TD Book Late
TD Book Late
2024-25
City Engineer
Thane Municipal Corporation, Thane.
1
INDEX
City Engineer
Thane Municipal Corporation, Thane
2
THANE MUNICIPAL CORPORATION, THANE
PUBLIC WORKS DEPARTMENT
ESTIMATED COST : Rs. 29,60,645/-(Rs. Twenty Nine Lakh Sixty Thousand Six
Hundred Fourty Five Only).
COST OF BLANK TENDER : Rs. 590/- (Rs. Five Hundred Ninety Only)
FORM
3
Chapter – I
Notice Inviting Tender
4
Tender No. TMC/PRO/PWD-Diva/15/2024-25 Date : 29.4.2024
Organization Thane Municipal Corporation
Name
Tender Type
Bidder NA
Nationality
Document downloading end date and time 07.05.2024 upto 16.00 hrs.
Last date & time of online Bid submission 07.05.2024 upto 16.00 hrs.
5
Criteria
Other Details
Information for 1. 2. Internet site address for e-tendering activities will be
online www.mahatenders.gov.in
participation 3. Tenderers who wish to participate in online tender must register on the
website http://www.mahatenders.gov.in/nic/app. Tenderers whose registration
is valid, may please ignore this step. At the time of enrollment, information
required for enrolment should be filled. After enrollment the tenderer will get
his user name and password to his email id.
4. Tenderers who wish to participate in this tender need to procure Digital
Certificate as per Information Technology Act-2000 using that they can
digitally sign their electronic bids. Tenderers who already have a valid
Digital Certificate need not to procure the same. A digital signature is required
for purchasing and submission of tender.
5. In case tenderers need any clarification regarding online participation, they can
contact on help line no. 1800 3070 2232
6. Tenderers who wish to participate need to fill data in predefined forms only.
7. Bidder should upload scan copies of reference documents in support of their
eligibility of the bid.
8. Bidders can also submit EMD & Reference Documents in hard copy if such
instructions are given by tendering authority
Tender form and relevant documents are not be sold /issued manually form offices.
The date and time for online submission of envelopes shall be strictly followed in all cases. The bidder
should ensure that their tender is submitted online before the expiry of the scheduled date and time. No
delay on account of any cause will be entertained. Tender(s) not submitted online will not be
entertained.
If for any reason, any interested bidder fails to complete any online stages during the complete tender
cycle, department shall not be responsible for that and any grievance regarding that shall not be
entertained.
Tender shall be submitted in two Envelopes i.e. Technical Bid in Envelope-1 & Price Bidin Envelope-2
through e-Tendering procedure only on http://mahatenders.gov.in portal.
6
Tenderssubmitted withouttwoBidsystemsandbywithoute-Tendering (http://mahatenders.gov.in)
procedure shall be rejected.
The Two Bids offer must be submitted along withdocument(s) as per the guidelines given in tender
document by e-Tendering procedure only.
For technical bid, bidders has to make sure that there should not be any space or special character in the
file name. All the technical documents should be in .pdf Or .rar format e.g. “Registration
certificate.pdf” “Registration certificate.rar” is wrong file name.The correct file name would
be“registration_certificate.pdf” “registration_certificate.rar”.
The documents uploaded in the technical bid will be scrutinized by the Evaluation Authority as per the
document asked in the tender notice and tender document.The decision of the Tender Evaluation
Authority shall be final in this regard.
Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender
schedule and they should be in PDF(for technical bid) and excel file formats(Microsoft Excel 2003
and above file) for BoQ or Price Bid. In case of technical bid, if there is more than one document, they
can be clubbed together. i. e. for each cover of online envelop only single file need to be uploaded. For
e.g. to upload document having multiple pages, bidder has to scan them as single document.
For BOQ, do not modify the BOQ predefined name or sheet name of BOQ.
Do not use cut, copy or paste while data entry into the BOQ sheet.
Before uploading BOQ, kindly confirm that enter detail in BOQ hasbeen saved correctly.
EMD Payment will be accepted by the E-tendering process only once while Bidding.
It is important to note that, the bidder has to Click on the ‘Freeze BidButton’, to ensure that he/she
completes the Bid Submission Process.Bids which are not frozenareconsidered as Incomplete/Invalid
bids and shall notbe considered for evaluation purposes.
For any queries relating to this eProcurement Portal, please call 24 x 7 Toll Free No. 1800-3070-2232.
7
TENDER NOTICE
Thane Municipal Corporation, Thane
Public works Department
Ex. Engineer
Thane Municipal Corporation, Thane
8
Chapter – II
Detailed Tender Notice
9
THANE MUNICIPAL CORPORATION, THANE.
On-line tenders are invited for the work of Repairing Of various roads in Diva ward
Committeby Thane Municipal Corporation on percentage rate basis.Contractor against those penal or de-
registrationaction has been taken/initiated by any Government/ semi government/ undertakings/
organizations like PWD/ CPWD/ CIDCO/ MIDC etc. will not be allowed to participate in these tenders. The
blank tender forms can be downloaded from the website www.mahatender.gov.in from date 30.04.2024 to
07.05.2024 upto 16.00 Hrs. Online tenders shall be received on the websitewww.mahatender.gov.in on or
before date 07.05.2024 up to 16.00 hrs. and will be opened on date 08.05.2024 at 16.00 hrs., if possible.
7) Validity period will be 120 days from the date of opening of tender.
8) Contractors against those penal action of deregistration has been taken/initiated by any Govt./semi
Govt.organization/public sector undertakings/Corporations/ULB,etc will not be allowed to participated in
this tender.
9) Technical Criteria:
9.1Tenderer should have successfully completed with Government / Semi Government / Public Sector at least
one similar type of work in last 7 years (seven Years) (FY2017-2018,FY 2018-2019, FY 2019 -2020, FY
2020-2021, FY 2021-2022, FY 2022-2023 & FY 2023-2024 ), costing not less than 30%(Thirty Percent) of
estimated cost i.e. Rs.8,88,193/-
10
Definition of similar work :
Construction Of Asphalt road work invoiving Resurfacing / Strenghening / widening of Existing various
road,MPM,DBM,BC/Mastic
The tenderer should submit the similar type work Experience certificate the officer not below the rank of
Executive Engineer or Equivalent.
9.2 The tenderer should have executed the 30% (Thirty Percent) quantities of major items of work
tendered, in single year (In single or multiple works) during last7 years (Seven Years) (FY2017-2018,FY
2018-2019, FY 2019 -2020, FY 2020-2021, FY 2021-2022, FY 2022-2023 & FY 2023-2024)with
Government/ semi government / public sector undertaking. The major items to be considered and
minimum quantities required under this clause should as below -
The tenderer should submit the Experience certificate from the officer not below the rank of Executive Engineer.
10)Financial Criteria:
i) Maximum Annual Turnover of last Seven years, ending on 31st March of previous financial year
(FY2017-2018,FY 2018-2019, FY 2019 -2020, FY 2020-2021, FY 2021-2022, FY 2022-2023 & FY
2023-2024) should not be less than75 % of the Annual cost of work to be tendered. Annual Cost
of the work to be tendered= (Estimated cost of the work)/ (Time Period of the
work)=2940493/0.5=Rs.5921290/- Hence Maximum Annual Turnover within last Seven years
should not be less than 0.75 x 5921290/- i.e. Rs.44,40,967/- It shall be certified by Chartered
Accountant.
ii) The tenderer shall have the minimum Bid Capacity equal to the estimated cost put to tender. It
shall be certified by Chartered Accountant. The tenderer shall have the minimum Bid Capacity as on 31
March 2024 equal to the estimated cost put to tender(Rs.29,60,645/-). It shall be certified by Chartered
Accountant.
Where,
A = Maximum audited turn over achieved during last Seven financial years
B = Value of existing commitments to be completed during the completion period of the proposed
contract.
For the purpose of above, the following multiplying factors shall be used for
enhancing the costs.
2023-2024 1.1
2022-2023 :- 1.21
2021-2022 :- 1.331
2020-2021 :- 1.4641
2019-2020 :- 1.6105
2018-2019 :- 1.771
2017-2018 :- 1.948
12) Detail tender notice will be available in the office of City Engineer, Thane Municipal
Corporation, Thane. The tender document can also be downloaded the website
www.mahatender.gov.in. The applicant has to ensure that all pages are completely
downloaded.
13) If in any case, any discrepancy is observed in downloaded tender document with printed tender
document, the tenderer is bound to accept printed tender document.
14) The tender should possess his owned modern Batch mix asphalt plant having attachment for of
production mechanized batch mix mastic asphalt situated within 30 km the thane Muncipal
Corporation head office in Existence and should be in working condition at the time of submission of
tender and tender or has to submit the certificate for the same from authorized govt./ semi govt
agency/local govt, semi govt body.
12
15) Municipal Commissioner, Thane Municipal Corporation, Thane reserves the rights to accept the tender
in full or in part or reject any or all tenders without assigning any reason thereof.
Also Hon. Municipal Commissioner reserves the right to reject or withheld or cancels the said tender
at any stage till opening date, without assigning any reason thereof.
16) For other details regarding online tendering, contact help line no. 1800 3070 2232.
17) If any queries regarding tender, contact in the office of City Engineer TMC, Thane.
18) Tax:-
1% Labour welfare CESS will be deducted on each and every running bill Amount (basic bill
amount), under BOCW (Regulation of Employment and Conditions of Service) Act 1996 and The
BOCW Welfare CESS Act 1996.
Sd/-
City Engineer,
Thane Municipal Corporation, Thane.
13
CHA PTER - II
2. INVITA TION :
2.1 Tenders here under are being invited in accordance with competitive bidding procedures of Thane
Municipal Corporation, Thane.
2.2 All bidders are cautioned that tenders containing any deviation the contractual terms and conditions
specifications or other requirements are liable to be rejected as non responsive.
2.3 All tenderers should submit a written request in at the office of City Engineer, Thane Municipal
Corporation, Thane on matters where clarification or additional information is desired.
2.4 All bidders are requested to quote as per official design given by T.M.C.
3. DESCRIPTION OF PROJECT :
The project is for : Repairing Of various roads in Diva ward Committe.
i) 3.1 E LI G I BI LI TY A N D Q U A LI FI C AT I O N RE Q UI RE ME NT S :
Criteria
Sr. No.
14
ii 9.3 The tenderer should have executed the 30% (Thirty Percent) quantities of major items of
work tendered, in single year (In single or multiple works) during last 7 years (Seven
Years) (FY2017-2018,FY 2018-2019, FY 2019 -2020, FY 2020-2021, FY 2021-2022,
FY 2022-2023 & FY 2023-2024),with Government/ semi government / public sector
undertaking. The major items to be considered and minimum quantities required
under this clause should as below -
Note:
The tenderer should submit the certificate from the officer not below the rank of Executive
Engineer .
iii i)Maximum Annual Turnover during last Seven years, ending on 31st March of previous
financial year (FY2017-2018,FY 2018-2019, FY 2019 -2020, FY 2020-2021, FY 2021-2022,
FY 2022-2023 & FY 2023-2024) should not be less than75 % of the Annual cost of work
to be tendered. Annual Cost of the work to be tendered= (Estimated cost of the work)/
(Time Period of the work)=2940493/0.5=Rs.5921290/- Hence Maximum Annual
Turnover within last Seven years should not be less than 0.75 x 5921290/- i.e.
Rs.44,40,967/- It shall be certified by Chartered Accountant.
iv The tenderer shall have the minimum Bid Capacity as on 31 March 2024 equal to the
estimated cost put to tender (Rs.29,60,645/-). It shall be certified by Chartered Accountant.
15
Financial Year Multiplying Factor
2023-24 1.10
2022-23 1.21
2021- 22 1.331
2020-21 1.464
2019-20 1.610
2018-19 1.771
2017-18 1.948
1) Contractor shall test 75% of all type of bitumen/concrete samples in Government laboratoryand 25%
sample in NABL laboratory as directed by Engineer-In-Charge and the testing charges will be borne by
contractor.
2) The contractor has to pay Royalty charges at the rate specified by Govt. of Maharashtra, Revenue &
Forest deptt. Notification directly to Revenue Department and original challans, permission
documents shall be produced to the concerned Executive Engineer. If contractor fails to produce these
documents, then royalty charges shall be recovered from contractor's
bill.Allquarryfees,royalties,andgroundrent,(forstacking materials, if any,) should be paid by the
contractor.Royalty Chargesincluding surcharge on it shall be reimbursed separately
onproductionofproofto that effect.
ii) All tenders are cautioned that the tenders containing any deviation the contractual terms and
conditions,specifications and other requirements and conditional tenders will be rejected.
16
3.4 EARNEST MONEY :
i)The amount of Earnest Money is Rs.29,610/-(Rupees Twenty Nine Thousand Six Hundred & Ten
Only) and the amount of tender form fee including e-tendering charges & GST is Rs.590/-(Rupees Five
Hundred Ninety Only).
The amount of EMD shall be paid in the form of DD/RTGS/NEFT/FDR. The scan copy for the same
should be uploaded with the tender document along with technical bid.
Earnest money deposit Exemption certificate issued by state government organization shall not be
accepted.
The tenderer shall submit the original copy of RTGS/NEFT/DD/FDRat the time of opening of the
technical bid or may submit at the time of original document verification then only price bid of the
eligible bidders will be opened.
Amount of tender form fee shall be payable through Net-Banking and the amount for tender form fee
is to be submitted as per e- tendering Procedure and online receipt for the same should be uploaded
with the tender document along with technical bid
3.4.1 Earnest Money in the form of Cheque or any other mode than prescribed above will not be accepted.
If during the tender validity period, the tenderer withdraws his tender, the Earnest money deposit
shall be forfeited and the tenderer may be disqualified tendering for further works in the Thane
Municipal Corporation, Thane for the period of one year.
3.4.2 The Earnest Money Deposit will be returned to the unsuccessful tenderers immediately after
allotment of work to successful tenderer. Tenderer to note that EMD of all those tenderers will be
refunded by default after allotment of work to successful tenderer. Within ten days the date of receipt
by him of the letter of having acceptance of his tender, the successful tenderer shall furnish the
required Initial Security Deposit and attend the office of the City Engineer, Thane Municipal
Corporation, Dr. Almeda Road, Panchpakhadi, Thane for execution of the contract document. If the
successful tenderer fails to furnish Initial Security Deposit or to execute the contract his earnest
money deposit shall be forfeited and the tenderer may be disqualified tendering for further works in
the Thane Municipal Corporation, Thane.
4 LANGUAGE OF TENDER :
The tenders shall be submitted in the prescribed forms in “English” language only. Language for
communication may be Marathi/English.
7 WHOM TO CONTACT :
The City Engineer, Thane Municipal Corporation, Thane may be contacted for any further information
for the tender.
SCHEDULE AS PER PARA 7(V) above and complete the contract agreement.The remainingPerformance
Security Deposit 3% of tender amount i.e.(Rs.88,820/-)will be recovered from the Running Accounts
Bills @ 5 % of Gross value of the Bill.
9.1 Refund
After issue of completion certificate to contractor, if contractor desires, can deposit whole Security
Deposit and Performance security deposite i.e.2% +3% = 5%of the value of tender in the form of Bank
Guarantee drawn in favor of TMC, on any Nationalized or Scheduled bank having branch in Mumbai in
the enclosed format valid till defect liability period. After successfully completion of defect liability
period TMC will issue maintenance certificate and contractor thereafter will have to request in writing
for release of Security Deposit.
9.2 Condition for Additional Performance Security Deposit (APSD) if the offer is lower than the
estimated cost put to tender –
The tenderer offering rates lower than the es mated cost put to tender shall have pay Addi onal Performance
Security as perGR Ref. No.सीएटी/2017/ . .08/इमा-2 dated 26/11/2018.
In case tenderer offers less than the es mated cost put to tender, tenderer should submit the rate analysis with
explana on of how the work will be carryout in the quoted offer (rate) and tenderer will have to pay addi onal
18
performance security deposit irrespec ve of general security deposit prescribed in tender, for performance of
the work.
i) In case the tenderer offers the rates lower than the es mated cost put to tender, in that case the the L1
tenderer shall submit Demand Dra of any Na onalized or Scheduled Bank drawan in the favour of Thane
Municipal Corpora onwithin eight days from the date of opening of financial bid. the amount of
additional deposit shall be as follows:
Rate quoted to es mated rate Addi onal Security Deposit (Performance Security)
e.g. If 14% below is quoted the amount of Addi onal Security Deposit
(Performance Security) shall be (14 – 10) + 1 = 5% Performance
Security of es mated cost put to tender.
e.g. If 19% below is quoted the amount of Addi onal Security Deposit
(Performance Security) shall be (19 – 15) x 2 +1 + 5 = 14%
Performance Security of es mated cost put to tender.
Tenderer has to submit this APSD in the form of DD/FDR/BG of any Nationalized Bank in favor of
Thane Municipal Corporation.
i) If the L1 tenderer fails to submit the additional performance security deposit within stipulated
time his earnest money deposit will be forefited and the L2 bidder will be asked for negotiation.
And the further tendering process will be initiated, in that case, if L2 bidder is ready to do the
work at the rate of L1 bidder, the work will be awarded to L2 bidder.
a) Demand Draft should have MICR and IFSC code and valid for minimum 3 months the date of
submission of tender.
c) Original Demand Draft should be submitted in sealed envelope marked with name of work on top
right corner and tender notice number / tender ID on right left corner after opening of financial
bid within 8 working days the prescribed date of submission in the office of City Engineer.
19
iii) Manner of refund of the Additional Performance Security Deposit –
a) Additional Performance Security Deposit will be refunded after 3 months the date of completion
of work as certified by the engineer, in case of successful tenderer subject to written request for
refund of ASPD
A set of tender documents issued for the purpose of tendering shall comprise of
10.4 All tenderers are cautioned that no alternative or conditional offers, variations or deviations by the
tenderers in respect of any item proposed by the tenderers (including advance loan for mobilization
for timely completion, etc.) shall be entertained or considered further in the process of tender
20
evaluation. Further, any deviation the conditions of tender or technical specifications or other
requirements stipulated in these tender documents other than those specifically clarified/amended in
the minutes of the pre-bid meeting shall be summarily rejected as non-responsive.
10.5 The data furnished in the tender documents are only by way of general information and the
department will not entertain any claims due to variation this data or for any expenses incurred by the
tenderer in this connection. The tenderer shall himself obtain all necessary information as to risk and
costs and other circumstances which may affect or influence this tender. No extra charges consequent
on any misunderstanding or, otherwise shall be allowed.
10.6 At any time prior to the deadline for submission of tenders the City Engineer, Thane Municipal
Corporation, Thane, may for any reason whether at his own initiative or in response to a clarification
requested by a prospective tenderer modify the tender documents by the issuance of an
Addendum/corrigendum.
10.7 The addendum/ corrigendum will be uploaded on website and will be binding upon them irrespective
of whether the prospective tenderers acknowledge the same or not.
10.8 In order to afford prospective tenderers reasonable time to take the Addendum/ corrigendum into
account for the preparation of their tenders, the City Engineer, Thane Municipal Corporation, Thane at
his discretion extend the deadline for the submission of tenders.
11.1.1Scanned copy of the amount of Earnest Money is Rs.29,610/- (Rupees Twenty Nine Thousand Six
Hundred Ten Only) and the amount of tender form fee including e-tendering charges & GST is
Rs.590/- (Rupees Five Hundred Ninety Only).
11.1.6 Scanned copy of List of Machinery and centering for form work owned & available with the tenderer
21
which will be used on this work.(as per Form-II)
11.1.7 Details of Technical Personnel on the Rolls of the Tenderer (as perForm-III) to be appointed on the
work.
11.1 .8 Details of other works Tendered for and in hand (as per Form-I) with value of unfinished works on
the date of submission of this Tender.
Submission of Tender:
The tenderer should quote his price bid on lineexcluding GST,royalty and insurance but
includingquality control chargesand all applicable tax sand submit technical bid document
on line.The tenderer should deposit tender fee online and EMD either online or as explain in
3.4 above
11.3 The City Engineer, Thane Municipal Corporation, Thane may at his discretion extend the deadline for
the submission of tenders by issuing an amendment in accordance with Para 14.6 of these instructions
to tenderers in which case all rights and obligations of the City Engineer, Thane Municipal Corporation,
Thane and the tenderers previously subject to the original deadline shall thereafter be subject to the
new deadline as extended.
OPENI NG OF TENDERS :
On due date and specified time following procedure will be adopted for opening of the tender.
22
11.4 .1 The tenderer proposes any alteration in the work specified in the tender or in time allowed for
carrying out work or any other unacceptable condition.
11.5 Income Tax, work contract tax and other taxes as applicable at the rate in force will be recovered
the gross amount of each bill, whether for measured or advance payment of each bill, and/or
secured advance.
11.6 Royalty c harges:
The contractor has to pay Royalty charges at the rate specified by Govt. of
Maharashtra, Revenue & Forest deptt. Notification directly to Revenue Department and
original challans, permission documents shall be produced to the concerned Executive
Engineer. If contractor fails to produce these documents, then royalty charges shall be
recovered from contractor's bill. Allquarryfees,royalties,andgroundrent, (forstacking materials, if
any,) should be paid by the contractor.Royalty Chargesincluding surcharge on it shall be reimbursed
separately onproductionofproofto that effect.
11.7 Schedule ‘B’ of contract shows the items of work to be executed, the estimated quantity, the rate,
amount of such item as per estimate and the total estimated cost put to tender. The tenderer
should quote his rate in terms of percentage above or below the said estimated cost.
11.8 i) The Contractor should particularly note the units on which the rates are based. In case, any difference
noticed in the unit shown in the column of Unit the Contractor should approach the Executive
Engineer well in advance before submission of the tender and get the discrepancy set right. If any
discrepancy not pointed out by the Contractor is noticed, later on the City engineer, decision will be
final and binding on the tenderer.
ii ) No addition or alterations in the form of the tender or in the tender and no additions in the shape of
special stipulation etc. are permitted.
iii ) The City Engineer, Thane Municipal Corporation, Thane shall have the right to revise or to amend
the contract documents prior to the date of receipt or opening of the tenders.
iv) The Contractor shall make at his own expenses all preliminary arrangements including site
clearance etc. immediately after the contract is awarded to him.
v) Similarly, the Contractor will have to make his own arrangement at his cost for supply of
electricity and water for camp and work site as may be necessary and he will not be entitled to
any extra payment whatsoever in this regard.
