Vous êtes sur la page 1sur 253

NM ENT OF MAHARAS

R HTR
G OVE A

PUBLIC WORKS DEPARTMENT


PUBLIC WORKS REGION , AURANGABAD
PUBLIC WORKS CIRCLE, AURANGABAD
PUBLIC WORKS DIVISION , AURANGABAD

TENDER DOCUMENTS
IN 'C' FORM
e-tendering system
FOR THE WORK OF

CONSTRUCTION OF MAJOR BRIDGE WITH APPROACHES


ACROSS GODAVARI RIVER AT KM 0/800 ON APEGAPON
KURAN PIMPARI ROAD SH-62 TQ.PAITHAN

1.Amount put to Tender : `. 12,80,09,658.00

2.Earnest Money : `. 12,80,000.00

http://pwd.maharashtra.etenders.in

EXECUTIVE ENGINEER
PUBLIC WORKS DIVISION, AURANGABAD
(a)

INDEX
Page No.
Sr. No Chapter
From To

1 Brief Tender Notice …………...………………….…………… 1 2

2 General Information of Contract ….…………………………. 3 5

3 Detailed Tender Notice and sample forms --……………………….… 6 49


4 Form ‘C’…………..………………………………………….. 50 50

5 General rules and directions for the guidance of contractor 51 55

6 Tender for a lump sum contract …………………………….. 56 56

7 Memorandum………………………………………………….. 57 60

8 Conditions of contract………………………………………… 61 83

9 Schedule ‘A’…………………………………………………… 84 84

10 Conditions of Materials to be Brought by Contractor……... 85 87

11 Details of Bridge and Scope of Work……………………….. 88 92

12 Additional General Conditions and Specifications………… 93 168

13 Technical Specifications

14 Specification for Material and workmanship………………...


176 230
15 Specification for Construction Joints…………………………

16 Specifications for Elastometric and Neoprene Bearings…..


17 Schedule ‘C’ (Specification)…………………………………………. 231 241
18 Schedule ‘C’ (Percent)……………………………………………….. 242 251

18 Design Criteria for tenderer’s deign…………………………. 252 274

19 Model Form of Bank Guarantee Bond for Security Deposit. 275 277

20 Quality Assurance & Maintenance Clause………………….. 278 278

21 Conditions of Insurance of Contract Work………. ………... 279 279

22 Price Variation Clause …………………….………………….. 280 288


Sample Form of Registers to be maintained by the
23 289 292
contractor……………………………………………………….

24 Detailed schedule for Running payments………………….. 293 293

25 Declaration of Contractor…………………………………….. 294 294

26 Drawings & Barchart………………………………………… 295


(1)

GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
E-TENDER NOTICE NO. 19/1 of 2015-16 / INTERNAL NIT NO. ____
Online lump sum offer on Contractors Own Design & Drawings in ‘C' For Tender are invited by the
Executive Engineer, Public Works Division, Aurangabad E-mail: aurangabad.ee@mahapwd.com On
Government of Maharashtra Electronic Tender Management System http://maharashtra.etenders.in

SYSTEM TENDER NO. ___ NIT NO._______dated ________ (Online)

Online queries are invited for the following works of items upto as per Online Schedule

The details can be viewed and downloaded online directly from the Government of Maharashtra e-
Tendering Portal http://maharashtra.etenders.in on Sub Portal of Public Works Department
http://pwd.maharashtra.etenders.in from as per Online Schedule

Sr Name of Work Estimated Cost in Time limit in Earnest Cost of Class of


No Rupees Calendar Money Blank Contractor
Months Tender

CONSTRUCTION OF
1. `. 12,80,09,658/- 24 `. 12,80,000/- `. 25,000/- Class –I’C’
MAJOR BRIDGE WITH
APPROACHES ACROSS (Twenty and Above
GODAVARI RIVER AT KM
Four)
0/800 ON APEGAPON
KURAN PIMPARI ROAD Calendar
SH-62 TQ.PAITHAN
Months

For more details on the tender and bidding process you may please visit the above mentioned
portal.
Document tender fees and EMD shall be paid through online mode only. If EMD
exempted then EMD exemption certificate shall be uploaded online.
NOTE :

1. All eligible/interested contractors are mandated to get enrolled on e-Tendering portal


(http://maharashtra.etenders.in)

2. To process the tenders online, to encrypt their bid and to sign the bid hashes, bidders are required to
obtain digital certificate. For details bidders be contact Help Desk.

3. Contractors can contact Help Desk for any clarification of their doubts regarding the process of
Electronic Tendering System. Help Desk at through Email ID support.gom@nextenders.com or
Phone No. 020-25315555
Executive Engineer
Public Works Division
Aurangabad

Contractor. No. of Corrections Executive Engineer.


(2)

COPIES OF
PUBLISHED
TENDER NOTICE
ON

 WEB SITE
 NIT
 NEWS PAPERS

Contractor. No. of Corrections Executive Engineer.


(3)

GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT

ORIGINAL AGREEMENT No. : C/

NAME OF WORK: CONSTRUCTION OF MAJOR BRIDGE WITH


APPROACHES ACROSS GODAVARI RIVER AT KM
0/800 ON APEGAPON KURAN PIMPARI ROAD SH-62
TQ.PAITHAN

1) Name of Contractor. :

2) Date of receipt of Tender. :

3) No. & Date of Work Order :

4) Amount put to Tender : `. 12,80,09,658.00

5) Amount quoted. :

6) Amount of Contract. :

7) Date of Commencement. :

8) Time stipulated for completion : Twenty Four (24) Calendar months


of work. (including monsoon)

9) Date of completion as per :


Agreement

10) Actual date of completion. :


11) Reference to sanction of : 1) _________________________
extension of time 2) _________________________
3) _________________________

Certified that this original agreement contains


Pages 1 to ________
Fly leaves _________ Nos.
Drawings _________ Nos.

Contractor. No. of Corrections Executive Engineer.


(4)

DETAILS OF WORK

NAME OF WORK: CONSTRUCTION OF MAJOR BRIDGE WITH


APPROACHES ACROSS GODAVARI RIVER AT KM
0/800 ON APEGAPON KURAN PIMPARI ROAD SH-62
TQ.PAITHAN

Estimated cost put to tender : `. 12,80,09,658.00.


Earnest money : `. 12,80,000/- ( `.Twelve Lakhs Eighty
Thousand Only )

The EMD applicable amount shall be paid via online mode only. In case of EMD
exemption, valid EMD exemption certificate shall be uploaded online at the time of
submission. Total Security Deposit 4 % (Four Percent) `. 51,20,000 /- (50 % in cash at the
time of agreement and 50 % from R.A. bills ). Time stipulated for completion is 24 (Twenty
Four) Calendar months which will include the monsoon period.

TO BE FILLED BY THE CONTRACTOR


I/WE have quoted my/our offer in in words as well as in figures.

I/WE further undertake to enter into contract in regular “C” form in Public Works
Department.

Name & Signature of Contractor /


Power of Attorney holder
with complete address.

Contractor. No. of Corrections Executive Engineer.


(5)

NAME OF WORK: CONSTRUCTION OF MAJOR BRIDGE WITH


APPROACHES ACROSS GODAVARI RIVER AT KM
0/800 ON APEGAPON KURAN PIMPARI ROAD SH-62
TQ.PAITHAN

Estimated cost put to tender : `. 12,80,09,658.00.


Earnest money : `. 12,80,000/-

Completion time : 24 (Twenty Four) Months

TENDER SCHEDULE
Cost of Tender Form : `. 25,000/-

Period for DownloadingTender Forms : Refer Online schedule on portal


https://pwd.maharashtra.etenders.in

Date of Pre-bid meeting : Refer Online schedule on portal


https://pwd.maharashtra.etenders.in

Last date and time for online bid preparation and : Refer Online schedule on portal
hash submission (technical and financial) https://pwd.maharashtra.etenders.in

Date and time for online bid data decryption and : Refer Online schedule on portal
re-encryption (technical and commercial) https://pwd.maharashtra.etenders.in

Receipt of online EMD / If EMD exempted then : Refer Online schedule on portal
EMD exemption Certificate, stamp paper of Rs. https://pwd.maharashtra.etenders.in
100/- bond Affidavit (Original) in prescribed format
given in Annexure I sworn before Executive
Magistrate / Notary and Tender Document fees, to
be paid online only via Payment Gateway mode /
TDR of Additional performance Security Deposit
(If required) / Location Map of Hot Mix Plant

Registration class of Contractor : Class I ‘C’ and above

Contractor. No. of Corrections Executive Engineer.


(6)

GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT

INVITATION FOR TENDERS


DETAILED TENDER NOTICE

1. Online Lumpsum offer on Contractors Own Design & Drawings in ‘C' For Tender
are invited by the Executive Engineer, Public Works Division, Aurangabad for the
following work from contractors registered in appropriate class of 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 Name of Work Estimated Cost Earnest Security Class of Time limit


No. in Rupees Money Deposit Contract in
or Calendar
Months

CONSTRUCTION OF
1. `.12,80,09,658/- `. 12,80,000/- `.51,20,000/- Class – 24
MAJOR BRIDGE WITH
APPROACHES ACROSS I’C’ and (Twenty
GODAVARI RIVER AT
Above Four)
KM 0/800 ON
APEGAPON KURAN Calendar
PIMPARI ROAD SH-62
Months
TQ.PAITHAN

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 after entering the details of

payment of `. 25,000/- (Rupees Twenty Five Thousand Only) shall 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.

Contractor. No. of Corrections Executive Engineer.


(7)

The tender form, conditions of contract, specifications & contract drawings can

be downloaded online using payment gateway. The EMD applicable amount shall be

paid via online mode only. In case of EMD exemption, the valid EMD exemption

certificate shall be uploaded online. Bids will be opened as per tender schedule, in the

presence of such intending tenderers or his/their authorized representatives who may

be present at time.

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.

TENDERING PROCEDURE: -
1.1 A. 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 paying tender fees via online mode
as per the Tender Schedule.

1.2.1 Tenderers should have valid Class II / III Digital Signature Certificate (DSC)
obtained from any Certifying Authorities. In case of requirement of DSC,
interested Bidders should go to
http://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the procedure
mentioned in the document ‘Procedure for application of Digital Certificate’.

1.2.2 PRE-TENDER CONFERENCE : (ONLINE QUERIES)


Online pre tender conference open to all prospective tenderers who have
downloaded tender form before the date of pre-tender conference will be held
through online, wherein prospective tenderers will have an opportunity to obtain

Contractor. No. of Corrections Executive Engineer.


(8)

clarifications regarding the work and the tender conditions. The clarification and
C.S.D will be given online which will be the part of main tender document.
1.2.2a)PRE BID Meeting i) The bidder or his authorized representative is invited to
attend a pre bid meeting at the office Chief Engineer, Public Works Region,
Aurangabad on ______________at 16:00 Hrs ii) The purpose of the meeting
will be to clarify issues and to answer queries on any matter that may raise at
that stage iii) The proposed bidder is requested to submit any question in writing
or by e-mail or fax to reach the employer well before the date and timing of pre
bid meeting.

1.2.3 The Tenderers have to make a payment of Rs .1054/- online as service charges
for the use of Electronic Tendering during Online Bid Data Decryption and Re-
encryption stage of the Tender.

1.2.4 For any assistance on the use of Electronic Tendering System, the Users may
call the below numbers:
Landline No. - 020 - 25315555

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

1.3 Guidelines to Bidders on the operations of Electronic Tendering System of


Public Works Department. http://pwd.maharashtra.etenders.in
A. Pre-requisites to participate in the Tenders processed by PWD:
1. Enrolment and Empanelment of Contractors on Electronic Tendering System:
The Contractors interested in participating in the Tenders of Public Works Department
–processed using the Electronic Tendering System shall be required to enroll on
the Electronic Tendering System to obtain User ID.

After submission of application for enrolment on the System, the application information
shall be verified by the Authorized Representative of the Service Provider. If the

Contractor. No. of Corrections Executive Engineer.


(9)

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 Enrol 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


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.

Contractor. No. of Corrections Executive Engineer.


(10)

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, 2000.

Unless the Digital Certificate is revoked, it will be assumed to represent adequate


authority of the Authority User to bid on behalf of the Firm for the Tenders processed
on the Electronic Tender Management System of Government of Maharashtra as per
Indian Information Technology Act, 2000. The Digital Signature of this Authorized User
will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform
the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and
apply for a fresh Digital Signature Certificate. The procedure for application of a Digital
Signature Certificate will remain the same for the new 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
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

Contractor. No. of Corrections Executive Engineer.


(11)

required to install Utilities available under the section Mandatory Installation


Components on the Home Page of the System.

The Utilities are available for download freely from the above mentioned section. The
Contractors are requested to refer to the E-Tendering Toolkit for Bidders available
online on the Home Page to understand the process of setting up the System, or
alternatively, contact the Helpdesk Support Team on information / guidance on the
process of setting up the System.

5. Payment for Service Provider Fees:

In addition to the Tender Document Fees payable to Public Works Department,


Government of Maharashtra, the Contractors will have to pay Service Providers Fees
of Rs. 1,054/- through online payments gateway service available on Electronic
Tendering System. For the list of options for making online payments, the Contractors
are advised to visit the link E-Payment Options under the section E-Tendering Toolkit
for Bidders on the Home Page of the Electronic Tendering System

B. Steps to be followed by Contractors to participate in 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.

Contractor. No. of Corrections Executive Engineer.


(12)

It is mandatory to upload the documents using the briefcase facility. Therefore, the
Contractors are advised to keep the documents ready in the briefcase to ensure timely
bid preparation.

Note: Uploading of documents in the briefcase does not mean that the documents are
available to PWD at the time of Tender Opening stage unless the documents are
specifically attached to the bid during the online Bid Preparation and Hash Submission
stage as well as during Decryption and Re-encryption stage.

2. Online viewing of Detailed Notice Inviting Tenders:


The Contractors can view the Detailed Tender Notice along with the Time Schedule
(Key Dates) for all the Live Tenders released by PWD on the home page of PWD e-
Tendering Portal on http://pwd.maharashtra.etenders.inunder 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 filing 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 oline pay mode as RTGS , NEFT or payment gateway .

For EMD payment, If bidder use NEFT or RTGS then system will generate a challan (in
two copies). with unique challan No specific to the tender. Bidder will use this challan in
his bank to make NEFT/RTGS Payment via net banking facility provided by bidder’s
bank.

Bidder will have to validate the EMD payment as a last stage of bid preparation. If the
payment is not realised with bank, in that case system will not be able to validate the
payment and will not allow the bidder to complete his Bid Preparation stage resulting in
nonparticipation in the aforesaid e-tender.

Note:

Contractor. No. of Corrections Executive Engineer.


(13)

* 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 e-payment gateway can be downloaded from e-
tendering portal.
Submission of Bids will be preceded by online bid preparation and submission of the
digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates)
published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the
templates provided by the Tendering Authority of PWD. The templates may be either
form based, extensible tables and / or uploadable documents. In the form based type of
templates and extensible table type of templates, the Contractors are required to enter
the data and encrypt the data using the Digital Certificate. In 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 or Class – 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
Preparation and Hash Submission as per Time Schedule mentioned in the Tender
documents.
e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial
Bidding Processes.
5. Close for Bidding (Generation of Super Hash Values):
After the expiry of the cut – off time of Bid Preparation and Hash Submission stage to
be completed by the Contractors has lapsed, the Tender will be closed by the Tender
Authority.

The Tender Authority from PWD shall generate and digitally sign the Super Hash
values (Seals).

Contractor. No. of Corrections Executive Engineer.


(14)

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. 1,054/- towards
the fees of the Service Provider.

After making online payment towards Fees of Service Provider, the Contractors are
required to decrypt their bid data using their Digital Certificate and immediately re-
encrypt their bid data using the Public Key of the Tendering Authority. The Public Key
of the Tendering Authority is attached to the Tender during the Close for Bidding stage.

Note: The details of the Processing Fees shall be verified and matched during the Technical
Opening stage.
At this time, the Contractors are also required to upload the files for which they
generated the Hash values during the Bid Preparation and Hash Submission stage.
The Bid Data and Documents of only those Contractors who have submitted their Bid
Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will be
available for decryption and re-encryption and to upload the relevant documents from
Briefcase. A Contractor who has not submitted his Bid Preparation and Hash
Submission stage within the stipulated time will not be allowed to decrypt / re-encrypt
the Bid data / submit documents during the stage of Decryption and Re-encryption of
Bids (submitting the Bids online).

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 email.

8. Opening of the Financial Bids:


The Contractors may remain present in the Office of the Tender Opening Authority at
the time of opening of Financial Bids. However, the results of the Financial Bids of all
Contractors shall be available on the PWD e-Tendering Portal immediately after the
completion of opening process.

Contractor. No. of Corrections Executive Engineer.


(15)

9. Tender Schedule (Key Dates):


The Contractors are strictly advised to follow the Dates and Times allocated to each

stage under the column “Contractor Stage” as indicated in the Time Schedule in the

Detailed Tender Notice for the Tender. All the online activities are time tracked and the

Electronic Tendering System enforces time-locks that ensure that no activity or

transaction can take place outside the Start and End Dates and Time of the stage as

defined in the Tender Schedule. At the sole discretion of the Tender Authority, the time

schedule of the Tender stages may be extended

C) TERMS AND CONDITIONS FOR ONLINE-PAYMENTS

The Terms and Conditions contained herein shall apply to any person (“User”) using

the services of PWD Maharashtra, hereinafter referred to as “Merchant”, for making

Tender fee and Earnest Money Deposit(EMD) payments through an online Payment

Gateway Service (“Service”) offered by ICICI Bank Ltd. in association with E Tendering

Service provider and Payment Gateway Service provider through PWD Maharashtra

website i.e. http://pwd.maharashtra.etenders.in. Each User is therefore deemed to

have read and accepted these Terms and Conditions.

Privacy Policy

The Merchant respects and protects the privacy of the individuals that access the

information and use the services provided through them. Individually identifiable

information about the User is not willfully disclosed to any third party without first

receiving the User's permission, as covered in this Privacy Policy.

This Privacy Policy describes Merchant’s treatment of personally identifiable

information that Merchant collects when the User is on the Merchant’s website. The

Contractor. No. of Corrections Executive Engineer.


(16)

Merchant does not collect any unique information about the User (such as User's

name, email address, age, gender etc.) except when you specifically and knowingly

provide such information on the Website. Like any business interested in offering the

highest quality of service to clients, Merchant may, from time to time, send email to the

User and other communication to tell the User about the various services, features,

functionality and content offered by Merchant's website or seek voluntary information

from the user.

Please be aware, however, that Merchant will release specific personal


information about the User if required to do so in the following circumstances:

a) in order to comply with any valid legal process such as a search warrant, statute, or

court order, or available at time of opening the tender

b) if any of 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.

2. Merchant's rights, obligations, undertakings shall be subject to the laws in force in

India, as well as any directives/ procedures of Government of India, and nothing

contained in these Terms and Conditions shall be in derogation of Merchant's right to

comply with any law enforcement agencies request or requirements relating to any

Contractor. No. of Corrections Executive Engineer.


(17)

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

Contractor. No. of Corrections Executive Engineer.


(18)

conclusive proof of the genuineness and accuracy of the transaction.

6. Refund For Charge Back Transaction: In the event there is any claim for/ of charge
back by the User for any reason whatsoever, such User shall immediately approach
Merchant with his/ her claim details and claim refund from Merchant alone. Such refund
(if any) shall be effected only by Merchant via payment gateway or by means of a
demand draft or such other means as Merchant deems appropriate. No claims for
refund/ charge back shall be made by any User to the Payment Gateway Service
Provider(s) and in the event such claim is made it shall not be entertained.

7. In these Terms and Conditions, the term “Charge Back” shall mean, approved and

settled credit card or net banking purchase transaction(s) which are at any time

refused, debited or charged back to merchant account (and shall also include similar

debits to Payment Gateway Service Provider's accounts, if any) by the acquiring bank

or credit card company for any reason whatsoever, together with the bank fees,

penalties and other charges incidental thereto.

8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact


Merchant for any fraudulent transaction(s) on account of misuse of Card/ Bank details
by a fraudulent individual/party and such issues shall be suitably addressed by
Merchant alone in line with their policies and rules.

9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service

Provider’s webpage, that is linked to the Website, is experiencing any server related

issues like ‘slow down’ or ‘failure’ or ‘session timeout’, the User shall, before initiating

the second payment,, check whether his/her Bank Account has been debited or not

and accordingly resort to one of the following options:

i. In case the Bank Account appears to be debited, ensure that he/ she does not make
the payment twice and immediately thereafter contact Merchant via e-mail or any other

Contractor. No. of Corrections Executive Engineer.


(19)

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

Contractor. No. of Corrections Executive Engineer.


(20)

exemplary arising out of or in any way connected with the provision of or any

inadequacy or deficiency in the provision of the Services or resulting from unauthorized

access or alteration of transmissions of data or arising from suspension or termination

of the Services.

3. The Merchant and the Payment Gateway Service Provider(s) assume no liability
whatsoever for any monetary or other damage suffered by the User on account of:

(i) the delay, failure, interruption, or corruption of any data or other information
transmitted in connection with use of the Payment Gateway or Services in
connection thereto; and/ or

(ii) any interruption or errors in the operation of the Payment Gateway.

4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s)

and Merchant and their respective officers, directors, agents, and employees, from any

claim or demand, or actions arising out of or in connection with the utilization of the

Services.

The User agrees that Merchant or any of its employees will not be held liable by the

User for any loss or damages arising from your use of, or reliance upon the information

contained on the Website, or any failure to comply with these Terms and Conditions

where such failure is due to circumstance beyond Merchant’s reasonable control.

Miscellaneous Conditions :

1. Any waiver of any rights available to Merchant under these Terms and Conditions shall
not mean that those rights are automatically waived.

2. The User agrees, understands and confirms that his/ her personal data including
without limitation details relating to debit card/ credit card transmitted over the Internet

Contractor. No. of Corrections Executive Engineer.


(21)

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 email. The User is hereby
required to sign out of his/ her Merchant account on the Website and close the web
browser window when the transaction(s) have been completed. This is to ensure that
others cannot access the 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

Contractor. No. of Corrections Executive Engineer.


(22)

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;

iii. The User is authorizing debit of the nominated card/ bank account for the
payment of Tender Fee and Earnest Money Deposit

iv. The User is responsible to ensure sufficient credit is available on the nominated
card/ bank account at the time of making the payment to permit the payment of
the dues payable or the bill(s) selected by the User inclusive of the applicable
Fee.

Personal Information

3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the

Payment Gateway Service Provider(s) may also collect, use and disclose personal

information in connection with security related or law enforcement investigations or in

the course of cooperating with authorities or complying with legal requirements.

4. The User agrees that any communication sent by the User vide e-mail, shall imply
release of information therein/ therewith to Merchant. The User agrees to be contacted
via e-mail on such mails initiated by him/ her.

Contractor. No. of Corrections Executive Engineer.


(23)

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.

2.1 Joint Venture is not allowed.

3. EARNEST MONEY

(i) Earnest money of minimum `.12,80,000/- shall be paid via online using NEFT/RTGS
or payment gateway mode.

After Tender opening, the EMD of the unsuccessful bidder will be returned to account
provided by the bidder during the bid preparation as given in challan under Beneficiary
Account Number.

Contractor. No. of Corrections Executive Engineer.


(24)

(ii) The amount will be refunded to the unsuccessful tenderers on deciding about the
acceptance or otherwise of the tender. In case of successful tenderer, it will be
refunded on his paying initial Security Deposit and completing the tender
documents in form “C”.

(iii) In case of Joint Venture, Earnest money Exemption certificate in individual capacity
will not be accepted. Earnest money shall be be paid via online using NEFT/RTGS or
payment gateway mode. The Security Deposit, additional security deposit etc. in the
form of T.D.R. / F.D.R. issued in the name of Joint Venture Company drawn by
scheduled bank having branches in Maharashtra and endorsed, in the name of
Executive Engineer, Public Works Division, Aurangabad for the period of one year
will be considered.

4.1 The tenderers who are exempted from payment of earnest money deposit should
attach an attested copy of valid certificate of exemption issued by competent authority
regarding its exemption duly attested by a Gazetted Officer.

4.2 Earnest money in any other form or cash or cheque will not be accepted.

4.3 The amount of earnest money will be forfeited, in case a successful contractor do not
pay the amount of initial security deposit within the time specified as stipulated by the
Executive Engineer, and complete the contract documents. In all other cases, earnest
money will be refundable.

4.4 SECURITY DEPOSIT


The total Security Deposit to be paid shall be 4% (Four Percent) of amount put
`. 51,20,000/-) The successful tenderer shall have to pay, half of the Security
to tender (`
Deposit in approved security deposit form (preferably in the form of N.S.C. ) or in the
form of Bank Guarantee (in the form as prescribed by Government ) from any
Scheduled Bank in favour of Executive Engineer, Public Works Division,
Aurangabad within 10 days of acceptance of tender, and the balance security deposit
will be recovered from running account bills at the percentage as shown in item (d) of

Contractor. No. of Corrections Executive Engineer.


(25)

the memorandum in printed ‘C’ form or as may be decided by the Executive Engineer
during course of execution of the work looking to the position and circumstances that
may prevail, whose orders will be final and binding on the contractor.

The security deposit for the due performance of the contract shall be as detailed
in the tender document elsewhere. Fifty percent of the security deposit will have to be
deposited within ten days of the acceptance of the tender and the remaining Fifty
percent will be recovered from the running account bills at the rate as specified in the
tender form , on the cost of work as per C.S.R prevailing at the time of acceptance of
tender . Amount of total security deposit to be paid shall be 4% (Four Percent) of the
cost of work worked out as per D.S.R 2015-16 of respective district.

Initial Security Deposit may be in Bank Guarantee form in format on Page No.
271 to 273 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.

4.5 Condition for the payment of performance security deposit if the offer is received
lower than 15 % below
In case the tenderer offers the rates lower than 15% below the estimated cost put to
the tender, in that case, the tenderer will have to pay additional security deposit along
with initial security deposit for performance of the work. The amount of additional
security deposit shall be amount exceeding 15% below offer, in the form of Demand
Draft or interest bearing securities pledged in favour of the Executive Engineer,
Public Works Division, Aurangabad or in the form of Bank Guarantee for full period
of completion of work and it should be extendable upto expiry of valid extension if any
as directed by Engineer in charge, failing to which such tender will be considered as
withdrawn and the earnest money shall be forfeited to the Government. This additional
Security deposit shall be refundable after satisfactory completion of the work

4.6 In the event of failure of the tenderer to pay cash security deposit within 10 days
(unless extended in writing by the Executive Engineer,) from the date of receipt of
notice (sent by Registered Post) of acceptance of his tender, the amount of earnest

Contractor. No. of Corrections Executive Engineer.


