviable on him without any extra cost to Government. Contractor shall have to provide sanitary arrangements like bath, W.C. etc. for labours. Note :- In case the provision of this form C conflict with those in detailed type provision and conditions attached to this tender, the detailed type provisions and conditions would be prevail over the form C. Clause 37 : Design Consultant for this work will have to be appointed by the Contractor for scrutiny of design etc. in consultation with the Department, Whosefees will be paid by the contractor. Clause 38 : Condition Relating to Insurance of Contract Works:- Contractor shall take out necessary Insurance policy / policies so as to provide adequate insurance cover for execution of the awarded contract work for total contract value and complete contract period COMPULSORILY from the :Directorate Of Insurance, Maharashtra State, Mumbai only. Its postal address for correspondence is : "264, MHADA, First Floor,Opp. Kalanagar, Bandra (East), MUMBAI (telephone NoS , and Fax No ) Similarly all workmen appointed to complete the contract work are required to insure under Workmen s Compensation Insurance

102 Page 100 of 376 Policy. Insurance policy/ policies taken out from any other company will not be accepted. If any contractor have effected insurance with any Insurance Company, the same will not be accepted and 1% of the tender amount or such amount of premium calculated by the Directorate of Insurance will be recovered directly from the amount payable to the contractor for the executed contract work and paid to the Director of Insurance Fund, Maharashtra State Mumbai. The Director of Insurance reserves the right to distribute the risks of insurance among the other insures. Clause 39 - Building and Other Construction Workers Welfare Cess As per Government of Maharashtra, Industry, Energy & Labour Deptt. G.R. No. BLA 2009/Pra.Kra.108/Kamgar-7A, dt. 17/6/2010 & Public Works Department Circular No. BDG-2010/Pra.kra. 277/Building-2, dated 28/09/2010, Building and Other Construction Workers Welfare Cess at one percent or at the rates amended from time to time as intimated by the competent authority under Building and Other Constructions Worker Welfare Act 1996 will be deducted from the Bill amount, whether measured Bill, advance payment or Secured Advance.

103 Page 101 of 376 SCHEDULE A NAME OF WORK : Construction of Flyover Bridge at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings) Sr. No. Particulars Qty Unit Rates at which the material will be charged to the contractor Place of Delivery In figures In words Nil...

104 Page 102 of 376 ADDITIONAL CONDITIONS FOR MATERIALS ( CEMENT, MILD STEEL..H.Y.S.D. BARS, TMT BARS, ASPHALT ETC.) BROUGHT BY THE CONTRACTOR 1. All the materials such as cement, asphalt, steel etc. shall be procured by the contractor from approved Government institution or as directed by Engineer-in-charge only. The material shall be brought at the site of work well in advance by the contractor. The gate pass of the asphalt etc. shall be examined by the authorized representative of the Engineer-in-charge. 2. The contractor shall submit periodically as well as on completion of work, an account of all materials used by him on the work. In addition, a separate register shall be maintained on site for recording daily item wise asphalt, cement and steel consumption and also item wise consumption of the other material. This shall be signed daily by contractor or his representative and representative of Engineer-in-charge. 3. All the material such as Asphalt, Cement etc. required for the work shall be procured from the approved Govt. Institution or as directed by Engineer-in-charge only. The material from any other source in lieu of the approved Institution shall not be allowed except under written permission from the Executive Engineer. In such case, certificate for its quality shall be produced by the contractor and samples of materials shall be tested from any Govt. Laboratory by the contractor at his own cost and the test result be supplied to the Department. The materials not conforming to the required standard shall be removed at once from the site of the work by the contractor at his own cost. All the materials such asphalt etc. required for use in the work shall be conforming to the concerned I.S. / M.O.R.T. & H. specification. The contractor shall get necessary tests carried out to the frequency specified for each material in the specification and submit the test result to the Engineer-in-charge or his authorized representative. These materials shall be used on work by the contractor, only if the tests thereof are found satisfactory in the Engineer-in-charge or his authorized representative. These materials shall be used on work by the contractor, only of the tests thereof are found satisfactory to the Engineer-in-charge or his authorized representative. For the purpose of daily testing of material such as metal sand, rubble etc. The contractor shall make his own arrangement to install a well equipped laboratory at the site of work at his own cost. The Contractor shall employ qualified personnel in this laboratory at his own cost. The responsibility of carrying out tests to the frequency specified for the material shall rest with the contractor & abide to get tested material from Regional Laboratory of P. W. D. as per norms prescribed by Engineer-In-Charge. 4. Contractor shall construct at his own cost shed/sheds as per direction of the Engineerin-charge of the work for storing the material and provide double locking arrangements. The Store shed such constructed shall be removed on completion of work. The contractor shall take all necessary steps to guard the material brought for work. 5. The contractor shall make his own arrangements for the safe custody of the materials brought by him on site of work. 6. The charges for conveying of materials for place of purchase by the contractor on the site of work and the actual spot on work site as well as Regional Laboratory of Govt. shall be entirely borne by the contractor No claims on this account shall be entertained.

105 Page 103 of A separate register shall be maintained by the contractor on site for recording details item wise asphalt, cement and steel consumption of the work. This register shall be signed by the contractor or his authorized representative and got signed from the representative of the Engineer-in-charge. The whole responsibility of maintaining the record lied with the contractor. 8. The material required only for this work shall be kept in the godown at site. No. materials shall be shifted out side of the godown except for which this agreement is entered without prior approval of the Engineer-in-charge. 9. The contractor shall produce sufficient documentary evidence i.e. bill for the purchase, octroi receipts etc. for the purchase of material brought on the work site at once if so request by the Department. 10. All these material i.e. cement, steel, bitumen etc. shall be protected from any damages, rains etc by the contractor at his own cost. 11. The contractor will have to erect temporary shed of approved specification for storing of above materials at work site having double lock arrangement (by double lock it is meant the 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 doors shall be openable only after both locks are opened. 12. If required, the weighment of cement bags/steels/bitumen etc. brought by the contractor shall be carried out by the contractor at his own cost. 13. The contractor shall not use cement and other material for the work to be executed outside the scope of this contract except for such this work as may be decided by the Engineer-in-charge. 14. The Government shall not be responsible for the loss in cement and steel during transit to work site. The cement brought by the contractor at the work site store shall mean 50 Kg. Equivalent cubic meter per bag by weight. The rate quoted should correspond to this method of reckoning. In case of ordinary/ controlled concrete. if cement is found short, the short/storages will be made good by the contractor at his cost. 15. Indemnity : The condition regarding Indemnity as defined on pages at Sr. No. 4 will applymutates-mutandis is case of material brought by contractor at the site for the execution of the work being executed under this contract. 16. The Contractor should keep the record of material brought on site and used / consumed for various items in the proforma prescribed by the Department from time to time. Some copies of proforma are attached herewith, under the Supervision of representative of Engineer-In-Charge. 17. ENSURING GRADE OF ASPHALT BROUGHT ON SITE BY THE CONTRACTOR It shall be mandatory on the part of the contractor to procure the asphalt from Government owned Refinery only. The contractor shall communicate the schedule of arrival of bouzer of asphalt to the Engineer- in-charge in advance. Apparatus and equipment for testing grade of asphalt shall be made available by the contractor at site. If the grade of asphalt is found as per specification written permission will be given for unloading the bouzer by the Engineer in-charge, otherwise written instructions will be given for not using the same on site. ( Please refer Government Circular ( Marathi) No. Misc 2005/CR-187/ N.H.2, dated 8/10/2007.)

106 Page 104 of 376 DETAILS OF BRIDGE NAME OF WORK : Construction of Flyover Bridge (Grade Seperator) at Powai Naka on Mahabaleshwar Satara Rahimatpur Road SH-140 AT Km.52/800 Dist. Satara (With Contractor s Own Design & Drawings). GENERAL DESCRIPTION & SCOPE OF WORK 1.0. BROAD SCOPE: 1.1 The project envisages, among other items as mentioned in this section, Tender for the work of Construction of Flyover (Grade Seperater) at Powai Naka on Mahabalshwar Satara Rahahimatpur Road SH-140 AT Km.52/800 Dist. Satara ( With Contractor s Own Design & Drawings). for Public Work Division, Powai Naka, Satara The site is located in Satara city namely Powai Naka Chowk on state high way No The scope of work shall comprise Construction of Flyover (Grade Seperater) at Powai Naka on Mahabalshwar Satara Rahahimatpur Road SH-140 AT Km.52/800 Dist. Satara ( With Contractor s Own Design & Drawings) based on the GA drawings (GAD) prepared by the Public Work Division through their Consultants M/s. C.V. Kand Consultants Pvt. Ltd Civil & Structural work: (As per GAD). - Grade separator along main carriageway of SH-140 Road catering traffic from Tahsildaar office (S.T Stand Side ) to Kolhapur Side & Pandharpur Road: - The Grade separator as described in Design data in accordance with the GAD. The clear carriageway of 7.00m+7.00m for each side should be provided and should be as per GAD from Tahsildaar office (S.T Stand Side) to Kolhapur Side. Total inner side width of grade separator should be 16.10m (0.6m+7.0m m+0.6m) as per GAD from Tahsildaar office (S.T Stand Side) to Kolhapur Side. The clear carriageway of 7.00m should be provided and should be as per GAD from ch 050/00 to 0/230 Pandharpur road. Total inner side width of grade separator should be 7.80m (0.6m+7.0m+0.20m) as per GAD from ch 050/00 to 0/230 Pandharpur road. The Details of the Work involved in Grade separator along main carriageway of SH- 140 Road catering traffic from Tahsildaar office (S.T Stand Side ) to Kolhapur Side & Pandharpur Road : - - Total portion mentioned above includes Design & Construction of Foundations, Substructure, Superstructure, Retaining wall throughout the grade Separator, Crust development (Rigid Pavement), Embankment, Crash Barriers, Railings, paintings, Expansion Joints in retaining wall with provision of plantation bed in RCC,the scheme for arrangement and plantation shall be got approved from the Engineer-in-Charge before execution All other related works to conform to the Design Data mentioned in this Volume. Longitudinal Profile and horizontal geometry shall remain unchanged as shown in the Drawing Volume III as obligatory requirement. The chamber

107 Page 105 of 376 should be smoothly matched on the both the sides of the grade separator with existing road with prior approval of Engineer in Charge. - Construction of foundations includes all necessary temporary arrangements such as line outs, diversions, dewatering, liners, coordination with concerned dept. etc. - Retaining wall shall be provided as shown in GAD. The foundation of retaining wall should be below the crust of the grade separator meeting the minimum requirement stated in design criteria. - The opening in the closed portion of grade separator should be provided as per GAD/as directed by engineer incharge to have proper sunlight and ventilation. - The road surface shall be prepared with PQC with 300mm thickness,100mm DLC,250mm WMM and 250mm GSB with required sub grade. - Rehabilitation, reinstating, repair, re-construction with the crust as required for service portion mentioned in clause no and maintenance of the adjacent roads excavated for the purpose of construction. For GSB and WMM only crushed metal is allowed. The carriageway capacity of the existing roads adjacent to the Grade Separator shall be maintained to same configuration as per GAD. - All traffic Management measures including provision of traffic wardens during construction to maintain unhindered smooth flow of traffic. - Barricading in the entire area required for execution with Type of Barricading described in Annexure-3 of Design Data. - Road furniture including guard rails, Kerb painting, road marking (center and edge lines, pedestrian crossings, chevrons, arrows, stop lines etc.) and road signage (informatory, cautionary, mandatory signs, over head gantry and overhang cantilever signs as per the drawings). - Providing and fixing of cat every 2 m c/c on all center and edge lines and median every 2 m c/c on the every crash barriers of the structure - The Staging and centering arrangement required to execute the work. - Demolition, cleaning, removal and disposal of the material including providing all men and machinery. - Tree cutting and compensatory plantation. Transplantation of all eligible trees. - Throughout the Grade Separator open Gutter is to be provided to collect the storm water as shown in GAD. This open gutter should be connected to existing road gutter through 1200mm dia. NP4 pipe with heavy duty chamber covers class AA loading as shown in GAD. The chambers spacing shall be 20m c/c. The 1200 mm dia. NP4 pipe is to be provided as per the required length with respect to the invert level of the existing gutter. - Construction of facility for carrying Utilities lines all along the structure in anticrash barriers and any other suitable arrangements conforming to the Design requirements. - Dismantling of the existing street poles with bracket and allied fixtures with cables, junction boxes, earthling, light fixtures, lamps, fittings, Feeder pillars, transformer, switch yards, switchgear timers, etc. complete in all respect. The dismantled material to be transported and stacked in the client s stock yard as per instruction of Engineer in charge.

108 Page 106 of Painting the Closed box slab bottom with two coats of Acrylic anti carbonation paint with one coat of primer. - Providing & fixing Italia glossy tile (Random Mix Design & Mural Mix Design) for the retaining wall of grade Separator & Box of size 20mm x 20mm having thickness 4mm & sheet size of 327mm x 327mm with gapping 1.92mm with polymer based grouting tiles with required finishing for all heights and all depths including staging as approved by Engineer In charge.. - Painting the ACB Service road side with two coats of oil paint of approved colour and shade. - Coordination and approvals from service providers of utilities. Permissions/Clearances from component authority shall be obtained e.g Traffic, Environmental, MSEDCL, Water Supply etc. - Grade separator along main carriageway of SH-140 Road catering traffic from Tahsildaar office (S.T Stand Side ) to Kass/adalat wada Road: - The Grade separator as described in Design data in accordance with the GAD. The clear carriageway of 5.50m should be provided and should be as per GAD from ch 0/00(Powai naka) to Kass Side. Total inner side width of grade separator should be 6.30m (0.6m+5.50m+0.20m) as per GAD from ch 0/00(Powai naka) to Kass Side. The Details of the Work involved in Grade separator along main carriageway of SH- 140 Road catering traffic from ch 0/00 (Powai naka) to Kass Side: - - Total portion mentioned above includes Design & Construction of Foundations, Substructure, Superstructure, Retaining wall throughout the grade Separator, Crust development (Rigid Pavement), Embankment, Crash Barriers, Railings, paintings, Expansion Joints in retaining wall with provision of plantation bed in RCC,the scheme for arrangement and plantation shall be got approved from the Engineer-in-Charge before execution All other related works to conform to the Design Data mentioned in this Volume. Longitudinal Profile and horizontal geometry shall remain unchanged as shown in the Drawing Volume III as obligatory requirement. The chamber should be smoothly matched on the both the sides of the grade separator with existing road with prior approval of Engineer in Charge. - Construction of foundations includes all necessary temporary arrangements such as line outs, diversions, dewatering, liners, coordination with concerned dept. etc. - Retaining wall shall be provided as shown in GAD. The foundation of retaining wall should be below the crust of the grade separator meeting the minimum requirement stated in design criteria. - The opening in the closed portion of grade separator should be provided as per GAD/as directed by engineer incharge to have proper sunlight and ventilation. - The road surface shall be prepared with PQC with 300mm thickness,100mm DLC,250mm WMM and 250mm GSB with required sub grade. - Rehabilitation, reinstating, repair, re-construction with the crust as required for service portion mentioned in clause no and maintenance of the adjacent roads excavated for the purpose of construction. For GSB and WMM only crushed metal is allowed. The carriageway capacity of the existing roads adjacent to the Grade Separator shall be maintained to same configuration as per GAD.

109 Page 107 of All traffic Management measures including provision of traffic wardens during construction to maintain unhindered smooth flow of traffic. - Barricading in the entire area required for execution with Type of Barricading described in Annexure-3 of Design Data. - Road furniture including guard rails, Kerb painting, road marking (center and edge lines, pedestrian crossings, chevrons, arrows, stop lines etc.) and road signage (informatory, cautionary, mandatory signs, over head gantry and overhang cantilever signs as per the drawings). - Providing and fixing of cat every 2 m c/c on all center and edge lines and median every 2 m c/c on the every crash barriers of the structure - The Staging and centering arrangement required to execute the work. - Demolition, cleaning, removal and disposal of the material including providing all men and machinery. - Tree cutting and compensatory plantation. Transplantation of all eligible trees. - Throughout the Grade Separator open Gutter is to be provided to collect the storm water as shown in GAD. This open gutter should be connected to existing road gutter through 1200mm dia. NP4 pipe with heavy duty chamber covers class AA loading as shown in GAD. The chambers spacing shall be 20m c/c. The 1200 mm dia. NP4 pipe is to be provided as per the required length with respect to the invert level of the existing gutter. - Construction of facility for carrying Utilities lines all along the structure in anticrash barriers and any other suitable arrangements conforming to the Design requirements. - Dismantling of the existing street poles with bracket and allied fixtures with cables, junction boxes, earthling, light fixtures, lamps, fittings, Feeder pillars, transformer, switch yards, switchgear timers, etc. complete in all respect. The dismantled material to be transported and stacked in the client s stock yard as per instruction of Engineer in charge. - Painting the Closed box slab bottom with two coats of Acrylic anti carbonation paint. - Providing & fixing Italia glossy tile (Random Mix Design & Mural Mix Design) for the retaining wall of grade Separator & Box of size 20mm x 20mm having thickness 4mm & sheet size of 327mm x 327mm with gapping 1.92mm with polymer based grouting tiles with required finishing for all heights and all depths including staging. - Painting the ACB Service road side with two coats of oil paint of approved colour and shade. - Coordination and approvals from service providers of utilities. Permissions/Clearances from component authority shall be obtained e.g Traffic, Environmental, MSEDCL, Water Supply etc. - Construction of Service road along the grade separator as per cross section in project area plus 100m each side (S.T Stand side, Kolhapur side, Pandhapur road side & Kass side road) The service road alignment is changed as per grade separator. The proposed alignment is shown in GAD. The carriageways width shall be as per various cross section.

110 Page 108 of The road works including realignment, excavation, earthwork in embankment, Sub grade crust development as per clause No with Wearing Coat, kerb, paintings, road furniture and all related works to conform to the Design Data mentioned in this Volume. Longitudinal Profile and horizontal geometry shall remain unchanged as shown in the Drawing Volume III as obligatory requirement. For GSB and WMM only crushed metal is to used. The chamber should be smoothly matched on the both the sides with existing road with prior approval of Engineer in Charge - All traffic Management measures including provision of traffic wardens during construction to maintain unhindered smooth flow of traffic. - Barricading in the entire area required for execution with Type of Barricading described in Annexure-3 of Design Data. - Road furniture including guard rails, Kerb painting, road marking (center and edge lines, pedestrian crossings, chevrons, arrows, stop lines etc.) and road signage (informatory, cautionary, mandatory signs, over head gantry and overhang cantilever signs as per the drawings). - Providing and fixing of cat every 2 m c/c on all center and edge lines and median every 2 m c/c on the every crash barriers of the structure - Demolition, cleaning, removal and disposal of the material including providing all men and machinery. - Tree cutting and compensatory plantation. Transplantation of all eligible trees. - Throughout the realignment/re-development of service road 600mm NP4 pipe is to be provided to collect the drainage water with heavy duty chamber covers class AA loading. The chambers spacing shall be 20m c/c. The drainage line is to be provided as shown in the GAD. The storm water drain is to be connected at appropriate level to natural drain or existing CD work which is possible as directed by Engineer in charge. - Throughout the realignment/ re-development of service road 600mm NP4 pipe is to be provided along the retaining wall & box for utilities with heavy duty chamber covers class AA loading. The chambers spacing shall be as every road crossing & as as directed by engineer in charge. The utility line is to be provided as shown in the GAD. - Construction of facility for carrying Utilities lines all along the structure in anticrash barriers and any other suitable arrangements conforming to the Design requirements. - The increasing/decreasing of any chamber has to be modified accordingly and should be matched with road surface. Payment towards such work has to be considered in lump sum offer only. - Dismantling of the existing street poles with bracket and allied fixtures with cables, junction boxes, earthling, light fixtures, lamps, fittings, Feeder pillars, transformer, switch yards, switchgear timers, etc. complete in all respect. The dismantled material to be transported and stacked in the client s stock yard as per instruction of Engineer in charge. - Coordination and approvals from service providers of utilities. Permissions/Clearances from component authority shall be obtained e.g Traffic, Environmental, MSEDCL, etc. - Other works

111 Page 109 of 376 ii. a. Maintenance of all Slip Roads (Service Road) along the Flyover/GrageSepartor in the project area. i. The existing slip roads have been constructed by PWD/SMC However, it will be obligatory on the part of the Contractor to maintain the slip road work as may be necessary including strengthening, modification of widths, new construction, camber etc. as required to divert / sustain the traffic flow on either side of the flyover and the cross roads. iii. The Contractor will be responsible to maintain the existing slip roads in good condition during the contract period at no extra cost. The portion of existing roads coming below the structure must also be maintained in good condition by re-doing the same after construction of structure as directed by Engineer in Charge. Contractor has to lay a separate single layer of 50 mm DBM or 40 mm BC as directed by Engineer In-Charge before the every Monsoon period for better riding surface during construction period of flyover (Grade Seperator). The increasing/decreasing of any chamber has to be modified accordingly and should be matched with road surface. Payment towards such work has to be considered in lump sum offer only. iv. The slip roads, footpath & cycle track along grade separtor up to merge-in / merge-out on each side are to be modified as per section given in Tender drawing, including finishing where incomplete, profile correction by DBM etc. and wearing coat of 40 mm thick is to be provided wherever required for which no extra payment will be made. The Contractor is also obligated to reinstate the area of existing road, where he has carried out excavation for the construction purpose like piers/foundation, ramps etc. No separate payment will be made for the reinstating. b. Overlaying to all Slip Roads (Service Road) as per list. i. Contractor has to lay a separate single layer of 80 mm DBM & 40 mm BC as directed by Engineer In-Charge before starting work and traffic diversion of project on all slip roads/ connected road as mentained below. The increasing/decreasing of any chamber has to be modified accordingly and should be matched with road surface. Payment towards such work has to be considered in lump sum offer only. ii. iii. The existing listed roads have been constructed by PWD/SMC However, it will be obligatory on the part of the Contractor to maintain the slip road work as may be necessary including strengthening, modification of widths, new construction, camber etc. as required to divert / sustain the traffic flow on either side of the flyover/grade Separetor and the cross roads. Contractor has to lay a separate single layer of 40 mm BC as directed by Engineer In-Charge after completion of construction work and before handing over of project on all slip roads/ connected road as mentained below. The increasing/decreasing of any chamber has to be modified accordingly and should be matched with road surface. Payment towards such work has to be considered in lump sum offer only. Road List which is need/required to maintain in construction period. Sr. No. Length Width Roads Name (M) (M) 1 Raj Mobile to Chuna Gali Road Kass Market to Tahashildar Office Road Panchayat Samiti to Sh Sh-141 to Ajinkaya Colony Road

112 Page 110 of Pawai Naka Chowk to Anjikaya Mudrnalya Road Pawai Naka Chowk to Rajwada Road Pawai Naka Chowk to Civil Hospital Road Pawai Naka Chowk to Lonad Road c. Re-construction of Sub Division Office Compound Wall-640Rmt. Existing Sub Division Office Compound Wall of length m is to be demolished & reconstructed as per GA at new location ( at near outer side Road edge) on Kholapur & Pandhapur Road side. A new compound wall of same area with longitudinal gradient of road and height of wall should be 2.50m above the road top. The design of the culvert shall be got approved from Engineer-in-Charge before execution. Encasing of all existing cross pipes laid for utility crossing on all approaches and slips roads in the project area. Part D Miscellaneous Works i. Anti-crash Barrier. For the approach portion and viaduct portion R.C.C. anticrash barrier with friction slab and for central rotary portion RCC Anti-crash Barrier is to be casted with grade of concrete as mentioned in design data. ii. iii. iv. Maintenance / overlaying to Slip Road (Service Road) along the length of the each ramp up to the merge-in / merge-out on either side as directed by Engineer in Charge. Thermoplastic painting for lane marking, zebra marking and signage s, pylon at four ends of carriageway including overhead signage, fixtures for electrical poles, cables and all accessories for Flyover and Approaches on both ends of flyover. Making a road for traffic diversion if necessary and maintaining the same in traffic worthy conditions till completion of the project. Making good excavated area near piers etc shall be included in this Contract as directed by Engineer-in-Charge. v. All traffic Management measures including provision of traffic wardens during construction to maintain unhindered smooth flow of traffic. vi. Shifting of existing Gantry structures to new locations as decided by the Engineer-in- Charge. It includes removing the existing gantries and erecting at new location with foundation, recoating the structural steel by zinc, changing the contents on the board if required. Making it good if damaged at the time of shifting. vii. Providing & fixing in position Polygonal / circular hot dip galvanized GANTRY structure for the various spans (16.60m- 2 number, and Cantilever 2 number) along with suitable foundation bolt sets made up of High Tensil steel confirming to BSBN or equivalent as per reference drawing Gantry structure suitable for mounting of double sided message board of size (16.60mx2.44m, 2 number and2.50m x2.44m,2 numbers) as per reference drawing Gantry Structure using super high efficiency fulll cube retroreflective- diamond grade DG 3 sheeting of white colour bonded on 3 mm Aluminum Composite Panel ( Pvdf Coated) over which alphabets and numbers are reverse cut made using Electro Cutable film with computerized cutting plotter. The sign board shall be fixed with the galvanized back frame made up of 40 x 40 5 GI

113 Page 111 of 376 angles. The contents on the board and location will be approved by the engineer-in- Charge Galvanization thickness for the gantry structure should be average 85 microns. The vertical column of every gantry should be of minimum 500 mm dia with 12 mm thick and the horizontal beam/shafts of every gantry should be of minimum 300 mm dia with 6 mm thick. 1.3 SITE CLEARANCE / SETTING OUT Marking out the center line of the grade Separator and various other components and complete lining out with masonry and concrete pillars for proper lines and levels with total station survey including constructing station points, bench marks etc. as directed. This includes all the allied works like clearing the road side line removing and stacking of the existing kerb stones, obstructing bushes, trees etc. The surveying instruments used on the works shall be modern electronic equipment. Leveling shall be carried out with the help of Auto level only. Obtaining environmental clearance from respective department for cutting of trees is the responsibility of the contractor. However PWD will lend necessary assistance to the bidder for getting approval in case of the requirement of cutting down existing trees. All documentation such as videocassette, photographs, record drawings, testing record etc. as specified in tender shall be maintained by the contractor. 1.4 FOUNDATION (OPEN FOUNDATION) Geo Technical data given in the tender is for guidance only and contractor has to assess the existing strata before quoting the tender Providing suitable open foundations, taking foundations through all strata up to required foundation level including embedment as per specification /design criteria The bottom of the foundation shall be taken to a level as stipulated in IRC Codes in case of Open/Pile foundation Dewatering for the retaining wall/ piers / Abutments and other foundations (ramps etc) where required shall be deemed to be included in the Lump sum offer In case of piles foundations providing M.S. plate liners of minimum 6 mm thick from pile cap bottom level to top level of the soft rock / hard rock whichever is met earlier, which can be removed as per site condition or to be left as per site condition. The contractor has to consider the required liners in lump sum offer only. No separate payment towards temporary/permanent liner will be entrained Load test on pile (Initial) - providing and casting test pile and carrying out load test as per design criteria and MORT&H Specifications for initial load test on each diameter of pile Load test on Pile (Routine) - Carrying out routine load test on pile confirming to design criteria and MORT&H Specifications. 1.5 STRUCTURE: Sub-structure: i. Providing sub structure of Retaining wall, closed box, piers, abutments returns etc as per design criteria. ii. The size & shape of piers for all the spans shall not vary except the height of pier. The pier shall have decorative grooves or other such architectural finishes matching with the facia of the superstructure with PWD logo as approved by the Engineer-in-charge. The contractor shall give the scheme for approval before execution. For the piers of the rotary which are in

114 Page 112 of 376 line, a decorative aesthetics with lighting can be provided. The approval of same shall be taken from the Engineer-in-charge Superstructure: i. Providing superstructure and decking for Closed box, fly over confirming to the design criteria suitable for roadway particulars shown in the Tender drawings. ii. iii. iv. The superstructure shall be of uniform depth throughout the length between the Dirt walls of the Abutments and shall have minimum number of expansion joint for better riding surface. On the slab of the viaduct portion a 3mm thick water proofing membrane below the wearing coat is to be provided as per specifications or as directed by the Engineer-in-charge. Expansion joint shall be of strip seal type only and shall have minimum number of expansion joints. Spacing of expansion joints shall not be less than 60 m. c/c for better riding surface. v. The finished Road Top Level and Longitudinal gradient of the ramps & grade separator shall not be steeper than that indicated in departmental drawings (GAD) vi. vii. viii. Bearings shall be POT PTFE only. The manufacturer shall be got approved from the Engineer in Charge before placing order. The Contractor is also obligated to reinstate the area of existing road, where he has carried out excavation for the construction purpose like piers/foundation, ramps etc. No separate payment will be made for the reinstating. Providing the RCC antic rash barrier with 150 mm GI railing Other Appurtenances: i. Necessary bearings, pedestals for bearings, expansion joints, wearing coat, road kerbs, anti crash barriers etc, waterproofing, mastic layer on the deck, etc. shall be provided as per design criteria. Granite tablets (Minimum 1.50 square meter area each) including pilasters, etc. shall be provided at each corner of the bridge. Height of RCC Anti crash barrier (Standard) shall be constant throughout and as per design criteria and Tender drawing. 1.6 OTHER PROVISIONS: Drainage : Providing G. I. water spouts C.I / MS grating as per MORT&H type Design No. SD/303 at every 3.0 m. connected to a runner and down take pipes of G.I.150mm dia B class with fittings and painting with 3 coats of approved oil paint, at suitable pier and abutment location. Chambers shall be provided for down take pipes. These chambers shall be connected by 300 mm dia. NP3 Class RCC pipes to take the collected water up to nearby nallah / SWD or as directed by Engineer-in-charge. The arrangement of downtake pipes collecting surface water from bridge should be approved from Engineer In Charge along with GAD approval Painting / Anticorrosive treatment: Protective painting to the concrete surface below ground by one coat of primer and two coats of coal tar epoxy shall be provided. The Closed box slab bottom portion of the project shall be painted with approved colour and quality of anti carbonation acrylic paint with prior approval for vendor before execution of painting from Engineer In Charge. As per specification MoRT&H Fixtures for Instrumentation:

115 Page 113 of Pylon: Fixing the fittings and fixtures for instrumentation purpose as may be supplied by the PWD at specified location on bridge structure for certain amenities shall be incorporated in works. Four pillars, one at each corner of the Grade Separator /bridge, of suitable architectural design to define the ends of Flyover Bridge with suitable pedestals to house the Granite tablets shall be provided. Details to be got approved from the Engineer in Charge 1.7 APPROACHES: PROVIDING APPROACH STRUCTURES AS FOLLOWS: Providing Filter Media filling behind the abutment and returns for 0.6 m width. The height of rubble filling shall be up to the bottom of rubble matt / crust Providing Rubble matt of 900 mm. thickness, below the road crust between the returns/facia for a length of 5 m on approach side of the Dirt Wall Providing granular sub-base over sub-grade (embankment filling) in reinforced earth structure shall be confirming to Grade II as per MORT&H Clause to The minimum CBR strength of sub grade below road crust shall be 8 % with PD 98% Details of the minimum road crust to be provided for Grade Separator & service (slip) road is as under blelow a) For Grade Separator- (a) (b) (c) Granular Sub-base as per MORT&H Specifications Wet Mix Macadam (W.M.M.) as per MORT&H Specifications DLC (Dry Lean Concrete) : 250 mm thick (compacted) : 250 mm thick (compacted) : 100 mm thick compacted) (d) PQC (Pavement Quality Concrete) : 300 mm thick (compacted) B) For Service Road (a) (b) Granular Sub-base as per MORT&H Specifications Wet Mix Macadam (W.M.M.) as per MORT&H Specifications (c) Bituminous Macadam (BM) penetration grade 60/70, as per MORT&H Specifications. (d) Dense Bituminous Macadam as per MORT&H Specifications. (e) Bituminous concrete (BC) as per MORT&H Specifications. : 260 mm thick (compacted) : 250 mm thick (compacted) : 100 mm thick (compacted) : 80 mm thick (Compacted) : 50 mm thick (Compacted) Note :- 1) For GSB & WMM only crushed metal is to be used. 2) The minimum bitumen content for DBM & BC shall be 4.50% & 5.50%

116 Page 114 of 376 respectively. Providing wearing coat over the Close Box / bridge superstructure as follows. Profile correction for camber, super-elevation, vertical curve shall be provided in Deck, itself. (a) (b) Dense Bituminous Macadam (DBM) as per MORT&HSpecifications Mastic Asphalt Coat, as per MORT&H Specifications : 50 mm thick (compacted) : 25 mm thick (compacted) 1.8 PIER PROTECTION / ROAD SIDE KERBS: Pier Protection: Providing pier protection to piers & retaining wall as per GAD Road Side Kerbs : Providing and fixing continuous RCC kerb stones in cement concrete M 25 of size 1000 mm x 200 mm x 720 mm embedded 300 mm in ground and parallel to the ramp portion at the distance of 0.6m from outer edge of retaining wall and should be continued beyond the end of the ramp up to 5 m. on the either side of ramp to form island with illuminated sign post at the end for the safety of the traffic. 1.9 These kerb stones shall be provided on roadside parallel to the retaining wall of reinforced earth structure to protect it from damages and to channelize the traffic running on side roads as per GAD SLIP / SERVICE ROADS The existing slip roads have been constructed by PWD/SMC However, it will be obligatory on the part of the Contractor to maintain the slip road work as may be necessary including strengthening, modification of widths, new construction, camber etc. as required to divert / sustain the traffic flow on either side of the flyover and the cross roads The Contractor will be responsible to maintain the existing slip roads in good condition during the contract period and also the defects liability period at no extra cost. The portion of existing roads coming below the flyover must also be maintained in good condition by redoing the same after construction of flyover as directed by Engineer in Charge The slip roads, footpath & cycle track along Grade Separator/flyover up to merge-in / merge-out on each side are to be modified as per section given in Tender drawing, including finishing where incomplete, profile correction by DBM etc. and wearing coat of 40 mm thick is to be provided wherever required for which no extra payment will be made The Contractor is also obligated to reinstate the area of existing road, where he has carried out excavation for the construction purpose like piers/foundation, ramps etc. No separate payment will be made for the reinstating Road Side Chamber RCC chambers with waterway not less than 1.00 Sq.m. shall be provided below the viaduct for collecting water from viaduct top and shall be connected with 300mm dia. NP 3 pipes to

117 Page 115 of 376 the storm water drain along the existing storm water laid along service road. Longitudinal grade of the pipes shall be not less than 1 in 300. Inside of the chamber shall be suitably plastered with cement mortar 1:3. Heavy duty chamber covers with class AA loading /RCC M 35 top slab 150mm thick with necessary holes shall be provided. Down take pipe of flyover is to be connected to the chamber. Proper benching in the chamber is to be done Road crust for widening of the road (If required) for diversion of traffic Necessary filling and cutting shall be provided as per requirement. The filling shall be done with selected soil / murum up to the bottom of crust, in layers; including watering and rolling to give 95% proctor density conforming to relevant MORT&H Specifications. The minimum CBR strength of the sub grade below crust shall be 8 % The crust for the diversion should be designed by the contractor with due considering the traffic intensity and got approved from Engineer In Charge DIVERSION OF SERVICES Scope for shifting of existing utilities fouling in the execution of structure is included is in the schedule as per details given in tender document and will be paid by PWD as per rates mentioned in tender document and as per actual quantity of work done on site AESTHETICS Flyovers are located at an important junction Satara. Certain aesthetics aspects like smooth profile of soffit of superstructure shall be maintained. Matching grooves / flutings for piers, caps etc. shall also be provided. The Contractor must provide a total scheme for the aesthetics of the Gradeseparator/flyover with minimum features as mentioned in this section or elsewhere in this document. He must submit the broad scheme along with the tender. A well designed aesthetical scheme which will enhance the beauty of the Grade Separator flyover TRAFFIC MAINTENANCE Through traffic will have to be maintained on the Project area. Minimum 6 (Six) numbers of traffic wardens are required to be kept on site throughout the construction period for traffic control during day time as well as during night time as directed by Engineer in Charge. Sufficient care shall be taken to avoid accidents. Proper red blinkers shall be erected to guide the traffic at night time. Cost of all these facilities will be deemed to have been included in lump sum offer & no separate payment will be entrained against these facilities STORM WATER DRAINAGE. The existing storm drain including chamber covers which is required to be removed/shifted due to hinderanence/obstruction in construction area of any structure in project area as directed by Engineer In Charge. The removed pipes should be reused for laying of new storm water drain to be provided along the service road as directed by Engineer In Charge. Proper care is to be taken by the contractor on the site while removing the same. The storm water drain is to be

118 Page 116 of 376 connected at appropriate level to natural drain as per GAD or existing CD work SIGNAGES / STREET FURNITURE i. Necessary signage / furniture shall be provided as per the IRC/IS requirement. Sign boards like Arrows, Chevron markings, Lane markers, speed limits markers and any other markers etc. shall be with lettering in requisite size. ii. iii. Retro-reflective cautionary, mandatory and informatory signs as per IRC made of high efficiency, full cube retro-reflective diamond grade DG3 confirming ASTM Type XI sheeting of white color fixed over 3mm Aluminum Composite Panel ( Pvdf Coated) over which alphabets and numerals are reverse cut made using Electro Cuticle Film (ECF) with computerized cutting plotter. Shifting of existing Gantry structures to new locations as decided by the Engineer-in- Charge. It includes removing the existing gantries and erecting at new location with foundation, recoating the structural steel by zinc, changing the contents on the board if required. Making it good if damaged at the time of shifting. iv. Proper signaling system, (Traffic signs, Diversion boards, work in progress work, blinkers) with proper controlling traffic arrangement as mentioned in tender during construction period STREET FURNITURE i. Necessary street furniture shall be provided as per requirement and MORT&H standards with the approval of the Engineer-in-charge ILLUMINATION SYSTEM - Deleted 1.19 Machineries with operator to be provided to PWD The contractor shall provide the Machineries with operator, diesel including maintenance to the PWD as when required by the Engineer in charge in the PWD area the expenses occurred will be paid to the contractor as per the rates prescribed in the tender Electrification work: Deleted Shifting of Existing Underground Utilities: Shifting of existing utilities a) water pipelines b) Storm water pipe line c) Drainage line etc or any other utilities fouling in the execution of the structure are to be shifted as directed by Engineer in Charge. The works will be paid separately as per the rates mentioned in the tender under shifting of utilities. The contractor will have to execute the required diversion of water supply, drainage lines and other services to the extent required and as instructed by the Engineer-in-charge. The contractor has to carry out shifting of all existing utilities and services fouling in the area of project as per direction of engineer. The payments will be made as per the rates mentioned in the tender. The work will be measured as actual executed on site. The increase or decrease in the quantities will not be considered for variation or compensation. The contractor has to carry out required all work at the rates mentioned in tender only. The coordination and approval of concern utility/service provider has to be obtained by

119 Page 117 of 376 contractor. If any utility of service is found not covered under rates mentioned in tender, the contractor has to carry out the work as per direction of engineer including necessary coordination with concerned services provider, payment for the same will be made as per provision in this contract. There are some of utilities are unknown, with permission of user department contractor may be asked to remove the services at accepted rate only. The shifting of utilities will be paid to contractor as per the rates mentioned in tender as per actual execution measurements. There is no extra compensation on increase or decrease in the quantities of utilities work. Contractor has to carry out all required work related to shifting of utilities at the rates mentioned in tender only for known/unknown utilities also. The damages to the existing utilities during the execution of work due to negligence of the contractor will be not paid under this clause and the cost of such damages shall be borne by the contractor with rectification as directed by service provider. No separate claims will be entrained. 1.3 Location: The junction is on Mahabaleshwar Satara Rahimatur Road. The detailed location of all the structures shall be as per the GAD. 1.4 Drawings: For Guidance of tenderers, outline drawings (GAD) General Arrangement Drawing showing the general arrangement of the Grade Separator. (Refer Drawings listed in Volume-III). However the Tender is to be awarded only on the Contractor s own Design complying with the various requirements indicated in this Chapter as well as in the chapter of design criteria (Chapter-V of Vol. - II) etc. For this purpose, details shown in the typical outline (GAD) drawings enclosed are to be taken as indicative and contractor shall prepare his own drawing considering salient parameters, which have been indicated on drawings and specified in this chapter and in the chapter of design criteria or elsewhere in the contract,. These outline drawings also specify the minimum acceptable mix, specifications and sizes for different components along with certain requirements and the contractor s design shall provide for comparable specifications and in any case not inferior to those for corresponding components. However, arrangement of openings during construction for obligatory spans shall be as stated elsewhere. 1.5 The lump sum price to be quoted by the tenderer shall be as per the scope as mentioned in clause 1.1 to 1.4 above including other items as mentioned on drawing and specified elsewhere in the contract, in this chapter and in the chapter of design criteria and drawings. For the shifting of utilities the bill of quantities is given in schedule of shifting of utilities. The payment for the items as actually executed shall be as per the schedule of rates given in tender documents. If any extra items are to be raised those will be paid as per current schedule of rates of PWD. 1.6 For extra items of work beyond those covered in para 1.1 to 1.4 above and other items as mentioned in this chapter and in the chapter of design criteria and drawings and elsewhere in the contract under the Lump Sum portion of the work or variation on the said portion, if any, the rates shall be paid as stated under Extra Work in Schedule of Rates for Variation of this Volume.

120 Page 118 of SALIENT PARAMETERS WHICH MUST BE ADHERED TO BY THE TENDERER The following are the various salient parameters which the tenderer must adhere to while preparing his design and drawings Flyover Bridge/Grade Separator: Geometrics Width and Cross Section Width of the Flyover Bridge/Grade Separator flies over and the requirements of carriage way shall be as indicated in Tender drawing and elsewhere in this volume Length of Fly over The contractor s proposal shall provide the length of each Grade Separator/fly over to suit the requirements of minimum horizontal and vertical clearance as indicated for obligatory SPAN / SPANS and gradients not steeper than those shown on the departmental drawing. The contractor shall provide the each fly over to confirm to these requirements including properly designed vertical and horizontal curves for a design speed of 80 km/hr. (Summit curves at the obligatory spans and valley curve on either ends). The minimum length of open structure / via duct portion shall be per GAD. The height of solid ramp shall followed as per GAD and measured from existing road top level to proposed road top level of flyover at that particular point. Valley curves are to be provided at either ends of the fly over. In the inner half portion of the valley curve-retaining structure shall be continued. In the outer half portion of the valley curve, crash barrier shall be provided up to the point where height of fill is more than 10 cms above the existing road level. The foundation of crash barrier in this portion shall rest at least 60cm below the existing road level Camber and Super elevation Minimum camber to be provided to the carriage way shall be 2.5% (1:40 slope) as shown in the departmental drawing. Super-elevation where required shall be as per actual design (subject to a maximum of 4% if super-elevation needs to be provided in viaduct portion) Traffic Diversion The contractor may adopt a suitable scheme of construction, which shall be got approved from concern Traffic Department. The responsibility of obtaining the approvals for scheme of traffic diversion to be adopted from concerned authorities e.g. Traffic Police etc. shall be that of the contractor only. Contractor shall enclose the entire work plan and cash flow forecast. He shall also enclose the detailed scheme of construction of superstructure of obligatory spans along with his technical proposal in Envelope No Programme of construction of the Grade Separator/Fly over shall be arranged in such a way that it is completed in the stipulated construction time period. While preparing programme working days of the PWD shall be taken in to account. 3.0 SITE OFFICE Providing and maintaining separate furnished air conditioned site offices for the supervisory staff of PWD & their represntative. The cost of the same will be have borne by contractor only and no separate payment will be made on this account. It shall have minimum 100 sq mt. areas. Only Land is available with PWD for site office. The arrangement shall include all items like electric supply, electrical items, telephone, lights, AC, fans and complete wiring, drinking water supply and toilet facilities complete along with furniture listed below at the cost of contractor. Site office plan shall be got approved from Engineer in charge before construction. The contractor shall also establish his own site office adjacent to Site office of PMC/EIC s office. For the communication contractor has to provide 2 separate land line connections with internet facility at site office.

121 Page 119 of 376 The site office with all service furniture and fittings shall be the property of the Contractor during the period of the contract. It shall be removed after the work is taken over by PWD. Payment of Electrical / Telephone bills will be made by the Contractor. Maintenance will be carried out by the Contractor. If the Contractor fails to make necessary payments for the electrical and telephones bills and also fails to maintain the site office with all services, furniture and fittings, the PWD will levy penalty at the rate of Rs. 1500/- per day on the Contractor. 4.0 LABORATORY 4.1 Providing and maintaining an adequately equipped field laboratory as required for site control on the quality of material and the works. It shall have 50 Sq.m area for the entire project. 4.2 The field laboratory shall be located on the site as directed by the Engineer-in-Charge. It shall be provided with amenities like water supply, electric supply etc. & including one personal computer as mentioned above. The laboratory with all services, furniture, equipments shall be the property of the Contractor The equipments to be installed, operated and maintained are as listed in Chapter-VII Minimum equipment to be provided at site laboratory. 4.4 Casting yard place shall be established adjacent to the field laboratory. 5.0 TRAFFIC SAFETY DEVICES: Providing barricading and traffic safety devices as specified in the tender in cl 18.1 is the responsibility of the contractor 6.0 DOCUMENTATION: Contractor shall maintain all documentation such as video DVD s, photographs, record drawings, test results working drawings approvals etc. as specified in tender. All drawings shall be on AutoCAD latest version. 7.0 MISCELLANEOUS ITEMS & ROAD APPURTENANES, ETC.: 7.1 Providing Traffic Safety Devices as per the following brief particulars A) During Construction Stage (Temporary): Providing barricading on both sides of flyover made of 16 gauge MS Sheet with angle framing of minimum 3 m height painted with names and logos of PWD, Consultant and Contractor at regular intervals. Providing and maintaining safety gadgets like rotator blinkers, caution boards, cones and cat eyes etc. Providing 10 Traffic wardens during day time as well as 5 traffic wardens at night(10pm to 5AM) time to monitor / control traffic in co-ordination with traffic police department, preparation of traffic planning and getting the same approved by concerned authorities and any other traffic safety activity as directed by Engineer-in-Charge. B) On the structure (Permanent): Providing traffic lane line strips 100/150 mm in width with approved of road marking paint in two coats as directed. Zebra crossing for pedestrians at locations indicated in the drawings. Informatory boards of required shape and size made out of 3 mm Aluminium sheet with XI type retro reflective sheeting of high intensity grade as per the Tender specifications of total area of 100 Sq.m. including

122 Page 120 of 376 supporting columns gantries / truss etc. and other arrangements as per M.O.S.T specifications. Traffic sign post including sign boards of required Nos. as per M.O.S.T. specifications and traffic department s requirement. C) Electrical:- Contarctor has to provide suitable arrangements in the bridge structure for erecting electric poles, cables etc. for lighting the structurer and ramps as well as providing suitable cable ducting etc. for lighting and illumination under the obligatory span and Retaining walls and fixing with fixtures all as per the requirement as specified or as directed by the Engineer. 7.2 The cost of project is work out after deduction of crediet of excavated material. This material should be reuse in this project or should be disposal off by contractor at his own cost. The royalty of excavated material should be paid to Revenue department by contractor and produce the original challans to the Engineer-in Charge, falling the same the royalty charges will be recovered by department at penal rate.

