Vous êtes sur la page 1sur 9

Name of wrok - CONSTRUCTION OF TEHSIL BUILDING

AT BASAINAWAB

SPECIAL CONDITIONS OF CONTRACT


1. The aggregates in general shall confirm to the specifications specified in
MoRTH Specifications for Road & Bridge Works (Fifth revision) with recent
addendum.
2. Collection of material shall be uniform at plant and work site as per approved
design mix and grading.
3. The curing of C.C. Work has to be done in accordance to the IRC-15 and IRC–
58. No traffic shall be allowed during curing period. Traffic diversion will have to
be arranged by the contractor himself at his own cost. Curing compound shall
be used for curing of C.C. Pavement by the contractor at his own cost.
4. The Contractor is supposed to submit a suitable mix design for controlled
concrete grade M-30, as per MoRTH specification. Suitable chemical admixture
has to be used by the contractor in controlled concrete grade M-30. The cutting
of joint shall be done immediately and suitable joint sealing compound
confirming to IS:1834 shall be applied on the cleaned joints.
5. Cement Concrete road works are to be executed as per IRC:15 (Standard and
code of practice for construction of concrete roads), IRC:58 (Guidelines for
design of plain jointed Rigid Pavements for Highways) and MoRTH
Specifications.
6. Payment of C.C. pavement Grade M-30 will be made to contractor only after
ensuring achievement of proper quality and desired specified strength, through
the cutting of cores by core cutting machine. If the quality and strength as per
acceptance criterion is not achieved, then the work will not be accepted and
payment of such substandard work would not be made to the contractor. No
extra amount on account of providing core cutter testing facility would be
admissible to contractor.
7. For construction of C.C. Pavement, the design mix of the controlled concrete
shall be got done from any Govt. Engineering College, PWD Laboratory or any
NABL accredited laboratory. The same shall be submitted to the Engineer In
Charge before commencement of the work for approval.
8. For any reason, if the testing is not possible in the field laboratory or Engineer
considers testing to be conducted outside PWD, the testing so required shall be
done only at Government Engineering Colleges or at NABL accredited
laboratory.
9. The contractor shall not work after the sunset and before sunrise without
specific permission of the Engineer In Charge.
10. None of the work shall be carried out during Sundays or any other holidays
without permission of the Engineer-in-Charge.
11. The material collected at site shall remain under the watch and ward of the
contractor.
12. The contractor shall arrange his own land for the erection of plant, storage and
parking of machineries, stacking of material etc.
13. Quality control testing will be done as per MoRTH Specifications by the
contractor himself and complete record thereof will be maintained by him. If any
tests are required to be carried out in the PWD laboratory or in any other
laboratory, the cost of the same will be borne by the contractor. In case, it is
found that the result obtained for the work done are below the prescribed
standards/norms, then the contractor has to remove such defective work at his
own cost. Otherwise, it shall be got removed by the Engineer-in-Charge at the
risk and cost of the contractor.
14. The rates are inclusive of all lead and lifts for complete finished work, unless &
otherwise the same is specifically stated in the rates.
15. The construction programme, methodology and equipments to be used on the
project shall be furnished by the contractor to the Engineer well in advance of
commencement of work and approval of the Engineer will be obtained prior to
its adoption and use.
16. All required survey work shall be done by the contractor at his own cost. No
extra payment in this regards shall be done separately.
17. Contractor is supposed to carryout digitized photography at identified &
selected locations on every road along with videography of complete road
before construction, during construction & post construction at own cost.
18. The contractor will set up a fully equipped quality Control Laboratory at Plant
and work site for regular testing of the material. He would ensure that all the
testing of materials is done regularly, as per frequency prescribed in quality
control manual/MoRTH specifications. He will depute sufficient Staff and
equipments in Laboratory, as per MoRTH Specification.
19. The Defect Liability Period (DLP) shall be THREE years for the work executed