(26)

money shall be forfeited to Government and the acceptance of his tender, shall be
considered withdrawn. Except that in the event of the notice of acceptance of the
tender not being issued within 120 days of the date of opening of Envelope No.2
(Financial Bid), the tenderer shall have the option (to be intimated in writing in good
time before the expiry of 120 days period) of withdrawing his tender, in which case the
earnest money should be refunded in full. All the tenders shall remain open for
acceptance for 120 days from the date fixed for opening of Envelope No.2. (Financial
Bid) and thereafter until it is withdrawn by the tenderer by notice in writing as per
Condition No. 2 of the Memorandum on Page No. 58

4.7 Earnest money of the unsuccessful Tenderers will be refunded on their application only
after an intimation of rejection of their tender is sent to them or on the expiry of the
validity period whichever is earlier.

5. The acceptance of the tender may be intimated to the contractor telegraphically or


otherwise and either by the officer competent to accept the tender or any authority in
the department including Government and such intimation shall be deemed to be an
intimation of acceptance of the tender given by the authority competent to accept the
tender.

6. In case there is difference between amount written in figures and in words, the lower
offer will be taken as final.

7. INCOME TAX
The Income Tax @ 2.00 % and surcharge thereon or at the rates amended from time
to time or as intimated by the competent Income Tax authority shall be deducted from
bill amount, whether measured bill, advance payment or secured advance.

8.1 VAT TAX


The VAT Tax @ 2 % of the contract amount will be recovered from the bill of the
registered contractors who are registered under Maharashtra VAT Act.2005 and 5% of
the contract amount will be recovered from the bill of those contractors who are not
registered under the Maharashtra VAT Act. 2005.

Contractor. No. of Corrections Executive Engineer.


(27)

8.2 INSURANCE
As per the Government Resolution No. FD/Insurance-1098/Case No.28/98
Dated 19-08-1998 and Director of Insurance Maharashtra ,Mumbai letter dated 26-04-
2005 ,contractor has to submit Government Insurance policy before starting of work,
failing in which an amount equivalent to One Percent (1%)of the tendered cost will be
recovered from the First Running Account bill of this work

8.3 ROYALTY CHARGES


As per instructions issued vide P.W.D. Government of Maharashtra Resolution
of Revenue and Forest Department No. Gaukhani-10/1062/¹Çã.‰ãŠ 603/Œã dated.

11/05/2015 while framing the estimates, royalty charges for the items of supply of
materials like rubble, metal, crushed metal, soft murum / hard murum, sand and soil
are considered in the rate analysis of respective items @ 141.36 per Cubic Metre (Rs.
400.00 per brass) or actual and shall be recovered.

The contractor has to pay these charges directly to Revenue Department and
original challans, permission documents shall be produced to concerned Executive
Engineer, If contractor fails to produce these original documents the royalty charges
are recovered from contractor’s bill.

8.4 BUILDING AND OTHER CONSTRUCTION WORKERS WELFARE CESS:


Building and other construction workers welfare cess @ 1 % or at the rate amended
from time to time as intimated by the competent authority of building and other
Construction Workers Welfare Act . 1996 shall be deducted from the bill amount
whether measured bill, advance payment or secured advance

9. TENDERING PROCEDURE :

9.1 The tender shall be unconditional, conditional tender shall be summarily rejected.

Contractor. No. of Corrections Executive Engineer.


(28)

9.2 EXAMINATION OF DRAWING AND SITE CONDITIONS :


The tenderers shall in his own interest carefully examine the drawings, conditions and
specifications etc. He shall also inspect the site and acquaint himself about the
climate, physical and all weather conditions prevailing at site, the nature magnitude,
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, godown 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. If there is any discrepancy or doubt or obscurity to be
observed by Contractor, he shall set forth in writing such discrepancies, doubts,
obscurity and submit the same to the Executive Engineer, Public Works Division,
Aurangabad for elucidation as soon as possible.

9.3 MANNER OF SUBMISSION OF TENDER AND IT'S ACCOMPANIMENTS :

9.3 (A) ENVELOPE NO. 1: ( DOCUMENTS )


The bidder must purchase the bidding documents via online mode by
filling the cost of Tender.
The first envelope clearly marked as “Envelope No.1” shall contain the
following documents:
i) Scanned copy of forwarding letter

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

iii) Scanned Copy of Certificate in Original as a registered contractor with the


public works department, Government of Maharashtra in appropriate class as
may be applicable.

Contractor. No. of Corrections Executive Engineer.


(29)

iv) Scanned Copy of Details of the works tendered for and in hand with the value of
work unfinished on the last date of submission of tender (In the proforma of
statement No. I on page No. 42 ). The statement from the Heads of the Offices
under whom the works are in progress should be enclosed.

v) Scanned Copy of the List of Owned Machinery mentioned Para (d) of


Qualification Criteria immediately available with the tenderer for use on this
work. (In the proforma of Statement No. 2 and 2-A on Page No. 43 and 44)

vi) Scanned Copy of Details of works of similar type and 30% magnitude carried
out by the contractor during Last Five years i.e 2010-11, 2011-12, 2012-
13,2013-14 and 2014-15 (in the proforma of Statement No.3 on Page No. 45 )
The statement should be signed by the authority with whom the contractor has
executed the work.

vii) Scanned Copy of Details of technical personnel on the rolls of the tenderer. ( In
the proforma of Statement No. 4 on Page No.46 )

viii) Scanned Copy of original partnership deed and power of attorney in case of a
firm tendering for the work.

ix) Scanned Copy of Valid Professional Tax Registration Certificate in the form of
PTR and PTE Under Section(1) Section (5) of Maharashtra State Tax of
Profession , Trade, Callings, Employment Act.1975 Rule 3(2) for employees
including Technical personal from the Professional Tax office of the Concerned
District of Maharashtra

x) Scanned Copy of valid Registration Certificate under Maharashtra Value


Added Tax Act. 2005 u/s 8 & 9 or TIN Number issued by Competent Authority
and this certificate should be valid on the date of opening of tender otherwise
his/their Envelope No.2 will not be opened.

Contractor. No. of Corrections Executive Engineer.


(30)

xi) Scanned Copy of undertaking in the prescribed proforma of the contractor that
he had studied all tender documents, conditions and especially work
methodology and the documents submitted are authentic.

xii) Scanned Copy of valid certificate issued by Assistant Chief Engineer


(Mechanical) of public works department/region to the effect that specialized
machineries in the statement No. II-A on the Page No.44 attached herewith
are in “Efficient working condition” and in confirmatory with MORTH’S
specifications must be enclosed in Envelope No.1 and in absence of this
certificate Envelope No.2 will not be opened.

xiii) USE OF SPECIALIZED MACHINERY :

1) (I) For Concreting Work -

(A) (1) Scanned copy of proof of ownership of

(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.

(ii) Concrete Pumps of desired number and capacity.

(iii) Sand Screening cum Washing Unit electrically or diesel operated 4/6 Cubic
Metre per hour capacity.

(iv) 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

(2) If the Contractor owns a Fully Automatic Micro processor based Programmable
Logical Control (PLC) with SCADA enabled Concrete Batch Mix Plant ( Pan
Mixer) of minimum 18-20 Cubic Metre per hour capacity of any standard
company with SCADA as required under this contract then he should give
details of its current location and undertaking whether the batch type plants
needs to be shifted or otherwise for this work.

If Concrete Mixing Plant (Batch type) of minimum 18-20 Cubic Metre per hour
capacity and Transit Mixers and Concrete Pumps of desired number and
capacity is not owned by the Contractor at the time of tendering, then condition
for Concrete Mixing Plant (Batch Type) of minimum 18-20 Cubic Metre per hour

Contractor. No. of Corrections Executive Engineer.


(31)
capacity and Transit Mixers and Concrete Pumps of desired number and
capacity are as below :

2.1 Contractor shall install Concrete Mixing Plant (Batch Type) of minimum 18-
20Cubic Metre per hour capacity and Transit Mixers and Concrete Pumps of
desired number and capacity within 30 days from the date of issue of work
order.

2.2 If the Contractor wants to procure / purchase Batch Mix Plant (Pan Mixer) of
minimum 18-20 Cubic Metre per hour capacity, Transit Mixer and Concrete
Pumps of desired number and capacity as mentioned above, he should submit
necessary firm purchase order placed on Manufacturer of repute in
Envelopment No. 1.

2.3 If Contractor intend to purchase Batch Mix Plant (Pan Mixer) of minimum 18-
20 Cubic Metre per hour capacity as mentioned in Para 2.2 above or shift
already owned plant from existing location to the new location as required for
this work, for that bidder shall submit additional security as specified in 2.4
below. He shall give trial run on or before 30th day from the date of issue of work
order.

2.4 In Envelope No.1, the bidder shall submit an additional Security of Rs.
1,00,000/- (Rupees One Lakh only) in the form of online drawn in the name of
Executive Engineer, P.W. Division, Aurangabad payable at Aurangabad. If
Contractor fails to give trial run of this Concrete Mixing Plant (Batch type) of
minimum 18-20 Cubic Metre per hour capacity and Transit Mixers and Concrete
Pumps of desired number and capacity on or before 30th day from the date of
issue of said work, 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 an force majeure and shall be credited to Government Revenue by
the Engineer in charge immediately on 31st day.

2.5 Encashment of additional Security Deposit as mentioned above shall not


absolved the Contractor from the responsibility of installing the Concrete Mixing
Plant (Batch type) of minimum 18-20 Cubic Metre per hour capacity and Transit
Mixers and Concrete Pumps of desired number and capacity which is required
for the R.C.C. works.

2.6 No extension of time limit shall be granted at any level for giving trial run
after30th day from the date of issue of work order.

Contractor. No. of Corrections Executive Engineer.


(32)

(II) Specilised machinery required for Earthwork /GSB/WBM/BT work

a. Centering and Formwork – confirming to IS-4990

1. Centering with steel tussles or telescopic props or “H” frame 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 and abutment 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 3.6.5.5 Design
Approval Design for centering of deck slab and formwork and centering system
with material being used for it, shall be got approved in advance from Engineer-
in-charge.

b. 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.

Contractor. No. of Corrections Executive Engineer.


(33)

c. 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.

XV) QUALIFICATION CRITERIA :


To qualify for the award of the contract each tenderer in his name should have :
a) Achieved minimum annual average financial turnover (in all classes of civil
engineering construction works only) of `. 960.00 lakhs at price level of 2015-16
during last five years in 2010-11,2011-12, 2012-13, 2013-14 & 2014-15 (Information
to be given only in proforma of Statement No. V on Page No. 47)

b) Satisfactorily completed as a contractor at least one similar Govt. / Semi Govt.


work (Bridge Work in Standing Water) of value not less than `. 384.00 lakhs at
price level of 2015-16 during last five years (information to be given only in
Statement No. III in of page No. 45 ) It should be started and finished in last five
years (i.e 2010-11,2011-12, 2012-13,2013-14 & 2014-15) it should be finished
before time of submission of tender.

c) Satisfactorily executed in any one year of last five years 2010-11,2011-12, 2012-13,
2013-14 & 2014-15 the following minimum quantities of work (Information to be
given in proforma statement No. VI on Page 48)

i) GSB Grade I / II 630.000 Cubic Metres


ii) Wet Mix Macadam / WBM - Gr. II Gr III
517.000 Cubic Metres
iii) C.C M-20 & Above 2400.000 Cubic Metres
d) Each Contractor should further demonstrate the availability of the following key and critical
equipments at Serial No. (1) to (9) for this work and which should be owned by the
contractor and be actually in his possession at the time of submission of tender (In
Proforma in Statement No. 2 on Page No. 43 ) . If the documentary proof of ownership of
following machinery are not submitted in Envelope No.1, the said tenderer’s Envelope No.2
will not be opened

Contractor. No. of Corrections Executive Engineer.


(34)

1 Fully Automatic Micro processor based PLC with :- One No (Owned)


Enabled Concrete Batch Mix Plant” of minimum 18
to 20 cum/hr capacity of any standard
company.
2 Concrete Pumps of desired number and capacity. :- One No (Owned)
3 Sand Screening cum Washing Unit electrically or :- One No (Owned)
diesel operated 4/6 Cubic Metre per hour capacity.
4 Compression Testing Machine (CTM) for the testing :- One No (Owned)
cement mortar, concrete at the site etc. complete.
The data so acquired shall be uploaded to PWD
Website in real time with time lag not more than 30
Seconds
5 Vibratory Roller with SCADA with Inbuilt :- One No (Owned/Hired)
Compaction Analyzer
6 JCB / Poclain :- One No (Owned/Hired)
7 Water Tanker (5000 Litres) :- Two Nos (Owned/Hired)
8 Power Roller / Static Roller 8 to 10 tonne static :- One No (Owned/Hired)
weight.
9 Tippers/Trucks :- Four Nos. (Owned/Hired)

Note No. 1:- Financial turnover and cost of completed work of previous year shall be
given linear weightage of 10 % per year on rupees value to bring them at
2015-16 price level

Note No. 2:- The necessary certificates as mentioned in qualification criteria at Sr. No.
(b) to (c) are required to be obtained from the officer not below the rank
of Executive Engineer/Divisional Accounts Officer. A copy of these
certificates shall be duly attested by a gazetted officer.

Note No. 3:- All these statements/form shall be filled in and signed properly and
correctly. If these forms are found incomplete or unfilled or wrongly filled,
the contractors Envelope No. 2 will not be opened.

Contractor. No. of Corrections Executive Engineer.


(35)

4) The necessary certificates as mentioned in qualification criteria at Sr. No. (b) to (c) are
required to be obtained from the officer not below the rank of Executive
Engineer/Divisional Accounts Officer. A scanned copy of these certificates shall be duly
attested by a gazetted officer.

5) Agency should have executed and successfully completed at least one Bridge work in
standing water during last 3 years with foundation and superstructure .
(Note : The Agency should have Certificate from the Competent Authority not
below the rank of Executive Engineer and the same is required to be attached).

e) Bidders who meet minimum qualification criteria will be qualified only if their
available bid capacity is more then the total bid value. The Available bid capacity
will be calculated as under.
Assessed available bid Capacity = (A x N x 2)-B
A= Maximum value of Govt/ Semi Govt civil engineering work executed in any one
year during the last three years (updated 2015-16 price level ) taking into
account the completed as well as work in progress .

N= Number of years prescribed for completion of the work for which bid are
invited

B= Value of existing commitments at price level of 2015-16 and on going works


to be completed to be completed during next Twenty Four (24) months
(period of completion of work for which the bid is invited)

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 work
listed should be counter signed by the officer not below the rank of Executive
Engineer/ Divisional Accounts officer

Contractor. No. of Corrections Executive Engineer.


(36)

xii) As the tenders are invited on Contractor’s own alternative design, based on
Design Criteria in Form “C” broad details of proposed bridge 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, Nagpur ) to ascertain the technical feasibility and acceptability of
the design. Doubts, if any, shall be got clarified by the Department from the
Tenderers. 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.

xiii) Even though the bidders meet the above qualifying criteria , they are subject to
be disqualified if they have made
• Misleading or false representation in the form , statements and attachments
submitted in proof of the qualification requirements and/or
• Record of poor performance such as abandoning the work ,not properly completing
the contract, inordinate delays in completion , litigation history or financial failures
etc.

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


The second online envelope "Envelope No.2" shall contain only the main tender
including the Common Set of Conditions / Deviation issued by the Department after the
pre-tender Conference. A tender submitted without this would be considered as invalid.

The Tenderer should quote his offer 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 any where directly or indirectly in Envelope No. 1. The
contractor shall quote for the work as per details given in the main tender and
also based on the detailed set of conditions issued / Additional stipulations made
by the Department as informed to him by a letter from Chief Engineer /
Superintending Engineer after Pre-Tender Conference. His tender shall be

Contractor. No. of Corrections Executive Engineer.


(37)
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.

9.3 (C) SUBMISSION OF TENDER:


Refer to Section ‘Guidelines to Bidders on the operations of Electronic
Tendering System of Public Works Department’ for details.

9.3 D) OPENING OF TENDERS :


On the date specified in the tender schedule, following procedure will be
adopted for opening of the tender :

9.3 D) (i) ENVELOPE NO.1 : (Documents)


First of all, Envelope No. 1 of the tender will be opened online to verify its
contents as per requirements. If the various documents contained in this
envelope do not meet the requirements of the Department, a note will be
recorded accordingly by the tender opening authority and the said tenderer's
Envelope No.2 (Financial Bid) will not be considered for further action, but the
same will be recorded .The Decision of the tender Opening Authority in this
regard will be final and binding on the contractor.
The technical proposal consisting of broad details based on contractors
own Design /scheme will be scrutinized by the Superintending Engineer,
Designs Circle (Bridges), Nagpur 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.

Contractor. No. of Corrections Executive Engineer.


(38)

9.3 D) (ii) ENVELOPE NO.2: (Financial Bid)


This envelope shall be opened online immediately after opening of Envelope
No.1 only if contents of Envelope No.1 are found to be acceptable to the
Department and/or fulfill the Qualifying Criteria. The tendered rates in lump sum
offer in Form “C” shall sealed and intimated to contractor through e-mail.

9.4 TIME LIMIT:


The work is to be completed within time limit as specified in the N.I.T which shall be
reckoned from the date of written order of commencing the work and shall be inclusive
of monsoon period.

9.5 TENDER RATE:


No alteration in the form of tender and the schedule of tender and no addition in the
scope of special stipulation will be permitted. Rates quoted for the tender shall be taken
as applicable to all leads and lifts.

9.6 TENDER UNITS:


The tenderers should particularly note the unit mentioned in the schedule ‘B’ on which
the rates are based. No change in the units shall be allowed. In the case of difference
between the rates written in figures and in words the correct rate will be one, which is
lower of the Two.

9.7 TENDERER ACCEPTENCE:


Acceptance of tender rests with the Chief Engineer, Public Works Region,
Aurangabad. Who reserves the right to reject any or all tenders without assigning any
reason therefore. The tenderer whose tender is accepted will have to enter into a
regular “C’ Form agreement within ten days of being notified to do so. In case failure
on the part of tenderer to sign the agreement within the stipulated time, the earnest
money paid by him shall stand forfeited to the Government and the offer of the tenderer
shall be considered as withdrawn by him.

Contractor. No. of Corrections Executive Engineer.


(39)

9.8 POWER OF ATTORNEY:


If the tenderers are a firm or company, they should in their forwarding letter mentioning
the name of all the partners together with name of person who holds the power of
attorney authorizing him to conduct all transactions on behalf of the body, along with
the tender.

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

9.10 The contractor or the firms tendering for the work shall inform the Department if they
appoint their authorized agent on the work.

9.11 Any dues arising out of contract will be recovered from the contractor as arrears of
land revenue if not paid amicable, moreover, recovery of Government dues from the
contractors will be affected from the payment due to the contractor from any other
Government works under execution with them.

9.12 All pages of tender documents, specifications corrections slips etc. shall be initialed by
the tenderer. The tenderer should bear full signature of the tenderer or his authorized
power of attorney holder in the case of firm.

9.13 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 is writing duly addressed to the authority. (Refer to
memorandum from page No. 57 to 60 form chapter).

10. The contractor will have to sign the original copy of the tender papers and the
drawings according to which the works is to be carried out. The contractor shall also
have to give a declaration to the effect that he has fully studied the plans,

Contractor. No. of Corrections Executive Engineer.


(40)

specifications, local conditions and availability of labour and materials and that he has
quoted his rates with due consideration to all these factors.

11. The right is reserved to revise or amend the contract documents prior to the date
notified for the receipt of the 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 paper as may be considered suitable

12. The tender submitted by the tenderer shall remain valid for a period of 120 days from
the date of opening of Envelope No. 2 (Financial Bid). Also see para 2 of general
rule etc. of contract form.

13. The contractor(s) whose tender is accepted is required to note that no foreign
exchange will be released by the Department.

14. Tenders, which do not fulfill all or any of the conditions or are incomplete or conditional
in any respect are liable to summarily rejection.

15. Right to reject any or all tenders with out assigning reasons therefore is reserved. The
acceptance of the tender lies with the Chief Engineer, Public Works Region,
Aurangabad

16. The E-Tender notice inviting tender shall form part of the tender agreement.

17. INSTRUCTIONS TO CONTRCTORS:

(i) In case the contractor who is informed of acceptance of his tender , does not remit the
initial Security deposit within a period of 10 days , the tender accepting authority
reserves the right to forfeit the earnest money deposit without issuing any reminder to
take further action according to the tender provisions.

Contractor. No. of Corrections Executive Engineer.


(41)

(ii) As per Government instruction it is proposed to make payment of Contractors bills


through ECS / NEFT System. For this purpose Contractor should open his Bank
account in a bank having core banking facility only.

(iii) 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.

(iv) 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.

(v) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as
per survey conducted by the Department. The Contractor should however examine these
quarries and see whether full quantity of materials required for execution of the work strictly as
per specification are available in these source before quoting the rates. In case the materials
are not available due to reasons whatsoever, the contractor will have to bring the materials
from any other source with no extra cost to Government. The rates quoted, should therefore
be for all leads and lifts from wherever the materials are brought at site of work and inclusive
of royalty to be paid to the Revenue Department by the Contractor.

Contractor. No. of Corrections Executive Engineer.


( 42 )

STATEMENT - 1
STATEMENT OF LIST OF WORKS IN HAND AND WORKS TENDERED FOR AS ON LAST DATE OF SUBMISSION OF THIS
TENDER
NAME OF CONTRACTOR :………………………………………………………………………………………………..
(i) WORKS IN HAND
Sr. Name of Agreement Tendered Date of Stipulated Value of Value of Balance work Probable
No. work No. Amount. commencem date of work to be executed during date of Remarks
ent. completion. already next Twenty Four completion.
done. months

1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

(ii) WORKS TENDERED FOR

Sr. No. Name of work Name and Address of Tendered Time limit Probable date when Other relevant
Client. Amount. decision is expected details, if any.
1 2 3 4 5 6 7
SAMPLE FORM

Note : This is only a standard form. Details are to be furnished in this format in the form of type written statements
which shall be Scanned and enclosed in Envelope No.1 duly singed. The documentary proof of work in hand
and work tender for shall also be Scanned and submitted with this statement duly attested by Gazetted officer

Signature of Contractor

Contractor No. of Corrections Executive Engineer


( 43 )

STATEMENT - II
STATEMENT SHOWING THE DETAILS OF OWNED PLANTS AND MACHINERY IMMEDIATELY AVAILABLE WITH
TENDERER FOR THIS WORK.
NAME OF CONTRACTOR :

Sr. Name of equipment No. of Kind and Capacity Age and Present Remarks.
No. Units make condition. Location.
1 2 3 4 5 6 7 8

SAMPLE FORM

Note : This is only a standard form. Details are to be furnished in this format in the form of type written statements which shall be
Scanned and enclosed in Envelope No.1 duly signed.
The documentary proof of Own Plant & machinery shall be Scanned and submitted with this statement duly attested by
Gazetted officer

Contractor No. of Corrections Executive Engineer


( 44 )

STATEMENT NO. 2-A


LIST OF MACHINERY FOR WHICH CERTIFICATE OF A.C.E (MECH) IS
REQUIRED
Fully Automatic Micro processor based PLC with
SCADA Enabled Concrete Batch Mix Plant” of
1 :- One No (Owned)
minimum 18 to 20 cum/hr capacity of any standard
company.
One No. (Owned)
2 Concrete Pumps of desired number and capacity. :-

Sand Screening cum Washing Unit electrically or


3 :- One No. (Owned)
diesel operated 4/6 Cubic Metre per hour capacity.
Compression Testing Machine (CTM) for the testing
cement mortar, concrete at the site, linked with
4 "SCADA" etc. complete. The data so acquired shall :- One No. (Owned)
be uploaded to PWD Website in real time with time
lag not more than 30 Seconds

Note : The documentary proof of ownership should be submitted duly


attested by Gazetted Officer only

Contractor No. of Corrections Executive Engineer


( 45 )

STATEMENT - III
STATEMENT SHOWING THE DETAILS OF WORKS OF SIMILAR TYPE AND 30% MAGNITUDE CARRIED OUT BY THE
CONTRACTOR DURING LAST FIVE YEARS (2010-11,2011-12, 2012-13,2013-14 & 2014-15)

NAME OF CONTRACTOR:
Sr. Name of work Name and Place Agreement Date of Tendered Total Actual date Remarks
No. address of the and No. and commenc cost. Cost of of (Principal
organization for country Date. ement work completion features in
whom the work done. brief.)
was done.
1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

Signature of Contractor
Note : This is only a standard form. Details are to be furnished in this format in the form of type written statements
which shall be Scanned and enclosed in Envelope No.1 duly signed. The Documentary proof of Similar type and
magnitude shall be Scanned and submitted with this statement.

Contractor No. of Corrections Executive Engineer


( 46 )

STATEMENT - IV
STATEMENT SHOWING DETAILS OF TECHNICAL PERSONNEL AVAILABLE WITH CONTRACTOR WHICH CAN
BE SPARED EXCLUSIVELY FOR THIS WORK.
NAME OF CONTRACTOR :

Professional
Sr. Name of Designatio Qualification. Whether working Experience of Period for which the Remarks.
No. Person n in field or in office. execution of person is working with
similar works. the tenderer.
1 2 3 4 5 6 7 8

SAMPLE FORM

Note : This is only a standard form. Details are to be furnished in this format in the form of type written statements
which shall be Scanned and enclosed in Envelope No.1 duly signed. The Documentary proof of technical
person shall be Scanned and attached with this statement.

Signature of Contractor.

Contractor No. of Corrections Executive Engineer


( 47 )

STATEMENT - V
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING CONSTRUCTION WORKS
DURING LAST FIVE YEARS.
NAME OF CONTRACTOR :
Amount Agreem Date of Amount of work done during each of last three Total amount
Sr. Name of put to ent No. commenc years. of work still Remarks.
No. Work tender / ement of remaining to
tendered work. be executed
cost. 2010-11 2011-12 2012-13 2013-14 2014-15 in next
Twenty
Four months
1 2 3 4 5 6 7 8 9 10 11 12

SAMPLE FORM
Grand total

Outward No. and date of Certificate issuing authority.

Note : This is only a standard form. Details are to be furnished in this format in the form of type written statements
which shall be Scanned and enclosed in Envelope No.1 duly signed. The Documentary proof of work done shall
be Scanned and attached with this statement.

Contractor No. of Corrections Executive Engineer


( 48 )

STATEMENT - VI
STATEMENT SHOWING QUANTITIES OF WORK EXECUTED DURING LAST FIVE YEARS
(2012-13, 2013-14 & 2014-15)
NAME OF CONTRACTOR

Quantity of work performed.


Sr. Name of Year. Agreement G.S.B (G-I / II) W.M.M / WBM Remark
MPM /BUSG B.M 50/75 MM O.G.C
No. Work. No. (M3) (M3) (M2) (M3) (M2)

1 2 3 4 5 6 7 8 9 10
2010-11

2011-12

2012-13

2013-14 SAMPLE FORM


2014-15

Note : This is only a standard form. Details are to be furnished in this format in the form of type written statements which shall
be Scanned and enclosed in Envelope No.1 duly signed. The Documentary proof of quantities of work executed shall
be Scanned and attached with this statement.