23
FORM-I
Sr. Name Name and Place Work in hand Anticipate Works tendered for Remarks
No. of the address of &Cou d date of
work the ntry Tend Cost completio Estim Date Stimulat
Organizati ered of n ated when ed date
on of rema cost decisi or
Cost ining on is period
whom the
work was work expec of
done ted completi
on
1 2 3 4 5 6 7 8 9 10 11
24
FORM-II
LIST OF MACHINERY AND CETERING FORM WORK OWNED & AVAILABLE WITH THE TENDERER
WHICH WILL BE USED ON THIS WORK
1 2 3 4 5 6 7 8 9
25
FORM - III
LIST OF TECHNICAL PERSONNEL AVAILABLE WITH THE TENDERER TO BE APPOINTED ON THIS WORK
1 2 3 4 5
26
FORM -IV
BAR CHART SHOWING EXECUTION OF WORK & DEPLOYMENT OF MANPOWER & MACHINERY FOR
THIS WORK
1 2 3 4 5 6 7 8 9 10 11
Total
:
27
Form –V
...................................................... (Authorized signatory to sign the contract), hereby submit, vide this
authorized signatory and I am submitting the documents in envelope no.1 for the purpose of scrutiny
1. I am liable for action under Indian Penal Code for submission of any false / fraudulent
2. I am liable for action under Indian Penal Code if during contract period and defect liability period,
any false information, false bill of purchases supporting proof of purchase, proof of testing
submitted by my staff, subletting company or by myself, I will be liable for action under Indian
Penal Code.
3. I am liable for action under Indian Penal Code if any paper are found false / fraudulent during
contract period and even after the completion of contract ( finalization of final bill ).
(Signature of contractor)
(seal of company)
28
Chapter – III
General Conditions of
Contract and Additional
Conditions of Contract
29
GENERA L CONDITIO NS A ND ADDITIONAL CON D ITIONS
If he shall have any doubt as to the meaning of any portions of these general conditions or the special
conditions or the scope of work or the specifications and drawing 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 City Engineer, Thane Municipal Corporation, Thane in writing in order that such
doubts may be clarified authority before tendering.
Once a tender is submitted, the matter will be decided according to tender conditions in the absence
of any such authentic pre-clarification.
(a) In case of errors and/or disagreement between written and scaled dimensions on the drawing
or between drawing and standard specifications etc’. the following order of preference shall
supply.
(i) Between actual scaled and written dimension or description on a drawing the latter shall be
adopted.
(ii) Between the written or shown description of dimension in the drawing and corresponding one
in the specifications, the latter shall apply.
(iii) Between the quantities shown in Schedule of quantities and those arrived at the drawings,
the latter shall be adopted, subject of course, to actual measurement at site.
(iv) Between the written description of the item in the schedule of quantities and the detailed
description in specifications of the same items, the latter shall be adopted
30
(b) In case of discrepancy between percentage rate quoted in figures and words, the lower of the
two will be considered for acceptance of the tender.
(c) In all cases of omissions and/or doubts for any items or specification, a reference shall be
made to the City Engineer, Thane Municipal Corporation, Thane whose elucidation,
elabouration 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
through lack of such precaution.
a) The contractor shall furnish within 7 days on receipt of order to start the work, a progress
schedule in quadruplicate indicating the date of actual start, the monthly progress expected to be
achieved and anticipated completion date of each major item of work to be done by him, also
indicating dates of procurement and setting up of materials, plant and machinery. Failing which
penalty Rs. 2000/- per day will be charged. The schedule should be such as to be practicable of
achievement towards the completion of the whole work in the time limit. The progress schedule will
be scrutinized and approved with/without modifications by the City Engineer. No revised schedule
shall be operative without such acceptance in writing. The City Engineer further empowered to ask for
more detailed schedule or schedules say week by week, for any item or items, in case of urgency of
work as will be directed by him and the contractor shall supply the same as and when asked for. The
contractor will be responsible for maintaining the progress according to schedule laid down in
Clause 2 of ‘B-1’ Tender Form. The progress schedule shall be in the form of Bar chart /C.P.M. chart
or any other form prescribed by City Engineer.
31
(b)The contractor shall furnish sufficient plant and equipment and labour as may be necessary to
maintain the progress schedule.The working and shift hours restricted to two shift a day for
operations to be done under the supervision shall be such as may be approved by the Engineer Night
work which requires supervision shall not be permitted except when specifically allowed by the City
Engineer each time, if requested by the Contractor. The Contractor shall provide necessary lighting
arrangements etc . for night work,as directed by the City Engineer at it his own cost. The list of plant &
machinery proposed for the work if found inadequate to meet with target in that cas , contractor will
have to mobilized additional plant, equipment & manpower to achieve target. No extra cost will be
paid for such arrangement for the reason because the contractor has himself assessed equipment to
be mobilized for the work.
(c) Further the contractor shall submit the progress report of work at intervals of one months or as
may be specified by the City Engineer
(d)The contractor shall maintain Performa charts, details regarding machinery, equipment, labour,
materials,personnel etc. are actually employed and submit weekly report thereof or as may be
specified by the City Engineer.
2.5 Treasure Trove :
In the event of discovery by the contractor or his employees, during the progress of the work of any
treasure fossils, mineral or any other article of value or interest, the contractor shall give immediate
intimation thereof to the City Engineer and forthwith handover to the City Engineer such treasure
things which shall be the property of the Thane Municipal Corporation.
2.6 Agent and W ork Order Book :
The contractor shall himself manage the work or engage 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 graduate Engineer shall be provided by the Contractor as his
agent for technical matters in case City Engineer considers this as essential for the work and so
directs the contractor He will take order as will be given by the City Engineer or his representative
and shall be responsible for carrying, them out. This agent shall not be changed without prior
intimation to the City Engineer or his authorized 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 will have the unquestionable right to ask for changes in the
quality and numbers of contractor’s supervisory staff and to order removal work of any staff
member.The Contractor shall comply with such orders and effect replacement to the satisfaction of
City Engineer.A work order book shall be maintained on site and it shall be property of Thane
Municipal Corporation, Thane and the contractor shall promptly sign orders given therein by City
32
Engineer his representative on the work and comply with them.The compliance shall be reported
by the contractor to the City Engineer in good time so that it can be checked. The blank work order
book with machine numbered pages will be provided by the Thane Municipal Corporation free of
charge for this purpose. The contractor will be allowed to copy out instruction given therein time to
time.
2.7 Initial Meas urement f or Recor d :
Where for proper measurement of the work, it is necessary to have an initial set of levels or other
measurement taken, the same as recorded in the authorized field book or measurement book of
Thane Municipal Corporation by the City Engineer or his authorized representative and will be signed
by the contractor who will be entitled to have a true copy of the same made at his cost.Any failure
on the part of the Contractor to get Such levels etc. recorded before starting the work, will render
him liable to accept the decision of the City Engineer as to the basis of taking measurements, etc. 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 City Engineer.The record of such measurements made by the department will
be signed by the contractor and he will be entitled to have true copy of the same made at his cost.
Whenever there is change in strata during actual execution in respect of item of Schedule ‘B’ it will
be the responsibility of the contractor to intimate this immediately to the Department and get the
levels at the change of strata finalized before doing the further work.
2.8 Handing Over th e W or k :
All the work and materials, before finally taken over by department will be the entire liability of the
contractor for guarding, maintaining and making good any damage of any magnitude interim
payments made for such work will not alter this position. The handing over by the contractor and
taking over by the City Engineer or his authorized representative will be always in writing, copies of
which will be going to the City Engineer or his authorized representative and the contractor duly
signed by both the parties.
33
2.10 Samples an d Testi ng of Materials :
(i ) All materials to be used on the work such as cement, lime, bricks, aggregates, steel, stones,
asphalt, wood, tiles bitumen etc. shall be got approved in advance form the City Engineer or
his authorized representative on work and shall pass the test or analysis
(i i) In addition the contractor shall at his risk and cost make all arrangementsand/or shall provide
for all such facilities as the City Engineer or his authorized representative on work may require
for collecting, preparing andforwarding required number of samples for tests or for analysis
to the TMClaboratory or the name of the laboratory directed by theengineer in charge and
bear all charges and cost of testing.Such samples shall also be deposited with the City
Engineer or his authorized representative on work.
(i ii) The contractor shall, if and when required, submit at his cost the samples of the materials to
be tested or analyzed and if so directed,shall not make use of or incorporate in the works any
material to be represented by the samples until the required test or analysis have been
made and the materials finally accepted by the Engineer-in-charge.
(iv) The contractorshall not be eligible for any claim or compensation either arising Out of any
delay in the work or due to any corrective measure required to be taken on account of and
as a result of testing of the materials.
(v) The contractor or his authorized representative will be allowed to remain present in
the laboratory while testing the samples furnished by him.
(vi) Contractor shall test 75% of all type of bitumen/Concrete samples in Government
laboratory and 25% sample in NABL laboratory as directed by Engineer-In-Charge and
the testing charges will be borne by contractor.
No single contractor shall take or cause to take any steps or action that may causedisruption
discontent or disturbance of work, labour or arrangements etc. of other contractors in the project
location. Any action by any contractor which the City Engineer in his unquestioned discretion may
34
consider as infringement of the above code would be considered as a breach of the contract
conditions and shall be dealt with as such.
In case of any dispute, disagreement between the contractors, the City Engineer’s decision regarding
the co-ordination, co-operation and facilities to be provided by the contractors shall be final and
binding on the contractor 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 consider for the grant
for any claim or compensation.
2.12 Payments :
The contractor must understand clearly that the rates quoted are for completed work and include all
costs due to labour, scaffolding, plant, machinery, supervision, electric charges, water supply
chargesand any other tax, and shall also include all expenses to cover the cost of night work if and
when required and no claim for addi onal payment beyond the prices or rates quoted will be
entertained.
Contractor will have to submit all rela ve data like levels, registers etc., required test reports,
respec ve cross sec ons along with procedure of bill recording. Failing of which claim of payment
will not be entertained.
The rates under this tender are exclusive of goods and service tax(GST) ,Royalty and insurance. The
payments for GST will be made on the accepted tender cost with the prevailing rate(s), as applicable
from me to me, for works contract.The payment of Royalty shall be made on submission of
Royalty paid challans failing which the same shall be deducted from bills and paid directly to the
concerned department.
Contractor should note that a er claim of bill in above respec ve manner payment will be made
posi vely within 30 to 45 days. No delay in start or con nua on of further work shall be accepted
due to lack of fund or delay in payment to the contractor.
35
3. SAFETY MEA SURES AND AMENITIES:
3.1 Safety Measures :
The contractor shall take all necessary precautions for the safety of the workers and preserving their
health while working in such job as require special protection and precaution. The following are
some of the requirements listed. The contractor shall also comply with directions issued by the City
Engineer in this behalf time to time and at all times.
3.1.1 Providing protective footwear to workers, in situations like mixing and placing of concrete, cement
mortar or bitumen mix in quarries and places where the work if done under too much wet conditions
as also for movements over surfaces infested with oyster growth etc.
3.1.2 Providing protective head wear to workers, working in quarries etc. to protect them against
accidental fall of materials above.
3.1.3 Taking such normal precaution like providing hand rails at the edges of the floating platform or
barges not allowing nails or metal parts or useless timber to spread around etc.
3.1.4 Supporting workmen with proper belt ropes etc. when working on any masts, cranes, grabs, hoist,
dredgers etc.
3.1.5 Taking necessary step, towards training the workers concerned in the use of machinery before they
are allowed to handle it independently and taking all necessary precautions in and around the areas
where machine hoists and similar units are working.
3.1.6 Taking necessary precautions for the prevention live electrical cables.
3.1.7 Making platforms, stages and temporary structures sufficiently strong so as not to cause
inconvenience and risk to the workmen and supervisory staff.
3.1.8 Providing sufficient first aid facility at the work site to render immediate first aid treatment in case of
accidents due to suffocations, drowning and other injuries.
3.1.10 Providing full length gum boots, leather hand gloves with fire proof apron to cover the chest and
back, reaching upto knees and protective goggles for the eyes to the labourers working with hot
asphalt handling, vibrator in cement concrete and also where use of any or all these items is
beneficial in the interest of health and well being of the labourers in the opinion of the Engineer.
36
3.2 Expl osives :
The contractor shall at his own expenses construct and maintain proper magazines, if such are
required for the storage of explosives for use in connection with works, and such magazines being
situated, constructed and maintained in accordance with Government Rules and Relevant legal
provisions applicable in that behalf. The contractor shall at his own expenses obtain such permit or
licenses as may be necessary for storing and using explosives. Not withstanding that the location
etc. for storage of explosives are approved by the Engineer, the Government shall not be incurring
any responsibility whatever in connection with storage and use of explosive on the site or any
accident or occurrence whatsoever in connection there with, all operations in or for which explosives
are employed being at the risk of contractor and upon his sole responsibility and the contractor
hereby gives to government an absolute indemnity in respect thereof.
3.3 Damage by Fl oo ds or Accidents :
The contractor shall take all precautions against damage by floods or 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 flood or any other cause
which is in his charge.
3.4.2 Indemnity :
The Contractor shall indemnify the Thane Municipal Corporation all actions, suits, claims and
demands brought or made against him in respect of anything done or committed to be done by the
Contractor in execution of or in connection with the work of this contract and against any loss or
damage to the Government in consequence of any Suit or action being brought against the
contractor for anything done or committed to be done during execution of the work of this contract.
37
3.7 Labour an d Gener al L aws:Labour Regulations
3.7.1 The contractor shall employ labour sufficient numbers either directly or through sub-contractors to
maintain the required rate of progress and of quality to ensure workmanship of the degree specified
in the contract and to the satisfaction of the City Engineer.
3.7.2 The contractor shall not employ in connection with the works any person who has not completed his
eighteenth year of age.
3.7.3 The contractor shall furnish to the City Engineer fortnightly distribution return of the number and
description by trades of works people employed on the works.
3.7.4 The contractor is required to report immediately to the City Engineer any accident or unusual
occurrence connected with the work and now he/they acted upon. The contractor shall also submit
to City Engineer a true statement showing in respect of the second half of the preceding month and
the first half on the current month.
(1) The accidents that occurred during the said fortnight showing the circumstances under which
they happened and the extent of damage and injury cause by them and
(2) The number of female workers who have been allowed benefit under Maternity Benefit Act,
1961 or Rules made thereunder and the amount paid to them.
3.7.5 The contractor shall pay to the labour employed by him either directly or through sub contractor
wages not less than fair wages as defined in the contract labour regulations as contained hereinafter
in regards to all matters provided therein.
3.7.6 The contractor shall comply with the provisions of the payment Wages Act, 1936, Minimum Wages
Act, 1948, Employees Liability Act, 1937, Workmen’s Compensation Act, 1923, Industrial Disputes
Act, 1947 and the Maternity Benefit Act, 1961, the contract Labour (Regulation & Abolition) Act,
1970, and the Interstate Migrant workman (Regulation of employment and conditions of service)
Act, 1979, or any modification thereof or any other law relating thereto and rules made thereunder
time to time.
3.7.7 The contractor shall indemnify Thane Municipal Corporation payments to be made under and for the
observance of the Regulations aforesaid without prejudice to his right to claim indemnify his sub-
contractors.
3.7.8 The decision of the City Engineer in matters relating to the reports the Inspecting Officers, as defined
in “Contractor Labour Regulation” (Contained hereinafter) shall be finaland binding and deductions
for recovery of any liquidated damages in this respect may be made any amount payable to the
contractor.
38
3.8 Model Rul es f or La bo ur W elfare :
The contractor shall at his own expenses comply with or cause to be complied with the Model Rules
for Labour Welfare as contained hereafter or rules framed by Department time to time for the
protection of health and for making sanitary arrangements for workers employed directly or
indirectly on the works. In case the Contractor fails to make arrangements as aforesaid, the Engineer
in-charge shall be entitled to do so and recover the cost thereof the contractor.
3.10 Nuisanc e :
3.10 .1 The Contractor shall not at any time or permit any nuisance on the site or do anything which shall
cause unnecessary disturbance or inconvenience to owners, tenants or occupants of other
properties near the site and to the public generally.
3.10 .2 The contractor shall save, harmless and indemnify the Department in respect of all claims, demands,
proceedings damages, costs, charges and expenses what so ever arising out of or in relation to any
such matters in so far as the contractor is responsible therefore.
In these regulations unless otherwise expressed or indicated the following words and expressions
shall have the meaning hereby assigned to them.
(a) Labour would mean “Workmen” as defined in Chapter-I of the Contract Labour (Regulation
and Abolition) Act, 1970 as amended time to time.
(b) “Fair Wage” means Wages, which shall include wages for weekly day of rest and other
allowances whether for time or piece work after taking into consideration prevailing market
rates for similar employments in the neighborhood and shall not be less than the minimum
rites of waces fixed under the minimum Wace's Act.
39
(c) “Contractor” for the purpose of these Regulations shall include an agent or subcontractor
employing labour on the work taken on contract.
(d) “Inspecting Officer” means any Labour Enforcement Officer, or Assistant Labour Commissioner
of the Chief Labour Commissioner Organization.
(d) Names and Addresses of sub-contractors as and when they are appointed.
3.13 (i) Number of hours of work which shall constitute normal working day :
The number of hours which shall constitute a normal working day for an adult shall be 9 hours. The
working day for an adult worker shall be so arranged that inclusive of intervals, if any, for rest shall
not spread over more than twelve hours on any day. When an adult worker is made to work for
more than 9 hours on any day or for more than forty eight hours in any week he shall in respect of
overtime work be paid wages at double the ordinary rate of wages.
NOTE: The expression ordinary rate of wage means the fair wage the worker is entitled to.
(ii) Weekly day of Rest:
Every worker shall be given a weekly day of rest which shall be fixed and noticed at least 10 days in
advance. A worker shall not be required or allowed to work on the weekly rest day unless he has or
will have a substituted rest day on one of the five days immediately before or after the rest, provided
40
that no substitution shall be made which will result in the worker working for more than 10 days
consecutively with out a rest day for a whole day.
Where in accordance with the foregoing provision a worker works on the rest day and has been
given a substitute rest day he shall be paid wages for the work done on the weekly rest day at the
overtime rate of wages.
(ii) Wages of every workers employed on the contract shall be paid, where the wage period is the
week within three days the end of the wage period, and in any other case before the expiry of
the seventh day or tenth day the end of the wage period according as number of workers
does not exceed one thousand or exceeds one thousand, respectively.
(iii) When employment of any worker is terminated by or on behalf of the Contractor, the Wages
earned by him shall be paid before expiry of the day, succeeding the one on which his
employment is terminated.
(iii) Payment of wages shall be made at the work site on a working day except when the work is
completed before expiry of the wage period, in which case final payment shall be made at the
work site within 8 hours of last working day and during normal working time.
NOTE :The term “working day” means a day, on which work, on which labour is employed is in progress.
41
3.17 Register of Workmen:
A Register of workmen shall be maintained in Form-1 and kept at the work site or as near to it as
possible, and the relevant particulars of every workman shall be entered therein within there days of
his employment.
(ii) A wage slip Form-IV shall be issued to every worker employed by the Contractor at least a day
prior to disbursement of wages.
(a) Fines.
(b) Deductions for absence duty i.e. the place or the places where by the term of his
employment he is required to work. The amount of deduction shall be proportionate to the
period for which he was absent.
(c) Deduction for damage to or loss of goods expressly entrusted to the employed persons for
custody or for loss of money which he is required to account for, where such damage or loss in
directly attributable to his neglect or default.
(d) Deductions for recovery of advances or for adjustment of every payment of wages. Advance
granted shall be entered in a register and
(e) (i) Any other deduction which the Department may form time to time allow.
(ii) No fines shall be imposed on any worker save in respect of such act and omission on his
part as have been approved of by the Chief Labour Commissioner.
42
(iii) No fine shall be imposed on a worker and no deduction for damage or loss shall be
made his wages until the worker has been given on opportunity of showing cause
against such fines or deductions in writing.
(iv) The total amount of fines which may be imposed in any one wage period on a worker
shall not exceed an amount due to him in respect of that wage period.
(v) on a worker shall be recovered him in installments or after expiry of sixty days the day
on which it was imposed. Every fine shall be deemed to have been imposed on the day
of the act or commissions in respect of which it was imposed.
(vi) The Contractor shall maintain both in English and the local Indian Language a list,
approved by the Chief Labour Commissioner clearly stating the acts and commission for
which penalty or fine may be imposed on a workmen and display it in good condition in
a conspicuous place on the work site.
(i) The Inspecting Officer shall either on his own motion or on a complaint received by him carry
out investigations and send a report to the City Engineer specifying the amounts
representing workers dues and amount of penalty to be imposed on the Contractor for
breach of these Regulations', that have to be recovered the Contractor, including full details
of the recoveries proposed and the reasons therefore. It shall be obligatory on the part of
the City Engineer on receipt of such a report to deduct such amounts/ payments due to the
Contractor.
(ii) The penalty for every default and breach of these Regulations shall, however be a sum not
exceeding Rs.10000/-. In the event of the Contractor’s default continuing in this respect, the
penalty may be enhanced to Rs. 3000/- per day for each day default subject to maximum of
one percent of the estimated cost of the work put to tender.
44
3.27 Ins pec tion of Books and other Documents
The Contractor shall allow Inspection of the registers and other documents prescribed under these
regulations by Inspecting Officer and the City Engineer his authorized representative at any time and
by the worker or his agent no receipts of due notice at a convenient time.
3.28 A mendments :
Thane Municipal Corporation may time to time add to or amend these regulations and issue such
directions as it may consider necessary for the proper implementation of these regulations or for the
purpose of removing any difficulties which may arise in the administration thereof.