under this agreement after its completion.
20. The Security Deposit Refund will be done in accordance with the order No.
43/2009 dated 15.09.2009 (copy enclosed) issued by Finance Department and
shall be part of this agreement.
21. Labour Cess amount shall be deducted from contractor’s bill at the rate of 1%
in accordance with orders No. F1(8)(1)Bha.Sa.Ni./IR/2010-9568 dt. 17.05.2010
(copy enclosed) issued by Principal Secretary, Labour, Employment &
Technical Education (Training), Government of Rajasthan.
22. The contractor shall engage unskilled local labour from Rajasthan state
preferably of the BHARATPUR district, for the execution of this work.
23. The Items of Schedule of Works are based on BSR PWD Circle Dholpur
Effective 2013. If there is any typographical or clerical error in the
nomenclature, the same item with subsequent corrigendum, on which Schedule
of Works are based will be treated as correct.
24. Rate Analysis shall be submitted by the bidder with the bid in accordance with
Chief Engineer, PWD Rajasthan office order No. 1999 dated 08.12.2009 .
25. Registration of workers shall be got done by the bidder in accordance with
order No. 46/2010 dated 28.05.2010 issued by Finance Department
Government of Rajasthan.
26. Monsoon period is included in the completion period of the work.
27. The break-up of the components of Labour / Materials (excluding materials to
be supplied by the department) / Bitumen / Diesel and Petrol / Cement / Steel
as indicated in Clause 45 have been predetermined as below :
a) Labour 14%
b) Material 49%
c) Bitumen 31%
d) Diesel and Petrol 5%
e) Cement 1%
Total 100%
28. All steel shall be procured from Original Producers’ who manufacturer billets
directly from iron ores and roll the billets to produce steel confirming to IS:1786
as per Chief Engineer, PWD Rajasthan, Jaipur circular No. CE&AS/TA-
I/EE(D&T)/2016-17/D-126 dated 08.08.2016 .
30. The lowest successful bidder shall have to deposit additional performance
security for unbalance bids, in view of letter No. CE/PWD/D&T/Cir/D-140 Dated
20.09.2016 issued by the Chief Engineer, PWD Rajasthan, Jaipur (Copy
enclosed), which will be part of this agreement. The additional performance
security shall be deposited by the bidder in the form of Demand Draft / Bank
Guarantee / Fixed Deposit of any nationalized Bank, which shall be valid for a
period of extra 28 days from the completion of work. The format of Bank
Guarantee is enclosed with this Bid Document.
31. The bidder shall submit a construction schedule as to how he proposes to
commence the work and there after shall complete various stages of the work
within the time schedule given by the procuring entity for stage wise completion
of the work.
32. Before starting of work, contractor shall submit to the Engineer In Charge for
approval a Program for execution of the work including Environmental
Management Plan showing the general methods, arrangements, sequence and
timing for all the activities in the works along with monthly cash flow forecast.
The programme shall be updated monthly by the Contractor showing the actual
progress achieved on each activity and the efforts which shall be made by him
to make up for the shortfall, if any in the progress achieved and its effect on the
completion period of the project, and submitted to the Engineer-In-Charge by
7th day of the succeeding month for review. (Vide circular No. SE(Road)/EE
GGP-II/16/D-122 Dated 13.06.2016 issued by CE & AS, PWD Rajasthan Jaipur
33 IRC/Morth specifications for NH and IS codes shall be adopted for above
Construction and item selected ,design shall confirm to these publication.
34 Department circulars issued from time to time shall be followed strictly.
35 Adequate road safety arrangement and diversion be provided at work
Site during execution as per morth guidelines.
36 All safety Precautions be taken while execution of work.
37 all drawings, design shall be approved by competent authority according to
Latest IRC/MORTH specification before execution of work.
38 The strict compliance of instruction regarding installation of display
Boards on all development activities on roads be made.
39 The road side plantation should be ensured as per NGT norms.
40 Proper slope and camber should be maintained during laying of GSB Berms
41 Slab of the CD works should be properly anchored.
42 The CC pavement work shall be carried out using slip form paver with
Automatic dowel bar & Transverse reinforcement Laying Arrangement , Texturing
Machine using digitalized Batch mix concrete plant.