Contractor No. of Corrections Executive Engineer


(49)

ON Rs.
Rs. 100 BOND

¶ã½ãì¶ãã Ô㦾ã¹Çããä¦ã—ãã ÊãñŒã

Ô㦾ã¹Çããä¦ã—ãã ÊãñŒã (Affidavit)

1) Affidavit shall be notarised


2) Separate affidavit shall be submitted for each work in original

½ããè ________________________________Ìã¾ã ÌãÓãà _________ ÀãÖ¥ããÀ ____________

________________________________¾ãã Ô㦾ã¹Çããä¦ã—ãã ÊãñŒãã´ãÀñ ãäÊãÖì¶ã ªñ¦ããñ ãä‡ãŠ,

½ããè____________________________________________ ¾ã㠹㊽ãà Þãã / ‡ã⊹ã¶ããèÞãã ¹Çããñ¹Çãã¾ã›À / ½ãìŒã¦ÌããÀ ‚ãÔãì¶ã

____________________________________________________________________________________________

__________________________ ¾ãã ‡ãŠã½ããÔããŸãè ãä¶ããäÌãªã ÔããªÀ ‡ãñŠÊããè ‚ããÖñ. ¦¾ãã ãä¶ããäÌãªñÞ¾ãã Enevelope No.1 ½ã£¾ãñ •ããè ‡ãŠØ㪹ã¨ãñ

ÔããªÀ ‡ãñŠÊããè ‚ããÖñ¦ã ¦ããè ŒãÀãè, ºãÀãñºãÀ Ìã ¹ãì¥ãà ‚ããÖñ¦ã. ¦¾ãã½ã£¾ãñ ‡ãŠãñ¥ã¦¾ããÖãè ¨ãì›ãè, Þãì‡ãŠã ¶ããÖãè¦ã ‚ãÔãñ Íã¹ã©ã ¹ãìÌãÇ㊠½ã㶾㠇ãŠÀãè¦ã ‚ããÖñ. ¾ãã

‡ãŠãØ㪠¹ã¨ããâ½ã£¾ãñ ‡ãŠãÖãè Þãì‡ãŠãèÞããè, ãäªÍãã¼ãîÊã ‡ãŠÀ¥ããÀãè , Œããñ›ãè ¦ãÔãñÞã ‚ã¹ãî¥ãà ½ãããäÖ¦ããè ‚ãã¤ßʾããÔã ½ããè ‡ãŠã¾ãªñÍããèÀ ‡ãŠã¾ãÃÌããÖãèÔã ¹ãã¨ã ‚ããÖñ Ìã

ÀãÖãè¶ã.

‡ã⊨ã㛪ãÀãÞããè ÔãÖãè

¾ãñ¥ãñ¹Çã½ãã¥ãñ ¹Çããä¦ã—ãã ÊãñŒã ã䪶ããâ‡ãŠ ............

‡ã⊨ã㛪ãÀãÞããè ÔãÖãè

Contractor No. of Corrections Executive Engineer


(50)

FORM - C
PUBLIC WORKS DEPARTMENT
Tender for LumpSum Contract
Tender Condition

NOTE Exempted from Stamp Duty


(1) Where earnest money is to vide G.R.No. 368-A-1732 of 9th
be deposited online October, 1989
through NEFT/RTGS

In case the tender is accepted the earnest


money will be returned to the contractor on
his furnishing the cash portion of the security
deposit required from him.

(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.

Contractor No. of Corrections Executive Engineer


(51)

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE 0F


CONTRACTORS

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


form of invitation to tender Online E-Tendering System also pasted on a board
hung up in the office of the Executive Engineer, and signed by the Executive
Engineer, Public Works Division, Aurangabad.

This form will state the work to be carried out as well as the date for
submitting and opening tenders and the time allowed for carrying out the work
as per e-tendering schedule , also the amount of earnest money to be
deposited with the tender, and the amount of the security deposit to be
deposited by the successful tenderer and the percentage, if any, to be
deducted from bills, It will also state whether a refund of a quarry fees,
royalties, and ground rents will be granted. Copies of the specifications,
designs and drawings estimated rates, scheduled rates and any other
documents required in connection with the work shall be signed by the
Executive Engineer for the purpose of identification and shall also be open for
inspection by contractors at the office of the Executive Engineer, during office
hours.

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


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

2. (i) The contractor shall pay as per e-tendering schedule the sum of
`. 12,80,000/- (`
`. Twelve Lakhs Eighty Thousand Only) as and by
way of earnest money. Earnest money shall be paid via online
mode using NEFT/RTGS or payment gateway mode or valid
certificate of exemption with bond for payment of earnest money from

Contractor No. of Corrections Executive Engineer


(52)

any Division of P.W. Department working under control of Government


of Maharashtra duly attested by a Gazetted Officer.

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

(iii) If, after submitting the tender, the contractor withdraws his offer, or
modifies the same, or if after the acceptance of his tender the
contractor fails or neglects to furnish the balance of security deposit
without prejudice to any other 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 thereof.

3. Receipts for payments made on account of any work, when executed by a


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

4. The Superintending Engineer, Public Works Circle, Aurangabad shall


open tenders as per e-tendering schedule and intimated the results through
e-mail . In the event of a tender being accepted, the contractor shall, for the
purpose of identification, sign copies of the specifications and other
documents mentioned in Rule 1.

Contractor No. of Corrections Executive Engineer


(53)

In the event of tender being rejected, the divisional account officer


shall refund the amount of earnest money deposited by the contractor
online

5. The officer competent to dispose off the tender shall have the right of rejecting
all or any of the tenders without assigning any reason.

6. No receipt for any payment alleged to have been made by a contractor in


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

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


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

8. All work shall be measured net by standard measure and according to the
rules and customs adopted by the Public Works Department and without
reference to any local custom.

9. Under no circumstances shall any contractor be entitled to claim enhanced


rates for any items in this contract.

10. Every registered contractor should produce along with his e-tender certificate
of Registration as approved contractor in the appropriate class and renewal
of such registration with date of expiry. (Copies to be attested by a Gazetted
Officer)

11. All corrections and additions or pasted slips should be initialed.

Contractor No. of Corrections Executive Engineer


(54)

12. The measurements of work will be taken according to the usual methods in
use in the Public Works Department and no proposals to adopt alternative
methods will be accepted. The Executive Engineer’s decision as to what is
“ the method in use in the Public Works Department ” will be final.

13. The tendering contractor shall furnish a declaration along with the tender
showing all works for which he has already entered into contract and the
value of the work that remains to be executed in each case on the date of
submitting the tender. (with certificate from the head of the office
concerned).

14. Every tenderer shall scan and 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 year.

15. No foreign Exchange would be released be the department for the purchase
of plant and Machinery required for the Execution of the Work Contracted for.

16. The contractor will have to construct shed for storing controlled and valuable
materials brought by him at work site at contractors cost. The material will be
taken for use in the presence of the departmental person. No material will be
allowed to be removed from the site of work.

17. Successful tenderer will have to produce to the satisfaction of the accepting
authority a valid and current license issued in his favour under the provision
of Contract Labour (Regulation and Abolition) Act 1970 before starting work,
failing which acceptance of the tender will be liable for withdrawal and
earnest money will be forfeited to Government.

18. The contractor shall comply with the provision of the Apprentices Act 1961.
and the rules and orders issued there under from time to time. If he fails to

Contractor No. of Corrections Executive Engineer


(55)

do so, his failure will be breach of 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

Contractor No. of Corrections Executive Engineer


(56)

TENDER FOR A LUMP SUM CONTRACT

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).

Contractor No. of Corrections Executive Engineer


(57)

MEMORANDUM

1. (a) General Description:

(a) If several sub works CONSTRUCTION OF MAJOR BRIDGE WITH


are included they APPROACHES ACROSS GODAVARI RIVER AT
should detailed in a KM 0/800 ON APEGAPON KURAN PIMPARI
separate list. ROAD SH-62 TQ.PAITHAN

(b) Estimated cost. `. 12,80,09,658.00

(c) The amount of earnest


money to be deposited
(c) Earnest Money `. 12,80,000.00
shall be in accordance
with the provisions of
para 206 & 207 of
M.P.W. Mannual

(d) Security Deposit.


(d) This deposit shall be
in accordance with i) Cash (not less than `. 25,60,000.00
paras 213 and 214 of the amount of earnest
M.P.W. Mannual. money.

ii) To be deducted from `. 25,60,000.00


(e) The percentage where no current bills.
security deposit is taken _______________ _______________________
will vary from 5 percent to
10 percent according to Total `.51,20,000.00
the requirement of the __________________
case where security deposit
is taken see note to clause
1 of condition of contract. (e) Percentage if any to be deducted from bills
so as to make up the total amount required
as security deposit by the time, the half the
work, as measured by the costs is done ( 4
% ) Four Percent.

(f) Time allowed for the work from date of


(f) Give schedule where
written order to commence.
necessary showing dates
by which the various items (24) Twenty Four Calendar Months
are to be completed.
(including monsoon)

Contractor No. of Corrections Executive Engineer


(58)

2. I/We agree that this offer shall remain open for acceptance for a minimum

period of 120 days (One Hundred Twenty Days) from the date fixed for

opening the “same” means envelope No.2 and thereafter until it is withdrawn

by me/us by notice in writing duly addressed to the authority opening the

tenders and sent by registered post A.D. or otherwise delivered at the office of

such authority "Treasury Challan No...................... and date ……………… of

or Term Deposit Receipt for a period of one year receipt No ...................

date...................... in respect of the sum of `. 12,80,000.00 ( `. Twelve

Lakhs Eighty Thousand Only) representing the earnest money is herewith

forwarded. The amount of earnest money shall not bear interest and shall be

liable to be forfeited to the Government should I/We fail to :

(i) abide by the stipulation to keep the offer open for the period mentioned above
or

(ii) Sign and complete the contract documents as required by the Engineer and

furnish the security deposit as specified in item (d) of the memorandum

contained in paragraph (i) above within the limit laid down in clause (I) of

annexed General conditions of contract. The amount of earnest money may

be adjusted towards the security deposit or refunded to me / us if so desired

by me/us in writing, unless the same or any part thereof has been forfeited

as aforesaid.

Contractor No. of Corrections Executive Engineer


(59)

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

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

which is (exemption certificate with bond) enclosed herewith, should any

occasion for forfeiture of earnest money for this work arise due to failure on

my/our part to (I) abide by the stipulations to keep the offer open for the period

mentioned above or (ii) sign and complete the contract documents and furnish

the security deposit as specified in item (d) of the Memorandum contained in

Paragraph (i) above within the time limit laid down in clause (I) of the annexed

General conditions of contract the amount payable by me / us may at the

optional of the Engineer, be recovered out of the amount deposited in lump

sum for securing exemption in so far as the same may extend in terms of the

said bond and in the event of the deficiency out of any other money which are

due or payable to me/us by the Government under any other contract or

transaction of any nature whatsoever or otherwise.

4. Should this tender be accepted I/We hereby agree to abide by and fulfill all

the terms and provisions of the conditions of contract annexed hereto so far

as applicable and in default there of to forfeit and pay to Government the

sums of money mentioned in the said conditions.

Contractor No. of Corrections Executive Engineer


(60)

Receipt No. ……………. Dated …………. From the

Amount to be Government Treasury or Sub treasury at AURANGABAD


specified in words in respect of the sum of `.12,80,000/- is herewith
and figures.
forwarded presenting the earnest money (a) the full value
of which is to be absolutely forfeited to Government
Strike out (a) if no should I/We not deposit the full amount. of security
cash security deposit deposit in the above memorandum, in accordance with
is to be taken..
clause 1(A) of the said conditions, otherwise the said sum
of `.12,80,000/- Shall be refunded.
Contractor
Signature of contractor Address :…………..…………………………..
before submission of
……………………………..……………………….
tender
Dated the ..................... day of 2015.

Witness : …………………………………….
# Signature of Witness Address :…………………………………….
to Contractor's Signature. …………………..…………………………………
Occupation :……………………………………..

The above tender is here by accepted by me for and on behalf of the


Governor of Maharashtra.

Executive Engineer,
Signature of the Officer
Public Works Division
by whom accepted.
Aurangabad

Dated : day of 2015.

Contractor No. of Corrections Executive Engineer


6461 Dy.Ex.Engr.

CONDITIONS OF CONTRACT

Clause 1 : The contractor (s) is / are to provide every article or thing


Supply of
Materials, etc. By (with the exceptions noted in schedule A attached) which may be
the Contractor(s) 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 ,
Pandharpur (hereinafter called the Executive Engineer) and by the
Aurangabad
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, Aurangabad
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.
Aurangabad

Clause 2 : the contractor(s) shall set out the whole of the works as
Execution of
Work per 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

Signature of Contractor No. of Corrections Executive Engineer


6562 Dy.Ex.Engr.

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 fixed for
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 Clause 5 : The Contractor(s) shall not vary or deviate from the
drawings or approved drawings or specification or execute any extra work of any
specifications
etc. .
Signature of Contractor No. of Corrections Executive Engineer
6663 Dy.Ex.Engr.

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 The foundation shall be carried to the depths in suitable strata, shown in
Foundation. 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 Clause 6 : The Executive Engineer shall have power to make any
make alteration in, or addition to the original specifications, drawings designs
additions and
and instructions that may appear to him to be necessary or advisable
alterations in
drawings or during the progress of the work and with consultation of Superintending
specifications Engineer, Designs Circle, Navi Mumbai and the Contractor(s) shall be
Aurangabad
etc.
bound to carry out the work in accordance with any instructions which
Such may be given to him / them in writing signed by the Executive Engineer
Alterations do and such alteration shall not invalidate the Contracts and any additional
not invalidate
the contract. 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.

Signature of Contractor No. of Corrections Executive Engineer


6764 Dy.Ex.Engr.

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
Rates for work not
entered in the includes any class of work for which no rate is specified in this contract,
estimate or
then such class of work shall be carried out at the rates entered in the
Schedule of Rates
of the Division 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-in-
charge as to such proportion shall be conclusive.

Materials left Clause 7 : All work and materials brought and left upon the site of
on site.
the 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

Signature of Contractor No. of Corrections Executive Engineer


6865 Dy.Ex.Engr.

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 Clause 8 : The Executive Engineer shall have full power to require
substitution of the removal from the premises of all material, which, in his opinion, are
materials.
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 Clause 10 : If at any time before security deposit or any part thereof
compensation is refunded to the contractor, it shall appear to the Engineer-in-charge
payable in
case of bad or his sub-ordinate-in-charge of the work, that any work has been
work. 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

Signature of Contractor No. of Corrections Executive Engineer


6966 Dy.Ex.Engr.

in writing to the contractor and then not withstanding the fact that the
work, materials or articles complained of may have been inadvertently
passed, certified and paid for, the contractor shall be bound forthwith to
rectify or remove and reconstruct the work so specified in whole or in
part, as the case may required, 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.

Clause 10 (A) : If during the period of 60 months (sixty months)

Maintenance for bridge proper and for approaches 24 months from the date of
and repairs of completion as certified by the Engineer-In-Charge pursuant to clause 14
the Bridge
during of the contract in the opinion of the Executive Engineer, the said work
guarantee is defective in any manner whatsoever, the contractor shall forthwith on
period.
Contractor liable receipt of notice in that behalf from the Executive Engineer, duly
for commence execution and completely carry out at his cost in every
imperfections
for Five Years respect all the work that may be necessary for rectifying or setting right
after certificate. 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

Signature of Contractor No. of Corrections Executive Engineer


7067 Dy.Ex.Engr.

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 Clause 11 : From the commencement of the works to the completion


of Contractor of the same that work shall be under the Contractor(s) charge. The
due to damage
by Fire etc. 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.

Clause 12 : The Executive Engineer shall have full power to send


Execution of
works not workmen upon the premises to execute fittings and other works not
included in
included in the contract and for which the Contractor(s) shall afford
the contract
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.

Signature of Contractor No. of Corrections Executive Engineer


7168 Dy.Ex.Engr.

Clause 13 : The work comprised in this tender shall be commenced


immediately upon its acceptance and as soon as possession of the site
Action when
the work is not can be had. The whole work including all additions and variations as
completed
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 Provided never the less that if the Contractor(s) shall be of the
time on account opinion that he/they are entitled to any extension of time on account of
of alterations.
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

Signature of Contractor No. of Corrections Executive Engineer


7269 Dy.Ex.Engr.

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

Signature of Contractor No. of Corrections Executive Engineer


7370 Dy.Ex.Engr.

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 Clause 15 : If the Contractor(s) shall become bankrupt or shall


Contractor
becomes compound with or make any assignment for the benefit of his/their
bankrupt etc. 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 Clause 16(a) :At the end of every calendar month or at an earlier
Contractor for interval joint measurements of the work done and materials lying at site
work done
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.

Signature of Contractor No. of Corrections Executive Engineer


7471 Dy.Ex.Engr.

Clause 17 : The Certificate of the Executive Engineer hereinafter


referred to showing the final balance due or payable to the
Certificate 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 - 10.

No compensation Clause 18 : If at any time after execution of the contract documents


for alteration in or the Executive Engineer shall for any reason whatsoever, not require the
restriction of work
whole or any part of the work as specified in the tender to be carried out
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 Clause 18 (A) :


compensation on 1) The Department shall not supply any material to the contractor.
account of loss
due to delay in The contractor shall make his own arrangements for procurement of
supply of materials such as cement, steel, H.T.steel, bitumen etc, All the material
materials by
Government 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.

Signature of Contractor No. of Corrections Executive Engineer


7572 Dy.Ex.Engr.

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-1069/129785-
1, dated 27-1-1971.( 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.

Clause 19 : The Contractors(s) shall be responsible for and shall pay


Compensation any compensation to his workmen which may be payable under the
under the
workmen’s workmen’s compensation Act, 1923 (VII of 1923) (hereinafter called the
Compensation said Act) for injuries suffered by them. If such compensation is paid by
Act.
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

Signature of Contractor No. of Corrections Executive Engineer


7673 Dy.Ex.Engr.

actually incurred on providing such medical aid shall be final and


conclusive against the contractor.

Payment of Clause 20 : All quarry fees, royalties, octroi dues and ground rate for
quarry fees , stacking materials, if any shall be paid by the Contractor.
royalties etc.

Security Clause 21 : The person/persons whose tender may be accepted


Deposit (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

Signature of Contractor No. of Corrections Executive Engineer


7774 Dy.Ex.Engr.

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 Clause 22 : The time allowed for carrying out the works as entered in
for delay
the 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.

Signature of Contractor No. of Corrections Executive Engineer


7875 Dy.Ex.Engr.

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 Time Period


1
1. Clearing site, setting out and taking 1 /2 Month
bores and preparing of detailed design
and approval thereto.
Dismentaling Existing Damaged Structure
2. Completion of all foundations 65 Months

3. Construction of sub-structure 5 Months

4. Completion of superstructure 6 Months

5. Approaches including Earthwork, 6 Months


,WBM, BM and carpet with seal coat.
1
6. Completion of miscellaneous items, /2 Months
wearing coat, Railing, parapets, kerbs
etc.
Total 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

Signature of Contractor No. of Corrections Executive Engineer


7976 Dy.Ex.Engr.

exceed 10 percent of the estimated cost of the whole work as shown in


the tender.
Clause 23 : If the progress of any particular portion of the work is
unsatisfactory, the Executive Engineer shall not withstanding that the
Action when
the progress of general progress of the work is in accordance with the conditions
any particular mentioned in Clause 21, be entitled to take action under clause 10 after
portion of the
work is giving the Contractor(s) 10 days notice in writing. The Contractor(s) will
unsatisfactory. have no claim for compensation for any loss sustained by him/them
owing to such action.

Liability for Clause 24 : The contractor(s) shall provide all necessary


damages arising fencing and lights required to protect the public from accident and
from non
provision of light shall be bound to bear the expenses of defense of every suit,
fencing etc. 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.

Clause 25 : Compensation for all damages done intentionally or


Liability of
Contractor for unintentionally by Contractor(s) labour whether in or beyond the limits of
any damage Government property including any damage causes by the spreading of
done in
outside work 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 Clause 26 : No work shall be done on Sunday without the sanction in


Sunday writing of the Executive Engineer.

Signature of Contractor No. of Corrections Executive Engineer


8077 Dy.Ex.Engr.

Minimum age Clause 27 :


of persons
employed the
employment (i) No Contractor shall employ any person who is under the age
of donkeys of 18 years.
and other
animals and
the payment (Ii) No contractor shall employ Donkeys or other animals with
of fair wages.
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
1971. 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.

Signature of Contractor No. of Corrections Executive Engineer


8178 Dy.Ex.Engr.

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) 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.
vii) 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 cheque drawn


on any treasury within the Division most convenient to them, provided
that , the amount to be paid exceeds Rs. 10. smaller amount will be
paid in cash.

Acceptance Clause 29 : Any Contractor who does not accept these conditions
of Conditions shall not be allowed to tender for works and his name shall be removed
compulsory
before from the list of Contractors.
tendering for
work.

Employment of Clause 30 : If Government declares a state of scarcity or famine to


scarcity labour 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

Signature of Contractor No. of Corrections Executive Engineer


8279 Dy.Ex.Engr.

shall be decided by the Executive Engineer whose decision shall be


final and binding on the Contractor.

Employment of Clause 31 : The contractor shall employ the unskilled labour to be


local labour. employed by him on the said work only from locally available labours
and shall give preference to those persons enrolled under Maharashtra
Government Employment and self employment 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 to
pay to the Government in connection with execution of the work
including the amount payable in respect of :-

(I) materials and / or stores supplied / issued hereunder by


the Government to the Contactor
(ii) hire charges in respect of heavy plant, machinery and
equipment given on hire by the Government to the contractor for
execution by him of the work and / or on which advances have
been given by the Government to the Contractor shall be
deemed to be arrears of land revenue and the Government may
without prejudice to any other fights and remedies of the
Government recover the same from the Contractor as arrears of
land revenue”.

Clause 33 : “Contractor(s) shall comply with the provision of the


Apprentices 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.
Action when
whole of the
security Clause 34 : In case in which under any clause of this contract the
deposit is Contractor shall have rendered himself liable to pay compensation
forfeited.

Signature of Contractor No. of Corrections Executive Engineer


8380 Dy.Ex.Engr.

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.

Signature of Contractor No. of Corrections Executive Engineer


8481 Dy.Ex.Engr.

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 are
also 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.

Signature of Contractor No. of Corrections Executive Engineer


8582 Dy.Ex.Engr.

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 : Proof Consultant for this work will have to be appointed by the
Contractor for scrutiny of design etc. in consultation with the Department
whose fees 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- 400051” (telephone NoS. 26438690, 26438746 and
Fax No. 26438461) Similarly all workmen appointed to complete the contract

Signature of Contractor No. of Corrections Executive Engineer


8683 Dy.Ex.Engr.

work are required to insure under Workmen’s Compensation Insurance


Policy. Insurance policy/ policies taken out from any other company will not
be accepted. If any contractor 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.

Signature of Contractor No. of Corrections Executive Engineer


( 84 )

NAME OF WORK: CONSTRUCTION OF MAJOR BRIDGE WITH


APPROACHES ACROSS GODAVARI RIVER AT KM
0/800 ON APEGAPON KURAN PIMPARI ROAD SH-62
TQ.PAITHAN

SCHEDULE - A
Schedule showing (Approximately) the materials to be supplied from the
Departmental store for work contracted to be executed and preliminary and
ancillary works and the rates at which they are to be charged for :

Particulars Quantity Unit Rates at which the Place of


material will be charged delivery/amoun
to the contractor. t
In figure In words

___________ Nil _____________

Note : 1) All materials are to be procured by Contractor at his own


cost.
2) Conditions for materials to be brought by contractor are
attached separately.

Executive Engineer,
Public Works Division,
Aurangabad

Contractor. No. of Corrections Executive Engineer.


( 85 )

ADDITIONAL CONDITIONS FOR MATERIALS


( CEMENT, MILD STEEL, TMT , HYSD BARS BULK ASPHALT ETC.)
BROUGHT BY CONTRACTOR

1. All materials such as cement, mild steed, High Yield Steel strength bars,
Bulk Asphalt etc. required for execution of work shall be Contractor at
his own cost.

2. The Contractor shall maintain the record of these materials (cement,


steel, Bulk Asphalt, etc.) in the prescribed proforma and registers as
directed by Engineer in charge. The sample of prescribed proforma is
attached at the end Page No. 285 to 288. These registers shall be
signed by both contractor and representative of Engineer in charge.
These registers shall be made available for inspection, verification for
the Department as and when required. These registers shall be in the
custody of Department and shall be maintained by the Department.

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

4. The material i.e. cement, steel etc. brought on the work site shall be
accompanied with the necessary Company/ Manufacturing firm's test
certificates. In addition this material shall be tested as per frequency
prescribed by the Department and the cost of such testing shall be
borne by the contractor. If the test results are satisfactory, then and then
only the material shall be allowed to be used on the work. If the test
results are not as per standards, these materials shall be immediately
removed from the work site at Contractor's cost. In case of cement, if so
required by the Contractor in writing, material will be allowed to be used

Contractor. No. of Corrections Executive Engineer.


( 86 )

before receipt of the test results but this will be entirely at the risk and
cost of the contractor.

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

6. The contractor will have to erect temporary shed of approved


specifications for storing of above material at work site at contractor's
cost having double lock arrangements (By double lock it is meant that
godown shall always be locked by two locks, one lock being owned and
operated by Contractor and other by Engineer in charge or his
authorized representative and the door shall be openable only after both
locks are opened.)

7. If required, the weighment of cement bags, steel etc. brought by the


contractor shall be carried out by the Contractor at his own cost.
8. 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 item as are connected and absolutely for necessary for execution
of this work as may be decided by the Engineer in charge.

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

Contractor. No. of Corrections Executive Engineer.


( 87 )

10. Indemnity :
The condition regarding indemnity as defined on Page . 94 at Sr. No . 4
will apply mutatis-mutandis in case of material brought by contractor at
the site for the execution of the work being executed under this contract.
11. In case of materials brought by the contractor become surplus owing to
the change in the design of the work, the material should be taken back
by the contractor at his own cost after prior permission of the Engineer
in charge.
12. All the empty cement bags/ empty asphalt drums shall be the property
of the contractor and same shall be removed immediately after
completion of the work.
13. The R.C.C pipes required for the construction of C.D work (including in
this work) should be procured from M.S.S.I.D.C only.
14. The asphalt 60/70 grade should be procured from reputed government
refinery (main procurers)only . Like BPCL,HPCL,IOC
15. The contractor shall produce sufficient documentary evidence along
with bill i.e bill for purchase , octroi receipt , gate pass etc. for the
purchase of material bought on the work site at once , failing which the
executive engineer will not make the payment to the contactor.
16. "skesâoej (Contractor) cegKÙe Glheeokeâ [ebyej efjHeâeÙevejerletve Øeehle keâjCeej Deens (ogÙÙece Glheeokeâekeâ[tve DeLeJee DevÙe
kebâ$eešoejekeâ[tve [ebyej IesCÙeeÛeer hejJeeveieer veener.) DeMee [ebyej ØeehleerÛes JesUehe$ekeâ (Schedule of Arrival of
Bouzers ) #esef$eÙe DeefOekeâeNÙeebvee osCes "skesâoejeme yebOevekeâejkeâ jenerue. [ebyejeÛes ØeeheCe (Procurement) mejkeâejer lesue
kebâhevÙeeÛÙee efjHeâeÙevejer ceOetveÛe keâjCÙeele ÙeeJes lemesÛe hueebšJej Øeehle PeeuesuÙee [ebyejeÛeer Øele (Grade) leheemeCeermee"er
DeeJeMÙekeâ GhekeâjCes ,meeefnlÙe FlÙeeoeRveer Ùegòeâ ØeÙeesieMeeUe GheueyOe keâ®ve osCes "skesâoejeme yebOevekeâejkeâ jenerue . peesheÙe&ble
kebâ$eešoej cegU iesšheeme GheueyOe keâjle veenerle leesheÙe&ble [ebyejerkeâjCeeÛÙee yeeyeerÛÙee DeoeÙeieer ke⤠veÙes. cegU iesšheemeJej
keâeÙe&keâejer DeefYeÙeblee ÙeebÛeer mJee#ejer IesTve les DeefYeuesKÙeele pees[Ces DeefveJeeÙe& jenerue. leoveblejÛe [ebyejerkeâjCeeÛÙee yeeyeeRÛes
osÙekeâ Deoe keâjCÙeele ÙesF&ue..