45
FORM - I
REGISTER O F W ORKMEN
(Regulati on - 7)
of the Contractor
the Contract
the Contract
v) Duration of the :
Contract
Sr.No. Name & Surname of the Age & Father’s/ Nature of Permanent
Worker Sex Husband’s Employment / Home Address of
Name Designation Employees
1 2 3 4 5 6
7 8 9 10 11
46
FORM - II
EMPLOYMENT CARD
(Regulation - 8)
Sr. Name & Address of Particular’s of location Total period during Actual number
No Employer (Specify of work site and which employed of days worked.
. whether description of work …………
contractor or a done To ………..
Sub-Contractor)
1 2 3 4 5
6 7 8 9 10 11 12
N.B. For a worker employed at one time on piece work basis and at another on daily wages relevant entries in
respect of each of employment should be made separately.
47
FORM - III
(Regulation)
1 2 3 4 5 6 7
8 9 10 11 12 13 14 15
48
FORM - IV
(Regulation 9)
ii) Place :
_________________________________________________________________________
2) Nature of Employment :
3) Wage period :
7) Overtime wages :
49
3.29 Model Rules for Labo ur W elfar e
Definitions :
(a) Work Place:
“Work Place” means a place at which on an average 20 or more workers are employed.
“Large Work Place” means a place at which on average 500 or more workers are employed.
First A id :
At every work place, there shall be maintained in a readily accessible place first aid appliances
including an adequate supply of sterilized dressings and sterilized cotton wool as prescribed in the
factory rules of the State in which the work is carried on. The appliance they shall be placed under
the charge of responsible person who shall be readily available during working hours.
At large work places where hospital facilities are not available within easy distance of the works,
first-aid posts shall be established and be run by a trained compounder.
Where large work places are remotely situated and far away regular hospitals indoor wards shall be
provided with one bed for every 250 employees.
Where large work places are situated in cities, towns or in their suburbs and no bed are considered
necessary owing to the proximity of city to town hospitals, suitable transport shall be provided to
facilitate removal of urgent cases to those hospitals. At other work places some conveyance facilities
shall be kept readily available to take injured person or persons suddenly taken seriously ill, to the
nearest hospital.
At large work places there shall be provided and maintained an Ambulance room of the prescribed
size of such medical and nursing staff as may be prescribed. For this purpose the relevant provisions
of the Factory Rules of the State Government of the Area where the work is carried on may be taken
as the prescribed standard.
50
Accommodation for L ab our :
The Contractor shall during the progress of the works provide, erect and maintain necessary
temporary living accommodation and ancillary facilities for labour at his own expenses and to
standards and scales as approved by the City Engineer.
Drinking W ater :
In every working places there shall be provided and maintained at suitable places, easily accessible
to labour a sufficient supply of cold water fit for drinking. Where drinking water is obtained an
intermittent public water supply each work place shall be provided with storage where drinking
water shall be stored.
Every water supply storage shall be at a distance of not less than 15 meters any latrine, drain or
other source of pollution where water has to be drawn an existing well, which is in proximity of
latrines, drain or any other source of pollution, the well shall be properly chlorinated before water is
drawn it for drinking. All such wells shall be entirely closed in and be provided with a trap door
which shall be dust and water proof.
A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and opened
only for cleaning or inspection which shall be done at least once a month.
There shall be provided within the premises of every work place, latrines and urinals in an accessible
place, and the accommodation separately for each of these, shall not be less than at the following
scales
No. of Seats
(a) Where number of persons does not exceed 50. 2
part thereof.
51
In particular cases, the Engineer-in-charge shall have the power to vary the scale, where
necessary.
If Women are employed, separate latrines and Urinals, screened those for men and marked in the
vernacular in conspicuous letters, “FOR WOMEN ONLY”, shall be provided on the scale laid down in
rule 6. Those for men should be similarly marked “FOR MEN ONLY”. A poster showing the figures of
a men and of a women shall also be exhibited at the entrance to latrines for each sex. There shall be
adequate supply of water close to latrines and Urinals.
Construc ti on of L atrin es :
Inside wall shall be constructed of masonry or other non absorbent materials and shall be cement
washed inside and outside at least once a year. The dates of cement washing shall be noted in a
register maintained for the purpose and kept available for inspection, latrines shall have at least
thatched roof.
Disposal of E xcret a :
Unless otherwise arranged for by the local sanitary authority arrangement for proper disposal of
excreta by incineration at the work place shall be made by means of suitable incinerator approved by
the local medical, health and municipal authorities. The Contractor shall, at his own expenses, carry
out all instructions issued to him by tile City Engineer to effect proper disposal of excreta and other
conservancy work in respect of contractor’s work people or employees on the site. The contractor
shall be responsible for payment of any charges which may be levied by municipal authority for
execution of such work on his behalf
52
Crèche' s :.
At a place at which 20 or more women workers are ordinarily employed, there shall be provided at
least one hut for use of children under the age of 6 years, of such 1 woman.
Huts shall not be constructed of a standard lower than that of thatched roof, mud floor and walls
with wooden planks spread over mud floor and covered with matting. Huts shall be provided with
suitable and sufficient opening for light and ventilation. There shall be adequate provision of
sweepers to keep the places clean. There shall be two “Dais” in attendance. Sanitary utensils shall
be provided to the satisfaction of local medical, health and municipal or cantonment authorities.
Use of huts shall be restricted to children, their attendants and mothers of children.
Where the number of women workers is more than 25 but less than 50, the Contractor shall provide
at least one Hut, one Dai to look after the children of women workers, size of the creche(s) shall vary
according to the number of women workers employed. Creche(s) shall be properly maintained and
necessary equipment like toys etc., provided.
Cant een :
A cooked food canteen on a moderate scale shall be provided for the benefit of Workers wherever it
is necessary.
Planning sitting and erection of the above mentioned structures shall be approved by the City
Engineer and the whole of such temporary accommodation shall at all times during the progress of
the works be kept tidy and in a clean and sanitary condition to the satisfaction of the City Engineer
and at the Contractor’s expenses. The Contractor shall confirm Generally to sanitary requirements
of local medical, health and municipal or cantonment authorities and at all times adopt, such
precautions as may be necessary to prevent soil pollution of the site. On completion of the works
the whole such temporary structures shall be cleared away, all rubbish burnt, excreta or other
disposal pits ortrenches filled in and effectively scaled off and the whole of site left clean and tidy to
the entire satisfaction of the City Engineer at the Contractor’s expenses.
Anti Malarial Preca utions :
The Contractor shall, at his own expenses, conform all anti-malarial instructions given to him by the
Engineer-in-charge, including the filling up of any borrow pits which may have been dug by him.
53
3.30 Nothing pay abl e for extra f acilities :
These are minimum facilities required to be provided. If the contractor gives any extra facility, the
Thane Municipal Corporation will not compensate him for that.
3.32 The sum to be levied as penalty shall, however, be fixed in accordance with provision of clause 13(ii)
of safety code.
4. DEFI NITIONS :
Unless excluded by or repugnant to the context.
(a) The expression “TMC” as used in the tender papers shall mean the Thane Municipal
Corporation, Thane.
(b) The expression “Department” as used in the tender papers shall mean the Public Works
Department of the Thane Municipal Corporation, Thane.
(c) The expression “City Engineer” as used any where in the tender papers shall mean City
Engineer, of the Public Works Department, Thane Municipal Corporation Thane who is
designated as such for the time being in whose jurisdiction the work lies or the officer to whom
the function of the City Engineer may be subsequently transferred.
(d) The expression Plant as used in the tender papers shall mean every machinery necessary or
considered necessary by the City Engineer to execute; construct complete and maintain the
works and used in altered, modified, substituted and additional work, ordered in the time and
manner herein provided and all temporary materials and special and other articles of appliances
of every sort, kind and description whatsoever intended or used thereof.
(e) “Drawing” shall mean the drawings referred to in specifications and any modifications Of such
drawings approved in writing by Engineer and such other drawings as may time to time be
furnished or approved in writing by the City Engineer.
(f) “City Engineer's Representative” shall mean an assistant of the City Engineer i.e. rank of
Executive Engineer who will be called as Engineer-in-charge of work notified in writing to the
Contractor by the City Engineer.
54
(g) 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 place which may be allotted by
Thane Municipal Corporation or used for the purpose of contract.
(h) Part(s) thereof as the case may be and shall include all extra or additional, altered or substituted
works as required for performance of the Contract.
(i) The “Contract” shall mean the notice of tender, the sealed quotation and the tender documents
including the tender and acceptance thereof together with the documents referred to therein,
and the accepted conditions with annexure mentioned therein including any special conditions,
specifications, designs, drawings, priced schedule/bill of quantities and schedule of rates. All
these documents taken together shall be deemed to form one contract and shall be
complementary to one another.
(j) The “Contractor” shall mean the individual or firm or company whether incorporated or not,
undertaking the work and shall include legal representative of such an individual or persons
comprising such firm or company as the case may be and permitted, assigns of such individual
or firm or company.
(k) The “Contract sum” shall mean the sum for which the tender is accepted.
(l) A “Day” shall mean a day of 24 hours midnight to midnight irrespective of the number of hours
worked in that day.
(m) A “Week” shall mean seven consecutive days without regard to the number of hours worked in
any day in that week.
(n) “Excepted Risks” are risks due to riots (other wise than among contractor’s employees) and civil
commotion (in so far as both these are un-insurable) war (whether declared or not), invasion,
act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or
usurped power, any acts of God, such as earthquake, lightening and un-precedential floods over
which the contractor has no control.
(o) “Temporary works” shall mean all temporary works of every kind required in or about the
execution completion or maintenance of the works.
(p) “Urgent works” shall mean any measures which, in the opinion of the City Engineer, 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.
(q) Where the context so requires, word importing the singular number only also include the plural
number and vice-versa.
55
(r) Wherever there is mention of “Schedule of rates” or simply D.S.R. or Schedule Rates in this
tender it will be taken to mean as the Schedule of the rates of Public Works Department, Thane
Circle.
5. LEVELLIN G INSTRUMENTS :
If measurement of items of the work are based on volumetric measurements calculated levels
taken before and after construction of the item, a sufficient number of leveling instruments,
staves, tapes etc. will have to be kept available by the contractor at road site of work for this
purpose including theodolite. All instruments must be kept at road site available for use to
TMC staff. Lack of such leveling instruments, staves, tapes etc., in required numbers may
cause delay in measurements and the work. The contractor will therefore to keep sufficient
number of these readily available at site.
(ii) No material shall be removed the land touching it without the written permission of the City
Engineer or his authorized representative. If any material is unauthorized obtained such places, the
contractor or piece worker shall have to make good the damage and pay such compensation, in
addition as may be decided by the City Engineer and will have to stop further collection.
(iii) Any material that falls on any Thane Municipal Corporation Road the carting truck or other plant etc.
during, conveyance shall be immediately picked up and removed by the contractor or piece worker,
failing which it be got removed departmentally at his cost. No heap shall be left prior to stacking
even temporarily on the road surface or in any way so as to cause any obstruction or danger to the
traffic. The contractor or the piece worker shall be liable to pay claims or compensation etc. arising
out of any accident etc. Any such materials causing obstruction or danger etc. will be got removed
departmentally at his cost and no claims for any loss or damage to the material thus removed will be
entertained. The contractor shall also be responsible for the damage or accident etc. arising out of
any material that falls on the road or track not in charge of the department and shall attend to any
complaints which may be received.
(iv) The materials shall not be collected 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
56
down of embankment or hill side etc. No claims for any loss due to these and similar cause will be
entertained.
(v) Rubble/metal shall be free all earth, rubbish, vegetable matter and other extraneous substances and
in the case of metal, screened to gauge, if so directed when ready, it shall be collected entirely clear
of the roadway, on ground which has been cleaned of vegetation and leveled.
(vi) The size of the stacks like rubble shall be of such size as may directed by the City Engineer and all
stacks shall be of the same uniform size and shall be uniformly distributed over whole lengths.
(vii) The representative of the Engineer-in-charge shall supply the contractor with statement showing Sub
Km., wise quantities that will be required in the order in which the utilization is to be done.Any
excess quantity shall be removed at the expenses of the contractor before the material in the
length is finally measured.
(viii) lf directed, the material shall be collected in the following order according to availability of space : (1)
Rubble (2) Metal (3) Soft Murum and (4) Hard Murum, shall be collected on the side opposite to that
on which soft murum has been collected. Similarly metal collected for petty repairs shall be stacked
on the opposite to metal for new layer.
All road materials shall be examined before it is spread. The labour for measurements (and check
measurements wherever carried out ) shall be supplied by the contractor or piece worker. If the
contractor or piece worker fails to attend the measurements of material after receiving the notice
the Engineer’s representative or his subordinate stating date and time of intention of measuring the
work, the work shall be measured byexpert and no complaint in this respect will be entertained later
on. If the contractor or piece worker fails to attend the measurement of material after receiving the
notice form the Engineer’s representative or his subordinate stating date and time of intention of
measuring the work, the work shall be measured expert and no complaint in this respect will be
entertained later on. If the contractor or piece worker fails to supply sufficient labour or the
materials required at the time of measurements or check measurement, after due notice has been
given to him, the expenses incurred on account of employing departmental labour or material etc.
shall be charged against his account.
7. MISCELLANEOUS
7.1 Rates shall be inclusive of Work Contract Tax, Sales Tax and all other taxes etc. and LBT as stated in
para 2.12 of this chapter, except exemption may be given for plant and machinery used for the this
work after paying deposit in TMC.
57
7.2 In case it becomes necessary for the due fulfillment of contract for the contractor to occupy land
outside the department limits, the contractor will have to make his own arrangements with the land
owners and to pay such rent if any payable as mutually agreed between them.
7.3 The special provision in detailed specifications or wording of any item shall gain precedence over
corresponding contradictory provision, (if any), in the M.O.R.T.H specifications, the Maharashtra
P.W.D. Standard specifications where reference to such specifications is given without reproducing
the details in contract.
7.4 It is presumed that the contractor has gone carefully through the M.O.R.T.H specifications
Maharashtra P.W.D, Standard specifications, IRC specifications, guidelines and the schedule of rate,
all condition of the contract and studied the site condition before arriving at rates quoted by
him.Decision of the City Engineer shall be final as regards interpretation of specification.
7.5 The collection and storage of construction materials at site shall be in such a manner as to prevent
deterioration intrusion, of foreign matter and to ensure the preservation of their quality, properties
and fitness for the work. Suitable precautions shall be taken by the contractor to protect the
material against atmospheric actions, fire and other hazards. The materials likely to be carried away
by wind shall be stored in suitable stores or with suitable barricades and where there is likely hood of
subsidence of soil, such heavy materials shall be stored on paved platforms.
7.6 The contractor shall be responsible for making good the damages done to the existing property or
work during construction by his men.
7.7 If it is found necessary 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.
7.8 Defective work is liable to be rejected at any stage. The contractor, on no account can refuse to
rectify the defects merely on reasons that further work has been carried out. No extra payment shall
be made for rectification.
7.9 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 labour, materials, wastage, temporary work, plant, overhead charges and profits, as
well as the general liabilities, obligations and risks arising out of the General Condition of Contract.
7.10 The quantities set down against the item in the 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. In
the schedule will be carried out or required or that they will not be exceeded or reduced.
58
7.11 All measurements will be made in accordance with the methods indicated in the elabourated in the
Technical specifications, incorporated in the tender document.
7.12 The details shown on drawing and all other information pertaining to the works shall be treated as
indicative and provisional only and these are liable to variation as found necessary while preparing
working drawing which will be supplied by the Thane Municipal Corporation. The contractor shall
not, on account of such variation be entitled to any increase over the already quoted rates in the
tender which are on quantity basis.
7.13 Protection of underground telephone cable and aerial telephone wires and Poles, transmission
towers, electrical cables and water supplying lines is the responsibility of the contractor.
During the execution of work, it is likely that the contractor may meet with telephone cable,
electrical cables, water supply lines, effluent pipe line, oil pipe line 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 City Engineer by the contractor and also to 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.
8 LIN ING O UT :
The Contractor shall provide free of charge all labour and material and instruments required for
lining out, surveying, inspection decided by the City Engineer as considered necessary for the proper
and systematic execution of the work.
The department will only show the changed point on the alignment of road and it will be the
responsibility of the contractor to correctly align the road between points including setting out
curves etc. The Department will render necessary assistance. Likewise, only one Bench Mark with
definite value of R.L. will be shown to contractor who shall have to provide for a network of
temporary bench mark all along the road and near C.D. works for executing the work. The
contractor shall be responsible for the provision, accuracy and maintenance of temporary Bench
Mark. He shall be responsible for the correctness of the position, levels, dimension and alignments
of all parts of the works and provisions of necessary instruments and labour in connection with
suitable pointed bamboos or wooden stack shall be provided at his cost and firmly fixed at every
meters on both sides of embankment to indicate final as well as intermediate height of the
embankment. Any errors in position, levels, dimension and alignment, etc. shall be rectified, by
contractor at his expenses. The checking or inspection of any setting out of any line or level or work
by City Engineer or his representative shall not in any way relieve the contractor of his responsibility
for correctness thereof. The contractor shall carefully protect and preserve all bench mark, side rails
59
pegs and stones etc., marking out the centre lines of C.D. works, necessary approaches etc. shall be
done by the contractor at his own cost as directed by the City Engineer or his representative.
Priorities for items to be executed shall be determined periodically keeping in view the final time
limit allowed for the work.
All the work and materials before finally taken over by Thane Municipal Corporation, will be the
entire liability of the contractor for guarding, maintaining and making good any damages of any
magnitude. Interim payments made for such work will not alter this position.
12 TESTS :
12.1 The contractor shall at his own cost arrange to carry out the all tests of materials which are to be
used on the work. The tests will have to be carried out either in the field laboratory or in an
approved laboratory suggested by T.M.C. Routine Test shall mean testing ofaggregates for gradation
flakiness index, impact value, binder content and field density etc. Chart showing frequency of tests
is attached in APPENDIX-I
Bidder shall quote the tender rates considering the cost required for carrying out all types of tests
for Quality control point of view as per the required frequency as per IRC & as per mentioned in
tender document.
12.2 Department will also carry out some of above mentioned tests independently in Laboratory and
testing charges thereof will be borne by the contractor. Also the work portion where test results
are not satisfactory will have to be removed and redone at the cost of the contractor.
12.3 Before beginning of the work and in intervals tests will be carried out by the contractor to determine
the, quantities necessary for achieving the required compacted thickness of all types of B.T. work.
These results will be guiding actor for execution of work. However, the contractor is responsible to
give correct compacted thickness of the work of all types of B.T. and other relevant items.
60
12.4 In case of materials procured by the Contractor, testing as required by the codes and specifications,
the same shall be arranged by him at his own cost. at the nearest approved Laboratory. If additional
testing other than as required by specification is ordered, the testing charges, shall be borne by the
contractor.
12.5 The Cubes (3 nos) shall be tested Seven Days strength at the site laboratory in the presence of
Engineer-in-charge of the work. Whenever the material cubes and beams of 28 days (3 nos each)
strength are required to be sent to the Municipal Laboratory then the same shall be transported by
the contractor and got tested at their own cost.
12.6 10 % of the rate of the item shall be withheldand shall be released only after receipt of satisfactory
test results whenever specified.
13 FIN AL BILL:
13.1 The contractor should submit final bill within one month after completion of the work and the same
will be paid within 6 months if it is in order. Disputed items and claims, if any shall be excluded the
bill and settled separately later on.
13.2 Bills for extra work or for any claim shall be paid separately apart the interim bills for the main work.
The payment of bills for the main work shall not be withheld for want of decision on the extras on
claims not covered in the stipulation of the contract.
13.3 Claims for extra work shall be registered within 30 days of occurrence of the event or in any case not
latter than 30 days of submission of final bill by contractor . However, bills for these claims including
supporting data/details may be submitted subsequently to the City Engineer.
14 ELECTRIC POWER :
14.1 Arrangements for obtaining Electric Power connection will have to be made by the contractor at his
own cost.
15.2 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.
61
15.3 The contractor shall at his own expenses engage watchman for guarding the materials and plants
and machinery and the work during day and night against any pilferage or damages and also for
prohibiting trespassers or damage to them.Failing,Corporation may engage this without intimation
to contractor and payment will be recovered through R.A.bills.
15.4 The Contractor shall have to make his own arrangements for water required for watering the
embankment or for any other purpose.
16. INSPECTIO N :
16.1 The contractor shall inform the City Engineer 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 City Engineer shall have certified in writing to
that effect. No approval of materials or workmanship or approval of part of the work during the
progress of execution shall bind the City Engineer or in any way affect him even to reject the work
which is alleged to be completed and to suspend the issue of his certificate of completion until such
alternations 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.
16.2 The contractor shall provide at his cost necessary ladders and such arrangements as to provide
necessary facilities and assistance for proper inspection of all parts of the work at his own cost.
16.3 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 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.
17 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 contractor shall not remove the same
or any part thereof (say for the purpose of moving it one part of the site to another or the repairs
etc.) without the consent in writing of the City Engineer which shall not be unreasonably withheld.
18.1 The City Engineer may time to time, in writing delegate to his representative any powers and
authorities vested in the City Engineer and shall furnish to the contractor a copy of all such
delegations of powers and authorities. Any written instructions of approval given by the
62
representative of the City Engineer 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 City
Engineer provided always as follows :-
18.2 Failure of the representative of the City Engineer to disapprove any work or materials shall not
prejudice the power of the City Engineer thereafter to disapprove such work or materials and to
order the pulling down, removal or breaking up thereof.
18.3 If the contractor shall be dissatisfied with any decision of the representative of the Engineer-in-
charge, he shall be entitled to refer the matter to the Engineer in-charge, who shall there upon
confirm reverse or vary such decision.
19.1 The contractor shall be under no liability whatsoever by way of indemnity or otherwise for or in
respect of destruction of or damage to the works (save work condemned under the provisions of
specifications and conditions of this tender prior to the occurrence of any excepted risk hereinafter
mentioned) or temporary works or to property whether of the Department or third parties or in
respect of injury or loss of life which is the consequence whether direct or indirect, war hostilities
(whether war be declared or not) invasion, act of foreign enemies, revelation, revolution,
insurrection or military of usurped power, civil war or riot, commotion or disorder otherwise than
among the contractor’s own employees or his piece worker and sub-agencies (hereinafter
comprehensively referred to as “the said excepted risks”) and the Department shall indemnify and
save harmless the contractor against and the same and against and all claims, demands,
proceedings, damages, costs charges and expenses, whatsoever arising there out or in connection
therewith and shall compensate the contractor for any loss of or damage to property of the
contractor used for intended to be used for the purpose of the works and laying at site of work and
occasioned either directly or indirectly by the said excepted risks.