123 Page 121 of 376 ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS Note: - These are to apply as additional specifications and conditions unless alreadyprovided for contradictorily elsewhere in this contract. 1.1 CONTRACTOR TO INFORM HIMSELF FULLY : 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 portions 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, Satara in writing in order that such doubts may be clarified authoritatively before tendering. Once a tender is submitted, the matter will be decided according to tender conditions in the absence of such authentic pre-clarification. Contractor shall make all necessary arrangements to carry out all necessary detail surveys required as per the Specifications / Tender Conditions, during currency of work / project, and deliver desired outputs in printed / soft as instructed by engineer in charge at different stages of works as instructed by the engineer in-charge during the currency of the project, that is from start to finish of the work/project. To carry out such surveys and deliver desired outputs in printed / soft as instructed by engineer in charge as mentioned above the Contractor shall appoint a survey agency with the approval of the engineer in charge, for that, Contractor shall submit list of three survey agencies to engineer in charge, along with the payment of his security deposit. The engineer in charge on receipt of such list will select one survey agency out of three and communicate it along with the work order to contractor. Contractor should appoint survey agency as selected by the engineer in charge. The survey agency shall not be changed without permission of the engineer in charge. The survey agency and / or contractor shall have

124 Page 122 of 376 1) Latest survey instruments and/or equipments viz. total station, auto levels,plotter etc. 2)Auto CAD, non-auto CAD base software to deliver desired outputs based on survey carried out using (1) above,in printed/soft copy as instructed by engineer in charge. 3) Necessary trained manpower to work on and deliver as (1) and (2) above. For appointing survey agency, to carry out such surveys and deliver desired outputs in printed/soft as instructed by engineer in charge as mentioned above the Contractor shall not be paid separately. His offer shall be inclusive of all. 2. INDEMNITY: The contractor shall indemnify the Government against all actions, suits, claims and demands brought or made against him 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. 3. DEFINITIONS: Unless excluded by or repugnant to the context, (a) The expression " Government "as used in the tender papers shall mean the Public Works, Irrigation and Housing Department of the Government of Maharashtra. (b) The expression "Chief Engineer" as used any where in the tender papers shall mean Chief Engineer or the Government of Maharashtra who is designated as such. (c) The expression "Superintending Engineer" as used in the tender papers shall mean an officer of Super intending Engineer's rank (by whatever designation he may be known) under whose control the work lies for the time being, (d) The expression "Engineer" or "Engineer-in-charge" as used in the tender papers shall mean the Executive Engineer in charge of the work for the time being. (e) The expression "Contractor" used in the tender papers shall mean the successful tenderer whose tender has been accepted, and who has been authorized to proceed with the work. The contractor shall / may be the individual or firm or company whether incorporated or not, undertaking the work and shall include legal representatives of

125 Page 123 of 376 such an individual or person comprising such firm or company as the case may be and permitted assigns of such individual or firm or company. (f) The expression "Contract" as used in tender papers shall mean the deed of contract together with its original accompaniment and those later incorporated in it by mutual consent. The contract shall mean the notice offender the sealed quotation and the tender documents including the tender and acceptance thereof together with the documents referred to therein and the accepted conditions, specifications, designs, drawings, priced schedule / bill of quantities and schedule of rates. All these documents taken together shall be deemed to form one contract and shall be complementary to one other. (g) The expression "Plant" as used in the tender papers 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 the manner herein provided and all temporary materials and special and other articles of appliances of every sort, kind and description whatsoever intended or used thereof. (h) "Drawing" shall mean the drawings referred to in the specifications and any modifications of such drawings approved in writing by Engineer and such other drawings as may from time to time be furnished or approved in writing by the Engineer. (i) "Engineer's representative" shall mean an assistant of the Engineer notified in writing to the contractor by the Engineer. (j) "Provision sum" or "Provisional lump-sum" shall mean a lump sum included by Government in tender documents and shall represent the estimated value of work for which details are not available at the time of issue of tender. (k) "Provisional items" shall mean items for which approximate quantities have been included in the tender documents. (l) The "Site" shall mean the Sands 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 of contract.

126 Page 124 of 376 (m) The "Work" shall mean the works to be executed in accordance with the Contract or part (s) thereof as the case may be and shall include all extra, additional, altered or substituted works as required for performance of the Contract. n) The "Contract Sum" shall mean the sum for which the tender is accepted. 0) The "Accepting authority" shall mean the officer competent to accept the tender. The "Accepting Authority" shall mean the Government of Maharashtra, Public Works Department. p) The "Day" shall means a day of 24 hours from midnight to midnight irrespective of the number of hours worked in any day in that week. q) "Temporary Works" shall means all temporary works of every kind required in or about the execution completion or maintenance of the work. r) "Urgent Works" shall means 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. s) A "Week" shall means seven consecutive days without regards to the number of hours worked on any day in that week. t) "Excepted Risks" are risks to riots (other wise than among contractors employees) and civil commotions (in so far as both these are uninsurable) war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, lightening and unprecedented floods over which the contractor has no control and accepted as such by the accepting authority. u) Where the context so requires, words importing the singular number only also include the plural number and vice-versa. v) Heading and Marginal notes if any to the general condition shall not be deemed to form par thereof or be taken into consideration in the interpretation or construction thereof the contract. w) Wherever, there is mention of "Schedule of Rates" of the division or simply D.S.R. of schedule rates in this tender, it will be taken to mean as "The schedule of rate of the Division in whose jurisdiction the work lies" 4. ERRORS, OMISSION AND DISCREPANCIES : (a) In case of errors, omissions and / or disagreement between written and scaled dimensions on the drawing or between drawings and specifications etc. The following order of preference shall apply.

127 Page 125 of 376 I) Between actual scaled and written dimensions or descriptions on a drawing the latter shall be adopted. ii) Between the written or shown description of dimensions in the drawing and corresponding one in the specifications, the latter shall apply. iii) Between the quantities shown in schedule of quantities and those arrived at from the drawings, the latter shall be preferred. iv) Between the written description of the item in the schedule of quantities and the detailed description in the specifications of the same items, the latter shall be adopted. b) In case of difference between the rates written in figures and words, the rate adopted by the contractor for working out the total amount of the item will be taken as correct. In other cases correct rate would be that, which is lower. c) 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, Satara whose elucidation, elaboration or decision shall be considered as authentic. The contractor shall be held responsible for any errors that may occur in the work through lack of such reference and precaution. d) The special provisions in detailed specifications and wording of any item shall gain precedence over corresponding contractor provisions (if any) in the standard specifications of public works department Hand Book where reference to such specifications is given without reproducing the details of contract. 5. METHODOLOGY OF CONSTRUCTION AND CONSTRUCTION EQUIPMENTS :- Contractor shall furnish at least 15 days in advance his programme of commencement of item of work, the details of actual methods that would be adopted by the contractor for the execution of various items of work such as well sinking, cast-in-situ, superstructure for bridge work items etc. for bridge works supported by necessary detailed drawings and sketches including those of the plant and machinery that would be used, their locations, arrangements for conveying and handling materials etc. and obtain prior approval of the Engineer-In-Charge well in advance of starting of such item of work. The Engineer-In-Charge reserves the right to suggest modifications or make complete changes in the method proposed by the contractor, whether accepted previously or not at any stage of the work, to obtain desired accuracy quality and progress of the work which shall be binding on the contractor, and no claim on account of such change In method of execution will be entertained by Government so long as

128 Page 126 of 376 specifications of the item remain unaltered. The sole responsibility for the safety and adequacy of the methods adopted by the contractors, will however, rest on the contractor, irrespective of any approval given by the Engineer. 6. WORKING METHODS : Contractor shall submit, within times stipulated by the Engineer, in writing the details of actual methods that would be adopted by the contractor for the execution of any item as required by Engineer, at each of the locations, supported by necessary detailed drawings and sketches including those of the Plant and Machinery that would be used, their locations, arrangement for conveying and handling materials etc. And obtain prior approval of the Engineer-in-charge well in advance of starting of such item of work The Engineer-in-charge reserves the right to suggest modifications or make complete changes in the method proposed by the contractor, whether accepted previously or not, at any stage of the work. to obtain the desired accuracy, quantity and progress of the work which shall be binding on the contractor, and no claim on account of such change in method of execution will be entertained by Government so long as specifications of the item remain unaltered. 7. PROGRESS SCHEDULE : 7.1 The contractor shall furnish within the period stipulated in writing by the Engineer-incharge, of the order to start the work, a progress schedule in quadruplicate indicating the date of actual start, the monthly progress expected to be achieved and the anticipated completion date of each major item of work to be done by him, also indicating dates of procurement and setting up of materials, plant and machinery. The schedule is to be such as is practicable of achievement towards the completion of the whole work in the time limit, the particular items, if any, on the due dates specified in the contract and shall have the approval of the Engineer-in-charge. No revised schedule shall be operative without such acceptance in writing. The Engineer is further empowered to ask for more detailed schedule or schedules say week by week for any item, in case of urgency of work as will be directed by him and the contractor shall supply the same as and when asked for. 7.2 The Contractor shall furnish sufficient plant, equipment and labour as may be necessary to maintain the progress of schedule. The working and shift hour's restricted to one shift a day for operations to be done under the Government supervision shall be such as may be approved by the Engineer-in-charge. They shall not be varied without the prior approval of the Engineer. Night work 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

129 Page 127 of 376 lighting arrangements etc. For night work as directed by Engineers without extra cost. 7.3 Further, the contractor shall submit the progress report of work in prescribed forms and charts etc. At periodical intervals, as may be specified by the Engineer-in- charge. Schedule shall be in form of progress charts, forms, progress statement and/or reports as may be approved by the Engineer. 7.4 The contractor shall maintain proforma, charts, details regarding machinery, equipment, labour, materials, personnel etc. As may be specified by the Engineer and submit periodical returns thereof as may be specified by the Engineer-in-charge. 7.5 PRIORITIES OF WORKS TO BE EXECUTED : Priorities for items to be executed shall be determined periodically keeping in view of the final time limit allowed for the work and all the time schedule fixed for intermediate stages of work. 8. TREASURE-TROVE: In the event of 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 over to the Engineer such treasure or things which shall be the property of Government. 9. 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 under standing the specifications and contract condition. A qualified and experience, Engineer shall be provided by the Contractor as his agent for technical matters in case the Engineer-incharge considers this as essential for the work and so directs contractors. He will take orders as will be given by the Executive Engineer or his representative and shall be responsible for carrying them out. This agent shall not be changed without prior intimation to the Executive Engineer and his representative on the work site. The contractor shall supply to the Engineer the details of all supervisory and other staff employed by the Contractor and notify changes when made, and satisfy the unquestionable right to ask for change in the quality and numbers of contractor's supervisory staff and to order removal from work of any of such staff. The contractor shall comply with such orders and effect replacements to the satisfaction of the Engineer. A work-order book shall be maintained on site and it shall be the property of

130 Page 128 of 376 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 the Engineer in good time so that it can be checked. The blank work order book with machine numbered pages will be provided by the Department free of charge for this purpose. The contractor will be allowed to copy out instructions therein from time to time. 10. SETTING OUT FOR BRIDGE -WORKS :- Immediately on receipt of the work order, the contractor shall at his own expenses clean the site and take up a provisional and final setting out and lining out of the work under the supervision of his responsible representative and shall provide necessary material, labour, tools, instruments etc. required for the same. One tentative abutment location will be indicated by Engineer-in-charge and the center line of the bridge shall be defined by him. The contractor will then have to fix up the location of the other abutment. The abutment location will then be verified by the department and shall be adjusted if necessary. Once the final location of abutments is so finalized, it will be the contractor's responsibility to line out and locate the remaining foundation of piers. The contractor shall be responsible for true and proper setting out of the work and for the correctness of the positions, level dimensions and arrangements of all parts of works and for providing all necessary instruments, appliances and labours in connection therewith at his own cost. Officers may assist the contractor in proper setting out. Government instruments may be allowed to be used for setting out of work for which no cost shall be recovered from the contractor. If at any time during the progress of work, any errors arise in regard to levels of dimensions or alignment of any part of the work, rectification thereof, on being required to do so, will be carried out by the contractor at his own cost, unless such errors are based on incorrect data, supplied in writing by the Engineer or his authorized representative in which case the expenses of the rectification shall be refunded by Government The contractor for shall provide free of charge all labour and materials required for lining out. surveying, inspection decided by the Engineer as considered necessary for the proper and systematic execution of the work, Likewise only one bench mark with definite value of R.L. will be shown to contractor who shall have to provide for network of temporary benchmark's all along the bridge as required for executive the work. The contractor shall be responsible for the provision, accuracy and maintenance of such temporary bench mark. He shall be responsible for the correctness of the position, levels, dimensions and alignments of all parts of the works and provisions of

131 Page 129 of 376 necessary instruments and labour in connection with it. The contractor shall provide scientific instruments and labour in connection with it. The contractor shall provide like theodolite and leveling instruments and steel tapes for lining out the bridge suitable masonry pedestals or wooden stacks firmly fixed shall be provided by the contractor for marking the Center lines of the structures. The checking or inspection of any setting out of any line or level or word by Engineer or his representative shall not any way leave the contractor of his responsibility for correctness thereof. The contractor shall carefully protect and preserve bench mark pedestals and stone etc. used in setting of the works. WATER :- The contractor has to make his own arrangements 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 RESPONSIBILITIES FOR LEVEL AND ALIGNMENT. :- The Contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and correctness of every part of the work and shall rectify effectively any errors or imperfections therein, such rectifications shall be carried out by the Contractor, at its own cost, when instructions are issued to that effect by the Engineer- in-charge LEVELLING INSTRUMENTS : If measurements of items of the work are based on volumetric measurements calculated from levels taken before and after construction of the item, a large number of leveling staffs, tapes etc. will have to be kept available by the Contractor at the site of work for this purpose. Lack of such leveling staffs, tapes etc. in required numbers may cause delay in measurements and the work. The Contractor will have therefore to keep sufficient number of these readily available at site and in good working condition. 11. AUTHORITIES OF THE ENGINEER-IN-CHARGE REPRESENTATIVE ; The duties of the representative of the Engineer-in-charge are to watch and supervise the work and to test and examine any material to be used or workmanship employed in connection with the works. The Engineer-in-charge may from time to time, in writing delegate to his representative any powers and authorities vested in the Engineer-in-charge and shall furnish to the Contractor a copy of all such delegations of powers and authorities. Any written instructions of 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

132 Page 130 of 376 Contractor and the department as through it had been given by the Engineer-in- charge, provided always as follows. Failure of the representative of the Engineer-in-charge to disapprove any work or materials shall not prejudice the power of the Engineer-in-charge thereafter to disapprove such work or materials and so order the putting down, removal or breaking up thereof. 12. INITIAL MEASUREMENTS FOR RECORD : Where for proper measurement of the 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 be signed by the contractor who will be entitled to have a true copy of the same made at his cost. Any failure on the part of the contractor to get such levels etc. Recorded before starting the work, will render him liable to accept the decision of the Engineer as to the basis of taking measurements. Like-wise the contractor will not cover any work which will render its subsequent measurements difficult or impossible without first getting the same jointly measured by himself; and the authorized representative of the Executive Engineer. The record of such measurements on the Government side will be signed by the Contractor and he will be entitled to have a true copy of the same made at his cost. 13 HANDING OVER OF WORK :- All the work and materials before finally taken over by Government will be the entire liability of the Contractor for guarding, maintaining and making good any damages of any magnitude interim payments made for such work will not alter this position. The handing over by the Contractor and taking over by 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 distance from casual or incidental one, except as specially mentioned elsewhere in this contact, or as mutually agreed to. 14. 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.

133 Page 131 of 376 Where such 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 failures or delays shall be allowed by the Government. The Contractor shall have to make his own arrangement for machinery required for the work. such machinery conveniently available with the Department may be spared as the rules in force on recovery of necessary Security Deposit and rent with Agreement in the prescribed form. Such an Agreement shall be independent of this contract and the supply of machinery shall not form a ground for any claim or extension of time limit for this work. 15. A) The Contractor shall set up and get it checked and certified by the Executive Engineer, a field laboratory with necessary equipments for testing of all materials, finished products used in the construction as per requirements of relevant specifications. The testing of all materials shall be carried out by the Engineer, or his representative for which the contractor shall make all the necessary arrangements and bear the entire cost. Sr.No. Name of Aparatus Nos. (minimum) required Metre and 50 Metre tape (Steel) 2 Nos. 2. Vernier calipers, screw gauge. 1 No. 3. Cube moulds for concrete / Cube moulds for cement mortar 6 Sets each 4. Silt jar for sand silt testing. 4 Sets 5. Balance 20 Kg. capacity self indicating type with set of weights. 1 No. 6. Electronic Balance 5 Kg. capacity, accuracy 0.5 gm. 2 Nos. 7. Water bath electrically operated and thermostatically controlled with adjustable shelves, sensitivity 1 o C 8. o Thermometers : Mercury-in-glass thermometer, range 0 to 250 o C. Mercury in-steel thermometer with 30 cm. stem, range upto 300 o C. 1 No. 4 Nos. 9. Kerosene or gas stove or electric hot plate. 1 No.

134 Page 132 of Set of IS sieves with lid and pan : 450 mm. diameter 63 mm., 53 mm., mm., mm., mm., 9.50 mm., 6.70 mm. and 4.75 mm. size. 200 mm. diameter mm., 2.0 mm mm. 600 micron, 425 micron. 300 micron, 150 micron and 75 micron. 1 Set 2 Sets 11. Water testing Kit. 1 Set 12. Atterbergs Limits (Liquid and plastic limits) Determination apparatus. 1 Set Sr.No. Name of Aparatus Nos. (minimum) required. 13. Flakiness and Elongation Test Gauges 1 Set 14. Vicat apparatus for testing setting times. 1 Set 15. Slump testing apparatus. 4 Sets 16. Compression and Flexural Strength Testing Machine. 200 tonne capacity with additional dial for flexural testing. 1 No. 17 Abrasion Testing Machine for Tiles of standard make confirming to IS 1237 & 1706 with suitable thickness measuring device to measure wear of the tile.it shall be suitable for operation on 415 v/50 Hz, 3 phase AC supply. 1 No.

135 Page 133 of Fully automatic (digital, micro processor based and automatic) compression testing Machine (CTM) with a capacity of 3000 KN The CTM shall comply following requirements i) Shall have Self aligning platen assembly with special platens for testing bricks also. ii) Shall have logged data printing facility through a parallel port interface. iii) Shall be suitable for testing cubes and iv) cylinders of various sizes. Shall have safety features like metal door with a Perspex window and overload tripping device. v) Shall have load gauges calibrated in KN against certified proven rings with NABL accreditation. vi) vii) Shall have suitable serial part to transfer data to computer for analysis / storage and evaluation. Shall have facility of printing various graphs during tests. 1 No. B) At least 30% of the tests of those required as per frequency chart given inclause 15.1 shall be carried out in Government Laboratories of Vigilance & Quality Control Circle. All the tests which cannot be carried out in field laboratory, shall be carried out 100% at the contractor s cost in Vigilance & Quality Control laboratory. C) The tests which cannot be carried out both in field laboratory and Vigilance &Quality Control Circle s laboratories, shall be carried out 100% in the laboratories of Government Engineering College / Government Polytechnic at the entire cost of Contractor.

136 Page 134 of Frequency Chart for Testing of Materials ANNEXURE- A Sr.No. Material Test Minimum Frequency of testing Remarks A] Cement Concrete Works a) i)gradation & Fineness Modulus 1 Sand b) ii)silt Content 1. At least 1 test per day/per source/per plant.2.every batch of sand 2 Metal 3 4 Cement Concrete a) i)crushing value ii) Impact value iii) Abrasion value iv)water Absorption & specific gravity 1.Sr i to iv-one test per 1000cum/source. b) Flakiness & elongation Index. 2.Sr v- one test per 400cum/source. c) Gradation 1 test per day/per source/per plant a) Upto 5 Cu.M. 1 set For all concrete grades:compressive Strength & Non destructive test- Ultrasonic pulse velocity & rebound hammer test. Cement a) Comp. Strength Initial setting time Final setting time Specific Gravity Soundness Fineness b) Chemical analysis Cu.M. 2 sets sets sets 51 & above - 4 sets + One additional set for each additional 50 Cu.M. or part thereof. One test for each consignment of 50 M.T. ( 1000 bags) or part thereof Steel a) Weight per Metre Ultimate Tensile stress Yield stress Elongationv)Bend & Reebend vii)chemical analysis. Water a) Chemical & physical analysis.analysis. Concrete Admixture a) Chemical & physical analysis.analysis. One test for every 10 M.T. or part thereof for each diameter. One test for every 3 months per source. 1 test per lot per source. B] Road/Pavement Works Works 8 Earthwork a) Gradation 1 test per 400 Cum. b) Atterberg limits. 1 test per 400 Cum. c) Moisture content prior to compaction 1 test per 400 Cum. d) Density of compacted layer. One set of three tests per 1000sqm/layer. e) Proctor test 1 test per 3000 Cum./Each type

137 Page 135 of 376 Sr.No. Material Test Minimum Frequency of testing Remarks 9 10 Water Bound Macadam Prime coat / tack coat / Fog spray 11 Seal Coat / Surface Dressing 12 Open graded premix surfacing / Close graded premix surfacing of soil f) CBR 1 test per 3000 Cum./Each type of soil a) Aggregate Impact value 1 test per 1000 Cum. b) Gradation 1 test per 250 Cum. c) Flakiness index & Elongation 1 test per 500 Cum. Index d) Atterberg limits of binding material e) Atterberg limits of portion of aggregates passing 425 Micron. One test per 25cum. of binding material One test per 50Cum. a) Quality of Binder 1 test per bouzer. b) Binder Temperature Rate of spread of binder.at regular close intervals. c) Rate of spread of binder Three test per day. a) Quality of Binder 1 test per bouzer. b) Flakiness & Elongation Index 1 test per 200 Cum.of aggregates/source. c) Gradation Two tests per day. d) Basic test on aggregate 1 test per 200 Cum.of aggregates/source. a) Quality of Binder 1 test per bouzer. b) Impact value / Los Angles Abrasion value 1 test per 200 Cum.of aggregates/source. c) Flakiness & Elongation Index 1 test per 200 Cum.of aggregates/source. d) Stripping value of aggr. (Immersion tray test). e) Water Absorption f) Soundness Initially 1 set of representative samples for each source of supply. Subsequently by change in the quality of aggregates.soundness to be test for both types. g) Gradation Two tests per day. h) Temp. of binder Regular control through checks of layer thickness i) Binder Content Two tests per day. j) Rate of spread of mixed materials. At regular close intervals. k) Percentage of fractural faces. Two tests per day. l) Temp. of binder Initially one determination by each method for each source of supply, then as warranted by change in the quality of aggregate m) Binder Content At regular close intervals. n) Rate of spread of mixed materials. Regular control through checks of layer thickness o) Percentage of fractural faces. 1 test per 100 Cum.of

138 Page 136 of 376 Sr.No. Material Test Minimum Frequency of testing Remarks 3 1 Granular Subbase 14 Wet Mix Macadam 5 1 Dense Bituminous Macadam / Semidense Bituminous Concrete / Bituminous Concrete aggregates/source. a) Gradation. 1 test per 200 cum of mix. b) Moisture content prior to compaction c) Atterberg limits of portion of aggr. passing 425 mix. 1 test per 400 cum of mix. 1 test per 200 cum of mix. d) Deleterious constituents As required e) Density of compacted layer. One set of three tests per 1000sqm/layer. f) CBR At design & then as required. a) Gradation. 1 test per 200 Cum. b) Moisture content prior to compaction c) Atterberg limits of portion of aggr. passing 425 mix. d) Combined flakiness & elongation index e) Basic test o aggregates like impact value,water absorption etc 1 test per 400 cum of mix. 1 test per 200 Cum. 1 test per 500 Cum. 1 test per 1000 Cum. f) Deleterious constituents As required g) Density of compacted layer. One set of three tests per 1000sqm/layer. a) Quality of binder 1 test per bouzer. b) Aggregates: Impact / Abrasion value Flakiness / Elongation Index.,Stripping value,water Absorption,% of fractural faces,sand Equivalent test Plasticity Index etc. 1 test per 350Cum. c) Mix Grading 1 test per 100Cum. d) Binder Content Two tests per plant per day. e) Stability and voids analysis Two tests per plant per day. f) Water Sensitivity of Mix Swell Test of Mix Two tests per plant per day. g) Control of Temp. of binder in boiler, aggr. In dryer and mix at the time of laying & rolling. h) Density of compacted layer. At regular close intervals. 1 test per 700sqm

139 Page 137 of 376 ADDITIONAL CONDITION FOR MATERIAL TESTING 1. It is mandatory on the part of Contractor to carry out all the required tests of various construction materials as mentioned in the Tender. 2. If the contractor fails to submit required Test Results of the various construction materials as mentioned, he will be liable to deposit the amount at penal rate of five times of the amount of particular test which he has not carried out. Contractor will be informed by the Engineer-in-charge by letter. On receipt of letter, contractor will have to either deposit the said amount or to carry out the required test within 10 days. If he again failed to carry out the required tests in stipulated time limit, the said tests will be carried out by the department and total expenditure incurred on the testing charges plus five times amount of testing charges will be recovered from the Contractor s bill. 3. As this recovery is only due to the negligence on the part of contractor to carry out work as per Tender Conditions and Executive Engineer s decision will be final and binding on the Contractor and it cannot be challenged by the Contractor by way of Appeal, Arbitration or in the Court of Law.

140 Page 138 of SAMPLING OF MATERIALS Samples provided to the Engineer or his representatives for their retention are to be in the labeled boxes suitable for storage. Materials or workmanship not corresponding in character and quality with approved samples will be rejected by the Engineer or his representative and shall be removed from the site as directed by the Engineer at the Contractor s cost. Samples required for approval and testing must be supplied well in advance by at least 48 hours to allow for testing and approval. Delay to work arising from the late submission of sample will not be acceptable as a reason for delay in the completion of work. For all materials brought from outside, the cost of sampling, testing whether in India or outside shall be borne by the contractor. All materials to be used on work shall be got approved in advance from the Engineerin-charge and shall pass the test and or analysis required by him. which will be as follows :- a) As specified by the Indian Road Congress Standard Specification. b) Code of Practice for Road and Bridges. OR c) I.S.I. specification (whichever and wherever applicable) d) Such recognised specifications accepted to Engineer-in-charge or equivalent hereto or in absence of such recognised specifications. e) i) The Contractor shall set up Field Laboratory with necessary equipment for testing of all materials / finished products, and get it checked and certified from the Executive Engineer. ii) Such requirement test and or analysis as may be specified by the Engineer-incharge in order of precedence given above. iii) The contractor shall at his risk and cost make all arrangement and/or shall provide for all such facilities as the Engineer-in-charge may require for collecting preparing required number of samples for tests or for analysis at such time and to such 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. iv) The contractor shall if and when required submit at his cost the samples of materials to be tested or analysis and if, so directed shall not make use of or incorporate in the work any materials represented by the samples until the required tests or analysis have been made and the materials, finally accepted by the Engineer- in-charge. Samples

141 Page 139 of 376 provided to the Engineer in charge for retention purpose are to be in labeled boxes suitable for storage. v) The contractor shall not be eligible for any claim or compensation at either arising out of any delay in the work or due to any corrective measures required to be taken on account of and as a result of testing of the materials. vi) The contractor or his authorized representative will be allowed to remain present in the department laboratory while testing samples furnish by him. However the results of all the tests carried out in the department laboratory in the presence or absence of the contractor or his authorized representative will be binding on the contractor. vii) Cost of routine day-to-day quality control testing charges for tests required as per specifications will be borne by the contractor by sending the same to the concerned Government laboratories. viii) Test shall be carried out at approved Government Laboratories or Government institutions as directed by Engineer-in-charge and all testing charges shall be borne by the Contractor. ix) 15% of the rate shall be with held and shall be released only after the receipt of the satisfactory test result wherever specified. Routine test shall mean testing of aggregate for gradation, flakiness index, impact, value and binder content. All other tests shall be carried out by the contractor at his own cost. However the cost of testing of material as directed by Engineer-in-charge for approving a particular material as laid down in para (i) to (viii) will have to be borne by the contractor. x) The contractor shall at his own cost arrange 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 the field laboratory or in an approved laboratory. xi) Testing of the material used for this work should be carried out as per the provisions made in Government Circular No. Miscellaneous /2004/PC-108/NH-2, dated 22/3/2005. Testing of material should be carried out as per frequency stipulated by the Vigilance & Quality Control Circle. The contractor should carry out 25% testing of material out of the total material required as per the frequency from the Departmental Laboratory of Public Works Department. The payment for testing of material from the Departmental Laboratory should be borne by the Contractor. xii) In case of materials procured by the contractor/testing as required by the codes and specifications, the same shall be arranged by him at his own cost. Testing shall be done in the presence of an authorized representative of the Engineer-in-charge at the nearest laboratory. If additional testing other than as required by specification is

142 Page 140 of 376 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. xiii) In case of materials supplied by the Government, if the contractor demands certain testing, the charges thereof shall be paid by the contractor if the test results are satisfactory and by the department if the same are not satisfactory. 16. CO-ORDINATION ;- When several agencies for different sub-work of the project are to work simultaneously for the timely completion of the whole project smoothly, the scheduled dates for completion specified in each contract shall there-fore be 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 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 steps or action that may cause disruption, discontent, or disturbance of the work labour or arrangement etc. of other contractor in the Project localities. Any action by any contractor which the Engineer in his unquestioned discretion may consider as infringement of the above code, would be considered as a breach of the contract conditions and shall be dealt with as such. In case of any dispute, 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 violate any contract nor absolve the contractor's of his/their obligations under the contract nor consider for the grant for any claim or compensation. 17. PATENTED DEVICE : Whenever the contractor desires to use any designed devices, 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 the copy of their agreement shall be filed with the Engineer-in-charge if so desired by the letter. 18. PAYMENT The contractor must understand clearly that the rates quoted are for completed work and include all cost due to labour, scaffolding, plant, machinery, supervision, power,

143 Page 141 of 376 royalties, taxes etc. and should also include all expenses to cover the cost of height work as and when required and no claim for additional payment beyond the prices or rates quoted will be entertained. The mode of measurement has been indicated in the specifications. If there is any ambiguity or doubt in this respect, the decision of Superintending Engineer will be final. 19. SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL: 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 on 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 & 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, 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 Contractor shall be responsible for the delay so caused to the works and the Contractor shall not be entitled for any compensation on this behalf INSPECTION :- The Contractor shall inform the Engineer-in-charge in writing -when any portion of the work is ready for inspection giving him sufficient notice to enable him to inspect the same without affecting the further progress of the work. The work shall not be considered to have been completed in 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 any way affect him even to reject the work which is alleged to be completed and to suspend the issue of his certificate of completion until such alteration and modifications or reconstruction have been effected at the cost of the Contractor as shall enable him to certify that the work has been completed to his satisfaction.

144 Page 142 of 376 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 the work at his own cost TEMPORARY QUARTERS : i) The contractor shall at his own expense maintain sufficient experienced supervisory staff etc. Required for the work and shall make his own arrangement, provide housing for them with all necessary arrangements, including fire preventive measures etc. as directed by the Engineer-in- charge. ii) The contractor shall provide, furnish, maintain and remove on completion of the work, a suitable office on the work-site for the use of Executive Engineer's representative. The covered area for office exclusive of varandha should not be less than 24 Square Metre and height 3.0 meter It have Brick masonry walls and asbestos or corrugated iron roof, paved floor should be 18" above ground level. He should provide a basket type latrine, urinals and keep them clean, daily. The contractor shall have provide Laboratory (with ref. books & I.S. codes) at site of size 6.0 m x 6.0m minimum and height 3.0 meter at work site. The office and Laboratory structures shall be semipermanent type. This will be supposed to be included in his rates SAFETY MEASURES AND AMENITIES : While executing the work, necessary precautions regarding safety of labour, supervisory staff, public and traffic users shall be taken by the agency according to rules and regulations specified by the Government of India / Government of Maharashtra and as directed by District Court, Pune. 1) 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 of the requirements listed, though no exhaustive. The contractor shall also comply with the directions issued by the Engineer in this behalf from time to time and at all times.

145 Page 143 of 376 2) Providing protective foot-wear to workers, in situations like mixing and placing of mortar of concrete in quarries and places where the work is done under too much of wet condition as also for movements over surfaces infected with oyster growth etc. 3) Providing protective head wear to workers, working in quarries etc. to protect then against accidental fall of materials from above. 4) Taking such normal precautions like providing hand rails at the edges of the floating platform or barges, not allowing nails or metal parts or useless timber to spread around etc. 5) Supporting workmen with proper belts, ropes etc. when working on any masters, cranes grabs, hoist, dredgers etc. 6) Taking necessary steps towards training the workers concerned in 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. 7) Providing adequate number of boats (of at all required for playing water) to prevent overload and over-crowding. 8) Providing life belts to all men working in such situation from where they may accidentally tell into the water, equipping the boats with adequate number of life belts etc. 9) Avoiding bare live wires etc. As would electrocute workers. 10) Making all platforms, staging and temporary structures sufficiently strong so as not to cause inconvenience and risk to the workmen and supervisory staff. 11) Providing sufficient first aid trained staff an equipment to be available quickly at the work site to render immediate first aid treatment in case of accidents due to suffocations, dropping and other injuries.

146 Page 144 of ) Take all necessary precautions with regard to use of divers. 13) Providing full length gum boots, leather hand gloves with fire proof apron to cover the chest and back reaching upto knees and protective goggles for the eyes to the labourers working with hot 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 labours in the opinion of the Engineer. 20. EXPLOSIVES :- The Contractor shall at his own expense construct and maintain proper magazines, if such required for the storage of explosives for use in connection with the works, and such magazine, being situated constructed and maintained in accordance with the Government Rules applicable in that behalf. The contractor shall at his own expenses obtain such Licenses as may be necessary for storage of explosives are approved by the Engineer, the Government shall not be incurring any responsibility whatever in connection with storage and use of explosives on the size or any accident or occurrence whatsoever in connection therewith, all operations in or for which explosives are employed being at the risk of the contractor and upon his sole responsibility and the contractor here by gives to Government an absolute indemnity in respect thereof. 21. DAMAGE BY FLOODS OR ACCIDENTS:- The contractor shall take all precautions against damage by floods 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 plant or materials belonging to the Government, lost or damaged by floods or from any other cause which is in his charge. 22. RELATION WITH PUBLIC AUTHORITIES :- The contractor shall comply with all rules, regulation, bye-laws and direction given from time also by any local public authority in connection with this work and shall himself pay fees or charges which are leviable on him without any extra to the Department.

147 Page 145 of POLICE PROTECTION : For the Special Protection of camp and the contractor's works, the department will help the contractor as far as possible to arrange for such protection with the concerned authorities if so required by the Contractor in writing. The full cost of such protection shall be borne by the contractor. 24. MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FOR LABOUR EMPLOYED ON THE CONSTRUCTION BY THE CONTRACTOR a) The contractor shall provide an adequate supply of potable water for use of labourers on work and in Camps. b) The contractor shall construct trench or semi permanent latrines for the use of the Labourers. Separate latrines shall be provided for men and women. c) The contractor shall build sufficient number of huts on a suitable plot of land for use of the Labourers according to the following specifications :- 1. Huts 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 where it is available. The neighbourhood of tank, jungle, grass or woods should be particularly avoided, Camps should not be established close to large cuttings of earth work. 3. The lines huts shall have open spaces of at least ten meters between rows. When a good natural site cannot be procured, particular attention should be given to the drainage. 4. There should be no over crowding. Floor space at the rate of 30 Sq.ft. Per head shall be provided. Care should be taken to see that the huts are kept clean and in good order. 5. The Contractor must find his own land and if he wants 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 bathing places. Washing places should also be provided for the purpose of washing clothes.

148 Page 146 of The Contractor shall make sufficient arrangements for draining away the surface and sullage water as well as water from the bathing and washing places and shall dispose off this waste water in such way as not to cause any nuisance. 8. 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 8 kilometers from the Camp. In case of emergency the contractor shall arrange at his cost for transport for quick medical help to his sick worker. 9. 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. 10. The Assistant Director of Public Health shall be consulted before opening a labour camp and his instruction on matters such as water supply sanitary conveniences, the camp site accommodation and food supply shall be followed by the Contractor. 11. The contractor shall make arrangement for all anti-maleria measures to be provided for the labour employed on the work. The anti-maleria measure shall be provided as directed by the Assistant Director of Public Health. 25. QUARRIES : The quarrying operations shall be carried out by the Contractor with proper equipment such as compressors. Jack-hammers, drill bits, 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 responsibility of the Contractor. The Engineer- in-charge or his representative shall be given full facilities by the Contractor for inspection at all times of the working of the quarry, records maintained, the stocks of the explosives and detonators etc. so as to enable him to

149 Page 147 of 376 check that the working records and storage are all in accordance with the relevant rule. The Engineer-in-charge or his representative shall at any time be allowed to inspect the works, buildings, and equipment at the quarters The Contractor shall maintain at its own cost, the book registers etc. required to be maintained under the relevant rules and regulations and as directed by the Engineerin-charge. These books shall be open for inspection at all times by the Engineer-incharge or his representative and the Contractor shall furnish the copies or extracts of 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 quarry and its surroundings. The Contractor shall himself provide suitable magazines and arrange to pre and store explosive etc. as required under the rules at his own cost. The designs and the location of the magazine shall be got approved in advance from the Chief Inspector of Explosives and the rules and regulations in this connection as laid down by the Chief Inspector of Explosives from' time to time shall be strictly adhered to by the Contractor. It is generally experienced that it takes time to obtain the necessary license for blasting & license for storage of material from the concerned authorities. The contractor must therefore take timely advance action for procuring all such licenses so that the work progress may not be hampered 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 approach shall be maintained by the contractor at his own cost till the work is over 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 such is in the opinion of the Engineer-in-charge, not in accordance with the specifications or of required quality will be rejected at any time, at the quarry or at the site of work. The rejected stones shall not be used on the work and such rejected materials shall be removed to the place shown at the Contractor's cost.

150 Page 148 of Since all stones quarried from Government quarry (if made available) by the contractor including the excavated over burden are the property of the Govt. no stones or earth shall be supplied by the Contractor to any other agencies or works are 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 Govt. And shall be handed over by the Contractor to Government free of cost at quarry site duly heaped at the spots indicated by the Engineer-incharge. The contractor will be entitled to the refund of royalty if any, paid by him for such quantity handed over to Govt. for which necessary certificate will be issued by Executive Engineer as per usual procedure, if however, the Government does not required such surplus material the contractor may be allowed to dispose off or such surplus material else where with prior written permission of Engineer-in-charge. Leaving off a quarry face or opening of a new quarry 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, ground rent for staking material etc. and charges shall be paid directly to Revenue Department by the contractor as per rules in force. If it is not paid by contractor the same will be recovered from his bills The contractor will be permitted to erect at his own risk and cost at the quarry site if suitable vacant space of Government area is available for the purpose, his own structures for stores, offices etc. At places approved by the Engineer- in-charge. On completion of the work the contractor shall remove all the structures erected by him and restore the site to its original condition The Contractor shall not use any Sand in the quarry either for cultivation or for any other purpose except that required for breaking or stacking or transporting stones.

151 Page 149 of TRAFFIC REGULATION : Unless separately provided for in the contract, the Contractor shall have to make all necessary arrangements for regulating traffic, day to night during the period of construction to the entire satisfaction of the Engineer. This includes the construction and maintenance of diversions if necessary. The contractor shall have to provide necessary caution board, barricades, flags, light and watchmen etc. So as to comply with the latest Motor Vehicles rules and Regulation and for Traffic Safety and he shall be responsible for all claims from 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 It is to be clearly understood that whatever work carried out by the Contractor for construction of diversion road including earthwork, W.B.M. bituminous surface dressing. R.C.C pipe drains etc. Will be paid for only once. If due to flow of traffic, due to floods or due to any other cause, this diversion road and/or the R.C.C drain gets damaged it shall be repaired and maintained by the Contractor in good condition till completion of the whole work at his own expenses. 27. PROCUREMENT OF MATERIALS : Where suitable and approved P.W. Department's quarries exist, the Contractor or piece worker will be allowed if otherwise there is no objection to obtain the materials to the extent required for the work from the quarry. He will be however, liable to pay compensation. If any damage is caused to the quarry either deliberately or through negligence or for wastage of materials by himself or his staff or labour Where no suitable Government quarries exist or when the quantity..of. the material required cannot be obtained from a P.W. Department quarry the Contractor or pieceworker shall make his own arrangements to obtain the material from existing or a new quarry in Government waste land, private land or land belonging to other States or Talukas, etc. After opening the quarry but before starting collection the quarry shall be got approved by the Engineer-in-charge or his representatives. The Contractor or piece worker shall pay all royalty charges compensation etc. No claims or responsibility on account of any of obstructions caused to execution of the work by difficulties arising out of private owners of land will be entertained.

152 Page 150 of The rates in the tender include all incidental charges such as opening of a new quarry, opening out a new portion in an existing quarry, removing top soil and the unsuitable material, dewatering a quarry, cost of blasting powder and fuse, lift, lead, repairs to existing cart tracks, making new cart tracks, control charges, Central / State Government or Municipal taxes, Local Boards, Cess, etc The rates in the tender are for the delivery of the approved material on road side properly stacked at the places specified by the Engineer-in- charge and are inclusive of conveyance charges in respect of the leads and lifts. No claims on account of changes in lead will be entertained No material shall be removed from the land within the road boundary or from the land touching it without the written permission of the Engineer- in-charge of his authorised agent. If any materials is un-authorised 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 Any material that falls on any P.W.D. Road from the cart etc. during conveyance shall be immediately picked up and removed by the Contractor or piece worker, failing which it will be got removed Departmentally at his cost. No heap shall be left prior to stacking even temporarily on the road surface or in any way so as to cause any obstruction or danger to the traffic. The Contractor or the piece worker shall be liable to pay for any claims of compensation etc. arising out of any accident, etc. Any such materials causing obstruction or danger etc. will be got removed Departmentally at his cost and no claims for any loss or damage to the material, thus removed, will be entertained. The Contractor shall also be responsible for the damage or accident etc. arising out of any material that falls on the road or track, not in charge of the Department and shall attend to any complaint which may be received otherwise authorised by Engineer in writing. Collection and spreading shall not be carried out at the same time in one and the same mile or in to adjoin in Km. except with the return permission of the Executive Engineer.

153 Page 151 of Unless otherwise directed, the materials shall be collected in the following orders availability of space :- 1) Rubble (if included in tender) 2) Metal 3) Soft murum 4) Hard murum Shall be stacked on the side opposite for petty repairs and 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 the opposite sides of the road All road material shall be examined and measured before it is spread. The labour for measurements (and check measurements where ever carried out) shall be supplied by the contractor or place worker. Immediately after the measurements are recorded the stacks shall be marked by the contractor or piece worker by who wash or otherwise as may be directed by the Executive Engineer to prevent from any authorised tampering with the stacks. If the contractor or piece worker fails to attend the measurements after receiving the notice from Sub-divisional officer or his subordinate stating date and time of the intention to measure work, shall be measured never-the-less and no complaint in this respect will be entertained later on. If the contractor or piece worker fails to supply sufficient labour for the materials required at the time of measurements or check measurements, after due notice has been given to him, the expenses incurred on account of employing department labour or material etc. shall be charged against his account No deduction will be made for voids The materials shall not be Stacked in place where it is liable to be damaged or lost due to traffic passing Over it, to be washed away by rain or floods, to be buried under the land slides etc. or slip down an embankment or hill side etc. No claims for any loss due to these and similar causes will be entertained Before stacking, the materials shall be free from all earth, rubbish vegetable matter and other extraneous substance and in the case of metal, screened to gauge, if so directed when ready. It shall be stacked entirely clear of the road way, on ground which has been cleaned of vegetation and leveled. On high banks, ghat roads etc. where it may not be practicable to stack it entirely clear of the roadway it may be stacked with the permission of the Engineer-in-charge on terms in such a way as to cause minimum danger and obstruction to the traffic or as may be directed by him.

