Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Tendernotice 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 82

SECTION 1

Office of the Chief Municipal Officer, Nagar Parishad Davendranagar,


Distt. Panna (M.P.)

No./ 467 /Tech/2023 DT 10-05-2023


Notice Inviting Tenders
This is for information of all concerned that online bids for the following works have been
invited:
S. No./ Work Probable FDR IN Completion
Pkg Amount AMOUNT Period
/Code (Rs. in lakh) (months)

1 Shifting of tublar pole from nh-39 to jhiriyan in 363821.73/- 3638/- 01 Month


Devendranagar(3rd call)

1. Interested bidders can view the detailed NIT & Other document on website
https://www.mptender.gov.in/ (Department Name: “Urban Administration & Development
Department”).
2. The Bid Document can be purchased only online Start Date 11.05.2023 10:30 (time)TENDER
END DATE 27.05.2023 17:30(date) to Amendments to NIT, if any, would be published on
website only, and not in newspaper.
3. Specification applicable for UADD ISSR 02 August 2021

CHEIF MUNICIPAL OFFICER


NAGAR PARISHAD
DEVENDRANAGAR

1
Notice Inviting Tender
Office of the Chief Municipal Officer Nagar Parishad Davendranagar
Distt. Panna (M.P.)

No./467 /e-tender/2023 DT. 10-05-2023


Online percentage rate bids for the following works are invited from the contractors
registered in centralized registration system of MPPWD and firms of repute fulfilling registration
criteria, for the works given in the table below on "Percentage Rate Basis" (Above/Below/ At par)
based on Integrated Standard Schedule of Rates (ISSR) of Urban Administration & Development
Department, effective from 02 August 2021:
S. No. Name of Work Probable Earnest Cost of Catego Period of
Amount of Money Bid ry of Completion
Contract Deposit Docume Contra
(Rs. in lakh) (EMD) nt ctor
(In Rupees)
1 Shifting of tublar pole from nh-39 to 363821.73/- 3638/- 2000/- 01 Month
jhiriyan in Devendranagar(3rd call)

1. The bidders intending to participate in this tender are required to get enrolled/ registered on
the e-procurement web site https://www.mptender.gov.in and get empanelled with Public
Works Department.
4. Tender documents can be purchased only online at https://www.mptender.gov.in from
11.05.202310:30 (time)TENDER END DATE 27.05.2023(date) to 17:30 by making online
payment for Tender Document Cost plus Service & Gateway Charges as per key dates.
2. At the time of submission of the Bid the eligible bidder shall be required to:
a) pay the cost of Bid Document (Online);
b) deposit the Earnest Money;
c) Submit a check list; and
d) Submit an affidavit.
Details can be seen in the Bid Data Sheet
3. Earnest Money is accepted in FDR, drawn in favor of CMO Nagar Palika Parishad Panna
only.
4. ELIGIBILTY FOR BIDDERS:
a) At the time of submission of the Bid the bidder should have valid registration in the
appropriate category with the MPPWD. However, such bidders who are not
registered with the MPPWD and are eligible for registration can also submit their
bids after having applied for registration with appropriate authority.
b) The bidder would be required to have valid registration at the time of signing of the
Contract.

2
c) Failure to sign the contract by the selected bidder, for whatsoever reason, shall result
in forfeiture of the earnest money deposit.
5. The Contractor shall get the structural design and crust design And Level Work Strument
(for road pavement) done from any recognized Engineering College and get it approved from the
Divisional Executive Engineer U.A.D.D. Gwalior at his on cost. The work shall be carried out
strictly as per approved designs.
6. The construction of Road shall be strictly as per directives and provisions of Ministry of
Surface Transport.
7. The execution procedure and principles mentioned in the directives issued by Directorate
Urban Administration and Development vide order no. …………………………….in regard to
Chief Minister Infrastructure Development scheme shall be followed.
8. Pre-qualification – Prequalification conditions, wherever applicable, are given in the Bid
Data Sheet.
9. Special Eligibility - Special Eligibility Conditions, if any, are given in the Bid Data Sheet.
10. Proposed Work Should be According to Approved Estimates, Drawing, Design.
11. Work has to be completed in prescribed time limit.

Note: Following conditions will over-rule the conditions stated in the tender documents,
wherever relevant and applicable.
E-Tendering :
 For participation in e-tendering module, it is mandatory for prospective bidders to get registration
on website www.mptender.gov.in . Therefore, it is advised to all prospective bidders to get
registration by making on line registration fees payment at the earliest.
 Tender documents can be downloaded from website www.mptender.gov.in. However, the tender
document of those bidder shall be acceptable who have made online payment for the tender
documents fee of Rs 2000/- (Rs Two Thousand only) plus service & gateway charges, without
which bids will not be accepted.
 Service and gateway charges shall be borne by the bidders.
 Since the bidders are required to sign their bids online using class-III Digital Signature
Certificates, they are advised to obtain the same at the earliest.
 For further information regarding issue of Digital Signature Certificate, the bidders are requested
to visit website www.mptender.gov.in . Please note that it may take upto 7 to 10 working days
for issue of Digital Signature Certificate. Client will not be responsible for delay in issue of
Digital Signature Certificate.
 If bidder is bidding first time for e tendering, then it is obligatory on the part of bidder to fulfill
all formalities such as registration, obtaining Digital Signature Certificate etc. well in advance.
 Bidders are requested to visit our e-tendering website regularly for any clarifications and/or due
date extension or corrigendum.
 Bidder must positively complete online e-tendering procedure at www.mptender.gov.in
 Client shall not be responsible in any way for delay/difficulties/ inaccessibility of the
downloading facility from the website for any reason whatsoever.
 For any type of clarifications bidders/contractors can visit www.mptender.gov.in and held desk
contract No. 01204001002.
 Interested bidders may attend the free training programme in Bhopal at their own cost. For
further query please contact help desk.

3
 The bidder who so ever is submitting the tender by his Digital Signature Certificate shall
invariably upload the scanned copy of the authority letter as well as submit the copy of the same
in physical form with the offer of this tender.
Apart from that, bidder has to submit separate envelopes of
1. EMD (FDR/Demand Draft) of Rs. 3638/- in Envelop-A and
2. Technical Bid in Envelop-B with all relevant enclosures
Envelop-A & Envelop-B are to be kept in one sealed envelope in physical form (as well as all the 3
Envelops must be submitted Online (The third envelope i.e. Envelope-C refers to financial proposal
which has to be submitted online only). The envelopes submitted in Physical Form should be
properly super scribed that this envelope contains 2 envelops of EMD and Technical bid against
respective tender with due date & time of tender opening as per NIT. This envelope should be
submitted physically as mentioned in Key Dates. Tenders received within specified time (e-tender as
well as physical submission) shall only be opened on the date specified in presence of the bidders or
their authorized representatives, whosoever may be present.
The prospective bidders, will upload scanned self-certified copies of requisite documents as required
in e-tendering process.
The tender documents in physical form shall be accepted 19.12.2022(17:30) AM . The same may be
dropped in this office.
1. Those physically submitted documents will be acceptable and considered, if, same are
uploaded on the website alongwith tender offer. Cognizance of other physically submitted
documents (if any) shall not be taken.
2. The physically submitted envelope of documents will be opened first. The tenders received
without pre-requisite EMD shall be returned unopened to the respective bidder. The tender
documents fees shall not be refunded.
Earnest Money Deposit and the tender fee:-
 The Tender fee of Rs 2000/-(Rs two Thousand Only) is to be submitted by bidder by
making Online Payment only against Tender.
 The EMD of Rs. 3638/- is to be submitted by bidder only in the form of FDR/DD drawn in
favour of CMO, Nagar Palika, Parishad Panna. The FDR/DD of EMD shall be physically
submitted in a sealed envelope super scribing “FDR/DD of EMD”. The EMD must be
submitted in Envelop-A.
 No Proposal will be accepted without valid earnest money deposit and Tender Document fee
paid Online.
 The prospective bidders/contractors, submitting EMD envelope in physical form as detailed
above for respective tender, will upload scanned self-certified copies of requisite EMD on the
website alongwith tender offer. Only those physically submitted document regarding EMD
will be acceptable and considered, if, same are uploaded in the website alongwith tender
offer.
 Any mismatch, if found in the documents submitted in physical form and that uploaded
online, the documents ONLINE shall be considered final and no justification regarding this
shall be entertained by Client.
Technical bid:- Bidders must positively complete online e-tendering procedure at
www.mptender.gov.in . They shall have to submit the documents as prescribed in the RFP online in
the website.
 Hard copies of above technical offer, (uploaded in the website) must be submitted in a
separate sealed envelope supers scribing “Envelop-B technical bid for Tender
No: ” . Only those physically submitted documents regarding technical bids will be
acceptable and considered, if, same are uploaded in the website along with the Financial Bid.

4
Price bid:- Bidder shall have to submit the Price bid document as per the format given in RFP and
uploaded as per instructions therein. Physical submission of price bid will not be considered. The
price of technically qualified bidder shall be opened online at the notified date. The bidder can view
the price bid opening date by logging into web-site.
 On the due date of e-tender opening, the technical bid of bidders and EMD, will be opened
online. Client reserves the right for extension of due date of opening of technical bid.
 Client reserves the right to accept or reject any or all tenders without assigning any reason
what so ever.
 In case, due date for submission & opening of tender happens to be a holiday, the due date
shall be shifted to the next working day for which no prior intimation will be given.
 Any change/modifications/alteration in the tender documents by the Bidder shall not be
allowed and such tender shall be liable for rejection.
For amendment, if any, please visit www.mptender.gov.in web site regularly. In case of any bid
amendment and clarification, the responsibility lies with the bidders to note the same from
web site. Client shall have no responsibility for any delay/omission on part of the bidder.

Chief Municipal Officer


Nagar Parishad
Davendranagar
District Panna (M.P.)
Email:
cmodevendranagar@mpurban.gov.in
Mob:
Phone: 07732-272236

5
CHECK LIST
1. Online Three envelope system shall be followed, but bidder have to submit Ten
envelopes physically also i.e.
a. Envelop A: EMD
b. Envelop B: Technical Bid.
Note: Please note that in any case if price-bid/Financial Offer submitted manually then
bid shall be out through rejected.