19.2 lf the works sustain destruction or drainages by reasons of any of the said excepted risks, the
contractor shall be entitled to payment for any permanent works and for any materials so destroyed
or damaged and shall be paid by the department the cost of making good tiny such destruction or
damages whether to the works or Temporary works and for replacing, or making good Such
materials so far as may be necessary for the completion of the works on a prime costs basis as the
City Engineer may certify to be reasonable. The contractor shall lodge his claim, in writing,
supported by City Engineer immediately, but not later than 30 days of such occurrence of damage to
works by excepted risk.
19.3 Destruction, damage injury or loss caused by the explosion or impact whenever and wherever
occurring of any mine, bomb, shell, grenade or other projectile missile or ammunition or explosive or
63
resulting action described in 19.1 above shall be deemed to be a consequence of the said Excepted
Risks.
20.1 The whole work shall be carried out strictly in accordance with the approved detailed drawing
(unless otherwise directed) description of the items, detailed specification of latest revision of
M.O.R.T.H for Bridge and Road Works April 2013 (with Indian Standard specification indicated
therein) subject to the additional specification given for the relevant items and in the best workmen
like manner and P.W.D. specification.
20.2 While adopting the relevant number and pages for different items of the M.O.R.T.H specifications for
Bridges and Road Works, April 2013 or P.W.D., Standard Specification Books, due care has been
taken to indicate correct number and page for the various items. However if for some reasons or
other it is noticed that the specification numbers and pages quoted are not pertinent, the contractor
is bound to carry out the work in accordance with the correct relevant specifications for the item or
items the standard specification Book, after taking into account the description of the items, scope
and spirit of the work.
20.3 During the course of the execution, payment for certain items such as R.C.C. works and the like
which are done in stages, shall be made at part rates which shall be decided by the City Engineer.
Similarly in case if certain component or components of an item are decided to be deleted, payment
for the remaining parts of the items shall be made at reduced rates for such items which shall be
decided by the City Engineer, either on the basis of market rates or schedule rates or accepted
tender rates whichever are lowest for such component or components.
20.4 It is to be definitely and clearly understood that the specification stipulated shall be rigidly enforced
and no relaxation shall be allowed. Extra charges or claims in respect of extra works shall not be
entertained unless they are clearly outside the scope of the item and its specifications to which they
relate or unless such works are ordered in writing by the City Engineer and claimed for in specified
manner before the same is taken in hand.
21.1 Commencement to completion of the works, the Contractor shall take full responsibility for the care
thereof and for taking, precaution to prevent loss or damage to the greatest extent possible and shall
be liable for any damage or loss that may happen to the works or any part thereof any cause
whatsoever (save and except the Excepted Risks) and shall at his own cost repair and make good the
same so that at completion, the works shall be in good order and condition and in conformity in
every respect with requirements of the contract and instructions of the City Engineer.
64
21.2 Without limiting his obligations and responsibilities under clause 25.2 the contractor shall insure in
the joint name of the Thane Municipal Corporation and the contractor against all loss or damage
whatever cause (other than the Excepted Risks) for which he is responsible under the terms of the
contract and in Such manner that the Thane Municipal Corporation and the contractor covered
during the period of construction of the works and the defects liability period for loss or damage
arising a cause occurring prior to the commencement of the damage caused by the Contractor in the
course of any operation carried Out by him for the purpose of complying with his obligations under
clause 20 of Printed B-1 Tender Form (regarding Defect Liability).
(i) The works and the temporary works to the full value of such works executed time to time.
(ii) The materials, constructional plant and other things brought to site by the in contractor to the
full value of such material, constructional plant and other things.
21.3 The Contractor shall indemnify and keep indemnified the Thane Municipal Corporation against all
losses and claims for injuries or damages to any person of contractor & TMC supervising the work or
any property whatsoever which may arise out of or in consequence of the construction and
maintenance of the works and against all claims, demands, proceedings, damages, accidents, costs,
charges and expenses whatsoever in respect of or in relation thereto provided always that nothing
herein contained shall be deemed to render the contractor liable for in respect of or to indemnify
the Department against any compensation or damage caused by “EXCEPTED RISKS”.
21.4 Before commencing execution of the work, the contractor shall, without in anyway limiting his
obligations and responsibilities under the conditions, insure against any damage, loss or injury which
may occur to any property (including that of Department) or to any person (including any employee
of Department) by or arising out of carrying out of the Contract.
21.5 The contractor shall at all times indemnify the Department against all claims, damages of
compensation under the provisions of payments of wages Act, 1936, Minimum Wages Act, 1948,
Employment Liability Act, 1938, Industrial Disputes Act, 1947, and the Maternity Benefit Act, 1961
and Inter State Migrant Workmen (Regulation of Employment and Conditions of Service) Act, 1979 or
any modifications thereof or any other law relating thereto, any rules made there under time to
time or as a consequence of any accident or injury to any workmen or other person in or about the
works, whether in the employment of the contractor or not, save and except where such accident or
injury has resulted any act of the Department, their agents or servants and also against all costs,
charges and expenses or any suit, action or proceedings arising out of such accident or injury and
against all sum or sums which may with the consent of the contractor be paid to compromise or
compound any such claim without limiting his obligation and liabilities as above provided the
contractor shall insure against all claims, damages or compensation payable under the workmen’s
Compensation Act, 1923 or , any modifications thereof any other law relating thereto.
65
21.6 All the aforesaid insurance policies shall provide that they shall not be canceled till the City Engineer
has agreed to their cancellation.
21.7 The contractor shall prove to the City Engineer his authorized representatives time to time that he
has taken out all the insurance policies referred to above and has paid the necessary premia for
keeping the policies alive till the expiry of the Defects Liability period.
21.8 The Contractor shall ensure that similar insurance policies are taken out by his sub-contractor (if any)
and shall be responsible for any claims or losses to department resulting their failure to obtain
adequate insurance protection in connection thereof. The Contractor shall produce or cause to be
produced by his sub-contractors (if any) as the case may be relevant policy or policies and premium
receipts as and when required by the City Engineer.
If the Contractor and/or his Sub-contractor (if any) shall fail to effect and keep in force the insurance
referred to above or any other insurance which he/they may be required to effect under the terms
of the contract then in any such case department may without being bound and to effect and keep in
force any such insurance and pay such premium as may be necessary for that purpose and time to
time deduct the amount so paid by the department any money due or which may become due to
the contractor or recover the same as a debt due the contractor.
All the works of this contract until completion of contract and handling over the work to the
employer shall stand at the risk of the contractor who shall be responsible and make good at his own
costs all loses and damages caused by or by due to fire, weather or any other cause and the
contractor shall handover such works complete in every respect on completion of works.
66
21.9 .2 Maintenance inMonsoon
The contractor shall take all reasonable precaution for the protection and preservation of any or all
existing road side trees, drains, sewers or other surface drain pipes, conduits and any other structure
under or above ground which may be affected by the constructions, operations and which in the
opinion of the Engineer shall be continued in use without any change. Safeguards taken by the
contractors in this respect shall be got approved by him the engineer. However, if any of these
objects is damaged by reason of the contractor’s negligence, it shall be replaced or restored to the
original condition at his expense.
All excavations, trenches, obstructions, materials etc. taken in connection with the works would be
sufficiently lighted at night in order to guard against any damage or danger to the traffic and to take
all precautions to keep all the lamps lighted all night for the guidance of the traffic in the following
manner
1. All lamp must be kept at a height of about 1 m to 1.25 m (3' to 4' at strategic points).
4. All lamps alone the line of traffic should be spaced not more than 9m to 15m (30' to 40') apart.
5. To take such other measures as may be directed by the engineer time to time for the safety of
the traffic.
6. The contractor shall make all proper provisions for protecting the work by providing portable
barricades with flashers otherwise known as blinkers. Specifications of blinkers are as
67
followsa) Series 6100 blinker unit consisting of a solid state oscillator dryer circuit using
silicon transistor, tropicailied printed circuit card, driving a 2.4 watt filament lamp in a screw
holder-.
a) The unit contains 4 flash light cells (type 1.5 v) in a battery compartment in the base
removable bottom to facilitate quick battery change.
In the event of the contractors not complying with the provisions of the clauses, the engineer may
without notices to the contractor put up the barricades or improve upon the same or provide or
improve the lighting to adopt such procedures as may be adopted by the engineer shall be born by
the contractor shall be charged a penalty of Rs. 500/- per day till compliance of these requirements.
24.1 Required level shall be achieved in brick work as specified including plaster. The thickness of joints
shall not exceed 10mm (3/8"). case The frame of manhole must rest on C.C coping
.24.2 All frames of manholes and chambers etc. shall be kept flush with the general surface of an asphalt
road/concrete pavement.
24.3 Valve chamber frames being on the edge of the road, shall be fixed to the correct road level.
24.4 A concrete pavement should be cast around the frames and covers of manholes, chambers, etc., in
case of asphaltic roads.
24.5 The space around circular frames and covers shall be fully paved with (C.C.1: 11/2:3) as specified and
directed. The pavement shall be atleast 8 centimeter (3") wider than the outer most edge of the
circular frame. No payment will be made of this pavement under the item of cement concrete.
24.6 The space to be paved around hydrants or sluice boxes shall be 1 x 1.5m x 1.5m (5' x 5') in external
measurements and in case of gas siphon or chamber 91 centimeter x 61 centimeter (3' x 2') the
longer dimension being along the direction of the main.
24.7 In Case of rectangular frame work covers the space as directed by the engineer shall be paved with
1: 1.5:3 C.C. No payment will be made for the pavement which should be at least 8 centimeter wider
than the outer most edge of the frame.
68
Chapter – IV
C ontr act
69
C HAPTER – IV
1.0 There may be underground services such as water supply, sewerage, electric, telephone cable etc.
which may be required to be removed, shifted by the concerned authorities. No survey of
underground services is carried out by TMC. As per the requirement they will have to be taken up
the possible delay due to such services have to be accounted by agency though time delay could be
considered on merit by no extra compensation for such delay will be made. TMC as proposed to lay
water supply/sewerage lines as well as MSEDCL proposes to lay their HT cable in lieu of overhead
cable to remove infringing structures in road widening. This will avoid future cutting of road.
The tenderer should carry out additional works like major/minor repairs, lowering and laying of
water and sewerage lines and their required relative works as and when required, the works will be
executed at the same rate of D.S.R. consider for the estimate of this work & the same tender
condition as directed by engineer in charge. However City engineer will be the final authority to
execute such works through labour societies or other agencies.
2.0 The contract rate shall include providing by contractor fully equipped laboratory at site as well as at
the RMC plant and hot mix plant for testing materials etc. in the presence of departmental engineer
or his authorized representative.
3.0 The work has to be executed true to line, levels, camber etc. The contractor shall provide sufficient
surveying and mathematical instruments etc. and technical personnel so as to ensure quality of work
strictly as per specifications. Camber plates and straight edges shall be provided in sufficient number
on site to measure longitudinal profile and cross profile. Camber plates shall be prepared out of
Aluminum. After asphalt work is completed, it shall be checked for cross profile jointly by the
Contractor and Engineers of T.M.C. Correction if any shall be done by the contractor and surface
shall be within tolerance limit as prescribed in latest revision of M.O.R.T.H specification of latest
edition. Without record of this camber checking asphalt items payment shall not be released. The
surface must be brought to the required shape given in the specification and drawing. On plant also
the representative of TMC will be posted. The samples ofasphalt shall be checked frequently in the
field laboratory and plant laboratory and record maintained in bound volumes.
4.0 The contractor shall submit PERT programme as well as Bar charts depending upon site problems
and review the same at very close intervals of 15 days to a month. The PERT programme and Bar
charts shall detail gainful employment of mobilization and for their flexibility depending upon
availability or otherwise of work front.
70
5.0 There shall be sufficient documentation of the work in the form of test records, registers, challans
survey records of levels, photographs etc. at the cost of contractor. The contractor shall provide
necessary registers for recording test results jointly, forms, stationary etc. at his cost. All the test
results in field and in the laboratory shall be signed by representative of contractors.
6.0 The Tender items of earthwork in embankment shall have its top layer with 30 cm of non plastic
murum having minimum soaked C.B.R. of 6. The compaction shall be done in layers of 20 cm loose
with vibratory roller at O.M.C. for 100% proctor density. The contract rate is for cross sectional
measurement and items shall include providing murum laying in layers compaction with vibratory
rollers and testing for labouratory and field density, C.B.R. and P.I. value. The payment will be
released after satisfactory test record is produced with the bill.
Soon after issue of work order the contractor shall establish Bench mark on permanently fixed
locations or on un-disturbed locations. Bench markings levels should be at interval, not more than 50
meter. This bench marking levels shall be got cross checked by the Dy. Engineer of T.M.C. and
records shall be submitted to the City Engineer, Executive Engineer. One copy retain with the
contractor. After issuing of work order and availability of the land in part or in full. The contractor
shall take joint ground levels (initial levels) along with the Executive Engineer, or his authorized
representatives and got cross checked through the Executive Engineer. He shall also survey the
alignment of the road and submit copy of the joint levels and plans duly signed by himself and the
representative of the Executive Engineer through the City Engineer, who shall get one set of
longitudinal section including curve tables, super elevation, starting point of curve, end point of
curve, plotted at 'L' section sheet as well as plotted on plans. The contractor shall issue one copy of
the 'L' sections and the cross sections, including the curve tables duly signed by the City Engineer,
approved by City Engineer, before commencement in further work on the road. This condition is
compulsory and shall not be neglected.In case the contractor defaults to obtain duly approved 'L'
sections and cross sections , City Engineer before commencement of the work no
claims/complaints regarding delayed payments or non-payments or not entertaining payment for
excess quantity shall be entertained. The contractor shall maintain one copy of the approved 'L'
sections and cross sections at the site. Along with each bill the contractor shall forward cross
sectional measurements for each of items such as excavation, embankment, W.M.M. and B.M.
asphalt concrete, cement concrete sections & mastic junction etc.The cross sectional measurement
of bituminous items shall also be supported with weigh bridge challans of the mix. There shall be
joint independent measurement of selected truck/dumper, as may be selected by Engineer or his
representative in respects of bituminous mix for B.M./A.C. for independent weigh bridge. All the
payments of the weigh bridge shall be made by the contractor at his cost.
71
The work has to be executed true to line, levels, camber etc. The contractor shall provide sufficient
surveying and mathematical instruments etc. and technical personnel so as to ensure quality of work
strictly as per specifications. Camber plates and straight edges shall be provided in sufficient number
on site to measure longitudinal profile and cross profile. Camber plates shall be prepared out of
Aluminum. After asphalt work is completed, it shall be checked for cross profile jointly by the
Contractor and Engineers of T.M.C. Correction if any shall be done by the contractor and surface
shall be within tolerance limit as prescribed in M.O.R.T.H specification 5th Revision April 2013.
Without record of this camber checking asphalt items payment shall not be released. The surface
must be brought to the required shape given in the specification and drawing. On plant also the
representative of TMC will be posted. The samples of asphalt shall be checked frequently in the field
labouratory and plant labouratory and record maintained in bound volumes.
7(A) Plane Table Survey Work :
The Contractor should carry out the plane table survey as per the alignment & the related details of
the roads, such as widths, etc.
The plane table survey will include the following salient features such as –
The surveyor should submit five computer print outs and one tracing of the plane table survey
works & levels of road at the interval of 15 m in length & 3 m in width with longitudinal section &
existing cross section along with footpath at the interval of 100 m.
8.0 When excavated earth the road ways, gutter etc. are required to be transported, the payment shall
be against the compact quantities of transported material as per the cross sectional measurement of
the excavation. It shall be so planned that the contractor shall use all the excavated approved earth
in the embankment work and the excess soil only should be transported. The surplus earth to be
72
used as indicated by the City Engineer. In case the contractor neglect to use excavated earth in the
embankment by proper planning re/handling will be at his cost & necessary reduction in the
excavated earth will be made in embankment. Regarding transportation of excavated earth, there
shall be joint measurement of each truck/dumper with challans duly signed by the representative of
the City Engineer and the contractor, both at the place of loading as well as unloading. This will serve
as cross checking of work done. Mode of measurements will be as described above.
Compaction of bank work, W.M.M. shall be done by use of vibratory roller of approved capacity.
Compaction of B.M./A.C. shall be done by combinations of vibratory and static rollers as per
specifications of M.O.R.T.H.and direction of Engineer-in-charge. All the items shall be rolled to the
required camber super elevation, density, longitudinal profile etc. and surface finish shall be within
limits prescribed in M.O.R.T.H specifications. For rolling as per requirement of speed of work and
quantity to be rolled number of rollers will have to be arranged by contractor. He should note that
compaction to the required standards will be given top most priority. Rolling of each layer will be
certified by supervisors of contractor &reprehensive of TMC and certificate will be recorded in M.B.
with date, Roller Number etc. Concrete of all grades shall be produced in Ready mix plant &
transported to site through transit mixer within the time prescribed in IS Code. Vibration should be
as per the provisions of the IS Code.
The contractor shall submit bills for measured quantities duly supported with joint measurements
along with copies of records of test results for frequency as per specifications, accounts of bitumen
purchase, use of delivery challans of mix plant to site etc. The Executive Engineer shall check the
bills, and measurements submitted by the contractor and submit the bills after joint measurements
duly signed by contractor.
10.0 All the bench marks/chainage marks shall be painted and preserved till two years after completion
of work by the contractor at his cost.
11.0 The Corporation will test grade of asphalt of any load at the cost of contractor and if it is found that
Specified grade is not used as specified, the whole work done will stand rejected. Work will not be
accepted at reduced rates if the grade of asphalt differs.
12.0 Centering to be used for the gutter walling and slabs shall be of steel plate or of new marine ply only.
No wooden shuttering will be allowed for the concrete of gutter walling, and slab work R.C.C. slab on
gutter and gutter walling shall be done with mechanical mixer and vibrator with proper curing
arrangements. All the concrete shall be foam finished and no plastering shall be allowed to be done.
The slab concrete shall be as per approved mix design only. The reinforcement bars shall be of tested
73
quality. Proper cover shall be provided. The top and bottom surface shall be foamed finished. Sand
having silt content less than 4% shall be allowed to use. Honey combed surface will be rejected. Kerb
stone, centre line divider stones, water tables shall be manufactured in factory with required
specifications of concrete on a vibrating platform. Curing shall be by dipping in water tank for 10
days period and no other curing method shall be allowed. The T.M.C. Engineer shall have right to
check the quality of production in the factory/plant. All these items shall be plate vibrated and true
in line level and weight. The surface shall have foam finish. The joinery of these stones and water
tables shall be of good quality and shall not be more than 10 mm.
The contractor shall post sufficient number of experienced Engineers on site. Engineers to be
appointed on site shall be with approval of Engineer Incharge of the work T.M.C. The contractor
shall appoint at least twoEnginee rs (Out of which at least one shall be a graduate. Civil Engineer
of minimum 10 years experience) and sufficient qualified supervisors for day to day quality and
quantity control, checking at all stages, checking camber, Ghani register etc.
74
15.0 Safety of Traffic durin g exec ution :
During the construction work proper diversion shall be maintained. Proper indicator boards shall be
provided for safety of vehicular and pedestrian traffic and labour, staff working on site. Proper
insurance of staff labour be drawn as indicated in contract. Safety during construction shall be given
top priority and to the entire satisfaction of Engineer incharge.
Tenderer should note that, during the execution of works, debris etc. which is dumped on the
public streets/footpaths/places will have to be removed immediately as per direction of Engineer
in charge, failing which the same will be got removed at their risk and cost.
76
11. Densi ty Gauge - t o ch eck the field dens ity of bitumin ous and sub base l ayers an d s oil
strata.
12. Flakiness a nd elon gation index Gaug es.
1 3. Compressive str ength testing mac hine (for cube t ests) of minimum1 50 t onne
capacity electrical ly op erat ed an d duly calibrat ed every 6 mont hs. Testing
mac hine should b e main- tained properly. In case of failur e, th e s ame shall be
repaired or repl ac ed within 2 d ays.
1 4. A ggregate drying equi pments, M. S. Tray of 0.6 M x 0.45 M and Keros ene stove or
electric hot plate.
15. E quipment for t esting of si lt cont ent i n sand.
16. I nfra Red th ermo meter calibr ated upt o 250 degree Celsius
17. Sieve s hak er.
1 8. Kadappah st on e p latform of si ze 2 .5m. x 0.90m. appr ox.
19. Digi tal Density Meter for c omputing In-S itu Densi ty.
20. O ther mac hines as may be direct ed by t he E ngine er.
21. All nec essary pro tec tive instrum ents s uc h as Boots, Mask, Protective fac e s hield,
Gloves, sanitis er
etc. for his staff and for bonafide use of TMC vi si ti ng site.
2 2. Core cutting m ac hine wit h appropri ate power s up ply arrangements.
2 3. Aggregate testing machin e
2 4. Set o f appro priate sieves for finding fin enes s modulus and for aggregate
Grading.
2 5. Equipm ent for t esting of bitumen c ontent & grad ation for asphalt wor k
2 6 A ggregate impact value test mac hines
27. Any additio nal machi nery / equi pments shal l be pr ovided at site as direct ed by
Engine er- in-charge C ontract or must establ ish this labor atory withi n 15 d ays the
dat e of l etter of accepta nce of c ontr act. On failur e to establish the laboratory i n
full a penalty of Rs . 300/ - per week or part thereof p er equipment will be
imposed till t he c ontrac tor procur es t he nec essary eq uipment i n good working
condition.
All the tes t r ecords shall be meticul ously maintain ed by t he Contr actor duly
signed by E ngin eer In- charge of t he T.M.C . in the s ite la boratory an d mad e
available as and w hen required.
77
Six conc rete cubes s hall be t este d at Contr ac tor' s c ost i n the approved lab, for
seven and twenty ei ght days strength as and when direct ed by Engineer-in-
charge as a c r oss c heck or as directed in additio n to usual t esting at site lab.