154 Page 152 of The size of the stacks for materials other than rubble shall be 3.00m x 1.50m x 0.60m or such other size as may be directed by the Engineer- in-charge and all but one stack in 200 M. shall be of the same uniform size and shall be uniformly distributed over whole lengths. One stack (at the end) in each 200 M 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 The Sub Divisional Officer shall supply the Contractor with statement showing furlong 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 furlong shall be stacked. Any excess quantity shall be removed at the expenses of the Contractor or piece worker to where it is required before the material in that furlong is finally measured In slacking materials the deposition shall commence at the end of the KM fastest from the quarry and be carried continuously to the other end (unless otherwise directed by the Executive Engineer). Stacking in one 200 M shall be completed before it is started in another, unless directed otherwise, in writing by the Executive Engineer. Measurements of the materials stacked in a furlong will not be recorded until the full quantity required has been stacked All the materials such as asphalt, cement, steel etc. shall be procured by the contractor from approved Government Institutions or as directed by Engineer-incharge only. The materials shall be brought at the site of work well in advance by the contractor. The contractor shall be responsible for all transportation and storage of the materials at the site and shall bear all the related costs. The Engineer shall be entitled at any time to inspect or reasonable assistance.( or such inspection as may be required ) After receiving bitumen, the authorized challan / gate pass should be obtained from the refinery mentioning the quantity of bitumen, rate of bitumen, date of delivery etc. And it should be handed over to the department for each consignment. Similarly the invoice of cement etc. shall be given to the authorised representative of the Engineer-in charge immediately on procurement of the materials The day to day record of the receipt / utility balance of material should be kept by the contractor in the form of register for each material like asphalt, cement, steel at plant site / site of work / store and the same will be checked by the Engineer-incharge or authorised Engineer at anytime. This register shall be signed daily by the contractor or his representative and representative of Engineer-in-charge. The contractor shall submit periodically as well as on completion of work an account of all

155 Page 153 of 376 materials used by him on the work to the Engineer-in-charge While transportation of bouzer, transport pass should be obtained from those corporation / municipality through whose limits the bouzer is passed and should be handed over to the authorised representative of the department The procurement of cement / steel etc. should be from authorised manufacturing company / institutions and vouchers regarding purchase thereof shall he submitted to the Engineer-in-charge. The material from any other source other than the approved institutions shall not be allowed unless written permission from the Executive Engineer is taken. In such cases certificate for test, quality shall be produced by the contractor and samples of materials shall be tested from any Government laboratory by the contractor at his cost and the test results be supplied to the department. The materials not conforming to the required standard shall be removed at once from the Site of work by the contractor at his own cost. All the materials such as asphalt, cement etc. required for use In the work shall be confirmed from the concerned 1.8. M.O.R.T.H. specifications. These materials shall be used on work by the contractor only after the tests thereof are found satisfactory. The responsibility of carrying out tests to the frequencies specified for each material shall rest with the Contractor. a) The R.C.C. pipes required for the work shall be procured from the Maharashtra Small Scale Industrial Development Corporation only. The payment towards the item of providing and fixing NP2 / NP3 / NP4 Pipes will be released only after the contractor submits the bills of MSSIDC to authenticate that the pipes nave been purchased from the MSSIDC. No payment toward the item of providing and laying of pipe will be released in absence of the submission of requisite documents Any consignment or part of consignment of cement which is dilapidated in any way shall not be used In the works and shall be removed from the site by the contractor without charge to the employer Cement shall be transported and handed and stored on the site such a manner as to avoid deterioration, contamination. Each consignment shall be stored separately so that it may be readily identified and inspected. Cement shall be used in the sequence in which it's delivered at site.

156 Page 154 of The contractor shall prepare and maintain proper records on the site in respect of deliver, handling, storage and use of cement and these records shall be made available for inspection by the Engineer at all times The contractor shall construct at his own cost shed / sheds as per directions of the Engineer-in-charge for storing the material and providing double locking arrangements. (one lock of department and other of the Contractor) Materials shall be taken out from stores only in presence of authorised representative of the Engineer-in-charge. The store shed constructed on site shall be removed on completion of work. The contractor shall take all necessary steps to guard the materials brought by him Cement to be used in the works shall be any of the following types with the prior approval of the Engineer. A) Ordinary Portland cement conforming to IS (latest edition) B) Ordinary / Portland cement conforming to!s (latest edition) TMT FE-500 grade conforming to l.s shall be used for reinforcement Bulk bitumen of IS grade VG-30 grade shall be used Asphalt VG-30 grade confirming to IS 8887 of 1995 shall be used for tack coat The contractor shall make his own arrangement for the self custody of the materials brought by him on the site of work The charges for conveying of the material from the place of the purchase by the contractor to the site of work and the actual spot of work shall be entirely borne by the contractor, No claim on this account shall be entertained Register showing dispatch of bituminous load from the plant, vehicle No., time of dispatch, temperature at the time of dispatch etc. shall be kept in prescribed form at hot mix plant site. Similarly register showing the time, temperature of the mix at the site shall be kept the authorised representative of the contractor shall fill both these registers. These shall be signed by the Contractor everyday in token of acceptance The maintenance of these registers does not absolve the contractor of his contractual obligation towards quality of the work The contractor should ensure that all safety precautions are observed by the labours while handling the materials and precautions. For their labour at the cost of the

157 Page 155 of 376 contractor and the contractor will bear all the expenses compensation etc. If any incident occur to the labour etc. no claim in this regard what-so-ever shall be entertained and the decision of the Department will be final and conclusive In case the materials become surplus owing to the change in the design of the work after the materials are brought by the contractor, no claim in this regard will be entertained and the contractor will be required to take away such materials from the site The contractor should arrange for weighment of the bouzer if desired by the Engineer- in -charge. The weighment shall be done in the presence of representative of the department at the cost of the contractor The weight of the steel bars used on the work will be calculated on the basis of standard weight per unit length vide IS No wastage of steel will be considered at all. Cut pieces of the steel irrespective of the length will be the property of the contractor and no claim whatsoever in this regard shall be entertained. The consignment of the steel brought by the contractor having weight less than the standard weight per unit length of the bar as mentioned above will not be accepted. For this purpose random sample will be tested by the Executive Engineer and the decision of the Executive Engineer shall be binding on the contractor, if the steel received is over weight (more than standard weight per running meter length) no extra payment will be made and no claim in this regard whatsoever shall be entertained No claims on account of cement or steel rods used for ancillary works on Site of- work shall be entertained All the materials to be brought on site shall be brought only on working days and in presence of an authorized representative of the Engineer-in -charge All the materials such as cement, mild steel, H.Y.S.D. Bars, TMT Bars etc. required for execution of work shall be brought by the contractor at his own cost The contractor shall maintain the record of these materials (cement, steel etc.) in the prescribed proforma and registers as directed by Engineer-in-charge. The sample of prescribed proforma is attached at the end. These registers shall be signed by both the contractors and representative of the Engineer-in- charge. These registers shall be made available for inspection, verification for the Department as and when required.

158 Page 156 of 376 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 go-down at site. No material shall be shifted outside of the go-down site except for the work for which this agreement is entered without prior approval of the Engineer-in-charge The materials i.e. cement, steel etc. brought on the work site shall be accompanied with 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 prescribed, these materials shall be immediately removed from the work site at the contractor's cost. In case of cement, if so requested by the contractor in writing, material shall be allowed to be used before receipt, of test results but this will be entirely at the risk and cost of the contractor The contractor shall produce sufficient documentary evidence i.e. bill for the purchase of materials brought on the work site at once if so required by the department All these materials i.e. cement, steel etc. shall be protected from any damages rains etc. by the contractors at his own cost The contractor will have to erect temporary shed of approved specifications for storing of above materials at work site at contractor's cost having double locking arrangements (By double lock it/s meant that go-down shall always be locked by two locks, one lock being owned and operated by contractor and other by Engineer-incharge or his authorised representative ) and the door shall be openable only after both locks are opened If required, the weighment of cement bags / steel etc. brought by the contractor shall be carried out 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 for such ancillary small items as are connected and absolutely necessary for this work as may be decided by the Engineer-in-charge.

159 Page 157 of The Government shall not be responsible for the loss in cement and steel during transit to work site. The cement brought by the contractor at the work site store shall mean 50 Kilogram equivalent to cubic meter per bag by weight. The rate quoted should correspond to this method of reckoning. In case of ordinary / Controlled concrete, if cements found short, the shortage / shortages wilt be made good by the contractor at his cost Special Condition for B.T. work: In respect of Black Top Work, 15% (Fifteen Percent) payment of Black Top in a particular Km. shall be retained till completion of side berms / C.D. Works, 5th Km. stone, Km.stone, 200 meter stone etc. in that km. After completion of other items satisfactorily, the withheld payment will be released finally. 28. MISCELLANEOUS : Rate shall be inclusive of Sales Tax, General Tax and all other taxes, octroi, royalties etc For providing electric wiring or water lines etc. recesses shall be provided if necessary, through walls, slabs, beams etc. and later on refilled up with bricks 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 Dept. Limits, the Contractor will have to make his own arrangements 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 Govt. Land for Such purpose on usual terms and conditions as per rules of Government The 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. Hand book where reference to such specifications is given without reproducing the details in contract Suitable separating Barricades and enclosures shall be provided to separate material brought by contractor and material issued by Government to contractor under Schedule "A" Same applies for the material obtained from different sources ofsupply.

160 Page 158 of It is presumed that the Contractor has gone carefully through the Standard Specifications of P.W.D. Hand Books and the Schedule of Rate of the Division and studied the site condition before arriving at rates quoted by him. Decision of the Engineer-in-charge shall.be final as regards interpretation of specifications The stocking a 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 of 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, such heavy materials shall be stored on approved platform For Road and Bridge works, the contractor shall in addition to the specifications cited here, comply with requirements of relevant I.R.C. Code of Practice The Contractor shall be responsible for making good the damages done to the existing property during construction by his men lf 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 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 General directions or detailed description of work, materials and items coverage of rates given in the specification are not necessarily repeated in the Bill of Quantities. Reference 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 to the contractor, the rates and prices inserted in the items are to be considered as the full inclusive rates and prices for the finished work described there under and are to cover all labour materials, wastage, temporary work, plant, overhead charges and profits, as well as the general liabilities, obligations and risks arising out of the General conditions of contract.

161 Page 159 of All measurements will made in accordance with the methods indicated in the specification, and specification read in conjunction with the General Conditions of Contract The details shown on drawings and all other information pertaining to the work shall be treated 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 entitled to any increase over the ones quoted in the tender which are on quantity basis The recoveries if any from contractor will be effected as arrears of land revenue through the Collector of the District Protection of underground telephone cable and aerial telephone wires and poles, transmission towers, electrical cables, and water supplying lines. It will therefore be the responsibility of the contractor to protect then carefully all such cases should be brought to the notice of the Engineer-in-charge by the contractor and also the concerned department, any damage what so ever done to these cables and pipe lines by the contractor shall be made good by him at his cost. 29. PAYMENTS AND MEASUREMENTS : PAYMENT : The contractor must understand clearly that the rates quoted are for completed work and include all costs due to labour, scaffolding, plant, machinery, supervision, power, royalties, octroi, taxes etc. And should also include all expenses to cover the cost of night work if and when required and no claim for additional payment beyond the prices or rates quoted will be entertained. The mode of measurements has been indicated in the specification and in the schedule of payments, if there is any ambiguity or doubt in this respect the decision of Superintending Engineer will be final Two payments in a month will be granted by the Engineer-in-charge for construction of Bridge, if the progress is satisfactory, and shall be made as per, accepted payment schedule Ground levels will be taken by the usual method and by Departmental staff in presence of contractor's representative. Required labour etc. for this shall be supplied by the contractor, in case of slushy portion, the ground levels shall be taken by erecting the leveling staff on wooden plank ( 0.5 x 0.5metre, 2.5 cm. thick) without claiming extra for cost of plank or by any other mutually agreed method.

162 Page 160 of Contractor can have copies of the measurements and of the bills paid to him at his own cost and his own responsibility MAINTENANCE ( Bridge/Grade Separator proper and approaches ) 30.1 The contractor shall maintain the finished surface of bridge ( Grade Seperator) proper for a period of 5 years (Five Years) with its approaches of bridge after the commissioning of each part of work without any extra cost to Government irrespective of the designs, standard and specification and the actual traffic etc. Maintenance (Approaches) 30.2 The Contractor shall maintain the finished surface of Bridge proper and approaches for a period mentioned in Clause 10 (A) of conditions of contract after the completion of work without any extra cost to Government irrespective of the designs, standards and specifications and the actual traffic etc. The Contractor shall get the pot holes filled up with asphalt mix materials and keep the road surface in good condition through out the year. 5% amount of the total work done (approaches only) shall be recovered from Running Account Bills and shall be withheld for period mentioned in Clause 10 (A) of condition of contract from the date of actual completion of work as maintenance charges of maintaining and keep the work in good condition. This 5% amount withheld towards maintenance charges shall be allowed to be replaced with bank guarantee or other recognised forms at intermediate stage, if so desired in writing. This maintenance charges shall be in addition to security deposit It will be the responsibility of the contracting agency to maintain total road length under work portion of this Contract Agreement in good condition from the date of issue of work order, till completion of defect liability period as per Clause 10 (A) and this shall be treated as part of total scope of this contract agreement. In case the contractor fails to maintain road length properly including rectification of the defects pointed out by the department within a period of 7 days from the date of a written notice by the Engineer-in-charge, the rectification / repairs to such defects will be carried out by the department at contractor s risk and cost. The expenditure incurred on such rectification work shall be recovered from the amount withheld as per Clause 10(A) of condition of contract On completion of the work in all respects, necessary certificate will be issued by the concerned Executive Engineer and the defect liability period clause 10-A will be counted from the date of issue of such certificate.

163 Page 161 of All damages during execution shall be made good by the contractor at his cost. He will be responsible for any damages to structure (Grade Seperator) in rainy seasons and during construction and guaranteed maintenance period and no separate payment will be made for restoring such damages. 31. FINAL BILL : 31.1 The contractor should submit final bill within one month after completion of the work and the same will be paid within 5 months if it is in order. Disputed items and claims, if any shall be excluded from the bill and settled separately later on 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 on the extras or claims not covered in the stipulations of the contact Claims for extra work shall be registered within 30 days of occurrence of the event. However, bills for these claims including supporting data/ details may be submitted subsequently at his own cost. 32. PRELIMINARY ARRANGEMENTS : The Contractor if necessary construct temporary roads and maintain these in proper condition till the completion of the work at his own cost. If necessary, he shall also, at his own expenses make necessary arrangements for acquisition of land required by him in connection with the execution of the work The contractor shall have to makes at his own cost all preliminary arrangements for labour, water electricity and materials etc. immediately after getting the work order. No claim for any extra payment or application for extension of time on the grounds of difficulty in connection with the above matter, will be entertained, 32.3 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 of damages and also for prohibiting trespassers or damage to them The contractor shall have to make his own arrangement for water required for any purpose on the work. 33. INSPECTION :-

164 Page 162 of 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 inspection 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. No approval of materials or workmanship or approval of part of the work during the progress of execution shall bind the Engineer-in-charge or in any way affect him even to reject the work which is alleged to be completed and to suspend the issue of his certificate of completion until such alterations and modifications or reconstruction have been effected at the cost of the contractor as shall enable him to certify that the work has been completed to his satisfaction 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 the work at his own cost The contractor after completion of work shall have to clean the site, of all debris and remove all unused materials other than those supplied by the Department and all plant and machinery, equipment, tools etc. belonging to him within one month from the date of completion of the work, or otherwise the same shall be removed by the Department at his cost and the contractor shall not be entitled for payment of any compensation for the same. 34. ACCIDENT :- In the event of an accident involving serious injuries or damages to human life or death of any of his employees and or labourers or tress passers, the same will be reported within 24 hours of the occurrence to the Executive Engineer and the Commissioner of workmen s compensation. 35. PLANT :- 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 (Say for the purpose of moving it from one part of the site to another or the repairs etc.) without the consent in writing of the Engineer-in-charge which shall not be unreasonably with-held. The concreting shall be done by the batch type concrete mixer diesel or electrically operated with a minimum capacity of Cubic Metre per hour with automatic water measuring system and integral weigher ( Hydraulic or pneumatic type one). This RMC Plant may be of portable type.

165 Page 163 of EXCEPTED RISKS : The contractor shall be under no liability whatsoever by way indemnity or otherwise for or in respect of destruction of-or damage to the works (save work condemned under the provisions of specifications and conditions of this tender prior to the occurrence of any excepted risk hereinafter mentioned) or temporary works or to property whether of the Department or third parties or for or in respect of injury or loss of life which is the consequence whatever direct or indirect, were hostilities (whether were to declared or not) invasion, act of foreign enemies, rebellion, revolution, insurrection or military of usurped power. Civil war or riot, commotion or disorder otherwise than among the contractor's own employees or his piece worker and subagencies (hereinafter comprehensively referred to as "The said excepted risks") and the department shall indemnify and save harmless the contractor against and' from the same and against and from all claims, demands proceedings, damages, costs charges and expenses, whatsoever arising there out or in connection therewith and shall compensate the contractor for any loss of or damage to property of the contractor used for intended to be used / or the purpose of the works and laying at site of work and occasioned either directly or indirectly by the said excepted risks If the works or temporary works or any materials (whether for the former or the later brought to site shall sustain destruction or damages by reasons of any of the said excepted risks, the contractor shall be entitled payment for any permanent works and for any materials so destroyed or damaged and shall be paid by the department the cost of making good any such destruction or damages whatever to the works or temporary works and for replacing or making good such materials so far as may be necessary for the completion of the works on a prime costs basis as the Engineer-In- Charge may certify to be reasonable. The contractor shall lodge his claim, in writing, supported by Engineer-in-charge immediately, but not later than 30 days of such occurrence of damage to works by excepted risk 36.3 Destruction, damage injury or loss caused by the explosion or impact whenever and wherever occurring of any mine bomb, shell, grenade or other projectile missile or ammunition or explosive or war resulting from action described in 37.1 above shall be deemed to be a consequence of the. said excepted Risk.

166 Page 164 of ADDITIONAL WORKS SPECIFICATIONS : The whole work shall be carried out strictly in accordance with the approved detailed drawing (unless otherwise directed) description of the items, detailed specification of th the M.O.S.T. for Bridge and Road Works IIIrd revision 1995 and 4 edition 2001, standard Specification book lind edition (with Indian Standard specification indicated therein) of P.W. Department, Government of Maharashtra subject to the additional specification given for the relevant items and in the best workmen like manner While adopting the relevant number and pages for different items of the M.O.S.T. Specifications for Bridges and Road Works. IIIrd revision 1995 Standard Specification Book, due care has been taken to indicate correct number and page for the various items. However if for some reasons or other it is noticed that the specification numbers and pages quoted are not pertinent, the contractor is bound to carry out the work in accordance with the correct relevant specifications for the item or items from the standard specification Book. After taking into account the description of the items, scope and spirit of the work It is to be definitely and clearly understood that the specifications stipulated shall be rigidly enforced and no relaxations shall be allowed. Extra charges or claims in respect of extra works shall not be entertained unless they are clearly outside the scope of the item and its specifications to which they relate or unless such works are ordered in writing by the Executive Engineer and claimed for in specified manner before the same is taken in hand. 38. QUALITY ASSURANCE AND MAINTENANCE : The contractor to ensure the specified quality of work which will also include necessary surveys, temporary works etc. The contractor shall prepare a quality assurance plan and get the same approved form the Engineer-in-charge within one month from the date of work order. The contractor shall submit an organization chart of his technical personnel to be deployed on the work along with their' qualification, job descriptions defining the functions of reporting, supervising inspecting and approving. The contractor shall also submit a list of tools, equipment and the machinery and instruments which he proposes to use for the construction and for testing in the field and or in the laboratory and monitoring. The contractor shall modify/supplement the organisation chart and the list of machinery, equipment etc.

167 Page 165 of 376 as per the directions by the Superintending Engineer Engineer-In-Charge and shall deploy the personnel and equipment on the field as per the approved chart and list respectively. The contractor shall submit written method statements detailing his exact proposals of execution of the work in accordance with the specification. He will have to get those approved from the Engineer-in-charge. The quality of the work shall be properly documented through certificate, records, check-lists and logbooks of results etc. Such records shall be complied from the beginning of the work and be continuously update and supplemented and this will be the responsibility of the contractor. The forms should be got approved form the Executive Engineer-in-charge Where the work is to be done on lump sum basis on contractor's design the contractor shall also prepare and submit a maintenance manual giving procedure for maintenance, with the periodicity of maintenance works including inspections, tools and equipment to be used, means of accessibility for all parts of the structure. The maintenance manual shall be approved by the Engineer-In-Charge. He shall also include the manual the specifications for maintenance work that would be appropriate. For his design and technique of construction. This manual shall be submitted within the contract period. 39. TECHNICAL COMPLETION REPORT The contractor shall submit Technical Completion Report along with his final bill, which shall include : 1. Detailed measurements 2. Working drawing 3. Details of material brought on site and consumed in the work, which shall also indicate standard consumption and deviation if any, with reasons. 4. Test Results of all materials used in the work with an abstract of total tests carried out and required as per frequency of tests as laid down in the relevant M.O.R.T.& H. Specifications. 5. Roughometer survey data as laid down in acceptance criteria. 6. Design Calculations / Job-Mix Formula etc. 7. Maintenance Manual.

168 Page 166 of Supervising control and data acquisition (SCADA) for bituminous and Concrete Works Bituminous Work (I) Asphalt Batch Mix Plant Minimum 80 TPH. It Shall have minimum following FEATURES (Technical Specification ) Fully computerized air conditioned control cabin, with on-board 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 & store production details, mix proportions etc. * Automatic cold aggregate feeder controls linked with mix design and hot bin levels. * Automatic free fall compensation. * PLC Diagnostics system allows for quick trouble location and trouble shooting in the plant. *SCADA Controls an extension to PLC allow for access & changing system calibration from remote locations as well as production data storage for future references. * Automatic Maximum Temperature Controller for Aggregate and Bitumen. * Mix Temperature Automatic Controls. (II) MIX TRANSPORTATION (i) Vehicle tracking system (VTS) for all vehicles transporting and laying bituminous mix. (III) ROLLERS / COMPACTORS i) Intelligent Compactors The data 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 analyzer. The compaction analyzer system shall be inbuilt and provided by the original manufacturer at the time of first sale of the compactor. In no case retro-fitted system shall be accepted. The compactor shall be fitted with VSAT (Very Small Aperture Terminal). }

169 Page 167 of 376 ii) Vibratory / Static Rollers (i) Temperature of mix during compaction. (ii) 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 Machinery & Testing Equipments- a) Extraction Test of Bitumen Mix. The binder content of hot mix material shall be determined by ignition method only as specified in AASHTO 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 acquired shall be uploaded to PWD Website in real time with time lag not more than 30 Seconds 40.2 Concrete Works- (I) Fully Automatic Micro processor based PLC with SCADA Enabled Concrete Batch Mix Plant (Pan Mixer) of minimum 18 to 20 cum/hr capacity of any standard company. It Shall have minimum following FEATURES (Technical Specification ) Fully Automatic Micro processor based PLC with SCADA system Protected Enclosure for Dusty Atmosphere. Facility to use 4 Aggregates. 1 cement and 1 water as standard Highly accurate batching material in Air Concept Adjustable batch size. Fly ash / Admixture report for each batch. Online Water Correction Discrete / Continuous mode. Easy calibration of Weighers. Stainless steel corrosion resistant Load cells. Electronic weighing of all components including water, admixtures etc. Automatic Buzzer sound after every production end. Interface with computer for Data Backup and print out. (II) Sand Screening cum Washing Unit electrically or diesel operated 4/6 CubicMetre per hour capacity. 39.2) Transportation- Transit Mixer / Pumps Transit mixers and / or concrete pumps of desired number and capacity with SACADA 39.3) All cement Works, Masonry / Plaster etc. Curing system Contractor shall install pressure control water curing system using necessary pumps, UPVC pipe network, water/ flow meter linked with SCADA, etc complete

170 Page 168 of ) CTM The contractor shall install Compression Testing Machine (CTM) for the testing cement mortar, concrete at the site, linked with "SCADA" etc. complete. The data so acquired shall be uploaded to PWD Website in real time with time lag not more than 30 Seconds GIS MAP Displaying locations of Hot mix Plants, Tippers used for hot mix material 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 all 41.1 to 41.4 above 40.6 THE OFFER OF THE CONTRACTOR SHALL INCLUDE: (1) The cost of procuring, establishing, running, operating & maintaining SCADA including all Censors, Vehicle Tracking System (VTS) and any other instrumentation, automation required to acquire the desired data, mentioned at 41.1 to 41.4 above. 2) Web connectivity to all locations where data is being acquired, transmitted, processed, stored and retrieved with minimum speed of 1 MPBS and 100 % availability. The contactor shall provide the web application in such a manner that it shall first update the above data in real time on PWD s works monitoring e-governance web application automatically. The contractor shall put his request to Engineer in charge to get access to the PWD e-governance web application. (3) Web-based application including Computer Software, Hardware etc. to transmit, process, store and retrieve the data in the forms and formats as prescribed by the Engineer In charge. (4) Arrangement for security of data, Disaster recovery arrangements shall be as per I.T. Industry practice, during the construction period and upto defect liability period.(dlp). Handing over the data on the Web Server after DLP in Electronic form as instructed by Engineer In charge. (5) Calibration of all SCADA related attachments /accessories as per the specification:- Web based application to monitor the schedule of Calibration of all SCADA related attachment/accessories. The invalidity of calibration shall lead to non-acceptance of work or measurement and the Contractor shall not be paid for such non-accepted work or measurements

171 Page 169 of 376 (6) Submission of printed and authenticated reports to the Engineer Incharge as and when required. (7) Point (1) to (6) above shall be arranged and maintained during contract period and defect liability period. (8) Cost includes rectification, fine tuning, corrections, additions & alterations to the system to the satisfaction of Engineer Incharge. (9) All data generated as per this special condition of contract shall be the property of PWD The Contractor shall make all necessary arrangement required under Clause 40.1 to 40.5 above (Supervising control and data acquisition for Bituminous / WBM / concreteworks / all cement works / masonry / plaster / Testing Equipments items) well in advance before starting of the related items of work. All necessary arrangements so made shall be offered for inspection to Engineer In charge one month prior to the start of the related items of work. Changes if any, after his inspection suggested by the Engineer In charge shall be carried out at no extra cost and within the period of Three days. A fresh request for inspection, of Engineer In charge after such rectifications shall be requested by the Contractor and final approval to the SCADA arrangements as specified in Clause-19 shall be obtained Additional general Condition and Specifications 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's works management e- governance application dashboard. The intelligent compacting system shall be connected with dashboard system. The contractor shall provide software facility for PWD officials to update QAP (Quality Assurance Plan) related data for compaction through its web application that will get transferred to the intelligent compacting system

172 Page 170 of 376 to bench mark the acceptance norms for colour coding, no of passes and acceptable temperature and density levels. The contractor shall provide compaction register that shall contain information related to the compaction for further analysis. The compaction register shall maintain following record RUN ID, DATE and TIME of compaction, latitude, longitude, location, temperatures (in case of asphalt), density (for soil it can be derived as a compaction measurement value). no of passes, colour for temperature, colour for number of passes. The contractor shall provide web application to replicate the actual view as shown on the monitor of the compactor through live streaming of the compaction operations. The system shall be inbuilt provided by the original manufacturer of compactor. In no case the retrofitted system shall be accepted Web Connectivity- The contractor shall provide web connectivity through satellite communication supporting mobile devices to the above monitoring system(mobile VSAT). The web connectivity shall have minimum two MBPS internet speed and 99% availability. Software should be intelligent; in case of connectivity failure it should maintain the pending files and send them as soon as it is connected. The contractor shall make sure that the entire software and hardware solution is virus free. The offer of contractor shall be inclusive of all. He shall not be paid separately Submission of monthly bill in electronic form:- 1. As per this contract, it is responsibility of the contractor to submit the bill monthly to the Engineer-In -charge. 2. To discharge this responsibility the contractor shall submit the bill in electronic form. 3. In doing so he shall use e-copy of Tender paper. 4. In support of the bills, required measurements, drawings, quality control reports (field lab and VQCC lab),sitesupervision data (Scada) shall be submitted in electronic form, the data so submitted shall have a facility to Tightly integrate it with the contract conditions, provisions in the Maharashtra Public Works manual, Maharashtra Public Works Account Code (updated to date of submission of this tender) and current general engineering practices (issued though various govt. resolutions, Govt. Circulars, Chief Engineer's Circulars etc. issued up to date of submission of this tender.) followed in Public Works Department. 5. The submission of e-bill shall be in the web based format. 6. The offer of Contractor shall be inclusive of all. He shall not be paid separately, his offer shall be inclusive of all cost required for submitting bill in e- format mentioned in this para and also...

173 Page 171 of 376 a) The cost of procuring, establishing, running, operating & maintaining web based system for submission and approval of bill, with all instrumentation / automation/services required to submit/ approve / store in PWD data base. b) Web connectivity to all locations where bill and its relevant documents required for the bill are being acquired/prepared, transmitted, processed, stored and retrieved with minimum speed of 2 MPBS and 100 % availability( including SCADA). The contactor shall provide the web application in such a manner that it shall first update the above data in real time on PWD s works monitoring e-governance web application automatically. The contractor shall put his request to Engineer in charge to getaccess to the PWD e-governance web application. c) 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. d) Arrangement for security of bill and its relevant documents, Disaster recovery arrangements shall be as per prevailing I.T. Industry practice, during the construction period and up to defect liability period.(dlp). Handing over the data on the Web Server after DLP in Electronic form as instructed by Engineer In charge. e) Calibration of all accessories/attachment related to bill shall be as per the specification. f) Web based application to monitor the schedule of Calibration of all related attachment/accessories related to bill and its relevant documents. The invalidity of calibration shall lead to non-acceptance of work or measurement and the Contractor shall not be paid for such non-accepted work or measurements g) Submission of printed and authenticated reports to the Engineer In charge as and when required. h) Point (a) to (g) above shall be arranged and maintained during contract period and defect liability period. i) Cost includes rectification, fine tuning, corrections, additions & alterations to the system to the satisfaction of Engineer In charge. j) All data generated as per this special condition of contract shall be the property of PWD The Contractor shall make all necessary arrangement required under Clause 40 to 41 above (Supervising control and data acquisition for concrete works / all cement works / masonry / plaster / Testing Equipments items, submission and approval of bill/s) well in advance before starting of the related items of works and activities. All necessary arrangements so made shall be offered for inspection to Engineer In charge/pmc/officer appointed by the engineer in charge one month prior to the start of the related items of work. Changes if any after his inspection suggested by the Engineer In charge/pmc/officer appointed by the engineer in charge shall be carried out at no extra cost and within the period of Three days. A fresh request for inspection, of Engineer In charge/pmc/officer appointed by the engineer in charge after such rectifications shall be requested by the Contractor and final approval to the arrangements of SCADA and submission and approval of bill/s shall be obtained

174 Page 172 of ADDITIONAL SPECIAL CONDITIONS FOR HOTMIX ASPHALTIC WORKS: 1. Clause No.106 of Ministry's Sepcifications (4th Revision, 2001) This clause stipulates certain conditions relation to choice and use of equipment which have relevance to production of quality work. These are: a) The Contractor shall be required to give a trial run of the equipment for establishing capability to achieve the laid down specifications and tolerances to the satisfaction of the Engineer before commencement of work. b) All equipment provided should be proven efficiently and shall be operated and maintained at all times in a manner acceptable to the Engineer. c) No equipment and personnel will be removed from the site without the permission of the Engineer. 2. The contractor has to ensure that the temperature of hot mix material and its ingredients is within the specified range as per MOST specification at the time of before mixing, during mixing and laying. 3 Clause No. 901 of Ministry's Specifications (4th Revision, 2001) a) The responsibility for the quality of the entire construction work is on the Contractor. For this purpose he is required to have his own independent and adequate setup. b) The Engineer for satisfying himself about the quality of the material and work will also have tests conducted by quality control units or by any other agency, generally to the frequency set out in the specifications. For test to be done by the Engineer, the Contractor is to render all necessary co-operation and assistance including the provision of labour assistance in packing and dispatching samples etc. c) For the work of embankment, sub-grade and pavement, construction of subsequent layer of the same or other material over the finished layer shall be done only after obtaining approval from the Engineer.

175 Page 173 of 376 d) The Contractor shall be responsible for rectifying / replacing any work falling short of quality requirements as directed by the Engineer. 4. CLAUSES IN THE CONDITION OF CONTRACT a) All materials and workmanship shall be of the respective type described in the contract and in accordance with the Engineer's instructions and shall be subjected from time to time to such tests as the Engineer may direct at the place of manufacture or fabrication, or on the site. All samples shall be supplied by the Contractor. b) No work is to be covered up or put out of view without the approval of the Engineer for his examination and measurements. c) During the progress of the works, the engineer shall have the power to order the removal from the site of any unsuitable material, substitution or proper suitable material and the removal and proper re-erection notwithstanding any previous test or interim payment therefore, and of any work which is in respect of materials or workmanship is not, in the opinion of the Engineer in accordance with the contract. 42 GUIDELINES ON QUALITY CONTROL OPERATIONS: The onus of achieving quality of work will be on the Contractor who will take actions as stipulated in Section 900 of Ministry's Specifications for Road and Bridge Works, 4th Revision, August, 2001 edition. 43. CONTRACTOR'S FACILITIES According to the contract ( see para1.3 above), the Contractor is responsible for the quality of the entire construction work, and for this purpose he is required to have his own independent and adequate set up. To meet this requirement:- a) The Contractor shall set up his own laboratory at locations(s) approved by the Engineer. The laboratory shall be equipped with modern and efficient equipment with sufficient standbys suitable to carry out the tests prescribed for different materials and work according to the specifications. The list of equipments to be procured and the facilities to be provided shall be got approved by the Engineer. The equipment shall be maintained in a workable condition to the satisfaction of the Engineer.

176 Page 174 of 376 b) Sampling and testing procedures shall be in accordance with relevant standards of BIS (previously called lsi) or IRC. Frequency of testing shall be as laid down in the Ministry's Specifications for Road and Bridge Work, 4th Revision, In the absence of relevant Indian Standards, sampling and testing procedures shall be as approved by the Engineer. c) The laboratory should be manned by a qualified Materials Engineer assisted by Materials Inspector / Technicians, and the set up should be got approved by the Engineer. d) The Contractor should prepare printed proforma for according readings and results of each type of test, after getting the formats of the performance approved from the Engineer. He should keep a daily record of all the tests 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. e) The Material Engineer of the Contractor should keep close liaison with the Quality Control Unit of the Engineer and keep the later informed of the sampling and testing programme so that the Engineer's representative could be present during this activity, if considered necessary. 44. DAY-TO-DAY QUALITY CONTROL OPERATIONS: The day-to-day controls to be exercised by the Contractor and the Engineer are enumerated in the below paragraphs :- 45. BITUMINOUS CONSTRUCTION - GENERAL: a) Manufacturer's test certificate for quality of bitumen will be acceptable to the Engineer. However, where the quality is in doubt, the Engineer may call for tests to be conducted by the Contractor for verification.

177 Page 175 of 376 b) The base on which bituminous courses are to be laid must be dry and free of dust and other delirious matters. c) Mineral aggregates to be used should be checked for their specifications, requirements and got approved by the Engineer. 46 BITUMINOUS SPRAYED WORK: a) Temperature of binder in the boiler and rate of spray at site shall be checked. Spraying shall be uniform and shall be carried out with the help of the either self propelled or towed bitumen pressure sprayer with self-heating arrangements and spraying nozzles arrangements. b) Rate and uniformity of spread of chippings should be checked and controlled. c) Adequate embedment of the chippings by rolling shall be ensured. 47. HOT MIXED AND HOT LAID BITUMINOUS CONSTRUCTIONS: a) Job mix formula (JMF) satisfying specification requirements should be worked out based on laboratory tests and got approved by the Engineer. The Engineer will have independent tests made before approving the JMF. b) The plant should be checked for capability to produce mix conforming to the JMF If necessary, trial stretches should be laid and checked approximately. c) Control should be exercised on temperature of binder in the boiler, aggregate in the dryer and mix at the time of laying and rolling. d) Tests for stability flow, unit weight,etc. of mix collected from the discharge point of the plant, extraction test for binder content and aggregate gradation should be performed to check on the quality of mix discharged from the plant. e) Thickness and density of compacted mix should be checked by taking core samples.

178 Page 176 of ACCEPTANCE CRITERIA: In addition to the stipulation in the specification of relevant items, the finished surface shall be checked with Rougho-Meter for roughness values. The finished surface shall have a roughness value of not more than 2000 mm/km. for bituminous concrete surface and 2500 mm/km. for bituminous premix carpet surface, when measured in accordance with M.O.S.T. Circular No. RW/NH/I11/8/10/64, dated 19/5/1984. Subsequent readings should be taken within 4-6 months after opening of the road to traffic or the defects liability period which is earlier. The roughness value during the second measurements should be judged against the following standards 1) Bituminous concrete 2500 mm/km. 2) Premix carpet 2500mm /Km. It shall be the responsibility of the contractor to make all the required arrangements and get this survey done in the presence of and under the guidance of the Engineer-in charge. The Survey data shall be submitted to the Engineer-in-charge for his perusal who shall decide further action to be taken depending on survey results. 49 IN CASE OF CEMENT CONCRETE WORKS i) 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 of verification. Where the quality is in doubt, or where the cement had been stored for long period or in improper condition, the Engineer shall call for testing the cement at more frequent intervals. ii) Job mix formula worked out based on trials carried out in the Contractor's laboratory should be got approved by the Engineer. iii) The mineral aggregates should be tested for their properties. Water to be used for mixing should be tested for chemical impurities. iv) Checking for stability and sturdiness of formwork. v) Ensuring that the crucial equipment like mixers and vibrators are in working order before start of work.

179 Page 177 of 376 vi) Control on water cement ratio. vii) Control on workability and time elapsed between mixing and placing of concrete. viii) Control on compaction and finishing. ix) Tests on cube samples at 7 to 28 days. x) Check on provisions for adequate curing. xi) In case of masonry work, control should be exercised on the quality of the material (e.g. stone, brick, sand, cement, etc.) as also on mortar proportions. xii) For RCC work, quality of steel in each batch may be approved on the basis of test certificate. The reinforcement layout should be checked for conformity with approved drawings and bar bending schedules. All laps should be checked for conformity with the specification. The reinforcement should be free of oil and loose rust scale and should be properly tied with binding wire. The size and spacing of the bars as also the cover should be checked for correctness. 50. PAVEMENT COURSES - GENERAL CONTROLS: a) The base on which the pavement layer is to be placed should be checked for levels and regularity, and should be in a condition to receive the pavement layer. b) Each layer should be checked for thickness, levels, cross fall (camber), regularity and strength before next layer is permitted to be laid.

180 Page 178 of 376 ɽþÉ úé¹]õå ÉɺÉxÉ ºÉÉ ÉÇVÉÊxÉEò ÉÉÆvÉEòÉ É Ê É ÉÉMÉ, ÉɺÉxÉ {ÉÊ ú{éjé Gó ÉÉÆEò - ºÉÆEòÒhÉÇ 2005/ É. Gó. 187/ úé. É. 2 ÉÆjÉɱɪÉ, ÉÆÖ É<Ç ÊnùxÉÉÆEò 08 +ÉìC]õÉä É ú, {É Ê ú {É jé Eò b ÉÆ É úòeò úhééºéé`öò {ÉÖ ú É`öÉ Eò úhªééié ªÉäiÉ +ºÉ±É䱪ÉÉ b ÉÆ É úéséò ÉiÉ (Grade) ÊxÉÎ SÉiÉ Eò úhéä ÉÉ ÉiÉ úºiªééæsªéé b ÉÆ É úòeò úhéésªéé EòÉ ÉÉiÉ Ê ú òéªéxé úòiéúxé ÉÉ{iÉ ½þÉähÉÉ ªÉÉ b ÉÆ É úéséò ÉiÉ EòÉ ÉÉ É ú ÉÉ{É úhªéé{éú ÉÔ {ÉÖxÉ: SÉ ié{ééºéúxé JÉÉiÉ úvé ÉÉ Eò úhéä +iªéé É ªÉEò +ɽäþ. ªÉÉ ÉÉ ÉiÉSÉÒ EòɪÉÇ{ÉriÉÒ ÊxÉÎ SÉiÉ Eò úhªééséò ÉÉ É ÉɺÉxÉÉSªÉÉ Ê ÉSÉÉ úévéòxé ½þÉäiÉÒ. ªÉÉ {ÉÊ ú{éjéeòéuùé äú ÉɺÉxÉ +ºÉä ÊxÉnæù É näùié +ɽäþ EòÒ, b ÉÆ É úòeò úhéésªéé EòÉ ÉÉ ÉvªÉä ÉÉ{É úhªééié ªÉähÉÉ ªÉÉ b ÉÆ É úéséò ÉiÉ (Grade) ié{ééºéhªééºéé`öò JÉɱÉÒ±É É ÉÉhÉä EòɪÉÇ{ÉriÉÒ + ɱÉÆ ÉÊ ÉhªÉÉiÉ ªÉÉ ÉÒ. +) VªÉÉ EòÉ ÉɺÉÉ`öÒ `äöeäònùé ú (Contractor) b ÉÆ É ú Ê ú òéªéxé úòiéúxé ÉÉ{iÉ ½þÉähÉÉ ú +ɽäþ. + ÉÉ b ÉÆ É ú ÉÉ{iÉÒSÉä Éä³ýÉ{ÉjÉEò (Schedule of arriva of bouzers) IÉäjÉÒªÉ +ÎvÉEòÉ ªÉÉÆxÉÉ näùhéä `äöeäònùé úéºé ÉÆvÉxÉEòÉ úeò úé½þò±é. b ÉÆ É úéséä ÉÉ{ÉhÉ (Procurement) ºÉ úeòé úò iéä EÆò{ÉxªÉÉSªÉÉ Ê ú òéªéxé úò ÉvÉÚxÉSÉ Eò úhªééié ªÉÉ Éä. iéºéäsé {±Éìx]õ É ú ÉÉ{iÉ ZÉɱÉ䱪ÉÉb ÉÆ É úéséò ÉiÉ (Grade) ié{ééºéhªééºéé`öò +É É ªÉEò ={ÉEò úhéä, ºÉÉʽþiªÉ <iªéénùòxéò ªÉÖCiÉ ÉªÉÉäMÉ ÉɳýÉ ={É±É vé Eò ûxé näùhéä `äöeäònùé úéºé ÉÆvÉxÉEòÉ úeò úé½þò±é. É) É úò±é "+' É ÉÉhÉä ºÉÚSÉxÉÉÆSÉÉ +ÆiÉ ÉÉÇ É ÊxÉÊ ÉnùÉ ÉÉ û{é É{ÉjÉÉiÉ Eò úhªééié ªÉÉ ÉÉ. Ê ú òéªéxé úò ÉvÉÚxÉ b ÉÆ É úéséé ÉÉ>ðZÉ ú `äöeäònùé úésªéé {±Éìx]õ É ú {ÉÉä½þÉäSɱªÉÉxÉÆiÉ ú ºÉÆ ÉÆvÉÒiÉ IÉäjÉÒªÉ +ÎvÉEòÉ ªÉÉÆxÉÒ Ê ú òéªéxé úòeòbú xé ÉÉ{iÉ SɱÉxÉ É Êb 汃 ½þ úò Éä ÉÉäSªÉÉ ÉÚ³ý ÉiÉÒ É ûxé b ÉÆ É úéséò ÉiÉ ±ÉäJÉÒ º É û{ééié ( ÉÉäVÉ ÉÉ{É {ÉÖºiÉEòÉiÉ) xééånùê ÉhÉä +É É ªÉEò +ɽäþ. iéºéäséiéäjéòªé +ÎvÉEòÉ ªÉÉÆxÉÒ {±Éìx]õ É ú +ɱÉ䱪ÉÉ b ÉÆ É úésªéé ÉÉ>ðZÉ ú ÉvÉÒ±É b ÉÆ É úéséä SÉÉSÉhÉÒ xé ÉÖxÉÉ MÉÉä³ýÉ Eò ûxé b ÉÆ É úéséò ÉiÉ ié{ééºéúxé iéò ±ÉäJÉÒ º É û{ééié xééånù ÉÉ ÉÒ. Eò) Ê ú òéªéxé úò ÉvÉÚxÉ ÊxÉMÉÇ ÉÒiÉ ZÉɱÉ䱪ÉÉ ÉÉ>ðZÉ ú ÉvÉÒ±Éb ÉÆ É úéséò ÉiÉ É úò±é É ÉÉhÉä SÉÉSÉhÉÒ +½þ ÉɱÉÉxÉÚºÉÉ ú VÉÖ³ýiÉ +ºÉ±ªÉÉSÉÒ JÉÉjÉÒ ZÉɱªÉÉ É ú ºÉÆ ÉÆvÉÒiÉ `äöeäònùé ú +lé ÉÉ iªééséé +ÎvÉEÞòiÉ ÉÊiÉÊxÉvÉÒ ªÉÉÆSÉä ={ÉκlÉiÉÒ ÉvªÉä b ÉÆ É úéséé ÉÉ>ðZÉ {±Éìx]õ É ú Ê úeòé ÉÉ Eò úhªééséò ±ÉäJÉÒ {É ú ÉÉxÉMÉÒ IÉäjÉÒªÉ +ÎvÉEòÉ úò näùiéò±é, iªééxéæié ú ÉÉ>ðZÉ Ê úeòé ÉÉ +xªéléé ½äþ b ÉÆ É ú EòÉ ÉɺÉÉ`öÒ xé ÉÉ{É úhªéé ÉÉ ÉiÉ näùjéò±é EÆòjÉÉ]õnùÉ úéºé ±ÉäJÉÒ ÊxÉnæù É näùiéò±é. b ) ÉiªÉäEòÒ EòÉ ÉÊxɽþÉªÉ {±Éìx]õ É ú BEò xééånù ɽþÒ `äö ÉÉ ÉÒ. iªéé ÉvªÉä ÉÉ>ðZÉ Gó ÉÉÆEò, SɱÉxÉGó ÉÉÆEò, Êb ±ÉÒ ½þ úò Éä ÉÉä Gó ÉÉÆEò, b ÉÆ É úéséä ÉVÉxÉ, OÉäb ié{ééºéhéò É SÉÉSÉhÉÒ +ÎvÉEòÉ ªÉÉÆSÉä xééǽ É<iªÉÉnùÒ ié{é ÉÒ±É `äö ÉÉ ÉÉ. <) É úò±é É ÉÉhÉä IÉäjÉÒªÉ +ÎvÉEòÉ ªÉÉÆEòbÚ xé ÉÉ>ðZÉ ÉvÉÒ±É b ÉÆ É úéséò ÉiÉ ÉÉ úò (Grade of Bitumen) ÉiªÉIÉ ié{ééºéhéòºéé`öò JÉɱÉÒ±É É ÉÉhÉä ÉÉxÉEòÉxÉÖºÉÉ ú EòɪÉÇ ÉɽþÒ Eò úhªééséò VÉ ÉÉ ÉnùÉ úò IÉäjÉÒªÉ +ÎvÉEòÉ ªÉÉSÉÒ úé½þò±é.