2. Earnest money should be in the form as given in abstract of Bid (Scanned copy of
EMD should be uploaded online).

3. Bidder will get online Form for uploading his price-bid/Financial Offer.

4. Declaration of the contractor for the correctness of the documents. Scanned copy
should be uploaded online & physical copy should be submitted in envelop B.

5. The contractor should digitally sign all the pages in which any entry is made.

6. Performance security shall be @ 5.0 % of the cost put to tender to be submitted as


mentioned in abstract of Bid.

7. Bidder should enclose the certificates in support of his experience online as well as
physically. (In Envelope-B)

8. This tender is on percentage rate basis.

9. ISSR applicable: - Integrated Standard Schedule of Rates in force from 02 August


2021, issued by Urban Administration & Development Department of Madhya
Pradesh.

6
SECTION 2
INSTRUCTIONS TO BIDDERS (ITB)
A. GENERAL
1. SCOPE OF BID
The detailed description of work, hereinafter ‘work’, is given in the Bid Data Sheet.
2. General Quality of Work:
The work shall have to be executed in accordance with the technical specifications specified
in the Annexure to the Bid Data Sheet, and shall have to meet high standards of
workmanship, safety and security of workmen and works.
3. PROCEDURE FOR PARTICIPATION IN E-TENDERING
The procedure for participation in e-tendering is given in the Annexure to the Bid Data Sheet.
4. ONE BID PER BIDDER
The bidder can be an individual entity or a joint venture. The requirement of joint venture is
given in the Bid Data Sheet.

No bidder shall be entitled to submit more than one bid whether jointly or severally. If he
does so, all bids wherein the bidder has participated shall stand disqualified.
5. Cost of Bidding
The bidder shall bear all costs associated with the preparation and submission of his bid, and
no claim whatsoever for the same shall lie on the Government.
6. Site Visit and examination of works
The bidder is advised to visit and examine the Site of Works and its surroundings and obtain
for itself on its own responsibility all information that may be necessary for preparing the bid
and entering into a contract for construction of the work. All costs shall have to be borne by
the bidder.
B. BID DOCUMENTS
7. CONTENT OF BID DOCUMENTS
The Bid Document comprises of the following documents:
1. NIT with all amendments.
2. Instructions to Bidders
3. Conditions of Contract:
i. Part I General Conditions of Contract and Contract Data; and
ii. Part II Special Conditions of Contract.
4. Specifications
5. Drawings, if any.
6. Bill of Quantities
7. Form of Financial Bid
8. Letter of Acceptance

7
9. Form of Agreement and
10. Form of Unconditional Bank Guarantee.
8. The bidder is expected to examine carefully all instructions, conditions of contract,
contract data, forms, terms and specifications, bill of quantities, forms and drawings in the
Bid Document. Bidder shall be solely responsible for his failure to do so.
9. Pre-Bid Meeting (where applicable)
Wherever the Bid Data Sheet provides for pre-bid meeting:
i) Details of venue, date and time would be mentioned in the Bid Data Sheet. Any change in
the schedule of pre-bid meeting would be communicated on the website only, and intimation
to bidders would not be given separately.
ii) Any prospective bidder may raise his queries and/or seek clarifications in writing before or
during the pre-bid meeting. The purpose of such meeting is to clarify issues and answer
questions on any matter that may be raised at that stage. The Employer may, at his option,
give such clarifications as are felt necessary.
iii) Minutes of the pre-bid meeting including the gist of the questions raised and the responses
given together with any response prepared after the meeting will be hosted on the website.
iv) Pursuant to the pre-bid meeting if the Employer deems it necessary to amend the Bid
Document, it shall be done by issuing amendment to the online Bid.
10. Amendment of Bid Documents
Before the deadline for submission of bids, the Employer may amend or modify the Bid
Documents by publication of the same on the website.
All amendments shall form part of the Bid Document.
The Employer may, at its discretion, extend the last date for submission of bids.
C. PREPARATION OF BID
11. The bidders have to prepare their bids online, encrypt their Bid Data in the Bid Forms and
submit Bid Seals (Hashes) of all the envelopes and documents related to the Bid required to be
uploaded as per the time schedule mentioned in the key dates of the Notice Inviting e-Tenders after
signing of the same by the Digital Signature of their authorized representative.

12. DOCUMENTS COMPRISING THE BID


The bid submitted online by the bidder shall be in the following parts:
Part 1 – This shall be known as Envelope A and would apply for all bids. Envelop A shall
contain the following as per details given in the Bid Data Sheet:
i) Registration number or proof of application for registration.
ii) Payment of the cost of Bid Document;
iii) Earnest Money; and
iv) An affidavit duly notarized.

8
Part 2 – This shall be known as Envelope B and required to be submitted only in works
where pre-qualification conditions and/or special eligibility conditions are stipulated in the
Bid Data Sheet. Envelop B shall contain a self-certified sheet duly supported by documents
to demonstrate fulfillment of pre-qualification conditions.
Part 3 – This shall be known as Envelope C and would apply to all bids. Envelop C shall
contain financial offer in the format prescribed enclosed with the Bid Data Sheet.
13. The bid as well as all correspondence and documents relating to the bid exchanged by
the Bidder and the Employer shall be in English or Hindi. Supporting documents and printed
literature that are part of the Bid may be in another language provided they are accompanied by
an accurate translation of the relevant passages in English. In such case, for the purposes of
interpretation of the bid, such translation shall govern.
14. TECHNICAL PROPOSAL
Only, in case of bids with pre-qualification conditions defined [as per [G] of Bid Data Sheet],
the Technical Proposal shall comprise of formats and requirements [as per [M] of Bid Data
Sheet].
15. FINANCIAL BID
i. The bidder shall have to quote rates in overall percentage, and not item wise. If the bid
is in absolute amount, overall percentage would be arrived at in relation to the NIT
amount. The overall percentage rate would apply for all items of work.
ii. Percentage shall be quoted in figures as well as in words. If any difference in figures
and words found, lower of the Ten shall be taken as valid and correct.
iii. The bidder shall have to quote rates inclusive of all duties, taxes, royalties and other
levies; and the Employer shall not be liable for the same.
16. PERIOD OF VALIDITY OF BIDS
The bids shall remain valid for a period specified in [O] of Bid Data Sheet after the date of
“close for biding” as prescribed by the Employer. The validity of the bid can be extended by
mutual consent in writing.
17. EARNEST MONEY DEPOSIT (EMD)
The Bidder shall furnish, as part of the Bid, Earnest Money Deposit (EMD), in the amount
specified in the Bid Data Sheet.

The EMD shall be in the form of Fixed Deposit Receipt of a scheduled commercial bank,
issued in favour of the name given in the Bid Data Sheet. The Fixed Deposit Receipt shall be
valid for six months or more after the scheduled date of opening of bids.

Bid not accompanied by EMD shall be liable for rejection as non-responsive.

EMD of bidders whose bids are not accepted will be returned within fifteen working
days of the decision on the bid.

EMD of the successful Bidder will be discharged when the Bidder has signed the Agreement
and furnished the required Performance Security.

9
Failure to sign the contract by the selected bidder, for whatsoever reason, shall result in
forfeiture of the earnest money deposit.

D. SUBMISSION OF BID
18. The bidder is required to submit online bid duly signed digitally, and Envelop ‘A’ and
Envelope 'B" in physical form also at the place prescribed in the Bid Data Sheet, by 15.00
hrs one working day before the opening of bid (if not mentioned in NIT/Bid Datasheet).
E. OPENING AND EVALUATION OF BID
Envelope ‘A’ shall be opened first and it’s contents shall be checked. In cases where Envelop
‘A’ does not contain all requisite documents, such bid shall be treated as non-responsive, and
Envelop B and/or C of such bid shall not be opened.
Wherever Envelop ‘B’ (Technical Bid) is required to be submitted, the same shall be opened
online at the time and date notified in the Bid Data Sheet. The bidder shall have freedom to
witness opening of the Envelop ‘B’. Envelop ‘C’ (Financial Bid) of bidders who are not
qualified in Technical Bid (Envelop ‘B’) shall not be opened.
Envelope ‘C’ (Financial Bid) of bids shall be opened online at the time and date notified. The
bidder shall have freedom to witness opening of the Envelop ‘C’.
After opening Envelop ‘C’ all responsive bids shall be compared to determine the lowest
evaluated bid.
The Employer reserves the right to accept or reject any bid, and to annul the biding process
and reject all the bids at any time prior to contract award, without incurring any liability. In
all such cases reasons shall be recorded.
The Employer reserves the right of accepting the bid for the whole work or for a distinct part
of it.
20. Confidentiality
Information relating to examination, evaluation, comparison and recommendation of contract
award shall not be disclosed to bidders or any other person not officially concerned with such
process until final decision on the bid.
Any attempt by a bidder to influence the Employer in the evaluation of the bids or contract
award decisions may result in the rejection of its bid.
F. AWARD OF CONTRACT
21. Award of Contract
The Employer shall notify the successful bidder by issuing a ‘Letter of Acceptance’ that his
bid has been accepted.
22. Performance Security
Prior to signing of the Contract the bidder to whom LOA has been issued shall have to
furnish performance security of the amount, form and duration, etc. as specified in the Bid
Data Sheet.
Additional performance security, if applicable, is mentioned in the Bid Data Sheet.

10
23. Signing of Contract Agreement
The successful bidder shall have to furnish Performance security and sign the contract
agreement within 15 days of issue of LOA.
The signing of contract agreement shall be reckoned as intimation to commencement of
work. No separate work order shall be issued by the Employer to the contractor for
commencement of work.
In the vent of failure of the successful bidder to submit Performance Security or sign the
Contract Agreement, his EMD shall stand forfeited without prejudice to the right of the
employer for taking action against the bidder.
24. CORRUPT PRACTICES
The Employer requires that bidders observe the highest standard of ethics during the
procurement and execution of contracts. In pursuance of this policy, the Employer:
i. may reject the bid for award if it determines that the bidder recommended for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive
practices in competing for the Contract; and
ii. may debar the bidder declaring ineligible, either indefinitely or for a stated period of
time, to participate in bids, if it at any time determines that the bidder has, directly or
through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for, or in executing, a contract.
For the purposes of this provision, the terms set forth above are defined as follows:
a. “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, anything of value to influence improperly the actions of another party;
b. “fraudulent practice” means any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
c. “coercive practice” means impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
d. “collusive practice” means an arrangement between Ten or more parties designed
to achieve an improper purpose, including influencing improperly the actions of
another party.