C ontr actor s hould poss ess adequate st an dard CUBE MOU LD S. Spec imens wi ll be
trans ported t o any approved lab by contrac tor at their c ost.
20.0 The mi x d esign of adeq uat e str engt h as r equired and s pecified by the Engi neer
shall b e d on e by co nt ractors. The mix desi gn shall be got c hanged at th e cost of
contrac t or if quality of materi als and gradations are ch ange d or as may be
directed by t he City E ngineer.
21.0 The mix d esign s houl d confirm t o one of t he m ethods s pecified in & SP:23:1982
or as per I RC 44:19 76 / ES 10262
22.0 The ten ders shall sub mit a lis t of equipmen t’s, machinery possessed by them an d
requir ed for exec uti on of co nc rete works. Al l grades of c oncrete sh all be
pro duces onl y Ready mix plant. N o mi xing of any grade of concret e will be
allowe d at site except for very small quantiti es with prio r permission of
Engine er- in-charge Tr ansport ation will be t hro ugh tr ansit mixer only.
23.0 Initial curi ng shall st rictly be done by c ov ering wi th H essi an cloth & s pri nkling
with water over the c oncreted portion as soon as t he concrete s tarts setti ng.
24.0 The c ontr actor s hall obt ain and mai ntain a t eleph on e at site at their cos t till
expiry of c ontr act p eriod within 15 days the date o f er ectio n of site offi ce,
failing whic h a pen al ty of Rs. 300/ - per day will be levi ed an d rec overed.
25.0 After completi on of t he w ork t he contr act or shal l su bmit 3 set s of c ompletio n
drawings s howing therein the det ail s of w ork exec uted includin g the detai ls of
SWD and th eir di ameters, wat er mains l aid, loc ation o f ducts, manh ol es and
water entranc es etc. as direct ed by th e Exec utive E ngineer. Such c lass shall be
mou nte d on canvas cloth. The complet ed work shall be ha nd ed over to all the
concerned de partment of TMC along with the res pecti ve ward o ffices wi th
necess ary plans after c ompleti on of t he work.
26.0 Necessary traffic s ign s and boar ds inc ludi ng provision o f tr affic cones etc. for
traffic diversio n, c losure of road, r oadwor k in progress , etc . as direct ed shoul d
be fix ed by at the C ontract ors own c ost, failing to whic h a penalty of Rs. 500 0 /-
per d ay shall b e levied o n co ntractor. Necess ary traffi c si gns and b oar ds
incl uding provi sion of traffic cones etc. sho uld be provided for traffic divers ion,
closure of road, r oadwork in progress, etc. as directed by th e Contrac tors of
their cost.
78
27.0 No extra payment wil l be made f or th e us e of admixt ures.
28.0 Day by day recor d of exec uti on of work and relati ng tec hnic al records, r egisters,
tests and test report s shoul d be maint ained by the co ntract or 's engineer and
duly get checke d and correc ted by site in charge of TMC , whi ch is responsibility
of t he contr actor. Failing which, claim for the bill for such works will not be
entertained.
29.0 Temper atur e of B.M. / A.C . while placi ng has to be maint ained b y contract or
30.0 Hot Mix plant must be f ully at omi zed and eq uip ped wit h com puterized
mac hineries. C alibr ati on of weighing bal ances must be ch ecked i n the presence
of TMC Engine er
31.0 Ready mix co ncrete plant must be full y atomized and equipped with
comput erized mac hi neries. Calibratio n o f wei ghing balanc es mu st chec ked at six
mont h.
32.0 The work will be allow ed in two s hifts of 8 hours eac h i. e. by day an d by night
also if warr anted, wit h pro per adeq uate lighting arr angement at no extra cost to
C orporation.
33.0 Contrac tor s hould remove kerb st one, water table, divider, and r ailing an d
trans port it free o f c ost to the plac e as suggested by Engin eer-in- charge.
34.0 Water used f or mixing and curing of co ncrete shall be clean and free injurio us
substance like oil, sal t, acid, veg etabl e matter an d other su bs tances h armful to
the c oncrete. It s hall meet th e requir ement sti pul ated i n I S 45 6. The water
bro ught f or conc reti ng and curi ng etc . shal l be got tested Municipal La bor atory
to veri fy wheth er it is suit abl e for above purp oses whenev er dir ected. This
testing will be done at contr actor’s cost
35. SPECIFICATIONS FOR TRAFFIC SIGN S & ROA D MARKINGS
Traffic Signs
Tempor ary traffi c and c onstr ucti on si gns ar e to be provide d during constructio n
and maintenance, ope ratio ns for traffi c div ersion and pedestrian safety.
Road Marking
1. Road mar kings shall be of hot appli ed t hermos plastic mat erials with glass
reflect -rising beads as per r el evant clauses of s ection 803 of M.O. R.T.H
specific ati ons.
2. Road mar king sh all be as per IRC: 35-1 997. This marking s hall be appl ied t o
road c en ter l ines, edge lin es, conti nuity line, sto p l ines, give –way lines,
79
diagonal /chevron markings, zebr a crossing an d at parking areas by mea ns of an
approved self-pr opelled machine which h as satisfactory cut-off valves c apable
of ap plying br oke n li nes autom ati cally.
3. Synthetic enamel paints shall be used t o display det ails of structure number,
span arrangement etc . on all c ul verts an d bridges with requir ed descripti on as
per M.O.S.T. guidelin es.
ii) Properties : -
The properti es o f th ermopl asti c mat erial, when test ed in acc ord ance with A.S.T.M.D .
36/ BS-3262 (Part I ) s hall be as below:
a) Lumin ance:-
White day light-Lumi na nce at 45 0 - 65 % min as per AASHTO M 2 49 Yellow day
light- Luminanc e at 45 0 - 45 % as per AA SH TO M 249 .
b) Drying time -
When applied at a temp erat ure s pecified by the m anufac tu rer and to t he
required t hickness, the material shall set to beat traffi c is not more than 1 5 min.
c) Skid resis tance – not less than 45 as per BS-6044.
d) Cracking resistanc e at low temp erature-
80
The mat erial s hall show no c rac ks on applicatio n to conc rete bloc ks .
e) Softening poi nt- 102 .5 as per & 9.5 c as per ASTM D 36
f) Flow resistance – N ot more than 25% per AASHTO M24 9.
g) Yellowness index (for white therm opl asti c pai nt) N ot
more t han o ne as per AASHTO M24 9.
4. Reflect orisation s hall be achiev ed by incor porati on of beads. The grading and
other properties of t h e b eads sh all be as un der.
5. The thermoplas tic material shall readi ly get s creeded / excrud ed at
temperat ure s pec ified by t he manufac turers f or res pective meth od of
ap plication to produc e a li ne of specified thic kness which s hall be continuous
an d u niform in sh ap e having clear and s har p e dges.
6. The subject material up t o h eating to application t emperatu re shal l not
exclude fumes whic h are toxic, obno xious or injurio us to pers ons or pr op erty.
7. Properties of fini shed road marking shall be as under:
a. The stri p s hall not be slippery when wet.
b. After ap plication and proper dryi ng t he st rip shall not
show appreciable deformati on or di scoloration under
traffic.
c. The marki ng shall not deteri orate by contac t with
sodium c hloride or oil drippi ngs traffi c.
d. The stri p or mar king shall maintai n its original
dimensi ons in pos ition. Col d ductility of the ma terial
shall be such as t o permit normal m ovement with the
road surf ace without chop ping or cracking.
e. The color of yellow marking s hall c onf orm to IS C ode N o.
356 as given in IS 164 .
f. Durability – The ro ad markings sh all be highly durabl e i n
all weather an d traffic conditions. I t shall last for a
period of five years. The markings w hen teste d s hall
show no sig n o f c racking, fl aking, pe eli ng o ff or
disi ntegration.
8. The mar king shall b e done by machi ne.
81
9. The t hermopl astic material shall b e applie d hot eit her by screding of
extr usion m achine at a temperature within th e range speci fied by the
manufact urer.
10. The s urface s hall be thor oughly c leaned of all dust, dirt, gr eas e, oil and all
other foreign matter before applicati on of the pai nt.
11. The paint s hall be applied i n int ermittent or continuous lines a s directed and
specified an d of uni form thickness of at least 2. 5 mm, unl ess specifie d
otherwise.
12. Where arr ows or letters are to b e pr ovided, the paint may be han d applie d.
13. The tender er shall fur nish a c opy of certifie d test rep orts the manuf actur er of
glas s be ads o bt ained a reput ed lab orat ory showing res ults of all the tes ts of
all the t ests s pecified and s hal l c ertify th at the mat erial meets al l the
requir eme nts o f spec ificatio ns.
14. The t herm oplastic material used should be complying to s pec ificatio ns of B.S.
3262 Part –I/A STMD- 36.
15. For Bitumino us Road work;-
15.1 All materials to be us ed, all met ho ds adopted and all works
perf ormed shal l be s tric tly i n accordance w ith t he r equirem ents of t hes e
Specificati ons. The Contrac tor sh all set up a fiel d l aboratory at l ocatio ns
approved by the E ngi neer and e qui p the s ame with adequat e equipment
and pers on nel in ord er to carry out all requ ired tests and Q uality C ontrol
work as per Specific ations and/or as directed by t he Engineer. The
i ntern al lay out of the l abor atory s hall be as p er Cl aus e 121 and/or as
directed by th e Engineer. T he list of e qui pment and th e faciliti es to be
provided shall be got ap proved fr om the En gineer i n advanc e.
15.3 The C ontr actor shal l carry out q uality c ontrol tests on t he materi als
andworkt ot hefr equencystipulatedi ns ubs eq uentp aragr aphs. Inth eabs enc e
ofclearindic ati ons about method and or fr eq uency of tests f or any i tem,
the instruc tions o f the Engineer shal l be fo llowed.
82
15.4 For satisfying himsel f about the quality of the materi als and work,
quality contr ol tests will also be conduc te d by t he E ngineer (by hi mself,
by his Qual ity Control Units or by a ny o th er agencies d eemed fit by him),
generally to t he frequency set
fort hh ereinunder.A dditionaltestsmayalsobecond uctedwher e,intheopinio
noftheEngin eer, ne ed for suc h tests exists.
15.7 The C ontrac tor shall c arry out mo difi cat ions in the pr oc edur e of
work, i f f ou nd necessary, as dir ected by t he E ngineer during ins pection.
W orks fal ling short of qu ali ty sh all be rectif ied/redone by t he C ontract or
at hi s ow n cost, and defective work shall also be rem oved fro m the site
of wor ks by th e Contrac tor a this own c ost.
15.8 The cost of la borat ory building i ncludi ng s ervices, ess ential sup pli es
l ike water, el ec tric ity, sani tary servi ces and their mai ntenance an d c ost
of all e quipment, tools, materials, lab our and inciden tal stopper form
tests and other operations of qu ality contr ol
acc ording to t he Specifi cation requiremen ts shall be de emed t o be
i ncidental to the wor k and no extr a payment shall be mad e for t he s ame.
If, however, th ere is a separat e item in the Bill of Q uanti ti es fo r setting
up of a labor atory and ins talling testi ng equipment, suc h work shall be
pai d for sep ar ately.
83
15.9 For tes ting of s amples of soils/ soil mix es, granul ar m ateri als, an d
mixes, bit umin ous materi als and mix es, aggregates, c or es etc ., sampl es
i n the req uired q uantity an d form s hall b e supplied t o t he Engineer by
the Contrac tor at his own cost.
15.1 1 For testi ng of c ement c oncr ete at site during constr uc tion,
arrangements for sup pl y of samples, sampling, testing a nd supply of test
results shall be made by the Co ntract or as per the frequency and number
of tests s pec ified in t he Handbook of Q uali ty Control f or C onstru ction of
Roads and Runways (IRC : SP :11) and rel evant IS C odes
orrelev antcla uses oft heseSpecificati ons,thecostofwhic hshal lbebo rnebyth
eContract or.
15.1 2 The method of sampling and testi ng o f mat erials shal l be as required
by the “Hand book o f Quali ty Control for Cons tr uc tion of Roads and
Runways ” (I RC : SP :11 ), and these MOST Specific ati ons. Where they are
contradicting, the provision in these Sp ecific ations shall be f ollowed.
W here t hey ar e si lent , sound engi neeri ng practic es sh al l be ado pted. The
sampling and tes ting proc edur e to be us ed shall be as ap prov ed by the
Engineer and his dec ision sh all be fi nal an d binding o n the C ontr actor.
15.1 3 The materials for embankment construct ion s hall be got ap proved
from t he Engi neer. The r esp onsibil ity for arr anging and o btaining t he
l and f or b orrowing or ex ploit ation in any oth er way sh all rest with the
C ontr actor who shall ensure smoot h and uninterru pt ed
supplyofmaterialsinthereq uire dq uantitydur ingthec ons tr uc tion per iod.
84
Similarl y, the supply of aggregates for c on struc tion of road p av ement shall be
from quarries appr oved by the E ngineer. Responsibility for arra nging
unin terrupt ed supply of materials fr om the so urce sh all be t hat of the
C ontr actor.
At the time o f s ubmis sion of tenders, the Co ntractor sh all furnis h a list of
materials/ fi nished pr oduc ts man uf actur ed, produc ed or fabricat ed outside In dia
whi ch he pr op oses to use i n t he w ork. The C ontract or shall no t be entitled to
extension of tim e for acts or events occurr ing outs ide Indi a and it shall be the
C ontr actor’s res po ns ibility to mak e timely delivery to the job site of al l such
materials obtain ed fr om o ut si de India.
The m ateri als i mp or ted from o utsid e I ndia s hall conform to the relev ant
Specificatio ns of the Contr act. In case w here mat erials/finis he d produc ts are n ot
covered by th e Spec ific ati ons in the Contract, the details o f Speci fic ations
pro pos ed to be followed and the testing procedur e as well as
laborat ories/es tablis hments wher e tests are to be carried out s hall be
specific all y br ought out and agreed to i n th e Contract.
85
The Contr actor s hall furnis h t o t he Engin eer a c erti ficate of co mpli ance of t he
tests c arrie d out. In a dditio n, certi fied mill test reports cl early identified to the
lot of mat erials shall be f urnis he d at th e C ontr actor’s cost.
16.1 Gener al A ll works performed shall c onform to the lines , grades, cross
secti ons and dimens ions show n on the drawings or as dir ec ted by th e
Engineer,
Horizontal alignment s shall be recko ned with respec t to t he centr e l ine of the
carriage way as shown on t he drawi ngs. The edges o f t he c arriageway as
construct ed
shallbec orrectwi thinatolerance of10 mmth erefrom.Thecorres po ndingtol erancefo
redges oft her oadwayandl ower layer s oft pavement s hall be25mm.
The levels of t he s ub grade and diff erent pavement cours es as c onstructed, shall
not vary fr om those calculated with refe rence t o the longit udinal and cross-
profil e of t he road sh ow non the drawings or as direct ed by t he Engineer bey on d
the t oler anc es menti oned in Table 900 –1.
TABLE90 0–1.TOLERANC ESINSURFAC ELEVELS
86
16.3.2 Bas e-c ourse for flexi ble p aveme nt
16.3.2.1 Bituminous c ours e +6mm
-6 mm
16.3.2.2 Otherthanbituminous +10mm
16.3.2.2.1 Machi nel aid -1 0 mm
+15 mm
16.3.2.2.2 Manuallylaid -1 5mm
Provided, howev er, t hat the neg ative t ol era nce for w earing course sh all not
bepermittedinc onjunc tionwiththep ositivetolerancef orbasecourse, if the
thi ckness of the for mer is thereby reduc ed by mor e than 6 mm for flexible
pavements and 5 mm for concrete p avements.
For checki ng compli ance with the abov e requirement for subgra de, s ub-bas e and
bas e c ours es , meas ur ements of t he surfac e l evels shall be tak en on a grid of
poi nts pl aced at 6. 2 5 m longitudin all y and 3.5 m tra nsversely. For any 10
consecutive measure ments t ak en l ongit udinal ly or transvers ely, not m ore than
one measurement shall be permitted to exc eed t he tolerance as above, this one
measur eme nt being n ot in exc ess of 5 mm ab ove the permitted tolerance.
For checki ng the c om pl ianc e with the a bove req ui rem ent for bituminous wearing
courses and concret e pavem ents, measur ements of the surface levels shall be
87
taken on agrid of points spac ed at 6.25 m along th e l ength and at 0.5 m from the
edges and at the cent re of t he pavement. In any lengt h of pavement, compliance
shall b e deemed to be met for t he final road s urfac e, only if the tolerance given
above is sati sfi ed for any p oin t o n the sur f ace.
16.4 SurfaceRegularityofPavementCours es
----------- ------- -------- -------- ------- -------- -- ------------- -------- ------- -----------------------------
Surfaces of Surfaces of lay bys, servicec arriageways
areasand allbi tumi no usbaseand paved courses
shoulders
Nation al
Highways/ Expres 20 9 2 1 40 18 4 2
ways*
Roadsoflowerc at
gory* 40 18 4 2 60 27 6 3
88
The maximum allowable dif ferenc e between the road surfac e and un dersi de of a
3m s traight- edge when placed paral lel wi th, or at right angles to the centr e line
of t he roada t points decidedbytheE ngine er shal lbe:
for paveme nt surfac e (bitumi no us and cem ent concr ete)3 mmfor bitumi nous basec ours es
6mm
forgranul arsub- base/ bas ecours es 8 mm
16.5 Rectificatio n
Where the surfac e r egularity of su bgrade and the v ario us pavement courses
falloutside t he s peci fied tol eranc es, the Contr actor s hall be liable to rectify
thes e in t hem anner d escribed below andt o thesatisfacti onof theEngine er.
(iii) Lime/ Cement Stabilized Soi l Sub- base: For lime/ cementtreated
materialswheret hes ur faceishigh,thesames hallbesuitablytrimmedwhiletaki
ngc are t hat th e material below is n ot dis turbed due t o this op erati on.
However,where the surface is low, t he same shall be c orrected as
described herei nbelow:
89
For cement treat edmaterial,when the timeelapsed
betweendetec tionofirregularity and t he ti me of mixing of the materi al is less
than 2 ho urs, thes urface shall be scarifie d to a depth of 50 mm supplemente d
with freshlymix ed m ateri als as necessar y and recompac ted to the rel evant
specific ati on.W he n t his time is mor e th an 2 ho urs, t he full d epth of the l ayer
shall be r emoved fr om the pav ement and repl aced with fr esh materi al t o
Specificatio n.This shal lalsoapplyt olimetreat edmaterial exceptt hat thetimecrit erio
nshal l be3 ho urs inst eadof 2 hours.
(iv) W ater Boun d Mac adam/Wet Mix Mac adam Su b-bas e/ Bas e: Where
thes urface is high or low, the top 75 mm shall be s carified, resha ped wi th
addedmat erial as nec es sary and recompac tedt o Clause 40 4. This shall als o
apply towet mi xmacadamt o C lause4 06.
For wearingc ourse,w hereth e surfaceis high or low, thefull depth of th elayer
shall be rem oved and replac ed with fres h mat erial an d c ompac ted
tosp ecific ations.Inallc as eswheret herem oval andreplacementofabituminous
90
layer is involved, t he area tr eated shall not be less than 5 m in lengt h and
notlessth at3.5 mi nwidth.
(vi) DryLeanC oncr eteSub- bas e/ Rolle dC ementConcrete:T hedefec tivele ngth of
the c ours e s hall be rem oved to full de pt h an d r eplac ed wi th
materialconf orming to Claus es 6 01 or 603, as applicabl e. The ar ea treat ed
shall be atleast 3 m long, not l ess t hat 1 l ane wid e and ext end to the full
depth.
Beforerel ayingthec ourse,thedistur bedsubgrad eorl ayerb elowshall bec orrect
edbylevelling,wateringand compacting.
If deemed nec essary by the E ngineer, a ny s ection of t he slab whic h d eviates from
the spec ified l evels and t oleranc es s hall be dem ol ished and rec onstr uctedat
theC ontr actor’sexpen se.
17.1 Gener al
The mat erial s supplied and the wor ks carried out by the Contr actor s hal l
conf ormto th especific ationspr esc ribedi n t h e prec edi ngClaus es.
91
For e nsuri ng t he requisite qu ality of constr uction, t he material s and works shall
besubjecte d to qu ali ty control tests, as desc ri be d hereinaft er. The testi ng
frequencies
setfort haret hedesira bleminimumandtheEngi neers hall havethefull aut horityt oc arr
yout ad ditio nal tests as frequently as he may deem nec ess ary, to satis fy himself
that them ateri als and works c om ply with the appr opriat e speci ficati ons.
However, the n umbe r oftests rec ommended i n Tables 900-3 and 900- 4 may be
reduc ed at t he discr etio n of theEngi neer if i t is felt that co ns istenc y in the
quality of materials c an s till be mai ntai nedwith ther educed numberof tests.
Test procedur es for the various qu ality c ontrol tests are indicat ed in t he
respec tiveSections of these Specificatio ns or for certain tests wi thin t his
Section. Wher e n o s peci fic testing procedure is mentioned, t he tests s hall be
carried out as per t he prevalent acc eptedengineering practiceto the di rectionsof
the E ngineer.
903.2.1. Borr ow material:Grid the borr ow are a at 25 m c/ c (or closer, if thev ariabil ity is
high) to full depth of pro pos ed wor king. These pits s hould be l ogged andplo tted f or
pro per i dentific ation of suit abl e sour ces of mat erial. The following tests
onr epres entative s amplessh all becarried out:
(b) Plastic ity Test [IS : 2720 (Part–5 )] : Eac h type t o be tes ted, 2 tests
per3 000c ub.metr esof soi l.
(c) D ensity Tes t [IS : 2720 (Part-8)] : Each soil type t o be tes ted , 2 tests
per3 000c ubicmetres o f soil.
92
(d) D eleteriousC ontentTest[IS:2720 (Part–2 7)]:A sandwhenrequiredb ythe
Engine er.
(e) Moisture C ont ent Te st [IS : 272 0 (Part–2)] : One tes t f or ev ery 2 50
cubicmetres of s oil.