181 Page 179 of Gó. +ÎvÉEòÉ úò SÉÉSÉhÉÒSÉä É ÉÉhÉ (BEÖòhÉ {ÉÊ ú ÉÉhÉÉSªÉÉ) 1) EòÊxɹ`ö +ΠɪÉÆiÉÉ / ÉÉJÉÉö +ΠɪÉÆiÉÉ / ºÉ½þÉ. +ΠɪÉÆiÉÉ / ( ÉähÉÒ-2) 100 ]õceäò 2) ºÉ½þÉ. EòɪÉÇEòÉ úòö +ΠɪÉÆiÉÉ / ºÉ½þÉ.ö +ΠɪÉÆiÉÉ ( ÉähÉÒ-1) / ={ÉÊ É ÉÉMÉÒªÉ 25 ]õceäò +ΠɪÉÆiÉÉ /={ÉÊ É ÉÉMÉÒªÉ +ÎvÉEòÉ úò 3) EòɪÉÇEòÉ úòö +ΠɪÉÆiÉÉ 5 ]õceäò 1. EòɪÉÇEòÉ úò +ΠɪÉÆiÉÉ ªÉÉÆxÉÒ b ÉÆ É úòeò úhéésªéé EòÉ ÉÉSªÉÉ ié{ééºéhéò nùéè ªÉÉiÉ {±ÉÉx]õ ºÉÉ<Ç]õ É úò±é b ÉÆ É úésªéé OÉäb SÉÒ ié{ééºéhéò Eò ûxé iªééséò xééånù xééånù ɽþÒiÉ Eò úé ÉÒ. IÉäjÉÒªÉ +ÎvÉEòÉ ªÉÉÆxÉÒ É úò±é É ÉÉhÉä EòɪÉÇ{ÉriÉÒSÉÒ +Æ É±ÉVÉÉ ÉhÉÒ Eò úé ÉÒ. 2. ºÉnù ú ÉɺÉxÉ {ÉÊ ú{éjéeò ɽþÉ úé¹]õå ÉɺÉxÉÉSªÉÉ Éä ɺÉÉ<Ç]õ É ú ÉʺÉr Eò úhªééié +ɱÉÉ +ºÉÚxÉ iªééséé ºÉÆMÉhÉEò ºÉÆEäòiÉÉÆEò ºÉÉ +ɽäþ. (BºÉ. BºÉ. VÉÉä ÉÒ) ={É ºÉÊSÉ É ( úé. É.), ɽþÉ úé¹]õå ÉɺÉxÉ

182 Page 180 of 376

183 Page 181 of 376

184 Page 182 of 376 Extract from specifications for Road and Bridge works by M.O.S.T. 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 carriageway as shown on the drawings. The edges of the carriageway as constructed shall be correct within a tolerance of + 10 mm. therefrom. The corresponding tolerance for edges of the roadway and lower layers of pavements shall be 3.25 mm. Sub-grade Levels 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 + 6 mm or 0.6 mm. providing. However, that the negative tolerance for wearing course, if the thickness of the former is thereby reduces by more than 6 mm. for fixable pavements and 5 mm. for concrete pavements. For checking compliance with the above requirement for sub-grade, sub-base and base course, measurements of the surface levels shall be taken on a grid of points places at 6.25 m. longitudinally and 3.5 m. 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 in excess of 5 mm. above the permitted tolerance. For checking compliance with the above requirement for bituminous wearing course and concrete pavements, measurements of the surface level 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, compliance shall be deemed to be met for final road surface only if the tolerance given above is satisfied for any point on the surface.

185 Page 183 of Surface Regularity of pavement courses The Longitudinal profile shall be checked within a 3 meter long straight edge /moving straight edge as desired by the Engineer at the middle of each traffic lane a line parallel to the center line of the road. The maximum permitted number of surface irregularities shall be as per Table Table Maxium permitted number of surface irregularities Irregularity Surface of carriageway and paved shoulders Surface of Laybays, services Areas and all bituminous base Course. 4 mm. 7mm. 4mm. 7 mm. Length (m) National Highway Expressways Roads of Lower Categoary Category of each section road as described in the contract. The maximum allowable difference between the road surface and underside of a 3 m. 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 ( Bituminous and cement concrete) For Bituminous base courses For Granular Sub-base courses For Sub-base under concrete Pavements 3 mm. 6 mm. 8 mm. 10 mm.

186 Page 184 of Rectification Where the surface regularity of sub-grade and the various pavement courses fall outside the specified tolerances, the contractor shall be liable to rectify these in the manner described below and to the satisfaction of the Engineer. Bituminous Construction :- For bituminous other than wearing course, where the surfaceis low, the deficiency shall be corrected by adding fresh material over a suitable tack coat if needed and recompacting to specifications. Where the surface is high, the full depth of the layer shall be removed and replaced with the fresh material and compacted to specifications. Abstract from Standard Specifications for Roads and Bridges of Government of Maharashtra. Rd.33 Picking the road surface including sectioning complete Rd.33.1 the new metal surface. General : The item provides and sectioning of the road surface for receiving Rd.33.2 Road Diversion : If the traffic cannot be allowed to pass over the roadsideshoulders during picking, spreading and compacting operations, diversions should be taken out and maintained as specified under Item No. BR.1. Rd.33.3 Picking : All the caked mud, slush, animal droppings, vegetation and allother rubbish accumulated on the road surface shall be removed. Where the section of the road surface is good, the road surface shall be picked lightly only, to loosen the surface stones. Where section is uneven, picking shall be done a little deeper to enable the sectioning to be done to the required shape with the picked up material. The picking shall always be ahead of the spreading of metal and compaction by about 100 metres. The edges of the picking shall be truly in a line or curve as the case may be. This can be achieved by trying to nails driven on the road edge and ranging for a sufficiently long length. The picked up surface shall be sectioned to the required grade and camber, super elevation or transition section. Template shall be sued to obtain correct and uniform camber, super elevation or transition section as the case may be. The road surface may be watered by the contractor for easier picking without claiming extra for the same. The junctions of the picked and non-picked surfaces shall be diagonal.

187 Page 185 of 376 Rd 33.4 Item to include Picking, watering if required, sectioning and grinding, Divisions including barricading warning signals, lights, etc. unless separately provided in the tender, the work satisfactorily. Rd 33.5 Mode and Measurement of Payment The contract rate shall be one Sq.Metre of surface picked & sectioned. The area picked shall be worked out in Sq. Metres correct upto a Sq. Mt. The width shall be limited to the width specified or as ordered by the Engineer. The length shall be measured along the center line of the road. The dimensions shall be recorded correct upto one decimal of a meter increased width on curves shall be measured. Rd 41 General : The item provides for the supply of stone aggregate of the specified typeand size at the roadside including obtaining the stones of the specified quality from approved sources, crushing them in mechanical crushers, conveying to the road side with all leads and lifts stacking in regular heaps as specified hereinafter uniformly along the road side Quarries : Stones of approved type for crushing aggregate shall be obtained from quarries as specified in Section No. Rd Stone aggregates : Quality : The aggregates shall be obtained by crushing approved stones of specified type in a mechanical crusher and shall be clean, strong, tough, dense, durable, close grained and free from soft, decayed and weathered portions and from coating of dust, dirt or other objectionable matter. They shall preferably have good hydrophobic characteristics They shall generally satisfy the following requirements.

188 Page 186 of 376 For light or medium traffic For heavy traffic Los Angles abrasion test, percent fines maximum Aggregate crushing test, percent, fines maximum Water absorption by weight after 24 hours immersion, percent, not more than 1 1 Test shall be carried out according to I.S Test considered necessary shall be carried out in an approved laboratory when the Engineer considers quality to be doubtful or there is dispute about the quality. If the results are satisfactory, the cost of tests shall be borne by the Department and if unsatisfactory by the contractor. Rd Size : Size of the metal and chips shall be as under : Standard size Wholly passing through Square mesh of internal dimension Wholly retained on square mesh of internal dimension. 40 mm. ( about 1.5") 50 mm. ( about 2" ) 25 mm. ( about 1" ) 22 mm. ( about 1") 40 mm. ( about 1.5") 20 mm. (about 0.75")

189 Page 187 of mm. ( about 0.75") 25 mm. ( about 1") 12 mm. (about 0.50") 12 mm. ( about 0.05") 20 mm. ( about 0.75") 10 mm. (about 0.75") 10 mm. ( about 0.75") 12 mm. ( about 0.50") 6 mm. (about 0.25") 6 mm. ( about 0.25") 10 mm. ( about 0.75") 5 mm. (about 3/16") Note : Not more than 20% of any sample shall exceed in its greatest dimension, standardsize plus 25 mm, for 40 mm. standard size and standard size plus 12 mm. For 25 mm., 20 mm. and 12 mm. standard size and standard size plus 6 mm. for 10 mm. standard sizes. The pieces shall be roughly cubical in shape and more or less of uniform size with sharp edges for interlocking, rounded flaky, thin elongated pieces shall not be accepted. Before collection, samples of metal and chips shall be got approved for quality, size and shape by the Engineer who will keep them in his office for reference. They shall be completely any at the time of use. Rd Conveyance : According to Specification No. Rd Rd Stocking : According to Specification No. Rd wherever a mixture of aggregates of two or more standard sizes is specified for the work, each size of aggregates shall be stacked separately and entirely clear of the carriageway and where possible clear of the shoulders also. They shall be stacked in such a manner as to prevent mixture, deterioration or contamination. Rd 41.4 Special points : According to Specification No. Rd Rd 42.5 Item to include : Crushing aggregates to the specified sizes from approvedrubble and other items included in Specification No. Rd 19.5 Rd 42.6 Mode of measurement and payment according to Spection No. Rd

190 Page 188 of 376 As the rate is based on consumption of bitumen at the rate of 250 Kg/ 100 Sq.m., it will be reduced in case of B.B.M. suffer by deducting cost of 50 Kg/bitumen per 100 Sq.m. for the rate specified in Schedule "B".

191 Page 189 of 376 TECHNICAL SPECIFICATION 1. CEMENT CONCRETE : a) The contractors shall carry out all preliminary tests to work out grading and proportioning aggregates in order to obtain and maintain uniform quality of work. The contractor shall supply all materials, labour and testing cost for preparing and testing samples as required by the Engineer. Unless otherwise specified in the detailed item wise specifications 3 cubes of size, 15 centimetre x 15 centimetre x 15 centimetre will be tested for every 5 cubic metre of ordinary grade concrete or per day whichever is higher. The contractor shall make field arrangements for slump test, density and bulkage testing and also prepare concrete cubes 15 centimetre x 15 centimetre x 15 centimetre for testing compression strength at his cost. The cubes shall be got tested at approved laboratory and the test results shall not fall below those prescribed in P.W.D. Hand Book (Table CVP 412) or as laid down in the specifications. The cost of such cubes and tests shall be entirely borne by contractor. b) All concrete shall be machine mixed, with Fully Automatic Micro Processsor based PLC with SCADA enabled Concrete Batch Mix (Pan Mixer) of minimum 18 to 20 cubic metre per hour capacity unless otherwise directed by Engineer-in-charge. The correct proportions and the total amount of water for the mix will be determined by means of preliminary tests and shall be got approved by the Executive Engineer. However, such approval does not relieve the contractors from his responsibility of the minimum works strength requirement. Work tests shall be taken in accordance with relevant codes and specifications. The minimum cement content in concrete shall be in accordance with I.R.C or latest at the time of work. All mixing shall be done by mechanical means in approved mixers. The Engineer may at this discretion allow in writing hand mixing of concrete for minor items where small quantities are involved but in that case the contractor shall increase the cement content of the mixture by 10% without any extra cost. d) The formwork used shall be invariably of steel/ with lining of steel or with plywood lining, wooden shutters may be allowed at the discretion of the Engineer e.g. lintels, small slabs and beams coping etc.

192 Page 190 of 376 e) The concrete shall be mechanically vibrated for proper compaction by the method approved by the Engineer. f) The concrete shall be cured only by a sweet potable water as directed by Engineer-in-charge. 2. FORM WORK :- 2.1 GENERAL :- Form work shall include all temporary or permanent forms of moulds required for forming the concrete which is cast-in-situ, together with all temporary construction required for their support. Unless otherwise stated, all formwork shall conform to Section 1500 of M.O.R.T.H. specifications and IRC: or of latest edition. 2.2 DESIGN OF FORMWORK :- Form work including complete false work shall be designed by the Contractor(s) in accordance with IRC-87 and all other relevant IRC codes without any extra cost to the employer and these shall be approved by the Engineer-in-charge before any formwork is taken up. The contractor(s) shall be entirely responsible for the adequacy and safety for false work not withstanding any approval or review by the Engineer-incharge of these drawings and design. Proprietary system of formwork if used, a detailed information as per Appendix of IRC-87 shall be furnished to the Engineer-in-charge for approval. The concrete shall be mechanically vibrated for proper compaction by the method approved by the Engineer-in-charge. The concrete shall be cured on by a sweet potable water for 14 days or as may be directed by the Engineer-in-charge. Concrete cover blocks or appropriate thickness shall be used invariably without any extra cost. 3. REINFORCED CONCRETE WORK :- The work included in this contract shall be carried: out in addition to this specification detailed herein, in accordance with specifications and regulations as laid down in the following standard specifications. Standard Specifications published by.government of Maharashtra 1979 Edition. I.S : 2000Specification for 43 grade ordinary portland cement (Revised) I.S.383 : 2000 Specification for coarse and fine aggregate from natural sources for concrete.

193 Page 191 of 376 I.S : 2000 Specification for cold twisted bars. I.S. 432 I.S.456 I.S.1786 :2000 :2000 :1985 Specification for mild Steel & Medium Steel bars Code of practice for plain arid Reinforced concrete. Code of practice for TMT 415 / TMT 500 reinforcement. If the standard specifications quoted above fall short for the items quoted in these schedules of this contract reference shall be made to the latest British Standard of Specifications. If any of the items of contract do not fall in reference quoted above the decision and specifications of the Engineer shall be final. 4. ADDITIONAL GENERAL SPECIFICATION FOR ORDINARY AND HIGH GRADE CONCRETE :- If the concrete strength falls below that specified for the items and the same can be permitted under clause of the I.R.C bridge code section-lll given below the unit (bridge component) may be accepted at the discretion of the Superintending Engineer concerned as a substandard work at a suitable reduced rate. Reduced rate will be determined by the Executive Engineer concerned according to the circumstances of the case under concerned Superintending Engineer's approval to the reduced rate as mentioned above necessary Standard specification and code of practice road bridges section-ill cement concrete standard of acceptance. i) Full payment should be made when 75% of the test cube results are equal and above specified strength and remaining 25% of the results are above 75% of the specified strength. Cases falling outside the above limits should 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 a responsible officer of the rank of not lower than an Assistant Engineer/Deputy Engineer. iii) The test specimen should formed carefully and no claim shall be entertained later on the ground that the casting of the test specimen were faulty and test the results of the test specimen did not give correct indication of the actual quality of concrete.

194 Page 192 of 376 iv) The minimum quantity of cement per Cubic metre of concrete for grades M-15 and above should be as per design criteria attached in N l T. v) Payment : a) The payment of such concrete work will not be made till the strengths are ascertained. vi) The payment of reinforcement of such affected items will not be made till the strengths of the concrete are ascertained. 5, FORM WORK AND STAGING FOR BRIDGE STRUCTURES:- i) For bridge structure, forms for concrete shall be constructed of mild steel plates or marine plywood and be of substantial and rigid construction to shape and dimensions shown on the drawings, where metal forms are used All bolts and rivets shall be counter sunk and well ground to provide a smooth plane surface. ii) 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 deflection from the prescribed lines occurring during and after placing the concrete and shall be tight enough to prevent any appreciable loss of concrete during vibration. Screw jacks or hard wood wedges where re required shall be provided to make up any settlement in the form work before or during the placing of concrete. iii) Scheduled camber shall be provided in horizontal members of structures. specially in long spans to counter act the effects of any deflection. The form work shall be so fixed as to provide for such camber, if required. iv) Forms shall be constructed as to make removal in sections in the desired sequence, without damaging the surface of concrete or disturbing other sections. 6. NUMBER OF SETS OF STAGING AND SHUTTERING AND EQUIPMENTS: ( FOR BRIDGE WORKS ONLY) In order to ensure completion of bridge within the stipulated period, the contractor shall have to arrange a minimum number of staging and shuttering as well as equipment of the required size for different component as stipulated hereunder.

195 Page 193 of 376 A) SUB-SUBSTRUCTURE: 1) Staging and shuttering : I) 1 set consists of:- 1) 1.20 x 1.00 m. & other standard =300 Nos. size centering plates 2) Angles =200Rmt 3) Fixtures & Fastenings =As required 2) Equipments : ll) 1 set consists of: 1) Ready Mix type batching Plant (Mobile)= 1 Nos. 2) Batch type Concrete Mixer = 2 Nos.. Diesel or electric operated with a Minimum size of 200 Litres automatic water measuring system and integral weigher, hydraulic or pneumatic type. 3) Needle vibrator. =3 Nos. 4) Form Vibrator =3 Nos 5) Surface Vibrator = 6) Crane =1 No. 7) Concrete placing rail track mechanism =1 No. 8) Water storage and spraying =As required system for curing. 9) Centrifugal & airlift pump of =As required suitable capacity 10) Weigh batcher compatible to site condition 11) Electric generater of suitable capacity B) SUPER - STRUCTURE : 1. Staging and shuttering : I) 1 set consists of:- 1)Trusess = 100 Nos. ( suspended centering) Trussess = 10 Nos. 2) Centering Plates ( 0.60 x 0.90 m ) = 1500 nos. and other standard size 3) Fixtures & Fastenings = As required Angle Runners 2) Equipments : ll) 1 set consists of: 1) Batch type Concrete Mixer = 2 Nos. Diesel or electric operated with a Minimum size of 200 Litres automatic water measuring system and integral weigher, hydraulic or pneumatic type. 1a) Mobile Mixer = 1 No. 2) Needle vibrator = 3 Nos. 3) Form Vibrator 4) Crane = = 3 Nos 1 No. 5) Concrete placing rail track = 1 No. mechanism 6) Water storage and spraying = As required system for curing. 7) Weigh batcher compatible to site condition 8) Electric generator of suitable capacity = 1 No. 9) Pre-stressing unit = 1 No. 10) Water pump of suitable capacity. Use of slip form shuttering where ever feasible will be preferred

196 Page 194 of LOAD TEST OF SUPERSTRUCTURE: In the event of the reasonable doubts as.to the quality of workmanship or of materials used in construction, the contractor shall carry out a load test on the superstructure for testing one complete unit of the Same preferably the very first of it to be cast, as directed by the Engineer in order to satisfy the department about the adequacy of the strength of the structure and the sufficiency of methods followed and results obtained. The test shall be carried out for the full dead load and 125% live load including' impact by observation of deflections at salient points and comparing them with those computed ones. The two results 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 ones. 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 component and necessary improvements shall be made in the units to be constructed next as warranted by their results of the test. The next unit will again be tested and process repeated until absolutely satisfactory results are obtained and the rest of the work will be carried out according to the procedure giving such results.. 8. COST OF LOAD TEST AND TESTING CHARGES OF ANY PART OF STRUCTURE: Load testing and testing of any part of the structure shall be carried out on contractor's risk and cost before putting bridge structure in use. PRESTRESSED CONCRETE WORKS 9. CONCRETE WORKS : The specifications for pre-stressed concrete works shall conform to IRC : 18. The materials, concrete mix design, sampling and testing and acceptance criteria shall satisfy provisions of relevant clauses of IRC :18 unless other wise directed by

197 Page 195 of 376 the Engineer the workmanship i.e. mixing transportation, placing and compaction, curing, finishing shall conform to relevant clauses. The H.T. Steel shall be procured by the contractors themselves. The pre-stressing steel shall be used within three months from the date of manufacture & shall conform to IS :1785, IS : 6003 or IS : 6006 as the case may be. 9.1 PRESTRESSING WORKS : The specifications of pre-stressing works shall conform to IRC :18 in all respects unless otherwise specified herein, Workmanship for pre-stressing work shall conform to Section 1804 of M.O.R.T.H. Specifications. Tensioning equipment and tensioning procedure shall conform to Section 1809 and Section 1807 of M.O.R.T.H. specification's respectively. Testing of sheathing ducts shall be conducted as per Appendix I or IRC :18 and approved sheathing shall be used. Cement grouting of pre-stressing cables shall be done strictly following specifications as indicated in Appendix 2 of IRC : 18 Grouting materials, equipment, properties of grout and its mixing, grouting operations and precaution to be taken shall conform to relevant clauses of IRC : 18 and as directed by the engineer for grouting operations shall be undertaken by the Contractor without any extra cost. 9.2 The specifications given hereunder shall be read in conjunction with IRC : 18 a) In all methods of tensioning the stress induced in the tendons shall be determined by measurement of elongation and also independently by direct measurement of force using a pressure gauge or other means. The two determination shall check each other and the theoretical values within a tolerance of 5%. b) Calculations for elongations & gauge readings must include appropriate allowances for frictions, strand wire slippage and other factors as applicable. c) Prior to stringing of strands, bottom forms shall be inspected for cleanliness and accuracy of alignment. From surfaces to be in contract with concrete must be treated with an effective release agent. Special care must be exercised to prevent contamination of strands from release agents grase or other coatings. d) The alignment and positioning of ducts within the member is critical, short kinks and wobbles shall be provided. The trajectory of ducts shall not depart form the curve or

198 Page 196 of 376 straight lines shown in the drawing by more than 1 in 240. The cable position shall not deviate by more than 5 mm from the designed trajectory vertically. The area and alignment lot ducts shall be such that tendons are free to move within them and there shall be sufficient area left out to permit free passage of grout. The inside cross sectional area of the duct shall be at least twice the net area of the prestressing steel. e) Schedule and sequence of tensioning tendons shall be as shown in the drawing. f) The rate of applications of load shall be in accordance with manufacturer's recommended procedure for post tensioning. Slip must be measure at each end the extension for the total length. g) Anchorage: Anchorage devices for all post tensioning systems must be aligned withthe direction of the axes of the tendons at the point attachment. Concrete surface, against which the anchorage devices bear must be normal to this line of direction. Accurate measurement of anchorage losses due to slippage of other causes shall be made compared with the assumed losses shown in the post tensioning schedule and when necessary, adjustments or corrections shall be made in the operation. 9.3 MEASUREMENT : Method of measurement shall be as per section 1814 of M.O.R.T.H. specifications High tensile steel for pre-stressing shall be measured in Tonnes. The length of cables shall be measured as actually used in the finished work and weight shall be calculated on the basis of IS :1732. Anchorage devices, duct/metal sheath etc. shall not be measured separately INSPECTION AND RECORDS:- In general, the scope of inspections to be performed in pre-stressing work shall include for following : a) Identification examination, acceptance and laboratory testing of materials.

199 Page 197 of 376 b) Inspecting and recording of tensioning. c) Inspecting of beds and forms prior to concreting. d) Checking of dimensions of members, positions of tendons, reinforcing steel, other incorporated material, opening, blackout etc. e) Continual inspection of batching, mixing, converting, placing, compacting, finishing and curing of concrete. f) Preparation of concrete specimen for tests and performing of test for slump, air content, cube strength etc. g) General observations of casting etc. equipments, working conditions, weather and other item affecting product. h) Final inspection of finished members RECORD KEEPING :- In order to establish evidence of proper manufacture and quality of pre-stressed concrete members, a system of records as mentioned below shall be maintained by the Contractor. Two copies of the record shall be made and one copy duly signed by the contractor shall be handed over to the Engineer. i) Each pre-stressed concrete member shall be identified by bed and date cast and an identification number which should be reference to tensioning records, concreting records, cube strength records. Keeping these records shall be responsibility of the Contractor. ii) iii) Submission of certified test reports of materials such as high tensile steel brought by the contractor is the responsibility of the contractor. These reports shall show that the materials comply with the applicable specifications. An accurate record of tensioning operation shall be kept. This record shall include, but not be limited to the following :- a) Date of tensioning. b) Casting bed identification. c) d) Description, identification & number of members. Manufacture size and class of tendon....- e) Identification of jacking equipments.

200 Page 198 of 376 f) The actual not elongation of each tendon with allowance made for elastic shortening of member. g) Date of grouting. h) Any unforeseen problems encountered during tensioning such as wire breakage, excessive slippage or other factors having an influences on the net stress. iv) Record of concrete operation and test shall be kept so that the following date will be recorded for each member or each group of members cast on one bed. a) Date, time and duration of casting. b) Mix proportion. c) Mixing water corrections. d) Identification of casting bed and members. e) Cube identification. f) Ambient temperature, weather condition and concrete temperature. g) Slump. h) Method and duration of steam curing, if proposed. i) Strength at pre-stressing. j) 28 days cube strength. v) All jacking and load measuring equipments shall be calibrated to the satisfaction of the Engineer. Calibration data shall show the following. a) Date of calibration. b) Agency or laboratory performing calibration. c) Method of calibration. d) A curve showing the full range of calibration with gauge readings plotted against actual load DIMENSIONAL TOLERANCES :-The permissible dimensional tolerances are as given below : a) in the length of member + 20 mm b) Flange width + 10 mm

201 Page 199 of 376 c) Depth + 10 mm d) Flange thickness + 8 mm e) Web thickness + 8 mm f) Camber deviation from design camber + 20 mm g) Position of tendoms (in vertical plane) + 5 mm h) Bottom width + 10 mm i) Bottom width + 8 mm j) Position of handing devices + 150mm k) Squareness of alignments (Vertical and horizontal alignment) + 10 mm Tolerance against items (a) to (f) and (k) are for 50.0 M lengths. For other lengths they shall be proportional The contractor shall ensure the dimensions of the member with in the above tolerances. In case of PSC member not complying with the dimensional requirements with in the tolerances remedial measures as required by the Engineer shall be carried out, if the same are remediable, Otherwise the PSC member is liable to be rejected Special specifications for granting operation in addition to that provided in IRC : 18 Appendix In the case of post-tensioned corner to bridge, grouting plays a very important role in arresting corrosion. Naked stressed cables attract stress corrosion. It is absolutely necessary that the grouting should be got done at site of work within the specified period For effective grouting, an adequate capacity compressor shall be adopted In view of the heavy dead load of the concrete going into the superstructure or any bridges either RCC or pre-stressed concrete, as compared to the dead load of buildings, it is necessary that steel centering and shuttering are used for bridges works, Use of wooden centering like Casurina for beams, posts etc. is not allowed The thickness of corrugated sheathing for post tensioned pre-stressed concrete bridges shall not be less than 0.3 mm.

202 Page 200 of The sheathing material shall be got manufactured in a workshop and supplied in suitable packing at the site. The practice of making sheathing tubes at side or bridge shall not be resorted as a rule The bleeding of the grout 20 C should not exceed the following :- a) 2 percent of the volume 3 hours after mixing a maximum of 4 percent in addition the separated water must be adsorbed after 24 hours. b) Bleeding should be measured in a metal cylinder with an internal diameter of approximately, 100 mm with height of approximately 100 mm. During the test the container should be covered to prevent evaporation. c) The compressive strength of the hardened grout after 28 days, at a temperature of 20 o C and relative humidity approximately 70 percent should be less than 300 kg / square Cm., the method of measurement being that laid down by RELEM/Cem bureau. d) Products other than cement-based grouts may be used after following acceptable agreement tests MATERIALS FOR GROUT :- a) Cement normally used should be Portland cement. The use of Other cement may be authorised following agreement tests. b) If aggregates are used, they should consist of silicious fine aggregates, finely ground limestone crush or fine sand. c) Acceptable admixtures may be use if tests have shown that their use improves the properties of the grout e.g. by increasing workability reducing bleeding containing air for expanding the grout. Admixtures must be free from any product liable to damage steel or the grout itself, such as chlorides, nitrates, sulphides, sulphates etc MIXING GROUT : a) The cement (and aggregates if used) should be measured by weight. b) The mixing equipment should be of a type capable of producing grout of uniform, and if possible colloidal consistency. c) Mixing time depends on the type of mixer. d) Mixing by hand should be prohibited.

203 Page 201 of 376 e) After being mixed the grout should be kept in continuous movement. It is essential that the grout should be free from humps. 9.7 INJECTING GROUT : a) Injection should be carried out with as little delay as possible after tensioning of the steel. If for structural reasons. It has to be put off protection of the steel by methods or products which will not prevent the ultimate adherence of the injected grout should be ensured. b) The method of injecting should ensure complete filling of the ducts and complete surrounding of the steel. To check this, it is advisable to compare the volume of the spaces to be filled by the injected grout with the quantity of grout actually injected. Equipment for this check should be installs at the entry and exit points of the grout. c) Injection by compressed air should be forbidden. d) The pump should be titled with an effective control against build-up of excessive pressure. e) In all cases the duct should be cleaned out the compressed air before injecting grout in unlined ducts it is advisable to flush the duct with water to wet the concrete, except in cold weather. After flushing excess water should be removed by suitable means. f) The connection between the nozzle of the injection pipe and the ducts should be germetic so that air cannot be sucked in. g) Injection must be continuous and should not be internuted. It should be slow enough to avoid producing segregation of the grout. h) In cold weather special precautions should be taken when injecting. If the temperature is not likely to hinder setting, grouting may continue using a frost proof grout containing a certain proportion of constrained air generally 6 to 10 percent. i) Injection must be continued until the expulsion of the grout flowing from the free end and vent opening is equal to that of the injected grout. j) After a certain time it is recommended that turner injections should be carried out to fill the possible creices.

204 Page 202 of WEARING COURSE :- The thickness of wearing course shall be as shown in the drawings. 11. RAILING Railing of Precast Reinforced Cement Concrete Railing (Sanchi Type) of M- 30 Grade type 1.0 metre height above the top of kerb is proposed (Refer drawing given with Design Criteria). The length of railing for Bridge is equal to the Length of the Bridge with dirt wall + length of riding return + length of Box returns. 12. PRE - MOULDED ASPHALT FILTER :- The specified thickness of pre-moulded asphalt filler shall be provided at locations as shown in the drawing. The material shall be bitumen impregnated felt which shall conform to the requirements of IS : 1838 and shall approved by the Engineer. The joint shall consist of large pieces and assembly of small pieces to make up the required size shall not be permitted. The pre-moulded asphalt filler shall be placed in correct position before concrete is placed against the filler. The material shall form part of the joint and while concerting care shall be taken to prevent the filler material from being displaced. After the work is completed, the exposed face of the joint shall be cleaned of all loose materials stocking to it. 13. SAND FILLING :- Sand for filling in the wells or elsewhere shall conform to any of the grading of IS : 383 and as directed by the Engineer. The Sand filling in areas as shown in drawing shall be carried out in layers not exceeding 150 mm with proper compaction with watering and ramming to the complete satisfaction of the Engineer.

205 Page 203 of 376 SPECIFICATION FOR MATERIAL & WORKMANSHIP 1. MATERIALS: GENERAL: 1.1 All materials to be used in the work shall be in conformity with requirement laid down in the specification for Road and Bridge Works of Ministry of Transport & Highway Fourth Revision, 2001 referred to hereinafter as M.O.R.T.H. specification and stipulations made herein. In so far as any stipulation made herein conflicts or is inconsistent with any of the provisions of the M.O.R.T.H. specification, the stipulation made herein shall always prevail. 1.2 As regards materials for pre-stressed concrete, the provision contained in IRC 18 will govern except for specific stipulations made herein. BASIC MATERIALS :- CEMENT : QUALITY AND MAKE :- Ordinary Portland cement conforming to IS-269 of 1976 shall only be permitted unless otherwise specified. For pre-stressed concrete of grade M-40 and higher grade, high strength ordinary Portland cement conforming to IS-8112 shall be used. The make and quality of cement to be used in the job shall be subject to the approval of the Engineer. For each delivery of cement to the site the contractor shall forward to the Engineer a certificate to the effect that such cement was tested and analysed at the works and that the results of such tests and analysis satisfactorily meet the requirement of the above mentioned relevant standards TESTS :- Not withstanding the provision of such certificates, however the Engineer may require independent tests to be carried out on the cement stored at site of require relevant tests to be carried out to determine is suitability for use in works as required by IS 269. The Contractor shall arrange for samples to be provided either direct from the manufactures or from cement stored at site as may be determined by the Engineer

206 Page 204 of 376 and any cement which has been stored at the site for a period in excess of three months shall be retested before use. The cost of providing such samples and retesting shall be borne by Contractor without any extra charge to the employer REJECTED CEMENT : The contractor should store cement properly carefully at site of work only cement which has deteriorated in any way or which does not otherwise comply with the specifications shall not be used in the works and shall be removed from the site by the Contractor without charge to the Employer. The cost of such cement shall be recovered from Contractor at panel rates as decided by the Engineer-in-charge DELIVERY AND STORAGE OF CEMENT : Cement shall be transported, handled and stored on the site in such a manner as to avoid deterioration or contamination. Each consignment shall be stored separately so that it may be readily identified and inspected, and cement shall be used in the Sequence in which it is delivered" at site; The cement shall be stored keeping sufficient distance from the walls of store shed so as to allow inspection of cement bags from all the sides' STRUCTURES FOR STORAGE:- The Contractor shall provide temporary, well ventilated, dry waterproof structures to sufficient capacity for storage and the floor of these structures shall be located above the existing ground level as directed by the Engineer RECORDS AND RETURN :- The contractor shall prepare and maintain proper records on site in respect of the delivery, handling, storage and use of cement and these records shall be made available for inspection by the Engineer at all times. The contractor shall make a monthly return to the Engineer on the date corresponding to the interim certificate date, showing the quantities of cement received and issued during the month and in stock at the end of the month.

207 Page 205 of COARSE AGGREGATE :- The size and quality of coarse aggregate for all concreting works shall comply in all respects with IS : and clause of I.R.C ,The aggregates shall be tested as per relevant I.S. practice for grading, deleterious materials content as directed by the Engineer. CRUSHED STONE : For pre-stressed concrete work only crushed stone conforming to IS : 383 (1970) shall be used FINE AGGREGATE : The quality, grading of fine aggregate shall conform to IRC The fine aggregate shall be tested as per relevant IS practice for grading, deleterious materials contained as directed by the Engineer WATER : Additional charges for water including lead considering the site situations- has already been added by the department while arriving at the rates of different items and towards this no separate claims or charges on any account will be paid to the Contractor. Water conforming to clause of I.R.C shall be used for mixing and curing of concrete STEEL REINFORCEMENT :- High yield strength cold twisted deformed bars shall be round and shall comply with IS : Cold Twisted Steel Bars for Concrete Reinforcement Mild steel and medium tensile steel bars shall comply with IS : 432 ( Part-l ) 1966 and hard drawn steel wire fabric shall comply with IS : Welding of HYSD bars is prohibited and instead mechanical splices of proven quality should be used. Steel Reinforcement shall be stored in such a way as to avoid distortion and to prevent deterioration by corrosion. When directed by the Engineer, the reinforcing bars shall be given a cement wash before stacking to prevent scale and rust at no extra cost. TMT FE 500 reinforcement bars shall conform with I.S.1786 of 1985.

208 Page 206 of PRESTRESSING STRANDS :- High Tensile steel be procured by the Contractors themselves. It should be clearly understood that the Department shall not supply and pay separately for any accessories like anchorage. cones, sheaths etc. for pre-stressing work. All materials like cement, steel, aggregates etc. should be got tested to comply with relevant IRC/ IS codal provisions for their suitability STORAGE OF AGGREGATES :- Coarse aggregate, unless otherwise agreed by the Engineer in writing shall be delivered to the site is separate sizes (2 sizes when the nominal size is 25 mm or less and 3 size when the nominal size is 32 mm or more.) Aggregates shall be stored or stockpiled in such manner that segregation of fine and coarse sizes will be avoided. In case of separate stockpiles the various sizes will not become intermixed before proportioning. They shall be stored, stockpiled and handled in such a manner that will prevent contamination by foreign materials. In the case of fine aggregate they shall be deposited at the mixing site not less than 8 hours before use and shall have been tested and approved by the Engineer OTHER MATERIALS :- Materials not specified herein fully have been specified in the individual items and section hereinafter. Any other material used in the work and not covered in the above specifications shall conform to the relevant clauses of the M.O.R.T.H. specification for Road and Bridge Works, I.R.C. Specifications and relevant I.S.I. codes in their respective orders. The Engineer shall have the right to determine whether all or any of the materials offered or delivered for use in the works are suitable for the purpose. 2. EXECUTION OF WORKS :- 2.1 GENERAL: The Construction of relevant works shall conform to the requirements laid down in M.O.R.T.H. specifications and stipulations made herein. In case any item of work / provision is not covered by these Specifications, the same shall be governed by the latest edition of IRC & IS specifications with all corrections and incorporation. Wherever necessary, in the opinion of the Engineer, the Standard specifications of

209 Page 207 of 376 Govt. of Maharashtra (Latest Edition) shall also be made applicable at no extra cost. This is also available in the office of the Executive Engineer, Public Works Division, Satara for study and guidance. In case of any issue not covered under the above specifications. The execution of the work shall be in conformity with sound engineering practice and in all such cases the decision of the Engineer shall be final and binding on the Contractor and no extra cost will be paid. 2.2 REFERENCE TO SPECIFICATIONS :- I. M.O.R.T.H. CODE OF PRACTICE : (I) Specifications for Road for and Bridge Works Specification for Road and Bridge Road Works published by Indian Road Congress (IRC) Ministry of Road Transport & Highway ( M.O.R.T.H. ) Fifth Revision of Year 2013 or latest Edition. II. IRC CODES OF PRACTICE: i) IRC : , Section III Cement concrete(plain and reinforced) ii) IRC : , Section IV Brick, stone and Block masonry iii) IRC : , Section VII Foundation and substructure iv) IRC Guidelines for the design and erection of false work for Road bridges v) IRC 89 (1985) Guidelines for design, construction for river training and control works for road bridges. vi) IRC 83 (Part ) Standard specifications and codes, of practice for Road bridge Part I metallic bearings. vii) Any other relevant IRC code & latest edition. III.I NDIAN STANDARD CODE OF PRACTICE : I) IS : 456 : Code of Practice for plain and reinforced concrete. II) IS : 383 : Coarse and fine aggregates for Natural sources for concrete.

210 Page 208 of 376 III) STANDARDS RELEVANT L.S SPECIFICATIONS AND AS NECESSARY IV) RELEVANT SPECIFICATIONS INCLUDED IN STANDARD SPECIFICATION OF GOVERNMENT OF MAHARASHTRA AS NECESSARY. 3. EXCAVATION FOR STRUCTURES : Excavation for structures shall conform to clause 304 of M.O.R.T.H. specifications with following modifications. 3.1 MEASUREMENT FOR PAYMENT :- Delete last para of clause and read as follows in case of bridge Lump sum contract no separate measurement shall be made for foundations, sealing dewatering, including pumping and its shall be deemed to be incidental to the work. 3.2 CONCRETE WORKS : For all item of concrete works in any structural portion or its components only controlled concrete shall be used. Grade of concrete shall be either ordinary concrete or controlled concrete as specified in the item. All basic shall conform to section 1000 to specification for Road and Bridge work of M.O.R.T.H. fourth revision ORDINARY CONCRETE: In case of ordinary concrete, mix is not required to be designed by preliminary tests. The proportion of cement, fine aggregate and coarse aggregates are specified by volume. The grade of ordinary concrete as specified shall conform to Section of M.O.R.T.H. Specifications CONTROLLED CONCRETE : Concrete for specified controlled quality shall be designed on the basis of preliminary tests. The contractor shall make trial mixes using samples of aggregates and cement typical of those to be used in the works. If possible the concreting plant and the methods of transporting and depositing the concrete to be employed in the work shall be used to stimulate working conditions with the trial mixes. Preliminary tests and strength requirements of controlled concrete shall conform to requirements of sections , and 1716 of M.O.R.T.H. specifications.

211 Page 209 of 376 All these preliminary tests approvals etc. shall be got done well in advance by the contractor before any concreting is contemplated. Failure on the part of the contractor to do so an the consequent delay in the completion of the works will not entitle him for any compensation whatsoever either financially or by way of extension time MIX PROPORTIONS : Based on the successful preliminary crushing and work ability tests, the contractor shall submit mix proposals to the engineer who will have the right to reject any trial mix not deemed satisfactory. It shall be the ultimate responsibility of the contractor for the selection of the trial mix to the complete satisfaction of the Engineer CEMENT CONTENT : Minimum cement shall be as per the IRC or latest published code WATER QUANTITY SLUMPS : Water quantity and slumps for all reinforced (ordinary and controlled concrete) and plain concrete work shall conform to of M.O.R.T.H. specification unless otherwise directed by the Engineer WATER CEMENT RATIO : Water cement ratio in all elements shall be as per table and of M.O.R.T.H. specifications for Road and Bridge works as possible ADMIXTURES : Admixture in concrete will be permitted with approval of Engineer-in- charge. WORKMANSHIP: PROPORTIONING OF CONCRETE : Proportioning of concrete shall conform to section 1704 of M.O.R.T.H. specification unless otherwise directed by the Engineer.

212 Page 210 of MIXING OF CONCRETE : Controlled concrete as well as ordinary concrete shall be mixed following the provisions in section 1708 of M.O.R.T.H. specification unless otherwise directed by the Engineer, Unless otherwise agreed by the Engineer concrete shall be mixed in a batch type mixer with weigh batching attachment which shall comply with IS: IS: 4935 or such other type as the Engineer may approve. When swing type weigh batches are used they shall comply with IS: Batch mixers will be tested for and performance in accordance with IS: or such other specifications as the Engineer may require. During hot weather the Contractor shall ensure that the constituent materials are sufficiently cool to prevent the concrete from stiffening in the interval between its discharge from the mixer and its final disposition. Hand mixing shall not be permitted. 3.5 TRANSPORTATION, PLACING AND COMPACTION OF CONCRETE : The method of transportation, placing and compaction of concrete shall' be followed, as per section 1709 of M.O.R.T.H. specification unless otherwise directed by the Engineer. 3.6 WORKING IN EXTREME WEATHER : For concreting work during extreme weather provisions of Section 1712 of M.O.R.T.H. specification shall be followed in addition to the following and as directed by the Engineer. During windy weather, efficient protection is to be provided to prevent from being blown away during the process of apportioning and mixing. During wet weather, the concrete shall be adequately protected as soon as it is in position. No concreting shall be carried out during period of continuous heavy rain unless it is completely covered during mixing, transporting and placing. In extreme hot weather concreting shall be restricted to mornings and evenings. Time between mixing and placing of concrete shall be kept to the minimum and formwork shall be cooled by sprinkling with water, starting curing before concrete dries out. 3.7 CONCRETING UNDER WATER : Concreting under water shall be done by tremie pipe or drop bottom bucket following provision of section 1711 of M.O.R.T.H. specification unless otherwise directed by the

213 Page 211 of 376 Engineer. Concrete shall contain 10% more cement than required for the specified mix placed in dry condition. 3:8 CURING : Curing shall be done as per provision of section 1713 of M.O.R.T.H. specification and as directed by the Engineer. Approved curing compounds may be used in lieu of moist curing but only with permission of Executive Engineer. Such approved compounds shall be applied to all exposed surfaces of the concrete as soon as possible after the concrete has set. Immediately on removal of forma, the R.C.C. work shall be examined by the Engineer before any defects are made good. a) The work that has sagged or contains honey combing to an extent detrimental to structural safety or architectural concept shall be rejected. b) Surface defect of minor nature may be accepted. On acceptance of such work by the Engineer the same shall be rectified. i) Surface defects with require repair when forms are removed usually consist of bulges due to movement of forms ridges at form joints, honeycombed areas, damage resulting from the stripping of forms and bolt hole Bulges and ridges are to be removed by careful chipping or tooling and the surface is the bed with a grinding stone. Honey combed and other defective areas must be chipped out, the edges being cut as straight as possible and perpendicular to the surface, or preferably slightly undercut to provide a key at the edge of the patch. Bolt holes shall be closed by cement mortar to ensure through filling. ii) Shallow patches are first treated with a coat of thin grout composed, of one part of cement and one part of sand and then filled with mortar similar to that used in the concrete. The mortar is placed in layers not more than 10mm. thick and each layer is given a scratch finish to secure bond with the succeeding layer. The last layer is finished to match the surrounding concrete by floating, rubbing or tooling on formed surface by pressing the form material against the patch while the mortar is still wet.

214 Page 212 of 376 iii) Large and deep patches require filling up with concrete held in place by forms. Such patches are to be reinforced and carefully doweled to the hardened concrete. iv) The same amount of care to cure the material in the patches should be taken as with the whole structure, Curing must be started as soon as possible after the patch is finished to prevent early drying. Damp hessian may be used but in some locations. It may be difficult to hold it in place. A membrance curing compound in these cases will be most convenient. v) The concrete surfaces on receiving approval from the Engineer shall be rubbed smooth with carborandum stone and shall be finished with two coats of cement based paint of approved shade and quality. 3.9 FINISHING : Finishing work shall comply with requirements of section 1714 of M.O.R.T.H. specification unless otherwise specified here in below CONSTRUCTION JOINTS : Construction joints shall be provided and treated after following the provisions of Section 1710 of M.O.R.T.H. specification and as directed by the Engineer TEST AND STANDARD OF ACCEPTANCE : Test and standard of acceptance criteria of controlled and ordinary concrete (except pre-stressed concrete) shall meet the requirement of Section 1716 of M.O.R.T.H. specification. For pre-stressed concrete, standard acceptance criteria of concrete shall be as per IRC DEFECTIVE CONCRETE : Any concrete which gives results below standard of acceptance or becomes severely damaged due to cracking shows excessive honey-combing and exposure. of reinforcement or exhibits any fault which, in the opinion of the Engineer. seriously impairs, its function may be declared defective concrete such concrete shall be cut out, removed from the site and replaced by fresh concrete of the specified quality at the contractor's own expenses.