Contractor. No. of Corrections Executive Engineer.


( 88 )

DETAILS OF BRIDGE
NAME OF WORK : CONSTRUCTION OF MAJOR BRIDGE WITH APPROACHES
ACROSS GODAVARI RIVER AT KM 0/800 ON APEGAPON KURAN PIMPARI
ROAD SH-62 TQ.PAITHAN

( WITH CONTRACTORS OWN DESIGN & DRAWINGS).


GENERAL DESCRIPTION & SCOPE OF WORK

1) Location :-
CONSTRUCTION OF MAJOR BRIDGE @ CH 0/800 ON APEGAON KURAN
PIMPARI ROAD ACROSS GODAVARI RIVER ON EXISTING DAMAGED BRIDGE
SITE TQ. PAITHAN DIST, AURANGABAD

2) Scope of Work:-
a) Bridge Proper (RTL OF BRIDGE PROPER 431.630)

The proposed Bridge to be constructed shall be of minimum length of 300.00 meter


and this length shall be measured between inner faces of dirt wall. In right angle The
proposed Bridge is Submersible Bridge with 7.50 Metre clear carriageway between the
kerbs and overall width of 7.95 Metre. The bridge is proposed for 0 Degree Skew .

3) Foundation and Substructure


a) All reinforcements to be used shall be of minimum TMT-Fe 500 and above grade.

b) The lumpsum price to be quoted by the Contractor in Form ‘C’ shall include the
design and construction of the complete bridge including approaches satisfying the
various requirements indicated in these documents.

Important Provisions :

1) Foundation : Open foundation in M-25 and M-30 Grade

2) Sub Structure : P.C.C Abutment in M-25 with skin reinforcement and R.C.C
piers in M-30
3) Superstructure : Solid Deck slab in M-30 with R.C.C M-30 caps and dirt walls
with wearing course 0.075 metre thick in M-30 Grade

4) Bearing : Neoprane Bearing

5) Expansion Joint Strip Seal Type


6) Railing : Mild steel rail as per drawing with painting complete

7) Approaches : CC Pavement in M-30 Grade concrete with temp steel, over


sub base GSB,WBM & P.C.C
LENGTH OF APPROCHES 1) 450.00 Metre (Apegaon Side)
2) 600.00 Metre (Kuran Pimpari Side)
Total 1050.00 Metre

Contractor. No. of Corrections Executive Engineer.


( 89 )

8) Width of approaches 7.00 M. (as per cross section attached)

9) Crust thickness of approaches 425.00 MM (as per Cross Section Attached)

c) Open foundation if proposed shall be provided with Plain Cement Concrete M-30 for Pier
footings. The annular filling for foundation shall be provided with plain cement concrete M-15
grade upto rock top level or footing top level whichever is higher. The scarifying well shall be
provided in the river bed.

d) Abutments to be provided with weep holes one number per two square metre area with
filling behind as per Appendix –VI of I.R.C. 78-2000 and as per Govt. Circular No.CR-9(3)-68,
Dated 17/8/1997.

e) The Piers, abutment, returns, dirt walls, pier and abutment caps, pedestals and foundation
are to be adequately designed. The grades of concrete shall be as per IRC: 21,2000 and not
below the grade prescribed by the Superintending Engineer,Designs Circle, Nagpur vide
Drawing No. DRG No. BR-AGD/AGD-14/2015 and as specified in Design Criteria. The
length and foundation depth of return shall be as per design criteria and should comply with
Superintending Engineer, Designs Circle, Nagpur Rubble filling behind Abutment / Returns
shall be 0.6 M. thick. Flexible stone mat of 0.9 Metre thick shall be provided behind abutment.

f) For the standing water due to heavier is 1 km down stream side of proposed bridge

g) The wall type pier if proposed shall be in Plain Cement Concrete of grade M-30 with
T.M.T. surface reinforcement.

h) Abutment if proposed shall solid type in plain cement concrete M-25 with surface
reinforcement.

i) Box return if resting on hard strata, the return shall be founded on levelling course of plain
cement concrete of M-15 grade and if resting on soft strata, the return shall be founded on
levelling course of plain cement concrete M-15 grade of 100 milimetre thickness with weep
holes one number per two square meter area. The filling behind as per Appendix –VI of
I.R.C. 78-2000 and as per Govt. Circular No.CR-9(3)-68, Dated 17/8/1997.

4. SUPER STRUCTURE :-
a) The superstructure in the form of 20 spans of 15 metre centre to centre , total length
of bridge 300 metre with deck slab of RCC grade M-30. The super structure shallbe
supported on the pier cap with neoprene bearings and elastometric expansion joints.

f) Railing of Removable Mild steel angle post 2M centre to centre of section 75mm
x75mm x 10mm with G I Pipes 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 + length of approaches more than
3.00 meters.

g) The soffit level of Bridge superstructure shall not be lower than as shown in
Departmental Drawing.

Contractor. No. of Corrections Executive Engineer.


( 90 )

h) Galvanised iron Vent holes of diameter 100 milimetre and shall be provided as per 1
No./3 sqm. of deck area.

i) Granite tablet of sizes as per standard specification shall be provided.

6. EARTHQUAKE ZONE
The bridge is located in non-coastal and non-industrial zone and lies in seismic Zone II.

8. BENCH MARKS :
The Great Trigounaumetiric Survey (G.T.S.) bench marks and its reduced level with
reference to which the work shall be carried out and are fixed at the site by the Department.
The level shown in the departmental drawing and those indicated in these documents
are with reference to this bench mark.

9. SETTING OUT OF WORKS:


1. The work shall be set out in accordance with the plan enclosed. The setting out of works
shall consist of establishing concrete reference pillars, the lay out of the approaches of road
and bridge and its center line according to the site plan. For this purpose any permanent
Bench Mark or reference pillar shall be established during the survey if available shall be
located or alternatively the setting shall be done with reference to the permanent features
that have been shown on the site plan. Contractor shall have to carry out detail survey,
geological investigation including trial bores and prepare drawings and geological report as
per IRC.78-2000. However deparment has taken the trial bores and reported the same to
Design circle, accordingly GAD is issued.

2. The center line of the bridge shall be extended on both ends at least by 200 metres and
the center line pillars located for not less than 100 meter for the two ends of the bridge.
These shall be so located that these are in no way disturbed during the flood or during
period of construction. Apart from these two other reference pillars shall be established on
each bench mark to eliminate the need of orienting the Theodolite / Total station every time
with the help of pillars on the opposite bank.

3. These reference pillars shall be connected with some permanent features on the site so
that they can be correctly relocated in case they get disturbed during the construction period
for the lay out work and establishing the center line of the bridge. ( Only one steel plate shall
be used through out the work and where work is done by traversing. The traverse shall be
closed.) In case of minor error, these would be corrected by interpolation and the layout and
the center line pillars got approved from the Engineer-In-Charge.

4. The center line of the bridge piers, abutment and foundation shall be established by the
Theodolite / total station and the center line marks shall be attached on steel, embedded in
concrete pillars of such dimensions and constructed at such intervals and placed as may be
directed by the Engineer-In-Charge. The contractor shall be responsible for the true and
proper setting out of the work and all duties concerning the establishment of the bench mark,
permanent theodolite station, center line pillars etc. for performing all the functions
necessary at the commencement and during the progress of the work till physical completion
of all the items of the work shall be carried out by the Contractor at his own cost.

Contractor. No. of Corrections Executive Engineer.


( 91 )

5. All bench marks, reference pillars etc. established by the contractor shall be subjected to
check and approved by the Engineer-In-Charge or his authorised representative and any
variations noticed in the work as a result of improper establishment or maintenance of these
shall be at the risk and expense of the contractor.

6. The contractor shall also keep proper record of permanent bench mark established during
the setting out of the works denoting therein their correct levels.

10. RAINFALL :
The normal rainy season commences from June and lasts upto September. The annual total
rainfall in the area is normal and the maximum intensity of rainfall is about 100 mm per day
on upstream side of bridge. This situation shall be taken into account while execution of work.
This is given only for guidance. No extra payment shall be claimed for variation of rainfall.

11. MARKETING FACILITIES :


The nearest marketing center for daily necessities is Paithan and Aurangabad City.

12. POSTAL AUTHORITIES :


The nearest post and telegraph office is at paithan

13. ENVIRMENTAL CONDITIONS :


1. Terrain : Hilly

2. Hottest Month : April - May

a) Maximum temperature : 45 O C.

b) Minimum temperature : 20 O C.

3. Coldest Month : December-January

a) Maximum temperature : 22 O C.

b) Minimum temperature : 12 O C.

4. Visibility : Clear
5. Rainfall season and annual Rainfall : June to September and annual
rainfall is mormal

14. QUARRIES:
The Nearest quarry for rubble/metal is at
________________________________________________________. The tenderer shall
inspect the quarries, suitability of water for concreting etc. before quoting their rates for the
work to asses the availability of construction materials in required quantity and quality. The
Department shall not be responsible for non-availability of the materials in sufficient quantity
and quality and will not entertain any request / claim for increase for tender prices/ rates and
/or for any extension of time for the completion of the work on this account.

Contractor. No. of Corrections Executive Engineer.


( 92 )

15. GENERAL :
1. The site information given above is only for the initial guidance of the tenderers. No
guarantee is given by the Department as to the accuracy of the same. The tenderers
areadvised to collect the information through their own sources prior to preparation of the
tender and the Department shall not be held responsible for any deviations in the information
supplied. The water levels H.F.L. and standing water Level and foundations level at the work
site shown in the drawings shall be reckoned only for the design of the structures. Tenderers
are informed that water in the River may remain at a level between F.S.L.and S.W.L.
continuously for a long period and such will not be reckoned as rainy season delay or any
other claims. If the water level rises above that shown in the drawings during the tenure of
the contract due to the natural / artificial reasons causing thereby loss, damages or injury of
any movable assets or to persons, or to work already done no compensation shall be paid.

The works specified under this contract shall include all general works preparatory to
the things requisites and work of any kind necessary for the due and satisfactory
construction, completion and maintenance of the works to be intended and meaning of the
drawing and the specifications and further drawings and orders that may be issued by the
Engineer from time to time. Compliance by the Contractor with all general conditions of
contract, whetherspecifically mentioned or not in the clause of this specification. All materials
apparatus, plant,machinery, tools, fuels, water, strutting, timbering, and tackle of every
description, transport,office, stores, workshop, staffs, labour and the provisions of proper and
sufficient protective works diversion and protection of the works at all stages and after
completion of the work upto the end of the guarantee period and adjoining land, first aid
equipment, sanitary arrangement for their staff and workmen and effecting and maintenance
of all insurance and payments of wages, salaries fee, royalties, duties or other charges
arising out of the erection of works and the regular clearance of rubbish, reinstatement and
cleaning up and living perfect on completion.

2. The contractor should sign the field books and level books after leveling is done jointly
and before actual start of the work failing which the level taken by the department will be
binding on the contractor and no claim on any account will be entertained. This shall apply
for the initial, intermediate as well as final levels of all items payments of which are to be
made.

16. ACCESS TO ABUTTING PROPERTIES :


For duration of the work the contractor shall at all times provide convenient access of paths
steps to bridge and all entrances to property abutting the site and maintain it clear, tidy and
free of mud or objectionable matter.

17. PLANTATION OF TREES


While the road work (Approaches) is in progress, Contractor shall plant at least 50 trees as
directed by the Engineer-in-charge by the side of road and shall have to maintain them by
watering etc. till the completion of work.

Contractor. No. of Corrections Executive Engineer.


( 93 )

ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS

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


otherwise already provided for contradictorily elsewhere in this contract.

2. CONTRACTOR TO STUDY SITE CONDITIONS


The contractor shall be deemed to have carefully examined the work and site
conditions including labour, the general and the special conditions, specifications,
schedules and drawings and shall be deemed to have visited the site of work and to have
fully informed himself regarding the local conditions and carried out his own investigation
to arrive at the rates quoted in the e-tender system. In this regard, he will be given
necessary information to the best of the knowledge of Department but without any
guarantee about it.

If he shall have any doubt as to the meaning of any portions of these general
conditions or the special conditions, or the scope of work or of the specifications and
drawings or any other matter concerning the contract, he shall in good time, before
submitting his tender, set forth the particulars thereof and submit them to the Executive
Engineer , Public Works Division, Aurangabad in writing order, that such doubts may
be clarified authoritatively before tendering. Once a tender is submitted by the e-tendering
system, the matter will be decided according to tender conditions in the absence of such
authentic pre-clarification.

2.A COMPETENCY OF TENDER


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

Contractor No. of Corrections Executive Engineer


( 94 )

3. DECLARATION OF THE CONTRACTOR


The contractor should sign the declaration of Contractor on Page No. 290

4. INDEMNITY:
The contractor shall indemnify the Government against all actions, suits, claims and
demands brought or made against it 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. The Govt. May at its description and entirely at the cost of the
contractor defend such suit. Either jointly with the contractor or single in case the later
chooses not to defend the case.

5. DEFINATIONS :
Unless Excluded by or repugnant to the context.

(a) The expression “Government” as used in the tender documents shall means the
Public Works Department, of the Government of Maharashtra.

(b) The expression “ The Chief Engineer” as used any wherein the e-tender papers
shall means Officer for the time being of the Government of Maharashtra who is
designated as such.

(c) The expression "Superintending Engineer" as used in the e-tender papers shall
means an officer of Superintending 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 e-tender papers


shall mean the Executive Engineer, in charge of the work.

Contractor No. of Corrections Executive Engineer


( 95 )

(e) The expression “Contractor” used in the e-tender papers shall means the
successful tenderer i.e. the tenderer whose tender has been accepted, and who
has been authorized to proceed with the work.

(f) The expression “Contract” as used in e-tender papers shall mean the deed of
contract together with or its original accompaniment and those later incorporated in
it by mutual consent between P.W. Department and contractor.

(g) The expression “Plant” as used in the e-tender papers shall mean every
temporary and necessary means, necessary or considered necessary by the
Engineer to execute, construct, complete and maintain the works and used in,
altered, modified, substituted and additional works ordered in the time and in the
manner herein provided and all temporary materials and special and other articles
of appliances of every sort, kind and description whatsoever intended or used
therefore.

(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) "Provisional items" shall mean items for which approximate quantities have been
included in the tender documents.

(k) The “Site” shall mean the lands and/or other places, on, under in or through which
the work is to be executed under the contract including any other lands or places
which may be allotted by Government or used for the purpose of contract.

Contractor No. of Corrections Executive Engineer


( 96 )

(l) 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.

(m) The “Contract sum” shall mean the sum for which the tender is accepted.

(n) The "Accepting Authority" shall mean the officer competent to accept the tender.

(o) The “Day” shall mean a day of 24 hours from midnight to midnight irrespective of
the number of hours worked in any day in that day.

(p) “Temporary works” shall mean all temporary works of every kind required in or
about the execution, completion, or maintenance of the works.

(q) “Urgent works” shall mean any measure which, in the opinion of the Engineer-in-
charge, become necessary during the progress of the works to obviate any risk or
accident or failure or which become necessary for security of the work or the
persons working, thereon.

(r) The expression "Deputy Chief Architect" as used in e-tender paper shall mean
that Deputy Chief Architect, P.W.D. for this work at Aurangabad.

(s) The expression “ Latest Valid Certificate ” as used in the e-tender papers shall
mean certificate issued during the last financial year or certificate issued during the
current financial year of the tender opening as per e-tender system.

(t) Where the context so requires, words importing the singular only also include the
plural and vise versa.
Heading and marginal notes, if any, to the general conditions shall not be
deemed to form part thereof or be taken into consideration in the interpretation or
construction thereof of the contract.

Contractor No. of Corrections Executive Engineer


( 97 )

Wherever there is mention of "Schedule of Rates" or “DSR” shall mean as


"The Schedule of the rates of the P.W. Division in the jurisdiction of which the work
lies."

6. ERRORS, OMISSIONS AND DISCREPANCIES:


1. 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.
(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 drawings and
the 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 items in the schedule of quantities and
the detailed description in the specifications of the same items, the latter
shall be adopted.

2. In case of discrepancy between percentage rate quoted in figures and words, the
lowest of the two will be considered for acceptance of the tender.

3. In all cases of omissions and /or doubts or discrepancies in the dimensions or


descriptions of any item or specification, reference shall be made to the Executive
Engineer, Public Works Division, Aurangabad 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.

4. The special provision in detailed specifications and wording of any item shall gain
precedence over corresponding contradictory provisions (if any ) in the standard

Contractor No. of Corrections Executive Engineer


( 98 )

specification of Public Works Departments Hand Book where reference to such


specifications is given without reproducing the details in contract.

7. METHODLOGY OF CONSTRUCTION AND CONSTRUCTION EQUIPMENTS:


( A) METHODLOGY OF CONSTRUCTION :
The contractor shall furnish at least 15 days in advance, his program of
commencement of items of work, the details of actual methods that would be
adopted by the contractor for the execution of various items of work such as well
sinking, cast-in-situ superstructure for bridge work, Earth work, W.B.M., black toping
items for road works supported by necessary detailed drawing 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 items of work. The
Engineer in charge reserves the right to suggest modifications or make complete
change in the method proposed by the contractor, whether accepted previously or
not at any stage of the work, to obtain the desired accuracy, quality and progress of
the work which shall be binding on the contractor, and no claim on account of such
change in method of execution will be entertained by Government so long as
specification of the item remain unaltered.
The sole responsibility for safety and adequacy of the methods adopted by
the contractor, will however rest on the contractor irrespective of any approval
given by the Engineer.
In case of the slippage from the approved work program at any stage, the
contractor shall furnish revised program to make up the slippage within the
stipulated time schedule and obtain the approval of the Engineer to the revised
program.

(B) CONSTRUCTION EQUIPMENTS:


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

Contractor No. of Corrections Executive Engineer


( 99 )

provided shall be of proven efficiency and shall be operated and maintained at all
times, in a manner acceptable to the Engineer and no equipment or personnel will be
removed from site without permission of the Engineer.

(C) PROGRESS SCHEDULE:


i The contractor shall furnish within the period of 15 days of the order to start the
work, the program of work in CPM/PERT charts quadruplicate including the date of
actual start, the monthly progress expected to be achieved and anticipated
completion date of each major item of work to be done by him, also indicating dates
of procurement and setting up for 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, and of 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 items or item, in case of urgency of work as will be directed by him
and the contractor shall comply the same as and when asked for.

ii The contractor shall furnish sufficient plant, equipment and labour as may be
necessary to maintain the progress schedule. The working and shift hours restricted
to one shift a day for operations to be done under the Government supervision shall
be such as may be approved by the Engineer in charge. They shall not be varied
without the prior approval of the Engineer, Night work require, supervision shall not
be permitted except when specifically allowed by Engineer on each item, if
requested by contractor. The contractor shall provide necessary lighting
arrangements etc. for night work as directed by Engineer without extra cost to
Government.

iii Further, the contractor shall submit the progress report of work in prescribed forms
and charts etc. at periodical intervals as may be specified by the Engineer in
charge. Schedule shall be in the form of progress charts, forms, progress statement
and / or reports as may be approved by the Engineer.

Contractor No. of Corrections Executive Engineer


( 100 )

iv The contractor shall maintain proforma, charts, details regarding machinery,


equipment, labour, materials, personnel etc. as may be specified by the Engineer
and submit periodical returns thereof as may be specified by the Engineer in
charge.

8. AGENT AND WORK ORDER BOOK:


The contractor shall himself manage the work or engage an authorized all
time agent on the work capable of managing and guiding the work and
understanding the specifications and contract conditions. A qualified and
experienced Engineer shall be provided by the contractor as his agent for technical
matters in case the Engineer-in- charge considers this as essential for the work and
so directs the contractor. He will take orders as will be given by the Executive
Engineer, or his representative and shall be responsible for carrying them out. This
agent shall not be changed without prior intimation of the Executive Engineer and
his representative on the work site.

The 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 Engineer regarding the quantity and sufficiency of the staff thus employed.

The Engineer in charge has the unquestionable right to ask for changes in
the quality and strength of contractor's supervisory staff and to order removal from
work of any of such staff. The contractor shall comply with such orders and effect
replacements to the satisfaction of the Engineer in charge.
A work order book shall be maintained on site and it shall be the property of
Government and the contractor shall promptly sign orders gives 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

Contractor No. of Corrections Executive Engineer


( 101 )

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.

9. SETTING OUT :
I SETTING OUT (Road Work):

a) The contractor shall establish working bench marks in area soon after
taking possession of the site. The reference bench marks for the area
shall be as indicated in the contract documents. The working bench
mark shall be at the rate of 4 per kilometer. and also at or near all
drainage structures, over bridge and underpasses. The working bench
marks / levels should be got approved from the Engineer. Checks must
be made on these bench marks once in every month and adjustment if
any, got agreed with the Engineer and recorded and up to date record
of all bench marks including approve adjustment, if any shall be
maintained by the contractor and also a copy supplied to the Engineer
for his record

b) The lines and levels of formations, side slopes, drainage, carriageways


and shoulders shall be carefully set out and frequently checked, care
being taken to ensure that correct gradients and cross sections are
obtained every where.

c) In order to facilitate the setting out of the work, the center line of the
carriage ways or highway must be accurately established by the
contractor and approved by the Engineer. It must then be accurately
referenced in a manner satisfactorily to the Engineer at every fifty
meters intervals in plain and rolling terrain and 20 meters intervals in
hilly terrain and at all curve points as directed by the Engineer with
marker pegs and chainage boards set in or near the fence line, and
schedule of reference dimensions shall be prepared and supplied by the
contractor to the Engineer. These marker shall be maintained until the

Contractor No. of Corrections Executive Engineer


( 102 )

works reach finished formation levels and are accepted by the


Engineer.

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

e) No reference pegs or marker shall be removed or withdrawn without the


approval of the Engineer and no earthwork or structural work shall be
commenced until the center line has been referenced.

f) The contractor will be the sole responsible party for safe guarding all
survey monuments, bench marks, beacons, etc. The Engineer will
provide the contractor with the data necessary for the setting out of the
center line. All dimensions and levels shown on the drawings or
mentioned in documents forming part or issued under the contract shall
be verified by the contractor on the site and be shall immediately inform
the Engineer of any apparent errors or discrepancy in such dimensions
or levels. The contractor shall after or in connection with the setting out
of the center line, survey the terrain along the road and shall submit to
the Engineer, for his approval, a profile along the road center line and
cross sections at intervals as required by the Engineer.

g) After obtaining approval of the Engineer, earth work can commence and
profile and cross sections shall form the basis for measurements and
payments. The contractor is responsible for checking that all the basic
traverse point are in place at the commencement of the contract and if
any are missing, or appears to have been disturbed. The contractor
shall make arrangements to re-establish these points. A “Survey file”
containing the necessary data will made available for this purpose. If in
the opinion of the Engineer, design modifications of the center line or

Contractor No. of Corrections Executive Engineer


( 103 )

grade are advisable, the Engineer will issue detailed instructions to the
contractor and the contractor shall perform the modifications in the field
as required and modify the ground levels on the cross sections
accordingly as many times as required. There will be no separate
payment for any survey work performed by the contractor. The cost of
these services shall be considered as being included in the cost of the
items of the work in the bill of quantities.

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


preparatory to the execution of work and no separate payment shall be
made for the same.

II) SETTING OUT (BRIDGE WORK):


Immediately on receipt of 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 the
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 abutment is so finalized, it
will be the contractor’s responsibility to line out and locate the remaining
foundations of piers. The contractor shall be responsible for true and proper
setting out of the works and for the correctness of the position, levels,
dimensions and arrangements of all parts of works, and for providing all
necessary instruments appliances and labours in connections therewith at
his own cost. Officers may assist the contractor in proper setting out.
Government instruments may be allowed to be used for setting out of work
for which no cost shall be recovered from the contractor. If at any time during
the progress of work, any errors arise in regard to levels or dimensions or
alignment of any part of the work, rectification thereof, on being required to

Contractor No. of Corrections Executive Engineer


( 104 )

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 checking of any setting out or checking of level by the Engineer or his
authorized representative shall not in any way relieve the contractor of his
responsibility for the correctness thereof. The contractor shall carefully
protect and preserve all bench marks, site rails, pegs and other things used
in setting out the works.

II) RESPONSIBILITIES FOR LEVEL AND ALIGNMENT :

The contractor shall be entirely and exclusively responsible for the horizontal
and vertical alignment, the levels and corrections of every part of the work and shall
rectify effectively any errors or imperfections therein. Such rectification shall be
carried out by the contractor, at his own cost, when instructions are issued to that
effect by the Engineer-in-charge.

10. LEVELLING INSTRUMENTS:

If measurement of items of the works are based on volumetric measurements


calculated from levels taken before and after construction of items, a large number of
leveling staves, tapes etc. will have to be kept available by the contractor at the site of
work for this purpose. Lack of such leveling staves, tapes etc in required numbers
may cause delay in measurements and the work. The contractor will have therefore
to keep sufficient number of these instruments readily available at site and in good
working conditions.

Contractor No. of Corrections Executive Engineer


( 105 )

11 AUTHORITIES OF THE ENGINEER IN CHARGE’S REPRESENTATIVE:

The duties of the representative of the Engineer-in-charge are to watch and


supervise the work and test and examine any material to be used for workmanship
employed in connection with the works.
The Engineer-in-charge may from time to time, in writing delegate to his
representative any of the powers and authorities vested in the Engineer-in-charge
and shall furnish to the contractor a copy of all such delegations of powers and
authorities. Any written instructions or approval given by the representative of the
Engineer-in-charge to the contractor within the terms of such delegations (but not
otherwise) shall bind the contractor and the department as though it had been given
by the Engineer-in-charge, provided always as follows.

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


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

11.2 LAYOUT OF WORK:


Layout of the work will be done by the contractor in consultation with Executive
Engineer of the Department or his representative. Some permanent marks should ,
however to established indicate the demarcation of the structure or any component
thereof made to this permanent marks in measurement books and drawing sign by
the contractor and the departmental officer , responsibility regarding layout will be
joint.