Executive Engineer
PWD Dn. Rajakhera
SIGNATURE OF CONTRACTOR
SPECIAL CONDITIONS OF CONTRACT REGARDING DEFECT
LIABILITY PERIOD FOR ROADS & C.D. WORKS COSTING MORE
THAN Rs. 10.00 LACS

1. ROAD WORK

1.1 The Defect Liability Period (DLP) for all Road/Bridge/C.D. works shall be
three years. Road/Bridge/C.D. works executed by the Contracting agency
shall he maintained by them at their own cost for three years (DLP) from the
date of completion of work as per the clause in the Agreement and Special
Condition of Contract.

1.2 No extra payment shall be made to the Contracting agency on account of


maintenance of Road/Bridge/C.D. works and removal of defects during
Defect Liability Period.

1.3 The word “Road/Bridge/C.D. Works” means all new Road / Bridge/C.D.
Works construction, widening, strengthening, up-gradation, renewal and
special repairs of roads and special repairs of bridge/C.D. works.

1.4 The word “Maintenance of Road/Bridge/C.D. Works during Defect Liability


Period” means

(i) Routine maintenance of Road/ Bridge & C.D. Works and

(ii) To remove the defects as & when appear in part and entire structure of
Road/Bridge & C.D. Works, in specified time.

1.5 The contracting agency shall do the routine maintenance of Road/Bridge &
C.D. Works, including pavement, road side and cross drains including surface
drains to the required standards and keep the entire road surface and
structure in Defect Free condition during the entire period of routine
maintenance, which begins at completion of the construction work and ends
after three years.

1.6 The routine maintenance shall consist of the routine maintenance operation
defined in manual for maintenance of roads of MoRTH shall be carried out
accordingly.
1.7 The routine maintenance activities and their periodicity :

S. Name of Item / Activity in one year Frequency of Operations


No.
1. Restoration of rain cuts and Once in a year, generally after
dressing of berms. rains (In case areas having
heavy rainfall, as & when
required
2. Making up of shoulders. As and when required
3. Maintenance of Bituminous surface As and when required
road and / or gravel road! WBM
road including filling pot holes and
patch repair etc.
4. Maintenance of drains Twice (In case of hill roads, as
and when required)
5. Maintenance of culverts and Twice (In case of hill roads, as
causeway and when required)
6. Maintenance of road signs Maintenance as and when
required. Repainting once in
every two years
7. Maintenance of guardrails and Maintenance as and when
parapet rails required. Repainting once in a
year.
8. Maintenance of 200m and Kilometer Maintenance as and when
stones. required. Repainting once in a
year.
9. White washing guard stones. Twice in a year.
10. Re- fixing displaced guard stones. Once in a year.
11. Cutting of branches of trees, shrubs Once generally after rains (In
and trimming of grass and weeds case of areas having rainfall
etc. more than 1500 mm per year,
as and when required)
12. White washing parapets of CD Once in a year.
works
13. Maintenance of CC Joints Once in a year / whenever
required
2. BUILDING WORK

CIVIL WORK

2.1 Defect liability period for Civil works shall be 3 year years reckoned from
date of actual completion of the Building works. Generally following
defects are covered for 3 years D.L.P.

2.2 Surface cracks on R.C.C. Works.

2.3 Cracks in masonry, walls, pillars, etc.

2.4 Dampnes appeared on surface of wall, ceiling, floors, etc.

2.5 De-laminations and unevenness of surface.

2.6 Leakage, crakcs in drainage system, dampness in sunk portions.

2.7 Defects in pain work, distempering, white-wash etc for example


unevenness in shade pealing out flakes on the surface, etc.