215 Page 213 of FORM WORK : 4.1 GENERAL: Form work shall include all temporary or permanent forms of moulds required for forming The concrete which is cast-in-situ, together with all temporary construction required for their support. Unless, otherwise stated, all formwork shall conform to Section 1500 or M.O.R.T.H. specification and IRC : A DESIGN OF FORMWORK : Formwork including complete falsework shall be designed by the Contractor in accordance with IRC - 87 and all other relevant IRC codes without any extra cost to thy employer and these shall be got approved by the Engineer before any formwork is taken up. The contractor shall be entirely responsible for the adequacy and safety for falsework notwithstanding any approval or review by the Engineer of these drawings and design. Proprietory system of formwork, if used, a detailed information as per Appendix of IRC- 87 shall be furnished to the Engineer for approval. 4.2.B CONSTRUCTION OPERATION : Construction operation shall comply with requirements of provisions of Section 1504 of M.O.R.T.H. specification and IRC - 87 unless otherwise directed by the Engineer. 4.3 QUALITY OF SHUTTERING : The shuttering shall have smooth and even surface and its joints shall not permit leakage of cement grout. Ply-boards shuttering material used shall be well seasoned free from projecting, nails, splits or other defects that may mark the surface of concrete. It shall not be so dry as to absorb water from concrete and swell and buldge, or so green or wet as to shrink after erection. The timber shall be accurately sawn and planned on the sides and on the surface coming in contact with concrete. Wooden formwork with metal sheet lining or steel plates stiffed by steel angles shall also be permitted. Where metal forms are used, all bolts and nuts shall he countersunk and well ground to provide a smooth plain surface.

216 Page 214 of 376 The chamfers, beveled edges and moulding shall be made in the formwork itself. Opening for fixtures and other fittings connected with services shall be provided in the shuttering as directed by the Engineer. As far as practicable, clamps shall be used to hold the form together. Where use of nails is unavoidable, minimum number of nails shall be used and these shall be left projecting so that they can be easily withdrawn. Use of double pointed nails shall be preferred. 4.4 TOLERANCES : The formwork shall be made as to produce a finished concrete true to shape lines, levels, plumb and dimensions as shown on the drawings subject to the following tolerances unless otherwise specified in these documents or drawings or as directed by the Engineer. 1) Sectional Dimension ± 5mm 2) Plumb ± 1 in 1000 of height 3) Levels ± 3 mm before any deflection has been taken place Tolerances given above are specified for local erections in the finished concrete surface and should not be taken as tolerance for the entire structure taken as a whole or for a setting and alignment of formwork, which Should be as accurate as possible to the entire satisfaction of the Engineer. Errors if noticed in any lift / tilt of the structure after stripping of forms, shall be corrected in the subsequent work to bring back the surface of the structure to its true alignment. 4.5 PREPARATION OF FORM-WORK AND CENTERING BEFORE CONCRETING: Formwork shall be prepared as per provision of Section 1507 of M.ORTH specification and got approved by the Engineer. 4.6 The formwork either for reinforced on for pre-stressed concrete work shall be so designed that the concrete shall have form finishing. Finish subsequent to the removal of formwork by way of plastering to concrete work shall not normally be permissible. If

217 Page 215 of 376 for some reason or the other in becomes, necessary at the site to plaster or touch up the concrete surface after removal of form work a penalty of Rs. 1000/- (One Thousand only) per square meter of area to be plastered shall be levied on the Contractor. For reinforced or pre-stressed concrete work the vibration of the concrete shall be done with the help of shutter vibrations to the maximum extent possible. The formwork supporting shall be adequately rigid. Use of needle- vibrators should be restricted to the absolute minimum. 4.7 SPECIAL PROVISIONS: Wherever the concreting of narrow members is required to be carried out within shutters of consideration depth temporary openings in the sides of the shutters shall if so directed by the Engineer, be provided to facilitate the pouring and consolidation of the concrete. Small temporary openings shall be provided as necessary at bottom of shutters of walls and deep beams to permit the explosion of rubbish etc. Side shutter vibrators shall be used whenever directed by the Engineer-in-charge such as at bottoms or sides of deep beams or walls etc. 4.8 DISCOLOURATION: Formation of blotches and stains due to detachment of formwork panel from the concrete when adjacent portion in the same lift is till adhering, shall not be allowed to occur, and for this purpose, all shutters shall be struck off at the same time. Use of old and new plywood in the same board or different quality boards or mixing shutters panels of different numbers of uses shall be totally provided to get rid of discoloration REMOVAL OF FORMWORK: The formwork shall be so removed as not to cause any damage to concrete centering shall be gradually and uniformly lowered in such manner as to avoid any shock or vibration. Supports shall be removed in such a manner as to permit the concrete to take stresses due to its own weight uniformly and gradually. The work of the formwork removal should be planned and definite scheme of operation worked out.

218 Page 216 of 376 In no circumstances should forms be struck until the concrete reaches a strength of at least twice the stress to which the concrete may be subjected to at the time of striking but not before the period as mentioned in IS : , where ordinary Portland cement is used. Where possible the formwork should be left longer as it would assist curing Forms should be eases carefully in order to prevent the load being suddenly transferred to concrete. The removal of centering and shuttering has to be done to the approval of the Engineer. The following guidelines may be followed to determine the time of removal of formwork- a) Walls, piers and abutment columns and vertical faces of structural members 48 hours b) Soffits of slabs 14 days c) Soffits of beams 21 days The joints between boards or panels which are not to be shown shall be painted with patching plaster or otherwise filled or covered to make the surface free of all marks. After manufacture and before mixing each formwork shall be got approved by the Engineer. 4.9 NAILING : Nailing shall be done carefully using hammers with smooth and well dressed heads to prevent marring of the form surfaces Box nails shall be used when required on concrete surfaces and shall be placed in a neat pattern TIES: Use of ties shall be very much restricted, as far as practicable. Form work shall be supported without the ties by propping against staging erected firmly for the purpose CLEAN UP : After forms are stripped all materials to be reused shall be thoroughly cleaned. All nails shall be pulled from the plywood board and no nail shall be bent over by hammering

219 Page 217 of 376 against the face of the material if reuse of forms is planned Holes bored through sheathing from ties shall be plugged by driving in.common corks or formed plastics, patching plaster may also be used to fill small holes. After cleaning and before re-fixing each formwork either of plywood or metal mould shall be got approved by the Engineer NUMBER OF USES : Plywood boards shall be so used so as to maintain quality of the exposed surface. However, if in the opinion of the Engineer, any particular board has become unsatisfactory for use at any stage, the board will be rejected FORMWORK FOR EXPOSED CONCRETE WORK AIT exposed concrete surfaces are to be form finished and shall be cast in an approved formwork and shall be free of holes, combing, fins. projections and air holes. All external angles to form finish concrete surfaces shall be chamfered as directed. The Contractor shall submit shuttering drawings details of pattern and the method of forming joints in the exposed ( Form-finish) concrete to the Engineer for his approval and all cases and modifications by the former and final approval whereof obtained from the Engineer. No work of form finished exposed concrete shall be carried out until the contractor has produced acceptable samples of shuttering and concrete to the approval of the Engineer. 1. Utmost care shall then be constantly exercised by the Contractor in the a) design, workmanship and fixing of formwork. b) control of concrete ingredients, mixing of formwork. c) adequate technical supervision of all processes involved. 2. Listed below are some formwork specifications for form finished exposed concrete to be used on site as directed by the Engineer. a) The smooth board marked surfaces are produced by new dressed tongued and grooved boards of uniform thickness of not less than 45mm. These boards should be brought and dressed on both faces as well as on all sides.

220 Page 218 of 376 b) A rough texture is obtained by the use of new sawn boards with stressed square edges. In all types of formwork to form finished exposed concrete, only non-staining mould oil supplied by an approved manufacturer shall be used. The repetitive uses of the same formwork to cast form finished exposed concrete shall be as decided by the Engineer and in no case the formwork not guaranteed to produce the required form finish to the satisfaction of the Engineer shall be used. The exposed concrete shall have uniform finish. The finish of the concrete when shuttering and formwork is removed will generally be without any blemish and will be such as will not required touch up. Slight touch-up for a small spot or two if necessary shall be carried out expertly so as to be harmonious with the entire surface STEEL REINFORCEMENT: GENERAL: All steel reinforcement work shall conform to section 1600 of M.ORTH. Specifications and as per Clause under materials of Tender document. All reinforcement shall be clean and free loose mill scales, rust, coats of paint etc., which may destroy or reduce bond. It shall be stored in such a way as to avoid distortion and to prevent deterioration and corrosion BENDING OF REINFORCEMENT: Bending of reinforcement shall be as per section 1604 of M.O.R.T.H. specification. All reinforcement shall tie to the size and shape as shown in drawings and bent cold correctly and accurately in accordance with IS : 2502 Code of practice for Bending and fixing Bars for Concrete Reinforcement. Preferably bars of full length shall be used and shall not be bent or straightened in a manner that will injure the properties of materials. Over- lapping of bars, where necessary shall be done as per Indian Standards and as directed by the Engineer PLACING IN POSITION : Reinforcement bars shall be placed accurately in position as shown in the drawings. The bars crossing one other shall be tied together at every intersection with annealed

221 Page 219 of 376 steel wire of hot less than 1mm in size and conforming to IS : to make the skeleton of the steel work rigid so that the reinforcement does not get displaced during the deposition of concrete. The bars shall be kept in position by the following methods : - a) In case of beam and slab construction, pre-cast cover blocks in cement mortar 1:2 (1 cement:2 Coarse sand) about 7cm x 7cm section and.of thickness equal to the specified cover shall be placed between the bars and shuttering so as to secure and maintain the requisite cover of concrete over reinforcement. b) In case of dowels for columns an walls, the vertical bars shall be kept in position by means of timber templates slots accurately cut in them or with block of cement mortar (1:2) suitably tied to the reinforcement. Timber templates shall be removed after the concrete has progressed up to a level just below them. c) Layers of bars shall be separately by spacer bars at closer intervals Bars shall not be allowed to sag between supports. d) Necessary stay blocks, metal chairs spacers, metal hangers, supporting wires etc. or other subsidiary reinforcement which are not shown in the drawing but may be necessary to keep the reinforcement firmly in its correct position shall be provided. The cost of such subsidiary reinforcement will not be paid and shall be included in the steel rate are quoted PROJECTIVE REINFORCEMENT: Reinforcement left projecting from newly placed shall be supported in such a way that there is no sag or risk or damage to the newly placed concrete. The projecting bars which are likely to be exposed for a long time shall be protected by a thick coat of neat cement paste. These shall be thoroughly cleaned and wire brushed before depositing fresh concrete.

222 Page 220 of COUPLING OF BARS : Coupling of bars shall be done as per Section 1605 of MORTH Specifications unless otherwise directed by Engineer WELDING OF BARS : Welding of bars is not allowed. 5.0 SPECIFICATIONS FOR EXPANSION JOINTS 1.0 FILLER JOINTS a) The components of this type of joint shall be at least 2 mm. thick corrugated copper plate placed slightly below the wearing coat, 20 mm. thick compressible fibre board to protect the edges, 20 mm. thick pre-moulded joint filler filling the gap upto the top level of the wearing coat, sealed with a joint sealing compound. b) The material used for filling expansion joint shall be bitumen impregnated felt, elastomer or any other suitable material, as specified on the drawings. Impregnated felt shall conform to the requirement of IS : 1838, and shall be got approved from the Engineer. The joint filler shall consist of large pieces and assembly of small pieces to make up the required size shall be avoided. c) Expansion joint material shall be handled with care and stored under cover by the Contractor to prevent damage. d) Any damage occurring after delivery shall be made good to the satisfaction of the Engineer and at the expense of the Contractor. e) Joint gaps shall be constructed as shown on the drawings. Surfaces of joint grooves shall be thoroughly cleaned with a wire brush to remove all loose materials and dirt and debris, then washed or jetted out. f) Pre-moulded expansion joint filler shall not be placed in position until immediately prior to the placing of the abutting material. If the two adjacent surfaces of the joint are to be placed at different times, this type of joint filler shall not be placed until the second face is about to be placed.

223 Page 221 of 376 g) Sealants shall be installed in accordance with the manufacturer s recommendations and all appropriate requirements for joint face priming. h) Sealants shall be finished approximately 3 mm. below the upper surfaces of the joint. i) Joint materials spilt or splashed onto finished surfaces of the bridge during joint filling operations shall be removed and the surfaces made good to the Engineer s approval. j) No joint shall be sealed until inspected by the Engineer and approval is given to proceed with the work.

224 Page 222 of 376 SPECIFICATION FOR CONSTRUCTION JOINTS 1.1 CONSTRUCTION JOINTS : 1.2 The Position of Construction Joints : i) Construction joints should be positioned to minimise the effects of the discontinuity on the durability, structural integrity, and appearance of the structure. ii) As far as possible, joints should be positioned in non-aggressive zones, but if aggressive zones cannot be avoided, joints should be sealed. iii) Joints should be positioned where they are readily accessible for preparation and concreting. The preparation of the joints is more likely to be satisfactory where the cross-section is relatively small, and where reinforcement is not congested. iv) As far as possible, joints for fair-faced concrete should be located where they conform with the architectural features of the construction. Unless they are marked in this way, the positions of the joints are always obvious, even when the concrete is given a textured finish. v) If substantial changes in the cross-section of a member are necessary, the joints should be formed where they minimise stresses caused by temperature gradients and shrinkage. vi) Joints should be located away from regions of maximum stress caused by loading, particularly where shear and bond stresses are high. In beams and slabs, therefore, joints should not generally be near the Construction joints between slabs and ribs in composite beams should be avoided. 1.3 Preparing the surface of the joint: The minimum number of joints should be used, and their construction should be simple. They should be either horizontal or vertical, because concreting sloping surfaces is usually unsatisfactory. Where concrete is placed in vertical members e.g. walls, columns and the like, the lifts of concrete shall finish level or in sloping members, at right angles to the axis of the member, the joint lines matching the features of the finished work. Concreting shall be carried out continuously up to the construction joints.

225 Page 223 of 376 Laitance, both on the horizontal and vertical surfaces of the concrete, should be removed before fresh concrete is cast. The surface should be roughened to promote good adhesion. Various methods for removal can be used, but they should not dislodge the coarse aggregate particles. Concrete may be brushed with a stiff brush soon after casting while the concrete is still fresh, and while it has only slightly stiffened. If the concrete has partially hardened, if may be treated by wire brushing, or with a high-pressure water jet, followed by drying with an air jet, immediately before the new concrete is placed. Fully- hardened concrete should be treated with mechanical hand tools or grit blasting, taking care not to split or crack soft aggregate particles. The best time for treating the joints is a matter of Judgement because it depends on the rate of setting and hardening (which is itself dependent on the temperature of the concrete.) Before further concrete is cast, the surface should be thoroughly cleaned to removed debris and accumulated rubbish, one effective method being by air jet. Where there is likely to be even a short delay before placing the next concrete lift, protruding reinforcement should be protected. Before the next lift is placed, rust, loose mortar, or other contamination should be removed from the bars and, where conditions particularly aggressive and there has been a substantial delay between lifts, the concrete should be cut back to expose the bars for a length of about 50 mm to ensure that contaminated concrete is removed. In all cases, when construction joints are made, it is essential to ensure that the Joint surface is not contaminated with release agents, dust, or curing membrance, and that the reinforcement is fixed firmly in position at the correct cover. 1.4 Concreting at Construction Joints : When the formwork is fixed for the next lift, it should be inspected to ensure that no leakage can occur from the fresh concrete. The practice of first placing a layer of mortar or grove when concreting joints is not recommended. The old surface should be soaked with water, without leaving puddles immediately before starting concreting, then the new concrete should be thoroughly compacted against it.

226 Page 224 of 376 When fresh concrete is cast against existing nature concrete or masonry, the older surface should be thoroughly cleaned and soaked to prevent the absorption of water from the new concrete. Standing water should be removed shortly before the new concrete is placed and the new concrete should be thoroughly vibrated in the region of the joint.

227 Page 225 of 376 SPECIFICATIONS FOR ELASTOMETRIC AND NEOPRENE BEARING SPECIAL NOTE FOR ELASTOMERIC BEARINGS The specifications for elastomeric bearings shall confirm to requirements as per M.O.R.T.H. specifications clause 2005 and In respect of elastomeric bearing intended for use in the superstructure of bridge the contractor shall be required in the course of manufacture, to arrange and afford all facilities for the purpose of inspection and testing of all or any of the parts and the materials used in these bearings to any officer of Directorate of inspection D.G.S.& D. Ministry of supply G.O.I, and such bearings shall not be used except on production of certificate of acceptance along with summery of test results thereof from the Directorate of inspection. All inspection charges shall be payable by the contractor. The number of bearings should be kept to the minimum. The elastomeric bearings shall be manufactured strictly in accordance with the design procedure laid down in I.R.C.83 (Part-11) 1987 standard specifications and code of practice of road bridge section IX BEARINGS Part-ll. ELASTOMERIC BEARINGS. 1. Seating of Pin Bearing. : i) Backing plates with studs welded on the face opposite to the seating of manufacture shall be delivered by the manufacturer.. ii) iii) iv) The backing plate shall be accurately positioned on the reinforcement grid of the pedestal and leveled. Studs shall be tack welded/ tied to the reinforcement to keep the backing plate in proper location during casting. Depth of embedment of the backing plate in the concrete shall be as per relevant drawing. v) The round base of the pot (bottom) of the pin bearing assembly shall be connected to the backing plates by anchor screws after concerting of pier cap/ pedestal. vi) In order to ensure successful transfer of large horizontal forces to be resisted by the Pin bearing, great care shall be taken in detailing the reinforcement in the substructure and the super-structure adjacent to the studs in the backing plate. 1.2 Acceptance Test on Spherical Bearings. 1) All bearings shall be checked for overall dimensions.

228 Page 226 of 376 2) All bearings shall be toad tested to 1.25 design vertical load. 3) A pair of bearings selected at random shall undergo testing in order to determine coefficient of friction which shall be less than ) Two bearings selected at random shall be tested for permissible rotation. 1.3 Acceptance Test, on Pin Bearings :. 1) All bearings shall be checked for overall dimensions. 2) All bearings shall be load tested ( if required for design horizontal load only) 2. ELASTOMERIC BEARINGS : The term "Bearing" in this case refers to an elastomeric bearing consisting of one or more internal layers of elastomer bonded to internal steel laminates by the process of vulcanization. The bearing shall cater for translation and or rotation of the superstructure by elastic deformation. 2.1 RAW MATERIALS : Chloroprene (CR) only shall be used in the manufacture of the bearing. Grades of raw elastomer of proven use in elastomeric bearings, with low crystallization rates and adequate shelf life (e.g. Neoprene WRET, Baverage 110, Skyprene B-5 and Denka S-40V) shall be used. No reclaimed rubber or vulcanized wastes or natural rubber shall be used. No reclaimed rubber or vulcanised wastes or natural rubber shall be used The raw elastomer content of the compound shall not be lower than 60% by its weight. The ash content shall not exceed 5% (as per tests conducted in accordance with ASTMD-297, sub-section 10.) EPDM and other similar candidate elastomers for bridge bearing use shall not be permitted. Properties The elastomer shall confirm to the properties specified in the table given below.

229 Page 227 of 376 Tab 2.1 PROPERTIES OF ELASTOMER :- Property Unit Test Method, IS Specification reference Value of the Characteristic specified. 1. Physical Properties 1.1 Hardness IRHD IS : 3400 (Part II) Minimum Tensise MPA IS : 3400 (Part I) 17 Strength 1.3 Minimum Elongation Percent IS : 3400 (Part I) * 400 at break 2. Minimum Percent IS : 3400 (Part X ). Compression Set CR Duration (h) Temperature (deg C) + O to Accelerated Ageing IS:3400(Part-IV) Temperature CR (deg. C.) Maximum change in Maximum change in IRHD percent Tensile Strength Maximum change in Elongation percent - 40 Shear moulds of the elastomer bearing shall neither be less than 0.80 Mpa nor greater than 1.20 Mpa. The adhesion strength of elastomer to steel plates determined according to IS:3400 (Part XIV) method A shall not be less than 7 Kn/M. For elastomeric bearings (CR) used in adverse climatic conditions the following ozone resistance test shall be satisfied. The ozone resistance of elastomer shall be proved satisfactory when assessed by test according to IS : 3400 (Pan-XX). The strain, temperature duration and ozone concentration of the test shall be 20% degree Celsius, 96 h and 50 pphm by volume respectively. No cracking detected by visual observation at the end of the test shall be considered satisfactory. No specific tests for assessment of low temperature resistance may be deemed necessary.

230 Page 228 of 376 Note:- For use of elastomer in extreme cold climates, the Engineer may specify special grade of low temperature resistant elastomer in conformity with operating ambient temperature conditions. The specifications of such special grade elastomer including the test for low temperature resistance shall be mutually agreed to by the Engineer and the producer supplier and are outside the preview of these specifications. Laminates of mild steel conforming to IS : 226 shall only be permitted to be used. Use of any other material like fiber glass or similar fabric as laminates shall not be permitted. The manufacturers of elastomeric bearings shall satisfy the Engineer that they have in house facilities for testing the elastomer for carrying out the following tests in accordance with the relevant provisions of ASTMD-297. a) Identification of polymers : To confirm the usage of Chloroprene ( Appendix X-2 ) b) Ash content test : To determine the percentage ( Sub-section 34 ) c) Specific gravity test : ( Sub-section 15) d) Polymer content test : ( Sub-section 10) The Engineer shall invariably get the test (a) performed within his presence or in the presence of his authorized representative to satisfy the requirement. In case of any disputes regarding interpretation of results the Engineer may carry out test as per ASTMS (Chromatography test) at the manufacturer's cost in a recognized test house. The elastomer specimen to conduct the test shall be obtained from the bearings selected at random for destructive test. Remaining part of the test bearings shall preserved by the Engineer for any test to be done in future, if required. 2.2 FABRICATION: Bearing with steel laminates shall be cast as a single unit in a mould and vulcanized under heat and pressure. Casting of elements in separate units and subsequent bonding shall not be permitted, nor shall cutting from large size cast be permitted.

231 Page 229 of 376 Bearings of similar size to be used in particular bridge project shall be produced by identical process and in one lot as far as practicable. Phased production may only be resorted to when the total number of bearings is large enough. The moulds used shall have standard surface finish adequate to produce bearings free from any surface blemishes. Steel plates for laminates shall be free from all contaminants prior to bonding by vulcanization. Rusted plates for laminates shall not be used. All edges of plates shall be rounded. Spacers used in mould to ensure cover and location of laminates shall be of maximum size and number practicable. Any hole at surface or in edge cover shall be filled in subsequently. Care shall be taken to ensure uniform vulcanizing conditions and homogeneity of elastomer through the surface and body of bearings. The bearings shall be fabricated with the tolerances specified in the table given below. Table 2.2 : TOLERANCES Sr. Items Tolerances No. 1 Overall plan dimensions, mm. 2 Total bearing thickness mm. 3 Parallelism a) Top surface of bearing with respect to the bottom surface 1 in 200 as datum b) Of one side surface with respect to the other as datum. + 20% (max of 2mm.) 4a) Thickness of individual internal layer of elastomer 0 + 1mm. b) Thickness of individual outer layer - 3 mm a) Plan dimensions of laminates + 10% b) Thickness of laminates 1 in 100 c) Parallelism of laminate with respect to bearing base as datum. The vulcanizing equipment press shall be such that between the plattens of press the pressure and temperature are uniform and capable of being maintained at constant values as required for effecting a uniform vulcanization of the bearing.

232 Page 230 of 376 The moulding dies, utilized for manufacturing the bearings shall be so set inside the platten of the press so that the pressure developed during inside the vulcanisation of the product is evenly distributed and the thickness maintained at all places are within acceptable tolerance limits taking into consideration the shrinkage allowance of vulcanization. The raw compound which has been introduced inside the metal dies of vulcanization shall be accurately weighed each time and it must be ensured that sufficient shall be accurately weighed each time and it must be ensured that sufficient quantity has been put inside the die for proper flow of material at every place so that a homogenous and compact bearing is produced without any sign of sponginess or deficiency of material at any place. Before any vulcanizate of any batch of production is used for producing vulcanized bearings, test bases in the form of standard slab and buttons shall be prepared in accordance with prescribed standards and salient properties tested and recorded regularly against each batch of production to monitor the quality of the products. 2.3 Acceptance Specifications : The manufacturer shall have all the test facilities required for the process and acceptance control tests installed at his plant to the complete satisfaction of the Engineer. The test facilities and their operation shall be open to inspection by the Engineer on demand. All acceptance and process control tests shall be conducted at the manufactures plant. Cost of all materials, 'equipments and labour shall be borne by the manufacturer unless otherwise, specified or specially agreed to between the manufacturer and Engineer. Acceptance testing shall be commenced with the prior submitted of testing programme by the manufacturer to the Engineer and after obtaining his approval. Any acceptance testing delayed beyond 180 days of production shall require special approval of the Engineer and modified acceptance specification, if deemed necessary by him. All acceptance testing shall be conducted by the inspector with aid of the personnel having adequate expertise and experience in rubber testing provided by the

233 Page 231 of 376 manufacturer, working under the supervision of the inspector and to his complete satisfaction. Lot by lot inspection and acceptance shall be made Acceptance Lot : A lot under acceptance shall comprise all bearings, including the pair of extra test bearings where applicable of equal or near equal size produced under identical conditions of manufacture to be supplied for a particular project. The size and composition of acceptance lot shall be got approved by the Engineer. For the purpose of grading levels of acceptance, testing lots shall be classified as follows : i) A lot size of 24 or larger number of bearings shall be defined as a large lot. ii) A lot of less than 24 bearings shall be defined as small lot. When the number of bearings of equal or near equal size for a single bridge project is large and phased production and acceptance is permitted, the number of bearing supplied in any single phase of supply shall comprise under acceptance. When such phased supply is made, each such lot shall be considered as a large lot for the purpose of acceptance testing Levels of Acceptance Inspection. : The level of acceptance testing shall generally be graded into the following two levels depending on lot size. Level 1 acceptance testing Level 2 acceptance testing Acceptance testing level 1 is a higher level inspection and shall be applicable to large lots only, unless otherwise specified. This shall involve manufacture to large lots only, unless otherwise specified. This shall involve manufacture of two extra bearings for each lot to be used as test bearing and eventually consumed in destructive testing.

234 Page 232 of 376 Acceptance resting level 2 shall be applicable to small lots only (i.e. less than 24 lots) for which one extra bearing shall be manufactured. Out of the lot one bearing shall be selected at random for carrying out material tests. This bearing shall be excluded from the lot accepted.. Acceptance inspection level 1 may be specified at the sole discretion of the Engineer taking into account the special importance of bridge project for small lots also under the purview of special acceptance inspection. The cost of extra bearings, in such cases shall be borne by the user, while the cost of all other materials, equipment and testing shall be borne by the manufacturer TESTING :- Acceptance testing shall comprise general inspection test on specially moulded test pieces and test on complete bearings or sections for measurements of various quality characteristics detailed below Acceptance testing level 1 General Inspection 1. All bearings of this lot shall be visually inspected for any defects in surface finish, shape or any other discremible superficial defects. 2. All bearings of the lot shall be checked for tolerances specified in table All bearings of the lot shall be subjected to axial load to correspond to om (i.e. average compressive stress) = 15 Mpa applied in steps and held constant while visual examination is made to check for discernible defects like, a) Misalignment of reinforcing plates. b) Poor bond at laminate / steel interface c) Variation in thickness of elastomer layers d) Any surface defects e) Low stillness. Deflection under loads om = 5Mpa and om = 4l5Mpa shall be measured and recorded for an Il bearings with sufficient accurance (+5%), Variation in stiffness of any individual bearing from the mean of the measured values for all such bearings of the lot shall not be larger than 20 % (of the mean value)

235 Page 233 of 376 Test on Specially Moulded Test Pieces. 1) Test pieces shall be moulded by the manufacturer with identical compound and under identical vulcanizing conditions as used in the manufacture of the 'bearings of the acceptance lot. The process shall be open to inspection by the Engineer. 2) Test pieces offered for inspection shall be identified by suitable markings and duly certified by the manufacturer. 3) The quality characteristics to be tested are listed below. The specification references in parenthesis shall define the corresponding specification for test piece, test method and criterion for acceptance Composition (See Note 1 below) Hardness (Table , 1.1) Tensile strength (Table , 1.2) Elongation at break (Table , 1.3) Compression set (Table , 2) Accelerated Agening (Table , 3) Adhesion strength (Table ) Ozone Resistance (See Note 2 below) Note 1 :- For acceptance testing the properties enumerated in clause and specific gravity of elastomer of test pieces from test bearing shall be compared with those for corresponding specially moulded test pieces furnished by the manufacturer. The following variations shall be deemed maximum acceptable Specify Gravity Ash Content + 0.5% Hardness (Table , 1.1) Tensile strength (Table ) Elongation at break (Table , 1.3) Compression set (Table , 2) Accelerated Agening (Table ) Adhesion strength (Table ) Note 2 :- Ozone resistance test can be waived by the Engineer for bearings of CR when satisfactory results of ozone resistance tests on similar grade of elastomer may be

236 Page 234 of 376 available from process control records or development test data furnished by the manufacturer. Whether such process control data are not available or the frequency of testing not deemed adequate, ozone resistance test shall be mandatory for acceptance of bearings of CR. However, such tests may not be insisted for bearings not located under adverse conditions of exposure and where the test on accelerated ageing could be considered as adequate. Process and acceptance control tests for ozone resistance by an independent testing agency shall be acceptable. Tests on Complete Bearings or Sections 1. Two bearings shall be selected at random from the lot as test bearings. These bearings shall be excluded from the lot accepted. 2. The following tests shall be conducted on test bearings. Test for determination of shear modulus. Test for determination of elastic modulus Test for determination of shear modulus (short term loading) Test for determination of adhesion strength Test for determination of ultimate compressive strength. The test specifications and acceptance criteria shall conform to those given in Appendix 2 of IRC : 83 (Part II) Acceptance Testing Level 2 : General Inspection This shall conform 10 the provisions in clause in all respects. Test on Specially Moulded Test Pieces This shall conform to the provisions in clause in all respects. Test on Complete Bearings.

237 Page 235 of 376 Test for determination of shear modulus shall be conducted using two bearings of the lot selected at random and conforming to relevant provisions of Clause These bearings shall however be part of the lot accepted. The remaining tests stipulated' in aforesaid clause shall be carried out on all bearings selected at random which shall be excluded from the lot accepted Special Acceptance Inspection : 1. Acceptance testing by an independent external agency with separate or supplemental test facilities provided by it. 2. Acceptance testing on test pieces prepared from the surface or body of the test bearings instead of specially moulded test pieces. 3. Acceptance test not covered by these specifications but according to the specifications laid down by the Engineer. Special acceptance inspection may be specified under the following conditions. a) Special contract agreement b) Unsatisfactory evidence of process or acceptance control Inspection Certificate :- A lot under inspection shall be accepted by the Inspector and so certified, when no defect is found with respect to any of the quality characteristics tested on samples drawn from the lot according to specifications laid down in clause covering general inspection tests on specially moulded test pieces and on complete bearings. In case of any bearing with defect, the lot shall be rejected by the inspector and so certified. In case any hearing is found to be defective with respect to any quality characteristics, discerned by general inspection tests specified in clauses , shall nevertheless be completed. If the said lot rejected by general inspection, satisfies the acceptance criteria in respect of these other tests, the lot and individual bearings found defective shall be clearly identified in the inspection certificate. The manufacturer shall obtain from the inspector, authorised by the Engineer, immediately on completion of his inspection, an inspection certificate which shall

238 Page 236 of 376 include the details of a lot or lots accepted / rejected by him and records of all tests measurements Quality Control Certificate : The manufacturer shall certify for each lot of bearing under acceptance That an adequate system of continuous quality control was operated in his plant. That the entire process remained in control during the production of the lot of bearings under acceptance; as verified from the quality control records/ charts which shall be open to inspection of Engineer/ inspector on demand. A certified copy of results of process control testing done on samples of elastomer used in the production of the lot shall be appended and shall include at least the following information. Composition of compound-raw elastomer and ash content, the grade of raw elastomer used (including name, source, age on shelf), test results of hardness, tensile strength, elongation at break, compression set, accelerated ageing etc. A higher level certification of the process quality control shall be called for at the sole discretion of the Engineer in special cases e.g. where adequate inspection of bearings similar to those comprising the lot under inspection produced in the same plant is not available with the Engineer or in case of any evidence of process or acceptance control being deemed unsatisfactory. The higher level certification shall comprise submittal of a complete quality control report as given in Appendix 3 of IRC: 83 (part- Ill) supplementing the quality control certificate Acceptance : The manufacturer shall furnish the following to Engineer for the acceptance judgement. 1. Quality control certificate as laid down in clause Inspection certificate as laid down in clause ,5 The manufacturer shall furnish any supplementary information on the system of quality control and/ or process and acceptance control testing as may be deemed necessary by the Engineer.

239 Page 237 of 376 In case of any evidence of process or acceptance control testing being deemed unsatisfactory by him, Engineer at his sole discretion may call for special acceptance of the lot according to specifications laid down by him, without any prejudice to his right to reject the tot. The entire cost of such supplementary inspection shall be borne by the manufacturer. The Engineer shall be sole authority for acceptance of a lot on scrutiny of the certificates along with any supplementary evidence and complete satisfaction therewith. In case of rejection of a lot, the Engineer shall reserve the right to call for special acceptance inspection for the succeeding lots offered for inspection, according to the specifications laid down by him. The entire cost of such tightened inspection shall be borne by the manufacturer. 2.4 Certification and Marking :- Bearings' shall be transported to bridge site after final acceptance by Engineer and shall be accompanied by an authenticated copy of the certificate to that effect. An information card giving the following details for the bearings duly certified by the manufacturer shall also appended : Name of manufacturer Date of manufacturer Elastomer grade used Bearing dimensions Production batch No. Acceptance lot No. ^ Date of testing. Specific bridge Ideation, if any Explanation of markings used on the bearing. All bearings shall have suitable index markings identifying the information. The 1 markings shal be made in indelible ink or flexible paint and if practicable should be visible after installation. The top of the bearing and direction of installation shall be indicated.

240 Page 238 of Storage and Handling :- Each elastomeric bearing shall be clearly labeled or marked. The bearing shall be wrapped in a cover. They shall be packed in timber crates either suitable arrangement to and to protect corners and edges. Care shall be taken to avoid mechanical damage, contamination with oil, grease and dirt, undue exposure to sunlight and weather to the bearings during transport and handling prior to and during installation. 2.6 Installation. :- Installation of multiple bearings one behind the other on a single line of support shall be of identical dimensions. Bearings must be placed between two horizontal surfaces (maximum tolerance 0.2% perpendicular to the load) and at true plan position of their control lines. marked on receiving surfaces (maximum tolerances + 3mm) Concrete surfaces shall be free from local irregularities (maximum tolerance + 1mm in height) Design shall be checked for the actual inclination in seating if larger in accuracies than those specified are permitted, For cast-in-place concrete construction of superstructure, where bearings are installed prior to its concreting, the forms around the bearings shall be soft enough for easy removal. Forms shall also fit the bearings snugly and prevent any leakage of mortar grout. Any mortar contaminating the bearings during concreting shall be completely removed-before setting. For pre-cast concrete or steel superstructure elements fixing of bearing to them may be done by application of epoxy resin adhesive to interface, after specified surface preparation. The Specification for adhesive material, workmanship and control shall be approved by the Engineer. Care shall be taken to guard against faulty application and consequent behavior of the adhesive layer as a lubricant. The bonding by the adhesive shall be deemed effective only as advive for installation and shall not be-deemed to secure bearings against displacement for the purpose of design.

241 Page 239 of 376 As a measure of ample safety against accidental displacement the bearings shall be placed in aecess as shown in figure 9 of IRC : 83 (Part-11) 2.7 Seating of Elastomeric Bearings on a Non-Horizontal Plane. : Installation of elastomeric bearings on a Non-Horizontal Plane shall be as follows. : i) Elastomeric bearings shall be delivered with MS backing plate factened to the bearing from the manufacturer. ii) Template of 6mm M.S. plate and of size same as bearing holding base plate with matching holes for the anchor screws shall be used. Anchors shall be fitted 10 the templates with the anchor screws but with MS washers in place of elastomer washers. The above template assembly shall be fitted in the formwork at its proper location and in a vertical plane. iii) After casting of the pedestal and removal of the frame work, the template is to be removed. A. Installation with face plate and without template-in-situ casting. i) The sub-assembly of elastomeric bearing with the MS backing plate shall be fitted to the embedded anchors with anchor screws and elastomeric washers replacing the steel washer. ii) A clearance is required between the stainless steel face to the elastomeric bearing and that of the vertical face of the face plate with stainless steel top installed on the projection below the soffit. This shall be achieved by inserting removable steel sheeting of thickness as per the drawing, during preparation of the formwork before casting of the superstructure. iii) The face plate with stainless steel top and pack plate shall be assembled with the anchors with elastomeric washers and anchor screws. The assembly shall be fitted in the form work at its proper location and in a vertical plane.the removal steel shims shall be removed at an appropriate time after the casting of the superstructure,

242 Page 240 of 376 B. Installation with face plate and with template in situ-casting. i) Template of 6mm MS plate and of size same as face plate with stainless steel top and matching holes for the anchor screws shall be used. Anchors shall be fitted to the template with the anchor screws shall be used. Anchors shall be fitted to the templates with the anchor screws but with MS washers in place of elastomer washers. Separate screws may be used in case of in convenience of in the length of original anchor screws. The above template assembly shall be fitted in the formwork for the superstructure at its. proper location and in a vertical plane. ii) After removal of the superstructure formwork, the template shall be removed. iii) The face plate with the required thickness of pack plate shall be loosely fitted to the anchors embedded in the projection below the superstructure, with elastomer washers and anchor screws. iv) The sub-assembly of elastomeric bearing with MS backing plate shall be fitted to the embedded anchors in the pedestal with anchor screws and elastomeric washers replacing the steel washer this time v) The required clearance between the stainless steel face of the elastomeric bearing and that of the vertical face plate installed on the projection below the soffit shall be checked. After adjustment of the required working clearance the small gap between the vertical face of the projection below the soffit and the back of the face plate (with pack plates, if any) shall be grouted with epoxy grout. 2.8 POT BEARINGS : GENERAL Pot type bearings shall consist of metal piston supported by a disc or un reinforced elastomer confined within a metal cylinder to take care of rotation, Horizontal movement. If required shall with a system of sealing rings be provided by sliding surfaces of PTFE pads sliding against stainless steel mating surfaces. The pot bearings shall consist of cast steel assemblies or fabricated structural steel assemblies.

243 Page 241 of Provisions of IRC-83 (Part-1) shall be applicable for all metallic elements. Provisions of IRC-83 (Part-11) shall be applicable for all elastomer elements. When any items are not covered by IRC-83 (Part-l & ll ) the same shall be as per. guidelines given hereunder and BS 5400 (Sections 9.1 and 9.2) except that no natural rubber shall be permitted. If there is any conflict between BS on the. one hand IRC on the other, the provisions of IRC will be guiding Combination bearings using any judious combination and sliding element shall be permitted: As for example. : Name Rotation Element Sliding Element General. for Pot Pot None Vertical Load Elastomer Elastomer None* Horizontal Load Horizontal Load Spherical Spherical PTFE-SS** Vertical Load Knuckle PRFE Knuckle Horizontal Load Elastomer PTFE Elastomer PTFE-SS** Transverse Guide Elastomer SS * * Elastomer SS SS ** :Transverse Guide * Elastomer shall permit movement by shear * * Stainless Steel Part-1 Specifications for supply of Neoprene bearing pads (Plain and restrained for bridge)

244 Page 242 of 376 MATERIAL PROPERTIES AND TESTING 1. The neoprene bearing pads shall be made of the compound known as "Neoprene" with the properties specified below. The pads shall be cast in moulds under pressure and neat in a single integral lay except that multi layer pad separated by steel plates to restrain Deformation in thick pads shall be permitted when found necessary. 2. The material of the pads shall have the following physical properties according to the hardness specified in the given case. Test specimen shall be in accordance with ASTM d-15 Sr. No. Physical properties Durometer Hardness Hardness (ASTM D-2240) Tensile Strength minimum (kg/m ASTM D ) 3. Elongation at break Minimum percent (ASTM D-412) 4. Accelerated test to determine long term going characteristics even aged 70 hours at 21 2 of (1000-EXASTM B-578) i) Hardness Inveease Max Point ii) Tensile strength reduction Max point of original iii) Elongation at Break reduction Max percent of original. 5. Zone resistance 20% strain 100 Hours at 380 No No No g 10C (1 part per million in air by volume ) Cracks Cracks Cracks ( HASTM-D-1149) 6. Compression set 22 Hours at 700C per cum max (ASTM-D-395) 7. Tear Resistance kg/cm (ASTM-D-624 DEE-3) 8. ADHESION TO JETAL Kg/Cm ( ASTM-D-429 Method B ) 9. Low temperature stiffness at 400c Young's rnoduls Max Kg/Cm ( ASTM-D-797)

245 Page 243 of Frequency of testing for para 1.2 :- Tests Nos. 1,2,3,4,6,7 and 8 shall be conducted once when be a rings procured from a particular firm exceeds 200 Nos. Since last testing (Number ref...single layer) 2. Tests No.5 and 9 when the testing facilities become available in India for carrying out these test, such tests shall be carried out satisfactorily at least on for an order between 20 to 100 for a single order less than 20 these tests are not necessary. Note : In case of test No.9 the facility is available at C.R.R.I. New Delhi for testing as perb.s.2154 at 25 C. And the test shall be carried out accordingly till the facility of testing as per ASTM-D-797 at 4.00 C. is available in India. 1.4 In addition to the above test, the Supplier shall give testing certificates regarding the properties mentioned in para 1.2. The frequency of such testing shall be as per para 1.3 and the testing shall be done in approved laboratories or at laboratories in their factories where such facilities are available to the satisfaction of Engineer-in-charge preferable in Maharashtra State in the presence of representative of Engineer- incharge. (If so required) the cost of testing including submission of Test Results in required forms shall be borne by supplier. In case of any doubt the Engineer-in-charge reserves the right to order repetition of any or all of the tests mentioned at Sr. No. 1 to 9 which shall be specially carried out at the suppliers cost in addition to the frequency mentioned in para 1.3 above. The. acceptance of the material will depend upon the test results and the decision of the Engineer-in-charge shall be final and binding on the suppliers. 1.5 Should the material from a batch fail to satisfy the test requirements all bearings term that batch are liable to be rejected. 2. MEASUREMENT AND TOLERNACES ; 2.1 The thickness of bearings pad shall be measured as the thickness of the Neoprene layer i.e. without the thickness.of metal shims. 2.2 The length and breath of the pads shall be measured exclusive of the side covers if any. 2.3 The variation in thickness of the Pad measured at any two points shall not exceed 0.70mm. Except when the plan dimension of the bearings in the direction of the span exceeds 45cm. In which case it may be up to 1.50 mm.

246 Page 244 of No negative tolerance on any of the dimensions of the bearings pads shall be permitted, positive tolerance on thickness shall not exceed 0.70 mm. For single layer pads and 0.80 mm. For multi layer bearings with N. layers. 2.5 Positive tolerance on any of the plan dimension shall not exceed 2mm. 2.6 No bearing with any visible defect like wrap. Twist etc. shall be accepted. 3. RESTEINING STEEL PLATES : 3.1 The steel plates used in the Bearings shall be of mild steel confirming to the Specifications N-226 (Latest Edition) 3.2 The thickness of outer plates shall not be less than 3 mm. And that of internal plates shall not be less than 1.50 mm. For multi layered bearings. For single layered Neoprene pads the thickness of outer plates shall not be less than 1.00mm. 3.3 The edges of all steel plates shall be lightly rounded to chamfered. 3.4 Where required, the Bond between the Neoprene pads and the restraining steel plates, or between steel plates and steel plates of multi layers bearing pads shall be achieved by the use of on epoxy resin in a test conducted to check the bond. The failure shall never occur in Bond. 3.5 The exposed edges of steel plates in restrained bearing pads shall invariably be covered with an anticorrosive paint of good quality. 3.6 The multi layered bearing shall have a side cover 9 of Neoprene not less than 6mm. Thick. 3.7 In Costal areas or in areas exposed in action of harmful chemicals, vapor, saline atmosphere, sulphureus smoke etc. Inox steel shimps shall be preferred. 4. TEST OF SAMPLES OF BEARINGS. The following tests shall be conducted on samples obtained at Random from a lot of bearing offered by a supplier and shall be carried out under the supervision of Engineer-in-charge or his authorized representative.

247 Page 245 of COMPRESSION TEST. The test shall be done in the full scale specimen chosen at Random by the representative of Engineer-in-charge from the supply made. The specimen (or sample cut from the same if the bearings cannot be accommodated in the machine) shall be subjected to a vertical load equal to 1.5 times the designs Maximum vertical lead. The rate of loading shall be 20 tones / minute, unless otherwise directed. Readings for compressive strain shall be taken for- increment of every 10 tones. The compressive strain shall not exceed 15% residual strain after 24 hours from complete unloading shall not exceed 2%. 4.2 Shear and bond test including elongation at break. a) The required number of specimen shall be chosen at random by the representative of Engineer-in-charge from the supply made. The above test shall be carried out a small piece of suitable size out from the specimen chosen. The observation shall be made for the following :- :' The shear stress corresponding to shear strain of 0.5, 0.7, 1.0, 1.2, 1.5 and further increments of 0.5 till break shall be observed. The Elongation at break shall in no case be less than that Corresponding to 3 limes the thickness of Neoprene (excluding thickness of shim) in no case, the Band between the Neoprene and the shims shall fail. B) The Bond between the two metalic shims shall be also tested in the similar manner and the Bond between shims shall not fail till breaking of shims. Octinne Testing Machine. 4.3 Combined shear and compression test. SCHEMATIC DIAGRAM OF GENERAL TEST SET UP. This test is mainly required to determine the modulus of Rigidity (C) of the Neoprene pad under combined shear and compression condition. The test shall be conducted simultaneously over two bearings which are sandwitched between three rigid slabs. The top and bottom slabs are rigidly fixed on the sides towards the press and

248 Page 246 of 376 simultaneously a horizontal force is applies on the middle plate for preventing slippage of bearing. A constant vertical load (p) of 50 Kg/Cm 2 is applied. The horizontal force is applied by jacks and horizontal distoration for each stage of horizontal force in the jack is measure. The test is to be continued till me angle of slippage (D) is reached such that Tan 8-0-9, the loading rate for horizontal force should not exceed 1 Tone/Minute. The test is carried out in two cycles by first reach in Tan 8-0-9, and releasing horizontal load and then applying horizontal load again in the second cycle. The readings are to be taken in the second cycle. The modulus of Rigidity (G) determined in the region between D-150 to D-900 being the angle of slant attained by the bearing. The G value specified for different hardness are as below. Hardness G Value Maximum tolerance of G value permitted shall be ± 15% 4..4 Ultimate Compression Test. The test shall be rammed out as below for determining the rupture strength in compression. (Ultimate strength in compression) The test shall be carried out by applying compression load in stages to a test sample piece 100mm X 100mm. size. The test piece shall be placed directly between the plate of the testing machine. The speed of application of load shall not be greater than 20 Tones / minutes as directed. Failure should occur by fracture of steel plates marked by clearly with audible sound. The rupture strength shall not be less than 6 times the working stress down for the bearings i.e. times 100 kg/cm The cost of testing including submission of test results in required forms shall be name by supplier. The supplier shall have to get the testing done at approved lot-oratories or at laboratories in their Factories wherever such facilities are available to the satisfaction of the Engineer-in-charge preferably within Maharashtra State. 4.6 Frequency of testing 1) For order upto 20 bearing One test each as per para and 4.3 above.