[End of ITB]

11
Bid Data Sheet
Particulars Data
Office of the Chief Municipal Officer, Nagar Parishad Davendranagar,
Distt. Panna (M.P.)
NIT No. /e-tender/ 2023
Date 10.05.2023
Bid document Purchase Online from From: 11.05.2023 10:30 To: 27.05.2023 17:30Hrs
date & time Hrs
Website link http://www.mptender.gov.in
For Section 1 - NIT
Clause Ref Particulars Data
reference No
5 & 6 of (A) Key dates Annexure A
Annexure F (B) Portal Service Charges As Applicable
6 & 7 of (C) Cost of bid document Rs. 2000./-
Annexure F
(Online Payment)
6 & 7 of (D) Cost of bid document Chief Municipal Officer, Nagar
Annexure F
(Online Payment to) Parishad Davendranagar Distt. Panna
(M.P.)
4 (E) EMD valid for a period of not less than 4670 days
5 (F) Affidavit Annexure B
7.2 (G) Pre-qualifications required No
If Yes, details Annexure C
7.3 (H) Special Eligibility NO
If Yes, details Annexure D (Not applicable)
For Section 2 - ITB
1.1 (I) Name of work SHIFTING OF TUBLAR POLE FROM NH-39
TO JHIRIYAN IN DEVENDRANAGAR

1.2 (J) Technical Specifications Annexure E


2 (K) Procedure for participation in e- Annexure F
tendering
7.1 (L) Pre bid meeting to held Yes pre bid meeting will be held
If Yes, Dated……….
11.2 (M) Envelope-B Technical Proposal Annexure G (G-1 to G-7)
11.3 (N) Envelope-C Financial Bid Annexure H
Earnest Money Deposit Rs. 3638/-
Forms of Earnest Money Deposit F.D.R/DD
FDR (Fixed Deposit Receipt) Chief Municipal Officer, Nagar Palika
must be drawn in favour of Parishad Panna Distt. Panna (M.P.)
15.1 [O] Period of Validation of Bid 4670 Days
25 (P) Letter of Acceptance (LoA) and Annexure I & J
Commencement of Works
26 (Q) Amount of Performance Security 5.0 % of the Bid amount
Extra Rate Down For 15% Below ISSR
02.08.2021
(R) Performance security in the form Annexure K
of Bank Guarantee
(S) Performance security in favour of Chief Municipal Officer, Nagar
Parishad Devendranagar Distt. Panna
(M.P.)
(T) Performance security valid up to 36 months or 3 years (whichever is
more) from the date of completion of
defect liability period.

12
27 (U) Insurance Policy Contractor’s All Risks Insurance
28 Electrification registration Class ‘ A’

13
Annexure – A
KEY DATES

Publish Date 11-05-2023 10:30 Bid Opening Date 29-05-2023 12:30


Document Download / Sale 11-05-2023 10:30 Document Download / Sale
Start Date End Date 27-05-2023 17:30
Seek Clarification Start Date 11-05-2023 10:30 Seek Clarification End Date 27-05-2023 17:30
Bid Submission Start Date 11-05-2023 10:30 Bid Submission End Date 27-05-2023 17:30

Note: Original term deposit receipt of earnest money deposit and affidavit shall be submitted by
the bidder so as to reach the office as prescribed in NIT for e-Tenders by “Physical Submission
End Date” mentioned above.

NOTE: THE ABOVE KEY DATES ARE INDICATIVE, URBAN LOCAL BODIES SHALL
CHANGE THE KEY DATES AS OER THEIR REQUIREMENTS.

14
Annexure – B
|| AFFIDAVIT ||
(On Non Judicial Stamp of Rs. 100)
I/we who is/ are
(status in the firm/ company) and competent for submission of the
affidavit on behalf of M/S (contractor) do solemnly affirm an oath and
state that:
I/we are fully satisfied for the correctness of the certificates/records submitted in support of
the following information in bid documents which are being submitted in response to notice inviting
e-tender No. for (name of work) dated
issued by the (name of the department).
I/we are fully responsible for the correctness of following self certified information/
documents and certificates:
1. That the self certified information given in the bid document is fully true and authentic.
2. That:
a. Term deposit receipt deposited as earnest money, demand draft for cost of bid document
and other relevant documents provided by the Bank are authentic.
b. Information regarding financial qualification and annual turn-over is correct.
c. Information regarding various physical qualifications is correct.
3. No close relative of the undersigned and our firm/company is working in the department.
OR
Following close relatives are working in the department:
Name Post Present Posting

Signature with Seal of the Deponent (bidder)


I/ We, above deponent do hereby certify that the facts mentioned
in above paras 1 to 4 are correct to the best of my knowledge and belief.
Verified today (dated) at (place).

Signature with Seal of the Deponent (bidder)

Note: Affidavit duly notarized in original shall reach at least one working day before opening of
the bid, by 15.00 hrs.

15
Annexure – C
PRE-QUALIFICATIONS CRITERIA

The bidder should have:


A. Financial
i. experience of having successfully executed:
a) three works costing not less than the amount equal to 40% of the probable amount of
contract during the last 3 financial years; or
b) Ten works costing not less than the amount equal to 60% of the probable amount of
contract during the last 3 financial years; or
c) one work of aggregate cost not less than the amount equal to 80% of the probable
amount of contract in any one financial year during the last 3 financial years;
ii. average annual construction turnover on the construction works not less than 40% of the
probable amount of contract during the last 3 financial years.
iii. executed similar items of work in any one financial year during the last 3 financial years
which should not be less than the minimum physical requirement fixed for the work.

Note: Above criteria are indicative, subject to suitable stipulations by the


departments and specific Bid.

Annexure – D

16
SPECIAL ELIGIBILITY CRITERIA

The bidder should have:


A. Erection of Steel Gates - ----------

B. Construction of tunnel - ----------

C.

Note: Above criteria are indicative, subject to suitable stipulations by the departments and
specific bid.

Annexure – E
Specifications

1. MP UADD Specifications for relevant Volume of Integrated Standard Schedule of


Rates, 02 August 2021.

2. MOST

3. IRC

The provisions of general / special conditions of contract, those specified elsewhere in the bid
document, as well as execution drawings and notes, or other specifications issued in writing by
the Employer shall form part of the technical specifications of this work.

17
Annexure – F
GUIDELINES TO CONTRACTORS FOR IMPLEMENTATION OF
E-PROCUREMENT SYSTEM IN URBAN ADMINISTRATION AND DEVELOPMENT
DEPARTMENT, GOVERNMENT OF MADHYA PRADESH

As Mentioned in NIT and Manuals available on e-Tendering Portal www.mptender.gov.in.

18
Annexure – G
Envelope – B, Technical Proposal
Technical Proposal shall comprise the following documents:
Sno Particulars Details to be submitted
1 Organizational Details Format: G-1
2 Valid Registration of bidder in RegistrationNo.
appropriate class through Centralized Date
Registration of Govt. of MP (Scanned copy of Registration to be
uploaded)
3 Experience – Financial & Physical Format: G-2
4 Annual Turnover Format: G-3

Note:
1. Technical Proposal should be uploaded duly page numbered and indexed.
2. Technical Proposal uploaded otherwise will not be considered.
3. All the documents/ information enclosed with the Technical Proposal should be self attested
and certified by the bidder. The Bidder shall be liable for forfeiture of his earnest money
deposit, if any document / information is found false/ fake/ untrue before acceptance of bid. If
it is found after acceptance of the bid, the bid sanctioning authority may at his discretion
forfeit his performance security/ guarantee, security deposit and enlistment deposit.
4. The bidder shall also furnish an affidavit duly notarized in the format given in Annexure 4 on
non judicial stamp of Rs. 100/- regarding correctness of the information furnished and
documents submitted with the bid and technical proposal.
Original affidavit shall be submitted 30 minute before the specified start time and date in key
dates for opening of technical proposal.
5. The bidder shall furnish the following undertaking as part of the technical proposal on its
official letterhead duly signed with proper seal.

19
Format: G-1
ORGANIZATIONAL DETAILS
(To be enclosed with technical proposal)
S. No. Particulars Details
1. Name of Organization/ Individual
2. Entity of Organization
Individual/ Proprietary Firm/ Partnership
Firm (Registered under Partnership Act)/
Limited Company (Registered under the
Companies Act–1956)/ Corporation
3. Address of Communication
4. Telephone Number with STD Code
5. Fax Number with STD Code
6. Mobile Number
7. E-mail Address for all communications
Details of Authorized Representative
8. Name
9. Designation
10. Postal Address
11. Telephone Number with STD Code
12. Fax Number with STD Code
13. Mobile Number
14. E-mail Address
Note: In case of partnership firm and limited company certified copy of partnership deed/ Articles
of Association and Memorandum of Association alongwith registration certificate of the
company shall have to be enclosed.

Signature of Bidder with Seal


Date:

20
Format: G-2
FINANCIAL & PHYSICAL EXPERIENCE DETAILS

A. Financial

Requirement:
Details of successfully completed similar Works:
Three works costing not less than the amount equal to 40% of the probable amount of contract
during the last 3 financial years;
or
Ten works costing not less than the amount equal to 60% of the probable amount of contract
during the last 3 financial years;
or
one work of aggregate cost not less than the amount equal to 80% of the probable amount of
contract in anyone financial during the last 3 financial years;
To be filled in by the contractor:
i. Details of successfully completed similar works shall be furnished in the following format.
ii. Certificate duly signed by the employer shall also be enclosed for each completed similar
work.