903.2.2. C ompaction Co ntrol: Contr ol sh all be exer cis ed o n each layer by taking at l east one
measur eme nt of dens ity for each 10 00 square meters of c ompac ted ar ea,
orclos erasrequiredtoy ieldtheminimum numberoft estresultsf orevaluatingaday’swork
on statistical bas is. The determi nati on o f density shall be in accordanc e with IS
:272 0 (Part–28). Test locati ons s hall be c hosen only t hroug h random s ampling
techni ques.Control s hall n ot be b ased on the res ul t of any one test b ut on th e mean
value of a set of5-
10densitydetermi nati ons. Th en umberof test sinones etofm eas urementssh allbe6(if
non- destr uctive tests are c arrie d o ut, th e number of t ests shall be doubl ed) as long
as itis fel t that su fficient control over borr ow mat erial and t he met ho d of
compaction is being exercised. If c onsi derable variations are obs erved between
individual density results, themini mumnumbero f tes ts i n one s et of me asur ement
shall be increas ed to 1 0. Theac cep tance c riteria shall be subj ec t to the conditi on
that the mean density is not l ess thant he sp ecifieddensity plus:
903.2.3. C ut form ati on: Tests for the de nsity req uirements o f cut formati on s hallbe
carriedouti n accor dancewith C laus e903 .2.2.
93
17.3 TestonSub-b asesan dBases(exc ludi ngbit umenboundbas es)
The tests and their fr equencies for the di fferent types of b ases an d sub-bases sh all be as
given in Table 900- 3. The evaluation of density results and acceptanc e c riteria
forc ompaction co ntr ol shall b eonli nessimilartot h osesetout in Cl ause 903 .2.2.
903 .3.1. Acc eptance c ri teria: The acceptance criteria for tests on the s tr ength
ofcem ent/lime stabil i sed soil and distrib ution of stabiliser cont ent s hall be
subject t o theconditio nthatt hemeanvalue is notl essth ant hes peci fi ed value plus:
94
TA BLE 900 -3. CONTROL TESTS AND TH EIR MINIMUM FREQUENCY FORSU B-
BA SESANDBASES(EX CLUDI NGBI TUMEN BOUNDBASES)
95
Onetestp er1 00c ubicmetreofaggregate
4 WetMixM acadam (i) A ggregateImpactV alu e Onetestper200 m 3 of aggregate
(ii) Grading Onetestp er1 00m 3 of aggregate
(iii) Flaki ness andElo ngatio nIndex
Onetestp er2 00m 3 of aggregate
(iv) Atterberg limits of Onetestp er1 00m 3 of aggregate
porti on
ofaggregat epassing425
micronsi eve
96
(v) Densityofcomp actedlayer Onetestp er500 m 2
903 .4.2. A cc eptance cri teria: The accept ance criteria for tests on dens ity andMars hall
stability shall be s ubj ec t to th e c on diti on that th e mean v alue is not less than
thes pecified val ueplus:
TA BLE 900- 4.CONTROL T ESTS AND THEI R MINIMUM FREQUEN CY FORBI TUMINOU SWORKS
97
(v) W ater absor pti on ofaggregates -do-
98
S. TypeofC onstruction Test Frequency(minimum)
No.
3. O pen-grad ed (i) Qualityofbi nd er Two samples per l ot to
PremixCar p besubjec ted to al l
et/Mix- or some tes ts
SealSurfacin asdirect edbyEngine
(ii) AggregateI mpac tVal
g er
ue
Onetestp er5 0m 3 of aggregat
e
(iii) Flaki ness I nd ex -do-
andElongati onI
ndexofaggregat
es
(iv) Stri ppingvalu e Same as m enti oned underSerialNo.2
(v) W ater Same as m enti oned underSerialNo.2
abs orpti on
ofaggregat es
(vi) Gradingof aggregates Onetestp er2 5m 3 of
aggregates
(vii) Stonepolishingval ue As required
(viii)Temper atur e of Atregul arc loseintervals
bind eratapplicati
on
(ix) Bindercontent Twotestsperday
(x) Rateofs pread ofmix Regular control thr ough
edmaterial checkso nmaterials an dlay
erthickness
4. Bi tumi no us Macadam (i) Q ualityof bi nder Twosamples perl ottob e
subjected to all or some tests as direc tedbytheE ngineer
(ii) AggregateImpactValue
O netestp er50m 3 ofaggregate
(iii) Flaki ness I ndex -do-
andElongati on I ndex
ofaggregat es
99
(iv) Stri ppingvalu e Same as mentioned u nd erSeri alNo.2
(v) Gradingof aggregates Twotests perdayper plantb oth
on t he i ndi vid ual c ons tituentsandmi xedaggregates fromt hedryer
(vi) W ater Same asi nSerialNo.2
abs orpti on
of aggregat es
(vii) Bindercontent Perio dic,subjecttomi nimum
oftwo testsp erdayper plant
(viii) Contr ol of Atregularc loseint erval s
temp erature of
bi nd er an d
aggregat ef or
mixing and of
themix att hetimeof
layi ngan dr olling
(ix) Rateofs pread ofmix ed Regularcontr olthr oug h c hec ks
101
material oflay erthick ness
S. TypeofC onstr ucti on Test Frequenc y(minimum)
No.
5. Bitumi nous (i) Qualityofbi nder Twosamples perlotto be
Penetration subjectedt oall orsome
testsas
Macadam/ Built- up directedbyEngi ne er
Spray-Grout
(ii ) AggregateImpactVal Onetestp er2 00m 3 of
ue
aggregate
(ii i) Flaki ness Indexa nd -do-
El onga tionIndex
(iv) Stri ppingvalu e Sameasmenti oned und er
SerialNo 2
(v) Waterabsor ptio no f Same asi nSerial No.2
aggregates
(vi) Aggregategrading Onetes tp er100m 3 of
aggregate
(vii) Temper atur eofbi n A tregularcloseint ervals
deratappl icati on
(viii) Rate ofs pread of bind er Onetestper500m 2 ofar ea
6. Dense (i) Qualityof binder Twosamples perlottobe
BituminousMacadam subj ected to all or so me tests as direc ted bytheEngi neer
/Semi
DenseBitumi nousC on
crete/Bit uminousCo
(ii) AggregateImpactValue
ncrete
Onetestper50m 3 of aggregate
(iii) Flaki ness Ind ex andElongation In dex -do-
ofaggregat es
(iv) StrippingValu e As inSerialNo.2
(v) W ater absor ption ofaggregates A sinSeri alNo.2
102
(vi) Sandequivalentt est As required
(vii) StonePoli shi ngValue As required,forSemiD ense
BituminousConcrete/ BituminousConcrete
(viii) Mixgradi ng One set of t ests on individualconstituents and mix edaggregat e from
the dryer foreach40 0t onnes ofmixs ubjectto a minimum oftwot estsper
plantperday
103
S. TypeofC onstruction Test Freq ue ncy(minimum)
No.
6. DenseBit uminous (ix) Stabili tyof Mi x Foreac h400tonnesofm ix
Macadam/ SemiDens pro duced,as etof 3
e Marshall
Bitumi nous specimens tobe
preparedan d
C onc rete/Bit umin ou teste dforstability,flowval u
s e,
Concret e densityandvoi d conte nt
subjectt oa minimum oftwo
setsbei ngtest ed per plantp e
r
day
(x) W atersensitivi tyo fmi Asrequiredfor Bi tuminous
x
(Retentionof C oncret e
MarshallStabil ity)
(xi) Swelltestont he mi x -do-
(xii) C ontr olof tem peratur Atregularc lose i nt ervals
e of
104
105
binder in boil er,aggregate in the dryerandmixatt hetimeofl aying androlling
(xiii) Contr olofbinderc ontentandgradationint hemix
106
A ppendi x -1
Thane MunicipalCor porati on, T hane
Sub: Chart showing frequency of test r esults t o be carried out at RMC pl ant
Sr. Material/ Name of Test Frequenc of test
I
t
e
m
s
1 sand Sieve analysis 1 test/ day
F.M. 1 test/ day
Silt content 1 test/ day
Moisture Cont ent 2 test/ day
Specific gravity 1 test for each source &
subsequ ently on monthly
basis
2. Metal 1 Grading 1 test/ day
Impact value 1 test for each source &
subsequ ently on monthly
basis
Abrasion value 1 test for each source &
subsequ ently on monthly
basis
water absorption 1 test/ day
Soundness 1 test for each source &
subsequ ently on monthly
basis
A lkali aggregate 1 test for each source &
reactivity subsequ ently on monthly
basis
Flaki ness index 1 test for each source &
subsequ ently on monthly
basis
3. Metal 2 Grading 1 test/ day
Impact value 1 test for each s ource
&subsequently on monthly
basis
Abrasion value 1 test for each source &
subsequ ently on monthly
basis
water absorption 1 test/ day
Soundness 1 test for each source &
subsequ ently on monthly
basis
A lkali aggregate 1 test for each source &
reactivity subsequ ently on monthly
basis
Flaki ness index 1 test for each source &
subsequ ently on monthly
basis
4. Cement All tests 1 test/ source and besi des the
contractor will submi t daily
test data on cement
releas ed by manufact urer.
5. Water Chemical tests 1 test/ sourc e and additional if
requir ed by Engineer in
charge
6. Mic ro A ll tests 1 test/ sourc e and additional if
s requir ed by Engineer in
il charge
i
c
a
7. Concret e Compressive test A s per PWD norms
c
u
b
e
s
8. Concret e Flexural str ength A s per PWD norms
c
u
b
e
s
9. Bitumen All tests A s per PWD norms
Chapter – V
1. The scope of work covered under the present tender is to construct CC Roadalong the
proposed road Line (RL). Cross section of proposed road is shown on drawing.
The work to be carried out consist generally of construction of storm water drain along the
road on one side, development of road crust, surfacing with asphalt, construction of nalla
culvert, etc. are the main components. It should be borne in mind that the details given in
paras 1 to 11 below are broad details to get some idea about the type of work involved in
the work and general site conditions. For more details regarding levels, grades, cross-
sections, specifications, mode of construction, quantum of work etc., please refer various
cross sections attached to the tender documents, item wise specifications, Schedule-B and
other documents in the contract. The contractors are deemed to have inspected and
studied, the site condition regarding the work already done, fresh work to be done and
other structures, and other site and traffic condition etc. before quoting his rate for the
work. In case of any variations in respect of technical details, the details given in Schedule-
B, itemwise specifications and other specifications and conditions given in the contract
shall govern. In respect of details given in regarding site condition, the department does
not claim that these details are fully correct and exhaustive.The Contractor should verify
the site conditions and be thoroughly conversant with all site conditions/details etc. before
quoting and no claims on any account due to variations in the information's in the given
site conditions etc. will be accepted by the department. The contractors should study and
assess these conditions fully before quoting the rates.
3.1 Deleted
To be provi ded a s per speci fi cation a nd as per the final cr ust desi gn a s
directed by E ngi neer i ncha rge.
3.3 Water Bound Mac adam:
The agg regate s for the Water Bound Maca dam shall be crushed or broke n
stone whi ch shall be har d , durable a nd fre e from excess of flat, elongate d
soft a nd di si ntegrate d parti cl es dirt and other obj ecti onable matter. The
aggregates shal l confirm to the physi cal requi rement set forth i n ta bl e -1
and to the sizes and gra ding i ndi cated i n table -2 conform ing to MoSt
speci fi cation.
Table- 1
Table- 2
Grading requir ement of co arse aggregates for Water Bound Mac adam (As per
specificati ons of r oad & Bridge w orks Ministry of Transport)
1 90 mm
45mm 0-15
22.4mm 0-5
3 53mm
45mm 65-90
22.4mm 0-10
11.2mm 0-5
Screening Materials:
Table N o. 3
11.2mm 95-100
5.6mm 15-35
B. 11.2mm 100
5.6mm 90-100
The consolidated details of quantity of coarse aggregates & Screeni ngs required
of various gradesof WBM are given in Tabl e – 4 . the frequency of various
tests to be c onduct ed are given in Table no. 5
Table no. 4
Table no.5
1 Los Angel es Abr asi on Val ue / IS :2386 (PART- IV) 1 test per 200 cum
Aggregate Impact Val ue
-1983
1 test per 100 cum
2 G rading of A ggre gates & IS :2386 (PART- I)-
Screeni ngs 1963
1 test per 200 cum
3 Flaki ness index of Aggregates IS :2386 (PART- I)-
1983
5. CONTRACT DRAWINGS :
The Contract drawings provided for tendering purpose are enclosed with this tender
Documents and shall be used for reference and guidance only.
Two copies of working drawings, on the basis of which actual execution of the work is to
proceed, shall be furnished free of cost to the Contractor by the City Engineer time to time
as per program of execution approved by the City Engineer.
The Contract Drawing will also include any other Drawings which the Engineer may issue
time to time during the currency of the Contract.
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. No examination or
approval by the “Engineer” of any drawing or other documents submitted by the
Contractor shall relieve the Contractor of his responsibilities or liabilities under the
Contract.
6. The works specified under this contract shall include all general works preparatory to the
construction of roads, drainage work and all other things, requisites and work of any kind
necessary for the due and satisfactory construction, completion and maintenance of the
works to the intent and meaning of the drawings and the specifications and further
drawings and orders that may be issued by the City Engineer time to time, compliance \by
the Contractor with all general conditions of Contract, whether specifically mentioned or
not in the Clause of this specification. All materials, apparatusplant, machinery, tools, fuel,
water, strutting, timbering and tackle of every description, transport, offices, stores
workshop, staff labour and the provision of proper and sufficient protective works,
diversion, temporary fencing.lighting and watchmen and safety equipment required for the
safety of the public and protection of the works at all stages and after completion of work
upto the end of guarantee period and adjoining land, first aid equipment, sanitary
arrangement for the staff and workmen, the effecting and maintenance of all insurances,
the payment of wages, salaries, fees, royalties, duties, taxes, levies or the other charges
arising out of the execution of the works and the regular clearance of rubbish,
reinstatement and clearing up and leaving perfect of completion. The contractors shall pay
the environmental cess on murum and rubble levied by the competent authorities. The
contractors shall also pay the royalties as directed by the competent authorities.
TECHNICAL SPECIFICATIONS :
7. GENERA L GUID ELesINES FOR TECHNICA L SPECIFICATIO NS :
The specifications for various items to be followed are as per M.O.R.T.H 5th revision April
2013 specification for Road and Bridge Works Latest Revision and “ Maharashtra P.W.D.
Standard Specification”
In the absence of any definite provisions on any particular item in the aforesaid
specifications, and additional specifications given herein after, referenced may be made
tolatest I.R.C. Codes of practice, B.I.S. specification and Indian Railway Codes in that order.
Where even these are silent the construction and completion of the items shall conform to
the Sound Engineering practice and in case of dispute arising out of the interpretation of
the above, the decision of the City Engineer shall be final and binding on the Contractors. In
brief the order in which the specifications of the work are to be followed shall be as follow.
(1 ) M.O.R.T.H 5th revision April 2013 specification for Road and Bridge Works Latest
Revision
The abbreviations I.R.C., M.O.R.T.H. 5th Revision April 2013., B.I.S. shall be considered to
have the following meaning -
In so far as any stipulations made herein conflict or are inconsistent with any of the
provisions of M.O.R.T.H. Specifications, Maharashtra P.W.D. Standard Specifications (Red
Book), I.R.C. Codes of practice, the Stipulation made herein shall prevail.
8. Providing of site office for supervisory staff of Department of TMC and Quality Control :
The contractor shall have to make arrangement for providing accommodation for office for
the P.W. Departmental staff and labouratory for quality control etc. as stated in Clause no.
2.15, Chapter no. IV of this tender documents.
The contractor shall also provide following instrument in 2 sets for TMC staff for each road
site.
9. SUSPENSION OF WORKS :
The Contractor shall, on the written order of the City Engineer, suspend the progress of the
works of any part thereof for such time or times and in such manner as the City Engineer
may consider necessary and shall during such suspension properly protect and secure the
work, so far as it is necessary in the opinion of the City Engineer.
If the suspension in sub-clause is ordered for no fault of the Contractors, the Contractor
shall be entitled to a reasonable extension of time.
10. DEFECT LIA BILITY :(Default G uar antee)
This period will be counted the date of substantial completion of work.
1. For CC pavement (M-60 & M-40 Grade Concrete) & Cross drainage works, Cross
Box Service Ducts shall be 3 years (36 Months)
B) For side shoulder,Gutter , Gutter slab, Footpath, Road Furniture & Median Works :
1. Defect liability period for side shoulder, Gutter ,Gutter slab, Footpath, Road
Furniture & Median Works shall be 2 Years ( 24 Months ) .
i) During contract period if any defects occurred, contractor will have to redo the same
at his own cost. If the work is not redone by contractor, the amount of redoing the
work with 15% establishment cost of it will be recovered the contractor’s bills.
ii) During defect liability period if any defect noticed, contractor will have to rectify the
same at his own cost. If the work is not redone by contractor, the amount of redoing
the work with 15% establishment cost of it will be recovered bank guarantee
submitted by contractor or security deposit recovered bills.
iii) Contractor will have to paint median, zebra crossing, kerb beams etc. with appropriate
material at his own cost twice in a year especially in the month of April / May &
October / November throughout the defect liability period.
iv) Contractor will have to paint lane markers & road furniture with appropriate material
at his own cost once in a year especially in the month of April / May & clean road
furniture thrice in a year throughout the defect liability period.
v) No single pothole shall occur within defect liability period. If pothole occurred in
Defect liability period, then contractor shall pay penalty Rs 5,00,000/- per square
meter of damage road surface which will be recovered from contractor’s bank
guarantee submitted by contractor or security deposit/ retention money. Contractor
shall repair the potholes immediately at his own cost.
The completion certificate shall be issued by the City Engineer after completion of all
minors works mentioned in substantial completion of works.
This certificate is to be submitted along with the final bill as per format annexed.
This certificate is to be submitted along with the final bill as per format annexed.
Tenderer has to take care of all utility services. If the services are damaged, they are to be
rectified by the tenderer at his own cost. Concern agencies will divert the service. Ducts are
provided for services at regular intervals.
Chapter – VI
FORMATS
Chapter – VI
FORMATS
2) Form of A greement
3) No Demand Certificate
In consideration of the Thane Municipal Corporation Thane (herein after called “TMC
Thane”) having agreed to exempt (Name of Contractor) ___________________________ (herein
after referred to as “the Contractor”) depositing with the TMC Thane in cash of the sum of
Rs.________________ (Rupees _______________________________ only) being the amount of
security deposit payable by the Contractor or to the TMC Thane for the work (Name of work
___________________) under the terms and conditions of an agreement dated the __________ day
_______________ of and made between the TMC Thane of the one part and the Contractor of the
other part (here in refferred to as "the said Agreement") for ________________ as security for the
due observance and performance by the Contractor of the terms and conditions of the said
Agreement, on the contract furnishing to the TMC Thane a guarantee in to the prescribed form of a
Scheduled Bank in India being in fact those present in the like sum of Rs._______________ (Rupees
______________________________________ only). We
_____________________________________________ BANK/LIMITED registered in India under
____________________________ Act and having one of our local Head Office at
_____________________ ___________________ do hereby :
(a) Due performance and observance by the Contractor of the terms, covenants and
conditions on the part of the Contractor contained in the said Agreement and
(b) Due and punctual payment by the Contractor to the TMC Thane of all sums of
money, losses, damages, cost charges, penalties and expenses payable to the TMC
Thane by the Contractor under or in respect to the said agreement.
2) Undertake to pay the TMC Thane on demand and without demand and not withstanding any
dispute or disputes raised by the Contractor(s) in any suit or proceeding filed in any Court of
tribunal relating there to the said sum of Rs.__________________ (Rupees
_______________________________ only) or such less sum may be demanded by the TMC
Thane us our liability hereunder being absolute and unequivocal and agree that.
3) (a) The guarantee herein contained shall remain in full force & effect during the
subsistence of the said agreement and the same will continue to be enforceable till all the
dues of the TMC Thane under or by virtue of the said agreement have been duly paid and its
claims satisfied or discharged and till the TMC Thane certifies that the terms and conditions
of the said agreement have been fully and properly carried out by the Contractor.
(b) We shall not be discharged or released the liability under this guarantee by reasons
of
(ii) Any arrangement entered in between the TMC Thane and the Contractor
with or without our consent;
would be discharged;
(c) Our liability here under shall be joint and several with that of the Contractor as if we
were the principal debtors in respect of the said sum of Rs._____________________
(Rupees_______________________________
_____________________________________________________________________
_____________________________________________ only) and
(d) We shall not revoke this guarantee during its currency except with the previous
consent in writing of the TMC Thane.
i) Our liability under this bank guarantee shall not exceed of Rs …………..( In
word ……….). This Bank Guarantee shall be valid upto ( Defect Liability Period ) and
ii) We are liable to pay the guaranteed amount or any part therefore under this
Bank Guarantee only and only if, you serve upon us a written claim or demand on or
before ( Defect Liability Period )
(IN WITNESS WHERE OF THE common seal of __________________ has been herein
to affixed this ____________day of ____________________ 2023_______ . The
common seal of was pursuant to the resolution of the Board of Directors of the
Company dated the _______________ day of
____________________________________ herein affixed in the presence of
_________________________________ who, in token there of, have here to set
their respective hands.
Form – 2
( The Contractor shall make the agreement on a stamp paper of the following amount)
FO RM OF A GREEMENT
WHEREAS the Employer is desirous that certain works should be executed viz., (Name of
the contract………………………………..) and has accepted a Tender by the Contractor for the execution,
completion and guarantee of such works NOW THIS AGREEMENT WITNESSETH as follows :
The cost of this work is Rs ……………………( In word Rs...............................................)
1. In this Agreement words and expression shall have the same meaning as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz.,
a) All tender Documents as issued by the Employer for this work.
b) All amendments to the tender documents as issued by the Employer prior to
submission of the bids.
c) Acceptance letter issuied by the Employer vide No. _________ and all
correspondence exchanged between the Employer and the Contractor upto the
date of issue of acceptance letter as specifically referred to in the said acceptance
letter.