11.3 STACKING AND STORAGE AND GARDING OF MATERIALS:


The stacking and storage of construction material at site shall be in a manner as to
be prevent deterioration or intrusion of foreign matter and to ensure the
preservation of their quality , properties and fitness for the work. Suitable
precautions shall be taken by the contractor to protect the material against

Contractor No. of Corrections Executive Engineer


( 106 )

atmospheric actions, fire and other hazards. The materials likely to be carried away
by wind shall be stored in suitable stores or with suitable barricades and where there
is likely hood of subsidence of soil, heavy materials shall be stored on paved
platforms , suitable barricades and where there is likely-hood of subsidence of soil ,
heavy materials shall be stored on paved platforms, suitable separating barricades
and enclosures as directed shall be provided to separate materials brought by
contractor and materials issued by Government to the contractor under schedule ‘A’.
Same applies for the materials obtained from different sources of supply.
The contractor shall at his own expenses, engage watchmen for guarding the
materials and plant and machinery and the work during the day and night against
any pilferage or damages and also for prohibiting trespassers.
No materials brought to the site shall be remo0ved from the site without the prior
approval of the Engineer in charge.
The contractor shall inform the Engineer in charge in writing when any portion of the
work ready for inspection giving him sufficient noti9ce to enable him to inspect the
same without affecting the further progress of the work
The contractor shall provide at his own cost necessary ladders and such
arrangements are as considered safe by the Engineer in charge for proper
Inspection of all part of the work.
Contractor shall extend his full co operation and make all necessary agreements
when needed for carrying out inspection of the work or any part of the work by the
local representatives, M.L.A’s , M.P’s and officers and dignitaries / delegates of
various Government Departments , local bodies, private sectors etc. No.
compensation shall be paid to the contractor on this account.
The work shall be carried out by the contractor without causing damage to the
existing Government property and / or private property. If any such damages are
caused , the contractor shall pay for the restoration of the property to the original
conditions, and any other consequent damages.
In the event of an occurrence of an accident involving serious injuries or death of
any person , at site of work of quarry or at any place in connection with the work the
same shall be reported in writing within 24 hours of the occurrence , to the engineer
in charge in commissioners of workmen’s compensation.

Contractor No. of Corrections Executive Engineer


( 107 )

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 or disposed off as per Departmental procedure. In case the
material is disposed off by Department, the sale proceeds will be credited to the
contractor’s account after deducting the cost of sale incurred. However no
claim of contractor regarding the price or amount credited will be entertained
afterwards.
All constructional plants, provided by the contractor shall when brought on to the site
be deemed to be exclusively intended for the construction of this work and the
contractor shall not remove the same or any part thereof ( Save for the purpose of
removing it from the part of the site to another or for repairs etc. ) without the
consent in writing of the Engineer in charge who shall record the reasons for with
holding the consent.

12 CO-ORDINATION
When several agencies for different sub-works of the project are to work
simultaneously on the project site, there must be full co-ordination and co-operation
between different contractors to ensure timely completion of the whole project
smoothly. The scheduled dates for completion specified in each contract shall,
therefore, be strictly adhered to Each contractor may make his independent
arrangements for water, power, housing etc. if they so desire, on the other hand the
contractors are at liberty to come to mutual agreement in this behalf and make joint
arrangement 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 to work, labour or arrangements etc. of other contractors in the project
localities. Any action by any contractor which the Engineer in his unquestioned
discretion may consider as infringement of the above code would be considered as
a breach of the contract conditions and shall be dealt with accordingly.
In case of any dispute or disagreement between the contractors, the Engineer’s
decision regarding the co-ordination, co-operation and facilities to be provided by

Contractor No. of Corrections Executive Engineer


( 108 )

any of the contractors shall be final and binding on the contractors concerned and
such a decision or decisions shall not vitiate any contract nor absolve the
contractor(s) of his/their obligations under the contract nor form the grounds for any
claim or compensation.

13. ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC.


The Engineer on a written request by the contractor will if in his opinion, the request
is reasonable and in the interest of work and its progress, assist the contractor in
securing the priorities for deliveries, transport permits for controlled materials etc.
where such are needed. The Government will not however be responsible for the
non-availability of such facilities or delay on this behalf and no claims on account of
such failure or delays shall be allowed by the Government.
The contractor shall have to make his own arrangement for machinery required for
the work, However, if such machinery is conveniently available with the Department
it may be spared as per the rules in force on recovery of necessary Security Deposit
and rent at the rate approved from time to time by the independent agreement to
this contract and the supply or non supply of machinery shall not form a ground for
any claim or extension of time limit for this work.

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

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

14.3 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 on due to damages by the contractor shall be the responsibility of the

Contractor No. of Corrections Executive Engineer


( 109 )

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
check that the working records and storage are all in accordance with the relevant
rules. The Engineer-in-charge or his representative shall at any time be allowed to
inspect the work, building, and equipment at the quarries.

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

14.5. All quarrying operations shall be carried out by the contractor in organized and
expeditious manner, systematically and with proper planning, the contractor shall
engage licensed 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 procure and store explosives etc. as required under the rules at his own
cost. The designs and the location of the magazine shall be got approved in
advance from the Chief Inspector of Explosives and the rules and regulations in this
connection as laid down by the Chief Inspector of Explosives from time to time shall
be strictly adhered to by the Contractor. It is generally experienced that it takes time
to obtain the necessary license for blasting and license for storage of material from
the concerned authorities. The contractor must therefore take timely advance for
procuring all such licenses so that the work progress may not be hampered.

14.6 The quarrying operations shall be carried out by the contractor to the entire
satisfaction of the Engineer-in-charge and the development of the quarry shall be
made efficiently so as to avoid wastage of stones. Only such stones as are of the
required quality shall be used on the work. Any stone which is in the opinion of the
Engineer -in-charge, not in accordance with the specifications or of required quality

Contractor No. of Corrections Executive Engineer


( 110 )

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.

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

14.8 Since all stones quarried from Government quarry (if made available) by the
contractor including the excavated over burden are the property of the Government,
no stones or earth shall be supplied by the contractor to any other agencies or
works. and are not allowed to be taken away for any other works. All such surplus
quarried materials not required for work under this contract shall be the property of
the Government shall be handed over by the contractor to Government free of cost
at quarry site duly heaped at the spots indicated by the Engineer-in-charge. The
contractor will be entitled to the refund of royalty if any, paid by him for such
quantity handed over to the Government for which necessary certificate will be
issued by Executive Engineer, as per usual procedure. If however, the Government
does not require such surplus material, the contractor may be allowed to dispose off
or use such material else where with prior written permission of Engineer-in-charge.
Leaving off a quarry face or opening of a new quarry face shall be done only on the
approval of the Engineer-in-charge.

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

14.10 Contractor will be permitted to erect at his own risk and cost at the quarry site if
suitable vacant space in Government area is available for the purpose, his own
structures for stores, offices etc. at places approved by the Engineer-is-charge. On

Contractor No. of Corrections Executive Engineer


( 111 )

completion of the work the contractor shall remove all the structures erected by him
and restore the site to its original conditions.

14.11 The contractor will be responsible to make all payments of quarries fee royalty etc.
No claim on this account will be entertained.

14.12 The contractor shall not use any land in the quarry either for cultivation or for any
other purpose except that required for breaking or stacking or transporting stones.

14.13 The claims / representation on account of change of source of material or closing of


quarries from the Revenue are changed in lead etc shall not be entertained .The
contractor shall study the lead for material including send carefully before quoting
rates.

15. COLLECTION OF MATERIALS:


(i) Where suitable and approved P.W. Department’s quarries exist, the contractor or
piece worker will be allowed if otherwise there is no objection to obtain the materials
to the extent required for the work from the quarry. He will be however, liable to pay
compensation, if any damage is caused to the quarry either deliberately or through
negligence or for wastage of materials by himself or his staff or labour. The
contractor shall pay necessary royalty in advance.

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

Contractor No. of Corrections Executive Engineer


( 112 )

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

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

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

(vi) Any material that falls on any P.W.D. Road from the cart etc. during conveyance
shall be immediately picked up and removed by the contractor or piece worker,
failing which it will be got removed departmentally at his cost. No heap shall be left
prior to stacking even temporarily on the rood 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 accidents, etc. Any such material 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 complaints which may be received.

Contractor No. of Corrections Executive Engineer


( 113 )

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

(viii) Before stacking, the 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 bank, ghat roads etc.
where it may not be practicable to stack it entirely clear of the roadway, it may be
stacked with the permission of the Engineer-in-charge on berms in such a way as to
cause minimum danger and obstruction to the traffic or as may be directed by him.

(ix) The size of the stacks for materials other than rubble shall be 3 x 1.50 x 0.60 meter
or such other size as may be directed by the Engineer-in-charge and all but one
stack in 200 meters. shall be of the same uniform size and shall be uniformly
distributed over whole lengths. One stack ( at the end) in each 200 meters. may be
of length different from the rest in order to adjust total quantity to be required but its
width and height will be the same as those of the rest.

(x) The Sub-Divisional Officer shall supply the contractor with a statement showing
200 meter wise quantities that will be required and the order in which the collection
is to be done. No Materials in excess of requirements in that 200 meters shall be
stacked. Any excess quantity shall be removed at the expenses of the contractor or
piece worker to where it is required before the material in that 200 meter is finally
measured.

(xi) In stacking materials, the deposition shall commence at the end of the km. farthest
from the quarry and be carried continuously to the other end (unless otherwise
directed by the Executive Engineer,). Stacking in one 200 meter shall be completed
before it is started in another unless directed otherwise in writing by the Executive
Engineer,. Measurement of the materials stacked in the 200 meter will not be

Contractor No. of Corrections Executive Engineer


( 114 )

recorded until the full quantity required has been stacked unless otherwise
authorized by Engineer in writing. Collection and spreading shall not be carried out
at the same time in one and the same kms. or in two adjoining kms. except with the
written permission of the Executive Engineer.

(xii) Unless otherwise directed, the materials shall be collected in the following order
according to availability of space:
(1) Rubble (if included in tender)
(2) Metal,
(3) Soft murum and
(4) Hard murum.

Hard murum shall be stacked on the side opposite to that on which soft
murum has been stacked. Similarly, metal collected for petty repairs shall be
stacked on the side opposite to metal for new layer. Where metal for two layers has
to be stacked as in the case of new roads, the metal for each layer shall be stacked
on the opposite sides of the road.

(xiii) All road material shall be examined and measured before it is spread. The labour
for measurements ( and check measurements wherever carried out ) shall be
supplied by the contractor or piece worker. Immediately after the measurements are
recorded, the stacks shall be marked by the contractor or piece worker by white
wash or otherwise as may be directed to the Executive Engineer, to prevent of any
possibility of the same materials being measured and recorded over again and to
prevent any unauthorized tampering with the stacks. If the contractor or the piece
worker fails to attend the measurements of materials after receiving the notice from
the Sub-Divisional Officer or his subordinate stating date and time of the
intention to measure the work, the same shall be measured nevertheless and no
complaint in this respect will be entertained latter 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

Contractor No. of Corrections Executive Engineer


( 115 )

expenses incurred on account of employing departmental labour or material etc.


shall be charged against his account.

(xiv) No deduction will be made for voids.

16. TEMPORARY QUARTERS AND SITE OFFICE:


i) The contractor shall at his own expenses maintain sufficient experienced
supervisory staff etc. required for the work and shall make his own arrangements
for housing such staff with all necessary amenities. General layout plan for such
structures shall be got approved from the Engineer-in-charge.

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 exclusive of verandah should not be less than
37.17 Sqm. It may have bamboo matting walls and asbestos or corrugated iron
roof, paved floor should be 45 cm. Above ground level. He should provide latrines,
urinals and keep them clean daily. This will be supposed to be included in his rate.

17. 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 or value or interest,
the contractor shall give immediate intimation thereof to the Engineer such treasure
or things which shall be the property of Government.

18. PATENTED DEVICES, MATERIALS AND PROCESSES:


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 a copy of their
agreement shall be filed with the Engineer-in-charge if so desired by the latter.

Contractor No. of Corrections Executive Engineer


( 116 )

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

20. POLICE PROTECTION.


For the special protection of camp of the contractor’s works, the Department will
help the contractor as far as possible to arrange for such protection with the
concerned authorities if so required by the contractor in writing. The full cost of such
protection shall be borne by the contractor.

21. DAMAGE BY FLOODS OR ACCIDENTS:

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

Contractor No. of Corrections Executive Engineer


( 117 )

22. SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL


22.1 SUPERVISION:
The contractor shall either himself supervise the execution of the works or
shall appoint the competent agent approved by the Engineer in charge. If
contractor has himself no sufficient knowledge and experience of receiving
instructions or can not give his full attention to the works, the contractor shall
at his own expenses, employ as his accredited agent a qualified Engineer
approved by the Engineer in charge.
Orders given to the contractor’s agent shall be considered to have the
force as if these had been given to the contractor himself. If the contractor
fails to appoint a suitable agent as directed by the Engineer in charge, the
Engineer in charge shall have full power to suspend the execution of the
work until such date 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.

22.2 INSPECTION:
The contractor shall inform the Engineer-in-charge in writing when any
portion of the work is ready for inspection giving him sufficient notice to
enable him to inspect the same without affecting the further progress of the
work. The work shall not be considered to have been completed in
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 bind the
Engineer-in-charge or in any way affect him to even 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. The contractor shall
provide at his own cost necessary ladders and such arrangements as to

Contractor No. of Corrections Executive Engineer


( 118 )

provide necessary facilities and assistance for inspection of all part of work at
his own cost

22.3 INSPECTION OF OPERATIONS


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

23. 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 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.

24. SAMPLES AND TESTING OF MATERIALS :


(i) All materials to be used on work, such as cement, lime, aggregates, stone, asphalt,
wood, etc. shall be got approved in advance from the Engineer-in-charge and shall
pass the tests and analysis required by him, which will be :
(a) As specified in the specifications for the items concerned and/or
(b) Red Book.

Contractor No. of Corrections Executive Engineer


( 119 )

(c) As specified by the Indian Road Congress Standard Specification and code
of practice for Road and Bridges or
(d) 1.S.I. Specifications (whichever and wherever applicable ) or
(e) Such recognized specifications acceptable to the Engineer-in-charge as
equivalent thereto or in the absence of such authorized specifications.
(f) Such requirements tests and/or analysis as may be specified by the
Engineer-in-charge in the order of procedure given above.

(ii) The contractor shall at his risk and cost make all arrangements and / or shall
provide for all such facilities as the Engineer-in-charge may require for collecting
preparing and forwarding required number of samples for tests or for analysis at
such time and to such place or places as may be directed by the Engineer and bear
all charges and cost of testing. Such samples shall also be deposited with the
Engineer-in-charge.

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

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

(v) The contractor or his authorized representative will be allowed to remain present in
the departmental laboratory while testing samples furnished by him. However the
results of all the tests carried out in the departmental laboratory in the presence or
absence of the contractor or his authorized representative will be binding on the
contractor.

Contractor No. of Corrections Executive Engineer


( 120 )

(vi) Cost of routine day-to-day quality control testing charges for tests required as per
specifications will be borne by contractor by sending the same to the concerned
Government Laboratories.

(vii) a) The contractor shall have at his own cost set up laboratory to carry out
the
routine tests of materials which are to be used on the work. The tests will
have to be carried out either in his field laboratory or in an approved
laboratory. In cases tests are carried out in field laboratory at least 50
percent testing should be carried out at the nearest quality control
laboratory of the Department.
b) When Such field/site laboratory has been se up by the contractor, the
same shall be checked and get approved from the Ex, Engineer in Charge
of the work
c) On the work , where no such field/site laboratory is set up , 100% testing of
material which are to be used on the work will have to be got tested
from the Vigilance and Quality control laboratory of the Department.

SPECIAL CONDITION:
The contractor shall adhere to the frequency of testing of the material which are to
be used on the work as per the frequency chart appended as Annexure ‘B’ on
Page No. 169 to 175. The Quality control test required for materials are appended
as Annexure ‘A’ on Page No. 167 to 168. The number of tests to be conducted on
materials which are to be used on the work indicated in the frequency chart are
minimum required tests. The Engineer in Charge May ask for more number of test
as and where required.

(viii) In case of material procured by the contractor, testing as required by codes and
specifications shall be arranged by him at his own cost and testing shall be done in
the presence of authorized representative of the Engineer-in-charge at the nearest
approved laboratory If additional testing other than as required by specification is

Contractor No. of Corrections Executive Engineer


( 121 )

ordered the testing charges shall be borne by the department, if the test result are
satisfactory and by contractor if the same are not satisfactory.

(ix) 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.

(x) Testing shall be carried out at approved Government Laboratories or institutions as


directed by the Engineer-in-charge and all testing charges shall be borne by the
contractor.

(xi) 15% of the rate shall be withheld and shall be released only after the receipt, of the
satisfactory test results whenever specified excluding concrete items. “Routine test
shall mean testing of aggregate for gradation flakiness index, impact value and
binder contents."

(xii) Mix design of concrete items where specified shall be brought by the Contractor at
his own cost, from approved laboratory. Also testing of high tensile steel is to be
done by the contractor at his own cost.

25. CHANGE OF CEMENT CONTENT ETC.


a) The tendered rates for any item, involving the use of cement shall apply to the
quantity of cement specified for the mix for that item in the specifications. If for any
reasons, except those required for compensating the deficiencies in the
components, the cement concrete and properties are altered by the Engineer
(Engineer in charge) at any time or from time to time, the tendered rates for that
particular item and quantity or quantities, shall be duly enhanced or reduced only to
account for the addition or reduction in cost of the cement content for that laid down
in the specification at the rates specified in D.S.R. of the district on which the
estimate is based, plus 10% to cover all incidental charges whatever. Likewise if
any additives, compounds, water proofing materials etc. are ordered by the
Engineer to be added to the mortar or concrete, no extra rate shall be payable for

Contractor No. of Corrections Executive Engineer


( 122 )

this change which shall be carried out as per directions of the Engineer in charge.
Provided cost of such additives etc. is borne by Government or these are supplied
free of cost to contractor at site by the Government.
It in any case there is any change in grade of concrete, only difference of cement
will be paid without prejudice of this clause.

b) The concrete items involving mix design, if the preliminary test for the concrete mix
involves changes in theoretical cement contents specified for the mix in the
specification upto two percent of the higher or lower side, adjustment in the cost of
item to be paid to the contractor shall be made. The payment will be adjusted for or
against the contractor in whatever amount total cost of cement to the contactor has
been increased or decreased by more then two percent . The amount of such
increase or decrease shall be calculated on the basis of quantity of cement
determined at the rate specified in the D.S.R 2015-16 of Aurangabad / Jalna
District on which the estimate is based.

26. CEMENT CONCRETE:


(A) The contractors shall carry out all preliminary tests to work out grading and
proportioning of aggregates in order to obtain and maintain uniform quality of work.
The contractor shall supply all materials; labour and testing cost for
preparing and testing samples as required by the Engineer. Unless otherwise
specified in the detailed item wise specifications 3 cubes 150 x 150 x 150 mm will
be tested for every 15 cubic meter of concrete or per day whichever is higher. The
contractor shall make field arrangements for slump test, density and bulk age
testing and also prepare concrete cubes 150 mm x 150 mm x 150 mm for testing
compressive strength, at his cost. The cubes shall be got tested at approved
laboratory and the test results shall not fall below those prescribed in P.W.D. Hand
Book (Table CVP. 142) or as laid down in the specifications or I.S. 456-2000. The
cost of such cubes and tests shall be entirely borne by contractor.

(B) All concrete shall be machine mixed, unless otherwise directed by Engineer-in-
charge for controlled or high grade concrete, the grading of aggregates shall be got

Contractor No. of Corrections Executive Engineer


( 123 )

approved from the Engineer. The correct proportions and the total amount of water
for the mix will be determined by means of preliminary tests and shall be got
approved by the Engineer. However, such approval does not relieve the contractor
from his responsibility, regarding the minimum works strength requirements. Work
tests shall be taken in accordance with relevant codes and specifications.
All proportioning of aggregate shall be done by weight. If so, ordered by the
Engineer

(C) All mixing shall be done by mechanical means in approved mixers. The Engineer
may at his discretion, allow in writing hand mixing of concrete for minor items where
in small quantities are involved but in that case the contractor shall increase the
cement content of the mixture by 10% without any extra cost.

(D) The form work used shall be made invariable 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.

(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 for full 21 days time of
placement or as may be directed by Engineer-in-charge

26.1 REINFORCED CONCRETE WORK:


(A) 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.
1. Standard specifications published by Government of Maharashtra 1985 Edition.
2. 1.S. 8112 - 1989 - Specification for ordinary port land cement
3. 1.S. 383 - 1976 - Specification for coarse and fine aggregate from
natural courses for concrete.
4. I.S. 1786 - 1985 - Specification for cold twisted bar.

Contractor No. of Corrections Executive Engineer


( 124 )

5. I.S. 432 - 1982 - Specification for mild steel and medium steel bars.
6. I.S. 456 - 2000 - Code of practice for plain and reinforced concrete.

Note : 1) Ordinary Portland cement (confirming I.S 8112) shall be used for all
R.C.C and other items where cement is used
2) Steel for reinforcement shall be procured from reputed companies

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.

27. ADDITIONAL GENERAL SPECIFICATION FOR ORDINARY AND HIGH GRADE


CONCRETE
1. If the concrete strength falls below that specified for the items and if the use
can be permitted under clauses 303.3.7 of the I.R.C. Bridge Code section-III
given below, the unit (Bridge Component) may be accepted at the discretion
of the Superintending Engineer, concerned as a substandard work at a
suitable reduced rate. Reduced rate will be determined by the Executive
Engineer concerned according to circumstances of the case and the
concerned Superintending Engineer's approval to the reduced rate as
mentioned above is necessary "Standard Specifications and code of practice
for Road Bridges” Section III cement Concrete 303.3.7. standard of
acceptance.
(i) Full payment should be made when 75% of the test cube results are equal
and above specified strength and remaining 25% of the results are above
75% of 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.

Contractor No. of Corrections Executive Engineer


( 125 )

(iii) The test specimen should be formed carefully and no claim shall be
entertained later on, on the ground that the casting of the test specimen
were faulty and that the results of the test specimen did not give correct
indication of the actual quality of concrete.
(iv) The minimum quantity of cement per one cubic metre of M-15 and above
concrete should be as per standard specification book specification B-7-4
Page 39 (1979 Edition)

(v) Payment :
(a) The payment of such concrete work will not be made till the strengths
are ascertained.
(b) The payment of reinforcement of such affected items will not be made
till the strengths of the concrete are ascertained.

(vi) The centering to be used for the execution of any concrete item shall
be strictly in accordance with specifications for formwork and steel centering
given. No concreting shall executed without prior approval to the centering
from the Engineer in Charge.

28. MISCELLANEOUS
a) Rate shall be inclusive of VAT Tax, Turn over Tax, Octroi duty, General tax and
other taxes etc.

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

c) In case it becomes necessary for the due fulfillment of contract for the contractor to
occupy land outside the Department limits, the contractor will have to make his own
arrangements with the land owner and to pay such rents, if any, are payable as
mutually agreed between them. The department will afford the contractor all the

Contractor No. of Corrections Executive Engineer


( 126 )

reasonable assistance to enable him to obtain Government land for such purpose
on usual terms and conditions as per rules of Government.

d) The special provision in detailed specifications or wording of any item shall gain
precedence over the corresponding contradictory provision (if any) in the standard
specification or P.W.D. Hand book where reference to such specifications is given
without reproducing the details in contract. Decision of the Engineer shall be final in
case of interpretation of specifications.

e) Suitable separating barricades and enclosures as directed shall be provided to


separate materials brought by contractor and materials issued by Government to
contractor under schedule “A”. Same applies for the material obtained from different
sources of supply.
f) It is presumed that the contractor has gone carefully through the standard
specifications of the P.W.D Hand Book and the Schedule of rates of the Division
and studied the site conditions before arriving at rates quoted by him.

g) The stacking and storage of building materials at site shall be in such a manner as
to prevent deterioration or inclusion of Foreign materials and to ensure the
preservation of the quantity, properties and fitness for the work. Suitable
precautions shall be taken by the contractor to protect the materials against
atmospheric actions, fire and other hazards. The materials likely to be carried away
by wind shall be stored in suitable stores or with suitable barricades and where
there is likely-hood of subsidence of soil, heavy materials shall be stored on paved
platforms. The contractor shall at his own expense engage watchman for guarding
the materials and plant and machinery and the work during day and night against
any pilferage or damage and also for prohibiting trespassers

h) The contractor shall be responsible for making good the damages done to the
existing property during construction by his men.

Contractor No. of Corrections Executive Engineer


( 127 )

i) If it is found necessary from safety point of view to test any part of the structure, the
test shall be carried out by the contractor with the help of the Department at his own
cost.

j) 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.

k) 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 for rectification.

l) In case in the schedule “B” the work has been divided into sections but
notwithstanding this, every part of it shall be deemed supplementary to and
complementary of every other part.
m) General directions or detailed description of work, materials and items overage of
rates given in the specifications are not necessary repeated in the Bill of Quantities /
Item wise specifications. 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.

n) In the absence of specific directions to the contrary, 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 labours, materials, wastage,
temporary work, plant overhead charges and profiles, as well as the general
liabilities, obligations and risk arising out of the General conditions of contract.
o) The quantities set down against the items in Schedule “B” are only estimated
quantities of each kind of work included in the contract and are not to be taken as a
guarantee that the quantities scheduled will be carried out or required or that they
will not be exceeded

Contractor No. of Corrections Executive Engineer


( 128 )

p) All measurements will be made in accordance with the methods indicated in the
specification and read in conjunctions with the General conditions of contract.

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

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

29. PROTECTION OF UNDERGROUND TELEPHONE CABLE AND AERIAL


TELEPHONE WIRES AND POLES, TRANSMISSION TOWERS, ELECTRICAL
CABLES AND WATER SUPPLYING LINES.

During the execution of work, it is likely that the contractor may meet with telephone
cable, electrical cables, water supply lines etc. it will therefore be the responsibility
of the contractor to protect them carefully. All such cases should be brought to the
notice of the Engineer-in-charge by the contractor and also the concerned
Department. Any damage whatsoever done to these cables and pipe lines by the
contractor shall be made good by him at his cost.

30. MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FOR LABOUR


EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTOR

(a) The contractor shall provide an adequate supply of pure and wholesome water for
use of labourers on works 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.

Contractor No. of Corrections Executive Engineer


( 129 )

(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 tress shall be chosen wherever it is
available. The neighborhood of tank, jungle, trees or woods should be
particularly avoided; camps should not be established close to large cutting of
earth work.
(3) The lines of 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 3.00 sq. meter
per head shall be provided. Care should be taken to see 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, 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.

(7) The contractor shall made sufficient arrangements for draining away the
surface and sewage water as well as water from the bathing and washing
places and shall dispose off this waste water in such a way as not to cause
any nuisance.

(d) 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 an emergency,

Contractor No. of Corrections Executive Engineer


( 130 )

the contractor shall arrange at his cost free transport for quick medical help to his
sick worker.

(e) The contractor shall provide the necessary staff for effecting a satisfactory
conservancy and cleanliness of the camp to the satisfaction of the Engineer in
charge. At least one sweeper per 200 persons should be engaged.