249 Page 247 of 376 2) For order between 20 and Two testes each as para 4.1 and 4.2 above 100 bearing and One test as per para N0.4.3 above 3) For order exceeding 100 As per (ii) above for every lot of 100 of the Bearings Balance part thereof. NOTE :- The test 4.4 above shall be carried out once when bearing procured from aparticular firm exceeds 200 since last testing (Number refers to single layer) 4.7 Should the material from a Batch fail to satisfy the test requirements all bearings form that batch are liable to be rejected. PART II METHOD OF PLACING NEOPRENE BEARINGS IN POSITION :- 1. PRELIMINARY : I) It will be necessary to provide additional steel in the pier and abutment cap immediately below. Each bearing as per the sketch shown below, take up the heavy compressive stresses. l) Ill) In all cases where Neoprene bearings are used to support the decking, proper arrangements and facilities, for lifting up the Decking, Removing and replacing the Neoprene Bearings in future (if the need arises) shall be made by modifying the Design of Abutment/pier cap and decking etc. As per the design requirements. In case of solid slab decking and T-Beam and slab decking type Drawings No.lll-A-1/UI 973 T.P. B1 (iv) and Drawing No.lll-A-2-1 /1972/ T.P.B1 (v) Respectively of Designs Circle B. & C. shall be referred and followed. In case of skew bridges, unless otherwise specified, the Neoprene bearings shall be placed with their two sides parallel to the length of the Girder as shown in the sketch below. The size of the pier cap shall be modified, in case the bearings require more space due to skewness. During concreting of the pier/ abutment cap a continuous strip of width 'B' slightly more than width of bearing and depth of 10 to 15mm shall be kept in concrete. This can be done by removing concrete carefully, when Green. B) Leveling and placing the bearings in position.

250 Page 248 of 376 f) A few days before placing of superstructure concrete, the strip as formed in (n) above shall be completely filled in by stiff cement mortar 1:1 proportion, with water cement Ratio not exceeding that of Parent concrete of pier Cap. Very fine sand with size below 3mm shall be used for preparing this mortar. The top surface shall be perfectly leveled. In addition to the certificate to be obtained from the office of the Directorate of Indian regarding the metalogical details and tests, the samples of metal used in casting in preparation of roller and reocker bearing, 10 percent of the bearing when completed shall be tested by Engineer or his authorized agent for 1.5 limes the desired results duly certified in writing by the Engineer or his authorized agent. No bearing shall be allowed to be used on the works in case the test results are not satisfactory, all the remaining extra number of bearing as may be decided by the Engineer or his agent shall have to he tested and only these bearings which stand the test satisfactory are certified as passed by the Engineer or his agent shall only be allowed to be used on work and the contractor(s) are not have any right for claim for rejected bearings. III) The bearings shall be placed on the green mortar by light temping if necessary. The mortar shall be cured for at least 7 days. The bearing shall be removed-and refixed by using Epoxy Grout (Minimum 3mm. Thick) at top and bottom plate of the Restrained Neoprene; bearing. This is very important for submersible bearings Alternatively if there is some difficulty for applying epoxy mortar to top plate, the bearing should be embedded into the slab soffit by 6mm Recess. 6. ERECTION OF CENTERING AND CASTING THE SLAB : Casting in situ Deck. A) The Area around the bearings shall be filled with well Rammed, selected- fine damp Sand, the thickness being equal to that of the bearing. The sand shall be covered with polythene layer. The side gap between soffit and pier cap may be sealed off by timber packing pieces. B) The rest of the Centering shall be erected as usual. The reinforcement for the solid slab shall be fixed in position as usual. During concreting great care shall be taken to avoid puncturing of the polythene membrance and C) Displacement of Bearings if polythene get punctured, slurry, from concrete will flow into the sand below and make its later removal difficult.

251 Page 249 of 376 D) Draining out sand After 14 days from casting of the solid slab, the side timber packings shall be removed and the sand shall be drained out by water jets and scooping completely an thoroughly. 3. For T-Beam and slab superstructure : a) PREPARING SEATING : SAME AS FOR 2(a) Above. b) LEVELLING AND placing the bearing in position. (I),(ii) and (in) Same as per for 2 (b)(i)<(ii) and (iii) Above. c) Erection of Centering and casting the superstructure. i) For Cast in Situ Decks The procedure will be same as that for solid slab vide 2(c) above. The sand packing will be required only under the main girders and Not alt over the pier cap.

252 Page 250 of 376 SCHEDULE OF UTILITY SHIFTING (PART- B) The payment for the executed work done under shifting of existing utility shifting will be made according to the rates mentioned in Schedule of Items for Utilities Shifting attached in the tender document for shifting of Utilities. The rates will be paid at par to the contractor mentioned Schedule of Items for Utilities Shifting in the tender document. The contractor offer (above/below) will not be applicalble to Schedule of Items for Utilities Shifting. Any decrease/increase in quantities under scope of shifting of utilities amount stated above related to this project will not be put forth as a claim by contractor, the executed quantum will be paid to us as per rates mentioned in Schedule of utility shifting of tender document. The work required under shifting of utilities will be carried out by the contractor without any claim.

253 Page 251 of 376 SCHEDULE OF UTILITY SHIFTING (PART- B) PUBLIC WORKS DEPARTMENT PUBLIC WORKS DIVISION SATARA CONSTRUCTION OF FLYOVER BRIDGE (GRADE SEPERATOR) AT POWAI NAKA ON MAHABALESHWAR SATARA RAHIMATPUR ROAD SH-140 AT Km.52/800 TAL & DIST. SATARA (WITH CONTRACTORS OWN DESIGN & DRAWINGS) Schdule -B QTY Unit Item Discription A)Water Supply-MJP In Figure Rate (Rs.) In Words Amount (Rs.) a 4b 5 Item No. 1 Dismantling dead pipeline of M.S./R.C.C/C.I./P.S.C. and G.I./ A.C./P.V.C./S.W./H.D.P.E./ pipe including cost of necessary excavation and refilling of trenches, breaking the joints, lifting the pipes and stacking to the place as directed by Engineer-in-charge with all leads and lifts including cleaning the surface, etc complete RMT a)450 mm Dia Di K-9 Line RMT b)300 mm Dia Di K-9 Line RMT c)250 mm Dia Di K-9 Line RMT e)200 mm Dia Di K-9 Line RMT f)150 mm Dia Di K-9 Line RMT g)100mm Di Line ( MJP / DSR / / PAGE NO.56 / ITEM NO.11A) Item No. 2 Rupees Three Hundred Twenty Six and Paise Seventy Only Rupees Two Hundred Thirty Five and Paise Forty Only Rupees Two Hundred Seventeen and Paise Eighty Only Rupees One Hundred Ninety Six and Paise Ninety Only Rupees One Hundred Seventy Seven and Paise Ten Only Rupees One Hundred Seventy and Paise Fifty Only

254 Page 252 of Cu.m. Excavation for foundation/ pipe trenches in soft rock & old cement and lime masonary foundation asphalt road including removing the excavated material up to a distance of 50 meters beyond the area and lifts as below, stacking as directed by Engineer-in charge, normal dewatering, preparing the bed for foundation and excluding backfilling etc. complete Rupees Four Hundred Eighty One and Paise Sixty Only (Bd-A-4/259) LIFT 0 TO 1.50M. ( MJP / DSR / / PAGE NO.35/ ITEM NO.5 ) Item No Cu.m Excavation for foundation/ pipe trenches in hard rock and concrete road by chiselling, wedging, line drilling, by mechanical means or by all means other than blasting including trimming and levelling the bed, removing the excavated material up to a distance of 50 meters beyond the area and lifts as below, stacking as directed by Engineer-in-charge, normal dewatering excluding backfilling etc. complete. by all means Rupees Eight Hundred Sixteen and Paise Forty Eight Only (Bd-A-6/259) LIFT 0 TO 1.50M. ( MJP / DSR / / PAGE NO.36/ ITEM NO.7 ) Item No Cu.m Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation in 15 Centimeter to 20 Centimeter layers including watering and compaction etc complete Rupees Sixty Nine and Paise Forty Four Only (Bd-A-10/263) ( MJP / DSR / / PAGE NO.39/ ITEM NO.16 ) Item No. 5 Providing D.I pipes of following grades with internal cement mortar lining and including all taxes, insurance, railway freight, unloding form railway wagon, loding into truck, transportation to departmental store/site, unloding, stacking, etc. complete. (IS: Latest Varsion) RMT a)450 Millimetre Dia Di K-9 Line RMT b)300 Millimetre Dia Di K-9 Line RMT c)250 Millimetre Dia Di K-9 Line RMT e)200 Millimetre Dia Di K-9 Line Rupees Five Thousand Five Hundred Six and Paise Nil Only Rupees Three Thousand Sixty One and Paise Nil Only Rupees Two Thousand Four Hundred Seventy and Paise Nil Only Rupees One Thousand Eight Hundred Twenty Four and Paise Nil Only

255 Page 253 of RMT f)150 Millimetre Dia Di K-9 Line RMT g)100millimetre Di Line ( MJP / DSR / / PAGE NO.65 / ITEM NO.3) Rupees One Thousand Three Hundred Forty Three and Paise Nil Only Rupees Nine Hundred Twenty Two and Paise Nil Only Item No. 6 Lowering, laying and jointing with SBR rubber gaskets C.I. S/S pipes of various classes with CI / MS specials of following diameters in proper position, grade and alignment as directed by Engineer-in-charge including the conveyance of materials from stores to site of work, including cost of jointing materials and rubber rings, labour, giving hydraulic testing, etc. complete. Note- Only SBR rubber gaskets to be used as per IS & ( MJP / DSR / /P.No.63/I.No.2 ) Mortar inlined DI -K-9 pipes RMT a)450 Millimetre Dia Di K-9 Line RMT b)300 Millimetre Dia Di K-9 Line RMT c)250 Millimetre Dia Di K-9 Line RMT e)200 Millimetre Dia Di K-9 Line RMT f)150 Millimetre Dia Di K-9 Line RMT g)100 Millimetre Dia Di K-9 Line Rupees Two Hundred Eighty Five and Paise Sixty Only Rupees One Hundred Seventy Nine and Paise Twenty Only Rupees One Hundred Fifty Nine and Paise Four Only Rupees One Hundred Twenty Two and Paise Eight Only Rupees Ninety Two and Paise Ninety Six Only Rupees Sixty Nine and Paise Forty Four Only Item No. 7 Providing & Supplying ISI standard DI specials & fittings with sealing rubber gasket of SBR complete with Cast Iron follower gland & MS nut bolts coated or otherwise protected from rusting & suitable for DI Pipes including cost of labour, material & transportation to stores/site, loading, unloading including all taxes, etc. complete as per IS ( MJP / DSR / /P.No.69/I.No.10 ) For all types of specials, bends, tees etc KG a) 80 to 300 Millimetre dia Rupees One Hundred Eleven and Paise Eighty Seven Only

256 Page 254 of KG b) 80 to 300 Millimetre dia Rupees One Hundred Thirty Five and Paise Eighty Five Only Item No. 8 Providing and supplying ISI standard M.S.Pipes of required thickness with 3 coats of approved make epoxy paint (Shalimar, Ciba or Mahindra and Mahendra make) from out side & inside including all taxes (Central and local), octroi, inspection charges, transportation to store / site and stacking, etc complete a) Double flanged, Plain ended, Tee, Bend, Socketed etc. MJP/DSR 15-16/Page-68, Item Rupees Seventy and Paise Sixty Two Only Item No. 9 Providing and supplying double falnged short body pattern type manually operated Butterfly Valve having body, disc and end cover in graded cast iron to IS 210 Gr. CF200 generally conforming in BS 5155, Synthetic rubble faced ring secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel riding in teflon bearings excluding C C foundation / structure steel support confirming to IS ( MJP / DSR / /P.No.156/I.No.2B ) 2.00 No. a)450 Millimetre Dia Di K-9 Line No. b)300 Millimetre Dia Di K-9 Line No. c)250 Millimetre Dia Di K-9 Line No. e)200 Millimetre Dia Di K-9 Line No. f)150 Millimetre Dia Di K-9 Line No. f)100 Millimetre Dia Di K-9 Line Item No. 10 Rupees Seventy Eight Thousand Two Hundred Forty and Paise Nil Only Rupees Thirty Two Thousand Seven Hundred Forty Seven and Paise Nil Only Rupees Twenty Five Thousand Eight Hundred and Paise Nil Only Rupees Sixteen Thousand Six Hundred Ninety Eight and Paise Nil Only Rupees Nine Thousand Six Hundred Eighty Four and Paise Nil Only Rupees Six Thousand One Hundred Thirty and Paise Nil Only

257 Page 255 of 376 Lowering, laying and jointing in position following C.I.D/ F Reflux valves, Butterfly valves and Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc. complete. ( MJP / DSR / / PAGE NO. 159 / ITEM NO.4 ) ( Rate for all class of valves) 2.00 No. a)450 Millimetre Dia Di K-9 Line No. b)300 Millimetre Dia Di K-9 Line No. c)250 Millimetre Dia Di K-9 Line No. e)200 Millimetre Dia Di K-9 Line No. f)150 Millimetre Dia Di K-9 Line No. f)100 Millimetre Dia Di K-9 Line Cum Item No. 11 Providing and laying in situ cement concrete of trap/ granite/ quartzite/ gneiss metal for foundation and bedding including dewatering formwork compacting curing & finishing etc. complete b) M-200 PWD/DSR/ /43/Item-2. Item No. 12 Providing and constructing B.B. Masonry valve chamber with 15 Centimeter thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in CM 1:5 proportion 12Millimetre thick cement plaster in 1:4 proportion on both sides with providing and fixing C.I. manhole frame and cover in RCC 1:2:4 coping or RCC 1:2:4 proportion 15Centimeter thick slab, etc complete as directed by Engineer-in-charge. Note : Wall thickness 0.23 M for depth of 1.2 M and 0.35 M for balance depth exceeding 1.2 M Rupees Eight Thousand Six Hundred Forty Eight and Paise Sixty Four Only Rupees Four Thousand Eight Hundred Eighty Nine and Paise Ninety Two Only Rupees Four Thousand Seven Hundred Twelve and Paise Ninety Six Only Rupees Three Thousand Six Hundred Seventeen and Paise Sixty Only Rupees Three Thousand Four Hundred Seventy Seven and Paise Sixty Only Rupees Two Thousand Two Hundred Twelve and Paise Nil Only Rupees Five Thousand Six Hundred Eighty and Paise Ninety Eight Only Nos. C) As above of 1.50 x 1.50 centimetar internal size and depth upto 1.5 M with 53Centimeter did. Ci manhole frame and cover of 90 kg fixed in precast R.C.C. slab Rupees Twenty Four Thousand Four Hundred Thirteen and Paise Seventy Six Only

258 Page 256 of 376 ( MJP / DSR / / PAGE NO.271/ ITEM NO.2F) Item No No Providing Structural Steel in rolled sanctions fixed with connecting plates or angle cleats as in main and cross beam, jack fafters, purlins connecting to truss members and like as per detailed designs and drawings ar as directed by Engineer-in charge including cutting, fabricating, hosting, erecting, fixing in position, making riveted/bolted/welded connections and one coat of anticorrosive paints and over it two coats of oil painting, etc. complete Rupees Fifty Seven Thousand Three Hundred Forty and Paise Eighty Only ( MJP / DSR / / PAGE NO.41 / ITEM NO.3 ) Item No No Providing and fixing in position steel bar refinforcement of various diameters for Reinforced cement concrete pipes, caps, footings, foundation, slabs, beams, columns, canopies, staircases, newels, chajjas, lintels, pardies, copings, arches, etc. as per detailed designs and drawings and schedules; including cutting bending, hooking the bars, binding with wires or tack welding and supporting as required, etc. complete. (Including Cost of Binding Wire) Rupees Fifty Six Thousand Two Hundred Nine and Paise Forty Four Only ( MJP / DSR / / PAGE NO.46 / ITEM NO.8 ) Item No Cu.m. Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 Centimeter layers with all leads and lifts including consolidation, surcharging, etc complete Rupees Sixty Nine and Paise Forty Four Only ( MJP / DSR / / PAGE NO.38/ ITEM NO.15 ) Item No. 16 Making cross connection to existing distribution main of any type including excavation, breaking & removing existing pipes, lowering, laying of specials & pipes in their position, refilling, closing the water supply in that area,dewatering & restarting the water supply etc complete as directed by Engineer-in-charge for following diameter of branch line (the number of joints involved will be paid separately depending upon the nature of joints & required pipes,valves & specials will be supplied free of cost at stores) 4.00 No. 300Millimetre No. 150 Millimetre No. 150 Millimetre Rupees Four Thousand Sixty Seven and Paise Eighty Four Only Rupees Three Thousand Three Hundred Fifty Two and Paise Sixteen Only Rupees Two Thousand Eight Hundred Forty Five and Paise Ninety Two Only

259 Page 257 of No. 150 Millimetre ( MJP / DSR / /P.No.55/I.No.10 ) Rupees Two Thousand Seven Hundred Thirty Three and Paise Ninety Two Only No Item No. 17 Providing, lowering, laying & jointing of Existing Water Connection to New laid Lines Rupees Eight Thousand Seven Hundred Thirty Six and Paise Nil Only Total for water supply (MJP) Total A NOTE - 1) All pipes and valves should be tested by third party. SGS or RITES will inspect as a third party/as directed by concern department. Inspection charges will be paid by contractor. 2) Contractor has to design pipeline network. B) ETP Charges for Water Supply-MJP - - ETP 17.50% to be paid by contractor to the concerned department as per instructions of the MJP department. The actual paid amount will be reimburse to the contractor on production documentary evidence with approval from concerened department (MJP) Total B NOTE - 1) All pipes and valves should be tested by third party. SGS or RITES will inspect as a third party. inspection charges will be paid by contractor. 2) Contractor has to design pipeline network. C) Water Supply-SMC CONSTRUCTION OF FLYOVER BRIDGE (GRADE SEPERATOR) AT POWAI NAKA ON MAHABALESHWAR SATARA RAHIMATPUR ROAD SH-140 AT Km.52/800 TAL & DIST. SATARA (WITH CONTRACTORS OWN DESIGN & DRAWINGS) QTY Unit Item Discription Rate (Rs.) In Figure In Words Amount (Rs.) a 4b 5 Item No Cu.m. Excavation for foundation/ pipe trenches in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material up to a distance of 50 meters and lifts as below, stacking and spreading as directed, normal dewatering, preparing the bed for the foundation and excluding backfilling etc complete Rupees One Hundred Fifty and Paise Seventy Only (Bd- A - 1/259) LIFT 0 To 1.50M. ( MJP / DSR / / PAGE NO.35 / ITEM NO.1 )

260 Page 258 of 376 Item No Cu.m. Excavation for foundation/ pipe trenches in hard murum, including removing the excavated material up to a distance of 50 meters and lifts as below, stacking and spreading as directed by Engineer-in-charge, normal dewatering, preparing the bed for the foundation and excluding backfilling etc complete Rupees One Hundred Seventy One and Paise Sixty Only (Bd-A-2/259) LIFT 0 TO 1.50M. ( MJP / DSR / / PAGE NO.35 / ITEM NO.2 ) Item No Cu.m. Excavation for foundation/ pipe trenches in soft rock & old cement and lime masonary foundation asphalt road including removing the excavated material up to a distance of 50 meters beyond the area and lifts as below, stacking as directed by Engineer-in charge, normal dewatering, preparing the bed for foundation and excluding backfilling etc. complete Rupees Four Hundred Seventy Three and Paise Nil Only (Bd-A-4/259) LIFT 0 TO 1.50M. ( MJP / DSR / / PAGE NO.35/ ITEM NO.5 ) Item No Cu.m Excavation for foundation/ pipe trenches in hard rock and concrete road by chiselling, wedging, line drilling, by mechanical means or by all means other than blasting including trimming and levelling the bed, removing the excavated material up to a distance of 50 meters beyond the area and lifts as below, stacking as directed by Engineer-in-charge, normal dewatering excluding backfilling etc. complete. by all means Rupees Eight Hundred One and Paise Ninety Only (Bd-A-6/259) LIFT 0 TO 1.50M. ( MJP / DSR / / PAGE NO.36/ ITEM NO.7 ) Item No Cu.m. Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 Centimeterlayers with all leads and lifts including consolidation, surcharging, etc complete Rupees Sixty Eight and Paise Twenty Only ( MJP / DSR / / PAGE NO.38/ ITEM NO.15 ) Item No Cu.m Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation in 15 Centimeter to 20 Centimeter layers including watering and compaction etc complete Rupees Sixty Five and Paise Ten Only (Bd-A-10/263) ( MJP / DSR / / PAGE NO.39/ ITEM NO.16 ) Item No. 7

261 Page 259 of Cu.m. Removing the excavated material of all categories and disposing off the same as directed including loading, conveying, spreading or stacking beyond the initial lead of 50 m as directed etc. complete. (1.0 km lead ) ( MJP / DSR / / PAGE NO.22/Statement - IV (A)) Rupees One Hundred Forty Three and Paise Sixty Five Only Item No. 8 Dismantling dead pipeline of M.S./R.C.C/C.I./P.S.C. and G.I./ A.C./P.V.C./S.W./H.D.P.E./ pipe including cost of necessary excavation and refilling of trenches, breaking the joints, lifting the pipes and stacking to the place as directed by Engineer-incharge with all leads and lifts including cleaning the surface, etc complete RMT d)100millimetre Di Line ( MJP / DSR / / PAGE NO.56 / ITEM NO.11A) Rupees One Hundred Seventy Seven and Paise Ten Only Item No. 9 Providing and supplying ISI marked D.I.S & S pipes (push on joints pressure pipes of D.I. of following class and diameters conforming to the IS specifications inclusive of the cost of jointing materials (rubber gasket of EPDM quality) including all statutory duties and taxes levied by Govt. of India and Govt. of Maharashtra in all respect, education cess, VAT, third party inspection charges of TPI agency approved by MJP, including transit insurance, railway freight, unloading from railway wagon, loading into trucks, transport to departmental stores / site of work, unloading, stacking, etc. Complete, as directed by engineer-incharge.(is- 1536/2001 for pipes and IS 158/1969 and IS 12820/1989 or Latest edition/ revision with amendments for rubber gaskets) MJP/DSR/15-16, Page-65 Item-3. DI K-7 pipes RMT 100 Millimetre DI Rupees Seven Hundred Three and Paise Nil Only Item No. 10

262 Page 260 of 376 Providing, lowering, laying & jointing ISI mark G.I. Pipe and specials of following class and dia.including all local and central taxes, octroi inspection charges transportation to stores etc.complete. And Lowering laying including conveyance from stores to site of work all lobour, giving satisfactory hydraulic test etc.complete either underground or in vertical position as directed by engg-incharge Medium (IS ) RMT a) 15 Millimetre RMT b) 20 Millimetre RMT c) 25 Millimetre RMT d) 50 Millimetre ( MJP / DSR / / PAGE NO. 97,98/ ITEM NO.1B,2B) Rupees One Hundred One and Paise Sixty Only Rupees One Hundred Twenty Two and Paise Ninety Only Rupees One Hundred Seventy Nine and Paise Sixty Only Rupees Three Hundred Fifty Nine and Paise Twenty Only Item No. 11 Lowering, laying and jointing with SBR rubber gaskets C.I. S/S pipes of various classes with CI / MS specials of following diameters in proper position, grade and alignment as directed by Engineer-incharge including the conveyance of materials from stores to site of work, including cost of jointing materials and rubber rings, labour, giving hydraulic testing, etc. complete. Note- Only SBR rubber gaskets to be used as per IS & ( MJP / DSR / /P.No.63/I.No.2 ) Mortar inlined DI -K-9 pipes 1.00 RMT 100 Millimetre DI Rupees Fifty Five and Paise Nil Only Item No. 12 Providing & Supplying ISI standard DI specials & fittings with sealing rubber gasket of SBR complete with Cast Iron follower gland & MS nut bolts coated or otherwise protected from rusting & suitable for DI Pipes including cost of labour, material & transportation to stores/site, loading, unloading including all taxes, etc. complete as per IS ( MJP / DSR / /P.No.69/I.No.10 ) For all types of specials, bends, tees etc.

263 Page 261 of KG a) 80 to 300 Millimetre dia Rupees One Hundred One and Paise Seventy Only Item No. 13 Providing double flanged sluice valves conforming to IS- 2906/14846 including worm gear arrangements as per test pressure, stainless steel spindle, caps, including all taxes, transpiration, etc complete. A) Sluice Valve PN-1.0( Without bypass arrangement) 1.00 No. 100Millimetre ( MJP / DSR / / PAGE NO.155/ ITEM NO.2A ) Item No Rupees Six Thousand One Hundred Thirty One and Paise Nil Only Lowering, laying and jointing in position following C.I.D/ F Reflux valves, Butterfly valves and Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc. complete. ( MJP / DSR / / PAGE NO. 159 / ITEM NO.4 ) 1.00 No. 100Millimetre ( Rate for all class of valves) Rupees Two Thousand Seventy Three and Paise Seventy Five Only Item No. 15 Providing and supplying Kinetic Double Orifice type Air Valves as per MJP's standard specifications having small orifice elastic ball resting on a gun metal orifice nipple, large orifice vulcanite ball seating on moulded seat ring, with built-in kinetic features, isolating sluice valve mounted in horizontal position and operated by wheel gearing, inlet face and drilled, including all taxes (Central and Local), insurance, third party inspection charges, loading, unloading, transportation upto departmental stores / site, etc. complete No. 100 Millimetre ( MJP / DSR / / PAGE NO163 ITEM NO,12) Kinetic Air Valve flanged (PN-1) Rupees Eleven Thousand Seven Hundred Fifty Four and Paise Nil Only

264 Page 262 of No. 200 Millimetre ( Kirloskar, IVC, IVI,Gavane patil,vag make) ( Kirloskar, IVC, IVI,Gavane patil,vag make) Rupees Twenty Five Thousand Six Hundred Twenty Nine and Paise Nil Only Item No. 16 lowering, laying and fixing in proper alignment and position all types of C.I. Air valves as directed by Engineer-in-charge including cost of conveyance from stores to site of work, cost of all material and giving satisfactory hydraulic testing, etc.complete (for all class of valves) ( MJP / DSR / / PAGE NO.146, 147/ ITEM NO.13 C ) Kinetic Air Valve (PN-1) 2.00 No. a)100 Millimetre No. b) 200 Millimetre Item No. 17 Supply of C.I. Mechanical Compression Flanged / Socket Tail Pieces (popularly known as I TM Flanged / socket tail piece) suitable for making flanged connection with the plain barrel of CI Spun pipes (as per IS-1536/2001) and D.I.Pipes (as per IS /2000) the tail piece to be supplied complete with sealing rubber gasket of S.B.R.CI Follower glands and MS nut boalts. The whole assembly should be mechanically and hudraulically tested to the provisions as laid down in IS-1538/ Rupees Four Hundred Fifty Nine and Paise Ninety Only Rupees Four Thousand Seven Hundred Eighty Four and Paise Thirty Five Only No. a)100millimetre ( MJP / DSR / / PAGE NO173/ITEM NO-1) Rupees One Thousand Three Hundred Thirteen and Paise Nil Only Item No. 18

265 Page 263 of 376 Supply of C.I. Mechanical Compression Collars coupling (popularly known as JiffyTM coller coupling) suitable for C.I. Spun pipes (as per IS -1536/2001) and DI Pipes (as per IS-8329/2000), complete with sealing rubber gasket of SBR, CI follower glands and M.S. nut bolts. The whole assembly should be mechanically and hydraulically tested to provissions as laid down in IS-1538/ No. a)100millimetre ( MJP / DSR / / PAGE NO173/ITEM NO2) Rupees Seven Hundred Seventy Eight and Paise Nil Only Item No. 19 Supply of CI Mechanically joint Double socket 90 0 (1/4) bends as dimensionally described in table -14 of IS-13382/1992 complete with sealing rubber gaskets of SBR (dimensionally described in IS / 1989) with cast iron follower gland and mild steel nut boalts coated or otherwise protected from rusting and suitable for CI Pipes No. a) 100Millimetre ( MJP / DSR / / PAGE NO156/ITEM NO3) Rupees Two Thousand Three Hundred Ninety Three and Paise Nil Only Item No. 20 Supply of C.I. Mechanical Joint Double Socket 45 0 (1/8) Bends as dimensionally described in Table - 15 of IS-13382/1992 complete with sealing rubber gaskets of SBR (dimensionally described in IS /1989) with cast iron follower gland and mild steel nut bolts coated or otherwise protected form rusting and suitable for C.I. pipes No. a)100millimetre ( MJP / DSR / / PAGE NO174/ITEM NO.4) Rupees Two Thousand One Hundred Thirty Three and Paise Nil Only Item No. 21

266 Page 264 of 376 Supply of C.I. Mechanical Joint Double Socket (1/16) Bends as dimensionally described in Table -16 of IS /1992 complete with sealing rubber gaskets of SBR (dimensionally described in IS-12820/1989) with cast iron follower gland and mild steel nut bolts coated or otherwise protected from rusting and suitable for C.I. Pipes No. a)100millimetre ( MJP / DSR / / PAGE NO175/ITEM NO 5) Rupees Two Thousand Forty Seven and Paise Nil Only Item No No. Supply of C.I. Mechanical Joint Double Socket with Flanged Tees as dimensionally described in Table-19 of IS-13382/1992 complete with sealing rubber gaskets of SBR (dimensionally described in IS /1989) with cast iron follower gland and mild steel nut bolts coated or otherwise protected from rusting and suitable for C.I.pipes Rupees Six Thousand Seven Hundred Sixty Seven and Paise Nil Only x 200 x 150 Millimetre. dia ( MJP / DSR / / PAGE NO176/ITEM No 7) 1.00 No Item No. 23 Providing and fixing C I roadbox including loading unloading & carting to site of work including all necessary excavation in all typesof strata and fixing in murum packing etc complete. ( size 225x300 Millimetre ) 40 kg. ( MJP / DSR / / PAGE NO.272/ ITEM NO.5b ) Rupees Two Thousand Four Hundred Four and Paise Fifty Only Item No. 24 Providing and constructing B.B. Masonry valve chamber with 15 Centimeter thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in CM 1:5 proportion precast S.F.R.C frame and cover, etc. complete as directed by Engineer-incharge. Note : Wall thickness 0.23 M for depth of 1.2 M and 0.35 M for balance depth exceeding 1.2 M Nos. C) As above of 90 x 45 Centimeter internal size and depth upto 1.2 M with precast R.C.C. slab cover Rupees Seven Thousand Two Hundred Seven and Paise Twenty Only Add for every increase in depth of 30 Centimeter or part thereof = Rs. 1017/-

267 Page 265 of Nos. F) As above of 1.2 x 1.2 M internal size and depth upto 1.2 M with precast R.C.C. slab cover Add for every increase in depth of 30 Centimeter or part thereof = Rs / Rupees Ten Thousand Two Hundred Forty and Paise Sixty Five Only ( MJP / DSR / / PAGE NO.271/ ITEM NO.3) Item No. 25 Providing & shifting consumer connection on larger dia. Deparmental water line including excavation on new line making reconnection with ferrul or bend and all other special required with providing and fixing 3m length G.I. Pipe if necessary up toconsumer House & excavation required for disconnection and all of the necessary work as directed by Engineer in charge No. i) 1/2" connection No. ii) 3/4" connection No. iii) 1" connection No. iv) 2" connection (Approved R.A.) Rupees Seven Hundred and Paise Nil Only Rupees Eight Hundred Ninety and Paise Nil Only Rupees One Thousand Two Hundred and Paise Nil Only Rupees One Thousand Five Hundred and Paise Nil Only Item No. 26 Making cross connection to existing distribution main of any type including excavation, breaking & removing existing pipes, lowering, laying of specials & pipes in their position, refilling, closing the water supply in that area,dewatering & restarting the water supply etc complete as directed by Engineer-in-charge for following diameter of branch line (the number of joints involved will be paid separately depending upon the nature of joints & required pipes,valves & specials will be supplied free of cost at stores)

268 Page 266 of No. 150 Millimetre ( MJP / DSR / /P.No.55/I.No.10 ) Rupees Two Thousand Four Hundred Sixty Four and Paise Thirty Five Only Cum Item No. 27 Providing and laying in situ cement concrete of trap/ granite/ quartzite/ gneiss metal for foundation and bedding including dewatering formwork compacting curing & finishing etc. complete b) M-150 PWD/DSR/ /BDE-CD-3/ Rupees Five Thousand One Hundred Seventy Eight and Paise Twenty Three Only Item No BHP/Hr Dewatering the excavated trenches & pools of water in building / pipe line trenches well works by using pumps and other devices including disposing of water to safe dist. As directed.by Engineer in charge (including cost of machinery, labour and fuel) etc complete Rupees Sixty Three and Paise Nil Only MJP/DSR/ / Page No.38 Item No No Item No. 29 Providing, lowering, laying & fixing DI joint (Bell Joint) leak repair clamp including all taxes (Central, State & Municipal), insurance, freight, loading, unloading, stacking etc. complete as directed by engineer in-charge etc. complete. 200 Millimetre Rupees Four Thousand Seven Hundred Fifty Six and Paise Nil Only Item No. 30 Providing and supplying ISI standard M.S.Pipes of required thickness with 3 coats of approved make epoxy paint (Shalimar, Ciba or Mahindra and Mahendra make) from out side & inside including all taxes (Central and local), octroi, inspection charges, transportation to store / site and stacking, etc complete Sqm. a) All socktted specials or socketed branch flanged specials of all diameters MJP/DSR 15-16/Page-68, Item-7. Item No Rupees Sixty Four and Paise Twenty Only

269 Page 267 of 376 Welding in all positions with required no of runs, for MS pipes internally andor externally including guging wherever necessary, fixing appurentenances and other accessories in connection with pipe laying work as specifications -Butt Joints : Plat Thickness Rmt a)8millimetre Rupees Seven Hundred Eighteen and Paise Twenty Only Item No Cum Charges Towards Royalty Total for Water Supply - SMC Total C) Rupees One Hundred Forty One and Paise Thirty Four Only NOTE - 1) All pipes and valves should be tested by third party. SGS or RITES will inspect as a third party/as directed by engineer incharge. Inspection charges will be paid by contractor. 2) Contractor has to design pipeline network. D) DRAINAGE WORK QTY PER ITEM Item-1: - Excavation for foundation/ pipe trenches in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material up to a distance of 50 meters and lifts as below, stacking and spreading as directed, normal dewatering, preparing the bed for the foundation and excluding backfilling etc complete. In Figure Rate (Rs.) In Words AMOUNT (Rs.) Cum LIFT 0 To 1.50M Cum LIFT 1.5 To 3.00M MJP/DSR/15-16 P.NO.35 Rupees One Hundred Fifty and Paise Seventy Only Rupees One Hundred Sixty Three and Paise Ninety Only Item No.2:- Excavation for foundation/ pipe trenches in hard murum, including removing the excavated material up to a distance of 50 meters and lifts as below, stacking and spreading as directed by Engineer-in-charge, normal dewatering, preparing the bed for the foundation and excluding backfilling etc complete.

270 Page 268 of Cum LIFT 0 TO 1.50M Cu.m. LIFT 1.5 TO 3.00 M Cu.m. LIFT 3.0 to 4.5 m for provision ( MJP / DSR / / PAGE NO.35 ) Rupees One Hundred Seventy One and Paise Sixty Only Rupees One Hundred Eighty Four and Paise Eighty Only Rupees One Hundred Ninety Eight and Paise Nil Only HP/Hr. Item No. 3 :- Dewatering the excavated trenches & pools of water in building trenches / pipe line trenches well works by using pumps and other devices including disposing off water to safe dist. As directed. By Engineer in charge (including cost of machinery labour and fuel) etc complete Rupees Sixty Six and Paise Nil Only MJP/DSR/15-16,P.NO.38 IT.NO Cu.m Item No. 4 :- Filling in plinth & floors murum bedding in trenches with approved murum from excavated materials from foundation in 15 Centimeter to 20 Centimeter layers including watering and compaction etc. complete Rupees Sixty Eight and Paise Twenty Only MJP/DSR/15-16,P.NO. 39 IT.NO.16 Item No. 5 :- Providing, lowering and joining ISI standard RCC pipes in standard length of following class and diameter suitable for either collar joints or rubber ring joints including all taxes (central and local) inspection charges transport to departmental stores / site, unloading and stacking etc. complete and laying and jointing in proper grade and alignments RCC pipes with collar joints in CM 1:1 proportion or socketed RCC Pipes with rubber joints (including cost of rubber ring or R.C.C. collar) including cost of conveyance from to store to site of works cost of jointing materials, labour and giving hydraulic testing etc. complete as directed by engineer incharge (for all class of pipes) (IS ) (IS ) RMT 300 Millimetre dia NP-3 Pipe (Only 85 % rate shall be payable till satisfactory hydraulic testing is given) Rupees Nine Hundred Sixty Nine and Paise Ten Only Rupees One Thousand Eight RMT 450 Millimetre dia NP-3 Pipe 0 Hundred Seven and Paise Thirty

271 Page 269 of 376 Only MJP/DSR/15-16 P.No 104 & 105 Item No. 1,E,VII RMT 600 Millimetre dia NP-3 Pipe MJP/DSR/15-16 P.No- 104 & 105 Item No. 1,E,VII Rupees Two Thousand Six Hundred Three and Paise Seventy Only Item No 6 :- Providing and constructing on sewer BBM, circular manhole chamber CM 1:4 with concentric cone 1.20m dia. at bottom and 0.50m dia at top up to a depth of 2m,1.5m dia at bottom & 0.50m dia at top up to depth of 9m with with 23Centimeter thk. Brick work up to depth of 2m from top of chamber & 35 thk brick work for next 2m depth and 45cm thk brick work for remaining depth up to 9.0m depth of chamber plastering in 1:2 CM proportion oncluding additiona l excavation in additions to pipe trenches foundation concrete 250Millimetre thk and haunchesand channal in cement mortar 1:2:4 proportions finishing& fixing CI dapuri type steps each weighing 5.5kg cement concrete 1:2:4 coping and providing of & fixing approval making and quality SFRC (Steel fibre reinforced concrete) covers and frame of 560Millimetre dia (20 tonne capacity etc complete as directed by Engineer In Charge 5.00 No for depth 2.0 m No for depth 2.5 m No for depth 3.0 m Rupees Twenty Seven Thousand Six Hundred Eighteen and Paise Nil Only Rupees Forty One Thousand Five Hundred Five and Paise Nil Only Rupees Fifty Five Thousand Three Hundred Ninety Two and Paise Nil Only Approved RA

272 Page 270 of Cu.m Item No. 7 :- Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 Centimeterlayers with all leads and lifts including consolidation, surcharging, etc complete Rupees Sixty Five and Paise Ten Only ( MJP / DSR / / PAGE NO.38/ ITEM NO.15 ) Cu.m Item No 8 :- Removing and transporting the excavated surplus material of all categories and deposing of the same as conveying spreading or stacking beyond the initial lead of 50m as directed by engineer incharge etc complete. (lead up to 1 Km) ( MJP / DSR / / PAGE NO.22/Statement - VI (A)) Rupees One Hundred Forty Three and Paise Sixty Five Only Item No.10 :- Providing and constructing rectangular chambers of following size d= 1m in BB masonary with cement mortar 1:4 & plaster in CM 1:2, 20Millimetre thk. On both sides cement concrete 1:2:4 for cover fixing 0.1m thk including additional excavation required with providing SFRC frame & cover of following size etc complete as directed by Engineer In Charge 6.00 No A) 900 x 450 x 1000 H.D No B) 600 x 450 x 1000 H.D. (As per approved RA) Rupees Twelve Thousand Three Hundred Ninety and Paise Nil Only Rupees Ten Thousand Four Hundred Three and Paise Nil Only Item No. 11 :- Providing and Laying in situ, following grades of C.C. of trap / granite / quartzite / gneiss metal for foundation and bedding including bailing out water form work compacting and curing etc. Complete Cu.m. Grade (M-150) Spec: - BdE - 1/ Cu.m. Item No. 12 :- Quantity for Royalty Payment Rupees Five Thousand Two Hundred Eighty Five and Paise Thirty Three Only Rupees One Hundred Forty One and Paise Thirty Four

273 Page 271 of 376 Only Total Amount for Drainage Work NOTE - 1) All pipes should be tested by third party. RITES will inspect as a third party /as directed by concern department. Inspection charges will be paid by the contractor. 2) If any of the above items is increased beyond limit, Clause 38 will not be applicable. Total D) GRAND TOTAL for Utility Shifting = A+B+C+D = Rs. 5,87,19,

274 Page 272 of 376 Name of Work : - CONSTRUCTION OF FLYOVER BRIDGE (GRADE SEPERATOR) AT POWAI NAKA ON MAHABALESHWAR SATARA RAHIMATPUR ROAD SH-140 AT Km.52/800 TAL & DIST. SATARA (WITH CONTRACTORS OWN DESIGN & DRAWINGS) Notes SCHEDULE ' C ' 1) All the quantities shown in Schedule 'B' are approximate and are likely to vary at the time of actual execution, as such no claims on this account shall be entertained. 2) All the rates are inclusive of all leads and lifts, labour and material involved for completed items and site clearance. 3) The rates are inclusive of all taxes, octroi and royalty charges. 4) The work shall be carried out as per the instructions / orders and to the entire satisfaction of the Engineer-In-Charge. 5) The detailed specifications are as per Standard Specification Book Volume I Edition 1979 and Volume II Edition 1981 published by the Government of Maharashtra in Public Works Department and specifications for road and bridge work published by Ministry of Road Transport and Highways 2013 Edition. 6) In case of detailed specification, all other specifications not quoted directly in column 3 and 4, but quoted in Standard Specifications book as part three are also applicable as and when necessary, even if such specification numbers are not mentioned in column 3 and 4. For any point not covered by the Specifications given in the Specification Book or given as additional specification for respective items, the instructions of the Executive Engineer are final and biding on Contractor. 7) Government Circulars Issued Previously and will be issued hereafter are biding on the contractor 8) The rates are as per Schedule of rate for the Year

275 Page 273 of 376 Name of work :- Name of work :- CONSTRUCTION OF FLYOVER BRIDGE (GRADE SEPERATOR) AT POWAI NAKA ON MAHABALESHWAR SATARA RAHIMATPUR ROAD SH-140 AT Km.52/800 TAL & DIST. SATARA (WITH CONTRACTORS OWN DESIGN & DRAWINGS). SCHEDULE C and Specification Memorandum showing the specifications of the item of work to be carried out by the contractor. Item No Item of Work 1 Removing rich mix cement concrete including stacking the spoils as directed with all leads, lifts, complete. SCHEDULE ' C ' and Specifiaction Reference of Reference of standard book of MORT&H Government of specification Maharashtra for Road and edition Vol-I, 979 bridge works and volume.ii, (5th Revision) 1981 edition publish by Indian road congress, New Delhi Specipiction Per Page Per No. Additional Specification if any. one No BDW 8 - The work shall be carried out as per the instructions of Engineer in-charge. Unit Per one cubic meter 2 Dismantling of flexible pavements and disposal of dismantled materials upto a lead of 1000 metres, stacking serviceable and unserviceable materials separately. By Mechanical Means etc. complete. M.O.R.T & H The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter 3 Removing cement tiles, or marble or polished shahabad floor or dado without bed concrete including stacking the materials as directed with all leads, lifts, complete. BDW 8 - The work shall be carried out as per the instructions of Engineer in-charge. Per one square meter 4 Dismantling brick masonry in lime or cement mortar and stacking the materials as directed with all leads, lifts, com-plete. BDW 8 The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter

276 Page 274 of Dismantling stone masonry in lime or cement including stacking the materials as directed with all leads, lifts, complete. 6 Providing & errecting Barricading of size 2500x1800 milimeter of structural steel work in rolled section of ISA 50x50x6 milimeter fream of vertical 3 angle of 1.8 meter & horizontal 4 angle of 2.50 meter length supported o ISMC 100 MS plate of thickness 16 BG is fixed on frame including slant support of ISA 50x50x6 milimeter on back side c/c distance of 1.25 meter as per detailed designs and drawing including fixing in position without connecting plates braces etc. and one coat of anticorrosive paint and over it two coat of oil paintings of approved quality and shade including shifting the barricading as when required etc. complete. Completion of work material will be the property of contactor. 7 Providing traffic wardens for regulation of traffic during construction as per the requirement of traffic police and 8 Providing and fixing Cautionary Warning sign board having shape of an equilateral triangle of 90 centimeter. sides made out of 3 milimeter thick aluminium composite panel bonded with white retro reflective sheeting of Type IV High Intensity Micro- Prismatic Grade Sheeting (HIP) having pressure sensitive / heat activated adhesive, red retro reflective cutout border having pressure sensitive adhesive front & M. S. angle iron back frame of size 35 milimeter X 35 milimeter X5 milimeter & one Per one number of M. S. angle iron post of size 65 milimeter X 65 milimeter X 6 milimeter, 3.65 meter long, duly painted with with flat oil paint having alternate black and white bands of 25 centimeter width including G.I. fixtures etc; fixing the boards in M-20 concrete block of size 60 centimeter X 60 centimeter X 75 centimeter including transportation etc; complete. Aluminium composite panel with Type IV High Intensity Micro-Prismatic Grade Sheeting. Spec: IRC BDW MORTH-801 I.R.C.: MORTH-801 I.R.C.: The work shall be carried out as per the instructions of Engineer in-charge. The work shall be carried out as per the instructions of Engineer in-charge. - The work shall be carried out as per the instructions of Engineer in-charge. - The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter Per one running meter Per one Day Per one noumber

277 9 Excavation for foundation including shoring and strutting as necessary and disposing off excavated stuff as directed in earth, soils of all types, sand, gravel, soft murum etc. Complete. By Mechanical Means. Page 275 of 376 BR The useful excavated material shall be utilised as directed by the Engineer in-charge. Per one cubic meter 10 Excavation for foundation in hard murum and boulders including shoring & strutting as necessary & disposing off excavated stuff as directed etc. Complete. By Mechanical Means. 11 Excavation for foundation in soft rock including shoring and strutting as necessary and disposing off excavated stuff as directed etc. complete. b) By Mechanical Means 12 Excavation for foundation including shoring and strutting as necessary & disposing off excavated stuff as directed in hard rock chiselled and wedged or line drilled. (excluding dewatering) 13 Transporting of excavated material including loading, unloading, stacking the material as directed by Engineer -in-charge or otherwise contractor do its own arrangement for disposal etc.complete with all leads & lifts etc complete. (Note:-bulkage factor for transporting will not be paid extra.) 14 Dewatering including diversion of stream providing coffer dams bunds etc. as may be necessary for piers and abutments, foundation and other parts of the work and bailing out and pumping out water during and after excavation as may be necessary for all items of construction i.e. excavation, bedding, soling, Plain cement concrete and concreting etc. complete. A.for all sorts of soil. For post monsoon flow. ii) Piers 15 Providing and laying M-15 Reinforced cement concrete of trap metal for cast in situ piers, abutments, returns, wings, etc. including compacting by vibrating and curing complete. (Excluding finishing with cement plaster) including formwork and bailing out of water. (upto 4meter height) With Fully Automatic Micro Processor based PLC with SCADA enabled concrete Batch Mix Plant (PAN Mixer). With natural sand. BR The useful excavated material shall be utilised as directed by the Engineer in-charge. BR.3 The useful excavated 102 material shall be utilised as directed by the Engineer in-charge. BR The useful excavated material shall be utilised as directed by the Engineer in-charge. BR The work shall be carried out as per the instructions of Engineer in-charge. BR. 4 The work shall be carried out as per the instructions of Engineer in-charge. BR , The appropriate mix design shall be got done well in advance from the approved government laboratory and the same shall also be got approved from Engineer in-charge, before starting the work. 2. Cement from the same stock sent for mix design shall be used for concreting work. Per one cubic meter Per one cubic meter Per one cubic meter Per one cubic meter Per one cubic meter Per one cubic meter

278 Page 276 of The minimum cement for reinforced cement concrete / plain concrete to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / consumed is more than the provision in the IS code / approved mix design, no claim for that shall be entertained and cost for that shall be bourned by the contractor. 4. Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement available in stock and concreting work should be done according to modified mix design. 5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor.