IN WITNESS WHEREOF the parties hereto have caused their respective Common Seals to
be hereunto affixed (or have hereunto set their respective hands and seals) the day and year first
above written.
NO DEMAND CERTIFICATE
We hereby confirm and assure in writing that we have no claim/demand of any amount
Thane Municipal Corporation in respect of the above said work which was awarded on us vide work
order No. ____________ dated _________________.
Authorised Signatory
(__________Name__________)
For __________Name of the Agency________
Form No. 4
No Claim Certificate for Labour
On Contractor's Letterhead
To,
City Engineer,
Thane Municipal Corporation, Thane.
Adv. Almeida Road, Panchpakhadi,
Thane.
We hereby confirm that we have paid all the wages to all the labours employed under
this contract as per minimum Wages declared by the Govt. of Maharashtra.
We indemnify Thane Municipal Corporation against any claim raised in future in respect
of this contract any labour deployed by us on the works under this contract.
Authorized Signatory
(__________Name__________)
For __________Name of the Agency________
Chapter – VII
Declaration of Contractor
CHAPTER VII
I/We, hereby declare that I/We have made myself/our self thoroughly conversant with the
sub-soil conditions local conditions regarding all materials (such as stone, murum, sand. source of
water, etc.) and Labour of which I/We have based my/our rates of this work. The specifications,
conditions, bore results and lead of materials on this work have been carefully studied and
understood by me/us before submitting this tender. I/We undertake to use only the best materials
approved by the City Engineer Thane Municipal Corporation, Thane of his duly authorized assistant
before starting the work and to abide by his decision.
I/We have gone through all general conditions of contract, special conditions of contract &
Clause no.31 of special conditions of contract of the contract document carefully.
Signature of Contractor(s).
Chapter – VIII
Agreement B-1
Tender Form
CHAPTER - VIII
MEMORA NDUM
(a) General Description :
Name of work: Repairing Of various roads in Diva ward Committe
(b) Estimated Cost :Rs. 29,60,645/-
2. I/We agree that this offer shall remain open for acceptance for a minimum period of 120
days the date of opening the same 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. The Earnest Money in form of
receipted bank challan No.________ date _______________ is herewith forwarded. The
amount of Earnest Money shall not bear interest and shall be liable to be forfeited to the
TMC, Thane 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 City Engineer and furnish the security deposit as specified in item (d) of the
memorandum contained in para - 1 above within the time limit, laid down in clause (1) of
the conditions of the contract. The amount of earnest money may be adjusted towards the
security deposit or refunded to me/us if so desired by me/us in writing unless the same or
any part thereof has been forfeited as aforesaid.
3. I/We hereby agree to abide by and fulfill all the terms and provisions of the conditions of
contract annexed hereto so far as applicable and in default thereof to forfeit and pay to
TMC Thane, the sum of money mentioned in the said condition.
Contractor ____________________________________________________
(Witness) ____________________________________________________
Occupation ____________________________________________________
The above tender is hereby accepted by me for and on behalf of the Thane Municipal
Corporation.
Officer _____________________________________________________________
City Engineer
Thane Municipal Corpor ation,Thane.
CONDITIONS OF CONTRACT
CLAUSE 1 The person/persons whose tenders may accepted (hereinafter called the
Contractor, which expression shall unless excluded by or repugnant to the context
include his heirs, executor, administrators and assigns) shall (A) within 10 days
(which may be extended by the City Engineer concerned upto15 days’ if the City
Engineer thinks fit to do so) of the receipt by him of the notification of acceptance
of his tender deposit with the City Engineer in cash or approved securities
endorsed to the Commissioner of sum sufficient which will make up the full
security deposit specified in the tender and (i) above and (B) Permit TMC, Thane
at the time of making any payment to him for work done under the contract to
deduct such as will amount to Five(5%) percent. Of all money so payable such
deductions to be held by TMC, Thane by way of security deposit until the full
amount of the security deposit is made up. All compensation or other money
payable, by the Contractor to TMC, Thane under the terms of his contract may be
deducted or paid by the sale of sufficient part of his security deposit or the
interest arising there or any sums which may be due or may become due by TMC,
Thane to the contractor under any other contract or transaction of any nature on
any account whatsoever and in the event of his security deposit being reduced by
reason of any such deduction or sale as aforesaid the contractor shall, within ten
days thereafter, make good in cash or approved securities endorsed any sum or
sums which may have been deducted or raised by sale of his security deposit or
any part thereof. The security deposit referred to when paid in cash may, at the
cost of the depositor, be converted into interest bearing securities.
The work shall throughout the stipulated period of the contract be proceeded
with all due diligence ( time being deemed to be the essence of the contract on
the part of the contractor ) and the contractor shall pay as compensation an
amount equal to one percent or such smaller amount as the City Engineer (
whose decision in writing shall be final) may be decide, of the amount of the
estimated cost of the whole work as shown by the tenderer for every day that the
work remains uncommented, or unfinished after the proper dates, And further to
ensure good progress during execution of work, the contractor shall be bound ,in
all cases in which the time allowed for any work exceeds on month to complete.
The contractor should complete the work as per phase period given below.
Full work i.e. 100 %work will have to be complete in 180 days (Including Public
Holidays & Monsoon).
In the event of the contractor failing to comply with this condition he shall
be liable to pay as compensation an amount equal to one percent or such smaller
amount as the City Engineer (whose decision in writing shall be final ) may decide
of the said estimated costof the whole work per daythat the due quantity of the
work remains incomplete, provided always that the total amount of the
compensation to be paid under provisions of this clause shall not exceed 10% of
the estimated cost of the work shown in the tender.The City Engineer shall be
final authority in this respect,irrespective of the fact that the tender is accepted
by the Municipal Commissioner/ Standing Committee.
CLAUSE 3 In the case in which under any laws of this contract the contractor shall have
rendered himself liable to pay compensation amounting to the whole of his
security deposit (whether paid in one sum or deducted by installments) or in the
case of abandonment of the work owing to serious illness or death of the
contractor or any other cause, the City Engineer on behalf of the TMC, Thane shall
have power to adopt any of the following courses as he may deem best suited to
the interest of TMC, Thane.
a) To rescind the contract for which rescission notice in writing to the
contractor under the signature of the City Engineer) shall be conclusive
evidence and in that case the security deposit of the contractor shall stand
forfeited and be absolutely at the disposal of the TMC, Thane.
b. To carry out the work or any part of the work departmentally, debiting the
contractor with the cost of the work expenditure incurred on tools and
plants and charges on additional supervisory staff including the cost of
work charged establishment employed for getting the unexecuted part of
the work completed and crediting him with the value of the work done
departmentally in all respect in the same manner and at the rates as if it
has been carried out by the contractor under the terms of his contract. The
certificate of the City Engineer as to the cost and other allied expense as
incurred and as to the value of the work so done departmentally shall be
final and conclusive against the contractor.
c) Order that the work of the contractor be measured up and to take such
part as thereof as shall be unexecuted out of his hands, and to give it to
another contractor to complete, in which case all expenses incurred on
advertisement for fixing a new contracting agency, additional supervisory
staff including the cost of work charged establishment and cost of the work
executed by the new contract agency will be debited to the contractor and
the value of the work done or executed through the new contractor shall
be credited to the contractor in all respects and in the same manner and at
the same rates as if it had been carried out by the contractor under the
terms of his contract. The certificate of the City Engineer as to all cost of
the work and other expenses incurred as aforesaid for, or in getting the
unexecuted work done by the new contractor and as to the value of the
work so done shall be final and conclusive against the contractor.
In case the contract shall be rescinded under clause (a) above the
contractor shall not be entitled to recover or be paid any sum for any work
therefore actually performed by him under this contract unless and until
the City Engineer shall have certified in writing 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 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 values shall be deducted any money due to the
contractor by the TMC, Thane under the contract or otherwise howsoever
or his security deposit or the sale proceeds thereof, provided however that
the contractor shall have no claim against TMC, Thane even if the certified
value of the work done departmentally or through a new contractor
exceeds the certified cost of such work and allied expenses provided always
that whichever of the three Courses mentioned in clauses (a), (b) or (c) is
adopted by the City Engineer, the contractor shall have ii,) claim to
compensation for any loss Sustained by him by reason of his having
purchased, or procured any material or entered into engagements or made
any advances on account or with a view of the execution of the work or the
performance of the contract. The certificates of the City Engineer as to all
cost of the work and other expenses incurred as aforesaid for or in getting
the unexecuted work done by the new contractor and as to the value of the
work so done and shall be final and conclusive against the contractor.
CLAUSE 4 If the progress of any particular portion of the work is unsatisfactory the
City Engineer shall not withstanding that the general progress of the work
is satisfactory in accordance with clause (2) be entitled to take action under
clause 3 (b) after giving the contractor 10 days notice in writing and the
contractor will have no claim for compensation, for any loss sustained by
him owing to such action.
CLAUSE 5 In any case in which any of the power conferred upon the City Engineer by
clauses 3 and 4 hereof ‘shall have become exercisable and the same shall
not have been exercised, non-exercise thereof shall not constitute a waiver
of any of conditions thereof and such powers shall not withstanding be
exercised in the event of any future case of default by the contractor, for
which, by any clause or clauses hereof he is declared liable to pay
compensation amounting to the whole of his security deposit and the
liability of the contractor for past and future compensation shall remain
unaffected.
In the event of the City Engineer taking the action under sub clauses (a) or
(c) of clause 3 he may if he so desires, take possession of all or any tools,
plants materials and stores in or upon the works or the site thereof or
belonging to the contractor or procured by him and intended to be used for
the execution of the work or any part thereof, paying or allowing for the
same in account at the contract rates, or in the case of contract rates not
being applicable at current market rates to be certified by the City Engineer
whose certificate thereof shall be final. In the alternative the City Engineer
may after giving notice in writing to the contractor alternative the City
Engineer may after giving notice in writing to the contractor or his clerk of
the work, foreman or other authorized agent, require him to remove such
tools, plants, materials, or stores the premises within a time to be specified
in such notice, and in the event of the contractor failing to comply with any
such requirement the City Engineer may remove them at the contractor’s
expense or sell them by auction or private sale at risk and account of the
contractor in all respects and the certificate of the City Engineer, as to the
expense of any such removal, and the amount of the proceeds, and
expense of any such sale shall be final and conclusive against the
contractor.
CLAUSE 6 If the contractor shall desire an extension of time for completion of the
work on the ground of his having been unavoidably hindered in its
execution or on any other ground he shall apply in writing to the City
Engineer before the expiration of the period stipulated in the tender or
before the expiration of 30 days the date on which he was hindered as
aforesaid, or on which the cause for asking for the extension occurred,
whichever is earlier and the City Engineer if in his opinion there was
reasonable grounds for granting an extension grant such extension if he
thinks necessary or proper. The decision of the City Engineer in this matter
shall be final.
CLAUSE 8 No payment shall be made for any work estimated to cost less than
Rs. 10000\-, till after the whole of the said work shall have been completed
and certificate of completion given. But in the case of the works estimated
to cost more than Rs. 10000/- the contractor shall on submission of bill be
entitled to receive payment proportionate to the part of the work then
approved and passed by the City Engineer, whose certificate of such
approval and passing, of the sum of payable shall be final and conclusive
against the contractor. All such intermediate payments shall be regarded
as payments by way of advance against the final payments only and not as
payments for work actually done and completed, and shall not preclude the
City Engineer requiring any bad, unsound, imperfect or unskillful work to
be removed and taken away and reconstructed or re-erected, nor shall any
such payment be considered as an admission of the due performance of
the contractor or any part thereof in any respect or the occurring of any
claim, nor shall it conclude, determine, or affect in any other way the
powers of the City Engineer as to the final settlement and adjustment of
the account or otherwise, or in any other way vary or affect the contract.
The final bill shall be submitted by the contractor within one month of the
date fixed for the completion of the work, otherwise City Engineer’s
certificate of the measurements and of the total amounts payable for the
work shall be final and binding on all parties.
CLAUSE 9 The rates for several items on work estimated to cost more than Rs.
10000\- agreed to within shall be valid only when the item concerned is
accepted as having been completed fully in accordance with the sanctioned
specifications. In case where the items of work are not accepted as so
completed the City Engineer may make payment on account of items at
such reduced rates as he may consider reasonable in the preparation of
final or on accounts bill.
CLAUSE 10 A bill shall be submitted by the contractor as explained earlier i.e. cost not
less than 1/5th cost of tendered amount or as decided by Engineer-in-
Charge depending on site situation, on or before the date fixed by the City
Engineer for all work executed previously and the City Engineer shall take
or cause to be taken requisite measurement for the purpose of having the
same verified, and the claim so far as it is admissible, shall be adjusted,
within 10 days the presentation of the bill. If the contractor does not
submit the bill within the time fixed as aforesaid, the City Engineer may
depute a subordinate to measure the said work in the presence of the
contractor or his duly authorized agent whose counter signature to the
measurement list shall be sufficient warrant, and the City Engineer may
prepare a bill such list which shall be binding on the contractor in all
respects.
CLAUSE 11 The contractor shall submit all bills on the printed forms to be had on
application at the office of the City Engineer. The charges to be made in
tile bills shall always be entered at the rates specified in the tender or in
the case of any extra work ordered in pursuance of these conditions and
not mentioned or provided for in the tender, at the rates hereinafter
provided for such work.
CLAUSE 12 If the specifications or estimate of the work provided for the use of any
special description of materials to be supplied the TMC, Thane stores or if
it is required that the contractor shall use certain stores to be provided by
the City Engineer (such materials and stores, and the prices to be charged
therefore as hereinafter to mention being so far as practicable for the
convenience of the contractor but not so as in anyway to control the
meaning and effect of this contract-specified in the schedule or
memorandum hereto annexed) the contractor shall be supplied with such
materials and stores as he may be required time to time to be used by him
for the purpose of the contract only and the value of the full quantity of
materials and stores supplied shall be set off or deducted any “Sums then
due or thereafter to become due to the contractor under the contract, or
otherwise, or the security deposits or the proceeds of the sale thereof. If
the deposit is held in approved securities, the ;same or a sufficient portion
thereof shall in that case be sold for the purpose. All material supplied to
the contractor shall remain the absolute property of TMC, Thane and shall
on no account be removed the site of work, and shall at all times be open
to inspection by the City Engineer. Any such materials unused and in
perfectly good condition at the time of completion or termination of the
contract shall be returned to the TMC Thane store, if the City Engineer so
requires by notice in writing given under his hand but the contractor shall
not be entitled to return any such material except with such consent of the
City Engineer and he shall have no claim for compensation on account of
any such material supplied to him as aforesaid but remaining unused by
him or for any wastage in or damage to any such materials.
CLAUSE 12(A) All stores of controlled materials such as cement, steel, etc. supplied to the
contractor by TMC or procured by the contractor, should be kept by the
contractor under lock and key and they will be accessible for inspection by
the City Engineer or his authorized agent at all the times.
CLAUSE 13 The contractor shall execute the whole and every part of the work in the
most substantial and workman like manner, and both as regards material
and in every other respect in strict accordance with specifications. The
contractor shall also confirm exactly, fully and faithfully to the designs,
drawings and instructions in writing relating to the work signed by the City
Engineer and lodged in his office and to which the contractor shall be
entitled to have access for the purpose of inspections at such office, or in
the site of the work during office hours. The contractor will be entitled to
receive three sets of contract drawings and working drawings as well as
one certified copy of the accepted tender along with the work order free of
cost.
CLAUSE 14 The City Engineer shall have power to make any alterations in or additions
to the original specification drawings, designs and instructions that may
appear to be necessary or advisable during the progress of the work and
the contractor shall be bound to carry out the work in accordance with any
instructions in this connection which may be given to him in writing signed
by the City Engineer and such alteration shall not invalidate the contract,
and any additional work which the contractor may be directed to do in the
manner above specified as part of the work shall be carried out by the
contractor on the same conditions in all respect on which he agreed to do
the main work, and at the same rates as per specified in the tender for the
main work as stated earlier in Special Condition of Contract. And if the
additional and altered work includes any class of work for which no rate is
specified in this contract, then such rates will be taken as per Chapter VIII –
Clause 38 (6) as extra items.
CLAUSE 15 1) If at any time after the execution of the contract documents, the City
Engineer shall for reasons whatsoever (other than default on the part of
the contractor for which the TMC, Thane is entitled to rescind the contract)
desires that the work or any part of the work specified in the tender should
be suspended for any period of that the whole or part of the work should
not be carried out at all, he shall give to the contractor a notice in writing of
such desire and upon receipt of such notice the contractor shall forthwith
suspend or stop the work wholly or in part as required, after having due
regard to the appropriate stage at which the work should be stopped or
suspended so as not to cause any damage or injury to the work already
done or endanger the safety thereof provided that the decision of the City
Engineer as to the stage at which the work any part of it could be or could
have been safely stopped or suspended shall be final and conclusive against
the contractor. The contractor shall have no claim to any payment of
compensation whatsoever by reason of or in pursuance of any notice as
aforesaid on account of any suspension stoppage or curtailment except to
the extent specified hereinafter.
3) Where the City Engineer requires the contractor to suspend the work-for
the period in excess of 30 days at any time or 60 days in aggregate, the
contractor shall be entitled to apply to the City Engineer within 30 days of
the resumption of the work after such suspension of payment of
compensation to the extent of pecuniary loss suffered by him in respect of
working machinery remaining idle on site or on account of his having had to
pay the salary or wages of labour engaged by him during the said period of
suspension provided always that contractor shall not be entitled to any
claim in respect of any such working machinery, salary or wages
whatsoever occasioned by unsatisfactory work or any other default on his
part. The decision of the City Engineer in this regard shall be final and
conclusive against the contractor.
4) In the event of :
i) Any total stoppage of work on notice, the City Engineer under sub
clause (1) in that behalf.
It shall be open to the contractor within (90) days the service of (i) the
notice of stoppage of work or (ii) the notice of withdrawal the contractual
obligations under the contract on account of the continued suspension of
the work or (iii) notice under clause 14 (i) resulting in such curtailment to
produce to the City Engineer satisfactory documentary evidence that he
had purchased or agreed to purchase material to use in the contracted
work, before receipt by him of the notice of the stoppage, suspension or
curtailment and require the TMC, Thane to take over on payment of such
material at the rates determined by the City Engineer, provided however
such rates shall in no case exceeds the rates at which the same where
acquired by the contractor. The TMC, Thane shall thereafter take over the
material so offered provided the quantities offered are not in excess of the
requirements of the unexecuted work as specified in the accepted tender
and are of quality and specifications approved by the City Engineer.
CLAUSE 15(A) The contractor shall not be entitled to claim any compensation the TMC,
Thane for the loss suffered by him on account of delay by TMC Thane in the
supply of materials entered in schedule “A” where such delay is caused by
In case of such delay in the supply of material, the TMC, Thane shall
grant such extension of time for the completion of the work as shall
appear to the City Engineer to be reasonable in accordance with the
circumstances of the case. The decision of the City Engineer as to the
extension of time shall be accepted as final by the contractor.
CLAUSE 17 If any time before the security deposit or any part thereof is refunded to
the contractor it shall appear, to the City Engineer or his subordinate in
charge of the work, that any work has been executed with unsound,
imperfect or unskillful workmanship or with materials of inferior quality, or
that any materials or articles, provided by him for the execution of the
work are unsound or the quality inferior to that contracted for, or are
otherwise not in accordance with the contract. It shall be lawful for the
City Engineer to intimate this fact in writing, to the contractor and then
notwithstanding the fact that the works, materials or articles, complained
of may have been inadvertently passed, certified and paid for, the
contractor shall be bound forthwith to rectify, or remove and reconstruct
the work so specified in whole or in part, as the case may require or if so
required shall remove the material 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
City Engineer in written intimation aforesaid the contractor shall be liable
to pay compensation at the rate of 1% on the amount of the estimate for,
everyday not exceeding 10 days during which the failure so continues and
in the case of any such failure City Engineer 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 expenses in all respects,
of the contractor. Should the City Engineer, consider that any such inferior
work or materials, as described above maybe accepted or made use of it
shall be within his discretion to accept the same at such reduced rates as
he may fix therefore.
CLAUSE 18 All works under or course of execution or executed in pursuance of the
contract shall at, ill times be open to the inspection and supervision of the
City Engineer and his subordinates, and contractor shall at all times during
the usual hours and at all other times at which reasonable notice of the
intention of the City Engineer or and his subordinate to visit the work shall
have been given to the contractor, either himself be present to receive
orders and instructions, or have a responsible agent duly accredited in
writing present for that purpose. Orders given to the contractor’s duly
authorized agent shall be considered to have the same force and effect as if
they had been given to the contractor himself.
CLAUSE 19 The contractor shall give not less that five days notice in writing to the City
Engineer or his subordinate in charge of the work before covering up or
otherwise placing beyond the reach of measurement any work in order
that the same may be measured and correct dimensions thereof taken
before the same is covered up or placed beyond the reach of
measurement, any work without the consent in writing of City Engineer or
his subordinate in charge of the work and if any work shall be covered up
or placed beyond the reach of measurement without such notice having
been given or consent obtained, the same shall be uncovered at the
contractor’s expenses and in default thereof no payment or allowance shall
be made for such work or for the materials with which the same was
executed.
CLAUSE 20 If during the defect liability period for total work, except wearing coat the
date of completion as certified by the Engineer in pursuant of clause 7 of
the contract and after commissioning the work whichever is earlier in the
opinion of the City Engineer, the said work is defective in any manner
whatsoever the contractor shall forthwith on receipt of notice in that
behalf the City Engineer duly commence execution and completely carry
out at his cost every respect all the work that may be necessary for
rectifying and setting right the defects specified therein including
dismantling and reconstruction of unsafe portions strictly in accordance
with and in the manner prescribed and under the supervision of the City
Engineer. In the event of the contractor failing or neglecting to commence
execution of the said rectification work within the period prescribed
therefor in the said notice and/or to complete the same as aforesaid as
required by the said notice, the City Engineer get the same executed and
carried out departmentally or by any other agency at the risk on account
and at the cost of the contractor. The contractor shall forthwith on demand
pay to TMC, the amount of such cost,-charges and expenses sustained or
incurred by the TMC, Thane of which the certificates of the City Engineer
shall be final and binding on the contractor. Such costs, charges and
expenses shall be deemed to be arrears of land and revenue and in the
event of contractor failing or neglecting to pay the same on demand as
aforesaid without prejudice to any other right and remedies of the TMC,
Thane the same maybe recovered the Contractor as the arrears of land
revenue. The TMC, Thane shall also be entitled to deduct the same any
account which may then be payable or which may thereafter become
payable by the TMC, Thane to the contractor either in respect of the said
work or any other whatsoever or the amount of security deposit retained
by TMC, Thane.