(f) The Assistant Director of Public Health shall be consulted before opening a labour
camp and his instructions on matters such as water supply, sanitary conveniences,
the camp site accommodation and food supply shall be followed by contractor.

(g) Where workers are required to work near machine and are liable to meet with
accidents they should not be allowed to wear loose cloth like Dhoti, Jhabba etc.
The Addition to above all provisions of the relevant labour Act. Pertaining to basic
amenities to be provided to the labourer shall be applicable which will be arranged
by the contractor.

31. SAFETY MEASURES AND AMENITIES

(A) SAFETY MEASURES:


The contractor shall take all necessary precautions for the safety of the workers and
preserving their health’s while working in such job as require special protection and
precautions wherever required. The following are some of the requirements listed,
though not exhaustive. The contractor shall also comply with the directions issued
by the Engineer in this behalf from time to time and all times.
(1) Providing protective foot-wear to workers, in situations like mixing and
placing of mortar or concrete in quarries and places where the work is done
under too much of wet conditions as also for movements over surfaces
infected with oyster growth etc.
(2) Providing protective head wear to workers, working in quarries etc. to protect
them against accidental fall of materials from above.
(3) Taking such normal precautions like providing hand rails to the edges of the
floating platform or barges, not allowing nails or metal parts or useless timber
to spread around etc.

Contractor No. of Corrections Executive Engineer


( 131 )

(B) AMENITIES
(1) Supporting workmen with proper belts, ropes etc. when working on any
masts, cranes, grabs, hoist, dredges etc.
(2) Taking necessary steps towards training the workers concerned of the use of
machinery before, they are allowed to handle it independently and taking all
necessary precautions in and around the areas where machines, hoists and
similar units are working.
(3) Providing adequate number of boats (if at all required for plying in water) to
prevent overloading and over-crowding.
(4) Providing life belts to all men working at such situations from where they may
accidentally fell into the water, equipping the boats with adequate number of
life belts etc.
(5) Avoiding bare live- wires etc. as it would electrocute workers.
(6) Making all platforms, standings and temporary structures sufficiently strong
so as not to cause inconvenience and risk to the workmen and supervisory
staff.
(7) Providing sufficient first aid trained staff and equipment to be available
quickly at the work site to render immediate first aid treatment in case of
accidents due to suffocation’s, drowning and other injuries.
(8) Take all necessary precautions with regard to use of divers.
(9) Providing full length gum boots, leather hand gloves leather jackets with fire
proof aprons to cover the chest and back reaching up to knees and plain
goggle 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
essential in the interest of health and well being of the labourers in the
opinion of the Engineer.
10) Suitable scaffolds shall be provided for workmen for all works that can not
safely be done from the ground or from solid construction except such short
period work as can be done safely from ladders. When ladder is used, an
extra mazdoor shall be engaged for holding the ladder and if ladder is used
for carrying materials as well as suitable footholds and handholds shall be

Contractor No. of Corrections Executive Engineer


( 132 )

provided on the ladder and the ladder shall be given an inclination not
steeper than 1:4 ( 1 horizontal and 4 vertical ).
(11) Scaffolding or staging more than 3.25 meters above the ground or floors,
swing or suspended from an overhead support or erected with stationary
supports shall have a guard rail properly attached, bolted, braced and
otherwise assured at least one meter high above the floor or platform of such
scaffolding or staging and extending along the entire length of the outside
and ends thereof with only such openings may be necessary for the delivery
of materials. such scaffolding or staging shall be so fastened as to prevent it
from swaying from the building or structure.
(12) Working platform, gangways and stairways shall be so constructed that they
do not sag unduly or are made more than 3.25 meters above ground level or
floor level. It shall be loosely boarded, have adequate width and be suitably
fenced as described in 14 above.
(13) Every opening in structure or in a working platform shall be provided with
suitable protection to prevent fall of person or materials by providing suitable
fencing or railing with minimum height of 1 meter.
(14) Safe means of access shall be provided to all working platforms and other
working places. Every ladder shall be securely fixed. No portable single
ladder shall be over 9 meters in length, width between side rails in hung
ladder shall in no case may be less than 30 cms. for ladders up to and
including 3 meters in length. For longer ladders, this width shall be increased
at least 6 mm for each additional 30 cms of length. Uniform step spacing
shall not exceed 30 cms.
(15) All necessary personal safety equipment as considered adequate by the
Engineer in charge shall be available for use of persons employed on the site
and maintained in a condition suitable for immediate use and the contractor
shall take adequate steps to ensure proper use of equipment by those
concerned.
a) Workers employed on mixing cement or lime mortars, concrete shall be
provided with protective footwear and protective goggles.

Contractor No. of Corrections Executive Engineer


( 133 )

b) Those engaged in handling any materials, which is injurious to eyes shall be


provided with protective goggles.
c) Those engaged in Welding work shall be provided with welder’s protective
eyes shield.
d) Stone broker shall be provided with protective goggles and protective
clothing and seated at sufficiently safe intervals.
e) When workers are employed in sewers and manholes which are in use, the
contractor shall ensure that manhole covers are opened and manholes are
ventilated at least for an hour before workers are allowed to get into them.
Manholes opened shall be cordoned off with suitable railing and provided
with warning signals or boards to prevent accident to public.
f) The contractor shall not employ, men below the age of 18 and women on the
work of painting with products containing lead in any form. Wherever men
above the age of 18 are employed on the work of lead painting, the following
precautions shall be taken.

i) No paint containing lead or lead product shall be used except in the


form of paste or ready made paint.
ii) Suitable face masks shall be supplied for use by workers when paint
is applied in the form of spray or a surface having lead paint, dry
rubbed and scraped.
iii) Overalls shall be supplied by the contractor to workmen and adequate
facilities shall be provided to enable working painters to have wash
during and on cessation of work.

g) When work is done near any place where there is risk of drawing equipment
shall be provided and kept ready for use and all necessary steps taken for
prompt rescue of any person in danger and adequate provision made for
prompt first aid treatment of all injuries likely to be sustained during the
course of the work.

Contractor No. of Corrections Executive Engineer


( 134 )

Use of hoisting machines and shackle including their attachments,


anchorage, supports shall conform to the following.

(a) i) These shall be of good mechanical construction, round materials and


adequate strength and free from patent defects and shall be kept in good
working order.

ii) Every rope used in hoisting or lowering materials or as a means of


suspension shall be of durable quality and of adequate strength and free
from defects.

(b) Every crane driver or hoisting appliance operator shall be properly qualified and no
person under the age of 21 years shall be in charge of any hoisting machine
including any scaffolding.

(c) In case of every hoisting machine and of every chain, ring, hook, shackle and pulley
block used in hoisting or lowering or means of suspension, safe working load shall
be ascertained by adequate means. Every hoisting machine and all gear referred to
above shall be clearly marked with safe working load.
In case of a hoisting machine having a variable safe working load, each safe
working load and the conditions under which it is applicable shall be clearly
indicated. No part of any machine or any gear referred to above in this paragraph
shall be loaded beyond safe working load except for the purpose of testing.

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


Engineer in charge. As regards contractor's machines, contractor shall notify safe
working load of each machine to the Engineer-in-charge whenever, he brings it to
site of work and get it verified by the engineer in charge.
Motors, gearing transmission, electric wiring and other dangerous parts of hoisting
appliance shall be provided with such means as will reduce the minimum risk to the
accidental descent of load. Adequate precautions shall be taken to reduce to the

Contractor No. of Corrections Executive Engineer


( 135 )

minimum the risk of any part of a suspended load becoming accidentally displaced,
when workers are employed. On electrical installations which are already energized
insulating wearing materials approved such as gloves, sleeves and coats as may be
necessary, shall be provided. Workers shall not wear any rings, watches and carry
keys and other materials which are good conductor of electricity.
All scaffolds, ladder and other safely devices mentioned or described here in
shall be maintained in a safe condition and no scaffold, ladder or equipment shall
be altered or removed while it is in use. Adequate washing facilities shall be
provided at near places of work.

e) These safety provisions shall be brought to the notice of all concerned by display on
a notice board at a prominent place at the work spot. Persons responsible for
ensuring compliance with safety code shall be named therein by the contractor.

i) To ensure effective enforcement of the rules and regulations relating to


safety precautions, arrangements made by the contractor shall be open to
inspection by the Engineer in charge or his representative and the inspecting
officers.

ii) Failure to comply with the provisions here under shall make the contractor
liable to pay to the department as penalty an amount not exceeding `. 50/-
for each default and binding.

Notwithstanding the above conditions the contractor is not exempted from


the operation of any other Act or Rules in force.

32. EXCAVATION AND TRENCHING:


All trenches, 1.5 meters or more in depth, shall at all times be supplied
with at least one ladder for each 30 meters in length or fraction thereof.
Ladder shall be extended from bottom of trench to at least 1 meter above
surface of the ground, sides of a trench which is 1.5 metre or more in depth
shall be stepped back to give suitable slope, or security held by timber

Contractor No. of Corrections Executive Engineer


( 136 )

bracing, so as to avoid the danger of sides collapsing Excavated materials


shall not be placed within 1.3 meters of edge of trench or half of depth of
trench whichever is more. Cutting shall be done from top to bottom. Under no
circumstances shall undermining or under cutting be done.

33. SCOPE OF RATES FOR DIFFERENT ITEMS OF WORKS :


For item rate contracts, the contract unit rates for different items of work shall
be paid in full for completing the work to the requirements of specification
including full compensation for all the operation detailed in the relevant
sections of these specification under "Rates" in the absence of any direction
to the contrary, the rates are to be considered as the full inclusive rate for
finished work covering all labours, materials, wastage, temporary work,
plant, equipment, overhead charges and profit as well as the general
liabilities, obligation and risks arising out of the general conditions of
contract.

The item rates quoted by the contractor shall, unless otherwise specified,
also include compliance with supply of the following :
i) General works such as setting out, clearance of site before setting out and
clearance of works after completion.

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

iii) Samples of various materials proposed to be used on the work conducting


tests thereon required as per the provisions of the contract.

Contractor No. of Corrections Executive Engineer


( 137 )

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

iv) Detailed design calculations and drawing for all temporary works (such as
form work, staging, centering specialized constructional handling launching
equipment and the like);

vi) Detailed drawings for templates, support and end anchorage, details for pre-
stressing, cable profiles, bar bending and cutting schedules for
reinforcements, material lists fabrication for structural steel etc.
vii) Mill test reports for all mild and high tensile steel and cast steel as per the
relevant provision of the specification.

viii) Testing of various finished items and materials including bitumen, cement
concrete, bearing as required under these specifications and furnishing test
reports/certificates.

ix) Inspection reports in respect of formwork staging reinforcing and other items
of work as per the relevant specifications.

x) Any other data which may be required as per these specifications or the
conditions of contract or any other annexures /schedules forming part of the
contract.

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

Contractor No. of Corrections Executive Engineer


( 138 )

xii) All temporary works, form work and false work. Portion of road works
beyond the limits and or any other work may be got constructed by the
employer directly through other agencies. Accordingly, other agencies
employed by the employer may be working in the vicinity of the work being
executed by the contractor. The contractor shall liaise with such agencies
and adjust his construction program for the completion of work accordingly
and no claim or compensation due to any reason whatsoever will be
entertained on this account. The employer will be indemnified by the
contractor for any claims from other agencies on this account.
All prevailing taxes levied by Government and as amended from time to time.

34. PAYMENTS:
The contractor must understand clearly that the rates quoted are for
completed work and include all costs due to labour, all leads and lifts
involved and if further necessitated scaffolding, plant, machinery,
supervision, power, royalties, octroi taxes etc. and should also include all
expenses to cover the cost of lighting, night work if and when required and
on claim for additional payment beyond the rates quoted will be entertained
and the tenderers will not entitled subsequently to make any claim in the
ground of any representation or on any promise by any person (whether
member in employment of Public Works Dept. or not ) or on the ground of
any failure on this part to obtain all necessary information for the purpose of
making his tender and fixing the several prices and rates therein relieve him
from any risks or liabilities arising out of the tender . The mode of
measurements has been indicated in the specification.

a) RUNNING BILLS :
Two payments in a month will be granted by the Engineer-in-charge if the
progress is satisfactory. Contractor should submit bills to the Engineer-in-
charge in appropriate forms. The payment for work will be made as and
when the funds are available under this head and no claims whatsoever from

Contractor No. of Corrections Executive Engineer


( 139 )

the agency on account of delay in payment will be entertained by the


department.

b) FINAL BILLS
The contractor should submit final bill within one month after completion of
the work and the bill will be paid within 5 months if it is in order. Disputed
item and claims if any shall be excluded from the final bill and settled
separately later on.

c) ADDITIONAL CONDITION ABOUT AVAILABILITY OF FUNDS


The budget provision for this work is less at present. The Payment of bills will
be made as per the availability of the funds . No claims will be entertained for
delayed payment.
“If situation arises, the work will be stopped at safe stage and will be
withdrawn under clause 15 for which no compensation will be allowed.

35. CLAIMS:
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 works shall not
be withheld for want of decision on the extras or claims not covered in the
appendices. Claims for extra work shall be registered within 30 days of
occurrences of the event. However bills for these claims including supporting
data/details may be submitted subsequently.

36. PRIORITIES OF WORKS TO BE EXECUTED :


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

37. WAGES ACT :


The contractor shall comply with the provisions of payment of Wages act 1936,
Minimum Wages Act 1948, Employees liability Act 1937, Workmen’s

Contractor No. of Corrections Executive Engineer


( 140 )

Compensation Act 1923. Industrial dispute Act 1947. Maternity Benefit Act
1961, Contractor Labour (R & A) Act 1970, Migrant Workman (regulation of
Employment & Condition of service) Act 1979, or modifications thereof of any
other law relating thereto and rules made there under from time to time by the
Government.

38. DISPUTE AND ARBRITATION :


No Arbitration is allowed.

39. ELECTRIC POWER :


The contractor will have to make his own arrangements at his own cost for
obtaining or providing Electric Supply at work site.

40. PRELIMINARY ARRANGEMENTS :


The contractor shall have to make at his own cost all preliminary arrangements for
labour, water, electricity and materials etc. immediately after getting the work order.
No claim for any extra payment or application for extension of time on the grounds
of any difficulty in connection with the above matter will be entertained.
The contractor shall at his own expenses, engage watchmen for guarding the
materials and plant and machinery and the work during day and night against any
pilferage or damages and also for prohibiting trespassers or damage to them. The
contractor shall have to make his own arrangements to water required for any
purposes on the work.
The contractor after completion of work shall have to clean the site of all
debris and remove all unused materials other than those supplied by the
Department and all plant and machinery, equipment, tools etc. belonging to him
within one month from the date of completion of the work, or otherwise the same
shall be removed by the Department at his cost and the contractor shall not be
entitled for payment of any compensation for the same.

Contractor No. of Corrections Executive Engineer


( 141 )

41. ACCIDENTS:
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 trespassers, the same
shall be reported within 24 hours of the occurrence to the Executive Engineer and
the Commissioner of workmen's Compensation.

42. 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 ( save for the purpose of
removing it from the part of the site to another or for repairs etc.) without the
consent in writing of the Engineer-in- charge which shall not be unreasonably
withheld.

43. PUBLIC UTILITIES :


Public Utility services like H. T Lines telephones lines, etc. which are visible at site
should be taken notice of by the contractors while planning their works. It shall be
the contractor's responsibility to inspect such services prior to the commencement
of any work. While executing the works, the contractors should take care to see that
these services are not disturbed or damaged during the execution.
The Government will not be held liable or responsible for any delay in
completion of the job under this contract which may occur due to any damage
occurred to such services in consequence of the contractor's operations of delayed
completion of the execution for the same.

44. DRAWING :
A) Contract Drawings:
The contract drawings provided for tendering purpose with the tender
documents shall be used as a reference only. Contractor should visualize the
nature of type of work contemplated and to ensure that the rates and prices

Contractor No. of Corrections Executive Engineer


( 142 )

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


complexities of work involved during actual execution/construction as
experienced contractors in the field.
The tendered rates/ prices for the work shall be deemed to include the
cost of preparation, supply and delivery of all necessary drawings, prints,
tracings and negatives which the contractor is required to provide in
accordance with the contract.

B) Completion Drawings :
The contractor shall submit to the Engineer within 2 (two) months of
actual completion "Completion Drawing" as specified below and operations
and maintenance instructions for the whole of the work.
These drawings shall be accurate and correct in all respect and shall
be shown to and approved by the Engineer earlier. For "Completion"
drawings 2 (two) prints and one polyester film of quality approved by the
Engineer or his representative shall be supplied.

45. HANDING OVER OF WORK:


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

46. RELATION WITH PUBLIC AUTHORITIES :


The contractor shall comply with all rules, regulations, by laws and directions given
from time to time by any local or public authority in connection with this work and

Contractor No. of Corrections Executive Engineer


( 143 )

shall himself pay all charges which are livable on him without any extra cost to the
Government.

47. DOCUMENTATION:
If so ordered by the Engineer in charge, the contractor will prepare drawings of the
work as constructed and will supply original and three copies to the Engineer who
will verify and certify these drawings. Final as constructed drawings shall then be
prepared by the contractor and supplied in triplicate to the Engineer for record and
reference purposes at the contractor's cost.

48. CLAUSE 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 such tests as the Engineer may direct at the
place of manufacture of 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 any unsuitable material, substitution or proper and
suitable material and the removal and proper re-erection notwithstanding any
previous test or interim payment therefore and of any work which in respect
of materials or workmanship is not, in the opinion of the Engineer in
accordance with the contract.

49. INSPECTION OF OPERATIONS :


The Engineer and any person authorized by him shall at all time have access
to the works and to all workshops and places (including required documents) where
work is being prepared or from where materials, manufactured articles or machinery

Contractor No. of Corrections Executive Engineer


( 144 )

are being obtained for the works and the contractor shall afford every facility for and
every assistance in or in obtaining the right to such access.

50. QUALITY CONTROL ON WORKS AND MATERIALS.

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

The field Laboratory shall be equipped with the equipment and apparatus
required for the testing. These equipment shall be in working condition. The
Engineer in charge of the work will verify these Equipments in the Laboratory at
plant site. The work shall not be started unless and until the Laboratory is equipped
with equipment.

51. WATER SUPPLY :

Availability of adequate water for works and sources thereof shall be conformed by
the contractor before submitting the tender.

The contractor shall make his own arrangements at his own cost for entering into
contract with concerned authorities for obtaining the connection and carry the water
upto the work site as required by him. The location of the pipe line with respect to
the road shall be decided by Engineer in charge and shall be binding on the
contractor.

The contractor is advised to provide water storage tanks of adequate


capacity to take care of possible shut down of water supply system.The contractor
shall have to supply water required by the Department for its
establishment at work site.

Contractor No. of Corrections Executive Engineer


( 145 )

52. COMPLETION CERTIFICATE:

1. The work shall not be considered to have been completed in accordance with the terms of the
contract until the Engineer in charge shall have certified in writing to that effect. No approval
of material or workmanship or approval of part of work during the progress of execution shall
bind the Engineer in charge or in any way prevent him from even rejecting the work which is
claimed to be complete and to suspend the issue of his certificate of completion until such
alteration and modifications or reconstruction have been effected at the cost of the contractor
as shall enable him to certify that the work has been completed to his satisfaction.

2. After the work is completed the contractor shall give notice of such completion to the Engineer
in charge and within 30 days of receipt of such a notice the Engineer in charge shall inspect
the work and if there is no defect in the work shall furnish the contractor with a certificate
indicating the date of completion. However, if there are any defects which in the opinion of the
Engineer in charge are rectifiable he shall inform the contractor the defects noticed. The
contractor after rectification of such defects shall then inform the Engineer in charge and
Engineer in charge on his part shall inspect the work and issue the necessary completion
certificate within 30 days if the defects are rectified to his satisfaction, and if not, he shall
inform the contractor indicating defects yet to be rectified. The time cycle as above, shall
continue.
3. In case defects noticed by the Engineer in charge which in his opinion are not rectifiable but
otherwise work is acceptable at reduced payment, work shall be treated as completed. In such
cases completion certificate shall be issued by Engineer in charge within 30 days indicating
the un-rectifiable defects for which reduction in payment is being made by him.
4. The issue of completion certificate shall not be linked up with the site clearance on completion
of the work.
5. The contractor should regular public traffic be allowed on the bridge at any stage prior to its
being taken over then the maintenance period shall be deemed to commence from the date of
such traffic passing over the bridge and shall be upto 30 days after the date of issue of
completion certificate, by Engineer in charge but not more than 12 months after opening to
traffic.

Contractor No. of Corrections Executive Engineer


( 146 )

53. ANCILLARY WORK :


The contractor shall submit to Engineer in charge in writing the details of all ancillary works
including layout and specifications to be followed for its construction. Ancillary work shall not
be taken up in hand unless approved by Engineer in charge. The Engineer in charge reserve
the right to suggest modifications or make complete changes in the layout and specifications
proposed by the contractor at any stage to ensure the safety on the work site. The contractor
shall carry out all such modifications to the ancillary works at his own expenses as ordered by
Engineer in charge.
54. REJECTION OF MATERIALS NOT CONFORMING TO SPECIFICATION
Any stock or batch of material (s) of which sample(s) does not conform to the prescribed
test and quality, shall be rejected by the Engineer or his representative and such materials
shall be removed from site by the contractor at his own cost. Such rejected materials shall not
be made acceptable by any modifications. Materials not corresponding in character and
Quality with approved samples will be rejected by the Engineer or his representative and shall
be removed from site at the contractor’s own cost.

55. SUPPLY OF COLOURED RECORD PHOTOGRAPHS AND ALBUMS

The contractor shall arrange to take post card size coloured photographs at the rate of 10
photographs per kilometers at various stagers / facts of the work including interesting and
novel features of the work as desired by the Engineer in charge and supply them in five
copies each in separate albums of appropriate size.
He shall also arrange for the video filming of important activities of the work during the
currency of the contract and edit it to a video film of 60 to 180 minutes playing time.
It shall contain narration of the various activities in English/Marathi by a competent narrator.
The cassette shall be of acceptable quality and the film shall be capable of producing
colour pictures. This shall be considered as incidental to the work and no additional
payment whatsoever will be made for the same.
.
56. MAINTENANCE :
The contractor shall maintain the finished surface or road for a period of 24 months
after the completion of work without any extra cost of Government irrespective of the
designs, standards and specifications and the actual traffic etc. The contractor shall get

Contractor No. of Corrections Executive Engineer


( 147 )

the pot hole filled of with material and keep the road surface in good condition through out
the year . 5 % amount of the total work done shall be withheld from running account bills
for 36 Months as maintenance charge for maintaining and keeping the road in good
condition. This 5 % amount with held towards maintaining and keeping the road in good
condition shall be allowed to be replaced with other recognized form of interest bearing
Government securities at intermediate stage. If so desired in writing. These maintenance
charges shall be in addition to security deposit or bank guarantee of scheduled bank
On completion of the work in all respect necessary certificates will be issued by the
concerned Executive Engineer and the defect liability period will be counted from the date
of issue of certificate.
During defect liability period contractor is supposed to detect the defect or damages
in the completed work. These defects and damages should be rectified within period
specified in the notice of defect. If contractor fails to detects or carry out the repairs to
such defects Engineer in charge will inform in writing about these defects and rectifications
will be carried out at contractors risk and cost.
All damage during execution shall be made good by the contractor at his cost. He
will be responsible for any damages to the road surface including B.T. surface in rainy
seasons and during construction and maintenance period no separate payment will be
made restoring damages.
Defective work is liable to be rejected at any stage. The contractor on no account
can refuse to rectify the defects merely no reasons that further work has been carried out.
No extra payment shall be made for such rectification.
In case of damages type failure will be investigated by Engineer in charge and
repairs to the defective portion will be suggested accordingly. If contractor fails to rectify
such damages within the period specified in the instruction of Engineer in charge then
heavy penalty will be imposed and damaged work will be rectified at contractors risk and
cost.
LIST OF APPARTUS
Sr. Particulars Numbers
(Minimum
No.
Required)
1. Cube Moulds 15 Nos.
2. Slump cone with rod 1 No.
3. Measuring cylinder (Glass) (1000 ml) 2 Nos.
4. Compression testing machine hand operated (150 MT. 1 No.
Capacity)

Contractor No. of Corrections Executive Engineer


( 148 )

5. Electric Weighing Machine 3 kilogram (L.C. 1 gm) 1 No.


6. IS Sieve Set 1 No.
7. Flakiness test gauge 1 No.
8. Vamier caliper./Screwauge 1+1 No.
9. Dumpy level automatic with stand and staff 1 No.
10. Theodolite 1 No.

57. CONTRACTOR’S FACILITIES:


According to the contract, the contractor is responsible for the quality of the entire
construction work. To meet this requirement:
a. The contractor shall set up his own laboratory at location(s) approved by the Engineer. The
laboratory shall be equipped with modern and efficient equipment with sufficient standbys,
suitable to carry out the tests prescribed for different materials and work according to the
specifications. The tests of equipment to be procured and the facilities to be provided shall
be approved by the Engineer. The equipment shall be maintained on a workable condition
to the satisfaction of the Engineer.
b. Sampling and testing procedures shall be accordance with the relevant standards of BIS
(Previously called ISI) or IRC. Frequency of testing shall be laid down in the Ministry’s
specifications for Roads and Bridge Work (2nd Revision). In the absence of relevant Indian
Standards, sampling and testing procedures shall be approved by the Engineer.
c. The laboratory should be manned by a qualified materials Engineer assisted by Material
Inspector, Technicians and the set up should be got approved by the Engineer.
d. The contractor should prepare printed proforma for recording reading 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 test conducted by him. Two copies of the test results
should be submitted to the Engineer for his examination and approval, of which one copy
will be returned to the contractor for being kept at site of work.
e. The materials Engineer of the contractor should keep close liaison with the quality control
unit of the Engineer and keep the latter informed of the sampling and testing program so
that the Engineer’s representative could be present during this activity, if considered
necessary.

Contractor No. of Corrections Executive Engineer


( 149 )

61. HOT MIXED AND HOT LAID BITUMINOUS CONSTRUCTIONS :

a) The plant should be checked for capability to produce mix conforming to the

specification. If necessary, trial stretches should be laid and checked approximately.

b) Control should be exercised on temperature of binder in the boiler, aggregate in the


dryer and mix at the time of laying and rolling.
c) The mix collected from the discharge point of the plant, extraction test for binder
content and aggregate gradation should be performed to check the quality of mix
discharged from the plant.
d) Thickness and density of the compacted mix should be checked by taking core
samples.
e) The register showing dispatch of bituminous load from plant, vehicle No. time of

dispatch, temperature at the time of dispatch etc. shall be kept in prescribed form at

hot mix plant site. Similarly the register showing vehicle number, time of arrival of

vehicle at site, weight of vehicle with bituminous load, temperature of the mix at site

etc. shall be kept by the Department, in the presence of contractor or his authorized

representative (if he or his authorized representative is present at the site at that

time). Both the registers shall be filled daily and contractor shall sign the register

every day The form of register shall insure quantities of material only

The maintenance of these registers does not absolve the contractor or his

contractual obligation towards quality of the work. The specifications of

B.U.S.G/M.P.M / D.B.M

f) Contractor and Engineer in charge shall maintain the details of mix in the prescribed
proforma.
g) Location of Hot mix plant should such that maximum time taken for transporting
bituminous mix from plant site to paver does not exceed 60 minutes, subject to
achievement of specified required temperature as per MORTH specification of the
item concern.