279 16 Providing and laying M-30 Reinforced cement concrete of trap metal for cast in situ piers, abutments, returns, wings, etc. including compacting by vibrating and curing complete. (Excluding finishing with cement plaster) including formwork and bailing out of water. (upto 4 meter height) With Fully Automatic Micro Processor based PLC with SCADA enabled concrete Batch Mix Plant (PAN Mixer). With natural sand. Page 277 of 376 BR , The appropriate mix design shall be got done well in advance from the approved government laboratory and the same shall also be got approved from Engineer in-charge, before starting the work.2. Cement from the same stock sent for mix design shall be used for concreting work.3. The minimum cement for reinforced cement concrete / plain concrete to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / consumed is more than the provision in the IS code / approved mix design, no claim for that shall be entertained and cost for that shall be bourned by the contractor.4. Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement available in stock and concreting work should be done according to modified mix design.5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Per one cubic meter

280 17 Providing and laying M-25 Reinforced cement concrete of trap metal for cast in situ piers, abutments, returns, wings, etc. including compacting by vibrating and curing complete. (Excluding finishing with cement plaster) including formwork and bailing out of water. (upto 4meter height) With Fully Automatic Micro Processor based PLC with SCADA enabled concrete Batch Mix Plant (PAN Mixer). With natural sand. Page 278 of 376 Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor. BR , The appropriate mix design shall be got done well in advance from the approved government laboratory and the same shall also be got approved from Engineer in-charge, before starting the work. 2. Cement from the same stock sent for mix design shall be used for concreting work. 3. The minimum cement for reinforced cement concrete / plain concrete to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / consumed is more than the provision in the IS code / approved mix design, no claim for that shall be entertained and cost for that shall be bourned by the contractor. Per one cubic meter 4. Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement

281 Page 279 of 376 available in stock and concreting work should be done according to modified mix design. 18 Providing, cutting, bending, hooking, tieing in position and laying Thermo mechanically treated Thermo mechanically treated steel 500 steel bar for reinforcement as per detailed drawings for all Reinforced Cement Conctere works. 5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor. BR Instead of mild steel bar reinforcement as mentioned in BR-35 page 134, please read TMT-FE 500 strength deformed (Tor bars 42) of F.C. grade 500 confirming to I.S / 1985 with latest amendments. 2. Various diametre of TMT- FE 500 bars brought on site for the work shall be got tested category wise and lot wise as directed by the Engineer in-charge and minimum 50% of testing should be done in departmental laboratory. M.T. 19 Providing and filling Annular Space Around Footing in Rock by using concrete of M-15 grade. M.O.R.T & H Steel to be used should be procured from authorised agents of main producers The appropriate mix design shall be got done well in advance from the approved government laboratory and the same Per one cubic meter

282 Page 280 of 376 shall also be got approved from Engineer in-charge, before starting the work.2. Cement from the same stock sent for mix design shall be used for concreting work.3. The minimum cement for reinforced cement concrete / plain concrete to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / consumed is more than the provision in the IS code / approved mix design, no claim for that shall be entertained and cost for that shall be bourned by the contractor.4. Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement available in stock and concreting work should be done according to modified mix design.5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor.

283 20 Providing expansion joints with 25 Milimeter thick bituminous pad as per detailed drawings. 21 Weep Holes of 100 Milimeter diameter AC pipe. Providing weep holes in Brick masonry/ Plain / Reinforced concrete abutment, wing wall / return wall with 100 Milimeter diameter AC pipe, extending through the full width of the structure with slope of 1V: 20H towards drawing face. Complete as per drawing and Technical specifications. Page 281 of 376 BR The work shall be carried out as per the instructions of Engineer in-charge. MORT & H & The work shall be carried out as per the instructions of Engineer in-charge. Per one square meter Per one running meter 22 Back filling behind abutment, wing wall and return wall complete as per drawing & Technical Specifications. Granular material Spec : MORT & H 2200 & of irc Providing and laying in situ M-30 controlled cement concrete of trap metal for Reinforced Cement Conctere Work including ramming, vibrating finishing and curing complete in solid/ deck slab, etc. (including formwork, centering, finishing in cement plaster and excluding reinforcement) (Height upto 4 meter) With Fully Automatic Micro Processor based PLC with SCADA enabled concrete Batch Mix Plant (PAN Mixer). With natural sand. MORT & H 2200 & of irc The work shall be carried out as per the instructions of Engineer in-charge. BR.38(b & c) 135, The appropriate mix design shall be got done well in advance from the approved government laboratory and the same shall also be got approved from Engineer in-charge, before starting the work. 2. Cement from the same stock sent for mix design shall be used for concreting work. 3. The minimum cement for reinforced cement concrete / plain concrete to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / consumed is more than the provision in the IS code / approved mix design, no claim for that shall be entertained and cost for that shall be bourned by the contractor. Per one cubic meter Per one cubic meter

284 Page 282 of Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement available in stock and concreting work should be done according to modified mix design. 25 Anti-Crash Barrier-Providing and laying in situ cement concrete M-40 of trap metal for Reinforced Cement Conctere work in foundations like raft, strip foundations, grillage and footings of Reinforced Cement Conctere columns and steel stanchions etc. including bailing out water, formwork, cover blocks compaction and curing roughening the surface if special finish is to be provided (Excluding reinforcement and structural steel) complete, With fully automatic micro processor based PLC with SCADA enabled concrete Batch Mix Plant (PAN Mixer). With natural sand. 5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor. Bd.F , The appropriate mix design shall be got done well in advance from the approved government laboratory and the same shall also be got approved from Engineer in-charge, before starting the work.2. Cement from the same stock sent for mix design shall be used for concreting work.3. The minimum cement for reinforced cement concrete / plain concrete to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / Per one cubic meter

285 26 Strip Seal Expansion - Providing and laying of a strip seal expansion joint catering to maximum horizontal movement upto 70 milimeter, complete as per approved drawing and standard specifications to be installed by the manufacturer / supplier to their authorized representative ensuring compliance to the manufacturers instruction for installation Page 283 of 376 consumed is more than the provision in the IS code / approved mix design, no claim for that shall be entertained and cost for that shall be bourned by the contractor.4. Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement available in stock and concreting work should be done according to modified mix design.5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor. MORT & H The work shall be carried out as per the instructions of Engineer in-charge. Per one running meter 28 Construction of Granular Sub Base. (Grade I- Material) (Plant Mix)-Construction of granular sub-base by providing close graded Material, mixing in a mechanical mix plant at Optimum moisture content, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve M.O.R.T & H MORTH The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter

286 Page 284 of 376 the desired density, complete as per clause Plant Mix Method and Grading - I Material 29 Wet Mix Macadam - Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at Optimum moisture content in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver in sub- base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density. 30 Dry Lean Cement Concrete Sub- base- Construction of dry lean cement concrete Sub- base over a prepared sub-grade with coarse and fine aggregate conforming to IS: 383, the size of coarse aggregate not exceeding 25 milimeter, aggregate cement ratio not to exceed 15:1, aggregate gradation after blending to be as per table 600-1, cement content not to be less than 150 kilogram/ cubic meter, optimum moisture content to be determined during trial length construction, concrete strength not to be less than 10 Mpa at 7 days, mixed in a batching plant, transported to site, laid with a paver with electronic sensor, compacting with 8-10 tonnes vibratory roller, finishing and curing. 31 Cement Concrete Pavement-Construction of unreinforced, dowel jointed, plain cement concrete pavement over a prepared sub base with 43 grade 400 kilograme per cubic meter, coarse and fine aggregate conforming to IS 383, maximum size of coarse aggregate not exceeding 25 milimeter, mixed in a batching and mixing plant as per approved mix design, transported to site, laid with a fixed form or slip form paver, spread, compacted and finished in a continuous operation including provision of contraction, expansion, construction and longitudinal joints, joint filler, separation membrane, sealant primer, joint sealant, debonding strip, dowel bar, tie rod, admixtures as approved, curing compound, finishing to lines and grades as per drawing. MORTH The work shall be carried out as per the instructions of Engineer in-charge. M.O.R.T & H The work shall be carried out as per the instructions of Engineer in-charge. M.O.R.T & H The appropriate mix design shall be got done well in advance from the approved government laboratory and the same shall also be got approved from Engineer in-charge, before starting the work.2. Cement from the same stock sent for mix design shall be used for concreting work.3. The minimum cement for reinforced cement concrete / plain concrete Per one cubic meter Per one cubic meter Per one cubic meter

287 32 Providing and laying in situ M-20 Reinfoced cement concrete of trap metal for Reinforced Cement Concrete work, of ballast walls, kerbs, box returns etc. including scaffolding, compaction, formwork finishing and curing complete. (excluding reinforcement) With Fully Automatic Micro Processor based PLC with SCADA enabled concrete Batch Mix Plant (PAN Mixer).With natural sand. Page 285 of 376 to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / consumed is more than the provision in the IS code / approved mix design, no claim for that shall be entertained and cost for that shall be bourned by the contractor.4. Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement available in stock and concreting work should be done according to modified mix design.5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor. BR , The appropriate mix design shall be got done well in advance from the approved government laboratory and the same shall also be got approved from Engineer in-charge, before starting the work. Per one cubic meter 2. Cement from the same

288 Page 286 of 376 stock sent for mix design shall be used for concreting work. 3. The minimum cement for reinforced cement concrete / plain concrete to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / consumed is more than the provision in the IS code / approved mix design, no claim for that shall be entertained and cost for that shall be bourned by the contractor. 4. Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement available in stock and concreting work should be done according to modified mix design. 5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor.

289 33 Painting on concrete surface - Providing and applying two coats of appex Appex Ace white exterior paint of approved manufacture and of approved colour to the plastered /Concrete surfaces including cleaning, preparing the plaster surface, applying primer coat, scaffolding if necessary, and watering the surface for two days complete. Page 287 of 376 M.O.R.T & H - 801, Bd.O. 1 - The work shall be carried out as per the instructions of Engineer in-charge. Per one square meter 34 Providing & fixing Italia glossy tile of size 20milimeter x 20 milimeter having thickness 4 milimeter & sheet size of 327 milimeter x 327 milimeter with gapping 1.92 milimeter with polymer based grouting tiles with required finishing for all heights and all depths including staging, leads, lifts, transportation, testing including all taxes etc complete. Bd.M. 6 - The work shall be carried out as per the instructions of Engineer in-charge. a) For Random Mix Design Per one square meter b) For Mural Mix Design Per one square meter 35 Oil Paint-Providing and applying two coats of lead/zinc base oil paint/ bituminous paint of approved colour and shade to new wood work and fiber boards including preparing the surface, knotting, scaffolding if necessary, excluding primer coat complete. 36 Excavation for Roadway in Soil- Excavation for roadway in earth, soil of all sorts, sand, gravel or soft murum including dressing section to the required grade, camber and side slopes and conveying the excavated materials with all lifts upto a lead of 50meter. And spreading for embankment or stacking as directed. B) By Mechanical Means. 37 Excavation for Roadway Cutting in Hard murum- Excavation for roadway in hard murum and boulders including dressing section to the required grade, camber and side slopes and conveying the excavated materials with all lifts upto a lead of 50m. And spreading for embankment or stacking as directed. By Mechanical M.O.R.T & H - 801, Bd.O. 1 MORTH-301, Rd 2, MORTH-301, Rd 2, The shade of paints shall be got approved by the Engineer in- charge before use.2. The paints shall be of Indian Standards and from approved manufactures. The paints shall be got approved before use. 180 The useful excavated material shall be utilised as directed by the Engineer in-charge. - The useful excavated material shall be utilised as directed by the Engineer in-charge. Per one square meter Per one cubic meter Per one cubic meter

290 Means. Page 288 of Excavation for Roadway in Soft Rock- Excavation for roadway in soft rock, including dressing section to the required grade, camber and side slopes and conveying the excavated materials with all lifts upto a lead of 50m. And spreading or stacking as directed. MORTH-301, Rd 2, - The useful excavated material shall be utilised as directed by the Engineer in-charge. Per one cubic meter 39 Excavation for roadway in hard rock- Excavation for roadway in hard rock by including dressing section to the required grade, camber and side slopes and conveying the excavated materials with all lifts upto a lead of 50 meter. And spreading for embankment or stacking as directed. b) wedging & chiselling or line drilling. MORTH-301, Rd 7, 186 The useful excavated material shall be utilised as directed by the Engineer in-charge. Per one cubic meter 40 Providing earth work in embankment with approved materials obtained from departmental land or other sources upto lead of 50meter. Including all lifts, laying in layers of 20 centimeter to 30centimeter. thickness breaking clods, dressing to the required lines, curves, grades & section, watering and compaction with vibratory roller with V-Sat attachment to achieve 100 % of standard proctor density etc. complete. 41 Prime coat (Providing and applying primer coat with bitumen emulsion on prepared surface of granular Base including clearing of road surface and spraying, primer at the rate of 0.70 kilogram/square meter using mechanical means.) MORTH The work shall be carried out as per the instructions of Engineer in-charge. M.O.R.T & H The work shall be carried out in day time and in dry wheather. 2. The representative of contractor shall maintain a register giving details of challens for bitumen received and should get it signed from the representative incharge of the Department in token of its acceptance. 3. For controlling trafic and maintening diversion during construction, no extra payment shall be made. Per one cubic meter Per one square meter

291 42 Providing and applying tack coat on the prepared surface heating by fames in Boiler and spraying bitumen with sprayer on Dry / Hungry B.T. surface 3 kilogram/10 square meters. VG-30 bulk bitumen 43 Bituminous Macadam: Providing and laying bituminous macadam with TPH hot mix plant producing an average output of 35 tonnes per hour using crushed aggregates of specified grading premixed with bituminous binder, transported to site, laid over a previously prepared surface with a hydrostatic paver finisher with sensor control to the required grade, level and alignment and rolled as per clauses and to achieve the desired compaction. 75 milimeter compacted thickness with 3.3 percentage Bitumen for grading (40 milimeter nominal size) i) for Bitumen VG-30 (60/70 Grade ). Page 289 of 376 M.O.R.T & H The work shall be carried out in day time and in dry wheather. 2. The representative of contractor shall maintain a register giving details of challens for bitumen received and should get it signed from the representative incharge of the Department in token of its acceptance. 3. For controlling trafic and maintening diversion during construction, no extra payment shall be made. MORTH The work shall be carried out in day time and in dry wheather. 2. The representative of contractor shall maintain a register giving details of challens for bitumen received and should get it signed from the representative incharge of the Department in token of its acceptance. 3. For controlling trafic and maintening diversion during construction, no extra payment shall be made. 4. Compacted thickness shall be as directed by Engineer in- charge and mode of measurement shall be one cubic metre of bituminous macadam laid. The thickness shall be confirmed by taking difference in levels of existing surface and finish surface in position. Per one square meter Per one cubic meter

292 44 Dense Graded Bituminous Macadam: Providing and laying dense graded bituminous macadam with TPH batch type HMP producing an average output of 35 tonnes per hour using crushed aggregates of specified grading, premixed with bituminous 4.0 to 4.5 per cent by weight of total mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MORTH specification clause No. 507 complete in all respects. For Bitumen VG-30 (60 / 70 bulk) with Stone dust filler Page 290 of 376 MORTH The work shall be carried out in day time and in dry wheather. 2. The representative of contractor shall maintain a register giving details of challens for bitumen received and should get it signed from the representative incharge of the Department in token of its acceptance. 3. For controlling trafic and maintening diversion during construction, no extra payment shall be made. 4. Compacted thickness shall be as directed by Engineer in- charge and mode of measurement shall be one cubic metre of bituminous macadam laid. The thickness shall be confirmed by taking difference in levels of existing surface and finish surface in position. Per one cubic meter 45 Bituminous Concrete: Providing and laying bituminous concrete using crushed aggregates of specified grading premixed with bituminous 5.50 per cent by weight of total mix and filler, transported to site with VTS, laid over a previously prepared surface, finished to the required grade, level, alignment, and rolling to achieve the desired compaction VG-30 Bitumen, Excluding prime / tack coat. For Bitumen VG-30 bulk -- USING 80 TPH Batch mix type hot mix plant with SCADA, Sensor Paver, Intelligent Compactor with compaction analyzer and V- Sat attachment with Stone Dust filler As per MORTH specification Fifth Edition Clause No.507 and IRC- SP The work shall be carried out in day time and in dry wheather. 2. The representative of contractor shall maintain a register giving details of challens for bitumen received and should get it signed from the representative incharge of the Department in token of its acceptance. 3. For controlling trafic and maintening diversion during construction, no extra payment shall be Per one cubic meter

293 Page 291 of 376 made. 4. Compacted thickness shall be as directed by Engineer in- charge and mode of measurement shall be one cubic metre of bituminous macadam laid. The thickness shall be confirmed by taking difference in levels of existing surface and finish surface in position. 46 Providing structural Steel work as per detail design and drawing or as directed including cutting, fabrication, hoisting, erecting, fixing in position, making riveted / bolted or welded connections and one coat of anticorrosive paint and over it two coat of oil painting complete etc. 47 Providing and laying in situ M-20 controlled cement concrete of trap metal for Reinforced cement concrete Work including ramming, vibrating finishing and curing complete in solid/ deck slab, etc. (including formwork, cantering, finishing in cement plaster and excluding reinforcement) (Height upto 4 meter) With Fully Automatic Micro Processor based PLC with SCADA enabled concrete Batch Mix Plant (PAN Mixer). With natural sand. Bd C The work shall be carried out as per the instructions of Engineer in-charge. 135, The appropriate mix design shall be got done well in advance from the approved government laboratory and the same shall also be got approved from Engineer in-charge, before starting the work.2. Cement from the same stock sent for mix design shall be used for concreting work.3. The minimum cement for reinforced cement concrete / plain concrete to ensure durability / strength shall be as per IS with latest ammendment. If actual cement required / consumed is more than the provision in the IS code / approved mix design, no claim for that shall be Per one metric tonne Per one cubic meter

294 48 Providing and laying cement concrete pipe of I.S. 458:2003 NP-3 class of required diameter in proper line, level & slope including providing, fixing collars in cement mortar 1:2, curing etc. complete. a) For 600 Millimetre diameter. Page 292 of 376 entertained and cost for that shall be bourned by the contractor.4. Before concreting work, cement from each consignment shall be got tested and if the strength of cement varies considerably from the approved mix design, the mix design should be got modified according to strength of fresh cement available in stock and concreting work should be done according to modified mix design.5. For every consignment of cement, a sample shall be got tested as per norms and frequency of Vigilance and Quality Control Circle, Pune. As regards testing of cement it will be entire responsibility of the contractor. CD The work shall be carried out as per the instructions of Engineer in-charge. Rmt

295 Page 293 of Providing and fixing Cautionary Warning sign board IRC The work shall be carried having shape of an equilateral triangle of 90 out as per the instructions centimeter. sides made out of 3 milimter thick of Engineer in-charge. aluminium composite panel bonded with white retro reflective sheeting of Type IV High Intensity Micro- Prismatic Grade Sheeting (HIP) having pressure sensitive / heat activated adhesive, red retro reflective cutout border having pressure sensitive adhesive front & Mild steel angle iron back frame of size 35 milimter X 35 milimter X5 milimter & one no. of Mild steel angle iron post of size 65 milimter X 65 milimter X 6 milimter, 3.65 m long, duly painted with flat oil paint having alternate black and white bands of 25 centimeter width including G.I. fixtures etc; fixing the boards in M-20 concrete block of size 60 centimeter X 60 centimeter X 75 centimeter including transportation etc; complete. Aluminium composite panel with Type IV High Intensity Micro- Prismatic Grade Sheeting. Per one Number 50 Providing and fixing Mandatory / Regulatory sign board of circular shape of size 60 centimeter diameter prepared on 16 gauge Mild steel sheet including painting with zinc cromate stoving primer and two coats each of white back ground, red border and backside gray stove enamelled, bonded with cut out of Retro reflective sheet Engineering grade, symbol / letters / numerals / border, coated with non pealable crystal clear protective transparent coat retaining 100 percentage relection including one number of Mild steel Angle iron post of size 50 x 50 x 5 milimeter of 3.45 meter. Long inflated at bottom drilled on top in one piece without joint painted with white and black bands of 30 centimeter. Fixing board and post with 2 Numbers. High strength G.I. bolts and nuts of size 10 milimter diameter and 20 milimeter long including all taxes, conveying, fixing in ground with cement concrete 1:4:8 block of 60 centimeter x 60 centimeter x 75 centimeter size etc. complete. Circular shape of size 60 centimeter. dia. Mild steel sheet with Retro reflective sheet Engineering grade. IRC The work shall be carried out as per the instructions of Engineer in-charge. Per one Number

296 51 Providing and fixing informatory sign boards in circular shape of 60centimeter diameter made out of 14 guage aluminium sheet bonded with white retro reflective sheeting of Type IV High Intensity Micro-Prismatic Grade Sheeting (HIP) having pressure sensitive/heat activated adhesive ret reflective white back ground and red border and back side gray retoreflctive symbols, letters, numerals, arrow. One no. of Mild steel angle iron post of size 65 milimeter X 65 milimeter X 6 milimeter, 3.45 meter long, duly painted with with flat oil paint having alternate black and white bands of 25 centimeter width including Galvanized Iron fixtures etc; fixing the boards in 1:3:6 concrete block of size 60 centimeter X 60 centimeter X 75 centimeter including transportation etc; complete. Circular shape of size 60 Centimeter. diameter aluminium sheet with white retro reflective sheeting of Type IV High Intensity Micro-Prismatic Grade Sheeting (HIP). 52 Providing and fixing informatory sign boards of size 60 centimeter x 80 centimeter made out of 3Millimetre Aluminium composite panel bonded with IRC Specified colour of retro reflective sheeting of Type IV High Intensity Micro-Prismatic Grade Sheeting (HIP) having pressure sensitive / heat activated adhesive, IRC Specified colour retro reflective cutout border & messages having pressure sensitive adhesive having border & messages in IRC Specified colour background including Mild steel angle iron frame of size 35 milimeter X 35 milimeter X 5 milimeter & Mild steel angle iron post of size 65 milimeter X 65 milimeter X 6 milimeter, 3.65 meter long, duly painted with flat oil paint having alternate black and white bands of 25 centimeter width including Galvanized Iron fixtures etc; fixing the boards in M-20 concrete block of size 60 centimeter X 60 centimeter X 75 centimeter including transportation etc; complete. Aluminium composite panel with Type IV High Intensity Micro-Prismatic Grade Sheeting. Page 294 of 376 IRC The work shall be carried out as per the instructions of Engineer in-charge. IRC The work shall be carried out as per the instructions of Engineer in-charge. Per one Number Per one Number

297 53 Providing and fixing Road junction / Information sign board of size 1.20 meter x 0.90 meter. prepared on 16 gauge Mild steel sheet with angle iron frame of size 35 x 35 x 5 milimeter with cross bracing of size 35 x 35 x 5 milimeter including painting with one coat of zinccromate stoving primer and two coats each of green/white back ground and back side gray stove enamelled, bonded with red retro reflective sheet Engineering grade, border / letters / numeral /arrows, coated with non pealable crystal clear protective transperent coat retaining 100 percentage reflection including two angle iron post of size 65 x 65x 6 milimeter of 3.65 meter long inflated at bottom drilled on top and painted in white and black bands of 30 centimeter with 4 numbers high strength Galvanized Iron bolts and nuts of size 10 milimeter diameter and 20 milimeter long sheet and angle iron post in one piece without joints including all taxes, conveying, fixing in ground with M-20 cement concrete of 60 centimeter x 60 centimeter x 75 centimeter size as directed by Engineer-in- charge etc. complete. Mild Steel sheet with Engineering grade. 54 Thermo plastic reflective paint-road Marking with Hot Applied Thermoplastic Compound with Reflectorizing Glass Beads on Bituminous Surface (Providing and laying of hot applied thermoplastic compound 2.5 milimeter thick including reflectorizing glass 250 grams per square meter area, thickness of 2.5 milimeter is exclusive of surface applied glass beads as per IRC: 35.The finished surface to be level, uniform and free from streaks and holes.) Page 295 of 376 IRC The work shall be carried out as per the instructions of Engineer in-charge. IRC The work shall be carried out as per the instructions of Engineer in-charge. Per one Number Per one square meter

298 55 Supplying & Fixing of Molded Shank Raised Pavement Markers / Cat's Eye made of polycarbonate and ABS moulded body and reflective panels with micro prismatic lens capable of providing total internal reflection of the light entering the lens face and shall support a load of kilogram tested in accordance to ASTM D 4280 Type H and complying to Specifications of Category A of MORTH Circular No RW/NH/33023/10-97 DO III Dt The height, width and length shall not exceed 50 milimeter, 100 milimeter and 102 +/- 2 milimeter and with minimum reflective area of 13 Sqcm on each side and the slope to the base shall be 35 +/- 5 degree. The strength of detachment of the integrated cylindrical shanks, (of diameter not less than 19 +/- 2 milimeter and height not less than 30+/- 2 milimeter) from the body is to be a minimum value of 500 Kilogram. Fixing will be by drilling holes on the road for the shanks to go inside, without nails and using epoxy resin based adhesive as per manufacturer's recommendation and complete. 56 Providing and laying cement concrete pipe of I.S. 458:2003 NP4 class of required dia. in proper line, level & slope including providing fixing collars in cement mortar 1:2, curing etc. complete. c) For 1200 milimeter diameter. 57 Providing and laying cement concrete pipe of I.S. 458:2003 NP-3 class of required diameter in proper line, level & slope including providing, fixing collars in cement mortar 1:2, curing etc. complete. a) For 600 milimeter diameter. 58 Reinforced cement concrete Cover- Providing and fixing reinforced cement concrete cover of size 90 centimeter x 45 centimeter with frame over inspection chamber etc. complete. Heavy duty (225 kg) Page 296 of The work shall be carried out as per the instructions of Engineer in-charge. CD The work shall be carried out as per the instructions of Engineer in-charge. CD The work shall be carried out as per the instructions of Engineer in-charge. 45 a / 20 BDV - The work shall be carried out as per the instructions of Engineer in-charge. Per one Number Per one running meter Per one running meter Per one Number 59 Painting on concrete surface - Providing and applying 2 coats of water based cement paint to unplastered concrete surface after cleaning the surface of dirt, dust, oil, grease, efflorescence and applying of 1 litre for 2 Square meter. MORT & H The shade of paints shall be got approved by the Engineer in- charge before use. 2. The paints shall be of Indian Standards and from approved manufactures. The paints shall be got approved before use. Per one square meter

299 Page 297 of Royalty charges for various building construction bonafied materials which are used for government bonafied works and for which Royalty charges are to be paid by the contractor. Item No Item of Work Reference of standard book of Government of Maharashtra edition Vol-I, 979 and volume.ii, 1981 edition Reference of MORT&H specification for Road and bridge works (5th Revision) publish by Indian road congress, New Delhi Government of Maharashtra Notification Number Gaunkhani - 10/ 2001/ CR-24/ KH(2) Dated and Government of Maharashtra Public Works Department Circular Number Misc/ / 194/ PL-3 Dated The amount of royalty charges will be paid only after submission of the receipt in original from Revenue authority for payment of royalty to Government, stating the name of work.3. Above / below percentage quoted by the contractor will not be applicable for this item. Additional Specification if any. Per one cubic meter Unit 1 Dismantling dead pipeline of M.S./R.C.C/C.I./P.S.C. and G.I./ A.C./P.V.C./S.W./H.D.P.E./ pipe including cost of necessary excavation and refilling of trenches, breaking the joints, lifting the pipes and stacking to the place as directed by Engineer-in-charge with all leads and lifts including cleaning the surface, etc complete Specipiction Per one No ( MJP / DSR / / ITEM NO.11A) Page Per No. 56 The work shall be carried out as per the instructions of Engineer in-charge.

300 a)450 Millimetre Diameter Di K-9 Line b)300 Millimetre Diameter Di K-9 Line c)250 Millimetre Diameter Di K-9 Line e)200 Millimetre Diameter Di K-9 Line f)150 Millimetre Diameter Di K-9 Line Page 298 of 376 Per one running meter Per one running meter Per one running meter Per one running meter Per one running meter g)100millimetre Di Line Per one running meter 2 Excavation for foundation/ pipe trenches in soft rock & old cement and lime masonary foundation asphalt road including removing the excavated material up to a distance of 50 meters beyond the area and lifts as below, stacking as directed by Engineer-in charge, normal dewatering, preparing the bed for foundation and excluding backfilling etc. complete. LIFT 0 TO 1.50M. 3 Excavation for foundation/ pipe trenches in hard rock and concrete road by chiselling, wedging, line drilling, by mechanical means or by all means other than blasting including trimming and levelling the bed, removing the excavated material up to a distance of 50 meters beyond the area and lifts as below, stacking as directed by Engineer-in-charge, normal dewatering excluding backfilling etc. complete. by all means. (Bd-A-4/259) ( MJP / DSR / / PAGE NO.35/ ITEM NO.5 ) (Bd-A-6/259)( MJP / DSR / / PAGE NO.36/ ITEM NO.7 ) 35 The useful excavated material shall be utilised as directed by the Engineer in-charge. 36 The useful excavated material shall be utilised as directed by the Engineer in-charge. Per one cubic meter. Per one cubic meter

301 LIFT 0 TO 1.50M. Page 299 of Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation in 15 Centimeter to 20 Centimeter layers including watering and compaction etc complete (Bd-A-10/263) ( MJP / DSR / / PAGE NO.39/ ITEM NO.16 ) 39 The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter 5 Providing D.I pipes of following grades with internal cement mortar lining and including all taxes, insurance, railway freight, unloding form railway wagon, loding into truck, transportation to departmental store/site, unloding, stacking, etc. complete. ( IS: Latest Varsion). ( MJP / DSR / / PAGE NO.65 / ITEM NO.3) 65 The work shall be carried out as per the instructions of Engineer in-charge. a)450 Millimetre Diameter Di K-9 Line Per one running meter b)300 Millimetre Diameter Di K-9 Line Per one running meter c)250 Millimetre Diameter Di K-9 Line Per one running meter e)200 Millimetre Diameter Di K-9 Line Per one running meter f)150 Millimetre Diameter Di K-9 Line Per one running meter g)100millimetre Di Line Per one running meter

302 6 Lowering, laying and jointing with SBR rubber gaskets C.I. S/S pipes of various classes with CI / MS specials of following diameters in proper position, grade and alignment as directed by Engineer-in-charge including the conveyance of materials from stores to site of work, including cost of jointing materials and rubber rings, labour, giving hydraulic testing, etc. complete. Note- Only SBR rubber gaskets to be used as per IS & (Mortar inlined DI -K-9 pipes) a)450 Millimetre Diameter Di K-9 Line b)300 Millimetre Diameter Di K-9 Line c)250 Millimetre Diameter Di K-9 Line e)200 Millimetre Diameter Di K-9 Line f)150 Millimetre Diameter Di K-9 Line g)100 Millimetre Diameter Di K-9 Line Page 300 of 376 ( MJP / DSR / /P.No.63/I.No.2 ) 63 The work shall be carried out as per the instructions of Engineer in-charge. Per one running meter Per one running meter Per one running meter Per one running meter Per one running meter Per one running meter 7 Providing & Supplying ISI standard DI specials & fittings with sealing rubber gasket of SBR complete with Cast Iron follower gland & MS nut bolts coated or otherwise protected from rusting & suitable for DI Pipes including cost of labour, material & transportation to stores/site, loading, unloading including all taxes, etc. complete as per IS For all types of specials, bends, tees etc. IS-9523 ( MJP / DSR / /P.No.69/I.No.10 ) 69 The work shall be carried out as per the instructions of Engineer in-charge.

303 a) 80 to 300 Millimetre Diameter. Page 301 of 376 Per one kilo gram. b) 80 to 300 Millimetre Diameter. Per one kilo gram 8 Providing and supplying ISI standard M.S. Pipes of required thickness with 3 coats of approved make epoxy paint (Shalimar, Ciba or Mahindra and Mahendra make) from out side & inside including all taxes (Central and local), octroi, inspection charges, transportation to store / site and stacking, etc complete. a) Double flanged, Plain ended, Tee, Bend, Socketed etc. MJP/DSR 15-16/Page-68, Item-7. The work shall be carried out as per the instructions of Engineer in-charge. Per one kilo gram 9 Providing and supplying double falnged short body pattern type manually operated Butterfly Valve having body, disc and end cover in graded cast iron to IS 210 Gr. CF200 generally conforming in BS 5155, Synthetic rubble faced ring secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel riding in teflon bearings excluding C C foundation/structure steel support confirming to IS a)450 Millimetre Diameter Di K-9 Line IS ( MJP / DSR / /P.No.156/I.No.2B ) 156 The work shall be carried out as per the instructions of Engineer in-charge. Per one Number b)300 Millimetre Diameter Di K-9 Line Per one Number c)250 Millimetre Diameter Di K-9 Line Per one Number e)200 Millimetre Diameter Di K-9 Line Per one Number f)150 Millimetre Diameter Di K-9 Line Per one Number f)100 Millimetre Diameter Di K-9 Line Per one Number 10 lowering, laying and jointing in position following C.I.D/ F Reflux valves, Butterfly valves and Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc. complete. ( Rate for all class of valves) ( MJP / DSR / / PAGE NO. 159 / ITEM NO.4 ) 159 The work shall be carried out as per the instructions of Engineer in-charge.

304 Page 302 of 376 a)450 Millimetre Diameter Di K-9 Line Per one Number b)300 Millimetre Diameter Di K-9 Line Per one Number c)250 Millimetre Diameter Di K-9 Line Per one Number e)200 Millimetre Diameter Di K-9 Line Per one Number f)150 Millimetre Diameter Di K-9 Line Per one Number f)100 Millimetre Diameter Di K-9 Line Per one Number 11 Providing and laying in situ cement concrete of trap/ granite/ quartzite/ gneiss metal for foundation and bedding including dewatering formwork compacting curing & finishing etc. complete b) M Providing and constructing B.B. Masonry valve chamber with 15 Centimeter thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in CM 1:5 proportion 12Millimetre thick cement plaster in 1:4 proportion on both sides with providing and fixing C.I. manhole frame and cover in RCC 1:2:4 coping or RCC 1:2:4 proportion 15Centimeter thick slab, etc complete as directed by Engineer-in-charge. Note : Wall thickness 0.23 M for depth of 1.2 M and 0.35 M for balance depth exceeding 1.2 M. C) As above of 1.50 x 1.50 Centimeter internal size and depth upto 1.5 M with 53Centimeter did. Ci manhole frame and cover of 90 kg fixed in precast R.C.C. slab. 13 Providing Structural Steel in rolled sanctions fixed with connecting plates or angle cleats as in main and cross beam, jack fafters, purlins connecting to truss members and like as per detailed designs and drawings ar as directed by Engineer-in charge including cutting, fabricating, hosting, erecting, fixing in position, making riveted/bolted/welded connections and one coat of anticorrosive paints and over it two coats of oil painting, etc. complete. PWD/DSR/ /43/Item-2. ( MJP / DSR / / PAGE NO.271/ ITEM NO.2F) ( MJP / DSR / / PAGE NO.41 / ITEM NO.3 ) 43 The work shall be carried out as per the instructions of Engineer in-charge. 271 The work shall be carried out as per the instructions of Engineer in-charge. 41 The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter Per one Number Per one Number

305 14 Providing and fixing in position steel bar refinforcement of various diameters for RCC pipes, caps, footings, foundation, slabs, beams, columns, canopies, staircases, newels, chajjas, lintels, pardies, copings, arches, etc. as per detailed designs and drawings and schedules; including cutting bending, hooking the bars, binding with wires or tack welding and supporting as required, etc. complete. (Including Cost of Binding Wire) Page 303 of 376 ( MJP / DSR / / PAGE NO.46 / ITEM NO.8 ) The work shall be carried out as per the instructions of Engineer in-charge. Per one Number 15 Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 Centimeterlayers with all leads and lifts including consolidation, surcharging, etc complete. 16 Making cross connection to existing distribution main of any type including excavation, breaking & removing existing pipes, lowering, laying of specials & pipes in their position, refilling, closing the water supply in that area,dewatering & restarting the water supply etc complete as directed by Engineer-in-charge for following diameter of branch line (the number of joints involved will be paid separately depending upon the nature of joints & required pipes,valves & specials will be supplied free of cost at stores) ( MJP / DSR / / PAGE NO.38/ ITEM NO.15 ) ( MJP / DSR / /P.No.55/I.No.10 ) 38 The work shall be carried out as per the instructions of Engineer in-charge. 55 The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter. 300Millimetre Per one Number. 150 Millimetre Per one Number. 150 Millimetre Per one Number. 150 Millimetre Per one Number. 17 Providing, lowering, laying & jointing of Existing Water Connection to New laid Lines. The work shall be carried out as per the instructions of Engineer in-charge. Per one Number 18 Excavation for foundation/ pipe trenches in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material up to a distance of 50 meters and lifts as below, stacking and spreading as directed, normal dewatering, preparing the bed for the foundation and excluding backfilling etc complete. LIFT 0 To 1.50M. (Bd- A - 1/259) ( MJP / DSR / / PAGE NO.35 / ITEM NO.1 ) 35 The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter.

306 19 Excavation for foundation/ pipe trenches in hard murum, including removing the excavated material up to a distance of 50 meters and lifts as below, stacking and spreading as directed by Engineer-in-charge, normal dewatering, preparing the bed for the foundation and excluding backfilling etc complete. LIFT 0 TO 1.50M. 20 Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation in 15 Centimeter to 20 Centimeter layers including watering and compaction etc complete 21 Providing and supplying ISI marked D.I.S & S pipes (push on joints pressure pipes of D.I. of following class and diameters conforming to the IS specifications inclusive of the cost of jointing materials (rubber gasket of EPDM quality) including all statutory duties and taxes levied by Govt. of India and Govt. of Maharashtra in all respect, education cess, VAT, third party inspection charges of TPI agency approved by MJP, including transit insurance, railway freight, unloading from railway wagon, loading into trucks, transport to departmental stores / site of work, unloading, stacking, etc. Complete, as directed by engineer-incharge. (IS-1536/2001 for pipes and IS 158/1969 and IS 12820/1989 or Latest edition/ revision with amendments for rubber gaskets) DI K-7 pipes 100 Millimetre DI 22 Providing, lowering, laying & jointing ISI mark G.I. Pipe and specials of following class and dia.including all local and central taxes, octroi inspection charges transportation to stores etc.complete. And Lowering laying including conveyance from stores to site of work all lobour, giving satisfactory hydraulic test etc.complete either underground or in vertical position as directed by engg-in-charge Medium Page 304 of 376 (Bd-A-2/259) ( MJP / DSR / / PAGE NO.35 / ITEM NO.2 ) (Bd-A-10/263) ( MJP / DSR / / PAGE NO.39/ ITEM NO.16 ) MJP/DSR/15-16, Page-65 Item-3. IS ( MJP / DSR / / PAGE NO. 97,98/ ITEM NO.1B,2B) 35 The work shall be carried out as per the instructions of Engineer in-charge. 39 The work shall be carried out as per the instructions of Engineer in-charge. 65 The work shall be carried out as per the instructions of Engineer in-charge. 97,98 The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter. Per one cubic meter Per one running meter a) 15 Millimetre Per one running meter b) 20 Millimetre Per one running meter c) 25 Millimetre Per one running

307 Page 305 of 376 meter d) 50 Millimetre Per one running meter 23 Lowering, laying and jointing with SBR rubber gaskets C.I. S/S pipes of various classes with CI / MS specials of following diameters in proper position, grade and alignment as directed by Engineer-in-charge including the conveyance of materials from stores to site of work, including cost of jointing materials and rubber rings, labour, giving hydraulic testing, etc. complete. Note- Only SBR rubber gaskets to be used as per IS & Mortar inlined DI -K-9 pipes 100 Millimetre DI 24 Providing & Supplying ISI standard DI specials & fittings with sealing rubber gasket of SBR complete with Cast Iron follower gland & MS nut bolts coated or otherwise protected from rusting & suitable for DI Pipes including cost of labour, material & transportation to stores / site, loading, unloading including all taxes, etc. complete as per IS For all types of specials, bends, tees etc. ( MJP / DSR / /P.No.63/I.No.2 ) IS-9523 ( MJP / DSR / /P.No.69/I.No.10 ) 63 The work shall be carried out as per the instructions of Engineer in-charge. 69 The work shall be carried out as per the instructions of Engineer in-charge. Per one running meter a) 80 to 300 Millimetre Diameter. Per one kilo gram. 25 Providing double flanged sluice valves conforming to IS- 2906/14846 including worm gear arrangements as per test pressure, stainless steel spindle, caps, including all taxes, transpiration, etc complete. A) Sluice Valve PN-1.0 ( Without bypass arrangement) 100Millimetre 26 lowering, laying and jointing in position following C.I.D/ F Reflux valves, Butterfly valves and Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc. complete. ( Rate for all class of valves) 100Millimetre ( MJP / DSR / / PAGE NO.155/ ITEM NO.2A ) ( MJP / DSR / / PAGE NO. 159 / ITEM NO.4 ) 155 The work shall be carried out as per the instructions of Engineer in-charge. 159 The work shall be carried out as per the instructions of Engineer in-charge. Per one Number. Per one Number.

308 27 Providing and supplying Kinetic Double Orifice type Air Valves as per MJP's standard specifications having small orifice elastic ball resting on a gun metal orifice nipple, large orifice vulcanite ball seating on moulded seat ring, with built-in kinetic features, isolating sluice valve mounted in horizontal position and operated by wheel gearing, inlet face and drilled, including all taxes (Central and Local), insurance, third party inspection charges, loading, unloading, transportation upto departmental stores / site, etc. complete. ( Kirloskar, IVC, IVI,Gavane patil,vag make) Kinetic Air Valve flanged (PN-1) 100 Millimetre 200 Millimetre Page 306 of 376 ( MJP / DSR / / PAGE NO163 ITEM NO,12) 163 The work shall be carried out as per the instructions of Engineer in-charge. Per one Number. Per one Number. 27 lowering, laying and fixing in proper alignment and position all types of C.I. Air valves as directed by Engineer-in-charge including cost of conveyance from stores to site of work, cost of all material and giving satisfactory hydraulic testing, etc.complete (for all class of valves) Kinetic Air Valve (PN-1) a)100 Millimetre ( MJP / DSR / / PAGE NO.146, 147/ ITEM NO.13 C ) 146 The work shall be carried out as per the instructions of Engineer in-charge. Per one Number. b) 200 Millimetre Per one Number. 28 Supply of C.I. Mechanical Compression Flanged / Socket Tail Pieces (popularly known as I TM Flanged / socket tail piece) suitable for making flanged connection with the plain barrel of CI Spun pipes (as per IS-1536/2001) and D.I.Pipes (as per IS -8329/2000) the tail piece to be supplied complete with sealing rubber gasket of S.B.R.CI Follower glands and MS nut boalts. The whole assembly should be mechanically and hudraulically tested to the provisions as laid down in IS- 1538/1993 IS-1538/1993 ( MJP / DSR / / PAGE NO.-173/ITEM NO-1) 173 The work shall be carried out as per the instructions of Engineer in-charge.