Agreement Name of Date of Date of Amount of Employer's


Number & Work Work Completion Contract Name and
Year Order Address
I II III IV V VI

B. Physical

Requirement:
Execution of similar items of work in any one financial year during the last 3 financial years
should not be less than the minimum physical requirement fixed for the work.
Minimum Physical Requirement Actual Quantity Executed
(To be filled in by the contractor)
S. No. Item of Work Quantity Year – 1 Year – 2 Year – 3
I II III IV V VI

Note: 1. Certificate duly signed by the employer shall be enclosed for the actual quantity executed in
any one year during the last 3 financial years.
2. Similar works: The similarity shall be based on the physical size, complexity, methods
technology or other characteristics of main items of work viz. earth work, cement concrete,
Reinforced cement concrete, brick masonry, stone masonry etc.

21
Format: G-3
ANNUAL TURN OVER

Requirement:
Average annual construction turnover on the construction works not less than 40% of the probable
amount of contract during the last 3 financial years;
To be filled in by the contractor:
Financial Payments received for contracts in progress or
Year completed

Note:
i. Annual turnover of construction should be certified by the Chartered Accountant.
ii. Audited balance sheet including all related notes, and income statements for the above financial
years to be enclosed.

22
Format: G-4
List Of Technical Personnel For The Key Positions

Technical Personnels for Key Positions Available with bidder


S. Name of Personnel Key Qualification Age Similar Total
No. Position work Work
experience Experience

23
Format: G-5
List Of Key Equipments/ Machines For Quality Control Labs

Available with the bidder


Name of Equipment/ Machinery Quantity

Format: G-6
List Of Key Equipments/ Machines For Construction Work

Available with the bidder


Name of Equipment/ Machinery Quantity

Format: G-7
Litigation History

S. Name of other Cause of Litigation whether Amount Final Result /


No. Party(ies) dispute (Court/Arbitration) Involved Present status of
Litigation

24
Annexure - H
BILL OF QUANTITIES
General Description of work:
Probable Amount of Contract:
Bill of Quantities:

S. Particulars of Item Quantity Rate Unit Amount Amount Remarks


No. of Work (in figure) (in words)
I II III IV V VI VII VIII
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Total

Total Rupees (In Words)

25
FINANCIAL BID
FOR
NAME OF `WORK
I/We hereby bid for the execution of the above work within the time specified at the rate (in
figures) (in words) percent below/ above or at par based on
the Bill of Quantities and item wise rates given therein in all respects in accordance with the
specifications, designs, drawings and instructions in writing in all respects in accordance with such
conditions so far as applicable. I/We have visited the site of work and am/ are fully aware of all the
difficulties and conditions likely to affect carrying out the work. I/We have fully acquainted
myself/ourselves about the conditions in regard to accessibility of site and quarries/kilns, nature and
the extent of ground, working conditions including stacking of materials, installation of tools and
plant conditions effecting accommodation and movement of labour etc. required for the satisfactory
execution of contract.
Should this bid be accepted, I/We hereby agree to abide by and fulfill all the terms and
provisions of the said conditions of contract annexed hereto so far as applicable, or in default thereof
to forfeit and pay to the Municipal Corporation/Nagar Palika Parishad/Nagar Parishad or his
successors in office the sums of money mentioned in the said conditions.
Note:
i. Only one rate of percentage above or below or at par based on the Bill of Quantities and item
wise rates given therein shall be quoted.
ii. Percentage shall be quoted in figures as well as in words. If any difference in figures and
words found lower of the Ten shall be taken as valid and correct rate. If the bidder is not
ready to accept such valid and correct rate and declines to furnish performance security and
sign the agreement his earnest money deposit shall be forfeited.
iii. In case the percentage "above" or "below" is not given by a bidder, his bid shall be treated
as non responsive.
iv. All duties, taxes, and other levies payable by the bidder shall be included in the percentage
quoted by the bidder.
Signature of Bidder
Name of Bidder
The above bid is hereby accepted by me on behalf of the Municipal Corporation/Nagar Palika
Parishad/ Nagar Parishad on dated the day of 20

Chief Municipal Officer


Nagar Parishad devendranagar
District Panna (M.P.)

26
Annexure - I
LETTER OF ACCEPTANCE (Low)
No. Dated:
To,
M/s.
(Name and address of the contractor)

Subject:
(Name of the work as appearing in the bid for the work)

Dear Sir (s),


Your bid for the work mentioned above has been accepted on behalf of the Municipal
Corporation/Nagar Palika Parishad/Nagar Parishad at your bided percentage below/ above or
at par the Bill of Quantities and item wise rates given therein.
You are requested to submit within 15 (Fifteen) days from the date of issue of this letter:
a. the performance security/ performance guarantee of Rs. (in figures) (Rupees
in words only). The performance
security shall be in the shape of term deposit receipt/ bank guarantee of any nationalized /
schedule commercial bank valid upto three months after the expiry of defects liability
period.
b. Insurance policy certificates.
c. Sign the contract agreement.
Please note that the time allowed for carrying out the work as entered in the bid
months shall be reckoned from the date of signing the contract agreement.
Signing the contract agreement shall be reckoned as intimation to commencement of work
and no separate letter for commencement of work is required. Therefore, after signing of the
agreement, you are directed to contact Shri the Engineer-in-charge for this work for
taking the possession of site and necessary instructions to start the work.
Yours

(NAME OF SIGNING AUTHORITY)


Chief Municipal Officer
Nagar Parishad Davendranagar
District Panna (M.P.)

27
Annexure - J

LETTER FOR COMMENCEMENT OF WORK

No. Dated:

To,
M/s.
(Name and address of the contractor)

Subject:
(Name of the work as appearing in the bid for the work)
Reference: This office letter of acceptance of your bid No. date

Dear Sir (s),

1. You are requested to contact contact Shri the Engineer-in-charge for this work
for taking the possession of site at starting the work at once)
2. Please note that the time allowed for carrying out the work as entered in the bid
months shall be reckoned from the date of signing the contract agreement.

Yours

(NAME OF SIGNING AUTHORITY)


Chief Municipal Officer
Nagar Parishad Davendranagar
District Panna (M.P.)

28
Annexure –K
Form of Bank Guarantee for Performance Security
(To be used by approved scheduled commercial banks)

Date
Contract No. and Title
Bank's name with Branch and Office
Beneficiary (name of Purchaser)

1. In consideration of the Commissioner/Chief Municipal Officer, Municipal


Corporation/Nagar Palika Parishad/Nagar Parishad, -------------------, District -------------------
(M.P.). (Hereinafter called “the Authority") having agreed to exempt… .............. (Herein after
called “the said contractor(s)”) from the demand, under the terms and conditions of NIT/An
agreement no. --------------------------dated………….. made between… ...................... and
……………………… for …………………………….(hereinafter called “the said
Agreement”) of security deposit for the due fulfillment by the said contractor (s) of the terms
and conditions contained in the said NIT/agreement on production of Bank Guarantee for Rs
----------- (in figures) (Rupees…………..only). At the request of the Contractor,
we…………………………….(name of Bank) (hereinafter referred to as “the Bank”) do
hereby irrevocably undertake to pay to Authority an amount not exceeding
Rs………………………………………. against any loss or damage caused to or suffered or
would be caused to or suffered by the Authority by reason of any breach by the said
Contractor (s) of any terms of conditions contained in the said agreement.

2. We …………………………….(name of Bank), do hereby undertake to pay the amount


due and payable under this guarantee without any demure merely on a demand from the
Authority stating that the amount claimed is due by way of loss or damage caused to or
suffered by the Authority by reason of any breach by said Contractor(s) of any of the terms
or conditions Contained in the said agreement or by reason of the Contactor(s) failure to
perform the said agreement. Any such demand made on the bank shall be conclusive as
regard the amount due and payable by the Bank under this guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs………………….
3. We …………………………….(name of Bank) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all dues of
the Authority under or by virtue of the said Agreement have been fully paid and its claim
satisfied or till Authority certifies that the terms of the said agreement have been fully and
properly carried out by the said Contractor(s) and accordingly discharges the guarantee.
Unless a demand or claim under this guarantee is made on in writing on or before the
……………………… we shall be discharged from all liability under this guarantee
thereafter.
4. We …………………………….(name of Bank) further agree with the Authority that the
Authority shall have the fullest liberty without our consent and without effecting in any
manner obligations here under or vary any of the terms and condition of the said agreement
29
or to extend time of performance by the said contractor(s) from time to time or to postpone
for any time or from time to time any of the powers exercisable by the Authority against the
said contractor (s) and to force-bear or enforce any of the terms and conditions relating to the
said Agreement and we shall not be relieved from our liabilities by reasons of any such
variation of extension having granted to the said contractor (s) for any forbearance act, or
omission on the part of the Authority or any indulgence by the Authority of the said
contractor (s) or by any such matter or thing whatsoever which under the law relating to
sureties would but for this provision have effect of so relieving us.
5. We …………………………….(name of Bank) hereby also undertake to have the
signature of Branch Manager issuing the Bank Guarantee verified from the local branch of
the bank in M.P.
6. We ............................................ (name of Bank) hereby unequivocally undertake that if the
Authority invokes the guarantee the bank (issuing branch) ……………….. will make the
payment to the Authority without any reference and demur.
7. This guarantee will not be discharged due to change in the constitution of the bank or the
contractor(s)/supplier(s).
8. We undertake to pay the Authority any money so demanded notwithstanding any dispute
or disputes raised by the contractor(s)/Supplier(s) in any suit or proceeding pending before
any Court or Tribunal relating thereto our liability under this present being absolute and
unequivocal.
9. The Bank undertake not to revoke this guarantee during its currency except with the
previous consent of the Authority in writing.
10. This guarantee shall expire not later than..................................... (Insert date) day
of...................... (Month) 20........ .
11. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication
No., 458 except that subparagraph (ii) of Sub article 20(a) is hereby excluded.

The payment so made by us under this bound shall be a valid discharge of our liability for
payment there under and the contractor(s)/Supplier(s) shall have no claim against us.

Dated the ……………………………day of…………………..20.......