Contractor No. of Corrections Executive Engineer


( 150 )

II. CLAUSE NO. 901 OF MINISTRY OF SURFACE TRANSPORT SPECIFICATION


(SECOND EDITION)

a. The responsibility for the quality of the entire construction work is on the contractor. For

this purpose he is required to have his own independent and adequate set up.

b. The Engineer for satisfying himself about the quality of the materials and work will also
have tests conducted by quality control units or by any other agency generally to the
frequency set out in the specifications. For tests to be the Engineer the contractor is to
vender all necessary cooperation and dispatching samples etc.
c. For the work of embankment sub grade and pavement construction to subsequent layer
of the same or other material over the finished layer shall be done only after obtaining
approved from the Engineer.
d. Contractor shall be responsible for rectifying / replacing any work fall in short of quality
requirements as directed by Engineer.

II1. CLAUSE 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 such tests as the Engineer may direct at the place of manufacture

of fabrication, or on the site. All samples shall be supplied by the Contractor.

c. No work is to be covered up or put out of view without the approval of the Engineer
for his examination and measurements.
d. During the progress of the works, the Engineer shall have the power to order, the

removal from the site any unsuitable material, substitution of proper and suitable

material and the removal and proper re-erection notwithstanding any previous test

or interim payment therefore and of any work which in respect of materials or

workmanship is not, in the opinion of the Engineer in accordance with the contract.

Contractor No. of Corrections Executive Engineer


( 151 )

63. FOLLOWING ARE THE MODIFICATIONS/ AMENDMENTS/ ADDITIONS TO THE


SPECIFICATIONS FOR ROAD AND BRIDGE WORKS:
1) Cement to be used for the works shall be any of the following with the prior approval
of the Engineer.
a) Ordinary Portland Cement Confirming to IS 269
b) High Strength Ordinary Portland cement confirming to IS:8112 as for as possible,

cement used in the manufacturer of Exposed Surface of concrete of ant element of a

structure shall be form the same factory.

Independent testing of cement used shall be done by the contractor at site and in the

laboratory Approved by the Engineer before use. Any cement with the lower Quality

then those shown in manufacturers Certificate shall be debarred from use

In case of finally Ground cement or imported cement, the Engineer may direct the

contractor to satisfy him as to acceptability of such cement specially with regarded to

Creep and Shrinkage effect.

Any consignment or part of a consignment of cement which has deteriorated in any


way of specification shall not be used in the work and shall be removed from the site
by the contractor without charge to the employer .
Cements shall be transported , handled and stored on the site in such a manner as to
avoid deterioration contamination. Each Consignment shall be stored separately so
that it may be readily and inspected and cement shall be used in the sequence in
which it is delivered at site .
The contractor shall prepare and maintain proper records on site in respect of
the delivery, handling , storage and use of cement and these records shall be
available for inspection by the Engineer at all times

64 SUBGRADE :
a) Specific borrow areas having soil satisfying the requirement of specifications and specified

strength criteria shall be identified for use in Sub grade and got approved by the Engineer.

Contractor No. of Corrections Executive Engineer


( 152 )

b) In case of any appreciable variation of inbuilt sub grade characteristics from the designed
ones, the pavement design shall be reviewed to match the inbuilt characteristic of the sub
grade.
c) The soil used in actual construction of sub-grade shall be remolded at density referred in

sub-para (d) below at placement moisture content and checked for 4 days soaked and un-

soaked C.B.R. A set of 3 specifications will be collected from each 300 Cum. Area of the

sub-grade ( i.e. of embankment) for C.B.R. test.

d) In situ density and C.B.R. of the constructed sub-grade shall be checked and got approved
by the Engineer before proceeding on with the next pavement layer.
65 SUB BASE :
a) The source of supply of material shall be inspected tested and got approved by the

Engineer before any material is delivered to site of works.

b) Job mix formula falling within the specified limits where applicable shall got approved by the

Engineer based on test results there of.

c) Samples of the material from the aid sub base shall be tested for gradation
d) Field compaction shall be hacked and got approved by the Engineer before proceeding with

the work on the next pavement layer. In case of any appreciable variation of in built sub

base characteristics from the designed ones, the pavement design shall be reviewed to

match the in built characteristics of the sub base.

66 GRANULAR BASE COURSE :


a) For graded type of granular material the job mix formula falling within the specified

grading limits should be got approved by the Engineer.

b) Testing aggregates brought to site of works for gradation and aggregate impact
value should be done.
c) Testing filler material of WBM for gradation liquid limit and plasticity index shall be
done.
d) Field compaction control should be exercised for density and by other sensory

checked such as observation of movement of layer under compaction, sinking /

Contractor No. of Corrections Executive Engineer


( 153 )

crushing of a piece of gayer glut placed a moving roller complete removed of roller

marks etc.

67 SHOULDERS :
a) Checking for the quality of shoulder material including gradation shall be done.
b) Field compaction shall be checked at site on the compacted layer.
c) Checking for the cross fall built shall be done and shall insure adequate slope for

road surface drainage. By the end of the work if there is any growth of grass /

shrubs etc. over shoulders along the road length, the same shall be removed at no

extra cost to the Government.

68. ADDITIONAL CONDITION ABOUT AVAILABILITY OF FUNDS


The budget provision for this work is less at present. The Payment of bills will be made as
per the availability of the funds . No claims will be entertained for delayed payment.

69. BUILDING AND OTHER CONSTRUCTION WORKERS WELFARE CESS:


Building and other construction workers welfare cess @ 1 % or at the rate amended from
time to time as intimated by the competent authority of building and other Construction
Workers Welfare Act . 1996 shall be deducted from the bill amount whether measured bill,
advance payment or secured advance

70. IN CASE OF CEMENT CONCRETE WORKS :


a) Besides manufacturer's test certificate for quality of cement at least one set of
physical and chemical tests should be conducted for each source of supply for
verification. Where the quality is in doubt, or where the cement had been stored
for long periods or in improper condition, the Engineer shall call for testing the
cement at more frequent intervals.
b) Mix design based on trials carried out in the contractor laboratory should be got
approved by the Engineer.
c) The mineral aggregates should be tested for their properties, water to be used
for mixing should be tested for chemical impurities
d) Checking for stability and sturdiness of form work.
e) Ensuring that the crucial equipment like mixers and vibrators are in working
order before start of work.

Contractor No. of Corrections Executive Engineer


( 154 )

f) Control on water cement ratio.

g) Control on workability and time elapsed between mixing and placing of concrete.
h) Control on compaction and finishing.
i) Tests on cube samples at 7 to 28 days.
j) Checks on provisions for adequate curing.

k) In case of masonry work, control should be exercised on the quality of the


materials (e.g. stone, brick, sand, cement etc. ) as also on mortar proportions.
l) For R.C.C. work, quality of steel in each batch may be approved on the basis of

test certificate. The reinforcement layout should be checked for conformity with

approved drawings and bar bending schedules. All laps should be checked for

conformity with the specifications. The reinforcement should be free from oil and

loose rust scale should be properly tied with binding wire.

Contractor No. of Corrections Executive Engineer


( 155 )

SCADA CONDITIONS

CONDITIONS IN DETAILED TENDER NOTICE

1.12 All hot mix items under this contract shall be carried out with hot mix plant (Batch
Mix Type) minimum 120 TPH tonnes per hour capacity.
f
1.13 For WBM Grade I /Grade II / Grade III/ and BUSG work mechanical vibratory
screening unit which is most mandatory for screening of metal under required for WBM
Grade I / GradeII / Grade III/ and BUSG work.

1.15 Compactions (Earthwork, GSB,WBM,BUSG 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 97-2013 fitted with VSAT for delivering data and graphics on
computer terminal to PWD/Server /User Terminals.

1.16 (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) The contractor shall


t open online account with Government refinery from where
he procures as asphalt for this work.

(c) Documentary evidence (challan) that he has procured asphalt from Government
Refinery shall be produced to the Engineer in charge or his representative s
mentioned at (a) above.

(d) 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 representatives shall verify the
transaction online and take print out of the online document.

Contractor No. of Corrections Executive Engineer


( 156 )

(e) Attested copy of the printout of the online document shall be kept on record
along with the documentary evidence(challan)

1.19 EXTRACTION TEST OF BITUMEN MIX

The binder content of hot mix material shall be determined by ignition method only as
specified in ASHTO T308. The testing by ignition method shall be done in furnace which
shall be equipped with internal balance . The furnace shall have Web based SCADA
facility. The data so acquired shall be uploaded to PWD Website in real time with time lag
not more than 30 seconds.

CONDITIONS UNDER USE OF SPECIALISED MACHINERY

(1) Scanned copy of proof of ownership of

(a) Static Roller of 8 to 10 Tonne

(b) VIBRATORY ROLLERS with inbuilt compaction analyzer as per IRC SP 97 :2013
out of two one compaction analyzer for B.T / Hot Mix work and another one with
compaction analyzer for Soil/GSB/WBM. It shall be owned/confirmed purchase
order of 8 to 10 MT static weight with amplitude and frequency of vibration desired
for bituminous works and separately one for another non B.T work with SCADA

41. Supervisory Control and Data Acquisition (SCADA) for …….

i) ROLLERS / COMPACTORS

Intelligent Compactors
The data of All Parameters as per IRC SP 97 - 2013 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 compactor 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 retrofitted system shall be accepted. The compactor
shall be fitted with VSAT (very small aperture terminal}

Contractor No. of Corrections Executive Engineer


( 157 )

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.

If the Contractor intends to carry out Hot Mix work under this contract with
the SCADA enabled Hot Mix Plant (Owned), which is already registered with
P.W.D., then for carrying out all hot mix bituminous items under this contract, the
contractor shall provide web based Supervisory Control and Data Acquisition
(SCADA) arrangements as mentioned below. ( Even if the Hot mix plant (owned
),might have been SCADA enabled as per the condition of other contact without any
extra cost and the following conditions shall be applicable

41.4 MACHINERY & TESTING EQUIPMENTS

41.5 GIS MAP

Displaying locations of ready mix plants, hoppers used for ready mix material
transportations Roller , compactor and Sprayer on GIS map.

Communicate the data which is beyond the set parameters by SMS and e-mail to the
representative of Engineer in charge for all 41.1 to 41.4 above.

41.6 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.

(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.

Contractor No. of Corrections Executive Engineer


( 158 )

(4) Arrangement for security of data, Disaster recovery arrangements shall be as per IT
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.

(5) Calibration of all SCADA related attachments / accessories as per the specification:
Web based application to monitor the schedule of Calibration of all SCADA related
attachment/accessories. The invalidity of calibration shall lead to non acceptance of
work or measurement and the Contractor shall not be paid for such non-accepted
work or measurements.

(6) Submission of printed and authenticated reports to the Engineer in charge as and
when required,

(7) Point (1) to (6) above shall be arranged and maintained during contract period and
defect liability period.

(8) Cost includes rectification, fine tuning, corrections, additions & alterations to the
system to the satisfaction of Engineer in charge.

(9) All data generated as per this special condition of contract shall be the property of
PWD.

41.6 The Contractor shall make all necessary arrangement required under Clause 41.1
to 41.4 above (Supervising control and data acquisition for Bituminous / WBM /
concrete works / all cement work / masonry /plaster / Testing Equipments items)
well in advance before starting of the related item 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.

41.7 Additional general Condition and Specifications

a) Intelligent Compacting System (Page No. 155 Clause No.506.6)

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

Contractor No. of Corrections Executive Engineer


( 159 )

compaction remotely. The Contractor shall provide the web application in such a
manner that it also updates the compaction data in real time on PWD's works
management e-governance application dashboard.

The intelligent compacting system shall be connected with dashboard system. The
contractor shall provide software facility for PWD officials to update QAP (Quality
Assurance Plan) related data for compaction through its web application that will get
transferred to the intelligent compacting system to bench mark the acceptance
norms for 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 coat factor shall be inclusive of all. He shall not be paid
separately.

Contractor No. of Corrections Executive Engineer


( 160 )

Annexure—A
Quality Control Tests

Sr Material Test
No
1 MASONRY STONE 1. Compressive Strength
2. Crushing Value
2. METAL 1. Crushing value
2. Impact value
3. Abrasion Value
4. Water Absorption
3. CEMENT 1. Compressive Strength
2. Initial Setting time
3. Final Setting time
4. Specific gravity
5. Soundness
6. Fineness
7. Standard Consistency
4. STEEL 1. Weight Per Metre
2. Ultimate Tensile Stress
3. Yield Stress
4. Elongation
5. GRANULAR SUB-BASE 1. Density of compacted layer
2. C.B.R.
6. LIME / CEMENT STABILIZED SOIL SUB BASE 1. Quality of lime / Cement
2. Degree of pulverization
3. Lime / Cement content
4. CDR or uncontained, composite test
on a set of 3 specimens
5. Density of compacted layer
7. WATER BOUND MACADAM 1. Aggregate impact value
2. Flakiness Index and Elongation Index
8. WET MIX MACADAM 1. Impact Value
2. Flakiness Index and Elongation Index
3. Density of compacted of layer
9. PRIME COAT / SURFACE DRESSING 1. Quality of Binder
10. SEAL COAT / SURFACE DRESSING 1. Quality of Binder
2. Impact value / Los Angles Abrasion Value
3. Flakiness and Elongation Index
4. Water Absorption
11. OPEN GRADED PREMIX OF SURFACING / 1. Quality of Binder
CLOSE GRADED PREMIX SURFACING. 2. Impact Value / Abrasion Value
3. Flakiness Index and Elongation Index
4. Water Absorption

Contractor No. of Corrections Executive Engineer


( 161 )

Sr Material Test
No
12. BITUMINOUS MACADAM 1. Quality of Binder
2. Impact Value / Abrasion Value
3. Flakiness Index and Elongation Index
4. Water Absorption
5. Water Sensitivity of Mix
6. Density of Compacted layer
13. BITUMINOUS PENETRATION, BUILT UP 1. Quality of Binder
SPRAY GROUT 2. Impact Value / Abrasion Value
3. Flakiness Index and Elongation Index
4. Water Absorption
14. DENSE BITUMINOUS MACADAM,SEMI 1. Quality of Binder
DENSE BITUMINOUS CONCRETE / 2. Impact Value / Abrasion Value
BITUMINOUS CONCRETE 3. Flakiness Index and Elongation Index
4. Water Absorption
5. Stability of Mix
6. Density of Compacted layer
7. Job Mix Design
15. Mastic Asphalt 1. Quality of Binder
2. Impact Value / Abrasion Value
3. Flakiness Index and Elongation Index
4. Water Absorption
16. SLURRY SEAL 1. Quality of Binder
17. MODIFIED BINDER 1. Softening Point
2. Penetration of 25ºC and 4ºC
18. THERMOPLASTIC PAINT 1. Glass and content and grading analysis
2. Reflectance and Yellowness Index
3. Flow-ability
4. Drying Time
19. INTERLOCKING CONCRETE PAVING BLOCK 1. Compressive Strength
2. Flexural Test
3. Resistance to wear
20. CEMENT CONCRETE 1. Mix Design
21. ASPHALT CONCRETE 1. Design with all tests on basic materials
22. REINFORCEMENT STEEL BARS 1. Tensile Strength
2. % Elongation

Contractor No. of Corrections Executive Engineer


( 162 )

Annexure — B
QUALITY CONTROL TESTS AND THEIR FREQUENCIES
Sr. Material Test Frequency of Remarks
No. Testing
1. SAND 1. Fiennes Modules At the beginning and
2. Silt Contents if
there is change in
source
2. MASONRY 1 Compressive A set of 5 stone for
STONE Strength each quarry and for
2. Specific gravity doubtful
3. Water Absorption Quality
3. METAL 1. Crushing Value One test per 200 PWD Hand
2. Impact Value Cubic meter or part Book IS-56
3. Abrasion Value thereof Part-II
4. Water Absorption
5. Flakiness Index
6. Supping Value
7. Gradation
4. CEMENT 1. Compressive Upto 5 cum – 1 Set MORT& H
CONCRETE Strength Specification
6-15 cum – 2 Sets 1716
16-30 cum – 3 sets
31-50 cum – 4 sets
51 and above 4 sets +
1 additional set for
each additional 50
cum of part thereof
5. CEMENT 1. Compressive One test for each IS-269-12269
strength consignment of 50
2. Initial Setting Time One Metric Ton (1000
3. Final Setting Time bags) or part thereof
4. Specific Gravity
5. Soundness
6. Fineness
6. STEEL 1. Weight per meter One test for every 5.0 IS – 432
2. Ultimate Tensile Metric Ton or Part
Stress thereof for each
3. Yield Stress diameter
4. Elongation
7. GRANULAR 1. Gradation One test per 200 Cum MORT& H
SUB-BASE 2. Atterberg limits One test per 200 Cum Specification
3. Moisture content One test per 250 Cum Table 900.3
prior to compaction
4. Density of comp –
acted layer
5. Density of comp –
acted layer

Contractor No. of Corrections Executive Engineer


( 163 )

Sr. Material Test Frequency of Remarks


No. Testing
12. LIME / 1. Quality of lime / 1 test for each MORT& H
CEMENT cement consignment Specification
2. Degree of Min 1 test per 5 MT
STABILIZED Table 900.3
pulverization periodically as
SOIL WITH 3. Lime / Cement considered necessary,
BASE content Regularly through
4. CDR or uncontained Procedural check. As
composite test on a required.
set
of 3 Specimens.
5. Moisture content
prior to compaction.
6. Density of
compacted
13. WATER BOUND 1. Average impact One test per 200 Cum MORT& H
MACADAM value Specification
2. Gradation One test per 100 Cum
Table 900.3
3. Flakiness Index and One test per 200 Cum
Elongation Index
4. Attenberg limits of One test per 20 cum
binding materials for binding material
5. Attenberg limits of One test per 100 Cum
portion of
aggregates
passing 425 Micron
14. WET MIX 1. Impact value One test per 200 Cum MORT& H
MACADAM 2. Gradation One test per 100 Cum Specification
3. Flakiness Index and
One test per 200 Cum Table 900.3
Elongation Index
4. Attenberg limits of One test per 100
portion of Cum
aggregates
passing 425 Micron
5. Density of One test per 500 Cum
compacted of layer
15. PRIME COAT 1. Quality of binder No. of samples per MORT& H
/ TACK lot Specification
and test as per IS-73,
COAT / FOG Table 900.4
IS-217, IS-8887 as
SPRAY applicable
2. Binder Temperature At regular close
Intervals.
3. Rate of spread of 1 test per 500 Sqm
binder and not less than 2
test per day.

Contractor No. of Corrections Executive Engineer


( 164 )

Sr. Material Test Frequency of Testing Remarks


No.
16. SEAL COAT OR 1. Same as mentioned under MORT& H
Quality Binder
SURFACE Sr. No 1.
2. Impact value / los One Test per 50 Cum
Specification
DRESSING
angles abrasion Table 900.4
Value
3. Flakiness and One Test per 50 Cum
Elongation Index
4. Stripping value of Initially 1 set of 3
aggregate representative samples for
(immersion tray each source of supply,
test) subsequently by each
5. Water absorption change in the quality of the
6. Water Sensitivity aggregate.
Mix
7. Gradation One Test per 25 Cum
8. Soundness Initially one determination
by each method for each
source of supply then as
warranted by change in
quality of aggregate
9. Temperature of At regular close intervals
Binder
10. Rate of Spread of 1 test per 500 Sqm and not
Materials less than 2 test per day.
11. Percentage of When gravel is used one
fractured faces test per 50 Cum
17. OPEN GRADED 1. Quality Binder Same as per Sr. No. 16 MORT& H
PREMIX OR CLOSE 2. Impact of fractured Same as per Sr. No. 16
faces
Specification
GRADED PREMIX
SURFACING 3. Flakiness and Same as per Sr. No. 16 Table 900.4
Elongation Index
4. Stripping Value Same as per Sr. No. 16
5. Water absorption Same as per Sr. No. 16
6. Gradation Same as per Sr. No. 16
7. Water Sensitivity Same as per Sr. No. 16
Mix
8. Soundness Same as per Sr. No. 16
9. Temperature of At regular close intervals
Binder
10. 1 test per 500 Sqm and not
Binder Content
less than 2 test per day.
11. Rate of Spread of Regular Control Through
Materials check of layers
12. Percentage of Same as per Sr. No. 16
fractured faces

Contractor No. of Corrections Executive Engineer


( 165 )

Sr. Material Test Frequency of Testing Remarks


No.
18. BITUMINOUS 1. Quality Binder Same as per Sr. No. 15 MORT& H
MACADAM 2. Impact value /abrasion Same as per Sr. No. 16 Specificatio
value n
3. Flakiness and Elongation Same as per Sr. No. 16 Table 900.4
Index
4. Stripping valued Same as per Sr. No, 16
5. Water sensitivity of mix Same as per Sr. No. 16
6. Water absorption Same as per Sr. No. 16
7. Soundness Same as per Sr. No. 16
8. Percentage of fractured faces Same as per Sr. No. 16
9. Gradation 2 tests per day per
plant both on individual
constituents and mixed
aggregates from dryer.
10. Binder content and Periodical subject to
aggregate grading minimum of 2 tests per
day per plant.
11. Control of temperature of At regular close
Binder and aggregate for intervals.
mixing and of premix at the
time of laying and rolling.
12. Rate of spread of Regular control through
mixed material Check of layer thickness.
13. Density of compacted 1 test per 250 Sqm
layer
19. BITUMINOUS 1. Quality Binder Same as per Sr. No. 15. MORT& H
PENETRATION 2. Impact value / Abrasion One test per 200 Cum Specificatio
MACADAM value n
3. Flakiness and Elongation One test per 200 Cum Table 900.4
Index
4. Stripping value Same as per Sr. No. 16
5. Water sensitivity of mix Same as per Sr. No. 16
6. Water absorption Same as per Sr. No. 16
7. Soundness Same as per Sr. No. 16
8. Percentage of fractured Same as per Sr. No. 16
faces
9. Gradation 2 tests per day per
plant both on individual
constituents and mixed
Aggregates from dryer.
10. Temperature of Binder At regular close
Intervals.
11. Rate of spread of Same as per Sr. No. 16
mixed material.

Contractor No. of Corrections Executive Engineer


( 166 )

Sr. Material Test Frequency of Testing Remarks


No.
20. DENSE 1. Quality Binder Same as per Sr. No. 15 MORT& H
BITUMINOUS 2. Impact value / Abrasion value Same as per Sr. No. 15 Specification
MACADAM / 3. Flakiness and Elongation Same as per Sr. No. 15 Table 900.4
SEMI DENSE Index
BITUMINOUS 4. Stripping value Same as per Sr. No. 15
CONCRETE / 5. Water sensitivity of Same as per Sr. No. 15
BITUMINOUS mix
CONCRETE 6. Water absorption Same as per Sr. No. 15
7. Soundness Same as per Sr. No. 15
8. Percentage of Same as per Sr. No. 15
fractured faces
9. Sand equivalent test As required
10. Plasticity Index As required
11. Mix grading One set of test on
individual constituents
and mixed aggregate
from dryer for each 400
tonnes of mix subject
to minimum tests per
Plant per day.
12. Binder content For
13. Stability of Mix For each 400 tonnes of
mix products
14. Water sensitivity of Same as per Sr. No. 16
mix
15. As required for Bituminous
Swell test of Mix
concrete
16. Control of temperature As regular close
of Binder in boiler, Intervals
aggregate in dryer and
mix at the time of layer
and rolling.
17. Rate of spread of Regular control through
mixed material checks on the weight of
mixed material and
layer thickness.
18. Density of compacted One test per 250 Sqm
Layers area.
21. MASTIC 1. Quality Binder Same as per Sr. No. 15 MORT& H
ASPHALT 2. Impact value / Abrasion value Same as per Sr. No. 16 Specification
3. Flakiness and Elongation Same as per Sr. No. 16 Table 900.4
Index
4. Stripping value Same as per Sr. No. 16
5. Water sensitivity of Same as per Sr. No. 16
Mix

Contractor No. of Corrections Executive Engineer


( 167 )

Sr Material Test Frequency of Testing Remarks


No.
6. Water absorption Same as per Sr. No. 16
7. Soundness Same as per Sr. No. 16
8. Percentage of Same as per Sr. No. 16
fractured faces
9. Gradation of 2 tests per day per
aggregate plant both on individual
constituents and mixed
Aggregates from dryer.
10. Binder content and Periodic, subject to
grading of aggregate minimum 2 tests per
Day per plant.
11. Control of At regular close
temperature of and Intervals.
aggregate for mixing
of the mix at the time
of layer and rolling
12. Rate of spread of Regular control through
mixed material check of layer
thickness
22. SLURRY SEAL 1. Quality of binder Same as per Sr. No. 15 MORT& H
2. Film stripping test Initially one set of 3 Specification
representative Table 900.4
specimen for each
source of supply then
as warranted by the
changes in quality of
aggregates
23. MODIFIED 1. Softening point. Initially on submission MORT& H
BINDER the rafter daily in site Specification
blended, weekly if pre Table 900.4
blended.
2. Penetration of 25° C Initially on submission
and 40° C the rafter daily in site
blended
3. Elastic Recovery Initially on submission
the rafter daily in site
blended
4. Ductility Initially on submission
the rafter daily in site
blended
5. Viscosity Initially on submission
6. Thin film even test Initially on submission.
penetration, softening
point, Elastic,
Recovery of residue
loss on heating.

Contractor No. of Corrections Executive Engineer


( 168 )

Sr. Material Test Frequency of Testing Remarks


No.
24. THERMO 1. Glass bed contents One test for 3 KM work
PLASTIC PAINT and grading analysis
2. Reflectance and Yellowness One test for 3 KM work
index
3. Flow ability One test for 3 KM work
4. Softening point One test for 3 KM work
5. Drying time One test for 3 KM work
25. INTER 1. Compressive strength A set of 8 blocks for every
LOCKING 10000 blocks.
CONCRETE 2. A set of 8 blocks for every
PAVING Water absorption
10000 blocks.
BLOCK 3. A set of 8 blocks for every
Flexural test
10000 blocks.
4. A set of 8 blocks for every
Resistance to wear
10000 blocks.

Contractor No. of Corrections Executive Engineer


167
169 Dy.Ex.Engr.

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. 21 -2000 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.

Signature of Contractor No. of Corrections Executive Engineer


168
170 Dy.Ex.Engr.

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:87-2000 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-in-
charge 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. 8112 : 2000 Specification for 43 grade ordinary portland cement (Revised)

I.S.383 : 2000 Specification for coarse and fine aggregate from natural
sources for concrete.

Signature of Contractor No. of Corrections Executive Engineer


169
171 Dy.Ex.Engr.

I.S. 1786 : 2000 Specification for cold twisted bars.

I.S. 432 :2000 Specification for mild Steel & Medium Steel bars
I.S.456 :2000 Code of practice for plain arid Reinforced concrete.
I.S.1786 :1985 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 303.3.7 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 303.3.7 standard of acceptance.

i) Full payment should be made when 75% of the test cube results are equal and
above specified strength 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.