Sr. Colum A Colum B DLP
Particular Defect
No. DLP from from date
liability for date of
of commencement
completion
CLAUSE 21 The contractor shall supply at his own cost all material (except such special
materials if any as may be required in accordance with the contract, by
supplied the TMC Stores) plant, tools, appliances, implements, ladders,
cordage, tackle, scaffolding and any temporary work required for the
proper execution of the work, whether in the original, altered or
substituted form, and whether included in the specification, or other
documents forming part of the contract or referred to in these conditions
or not and which may be necessary for the purpose of satisfying or
complying with the requirements of the City Engineer as to any matter on
which under these conditions he is entitled to be satisfied or which he is
entitled to require together with carriage therefor, to and the work. The
contractor shall also supply without charge, the requisite number of
persons with the means and materials necessary for the purpose of setting
out work and counting, weighing and assisting in the measurement or
examination at any time and time to time of the works or the materials
failing this the same may be provided by City Engineer at the expense of
the contractor under the contract or his deducted any money due to the
contractor under the contract or his security deposits or the proceeds of
sale thereof, or a sufficient portion thereof. The contractor shall provide all
necessary fencing and lights required to protect the public the accident,
and shall also be bound to bear the expense or defense of every suit action
or other legal proceedings, that may be brought by any person for injury
sustained owing to neglect of the above precautions and to pay and
damages and costs which may be awarded in any such suit action or
proceedings to any such person, or which may with the consent of the
contractor be paid in compromising any claim by any such person.
CLAUSE 21(A) The contractor shall provide suitable scaffolds and working platforms,
gangway and stairways and shall comply with the following regulations in
connection herewith.
a) Suitable scaffolds shall be provided for workmen for all work that
cannot be safely done a ladder or by other means.
i) be of sound material
ii) be of the adequate strength having regard to the loads and strains to
which they will be subjected, and
iii) be maintained in proper condition.
ii) every working platform and gangway shall have adequate width and
iii) every working platform, gangway, working place and stairway shall
suitably fenced.
CLAUSE 21(B) The contractor shall comply the following, regulations as regards the
Hoisting Appliances to be used by him:
d) Every chain, ring, hook shackle, swivel and pulley block used in
hoisting and lowering materials or as a means of suspension shall be
periodically examined.
h) Every hoisting machine and all gears referred to, in the preceding
regulation shall be plainly marked with the safe working load.
CLAUSE 22 The contractor shall not set fire to any standing, jungle, trees, brush wood
or grass without a written permit the City Engineer. When such permit is
given, and also in all cases when destroying cut or dug up trees, brush
wood, grass, etc. by fire the contractor shall take necessity measures to
prevent such fire spreading to or otherwise damaging, surrounding
property. The contractor shall make his own arrangement for drinking
water for the labour employed for him.
The contractor shall bear the expenses of defending any action or other
legal proceedings that may be brought by any persons for injury sustained
by him owing to neglect of precautions to prevent the spread of fire and he
shall also pay any damages and costs that may be awarded by the court in
consequence.
CLAUSE 25 No work shall be done on a Sunday without the sanction in writing of the
City Engineer.
CLAUSE 26 The contract shall not be assigned or sublet without the written approval of
the City Engineer. And if the contractor shall assign or sublet his contract,
or attempt to do so or become insolvent or commence any proceedings to
get himself adjudicated and insolvent or make any composition with his
creditors or attempt to do so, the City Engineer may, by notice in writing
rescind the contract. Also if any bribe, gratuity, gift, loan prerequisite,
reward or advantage, pecuniary or otherwise, shall either directly or
indirectly be given, promised or offered by the Contractor, or any of his
servants or agents to any public officer or person in the employment of the
TMC, Thane in any way relating to his office or employment, or if any such
officer or person shall become in any way directly or indirectly interested in
contract the City Engineer maybe notice in writing rescind the contract. In
the event of contract being rescinded, the security deposit of the
contractor shall thereupon stand forfeited and be absolutely at the disposal
of TMC, Thane, and same consequences shall ensure as if the contract had
been rescinded under clause 3 hereof and in addition the contractor shall
not be entitled to recover or be paid for any work therefore actually
performed under the contract.
CLAUSE 28 In the case of tender by partners, any changes in the constitution of firm.
shall be notified by the contractor to the City Engineer for his information.
CLAUSE 29 All works to be executed under the contract shall be executed under the
direction and subject to the approval in all respects of the City Engineer of
the TMC, Thane for the time being, who shall be entitled to direct at what
points and in what manner they are to be commenced and time to time
carried on.
CLAUSE 30 1. City Engineer for the time being shall be final conclusive and binding on all
parties to the contract upon all questions relating to the meaning of the
specifications, designs, drawings and instructions herein before mentioned
and as to the quality of workmanship or material used on the work, or as to
any other question, claim, right matter, or thing, whatsoever, if any way
arising out of, relating to the contract, designs, drawings, specifications
estimates, orders or these conditions or otherwise concerning the works,
or the execution, or failure to execute the same, whether arising, during
the progress of the work, or after the completion or abandonment thereof.
This Clause is not an Arbitration Agreement.
2. The contractor may, with-in thirty days of receipt of him by any order
passed by the City Engineer of the TMC, Thane as aforesaid, appeal against
it to the Municipal Commissioner concerned with the contract, work or
project provided that-
a) The accepted value of the contract exceeds Rs. 10 Lakhs (Rupees Ten
Lakhs Only)
b) Amount of claim is not less than Rs. 1 Lakh (Rupees One Lakh)
CLAUSE 31 The contractor shall obtain the TMC, Thane all stores and articles of
European and American manufacturer which may be required for work, or
any part thereof or in making up any articles required thereof in connection
therewith unless he has obtained permission in writing the City Engineer to
obtain such store articles elsewhere. The value of such stores and articles
as may be supplied to contractor by. the City Engineer will be debited to
the contractor in his account at the rates shown in the schedule in form A
attached to the contract and if they are not entered in the said schedule,
they shall be debited to him at the cost price which for the purpose of this
contract shall include the cost of carriage and all other expenses
whatsoever, which shall have to be incurred in obtaining delivery of the
same at the stores aforesaid.
CLAUSE 32 When the estimates on which a tender is made includes lump sum in
respect of part of the work, the contractor shall be entitled to payment in
respect of items of work involved or the part of the work in question at
same rates as are payable under this contract for such items, or of the part
of the work in question is not in opinion of the City Engineer capable of
measurement, the City Engineer may at his discretion pay the limp Sum
amount entered in the estimate, and the certificate in writing of the City
Engineer shall be final and conclusive against the contractor with regard to
any sum or sums payable to him under the provision of this clause.
CLAUSE 33 In the case of any class of work for which there is no such specifications as
is mentioned in rule 1. Such work shall be carried out in accordance with
the TMC prescribed specifications, and in the event of there being, no TMC
prescribed specification then in Such case then work shall be carried out in
all respects in accordance with the instructions and requirements of the
City Engineer.
CLAUSE 34 The expression ‘work” or “works” where used in these conditions shall
unless there be something in the subject or context repugnant to Such
construction be constructed to mean the work or the works contracted, to
be executed under or in virtue of the contract, Whether temporary or
permanent and whether original, altered, substituted or additional.
CLAUSE 35 The percentage referred to in the tender shall be deducted / added to the
gross amount of the bill before deducting the value of any stock issued.
CLAUSE 36 All quarry fees, royalties, GST dues and ground rent for stacking materials,
if any should be paid by the contractor.
CLAUSE 37 The contractor shall be responsible for and shall pay any compensation to
his workmen payable under the Workmen’s Compensation Act, 1923 (VIII
of 1923) (hereinafter called the said act) for injuries caused to the
workmen. If such compensation is payable and paid by TMC, Thane as
principal under sub-section (i) of section- 1 2 of the said act, on behalf of
the contractor, this shall be recoverable by the TMC, Thane the contractor
under sub-section (2) of the said section. Such compensation shall be
recovered in the manner laid down in clause (1) above.
CLAUSE 37(A) The contractor shall be responsible for and shall pay the expenses of
providing medical aid to any workmen who may suffer a bodily injury as a
result of an accident. If such expenses are incurred by TMC, Thane the
same shall be recoverable the Contractor forthwith and deducted without
prejudice to any other remedy of TMC, Thane any amount due or that ma
become due to the contractor.
CLAUSE 37(B) The contractor shall provide all necessary personal safety equipment and
first-aid apparatus available for the use of the persons employed on site,
and shall maintain the same in condition suitable for immediate use at any
time and shall comply with the following regulations in connection
therewith.
c) Adequate provision shall be made for prompt first aid treatment of all
injuries likely to be sustained during, the course of the work.
CLAUSE 37(C) The contractor shall duly comply with the provisions of “THE APPRENTICES ACT,
1961” (III of 1961), the rules made thereunder and the there under that
may be issued time to time under the said act and the said rules and on
the failure or neglect to do so lie shall be subjected to all the liabilities and
penalties provided by the said act and the said rules.
CLAUSE 38 1) Quantities in respect of the several items shown in the tender are
approximate, and no revision in the tendered rate shall be permitted in
respect of any of the items so long as, subject to any special provision
contained in the specifications, prescribing different percentage of
permissible variations or the quantity of the item does not exceed 40% of
the tender quantity which shall be finalized at the time of pre-bid meeting.
2) The contractor shall, if ordered in writing by the City Engineer so to do, also
carry out any quantities in excess of the limit mentioned in sub-clause (1)
hereof on the same conditions as and in accordance with the specifications
in the tender and on at the rates (i) derived the rates entered in the
current schedule of rates and in the absence of such rates, (ii) at the rate
prevailing in the market, the said rates being decreased in case percentage
quoted by the contractor is below to which the total tendered amount
upon the schedule of rates applicable to the year in which the tender were
invited. For purpose of operation of this clause, this cost shall be taken to
beRs.29,60,645/-(Rs. Twenty Nine Lakh Sixty Thousand Six Hundred &
Fourty Five Only)
3) The quantities shown in the tender are tentative and may be reduced. No
compensation or increase in rate will be applicable if quantities are
reduced.
4) There is no change in the rate for the excess upto 40% of the tendered
quantity.
6) In case of Extra item for which rates are not given in tender, current D.S.R.
rate or percentage below on current D.S.R. rate quoted by contractor which
ever is less will be applicable and if rates are not specified in DSR , rate of
such items will be calculated by rate analysis based on market rates without
applying tender condition and no escalation will be paid on extra items.
CLAUSE 39 The contractor shall employ any famine, convict or other labour of
particular kind or class if ordered in writing to do so by the City Engineer.
CLAUSE 40 No compensation shall be allowed for any delay caused in the starting of
the work, on account of any acquisition of land or in the case of the
clearance works, on account of any delay in according sanction to
estimates.
CLAUSE 42 The contractor shall not enter upon or commence any portion of work
except with the written authority and instruction of the City Engineer or of
his subordinate in-charge of the work. Failing such authority the
Contractor shall have no claim to ask for measurement of or payment of
work.
CLAUSE 43 i) No contractor shall employ any person who is under the age of Six
(06)years.
ii) No contractor shall employ donkeys or other animals with bracing of string
or thin rope. The bracing must be at least 3 inches wide and should be of
tape .
iii) No animal suffering sores, lameness or emaciation or which is immature
shall be employed on the work.
iv) The City Engineer or his agent is authorized to remove the work any
person or animal found which does not satisfy these conditions and no
responsibility shall be accepted by the TMC, Thane for any delay caused in
the completion of work by such removal.
v) The contractor shall pay fair and reasonable wages to the workmen
employed by him in the contract undertaken by him in the event of any
dispute arising between the contractor and his workmen on the ground,
that the wages paid are not fair and reasonable the dispute shall be
referred without delay to the City Engineer who shall decide the same. The
decision of the city Engineer shall be conclusive and binding on the
contractor, but such decision shall not the contractor, but such decision
shall not in any way affect the condition in the contract regarding the
payment to be made by TMC, Thane at the sanctioned tender rates.
vi ) The contractor shall provide drinking water facility to the workers. Similar
amenities shall be provided to the workers engaged on large works in
urban areas.
CLAUSE 45 Any, contractor who does not accept these conditions shall not be allowed
to tender for works.
CLAUSE 47 (A ) “The tendered rates shall be inclusive of all taxes, and shall also be inclusive
of the tax livable in respect of works contract under the provision of the
Maharashtra Sales Tax on transfer of property or goods involved in the
execution of works Contract Act, 1985 (Maharashtra Act NO.XIX of 1985)”.
CLAUSE 48 The rates to be quoted by the contractor must be inclusive of Sales Tax.,
Work Contract Tax etc. No extra payment on account of this will be made
to the contractor.
CLAUSE 49 In case of materials that may remain surplus with the contractor those
issued for the work contracted for the date of ascertainment of the
materials being surplus will be taken as date, of sale for the purpose of
sales tax and the sales tax will be recovered on such sale.
CLAUSE 50 The contractor shall employ unskilled labour to be employed by him on the
said work only locally available labour and shall give preference to those
persons enrolled under Maharashtra Government Employment and Self
Employment Departments Scheme.
CLAUSE 51 The contractor shall pay to the labour skilled and unskilled according to the
wages prescribed by the Minimum Wages Act, 1948 applicable to the area
in which the work of the contractor is in progress.
A contractor shall comply with the provisions of the Apprentice Act, 1961
and the rules and the orders issued thereunder time to time. If he fails to
do so his failure will be breach of the contract and the City Engineer may, in
this discretion, cancel the contract. The contractor shall also be liable for
any pecuniary liability arising on account of any violation by him of the
provision of the act.
The contractor shall pay the labourers skilled and unskilled according to the
wages prescribed by the Minimum Wages Act of 1948 applicable to the
area in which the work of the contractor is in progress.
CLAUSE 52 All amount whatsoever the contractor is liable to pay to the TMC, Thane in
connection with the execution of the work including the amount payable in
respect of (i) materials and/or stores supplied/issued hereunder by the
TMC Thane to the contractor, (ii) hicher charges in respect of heavy plant,
machinery and equipment on hire by TMC, Thane to the contractor for
execution by him of the work and/or on which advances have been given
by the TMC, Thane to the contractor shall be deemed to be arrears of land
revenue and the TMC, Thane to the contractor shall be deemed to be
arrears of land revenue and the TMC, Thane, may without prejudice to any
other right and remedies of the, TMC, Thane, recover the same the
contractor as arrears of land revenue.
CLAUSE 53 The contractor shall duly comply with all the provisions of the contract
labour (Regulation and Abolition) Act, 1970 (37 of 1970) and the
Maharashtra contract labour (Regulation & Abolition) Rules 11 971 as
amended time to time and all other relevant statutes and statutory
provisions thereof concerning payments of wages particularly to workman
employed by the contractor and workman on the site of the work. In
particular the contractor shall pay wages to each worker employed by him
on the site of the work at the rates prescribed under the Maharashtra
contract labour (Regulation & Abolition) Rules 1971. If the contractor fails
or neglects to pay wages at the said rates or makes short payment ad TMC,
Thane makes such payment of wages in full or part thereof less paid by the
contractor as the case may be, the amount so paid by the TMC, Thane to
such workers shall be deemed to be arrears of land revenue and the TMC,
Thane shall be entitled to recover the same as such the contractor or
deduct the same the amount payable by the TMC, Thane to the contractor
hereunder or any other amount’s payable to him by the TMC, Thane.
(Inserted vide Govt. Public Works Department’s Circular NO. CAT
1284\(120) Building-dt 14.8.1985. Accompaniments to the G.R.P.W.D. No.
BGD.1979\64188(358) Desk - 2 dt.4\2\1981.
CLAUSE 54 The contractor shall engage apprentices such as brick layer, carpenter,
wiremen, plumber as well as black smith recommended by the State
Apprenticeship Advisor, Director of Technical Education, Dhobi Talav,
Mumbai - 400 001, in the construction work (As per Government of
Maharashtra, Education Departments circular No.TSA/5170/T/56689,
dated 7/7/1972).
CONDITIONS FOR MA LA RIA ERAD ICATIO N, A NTI-MA LA RIA AND OTHER HEALTH
MEA SURES
a) Anti malaria and other health measures shall be as directed by the Joint
Director (Malaria and Felecia of health services, Pune).
The contractor shall comply with all rules regulations by laws and directions given
time to by any local or public authority in connection with this work shall pay fees or
charges which are livable on him without any extra cost to TMC, Thane.
Chapter – IX
Schedule ‘A’
DELETED
SCHEDULE "B"
BILL OF QUANTITIES
Item no.34 : Providing and laying stone matrix (SMA) BC using crushed stone aggregate of
specified grading premixed with bituminous binder and lime fiber and cellulose fiber
tronspor ng hot mix towards site by ppers line with paver finisher equieped with electronic
sensor tothe requioerd grade and alingnment and rolling with smooth wheel vibratory
rollers to achive to the desier compac on and density as per MoRTH Specifica on (Fi h
Revision) clouse no 515 with bitumen of grade VG30 at 6% minimum by weight of total mix
(including consultancy charges for execu on of this item only)
For execu on of this item as per specifica on ( MoRTH and IRC SP 79-2008) execu ve agency
(Contractor) have to depute/apoint qualified technical person/consultant to supervis and
monitor every process of mixing of all ingredients as per propor on, maintaining
temperature, transporta on of mix at working site, laying, compac on with maintening all
records.
It is compalsory and binding to the contractor to submite the completed works sa sfactory
report from the technical person/consultant apointed for this task with test reports and
cer ficate mensioning the quality work as per specifica on ( MoRTH and IRC SP 79-2008).
If contractor dose not fulfil the above men oned condi ons, TMC has right to withheld an
amount of this item unless and un l sa sfactory comple on
Item No.27 :
Providing and laying wedge shear element layer (WSEL) 15 cm to 23 cm trap stone and filing
void with kapchi/metal, supplying stone grit including spreading kapchi & stone grit
compac ng with vibratory roller including lead, royalty , cess and insurance etc., complete.
Specifications:
Providing and laying wedge shear elemental layer (WSEL) by using rubble stone of size 15 to
20 cm thick in single layer of 230 mm including packing the same with 20 mm to 40 mm
thick aggregates (normal size) and using stone powder of 40 mm to 50 mm thick on surface
and watering & compacting by vibratory roller confirming layer thickness of minimum 200
mm and as directed by Engineer - in - charge etc complete.
The broken rubble (Hard basalt) stones shall be generally of the same specification as per
soling stones provided in of size 15cm to 20cm size laid flat. Above the soling stones to
ensure the purpose of wedge shear effect is realized, quarry stone mate.
Refer detailed specifications of the stone. The layer shall be compacted with 10 tone
vibratory roller.
Mode of Measurement & Payment: The item will be measured in cubic meter & paid
accordingly.
Item No.35 :
Providing &fixing kerb stones 30 cm to 40 cm long, 15cm wide, 38cm deep medium dressed
in all exposed surfaces, set in cement mortar 1:2 on a 15cm thick &25cm wide M-10 (1:3:6)
C. C. bed including filling the joints with 1:2 C. M. pointing, curing etc. complete.(in M-25
grade)
Specifications:
Precast cement concrete Kerb Stones – Providing & fixing precast cement concrete kerb
stones 30 cm to 40 cm long, 15cm wide, 38cm deep, set in cement mortar 1:2 on a 15cm
thick & 25cm wide M-10 (1:3:6) C. C. bed including filling the joints with 1:2 C. M. poin ng,
curing, pain ng the exposed surface with one coat of white primer & two coats of approved
flat oil paint as directed by Engineer etc. complete. Minimum grade of cement concrete for
precast kerb stones should be M25.
This item shall be executed as per wording of item and according to specifica on no Bd.E.1,
Bd.E.4 and Bd.O.7 except Bd.E.1.7, Bd.E.4.9 and Bd.O.7.3 of Revised Standard Specifica ons
2012, Volume II, Public Works Department, Government of Maharashtra (RED BOOK – VOL II
– ROADS – 2012).
Mode of Measurement & Payment: The item will be measured in running meter & paid
accordingly.
Item No.66:
Providing, supplying and fixing precast parabolic central divider of M-25 grade and applying
2 coats of flat oil paint etc. complete.
Specifications:
a) Scope: This work covers providing & fixing precast cement concrete parabolic dividers
in part or full as necessary including necessary bedding and pain ng to exposed faces
of precast divider in accordance with the specifica ons & details and as directed by
Engineer. Compac on of base, providing of PCC M-15 in bedding, providing and fixing
of precast M 25 grade cement concrete dividers, pain ng to the exposed surface of
divider and other incidental works pertaining to complete this work.
b) Applicable Codes & Specifica ons: Specifica on for Road and Bridge works, Fi h
revision April 2013 and applicable IRC codes except where specifically men oned
c) Details : Cross sec on of the work & their broad details are given below-
Typical cross section of central divider with precast M25 grade dividers.
d) Precast cement concrete Parabolic Divider – Providing & fixing precast cement
concrete parabolic divider as per size and shape shown in drawing, set in cement
mortar 1:2 on a 15cm thick & 40/50 cm wide M15 C. C. bed including filling the joints
with 1:2 C. M. poin ng, curing, pain ng the exposed surface with one coat of white
primer & two coats of approved flat oil paint as directed by Engineer etc. complete.
Minimum grade of cement concrete for precast parabolic dividers should be M25.
e) This item shall be executed as per wording of item and according to specifica on no
Bd.E.1, Bd.E.4 and Bd.O.7 except Bd.E.1.7, Bd.E.4.9 and Bd.O.7.3 of Revised Standard
Specifica ons 2012, Volume II, Public Works Department, Government of Maharashtra
(RED BOOK – VOL II – ROADS – 2012).
171
172
173
174