(Signature of the Bank & Contractor)

30
SECTION 3
Conditions of Contract
Part – I General Conditions of Contract

Table of Clauses
Sno Particulars Sno Particulars
A. General D. Cost Control
1 Definitions 22 Payments for Variations
2 Interpretation 23 No compensation for alterations in
or restriction of work to be carried
out.
3 Language and Law 24 Recovery from Contractors
4 Communications 25 Tax
5 Subcontracting 26 Check Measurements
6 Personnel 27 Termination
7 Force Majeure 28 Payment upon Termination
8 Contractor's Risks 29 Performance Security
9 Liability For Accidents To Person 30 Price Variations
10 Contractor to Construct the Works 31 General condition for admissibility
of variations.
11 Discoveries E. Finishing the Contract
12 Dispute Redressal System 32 Completion of Works
13 Arbitration 33 Final Account
B. Time Control 34 Payment certificates
14 Programme F. Other Conditions of Contract
15 Extension of Time 35 Currencies
16 Compensation for Delay 36 Securities
17 Monthly Return of Extra Claims 1916 Labour
18 Contractor’s percentage, whether 38 Compliance with Labour Regulations
applied to net or gross amount of
bills.
C. Quality Control 39 Drawings and Photographs of the
Works
19 Tests 40 Defect Liability Period
20 Correction of Defects noticed during 41 Training Of Government Personnel
the Defect Liability Period
21 Variations - Change in original 42 Jurisdiction
Specifications, Designs, Drawings
etc.

31
A. General
1. DEFINITIONS
 Bill of Quantities: means the priced and completed Bill of Quantities forming part of
the Bid.

 Completion: means completion of the work as certified by the Engineer-in-Charge, in


accordance with provisions of agreement.

 Contract: means the Contract between the Employer and the Contractor to execute,
complete and/or maintain the work. Agreement is synonym of Contract and carries
the same meaning wherever used.

 Contract Data Sheet: means the documents and other information which comprise of
the Contract.

 Contractor: means a person or legal entity whose bid to carry out the work has been
accepted by the Employer.

 Contractor's bid: means the completed bid document submitted by the Contractor to
the Employer.

 Contract amount: means the amount of contract worked out on the basis of accepted
bid.

 Completion of work: means completion of the entire contracted work. Exhaustion of


quantity of any particular item mentioned in the bid document shall not imply
completion of work or any component thereof.

 Collusive Practice: means an arrangement between Ten or more parties designed to


achieve an improper purpose, including influencing improperly the actions of another
party.

 Coercive Practice: means impairing or harming, or threatening to impair or harm,


directly or indirectly, any party or the property of the party to influence improperly
the actions of a party.

 Corrupt Practice: means the offering, giving, receiving, or soliciting, directly or


indirectly, anything of value to influence improperly the actions of another party.

 Fraudulent Practice : means any act or omission, including a mis-


representation, that knowingly or recklessly misleads, or attempts to mislead, a party
to obtain a financial or other benefit or to avoid an obligation.

 Day: means the calendar day.

 Defect: means any part of the work not completed in accordance with the
specifications included in the contract.

 Drawings: means drawings including calculations and other information provided or


approved by the Engineer-in-Charge.

32
Employer: means the party as defined in the Contract Data, who employs the
Contractor to carry out the work. The Employer may delegate any or all functions to a
person or body nominated by him for specified functions. The word Employer /
Department wherever used denote the Nagar Palika Parishad Morena.
 Engineer-in-Charge: means Engineer-in-Charge of the Nagar Palika Parishad who
shall be incharge of the works and who shall sign the agreement on behalf of the
Nagar Palika Parishad, …………...
 Subordinate Incharge: means Engineer-in-Charge (second in command) of the
Nagar Palika Parishad, who shall be In charge for supervision of the execution of
work.
 Executive Engineer: means Executive Engineer of the concerned Division of the MP
Urban Administration & Development Department and /or Executive Engineer of the
/Nagar Palika Parishad Panna as the case may be.
 Superintending Engineer: means Superintending Engineer of the concerned Division
of the MP Urban Administration & Development Department.
 Chief Engineer: means Chief Engineer of the Directorate of the MP Urban
Administration & Development, Shivaji Nagar, Near 6 No. Stop, Bhopal.
 Department: means Nagar Palika Parishad Panna
• Government: UADD Madhya Pradesh.
 In Writing: means communicated in written form and delivered against receipt.
• Equipment means the Contractor's machinery and vehicles brought temporarily to the
Site for execution of work.
 Stipulated date of completion: means the date on which the Contractor is required to
complete the work. The stipulated date is specified in the Contract Data.
 Material: means all supplies, including consumables, used by the Contractor for
incorporation in the work.
 Specification: means the specification of the work included in the Contract and any
modification or addition made or approved by the Engineer-in-Charge.
 Start Date : means the date 07 days after the signing of agreement for the work.
However, the employer may extend this time limit by another 07 days, as and when
required.
 Sub-Contractor: means a person or corporate body who has a Contract (duly
authorized by the employer) with the Contractor to carry out a part of the construction
work under the Contract.
 Temporary Work : means work designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the work.
 Tender / Bid, Tenderer /Bidder : are the synonyms and carry the same meaning
where ever used.
 Variation : means any change in the work which is instructed or approved as
variation under this contract.
 Work: The expression "work" or "works" where used in these conditions shall unless
there be something either in the subject or context repugnant to such construction, be
construed and taken to mean the work by virtue of contract, contracted to be executed,
whether temporary or permanent and whether original, altered, substituted or
additional.

33
2. INTERPRETATIONS AND DOCUMENTS
Interpretations

In the contract, except where the context requires otherwise:


• words indicating one gender include all genders;
• words indicating the singular also include the plural and vice versa.
• provisions including the word “agree”, “agreed” or “agreement” require the
agreement to be recorded in writing;
d. written” or “in writing” means hand-written, type-written, printed or electronically
made, and resulting in a permanent record;

Documents Forming Part of Contract:


• Notice Inviting e-Tenders (Press)
• Detailed Notice Inviting e-Tenders
• Instructions to Bidders along with Bid Data Sheet.
• General Conditions of Contract.
• Contract Data Sheet
• Special Conditions of Contract
• Any other document.

3. Language and Law


The language of the Contract and the law governing the Contract are stated in the
Contract Data Sheet.
4. Communications
All certificates, notice or instruction to be given to the Contractor by
Employer/Engineer shall be sent on the address or contact details given by the
Contractor in [Annexure G-1 of ITB]. The address and contract details for
communication with the Employer/Engineer shall be as per the details given in
Contract Data Sheet. Communication between parties that are referred to in the
conditions shall be in writing. The notice sent by facsimile (fax) or other electronic
means (email) shall also be effective on confirmation of the transmission. The notice
sent by registered post or speed post shall be effective on delivery or at the expiry of
the normal delivery period as undertaken by the postal service.

5. Subcontracting
Subcontracting shall be permitted for contracts value more than [amount specified in
the Contract Data Sheet] with following conditions.
• The Contractor may subcontract up to 25 percent of the contract price, only
with and after the approval of the Employer in writing, but will not assign the
Contract. Subcontracting shall not alter the Contractor's obligations.
• The Contractor shall not be required to obtain any consent from the Employer
for:
• the provision for labour or labour component.
• the purchase of Materials which are in accordance with the standards
specified in the Contract
• hiring of plant & machinery
• The sub-contractor will have to be registered in the appropriate category in the
contractor’s centralised registration system of the Go MP.

34
6. Personnel
1. The Contractor shall employ for the construction work and routine maintenance the
technical personnel as provided in the Contract Data Sheet. If the Contractor fails to
deploy required number of technical staff, recovery as specified in the Contract Data
Sheet will be made from the Contractor.
2. If the Engineer asks the Contractor to remove a person who is a member of the
Contractor's staff or work force, stating the reasons, the Contractor shall ensure that the
person leaves the Site within three days and has no further connection with the Works
in the Contract.

7. Force Majeure
1. The term "Force Majeure" shall mean acts of God or any act not within the control of
parties, such as lightening and unprecedented floods, earthquake, hurricane and wars,
revolts, riots, fire, sabotage. Upon the occurrence of such cause and upon its
termination, the party, alleging that it has been rendered unable, as aforesaid, shall
notify the other party in writing immediately but not later than seven days of the alleged
beginning as well as ending thereof, giving full particulars and satisfactory evidence in
support of its claim.

2. In the event of either party being rendered unable by force majeure to perform any duty
or discharge any responsibility arising out of the contract, the relative obligation of the
party affected by such force majeure shall upon notification to the other party be
suspended for the period during which force majeure event lasts. The cost and loss
sustained by either party shall be borne by respective parties.

3. The time for performance of the relative obligation suspended by the force majeure
shall stand extended by the period for which such cause lasts. Should the delay caused
by force majeure exceed Ten months, the parties to the contract shall hold discussions
to resolve the situation mutually.
8. Contractor's Risks
1. All risks of loss of or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract are the
responsibility of the Contractor.
2. All risks and consequences arising from the inaccuracies or falseness of the documents
and/or information submitted by the contractor shall be the responsibility of the
Contractor alone.
9. Liability For Accidents To Person

1. The contractor shall be deemed to have indemnified and saved harmless the
Government against all action, suits, claims, demands, costs etc. arising in connection
with injuries suffered by any persons employed by the contractor or his subcontractor
for the works whether under the General law or under workman's compensation Act, or
any other statute in force at the time of dealing with the question of the liability of
employees for the injuries suffered by employees and to have taken steps properly to
ensure against any claim there under.

2. On the occurrence of an accident which results in the death of the workmen employed
by the contractor or which is so serious as is likely to result in the death of any such
workmen, the contractor shall within 24 hours of happening of such accident intimate
in writing to the Engineer of the facts of such accidents. The contractor shall indemnify
Government against all loss or damage sustained by the Government resulting directly
from or indirectly from his failure to give intimation in the manner aforesaid including
the penalties or fines if any payable by Government as a consequence of Governments

35
failure to give notice under the workmen's Compensation Act or otherwise to conform
to the provisions of the said Act in regard to such accident.