309 a)100millimetre Page 307 of 376 Per one Number. 29 Supply of C.I. Mechanical Compression Collars coupling (popularly known as JiffyTM coller coupling) suitable for C.I. Spun pipes (as per IS -1536/2001) and DI Pipes (as per IS-8329/2000), complete with sealing rubber gasket of SBR, CI follower glands and M.S. nut bolts. The whole assembly should be mechanically and hydraulically tested to provissions as laid down in IS-1538/1993 ( MJP / DSR / / PAGE NO173/ITEM NO2) 173 The work shall be carried out as per the instructions of Engineer in-charge. a)100millimetre Per one Number. 30 Supply of CI Mechanically joint Double socket 900 (1/4) bends as dimensionally described in table -14 of IS /1992 complete with sealing rubber gaskets of SBR (dimensionally described in IS-12820/ 1989) with cast iron follower gland and mild steel nut boalts coated or otherwise protected from rusting and suitable for CI Pipes. a) 100Millimetre ( MJP / DSR / / PAGE NO156/ITEM NO3 156 The work shall be carried out as per the instructions of Engineer in-charge. Per one Number 31 Supply of C.I. Mechanical Joint Double Socket 450 (1/8) Bends as dimensionally described in Table - 15 of IS /1992 complete with sealing rubber gaskets of SBR (dimensionally described in IS-12820/1989) with cast iron follower gland and mild steel nut bolts coated or otherwise protected form rusting and suitable for C.I. pipes. ( MJP / DSR / / PAGE NO174/ITEM NO.4) 174 The work shall be carried out as per the instructions of Engineer in-charge. a)100millimetre Per one Number 32 Supply of C.I. Mechanical Joint Double Socket (1/16) Bends as dimensionally described in Table -16 of IS /1992 complete with sealing rubber gaskets of SBR (dimensionally described in IS-12820/1989) with cast iron follower gland and mild steel nut bolts coated or otherwise protected from rusting and suitable for C.I. Pipes. ( MJP / DSR / / PAGE NO175/ITEM NO 5) 175 The work shall be carried out as per the instructions of Engineer in-charge.

310 a)100millimetre 33 Supply of C.I. Mechanical Joint Double Socket with Flanged Tees as dimensionally described in Table-19 of IS-13382/1992 complete with sealing rubber gaskets of SBR (dimensionally described in IS-12820/1989) with cast iron follower gland and mild steel nut bolts coated or otherwise protected from rusting and suitable for C.I.pipes. 200 x 200 x 150 Millimetre. Diameter 34 Providing and fixing C I roadbox including loading unloading & carting to site of work including all necessary excavation in all typesof strata and fixing in murum packing etc complete. ( size 225x300 Millimetre ) 40 kg. 35 Providing and constructing B.B. Masonry valve chamber with 15 Centimeter thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in CM 1:5 proportion precast S.F.R.C frame and cover, etc. complete as directed by Engineer-in-charge. Note : Wall thickness 0.23 M for depth of 1.2 M and 0.35 M for balance depth exceeding 1.2 M. C) As above of 90 x 45 Centimeter internal size and depth upto 1.2 M with precast R.C.C. slab cover Add for every increase in depth of 30 Centimeter or part thereof = Rs. 1017/- F) As above of 1.2 x 1.2 M internal size and depth upto 1.2 M with precast R.C.C. slab cover Add for every increase in depth of 30 Centimeter or part thereof = Rs /- 36 Providing & shifting consumer connection on larger Diameter. Deparmental water line including excavation on new line making reconnection with ferrul or bend and all other special required with providing and fixing 3m length G.I. Pipe if necessary up toconsumer House & excavation required for disconnection and all of the necessary work as directed by Engineer in charge Page 308 of 376 ( MJP / DSR / / PAGE NO176/ITEM No 7) ( MJP / DSR / / PAGE NO.272/ ITEM NO.5b ) ( MJP / DSR / / PAGE NO.271/ ITEM NO.3) 176 The work shall be carried out as per the instructions of Engineer in-charge. 272 The work shall be carried out as per the instructions of Engineer in-charge. 271 The work shall be carried out as per the instructions of Engineer in-charge. The work shall be carried out as per the instructions of Engineer in-charge. Per one Number Per one Number Per one Number Per one Number Per one Number

311 i) 1/2" connection ii) 3/4" connection iii) 1" connection iv) 2" connection Page 309 of 376 Per one Number Per one Number Per one Number Per one Number 37 Making cross connection to existing distribution main of any type including excavation, breaking & removing existing pipes, lowering, laying of specials & pipes in their position, refilling, closing the water supply in that area,dewatering & restarting the water supply etc complete as directed by Engineer-in-charge for following Diametermeter of branch line (the number of joints involved will be paid separately depending upon the nature of joints & required pipes,valves & specials will be supplied free of cost at stores)-150 Millimetre ( MJP / DSR / /P.No.55/I.No.10 ) 55 The work shall be carried out as per the instructions of Engineer in-charge. Per one Number 38 Providing and laying in situ cement concrete of trap/ granite/ quartzite/ gneiss metal for foundation and bedding including dewatering formwork compacting curing & finishing etc. complete b) M-150 PWD/DSR/ /BDE-CD- 3/ The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter Dewatering the excavated trenches & pools of water in building / pipe line trenches well works by using pumps and other devices including disposing of water to safe dist. As directed.by Engineer in charge (including cost of machinery, labour and fuel) etc complete 39 Providing, lowering, laying & fixing DI joint (Bell Joint) leak repair clamp including all taxes (Central, State & Municipal), insurance, freight, loading, unloading, stacking etc. complete as directed by engineer incharge etc. complete Millimetre MJP/DSR/ / Page No.38 Item No The work shall be carried out as per the instructions of Engineer in-charge. Brake horse power(bh P)/ Horse MJP/DSR/ The work shall be carried out as per the instructions of Engineer in-charge. Per one Number

312 40 Providing and supplying ISI standard M.S.Pipes of required thickness with 3 coats of approved make epoxy paint (Shalimar, Ciba or Mahindra and Mahendra make) from out side & inside including all taxes (Central and local), octroi, inspection charges, transportation to store / site and stacking, etc complete. a) All socktted specials or socketed branch flanged specials of all diameters Page 310 of 376 MJP/DSR 15-16/Page-68, Item The work shall be carried out as per the instructions of Engineer in-charge. Per one running meter 41 Welding in all positions with required no of runs, for MS pipes internally andor externally including guging wherever necessary, fixing appurentenances and other accessories in connection with pipe laying work as specifications -Butt Joints : Plat Thickness a)8millimetre. 42 Providing, lowering and joining ISI standard RCC pipes in standard length of following class and diameter suitable for either collar joints or rubber ring joints including all taxes (central and local) inspection charges transport to departmental stores / site, unloading and stacking etc. complete and laying and jointing in proper grade and alignments RCC pipes with collar joints in CM 1:1 proportion or socketed RCC Pipes with rubber joints (including cost of rubber ring or R.C.C. collar) including cost of conveyance from to store to site of works cost of jointing materials, labour and giving hydraulic testing etc. complete as directed by engineer incharge (for all class of pipes) (Only 85 % rate shall be payable till satisfactory hydraulic testing is given) MJP/DSR 15-16/Page-68, Item-7. (IS ) (IS ) The work shall be carried out as per the instructions of Engineer in-charge. The work shall be carried out as per the instructions of Engineer in-charge. Per one running meter a. 300 Millimetre Diameter NP-3 Pipe Per one running meter b. 450 Millimetre Diameter NP-3 Pipe Per one running meter

313 Page 311 of Providing and constructing on sewer BBM, circular manhole chamber CM 1:4 with concentric cone 1.20m Diameter. at bottom and 0.50m dia at top up to a depth of 2m,1.5m diameter at bottom & 0.50m Diameter at top up to depth of 9m with with 23Centimeter thk. Brick work up to depth of 2m from top of chamber & 35 thk brick work for next 2m depth and 45Centimeter thk brick work for remaining depth up to 9.0m depth of chamber plastering in 1:2 CM proportion oncluding additiona l excavation in additions to pipe trenches foundation concrete 250Millimetre thk and haunchesand channal in cement mortar 1:2:4 proportions finishing& fixing CI dapuri type steps each weighing 5.5kg cement concrete 1:2:4 coping and providing of & fixing approval making and quality SFRC (Steel fibre reinforced concrete) covers and frame of 560Millimetre Diameter (20 tonne capacity etc complete as directed by Engineer In Charge a. for depth 2.0 m b. for depth 2.5 m The work shall be carried out as per the instructions of Engineer in-charge. Per one Number Per one Number c. for depth 3.0 m Per one Number 43 Removing and transporting the excavated surplus material of all categories and deposing of the same as conveying spreading or stacking beyond the initial lead of 50m as directed by engineer incharge etc complete. (lead up to 1 Km) 44 Providing and constructing rectangular chambers of following size d= 1m in BB masonary with cement mortar 1:4 & plaster in CM 1:2, 20Millimetre thk. On both sides cement concrete 1:2:4 for cover fixing 0.1m thk including additional excavation required with providing SFRC frame & cover of following size etc complete as directed by Engineer In Charge ( MJP / DSR / / PAGE NO.22/Statemen t - VI (A)) 22 The work shall be carried out as per the instructions of Engineer in-charge. The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter a. 900 x 450 x 1000 H.D. Per one Number

314 b. 600 x 450 x 1000 H.D. Page 312 of 376 Per one Number 45 Providing and Laying in situ, following grades of C.C. of trap / granite / quartzite / gneiss metal for foundation and bedding including bailing out water form work compacting and curing etc. Complete. Grade (M-150) Spec: - BdE - 1/287 The work shall be carried out as per the instructions of Engineer in-charge. Per one cubic meter.

315 Page 313 of 376 Sr. No. Material & tests Test Frequency Conducting prescribed tests for Quality Control- 1 Conducting prescribed tests for Quality Control Cement -Standard Consistency, Fineness, Specific Gravity, Setting time,(initial & final), Compressive trength,chemical analysis etc. 1) The test shall be carried out in accordance with the Clause " Samples & Testing of Materials " give under "Additional General Conditionas & Specification" of this tender document. 2) The testing of materials shall be carried out as per the frequency specified by the Vigilance & Quality Control Circle, pune and shall be the responsibility of contractor. 3)The material required for testing shall be sent by the contractor to the specified Laboratory at his own risk and cost. 4) In case the desired results are not obtained during testing or the material is rejected due to unsatisfactory results the testing charges shall not be paid to the contractor. 6) It shall be obligatory on contractor to produce the test revised by the Laboratory. Material Testing shall be carried out as directed by Engineer in Charge. 1 Test per Metric Ton 2 Fine Aggregate (Sand)-for concrete work. 2.1 Fineness Modulus (Sieve Analysis), Silt & Clay Content 2.2 Chloride & Sulphate Content 1 Test per Source 3 Coarse Aggregate (Metal)-for concrete work. 3.1 Water Absorption, Specific Gravity, Impact Value, Crushing Value 1.Every batch of sand 2. At least 1 test per day/per source/per 1 Test per 1000 Cubic Metre/source. 3.2 Sieve Analysis At least 1 test per day/per source/per 3.3 Flakiness Index,Elongation Index 1 Test per 400Cubic Metre/source.

316 4 Concrete Mix Design & comp strength tests Concrete Mix Designof various concrete 4.1 grades: M-15,M-20M-35,M-40 etc Page 314 of Test per Source 4.2 Comp. Strength M-15,M-20M-35,M-40 etc & Non-Destructive Test-Altrsonic Pulse Velocity & Rebound Hammer Test. 1) set m set 2)6-15 m3-2 set 3)16-30 m3-3 set4) m3-4 set5)51m3 and above-4+ one set for each additional 50 m3 4.3 Concrete Admixture:Chemical & physical analysis 5 Reinforcement (Steel) Upto 16mm Bar Tensile strength, %, Elongation, Yield Stress, Weight-Per Meter, 5.1 Bend / Rebend Test, Proof Stress,chemical analysis etc Above 16mm Bar Tensile strength, %, Elongation, Yield Stress, Weight-Per Meter, Bend / Rebend Test, Proof Stress,chemical analysis etc Water:PH value, Sulphat & Chloride Content,Physical & chemical analysis 7 Coal Tar Epoxy Paint Drying Time test per lot per source 1 Test per Metric Ton 1 Test per Metric Ton 1 Test per Source for every 3 months. 1 Test per Source 7.2 Dry Film Thickness 1 Test per Source 7.3 Flexibility 1 Test per Source 7.4 Gel Time 1 Test per Source 7.5 Pol Life 1 Test per Source 7.6 Volume of Solid 1 Test per Source 8 Embankment (Hard Murum/Earth) 8.1 Sieve Analysis 1 Test per Cubic Metre 8.2 Liquid Limit & Plastic Limit 1 Test per Cubic Metre 8.3 Field Moisture content 1 Test per Cubic Metre

317 Field Density by Sand Replacement method Page 315 of set of 3 tests per 1000sqm/layer Compaction Test by Proctor Density CBR 1 Test per Cubic Metre 1 Test per Cubic Metre 9 Granular Sub Base (GSB) 9.1 GSB Mix Design 1 Test per source 9.2 Grading of Aggregates 1 Test per Cubic Metre 9.3 Flakiness Index,Elongation Index 1 Test per Cubic Metre 9.4 Liquid Limit & Plastic Limit 1 Test per Cubic Metre Water Absorption, Specific Gravity, Impact 1 Test per Cubic Metre 9.5 Value /Crushing Value. 9.6 Density of Compacted Area 1 set of 3 tests per 1000sqm/layer 10 Wet Mix Macadam (WMM) WMM Mix Design Test per source 10.2 Grading of Aggregates 1 Test per Cubic Metre 10.3 Flakiness Index,Elongation Index 1 Test per Cubic Metre Liquid Limit & Plastic Limit Water Absorption, Specific Gravity, Impact Value /Crushing Value. 1 Test per Cubic Metre 1 Test per Cubic Metre 10.6 Density of Compacted Area 1 set of 3 tests per 1000sqm/layer 11 Prime /Tack Coat 11.1 Quality of Binder - Penetration, softening point, Flash & Fire Point, Specific Gravity etc. 1 Test per bouser Rate of Spread - % Residue Test By Evaporation / Sieve Test Binder Temprature 3 test per day 12 Dense Bituminous Macadam (DBM) & Bituminius concrete. At regular close intrvals DBM Job Mix Design 1 Test per Source

318 Page 316 of BC Job Mix Design 1 Test per Source 12.3 Flakiness & Elongaton Index 1 Test per Cubic Metre 12.4 Stripping Value of Aggregate 1 Test per Source Water Absorption, Specific Gravity, Impact 1 Test per Cubic Metre 12.5 Value / Crushing Value 12.6 Grading of Aggregates-mix 1 Test per Cubic Metre 12.7 Soundness of aggregates 1 Test per Source 12.8 Density of Bituminious Mix 1 Test per Square Metre 12.9 Ductility/Elastic Recovery 1 Test per bouser Penetration, Flash & Fire Point, Specific 1 Test per bouser Gravity, Softening Point, Viscosity Test 1 Test per bouser Thin Film Oven Test, Elastic Recovery of 1 Test per bouser Residue of modified bitumen Extraction Test 2 Test per dayper /plant Marshall Stability 2 Test per dayper /plant Separation Test for modified bitumen 1 Test per Metric tonne 13 Thermoplastic Paint 13.1 Glass Bead contents & grading analysis 1 Test per Source 13.2 Reflectance & yellowness index 1 Test per Source 13.3 Flowablity (Percent residue) 1 Test per Source 13.4 Softening Point (Ring & Ball method) 1 Test per Source 13.5 Drying time 1 Test per Source 14 Sign Board 14.1 Retro Reflective Test 1 Test per Number 15 Rubble 15.1 Crushing Value / Cmpressive Strength, Water 1 Test per 1000 cumper source. absorption & Specific Gravity

319 Page 317 of 376 NOTES FOR SCHEDULE OF ITEMS FOR ADDITIONAL WORK 1. Additional work likely to crop up are included in schedule of items (Schedule- 'C' for extra work) where the rates are fixed. Rates for all rebates shall be 80% of the rate for extra work. 2. Rebate in case of total replacement of any component due to the requirements of the departments shall be 100% of the rate for the extra work. 3. Any items beyond the items referred in Schedule-'C' shall be derived from D.S.R. at the time of execution of extra items and for such items no escalation will be paid. Escalation will also not be payable for the items for which Schedule- C rates are paid. 4. The rates for items not covered either by the Schedule 'C' or D.S.R. shall be worked out from actual expenses adding 20% for overheads and for profits. In case the contractor submit his account of actual expenses in such cases by duly countersigned periodically in the form and manner directed by Engineer-In-charge. The Engineer- in charge may call for contractor's book of accounts for verification any time. 5. Only natural sand is to be used for the construction items as per itemwise specifications and Schedule-C. No crushed sand is allowed for concrete and masonry work.

320 Page 318 of 376 SCHEDULE 'C' for Extra Work Schedule of items for Additional work for which rates are fixed and are given below: NAME OF WORK: Construction Of Flyover Bridge (Grade Seperator) At Powai Naka on Mahabaleshwar Satara Rahimatpur Road Sh-140 AT Km.52/800 Tal & Dist. Satara (With Contractors Own Design & Drawings) Sr No. Item of Work Tender rates in Unit Amount Rupees in Figures Rupees in Words 1 Item No.:- 1- Increase/Decrease in the Retaining Wall Foundation :- Foundation of Retaining wall Complete in all respect extra over over lumpsum quotation for taking the base of the foundation below the corresponding levels shown in the Departmental Design and drawing for tender. (Rate includes all items of construction required for foundation such as excavation in all strata, dewatering scaffolding cofferdam, soling, leveling concrete, foundation concrete of required grade, retaining wall, annular filling,anchor bars, steel reinforcement curing including required backfilling with compaction. etc.complete.) 2 Item No. :-2- Increase/Decrease in the RCC Closed Box portion m out to out, Cross Section as per GAD- Kholapur to Satara ST Stand - R.C.C. Box complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Closed box if required length of box increase/decrease the corresponding Closed box length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC Closed box length and other connected members, all items of construction required for RCC Closed box such as excavation for closed box & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for Slab bottom, RCC Gutter & kerb, Grade Separator road crust with PQC with specified thickness give in tender/contract, etc.complete.) Rupees Five Thousand Four Hundred Forty Six and Paise Sixty Only Rupees Four Lakhs Seven Thousand Six Hundred Forty and Paise Nil Only Rate Per running meter for Increase/Decre ase in the depth of Retaining Wall Foundation. Rate Per running meter for Increase/Decre ase in the length of RCC Closed Box portion m out to out, Cross Section as per GAD

321 Page 319 of Item No. :-3- Increase/Decrease in the RCC Open portion (Retaining wall Portion) m out to out, Cross Section as per GAD- Kolhapur to Satara ST Stand - R.C.C. open portion (Retainaing wall portion ) complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Open portion if required length of open portion increase/decrease the corresponding open portion length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC open portion length and other connected members, all items of construction required for RCC Open Portion Length such as excavation for open portion including both retaining wall & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for kerb, RCC Gutter,Grade Separator road crust with PQC as specified thickness give in tender/contract etc.complete.) Rupees One Lakhs Sixty One Thousand One Hundred Eighty Eight and Paise Nil Only Rate Per running meter for Increase/Decre ase in the length of RCC Open portion m out to out, Cross Section as per GAD 4 Item No. :-4- Increase/Decrease in the RCC Closed Box portion m out to out, Cross Section as per GAD-Powai Naka to Pandharpur - R.C.C. Box complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Closed box if required length of box increase/decrease the corresponding Closed box length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC Closed box length and other connected members, all items of construction required for RCC Closed box such as excavation for closed box & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for Slab bottom, RCC Gutter & kerb, Grade Separator road crust with PQC with specified thickness give in tender/contract etc.complete.) Rupees Two Lakhs Seventy Five Thousand Four Hundred Forty Four and Paise Nil Only Rate Per running meter for Increase/Decre ase in the length ofrcc Closed Box portion m out to out, Cross Section as per GAD

322 Page 320 of Item No. :-5- Increase/Decrease in the RCC Open portion (Retaining wall Portion)-8.80m out to out, Cross Section as per GAD- Powai Naka to Pandharpur- R.C.C. open portion (Retainaing wall portion ) complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Open portion if required length of open portion increase/decrease the corresponding open portion length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC open portion length and other connected members, all items of construction required for RCC Open Portion Length such as excavation for open portion including both retaining wall & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for kerb, RCC Gutter,Grade Separator road crust with PQC as specified thickness give in tender/contract etc.complete.) 6 Item No. :-6- Increase/Decrease in the RCC Closed Box portion m out to out, Cross Section as per GAD-Kass Pathar Road to ST Stand Road - R.C.C. Box complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Closed box if required length of box increase/decrease the corresponding Closed box length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC Closed box length and other connected members, all items of construction required for RCC Closed box such as excavation for closed box & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for Slab bottom, RCC Gutter & kerb, Grade Separator road crust with PQC with specified thickness give in tender/contract etc.complete.) Rupees One Lakhs Thirty One Thousand Four Hundred Eleven and Paise Nil Only Rupees Two Lakhs Fifty Six Thousand Eight Hundred Fifty One and Paise Nil Only Rate Per running meter for Increase/Decre ase in the length of RCC Open portion m out to out, Cross Section as per GAD Rate Per running meter for Increase/Decre ase in the length ofrcc Closed Box portion m out to out, Cross Section as per GAD

323 Page 321 of Item No. :-7- Increase/Decrease in the RCC Open portion (Retaining wall Portion) -7.30m out to out, Cross Section as per GAD- Kass Pathar Road to ST Stand Road- R.C.C. open portion (Retainaing wall portion ) complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Open portion if required length of open portion increase/decrease the corresponding open portion length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC open portion length and other connected members, all items of construction required for RCC Open Portion Length such as excavation for open portion including both retaining wall & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for kerb, RCC Gutter, Grade Separator road crust with PQC as specified thickness give in tender/contract etc.complete.) Rupees One Lakhs Twenty Four Thousand Five Hundred Seventy Eight and Paise Nil Only Rate Per running meter for Increase/Decre ase in the length of RCC Open portion m out to out, Cross Section as per GAD

324 Page 322 of 376 SPECIFICATION IN SCHEDULE OF ITEMS FOR ADDITIONAL WORK NAME OF WORK : Construction Of Flyover Bridge (Grade Seperator) At Powai Naka On Mahabaleshwar Satara Rahimatpur Road Sh-140 AT Km.52/800 Tal & Dist. Satara (With Contractors Own Design & Drawings) Sr. No. Item of Work of Item 1 Item No.:- 1- Increase/Decrease in the Retaining Wall Foundation :- Foundation of Retaining wall Complete in all respect extra over over lumpsum quotation for taking the base of the foundation below the corresponding levels shown in the Departmental Design and drawing for tender. (Rate includes all items of construction required for foundation such as excavation in all strata, dewatering scaffolding cofferdam, soling, leveling concrete, foundation concrete of required grade, retaining wall, annular filling,anchor bars, steel reinforcement curing including required backfilling with compaction. etc.complete.) 2 Item No. :-2- Increase/Decrease in the RCC Closed Box portion m out to out, Cross Section as per GAD- Kolhapur to Satara ST Stand - R.C.C. Box complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Closed box if required length of box increase/decrease the corresponding Closed box length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC Closed box length and other connected members, all items of construction required for RCC Closed box such as excavation for closed box & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for Slab bottom, RCC Gutter & kerb, Grade Separator road crust with PQC with specified thickness give in tender/contract, etc.complete.) Reference and Additional Specication if any The depth for measurment for payment / rebate shall be thge difference in R.L. of foundation level shown in Departmental drawing as less or more during /actual excavation for open foundation. The Length for measurment for payment / rebate shall be thge difference in Length shown in Departmental drawing as less or more during /actual length according to execution.

325 Page 323 of Item No. :-3- Increase/Decrease in the RCC Open portion (Retaining wall Portion) m out to out, Cross Section as per GAD- Kolhapur to Satara ST Stand - R.C.C. open portion (Retainaing wall portion ) complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Open portion if required length of open portion increase/decrease the corresponding open portion length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC open portion length and other connected members, all items of construction required for RCC Open Portion Length such as excavation for open portion including both retaining wall & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for kerb, RCC Gutter,Grade Separator road crust with PQC as specified thickness give in tender/contract etc.complete.) 4 Item No. :-4- Increase/Decrease in the RCC Closed Box portion m out to out, Cross Section as per GAD-Powai Naka to Pandharpur - R.C.C. Box complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Closed box if required length of box increase/decrease the corresponding Closed box length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC Closed box length and other connected members, all items of construction required for RCC Closed box such as excavation for closed box & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for Slab bottom, RCC Gutter & kerb, Grade Separator road crust with PQC with specified thickness give in tender/contract etc.complete.) The Length for measurment for payment / rebate shall be thge difference in Length shown in Departmental drawing as less or more during /actual length according to execution. The Length for measurment for payment / rebate shall be thge difference in Length shown in Departmental drawing as less or more during /actual length according to execution.

326 Page 324 of Item No. :-5- Increase/Decrease in the RCC Open portion (Retaining wall Portion)-8.80m out to out, Cross Section as per GAD- Powai Naka to Pandharpur- R.C.C. open portion (Retainaing wall portion ) complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Open portion if required length of open portion increase/decrease the corresponding open portion length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC open portion length and other connected members, all items of construction required for RCC Open Portion Length such as excavation for open portion including both retaining wall & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for kerb, RCC Gutter,Grade Separator road crust with PQC as specified thickness give in tender/contract etc.complete.) 6 Item No. :-6- Increase/Decrease in the RCC Closed Box portion m out to out, Cross Section as per GAD-Kass Pathar Road to ST Stand Road - R.C.C. Box complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Closed box if required length of box increase/decrease the corresponding Closed box length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC Closed box length and other connected members, all items of construction required for RCC Closed box such as excavation for closed box & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for Slab bottom, RCC Gutter & kerb, Grade Separator road crust with PQC with specified thickness give in tender/contract etc.complete.) The Length for measurment for payment / rebate shall be thge difference in Length shown in Departmental drawing as less or more during /actual length according to execution. The Length for measurment for payment / rebate shall be thge difference in Length shown in Departmental drawing as less or more during /actual length according to execution.

327 Page 325 of Item No. :-7- Increase/Decrease in the RCC Open portion (Retaining wall Portion) -7.30m out to out, Cross Section as per GAD- Kass Pathar Road to ST Stand Road- R.C.C. open portion (Retainaing wall portion ) complete in all respects. Extra over lump sum quotation for taking foundation level of the RCC Open portion if required length of open portion increase/decrease the corresponding open portion length shown in the Departmental design, drawing and described in scope of the work for tender. (Rate includes increase/decrease in the RCC open portion length and other connected members, all items of construction required for RCC Open Portion Length such as excavation for open portion including both retaining wall & grade Separator in all sort of strata, soft rock, hard rock, concrete of required grade, curing scaffolding, centring, shuttering TMT 500 reinforcement, dewatering, backfilling, italia glossy tiles for wall, Painting for kerb, RCC Gutter, Grade Separator road crust with PQC as specified thickness give in tender/contract etc.complete.) The Length for measurment for payment / rebate shall be thge difference in Length shown in Departmental drawing as less or more during /actual length according to execution.

328 Page 326 of 376

329 Page 327 of 376

330 Page 328 of 376

331 Page 329 of 376

332 Page 330 of 376

333 Page 331 of 376

334 Page 332 of 376

335 Page 333 of 376 IRC 58(2002)-Guideline for design of Rigid Pavement.

336 Page 334 of 376

337 Page 335 of 376

338 Page 336 of 376

339 Page 337 of 376

340 Page 338 of 376

341 Page 339 of 376

342 Page 340 of 376

343 Page 341 of 376

344 Page 342 of 376

345 Page 343 of 376

346 Page 344 of 376

347 Page 345 of 376

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NASHIK PUBLIC WORKS CIRCLE, NASHIK B-1 TENDER PAPERS

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NASHIK PUBLIC WORKS CIRCLE, NASHIK B-1 TENDER PAPERS 1 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, NASHIK PUBLIC WORKS CIRCLE, NASHIK B-1 TENDER PAPERS NAME OF WORK: - Construction of Toilet Block for Officers, Staff and Clients

More information

नव म बई मह नगरप लक Municipal Corporation

नव म बई मह नगरप लक Municipal Corporation नव म बई Navi Mumbai मह नगरप लक Municipal Corporation 3 र मजल,आर य वभ ग, एनएमएमस 3 rd FLOOR,HEALTH DEPT., NMMC BHAVAN, भवन, स -15ऐ, स.ब.ड.नव म बई 400 SEC-15A, CBD BELAPUR, 614.द र वन : 27567261 NAVI MUMBAI

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

e - Tender Notice No. For

e - Tender Notice No. For e - Tender Notice No. For 2015-2016 1 Dy. Ex. Engg. NAME OF WORK: INDEX Construction of Sports Complex Building at Shirala (Mangale), in Tal. Shirala, Dist. Sangli. ( Multipurpose Hall & Gymnasium ) Sr.No.

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

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

.. // 4955 /05, ह ह ह ह ह -400 0,... E-mail-malegaon.ee@mahapwd.com 4//05 :- -. ह, - 8 05-06 ( ल ) ह.. ह. ह. 4 5 ह - - / ह. ह ह. ह ह..,..,.. 0554-59 0//05. ह. ) ) ह,..,., - 4.,.,.., ह..,, ह.,.. / / /..

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

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

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

EMPLOYEES STATE INSURANCE CORPORATION ESIC HOSPITAL ANKLESHWAR, DIST. BHARUCH E-TENDER FOR SUPPLY OF POTABLE WATER THROUGH WATER TANKER

EMPLOYEES STATE INSURANCE CORPORATION ESIC HOSPITAL ANKLESHWAR, DIST. BHARUCH E-TENDER FOR SUPPLY OF POTABLE WATER THROUGH WATER TANKER EMPLOYEES STATE INSURANCE CORPORATION ESIC HOSPITAL ANKLESHWAR, DIST. BHARUCH (Ministry of Labour & Employment, Govt. of India) E-TENDER FOR SUPPLY OF POTABLE WATER THROUGH WATER TANKER Page 1 of 8 Important

More information

TENDER DOCUMENTS COST :- RS. 1,54, PUBLIC WORKS (WEST) DIVISION,SANGLI PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE,KOLHAPUR

TENDER DOCUMENTS COST :- RS. 1,54, PUBLIC WORKS (WEST) DIVISION,SANGLI PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE,KOLHAPUR PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE,KOLHAPUR PUBLIC WORKS (WEST) DIVISION,SANGLI ==================== ============================== =========== TENDER DOCUMENTS NAME OF WORK:- Structural Audit

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

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 Improvements to O.D.R.29

More information

अख ल भ रत य व क श रवण स स थ न, म स र - 6

अख ल भ रत य व क श रवण स स थ न, म स र - 6 अख ल भ रत य व क श रवण स स थ न, म स र - 6 ALL INDIA INSTITUTE OF SPEECH & HEARING: MYSURU 6 (An Autonomous body under the Ministry of Health and Family Welfare,) Govt. of India), Manasagangothri, Mysuru

More information

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

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

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

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

क र यक र अभ र त, भतल र क लव भव ग क र.१, चर ठ -स व तव ड

क र यक र अभ र त, भतल र क लव भव ग क र.१, चर ठ -स व तव ड दरपत रक स चन क र.२ सन २०१३-१४ क र यक र अभ र त, भतल र क लव भव ग क र.१, चर ठ -स व तव ड, भज. ससध द गय भ न क ड क र. ४१६५१० द रध वन क र. ०२३६३/२७२२१३ ह Construction of R.C.C.Box of internal size 3.00 x 2.70

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

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 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 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

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

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

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

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

(To be published in the institute website ) Corrigendum to

(To be published in the institute website ) Corrigendum to (To be published in the institute website ) Corrigendum to Mahatma Gandhi Institute for Rural Industrialisation (MGIRI) (A national institute under the Ministry of MSME, Govt. of India) Maganwadi, Wardha

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

TENDER PAPERS ( E-Tender)

TENDER PAPERS ( E-Tender) 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 Improvements Udatare Khadki Chindhawali

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

The Hitavada, Nagpur Editions (English); Dainik Bhaskar, Nagpur Edition (Hindi) Lokmat, Nagpur Edition (Marathi)

The Hitavada, Nagpur Editions (English); Dainik Bhaskar, Nagpur Edition (Hindi) Lokmat, Nagpur Edition (Marathi) त, हतव द, न गप र क शन (अ ज ) The Hitavada, Nagpur Editions (English); द नक भ कर, न गप र क शन ( ह द ) Dainik Bhaskar, Nagpur Edition (Hindi) ल कमत, न गप र क शन (मर ठ ) Lokmat, Nagpur Edition (Marathi) आक

More information

The Hitavada, Nagpur Editions (English); Dainik Bhaskar, Nagpur Edition (Hindi) Lokmat, Nagpur Edition (Marathi)

The Hitavada, Nagpur Editions (English); Dainik Bhaskar, Nagpur Edition (Hindi) Lokmat, Nagpur Edition (Marathi) त, हतव द, न गप र क शन (अ ज ) The Hitavada, Nagpur Editions (English); द नक भ कर, न गप र क शन ( ह द ) Dainik Bhaskar, Nagpur Edition (Hindi) ल कमत, न गप र क शन (मर ठ ) Lokmat, Nagpur Edition (Marathi) आक

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

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

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

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

ग णत वभ ग दल ल वश व व य लय, दल ल

ग णत वभ ग दल ल वश व व य लय, दल ल ग णत वभ ग DEPARTMENT OF MATHEMATICS दल ल वश व व य लय, दल ल -110007 UNIVERSITY OF DELHI,DELHI 110007 ई-म ल:head@maths.du.ac.in द रभ ष. 27666658 PROF. V. RAVICHANDRAN Tender No. :DU/Maths/XII Plan/2017/1339

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

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

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

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

भ रत य क त रम अ ग नम र ण नगम (ए ल क ) (भ रत सरक र क एक मन र न उपक रम) ज.ट. र ड, क नप र ISO 9001:2008

भ रत य क त रम अ ग नम र ण नगम (ए ल क ) (भ रत सरक र क एक मन र न उपक रम) ज.ट. र ड, क नप र ISO 9001:2008 भ रत य क त रम अ ग नम र ण नगम (ए ल क ) (भ रत सरक र क एक मन र न उपक रम) ज.ट. र ड, क नप र-209217 ISO 9001:2008 अन ब ध क आध र पर आर.स.आई. प ज क त प र थ ट ट और आथ ट ट प र फ शनल क इ ग जम ट भ रत य क त रम अ ग

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

e - Tender Notice No. 31/05 For

e - Tender Notice No. 31/05 For e - Tender Notice No. 31/05 For 2016-2017 1 Dy. Ex. Engg. INDEX NAME OF WORK: Construction of Sakav at Maharki Panand Road, in Village Padali, in Tal. Shirala, Dist. Sangli. Sr.No. Description Page No.

More information

WATER TARIFF BILLING SYSTEM

WATER TARIFF BILLING SYSTEM WATER TARIFF BILLING SYSTEM Version. USER s MANUAL 5 Ekata Marg, New Baneshwor, Kathmandu-, Nepal Phone: 977--007, 09 Fax: 977--007 Email: support@softwel.com.np Http: www.softwel.com.np Contents List

More information

Earenest Money in Rs. in Rs. 11,69,07,120/- 5,84,600/- (vai Online Mode only) 4,70,35,705/- 2,35,200/- (vai Online Mode only)

Earenest Money in Rs. in Rs. 11,69,07,120/- 5,84,600/- (vai Online Mode only) 4,70,35,705/- 2,35,200/- (vai Online Mode only) GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS DIVISION PANDHAPUR E-TENDER NOTICE NO /07/ FOR 2016-2017.(e-Online) Sealed online B-1, e-tenders for the following work are invited by the

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

Further extension of date of submission and opening of Tender advt. No. MGIRI / RCI / 02 /

Further extension of date of submission and opening of Tender advt. No. MGIRI / RCI / 02 / Further extension of date of submission and opening of Tender advt. No. MGIRI / RCI / 02 / 2016-17 Extension of date of submission and opening of Tender advt. No. MGIRI / RCI / 02 / 2016-17 Website Advt.

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

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

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

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

JHARKHAND STATE AIDS CONTROL SOCIETY. Department of Health & Family Welfare, Government of Jharkhand Sadar Hospital Campus, Purulia Road, Ranchi.

JHARKHAND STATE AIDS CONTROL SOCIETY. Department of Health & Family Welfare, Government of Jharkhand Sadar Hospital Campus, Purulia Road, Ranchi. JHARKHAND STATE AIDS CONTROL SOCIETY Department of Health & Family Welfare, Government of Jharkhand Sadar Hospital Campus, Purulia Road, Ranchi. TENDER DOCUMENT COST OF TENDER Rs. 500/-(By DEMAND DRAFT)

More information

श सदन (झ ल -घर) एव ड क यर स टर चल न ह त र चच क अश व यक तत

श सदन (झ ल -घर) एव ड क यर स टर चल न ह त र चच क अश व यक तत श सदन (झ ल -घर) एव ड क यर स टर चल न ह त र चच क अश व यक तत भ रत य प रब ध स स थ न इ द र अपन इ द र पररसर म अन भव और न म अभभकरण /ग र सरक र स गठन /स स थ न स भ सदन (झ ल -घर) एव ड क यर स टर चल न ह त र चच क अभभव

More information

For Garden Maintenance in CIIL Campus

For Garden Maintenance in CIIL Campus भ रत य भ ष स थ न CENTRAL INSTITUTE OF INDIAN LANGUAGES Department of Higher Education, MHRD, Government of India Manasagangotri, Hunsur Road, Mysuru-57006 Telephone No.2345007/2345182, Fax No. 2515032

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

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

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS व जय ब क (भ रत सरक र क उपक रम) VIJAYA BANK (A Govt. of India Undertaking) प रध न क य लय Head Office 41/2, एम ज र ड M G Road ब गल र Bangalore 560 001 श ख /क य लय : स ट फ मह व द य लय, ब गल र Branch/Office

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

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, PUNE PUBLIC WORKS CIRCLE,SATARA. PUBLIC WORKS (WEST) DIVISION, SATARA. B-1 TENDER PAPERS ( E-Tender) FOR THE WORK OF Improvement to Guhagar Chiplun Karad Jat

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

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

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

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

(02:00 PM) औ /Date and time of the (3:30 PM) opening of Technical bid of tenders To be informed to

(02:00 PM) औ /Date and time of the (3:30 PM) opening of Technical bid of tenders To be informed to ,, (NATIONAL INSTITUTE OF FASHION TECHNOLOGY, JODHPUR, RAJASTHAN) ग (SHORT TERM TENDER FOR PORTABLE/DRINKING WATER(Meetha Pani) SUPPLY AT NIFT CAMPUS KARWAR, JODHPUR) Estimate Cost/value of Tender:- Rs

More information

Quote Rate of Wall Painting excluding Service Tax but including all other charges.

Quote Rate of Wall Painting excluding Service Tax but including all other charges. ----------------------------------------------------------------------------------------------------------------------------- ------------------ Corrigendum to Tender Notice for Wall Painting in the area

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

ISLAMPUR MUNICIPAL COUNCIL ISLAMPUR

ISLAMPUR MUNICIPAL COUNCIL ISLAMPUR ISLAMPUR MUNICIPAL COUNCIL ISLAMPUR TENDER DOCUMENTS FOR NAME OF THE WORK :--- Providing, Erecting & commissioning L.P.G. Cremator, Islampur Smashan Bhoomi, Islampur In R.S. No 129/2 & Maintaining & the

More information

fufonk uecj / Tender No: NJ NIT/No.15497/ DRINKING WATER(MEETHA PANI) TANKER/43/2018

fufonk uecj / Tender No: NJ NIT/No.15497/ DRINKING WATER(MEETHA PANI) TANKER/43/2018 ,, (NATIONAL INSTITUTE OF FASHION TECHNOLOGY, JODHPUR, RAJASTHAN) - ग (NOTICE INVITING E-TENDER FOR DRINKING WATER (MEETHA PANI) TANKER SUPPLY AT NIFT CAMPUS KARWAR, JODHPUR) Estimate Cost/value of Tender:-

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

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

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

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

भ क अन प - र टर य च वल अन स ध न स थ न कटक (ओ डश ), भ रत

भ क अन प - र टर य च वल अन स ध न स थ न कटक (ओ डश ), भ रत भ क अन प - र टर य च वल अन स ध न स थ न कटक- 753006 (ओ डश ), भ रत ICAR - NATIONAL RICE RESEARCH INSTITUTE CUTTACK 753006, (ODISHA), INDIA PHONE: 0671 2367768-783, FAX: 0671 2367663, E-mail: crrictc@nic.in

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

(Speed Post) Sir, Approx. Quantity 80 cu. m. S. No. Name of Works

(Speed Post) Sir, Approx. Quantity 80 cu. m. S. No. Name of Works भ क अन प - भ रत य म द एव जल स रक षण स स थ न ICAR Indian Institute of Soil & Water Conservation (Formerly known as CSWCRTI) अन स ध न क न द र, व सद - ३८८ ३०६, जजल आण द, ग जर त Research Centre, Vasad 388

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

भ क अन प भ रत य कदन न अन स ध न स स थ ICAR INDIAN INSTITUTE OF MILLETS RESEARCH

भ क अन प भ रत य कदन न अन स ध न स स थ ICAR INDIAN INSTITUTE OF MILLETS RESEARCH भ क अन प भ रत य कदन न अन स ध न स स थ ICAR INDIAN INSTITUTE OF MILLETS RESEARCH (ज व र अन स ध न नद श ल-DIRECTORATE OF SORGHUM RESEARCH) र ज न ननग, ह दर ब द/Rajendranagar, Hyderabad-500030 Phone: 040-24599300.Faxno.040-24599304.www.millets.res.in

More information

ग र घ स द स व श व द य लय, ब ल सप र (छ.ग.)

ग र घ स द स व श व द य लय, ब ल सप र (छ.ग.) ग र घ स द स व श व द य लय, ब ल सप र (छ.ग.) Guru Ghasidas Vishwavidyalaya, Koni, Bilaspur 495009 (C.G.) ( A Central University established by the Central Universities Act, 2009 No. 25 of 2009) Website: www.ggu.ac.in

More information

BUREAU OF INDIAN STANDARDS

BUREAU OF INDIAN STANDARDS BUREAU OF INDIAN STANDARDS Manak Bhavan, Doc 9 ETD/42/ Bahadur 11303 Shah Zafar Marg New Delhi 110002 Phones 2323 0131 2323 3375 Extn 4284 TeleFax +91 11 2323 1192 Website : www.bis.org.in email : eetd@bis.org.in

More information

NOTICE FOR PRE-QUALIFICATION OF ARCHITECT/CONSULTANT FOR RENOVATION OF OFFICE BUILDING

NOTICE FOR PRE-QUALIFICATION OF ARCHITECT/CONSULTANT FOR RENOVATION OF OFFICE BUILDING NOTICE FOR PRE-QUALIFICATION OF ARCHITECT/CONSULTANT FOR RENOVATION OF OFFICE BUILDING क र लर भवन क नव न करण क ललए व स त लवद / पर मर द त ओ क स च बद ध करन क स चन Date of Advertisement आव दन ववज ञ पन क त

More information

मह र ष ट र र ज य क ष पणन म डळ षनध व यवस थ पन कक ष गररब षनमम लन स ठ जप नच षनध (JFPR) सह षययत लह न श तक-य न ब ज रप ठ श ज डण प रकल प

मह र ष ट र र ज य क ष पणन म डळ षनध व यवस थ पन कक ष गररब षनमम लन स ठ जप नच षनध (JFPR) सह षययत लह न श तक-य न ब ज रप ठ श ज डण प रकल प मह र ष ट र र ज य क ष पणन म डळ षनध व यवस थ पन कक ष गररब षनमम लन स ठ जप नच षनध (JFPR) सह षययत लह न श तक-य न ब ज रप ठ श ज डण प रकल प पत त - प ल ट न. एफ/ई/७८, भ षवक स ब क प रषशक षण क द र, तळमजल, म क ट य ड,

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

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

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

Tender for Providing & Fixing of Signage Boards in BHEL House Building

Tender for Providing & Fixing of Signage Boards in BHEL House Building Tender for Providing & Fixing of Signage Boards in BHEL House Building Bharat Heavy Electricals Limited BHEL House, Siri Fort, New Delhi-110049 Tel:011-66337426, Fax:011-66337428 TENDER No. AA: GAX: MA:

More information

Notice Inviting Tender (NIT) for Empanelment of Architect / Consultant for Renovation of Office Building and Residential Buildings at Ahmedabad

Notice Inviting Tender (NIT) for Empanelment of Architect / Consultant for Renovation of Office Building and Residential Buildings at Ahmedabad Notice Inviting Tender (NIT) for Empanelment of Architect / Consultant for Renovation of Office Building and Residential Buildings at Ahmedabad RFA Ref. No. NB.Guj.RO/4695 /DPSP-Renovation/2017-18 Date

More information

भ क अन प भ रत य कद न अन स ध न स थ न ICAR INDIAN INSTITUTE OF MILLETS RESEARCH

भ क अन प भ रत य कद न अन स ध न स थ न ICAR INDIAN INSTITUTE OF MILLETS RESEARCH भ क अन प भ रत य कद न अन स ध न स थ न ICAR INDIAN INSTITUTE OF MILLETS RESEARCH ( व र अन स ध न नद श लय DIRECTORATE OF SORGHUM RESEARCH) र ज द रनगर, ह दर ब द/Rajendranagar, Hyderabad-500030 Phone: 040 24599300.Faxno.040

More information