2.8 Cracks, settlement, unevenness, opening of joints in floorings.

2.9 Doors, Windows and Ventilators opening and closing are not smooth.
Fittings and fixtures are not functioning smoothly.

2.10 Steel fabrication works not functioning smoothly.

2.11 Leakage/chocking in pipelines, taps, valves, showers, wash basin, etc.


Sanitary-ware fittings not functioning smoothly.

2.12 External services for storm water, sewarage, rain water harvesting system
not functioning properly.

In addition to the above, any defects identified by the user and/or


Engineer-in-charge shall be rectified by the contracting agency within
notified period assigned by the Engineer-in-charge.

Electrical Works : -

2.13 The defect liability under DLP for 3 years shall be from the date of its
completion of the work reckoned by the Engineer-in-charge.

2.14 The defects shall be in case of non-functioning of the following items:

Internal and External wiring, panels, cables. LT installation from distribution


board to end use points, MCBs, DBs, ELCBs, earthing, Switches, sockets,
distribution panels, panel switchgears, panel instruments, panel MCBs,
bus bars, cable trenching, Lugs, connecting wire and any other items
specified under the contract.
2.15 Repair & Replacement - The items covered under defect liability period
shall be replaced and/or repaired as directed by the Engineer-in-charge.

2.16 Time period for repair / replacement - The Engineer-in-charge soon after
defect arises shall notify to the contracting agency and/or his authorized
representative on phone and in writing for rectification of the defect within
the prescribed period which may be in hours/days and depends on the
gravity and severity of defect.

2.17 Consumable Articles - Consumable Articles like tube rods, CFL, Bulbs, HT
fuses, Batteries, Gas filling will be replaced by the client department or
user department at their own cost and arrangement.

2.18 Other items:

1. DG set including fitting and fixtures.

2. Lifts and Escalators

3. Air cooling / Air conditioning / Heating System.

4. Fire fighting system.

5. CCTV, EPABX

6. Security system equipments.

7. Electric Motors Pumps.

In additions to the above items the engineer-in-charge may add more


items as per the nature of work which seems to be covered under 5 - year
guarantee from the date of commissioning.

3. General

3.1 Inspection of works during Defect Liability Period :

3.1.1 The contracting agency shall undertake joint detailed inspection along with
Engineer- in- charge / A.En., at least once in three months in case of all
Road/Bridge/C.D. works. The Engineer-In-Charge can reduce this
frequency in case of emergency. The Contracting agency shall forward to
the Engineer-In-charge the record of inspection and rectification within 15
days after the joints inspection. The Contracting agency shall pay
particular attention on those road sections, which are likely to be damaged
during rainy season.

3.1.2 One register has to be maintained by every A.EN for recording the
inspection details of works in his jurisdiction under defect liability period.
3.2 Conditions Regarding Security Deposit

3.2.1 Security for DLP

The contracting agency shall have to furnish security deposit in the form of
Bank Guarantee for DLP as per requirements of clause 37 (c) of Contract
Agreement, valid from the date of completion, which shall be assigned by
the Engineer-In-Charge.

3.2.2 Forfeiture of SD

In case contracting agency fails to rectify the defects within stipulated


period notified to him by the Engineer-In-Charge concerned under contact
agreement, the Engineer-in-charge, shall serve a final notice for 15 days
time reckoned from the date of issue of notice to rectify the defects. In
case the contracting agency not responding to the notice and fails in
rectification of defects the Engineer-in-Charge will get the defects removed
at the risk and cost of the contracting agency. Action such as encashment
of Bank Guarantee and action under enlistment rules etc. shall also be
taken against the contracting agency by the competent authority.

3.2.3 Force Majeure

The defect arises due to earthquake, cyclone, and natural calamities shall
not be the responsibility of contracting agency.

Signature of the Contractor

Signature Not Verified


Digitally signed by RAKESH CHANDRA
Date: 2019.07.16 16:19:15 IST
Location: Rajasthan

Vous aimerez peut-être aussi