3. In the event of any claim being made, or action brought against the Government
involving the contractor and arising out of the matter referred to and in respect of which
the contractor is liable under this clause the contractor shall be immediately notified
thereof, and he shall with the assistance if he so required of the government but at the
sole expense of the contractor conduct all negotiations for the settlement of the same or
of any litigation that may arise there from. In such cases the Government shall at the
expense of the contractor afford all available assistance for any such purposes.

4. Furthermore, the Engineer shall have the right to pay or to defend or to compromise
any claim which may be made against the Government or in case of threatened legal
proceedings or in anticipation of legal proceedings being instituted is liable to take such
steps as he may consider necessary or desirable to ward off of mitigate the effect of
such proceedings and to recover the contractor all sums and expenses, the Engineer
may injure and pay in this behalf, provided that the Engineer shall before taking any
action as aforesaid give to the contractor a notice in writing of the action proposed to be
taken by him and in case the Engineer proposed to pay or compromise effected without
the consent of the contractor except when the claim does not exceed a sum of Rs.
10,000/- and the payment or the compromise is sanctioned by the government.
5. In the event of an accident on the work under this contract in respect of which
compensation become payable under workmen's Compensation Act whether by the
contractor or by the government as principle, it shall be lawful for the Engineer to
retain, out of the money's due and payable to contractor such sum.
10. Contractor to Construct the Works

1. The Contractor shall construct, install and maintain the Works in accordance with the
Specifications and Drawings.

2. The contractor shall supply and take upon himself the entire responsibility of the
sufficiency of the scaffolding, timbering, Machinery, tools implements and generally of
all means used for the fulfilment of this contract whether such means may or may not
approved of or recommended by the Engineer and the contractor must accept all risks of
accidents or damages from whatever cause they may arise, except where otherwise
provided in this contract, until the completion of this contract.

11. Discoveries
Anything of historical or other interest or of significant value unexpectedly discovered
on the Site shall be the property of the Employer. The Contractor shall notify the
Engineer of such discoveries and carry out the Engineer's instructions for dealing with
them.
12. Dispute Resolution System
1. No issue of dispute can be raised after 15 days of its occurrence. In the event, matter of
dispute is raised before the competent authority as given in the contract data, within 15
days of its occurrence the competent authority, i.e. Municipal Chief Municipal Officer of
the Nagar Palika Parishad,................ shall decide the matter within 30 days.

2. Either party will have a right to appeal against the order of the above competent authority
within 30 days to the Appellate Authority as defined in Contract Data. Such decision in
respect of every matter so referred shall, subject to review as hereinafter provided, be
final and binding upon the Contractor. In case the Work is already in progress, the
Contractor shall proceed with the execution of the Works, pending receipt of the decision
of the competent authority as aforesaid, with all due diligence.

36
Alternative 12. Dispute Resolution System
1. If any question, difference or objection, whatsoever, shall arise in anyway, in
connection with or arising out of this instrument, or the meaning of operation of any
part thereof, or the right, duties or liabilities of either party then, save in so far, as the
decision of any such matter, as herein before provided for, and been so decided every
such matter constituting a total claim of Rs. 50,000/- or above, whether its decision
has been otherwise provided for and whether it has been finally decided accordingly,
or whether the contract should be terminated, or has been rightly terminated, and as
regards the rights or obligations of the parties, as the result of such termination shall
be referred for decision to the empowered Standing committee, which would consist
of the following:-
i. Principal Secretary, GoMP, Department of Urban Administration &
Development, Bhopal.
ii. Secretary, GoMP, Finance or his nominee, not below the rank of Deputy
Secretary and / or Chief Accounts Officer.
iii. Secretary, GoMP, Law or his nominee.
iv. Director, Directorate of Urban Administration & Development, Bhopal
v. Superintending Engineer concerned (Member Secretary)
2. The Engineer-in-charge, on receipt of application along with non-refundable
prescribed fee, (the fee would be Ten percent of the amount in dispute, not exceeding
Rs. one lac) from the Contractor, shall refer the disputes to the committee, within a
period of Three month from the date of receipt of application, Procedure and
Application for referred cases for settlement by the Sanding committee shall be, as
given in Contract Data Sheet.
13. Arbitration
Either party will have the right of appeal against the decision of the Appellate
authority of the Dispute Redressal System, within 60 days of such decision nominated
under Clause 21, to the Madhya Pradesh Arbitration Tribunal constituted under
Madhya Pradesh Madhyastham Adhikaran Adhiniyam,1983 provided the amount of
claim is more than Rs. 50,000/-.
B. Time Control
14. Programme
1 Within the time stated in the Contract Data, the Contractor shall submit to the
Engineer for approval a Programme showing the general methods, arrangements,
order, and timing for all the activities in the Works for the construction of works.

2 The contractor shall submit the list of equipment and machinery being brought to site,
the list of key personnel being deployed, the list of machinery/equipments being
placed in field laboratory and the location of field laboratory along with the
Programme. The Engineer shall cause these details to be verified at each appropriate
stage of the programme.

3 An update of the Programme shall be a programme showing the actual progress


achieved on each activity and the effect of the progress achieved on the timing of the
remaining Works, including any changes to the sequence of the activities.

4 The Contractor shall submit to the Engineer for approval an updated Programme at
intervals no longer than the period stated in the Contract Data. If the Contractor does
not submit an updated Programme within this period, the Engineer may withhold the
amount stated in the Contract Data from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the overdue
Programme has been submitted.

37
5 The Engineer's approval of the Programme shall not alter the Contractor's obligations.
The Contractor may revise the Programme and submit it to the Engineer again at any
time. A revised Programme shall show the effect of Variations and Compensation
Events.

15. Extension of Time

1. If the Contractor desires 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 grounds, he shall
apply, in writing, to the Engineer-in-charge within 30 days of the date of the hindrance,
on account of which he desired such extension as aforesaid, and The Authority
Competent to grant extension under the rules/delegations of powers for other duly
authorized Engineer shall if in his opinion, (which shall be final) reasonable grounds be
shown therefore, authorize such extension of time, if any, as may, in his opinion, be
necessary or proper, if the period of completion of contract expires before the expiry of
the period of one month provided in this clause, the application for extension shall be
made before the expiry of the period stipulated for completion of the contract.

2. The competent authority shall grant such extension at each such occasion within a period
of 30 days of receipt of application from contractor and shall not wait for finality of work.
Such extensions shall be granted in accordance with provisions under clause- 16 of this
agreement.

16. Compensation for delay


1. The time allowed for carrying out the work, as entered in the bid, shall be strictly
observed by the Contractor and shall be reckoned from the date of signing of
agreement.

2. If the contractor does not commence the work within 7 days, he shall stand liable for
the forfeiture of the amount of Earnest Money and Security Deposit, Besides,
appropriate action may taken by the Engineer-in-Charge/ competent authority to debar
him from taken apart in future bids for a specified period or black list him.

3. The work shall, throughout the stipulated period of completion of the contract, be
proceeded with all due diligence, time being essence of the contract, on the part of the
contractor.

4. To ensure good progress during the execution of work, the contractor shall be bound,
in all cases in which the time allowed for any work exceeds one month (save for
special jobs), to complete
i. 1/8th of the whole of the work before 1/4th of the whole time allowed under
the contract has elapsed,
ii. 3/8th of the work before ½ of such time has elapsed and
iii.3/4th of the work before ¾ of such time has elapsed.

5. If the contractor fails to complete the work in accordance with this time schedule in
terms of cost in money, and the delay in execution of work is attributed to the
contractor, the contractor shall be liable to pay compensation to the Government at
every time span as below:-

Compensation payable by the contractor for delay attributable to contractor at the


stage of:

38
• Delay upto one fourth period of the prescribed time span
— 2.5% of the work remained unexecuted.
• Delay exceeding one forth period but not exceeding half of the prescribed time
span
• 5% of the work remained unexecuted.
• Delay exceeding half of the prescribed but not exceeding three fourth of the time
span
- 7.5% of the work remained unexecuted.
• Delay exceeding three fourth of the prescribed time span
—10% of the work remained unexecuted.

Note.
In case delayed period over a particular span is split up and is jointly attributable to
Government and contractor, the competent authority may reduce the compensation in
proportion of delay attributable to Government over entire delayed period over that
span after clubbing up the split delays attributable to Government and this reduced
compensation would be applicable over the entire delayed period without paying any
escalation.

First time span is of 6 months, delay is of 30 days which is split over as under: 5 days
(attributable to government)+5 days(attributable to contractor)+5 days(attributable to
government)+ 5 days (attributable to contractor)+5 days(attributable to government)+
5 days (attributable to contractor)

Total delay is thus clubbed to 15 days (attributable to government) and 15 days


(attributable to contractor).

Total normal compensation of 30 days as per clause 2 of agreement is 2.5% which can
be reduced as 2.5*15/-30==1.25% over 30 days without any escalation by competent
authority.

6. The compensation, levied as above, shall be recoverable from the Running Account
Bill to be paid immediately after the concerned time span. Total compensation for
delays shall not exceed 10 percent of the total value of the work.

7. The contactor shall, further, be bound to carry out the work in accordance with the
date and quantity entered in the progress statement attached to the bid.

8. In case the delay in execution of work is attributable to the contractor, time extension
shall be granted with penalty and no price adjustment. The span wise compensation,
as laid down in this clause shall be mandatory. However, in case the slow progress in
one time span is covered upto within original stipulated period, then the amount of
such compensation levied earlier shall be refunded.

9. For delays attributable to the Department - No penalty, with price adjustment. for
delays attributable to the Contractor.

10. The Price Variation, if any, admissible under clause 30 of Conditions of contract
would be admissible only on such rates and cost of work, as would be admissible if
work would have been carried out in that particular time span.

11. The Engineer-in- charge shall review the progress achieved in every time span, and
grant stage wise extension in case of slow progress with compensation, if the delay is
attributable to contractor, otherwise without compensation. However, if for any

39
special job, a time schedule has been submitted by the Contractor before execution of
the agreement, and it is entered in agreement as well as same has been accepted by the
Engineer-in-charge, the Contractor shall complete the work within the said time
schedule. In the event of the Contactor failing to comply with this condition, he shall
be liable to pay compensation as prescribed in forgoing paragraph of this clause
provided that the entire amount of compensation to be levied under the provisions of
this clause shall not exceed 10% of value of the contract. While granting extension in
time attributable to the Government, reasons shall be recorded for each delay.