Signature of Contractor No. of Corrections Executive Engineer


170
172 Dy.Ex.Engr.

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.

A) SUB-SUBSTRUCTURE:
1) Staging and shuttering : I) 1 set consists of:-

Signature of Contractor No. of Corrections Executive Engineer


171
173 Dy.Ex.Engr.

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 = 3 Nos
4) Crane = 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

7. LOAD TEST OF SUPERSTRUCTURE:

Signature of Contractor No. of Corrections Executive Engineer


172
174 Dy.Ex.Engr.

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

Signature of Contractor No. of Corrections Executive Engineer


173
175 Dy.Ex.Engr.

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

Signature of Contractor No. of Corrections Executive Engineer


174
176 Dy.Ex.Engr.

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 pre-
stressing 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 with
the 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.

9.3.1 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.

9.3.2 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.

Signature of Contractor No. of Corrections Executive Engineer


175
177 Dy.Ex.Engr.

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.

9.3.3 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) 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.

iii) 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) Description, identification & number of members.

d) Manufacture size and class of tendon. ...-

e) Identification of jacking equipments.

Signature of Contractor No. of Corrections Executive Engineer


176
178 Dy.Ex.Engr.

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.

9.3.4 DIMENSIONAL TOLERANCES :-The permissible dimensional tolerances are as


given below :
a) in the length of member + 20 mm
b) Flange width + 10 mm

Signature of Contractor No. of Corrections Executive Engineer


177
179 Dy.Ex.Engr.

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 + 10 mm

(Vertical and horizontal alignment)

Tolerance against items (a) to (f) and (k) are for 50.0 M lengths. For other lengths they
shall be proportional.

9.3.5 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.

9.4. Special specifications for granting operation in addition to that provided in IRC : 18
Appendix – 2.

9.4.1 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.

9.4.2 For effective grouting, an adequate capacity compressor shall be adopted.

9.4.3 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,

9.4.4 Use of wooden centering like Casurina for beams, posts etc. is not allowed.

9.4.5 The thickness of corrugated sheathing for post tensioned pre-stressed concrete
bridges shall not be less than 0.3 mm.

Signature of Contractor No. of Corrections Executive Engineer


178
180 Dy.Ex.Engr.

9.4.6 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.

9.4.7 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 20o
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.

9.5. 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.

9.6. 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.

Signature of Contractor No. of Corrections Executive Engineer


179
181 Dy.Ex.Engr.

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.

Signature of Contractor No. of Corrections Executive Engineer


180
182 Dy.Ex.Engr.

10. 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.

Signature of Contractor No. of Corrections Executive Engineer


181
183 Dy.Ex.Engr.

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 :

1.2.1. 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.

1.2.2 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

Signature of Contractor No. of Corrections Executive Engineer


182
184 Dy.Ex.Engr.

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.

1.2.3. 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.

1.2.4 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'.

1.2.4 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.

1.2.5 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.

Signature of Contractor No. of Corrections Executive Engineer


183
185 Dy.Ex.Engr.

1.2.6 COARSE AGGREGATE :-

The size and quality of coarse aggregate for all concreting works shall comply in all
respects with IS : 383 - 1970 and clause 302.3 2 of I.R.C. 21 - 1987,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.

1 .2.7 FINE AGGREGATE :


The quality, grading of fine aggregate shall conform to IRC-21-1987. The fine
aggregate shall be tested as per relevant IS practice for grading, deleterious materials
contained as directed by the Engineer.

1 .2.8. 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 302.4 of I.R.C. 21-1987 shall be used for mixing and
curing of concrete.

1.2.9 STEEL REINFORCEMENT :-

High yield strength cold twisted deformed bars shall be round and shall comply with
IS : 1786 - 1985. 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 : 1566-1982. 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.

Signature of Contractor No. of Corrections Executive Engineer


184
186 Dy.Ex.Engr.

1.3.0 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.

1.3.1 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.

1.3.2 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

Signature of Contractor No. of Corrections Executive Engineer


185
187 Dy.Ex.Engr.

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, Aurangabad
Pandharpur 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 Specification for Road and Bridge Road
and Bridge Works Works published by Indian Road
Congress (IRC) Ministry of Road
Transport & Highway ( M.O.R.T.H. )
Fourth Revision of Year 2001 or latest
Edition.

II. IRC CODES OF PRACTICE:

i) IRC : 21-2000, Section III Cement concrete(Plain and reinforced)


ii) IRC : 40-1970, Section IV Brick, stone and Block masonry
iii) IRC : 78-1983, Section VII Foundation and substructure
iv) IRC 87-1981 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 11.1987) Standard specifications and codes, of
practice for Road bridge Part I metallic bearings.
vii) Any other relevant IRC code & latest edition.

III. INDIAN 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.

Signature of Contractor No. of Corrections Executive Engineer


186
188 Dy.Ex.Engr.

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 304.4 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 2001.

3.3 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 1703.2
of M.O.R.T.H. Specifications.

3.3.0 CONTROLLED CONCRETE :


3.3.1 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 1703.1, 1704.2 and 1716 of M.O.R.T.H. specifications.

Signature of Contractor No. of Corrections Executive Engineer


187
189 Dy.Ex.Engr.

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.

3.3.2 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.

3.3.3 CEMENT CONTENT :


Minimum cement shall be as per the IRC-21 -2000 or latest published code.

3.3.4 WATER QUANTITY SLUMPS :


Water quantity and slumps for all reinforced (ordinary and controlled concrete) and
plain concrete work shall conform to 1704.1 of M.O.R.T.H. specification unless
otherwise directed by the Engineer.

3.3.5 WATER CEMENT RATIO :

Water cement ratio in all elements shall be as per table 1700.2 and 1700.3 of
M.O.R.T.H. specifications for Road and Bridge works as possible.

3.3.6 ADMIXTURES : Admixture in concrete will be permitted with approval of Engineer-


in-charge.

WORKMANSHIP:

3.3.7 PROPORTIONING OF CONCRETE :

Proportioning of concrete shall conform to section 1704 of M.O.R.T.H. specification


unless otherwise directed by the Engineer.

Signature of Contractor No. of Corrections Executive Engineer


188
190 Dy.Ex.Engr.

3.4 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: 12791-1968. IS:
4935 or such other type as the Engineer may approve. When swing type weigh
batches are used they shall comply with IS: 2722-1964. Batch mixers will be tested for
and performance in accordance with IS: 4634-1968 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

Signature of Contractor No. of Corrections Executive Engineer


189
191 Dy.Ex.Engr.

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.

Signature of Contractor No. of Corrections Executive Engineer


190
192 Dy.Ex.Engr.

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.

3.9.1 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.

3.9.2 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 18.

3.9.3 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.

Signature of Contractor No. of Corrections Executive Engineer


191
193 Dy.Ex.Engr.

4. 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 : 87-1 981.

4.2.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.

Signature of Contractor No. of Corrections Executive Engineer


192
194 Dy.Ex.Engr.

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

Signature of Contractor No. of Corrections Executive Engineer


193
195 Dy.Ex.Engr.

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.

4.8.1 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.

Signature of Contractor No. of Corrections Executive Engineer


194
196 Dy.Ex.Engr.

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 :456-2000, 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.

4.9.1 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.

4.9.2 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

Signature of Contractor No. of Corrections Executive Engineer


195
197 Dy.Ex.Engr.

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.

4.9.3 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.

4.9.4 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.

Signature of Contractor No. of Corrections Executive Engineer


196
198 Dy.Ex.Engr.

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.

4.9.5 STEEL REINFORCEMENT:

GENERAL:

All steel reinforcement work shall conform to section 1600 of M.ORTH. Specifications
and as per Clause 1.2.9. 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.

4.9.6 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.

4.9.7 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

Signature of Contractor No. of Corrections Executive Engineer


197
199 Dy.Ex.Engr.

steel wire of hot less than 1mm in size and conforming to IS : 280-1978 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.

4.9.8 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.

Signature of Contractor No. of Corrections Executive Engineer


198
200 Dy.Ex.Engr.

4.9.8.1 COUPLING OF BARS :

Coupling of bars shall be done as per Section 1605 of MORTH Specifications unless
otherwise directed by Engineer.

4.9.8.2 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.

Signature of Contractor No. of Corrections Executive Engineer


199
201 Dy.Ex.Engr.

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.

Signature of Contractor No. of Corrections Executive Engineer


200
202 Dy.Ex.Engr.

SPECIFICATION FOR CONSTRUCTION JOINTS

1.00 CONSTRUCTION JOINTS :

1.1 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.

1.2 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.

Signature of Contractor No. of Corrections Executive Engineer


201
203 Dy.Ex.Engr.

• 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.

1.3 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.

Signature of Contractor No. of Corrections Executive Engineer


202
204 Dy.Ex.Engr.

• 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.

Signature of Contractor No. of Corrections Executive Engineer


203
205 Dy.Ex.Engr.

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 2007.

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) The backing plate shall be accurately positioned on the reinforcement grid of the
pedestal and leveled.
iii) Studs shall be tack welded/ tied to the reinforcement to keep the backing plate in
proper location during casting.
iv) 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.

Signature of Contractor No. of Corrections Executive Engineer


204
206 Dy.Ex.Engr.

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 0.05
4) 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 2000.1 given
below.

Signature of Contractor No. of Corrections Executive Engineer


205
207 Dy.Ex.Engr.

Tab 2.1 PROPERTIES OF ELASTOMER :-

Test Method, IS Specification Value of the


Property Unit
reference Characteristic
specified.
1. Physical Properties

1.1 Hardness IRHD IS : 3400 (Part II) 60 + 5


1.2 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 24.2 100 + 1 35
3. Accelerated Ageing IS:3400(Part-IV) Temperature
CR (deg. C.)
70 100 + 1
3.1 Maximum change in IRHD + 15
3.2 Maximum change in percent - 15
Tensile Strength
3.3 Maximum change in percent - 40
Elongation

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% 40 + 1 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.

Signature of Contractor No. of Corrections Executive Engineer


206
208 Dy.Ex.Engr.

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-3452-78 (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.

Signature of Contractor No. of Corrections Executive Engineer


207
209 Dy.Ex.Engr.

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 2000.2 given
below.
Table 2.2 : TOLERANCES
Sr. Items Tolerances
No.
1 Overall plan dimensions , 0 + 6 mm.
2 Total bearing thickness 0 + 5 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. + 0
5a) 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.

Signature of Contractor No. of Corrections Executive Engineer


208
210 Dy.Ex.Engr.

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

Signature of Contractor No. of Corrections Executive Engineer


209
211 Dy.Ex.Engr.

manufacturer, working under the supervision of the inspector and to his complete
satisfaction.

Lot by lot inspection and acceptance shall be made.

2.3.1 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.

2.3.2 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.

Signature of Contractor No. of Corrections Executive Engineer


210
212 Dy.Ex.Engr.

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.

2.3.3 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.

2.3.3.1 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 2002.
3. 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)

Signature of Contractor No. of Corrections Executive Engineer


211
213 Dy.Ex.Engr.

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 2000-1, 1.1)
Tensile strength (Table 2.000-1, 1.2)
Elongation at break (Table 2000-1, 1.3)
Compression set (Table 2000-1, 2)
Accelerated Agening (Table 2000-1, 3)
Adhesion strength (Table 2005. 1.)
Ozone Resistance (See Note 2 below)

Note 1 :-
For acceptance testing the properties enumerated in clause 2005. 1 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 + 0.2
Ash Content + 0.5%
Hardness (Table 2000-1, 1.1)
Tensile strength (Table 2000-1. 1.2)
Elongation at break (Table 2000-1, 1.3)
Compression set (Table 2000-1, 2)
Accelerated Agening (Table 2000-1. 3)
Adhesion strength (Table 2005. 1)

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

Signature of Contractor No. of Corrections Executive Engineer


212
214 Dy.Ex.Engr.

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)

2.3.3.2 Acceptance Testing Level 2 :

General Inspection
This shall conform 10 the provisions in clause 2005.3.3.1 in all respects.
Test on Specially Moulded Test Pieces
This shall conform to the provisions in clause 2005.3.3.1 in all respects.
Test on Complete Bearings.

Signature of Contractor No. of Corrections Executive Engineer


213
215 Dy.Ex.Engr.

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 2005.3.3.1.
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.

2.3.3.3. 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.

2.3.3.4 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 2005.3.3. 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 2005.3.3.1, 2005.3.3.2 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

Signature of Contractor No. of Corrections Executive Engineer


214
216 Dy.Ex.Engr.

include the details of a lot or lots accepted / rejected by him and records of all tests
measurements.

2.3.3.5 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.

2.3.3.6 Acceptance :
The manufacturer shall furnish the following to Engineer for the acceptance
judgement.

1. Quality control certificate as laid down in clause 2005.3.6

2. Inspection certificate as laid down in clause 2005.3,5

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.

Signature of Contractor No. of Corrections Executive Engineer


215
217 Dy.Ex.Engr.

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
markings shal1 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.

Signature of Contractor No. of Corrections Executive Engineer


216
218 Dy.Ex.Engr.

2.5 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.

Signature of Contractor No. of Corrections Executive Engineer


217
219 Dy.Ex.Engr.

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,

Signature of Contractor No. of Corrections Executive Engineer


218
220 Dy.Ex.Engr.

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 :

2.8.1 GENERAL

2.8.1.1 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.

Signature of Contractor No. of Corrections Executive Engineer


219
221 Dy.Ex.Engr.

2.8.1.2 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.

2.8.1.3 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)

Signature of Contractor No. of Corrections Executive Engineer


220
222 Dy.Ex.Engr.

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


50 60 70

1. Hardness (ASTM D-2240) 50+5 60+5 70-5 --


2
2. Tensile Strength minimum (kg/m ASTM D-41 175 175 175
2)
3. Elongation at break Minimum 450 400 300
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 10 10 10
ii) Tensile strength reduction Max point of 15 15 15
original
iii) Elongation at Break reduction Max 25 25 25
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 25 25 25
per cum max (ASTM-D-395)
7. Tear Resistance kg/cm. 40 40 40
(ASTM-D-624 DEE-3)
2
8. ADHESION TO JETAL Kg/Cm 9 9 9
( ASTM-D-429 Method B )
9. Low temperature stiffness at 400c 700 700 700
2
Young's rnoduls Max Kg/Cm ( ASTM-D-797)

Signature of Contractor No. of Corrections Executive Engineer


221
223 Dy.Ex.Engr.

1.3 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 per
B.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- in-
charge. (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.

Signature of Contractor No. of Corrections Executive Engineer


222
224 Dy.Ex.Engr.

2.4 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.

Signature of Contractor No. of Corrections Executive Engineer


223
225 Dy.Ex.Engr.

4.1 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

Signature of Contractor No. of Corrections Executive Engineer


224
226 Dy.Ex.Engr.

simultaneously a horizontal force is applies on the middle plate for preventing slippage
of bearing. A constant vertical load (p) of 50 Kg/Cm2 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
50 5
60 8
70 11

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 2

4.5 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 4.1.4.2 and 4.3 above.

Signature of Contractor No. of Corrections Executive Engineer


225
227 Dy.Ex.Engr.

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 a
particular 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) 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.

Ill) 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.

Signature of Contractor No. of Corrections Executive Engineer


226
228 Dy.Ex.Engr.

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.

Signature of Contractor No. of Corrections Executive Engineer


227
229 Dy.Ex.Engr.

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.

Signature of Contractor No. of Corrections Executive Engineer


NAME OF WORK : CONSTRUCTION OF230
MAJOR SUBMERSIBLE BRIDGE ACROSS RIVER
BHIMA NEAR VILLAGE KAUTHALI IN KM. 75/400 OF PAITHAN PANDHARPUR ROAD (PALKHI
MARG ) PART : HOLE TO KAUTHALI ( MDR 133 ), TALUKA PANDHARPUR , DIST. SOLAPUR.
( WITH CONTRACTORS OWN DESIGN & DRAWINGS)

SPECIFICATIONS FOR VARIOUS ITEMS TO BE EXECUTED


NOTES

1. The detailed specification shall be as per Standard Specification Book Volume-I,


1979 and Volume-II, 1981 Edition published by the Government of Maharashtra in
Public Works Department and specification for road and bridge work published by
Ministry of Road Transport & Highways 2001 Edition, 4th Revision.

2. For the points not covered in the Specification given in the Standard Specification
Book or given as additional specification for respective items, the instructions of the
Executive Engineer are final and binding on the contractor.

3. In the case of detailed specification, all other specification not quoted directly in
Column No. 3 and 4 but quoted in the Standard Specification Book are also
applicable as and when necessary even if such specification number are not
mentioned in Column No. 3 and 4.

4. The work shall be executed as per orders and entire satisfaction of Engineer-in-
charge.

5. For all reference pertain to the Standard Specification Book Volume-I, 1979 Edition
and Volume-II, 1981 edition published by Public Works Department.

6. For any points not covered by the Specification given in the Standard Specification
Book, additional specification given for the respective items shall be followed.

Signature of Contractor No. of Corrections Executive Engineer


231
232
233
234
235
236
237
238
239
240
241
242

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE WITH APPROACHES ACROSS GODAVARI RIVER
AT KM 0/800 ON APEGAON KURAN PIMPRI ROAD SH-62 TQ. PAITHAN

S C H E D U L E 'C'

Item Item of Work Quantity Unit Amount Percentage


No.

1 Excavation for foundation including shoring and strutting as 13018.540 Per Cubic ` 19,01,518.00 1.49%
necessary and disposing off excavated stuff as directed in Metre
earth soils of all types sand, gravel, soft murum etc.
cpmplete (excluding dewatering if separately provided) etc.

2 Dewatering including diversion of stream, providing 10548.240 Per Cubic ` 63,33,973.00 4.95%
cofferdam, bunds etc. as may be necessary for foundation Metre
and other parts of work and bailing out and pumping out
water below the actual initial natural water level for start of
that particular component till completion of bridge etc.
complete as directed by Engineer in charge. (Non Perenial)

Contractor No. of Corrections Executive Engineer


243

Item Item of Work Quantity Unit Amount Percentage


No.

3 Conveying materials obtained from road cutting including all 4553.290 Per Cubic ` 11,31,265.00 0.88%
lifts, laying in layers, breaking clods, dressing to the required Metre
lines, curves, grades and section

4 Providing & laying in situ cement concrete grade M-15 with 510.370 Per Cubic ` 19,92,494.00 1.56%
trap/ granite/ quartzite gneiss metal Metre

5 Providing & laying in situ cement concrete grade M-25 with 610.820 Per Cubic ` 37,31,953.00 2.92%
trap/ granite/ quartzite gneiss metal Metre

6 Providing & laying in situ cement concrete grade M-30 with 5037.445 Per Cubic ` 3,63,06,179.00 28.36%
trap/ granite/ quartzite gneiss metal FOR PROPER BRIDGE Metre

7 Providing & laying in situ cement concrete grade M-30 with 2205.000 Per Cubic ` 1,71,08,639.00 13.37%
trap/ granite/ quartzite gneiss metal FOR BRIDGE Metre
APPROACHES
8 Providing and laying in situ M.35 cement concrete of trap 26.400 Per Cubic ` 1,98,453.00 0.16%
/granite /quartzite /gneiss metal for reinforced cement Metre
concrete block

Contractor No. of Corrections Executive Engineer


244

Item Item of Work Quantity Unit Amount Percentage


No.

9 Providing and fixing Neoprene bearing as per standard 780000.000 Per Cubic ` 13,65,000.00 1.07%
specification (As per IRC-83, Part/II) etc. complete as Centimetre
directed by Engineer in charge.

10 Providing Elastometric expansion joints as per detailed 166.950 Per ` 26,89,987.00 2.10%
drawings (MOST specifications). Running
Metre

11 Providing and cutting, bending, hooking, laying in position 562.490 Per Metric ` 3,37,11,812.00 26.34%
and tying TMT steel bars for reinforcement as per detailed Tonne
drawings for all reinforced cement concrete works etc.
complete as directed by Engineer in charge.

Contractor No. of Corrections Executive Engineer


245

Item Item of Work Quantity Unit Amount Percentage


No.

12 Providing railing of mild steel angle post 2m center to center 657.000 Per ` 10,87,591.00 0.85%
of section 75mm x 75mm x 75mm x 10mm or equivalent Running
channel section of height 1.05m above bridge surface with Metre
minimum anchor length of 30cm including hold fast of 25mm
diameter mild steel bars welded at the bottom and concreting
1:3:6 of size 30cm x 30cm x 30cm with three rows of 40mm
'B' class G.I. pipe provided at 30cm center to center and
including scaffolding and with one coat of anti corrosive paint
and over it two coats of oil painting, welding pipes to vertical
angles or channel curing of concrete etc. complete.

13 Providing trap/ granite/ quartzite/ gneiss rubble stone filling 38.540 Per Cubic ` 45,618.00 0.04%
behind the abutments, returns or wings including all Metre
materials and hank packing and filling voids without spouts
etc. complete as directed by Engineer in charge.

Contractor No. of Corrections Executive Engineer


246

Item Item of Work Quantity Unit Amount Percentage


No.

14 Providing and laying in position 90cm thick flexible stone mat 67.500 Per Square ` 1,24,006.00 0.10%
as per detailed drawing including laying and compaction, Metre
consolidation 15cm to 23cm soling, consolidation of 60mm
size metal in two layers and compaction of 40mm layers in
single layer with watering etc. complete as directed by
Engineer in charge.

15 Providing and laying in position vent holes, water spout 200.000 Per ` 67,872.00 0.05%
100mm diameter in the slab and wearing course with iron Number
grill at the top and galvanised iron pipe at bottom as per
drawing etc. complete as directed by Engineer in charge.

16 Providing and laying weep holes of 100mm diameter PVC 252.000 Per ` 26,216.00 0.02%
as per drawing for abutment, returns, return walls etc. Running
complete as directed by Engineer in charge. Metre

Contractor No. of Corrections Executive Engineer


247

Item Item of Work Quantity Unit Amount Percentage


No.

17 Providing and fixing marble tablet of size and description as 3.150 Per Square ` 13,490.00 0.01%
per detailed drawings including moulded marble with 1:2 Metre
cement mortar border by carving etc. complete as directed
by Engineer in charge.

18 Providing and fixing board displaying information, such as Name 3.000 Per ` 9,489.00 0.01%
of work, Tender cost, Name of Contractor, Work completion and Number
liability period etc, having rectangular shape of 1.20m x 0.90m
size made out 18 gauge (1.25mm) thick mild steel sheet painted
with one coat of Zinc chromate stoving primer and two coats of
enamel paint on front side and grey stove enamel on back side
and border / messages / symbols etc. with approved colour shade
paint complete, on M.S.angle of size 35 x 35 x 3 mm frame with
properly cross braced M.S. angles of size 35mmx35mmx3mm
duly painted including Two M.S. angle iron posts of size 65 mm x
65 mm x 6 mm, 3.65 m long painted with alternate black and
white bands of 25 cm width including all fixtures etc.and fixing the
boards in 1:4:8 concrete block of size 60 cm x 60 cm x 75 cm
including, excavation, refilling, transportation, and labour etc
complete.

Contractor No. of Corrections Executive Engineer


248

Item Item of Work Quantity Unit Amount Percentage


No.

19 Carrying out test on aggregate, cement and steel as per 352.000 Per Test ` 3,83,925.00 0.26%
frequency etc. complete

20 Providing Earth Work in Embankment with approved 3979.910 Per Cubic ` 15,56,663.00 1.22%
materials obtained from excavation from departmental land Metre
or other sources including all lifts and leads upto 50m, laying
in layers of 20cm to 30cm thickness, breaking clods,
dressing to the required lines, curves, grades and sections,
watering and compaction With Vibratory Roller to 95% of
standard proctor density etc. complete as directed by
Engineer in charge.

21 Construction of granular sub-base Grade-I by providing 2100.000 Per Cubic ` 48,08,412.00 3.76%
coarse graded material, spreading in uniform layers with Metre
motor grader on prepared surface, mixing by mix in place
method with rotavator at OMC, and compacting with vibratory
roller to achieve the desired density, complete as per clause
401.

Contractor No. of Corrections Executive Engineer


249

Item Item of Work Quantity Unit Amount Percentage


No.

22 Providing, laying, spreading and compacting stone 1149.750 Per Cubic ` 26,29,582.00 2.05%
aggregates of specific sizes to water bound macadam Metre
specification including spreading in uniform thickness, hand
packing, rolling with 3 wheeled steel/ vibratory roller 8-10
tonnes in stages to proper grade and camber, applying and
brooming requisite type of screening/ binding Materials to fill
up the interstices of coarse aggregate, watering and
compacting to the required density.as per clause 401. By
Manual Means Grade-II Using Scrining Crushable type such
as Moorum or Gravel

23 Providing, laying, spreading and compacting stone aggregates of 574.800 Per Cubic ` 14,57,056.00 1.14%
specific sizes to water bound macadam specification including Metre
spreading in uniform thickness, hand packing, rolling with 3
wheeled steel/ vibratory roller 8-10 tonnes in stages to proper
grade and camber, applying and brooming requisite type of
screening/ binding Materials to fill up the interstices of coarse
aggregate, watering and compacting to the required density.as
per clause 401. By Manual Means Grade-III Using Scrining
Crushable type such as Moorum or Grave

Contractor No. of Corrections Executive Engineer


250

Item Item of Work Quantity Unit Amount Percentage


No.

24 Supplying and spreading hard murum / kankar at the road 2280.080 Per Cubic ` 14,63,219.00 1.14%
side, including conveying and stacking etc. complete as Metre
directed by Engineer in charge.

25 Compacting the hard murum / kankar in layers of thickness 8925.000 Per Square ` 63,100.00 0.05%
upto 20cm with power roller including necessary labour, Metre
material and artificial watering etc. complete as directed by
Engineer in charge.

26 Providing and laying 100 mm thick cast in situ cement 756.000 Per Cubic ` 29,86,495.00 2.33%
concrete M-10 with trap metal for CC pavement bedding Metre
including necessary compacting and curing etc. complete as
directed by Engineer in charge (base levelling course of cast
in situ concrete)

Contractor No. of Corrections Executive Engineer


251

Item Item of Work Quantity Unit Amount Percentage


No.

27 Providing and applying thermoplastic reflective paint of 4080.000 Per ` 2,88,456.00 0.23%
apprived colour or compound for traffic lane strips of 3 mm Running
thick of pigment 10%, on clean, dry and good road surface Metre
with 30 to 40 percent glass beads, 20 percent binder and 40
percent of filler material etc complete. (Rate is for actual
painted length). For 10 cm width of strip

28 Dismantling carefully the old plain cement concrete structure 8901.350 Per Cubic ` 45,27,255.00 3.54%
by cheseling, hammering, digging including sorting out Metre
serviceable materials and stacking and disposing off
unserviceable material upto lead of 50m etc. complete as
directed by Engineer in charge.

Rupees Twelve crores eighty lakhs nine thousand six hundred fifty eight only Total ` 12,80,09,658.00 100.00%

Contractor No. of Corrections Executive Engineer

Vous aimerez peut-être aussi