17. Monthly Return of Extra Claims


1. Contractor has to submit a return every month for any work claimed as extra.

2. The Contractor shall deliver the return in the office of the Engineer-in-Charge and
obtain Receipt Number of the Receipt Register of the day on or before 10th day of
every month during the continuance of the work covered by this contract, a return
showing details of any work claimed as extra by the contractor which value shall be
based upon the rates and prices mentioned in the contract or in the Schedule of Rates
in force in the District for the time being.

3. The contractor shall be deemed to have waived all claims, not included in such return,
and will have no right to enforce any such claims nor included, whatsoever be the
circumstances.

18. Contractor's percentage, whether applied to net or gross amount of bills


The percentage referred to in the "Bid for works" will be deducted/ added from/to the
gross amount of the bill.

C. Quality Control
19. Tests
1. For carrying out tests as prescribed in the specifications, the contractor shall establish
field laboratory at the location specified by the Engineer. It shall have such equipment
as specified in the Contract Data Sheet.

2. The Contractor shall be responsible for:


• Carrying out the tests prescribed in specifications, and
• For the correctness of the test results, whether preformed in his laboratory or
elsewhere.
3. In the event the contractor does not establish the quality control lab, the Engineer in
Charge can do so at the risk & cost of the contractor.

20. Correction of Defects noticed during the Defect Liability Period


1. The Contractor shall promptly rectify all defects pointed out by the Engineer well
before the end of the Defect Liability Period. The Defect Liability Period shall
automatically stand extended until the defect is rectified.

2. If the Contractor has not corrected a Defect pertaining to the Defect Liability Period to
the satisfaction of the Engineer, within the time specified by the Engineer, the
Engineer will assess the cost of having the Defect corrected, and the cost of correction
of the Defect shall be recovered from the Performance Security and other available
securities.

40
D. Cost Control

21. Variations - Change in original Specifications, Designs, Drawings etc.


1. The Employer shall have power to make any alterations, omissions or additions to or
substitutions for the original specifications, drawings, designs and instructions, that
may appear to him to be necessary during the progress of the work and the contractor
shall carry out the work in accordance with any instructions which may be given to
him in writing signed by the Employer, and such alterations, omission, additions or
substitutions shall not invalidate the contract and any altered, additional or substituted
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
respects on which he agree to do the main work.

2. The time for the completion of the work shall be extended in the proportion that the
altered, additional or substituted work bears to the original contract work and the
certificate of the Employer shall be conclusive as to such proportion.

22. Payments for Variations


1. The rates for such additional, altered or substituted work under this clause shall be
worked out in accordance with the following provisions in their respective order:-
• If the rates for the additional, altered or substituted work are specified in
the contract for the work - the contractor is bound carry out the additional,
altered or substituted work at the same rates as are specified in the contract for
the work.
• If the rates for the additional, altered or substituted work are not
specifically provided in the contract for the work - such rates will be
derived from the rates for a similar class of work as are specified in the
contract for the work.
• If the rates for the altered, additional or substituted work can not be
determined in the manner specified in the sub clause (a) to (b) above -
then the rates for such composite work item shall be worked out on the basis
of the concerned Schedule of Rates minus/plus the percentage which the total
bid amount bears to the estimated cost of the entire work put to bid.
• Provided always that if the rates for a particular part or parts of the item
is not in the Schedule of Rates and the rates for the altered, additional or
substituted work item cannot be determined in the manner specified in sub
clause (a) to (c) above, the rate for such part or parts will be determined by the
Engineer-in-charge on the basis of the prevailing market rates when the work
was done.
• But under no circumstances, the contractor shall suspend the work on the plea
of non acceptability of rates on items falling under sub clause (a) to (d).

2. All the provisions of the preceding paragraph shall equally apply to the decrease in
rates of items for quantities in excess of the deviation limit notwithstanding the fact
that the rates for such items exist in bid for the main work or can be derived in
accordance with the provisions of sub-clause (ii) of the preceding clause 12 and the
Engineer-in-charge may revise such rates having regard to the prevailing market rates
unless otherwise mutually agreed by the Engineer-in- charge and the Contractor.

23. No compensation for alterations in or restriction of work to be carried out.

If at any time after the commencement of the work, the Government, for any reason
whatsoever, not require the whole work as specified in the bid to be carried out, the
Employer shall give notice in writing of the fact to the Contractor.

41
The Contractor shall have no claim to any payments or compensation whatsoever, on
account of any profit or advantage which he might have derived from the execution of
work in full or on account of any loss incurred for idle men and machinery due to
such alteration.

24. Recovery from Contractors


Whenever any claim against the Contractor for the payment arises under the contract, the
Department shall be entitled to recover such sum by:

• Appropriating, in part or whole of the Performance Guarantee and/or Security


Deposit.

• In the event of the security under the contract being insufficient, then the balance sum
recoverable shall be deducted from the securities made available by the Contractor to
the Department under other contract(s).

• If the recoveries exceed the securities available with the Department as (a) and (b)
above, such balance recoveries shall be made from the securities made available by
the Contractor to other works Departments/ Government Undertakings of Madhya
Pradesh.

• The department shall, further have the right to effect recoveries under Revenue
Recovery Certificate of the M.P. Land Revenue Code.

27. Tax
1. The rates quoted by the Contractor shall be deemed to be inclusive of the sales and
other levies, duties, cess, toll, taxes of Central and State Governments, local bodies
and authorities.

2. The liability, if any, on account of quarry fees, royalties, octroi and any other taxes
and duties in respect of materials actually consumed on public work, shall be borne by
the Contractor.

26. Check Measurements


1. The department reserves to itself the right to prescribe a scale of check measurement
of work in general or specific scale for specific works or by other special orders
(about which the decision of the department shall be final).

2. Checking of measurement by superior officer shall supersede measurements by


subordinate officer, and the former will become the basis of the payment.

3. Any over/excess payments detected, as a result of such check measurement or


otherwise at any stage upto the date of completion and the defect removal period
specified else where in this contract, shall be recoverable from the Contractor, as any
other dues payable to the Government.

27. Termination
The Employer may terminate the Contract if the Contractor causes a fundamental
breach of the Contract. Fundamental breaches of Contract shall include, but shall not
be limited to, the following:
• the Contractor stops work for 28 days when no stoppage of work is warranted and the
stoppage has not been authorized by the Engineer in Charge;
• the Contractor is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation;
42
• the Engineer gives Notice that failure to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of
time determined by the Engineer in Charge;
• the Contractor does not maintain a Security, which is required;
• the Contractor has delayed the completion of the Works by such duration for which
the maximum amount of liquidated damages is recoverable;
• if the Contractor fails to set up a field laboratory with the prescribed equipment,
within the period specified in the Contract Data; and
• If the Contractor fails to deploy machinery and equipment or personnel as specified in
the Contract Data at the appropriate time.
• any other fundamental breaches as specified in the Contract Data.
28. Payment upon Termination
1 If the contract is terminated because of a fundamental breach of contract by the
contractor, the Engineer shall issue a certificate for value of the work done and
materials ordered less liquidated damages, if any, less advance payments received up
to the date of the issue of the certificate and less the percentage to apply to the value of
the work not completed as indicated in the Contract Data.

2 If the total amount due to the Employer exceeds any payment due to the Contractor,
the difference shall be recovered from the security deposit and performance security,
if any amount is still left un-recovered it will be a debt payable to the Employer.
29. Performance Security
1. The Contractor shall have to submit performance security as specified in the Contract
Data Sheet at the time of signing of the contract. The contractor shall have to ensure
that such performance security remains valid at all the time until completion of the
construction works.
On satisfactory completion of the contract work, the security deposit may be refunded
to the Contractor on submission of equivalent amount of bank guarantee of a
nationalized or scheduled commercial bank or fixed deposit receipt assigned to the
Employer.
It is clarified that in contracts including construction, operation & maintenance, the
performance guarantee shall be returnable after completion of construction and defect
liability period as stated in clause.

2. Security Deposit :
Security Deposit, in addition to the Performance Security above, shall be five percent
(5%) of the amount of contract. The security deposit will be deducted from each RA
bill payable to the Contractor. The security deposit shall be refunded to the Contractor
without any interest after 3 months of the date of completion.

30. Price Variations


1. No price variations and /or escalations shall be allowed.
31. General Conditions for Admissibility of Variations

1. The exact percentage of labour/material (excluding materials to be supplied by the


department)/ bitumen/diesel and petrol component and labour component for the work
shall be approved by the authority while sanctioning the detailed Estimates.
2. The statement of escalation shall be prepared at the end of three months in which the
work was awarded and the work done from the date of start to the end of this period
shall be taken into account. For subsequent statement, cost of work done during every
quarter shall be taken into account. At the completion of work, the work done during
the last quarter of fraction, thereof, shall be taken into account.

43
3. For the purpose of reckoning the work done during any period, the bills prepared
during the period shall be considered. The dates of recording measurements in the
Measurement Book by the Assistant Engineer shall be the guiding factor to decide the
bills relevant to any period. The date of completion as finally recorded by the
competent authority in the Measurement Book, shall be the criterion.

4. The index relevant to any quarter, for which such compensation is paid, shall be the
arithmetical average of the indices relevant of the calendar month.

5. Price adjustment clause shall be applicable only for the work that is carried out within
the stipulated time, or extension thereof, as are not attributed to the contractor.

6. If during the progress in respect of contract works stipulated to cost Rs. 50 lac or less,
the value of work actually done excluding cost of material supplied by the
department, exceed Rs. 50 lack and completion period is more than 3 months, then
escalation would be payable only in respect of value of work in excess over Rs. 50 lac
from the date of satisfying both the conditions.

7. Where originally stipulated period is 3 month or less but actual period of execution
exceeds beyond 3 months on account of reasons not attributable to contractor,
escalation amount would be payable only in respect of extended period if amount of
work is more than Rs. 50 lack.

8. In case the contractor does not make prorata progress in the first or another time span
and the short fall in progress is covered up by him during subsequent time span within
original stipulated period then the price escalation of such work expected to be done

E. Finishing the Contract

32 Completion Certificate
1. When the whole of the Works have been substantially completed and have
satisfactorily passed any Tests on Completion prescribed by the Contract, the
Contractor may give a notice to that effect to the Engineer, accompanied by a written
undertaking to finish with due expedition any outstanding work during the Defects
Liability Period. Such notice and undertaking shall be deemed to be a request by the
Contractor for the Engineer to issue a Completion and Taking-Over Certificate in
respect of the Works. The Engineer shall, within 21 days of the date of delivery of
such notice, either issue to the Contractor, a Completion and Taking-Over Certificate
stating the date on which, in his opinion, the Works were substantially completed in
accordance with the Contract, or give instructions in writing to the Contractor
specifying all work which, in the Engineer’s opinion, is required to be done by the
Contractor before the issue of such Certificate. The Engineer shall also notify the
Contractor of any defects in the Works affecting substantial completion that may
appear after such instructions and before completion of the Works specified therein.
The Contractor shall be entitled to receive such Completion and Taking-Over
Certificate within 21 days of completion, to the satisfaction of the Engineer, of the
Works so specified and remedying any defects so notified.
2. Taking Over of Section or Parts
Similarly, in accordance with the procedure set out in Sub-Clause 32(1), the
Contractor may request and the Engineer shall issue a Completion and Taking - Over
Certificate in respect of
a. any Section in respect of which a separate Time for Completion is provided in
the Appendix to Bid, or
44
b. any substantial part of the Permanent Works which has been both completed to
the satisfaction of the Engineer and, otherwise than as provided for in the
Contract, occupied or used by the Employer, or
c. any part of the Permanent Works which the Employer has elected to occupy or
use prior to completion (where such prior occupation or use is not provided for
in the Contractor has not been agreed by the Contractor as a temporary
measure).
3 Substantial Completion Parts
If any part of the Permanent Works has been substantially completed and has
satisfactorily passed any Tests on Completion prescribed by the Contract, the
Engineer may issue a Taking-Over Certificate in respect of that part of the Permanent
Works before completion of the whole of the Works and, upon the issue of such
Certificate, the Contractor shall be deemed to have undertaken to complete with due
expedition any outstanding work in that part of the permanent Works during the
Defects Liability Period.
4 Surfaces Requiring Reinstatement
Provided that a Completion and Taking-Over Certificate given in respect of any
Section or part of the Permanent Works before completion of the whole of the Works
shall not be deemed to certify completion of any ground or surfaces requiring
reinstatement, unless such Completion and Taking-Over Certificate shall expressly so
state.
33. Final Account
1 The Contractor shall supply the Engineer with a detailed account of the total amount
that the Contractor considers payable for works under the Contract within 21 days of
issue of certificate of completion of construction of works.
The Engineer shall issue a Defects Liability Certificate and certify any payment that is
due to the Contractor within 45 days of receiving the Contractor’s account if it is
correct and complete. If the account is not correct or complete, the Engineer shall
issue within 45 days a schedule that states the scope of the corrections or additions
that are necessary. If the Account is still unsatisfactory after it has been resubmitted,
the Engineer shall decide on the amount payable to the Contractor and issue a
payment certificate within 28 days of receiving the Contractor’s revised account. The
payment of final bill for construction of works will be made within 28 days thereafter.
2 In case the account is not received within 30 days of issue of Certificate of
Completion as provided in clause 32.1 above, the Engineer shall proceed to finalise
the account and issue a payment certificate within 28 days. The payment of final bill
for construction of works will be made within 28 days thereafter.
F. Other Conditions of Contract
34. Payment Certificates
The payment to the contractor will be as follows for construction work:
(a) The Contractor shall submit to the Engineer monthly statements of the value of the
work executed less the cumulative amount certified previously supported with
detailed measurement of the items of work executed.

(b) The Engineer shall check the Contractor’s monthly statement and certify the
amount to be paid to the Contractor within 15 days.

(c) The value of work executed shall be determined, based on measurements by the
Engineer.

(d) The value of work executed shall comprise the value of the quantities of the items
in the Bill of Quantities completed.

45
(e) The value of work executed shall also include the valuation of Variations and
Compensation Events.

(f) The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.

(g) The payment of final bill shall be governed by the provisions of clause 32 of GCC.

35. Currencies
All payments will be made in Indian Rupees.

36. Securities
The Contractor shall have to submit performance security as specified in the Contract
Data at the time of signing of the contract. The contractor shall have to ensure that
such performance security remains valid at all the time until completion of the
construction works.
Security Deposit, in addition to the Performance Security above, shall also be
deducted from each RA bill payable to the Contractor.

1916. Labour
1 The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for their
payment, housing, feeding and transport.
2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return in
detail, in such form and at such intervals as the Engineer may prescribe, showing the
staff and the numbers of the several classes of labour from time to time employed by
the Contractor on the Site and such other information as the Engineer may require.

38. COMPLIANCE WITH LABOUR REGULATIONS


1. During continuance of the Contract, the Contractor and his sub Contractors shall
abide at all times by all existing labour enactments and rules made there under,
regulations, notifications and bye laws of the State or Central Government or local
authority and any other labour law (including rules), regulations, bye laws that may be
passed or notification that may be issued under any labour law in future either by the
State or the Central Government or the local authority. Salient features of some of the
major labour laws that are applicable to construction industry are given in Appendix
to General Condition of Contract.

2. The Contractor shall keep the Employer indemnified in case any action is taken
against the Employer by the competent authority on account of contravention of any
of the provisions of any Act or rules made there under, regulations or notifications
including amendments.

3. If the Employer is caused to pay or reimburse, such amounts as may be necessary to


cause or observe, or for non-observance of the provisions stipulated in the
notifications/byelaws/Acts/Rules/ regulations including amendments, if any, on the
part of the Contractor, the Engineer/Employer shall have the right to deduct any
money due to the Contractor including his amount of performance security.

4. The Employer/Engineer shall also have right to recover from the Contractor any sum
required or estimated to be required for making good the loss or damage suffered by
the Employer.

46
5. The employees of the Contractor and the Sub-Contractor in no case shall be treated as
the employees of the Employer at any point of time.

39. Drawings and Photographs of the Works


1. The contractor shall do photography/video photography of the site firstly before the
start of the work, secondly mid-way in the execution of different stages of work and
lastly after the completion of the work. No separate payment will be made to the
contractor for this.

2. The Contractor shall not disclose details of Drawings furnished to him and works on
which he is engaged without the prior approval of the Engineer in writing.

3. No photograph of the works or any part thereof or plant employed thereon, expect
those permitted shall be taken or permitted by the Contractor to be taken by any of his
employees or any employees of his sub-Contractors without the prior approval of the
Engineer in writing. No photographs/ Video photography shall be published or
otherwise circulated without the approval of the Engineer in writing.

40. Defects Liability

1. Defects Liability Period

In these Conditions the expression “Defects Liability Period” shall mean the defects
liability period named in the Appendix to Bid, calculated from:

a. the date of completion of works certified by the Engineer in accordance with


clause 32, or

b. in the event of more than one certificate having been issued by the Engineer
under clause 32, the respective dates so certified and in relation to the Defects
Liability Period the expression “the Works’ shall be construed accordingly.

c. Defect liability period is indicated in the Contract Data Sheet

2 Completion of Outstanding Work and Remedying Defects

To the extent that the Works shall, at or as soon as practicable after the expiration of
the Defects Liability Period, be delivered to the Employer in the condition required by
the Contract, fair wear and tear excepted, to the satisfaction of the Engineer, the
Contractor shall:
a. complete the work, if any, outstanding on the date stated in the Taking-Over
Certificate as soon as practicable after such date, and
b. execute all such work of amendment, reconstruction, and remedying defects,
shrinkage or other faults as the Engineer may, during the Defects Liability Period
or within 14 days after its expiration, as a result of an inspection made by or on
behalf of the Engineer prior to its expiration, instruct the Contractor to execute.
3 Cost of Remedying Defects

All work referred to in Sub-Clause 32.2 shall be executed by the Contractor at his
own cost if the necessity thereof is, in the opinion of the Engineer, due to:

47
a. the use of materials, Plant or workmanship not in accordance with the Contract,
or
b. where the Contractor is responsible for the design for part of the Permanent
Works, any fault in such design, or
c. the neglect or failure on the part of the Contractor to comply with any obligation,
expressed or implied, on the Contractor’s part under the Contract.
If, in the opinion of the employer, such necessity is due to any other cause, he shall
determine an addition to the Contract Price in accordance with Sub-Clause mentioned
and shall notify the Contractor accordingly after due in consultation with engineer.
4 Contractor’s Failure to Carry Out Instructions
In case of default on the part of the Contractor in carrying out such instruction within
a reasonable time, the Employer after issue of notice to Contractor to this effect, shall
be entitled to employ and pay other persons to carry out the same and if such work is
work which, in the opinion of the Engineer, the Contractor was liable to do at his own
cost under the Contract, then all costs consequent thereon or incidental thereto shall,
be determined by the Employer and shall be recoverable from the Contractor by the
Employer and may be deducted from any monies due or to become due to the
Contractor and the Engineer shall notify the Contractor accordingly, with a copy to
the Employer.
5 Contractor to Search
If any defect, shrinkage or other fault in the Works appears at any time prior to the
end of the Defects Liability Period, the Engineer may instruct the Contractor, to
search under the directions of the Engineer for the cause thereof. If such defect,
shrinkage or other fault is one for which the Contractor is liable, the cost of the work
carried out in searching as aforesaid shall be borne by the Contractor and he shall in
such case remedy such defect, shrinkage or other fault at his own cost in accordance
with the provisions of Sub-Clause 40.1 to 40.4.

41. Training of Government Personnel


The contractor shall, if and as directed by the Engineer provide, free of any change
adequate facilities to the Government for training of Government officers, supervisors,
foremen, skilled workmen etc. not exceeding fifteen in number at any one time on the
contractor's staff and remain under his control. Their salaries etc. will be borne by the
government and training scheme will be arranged by the Engineer in consultation with
the contractor. The officers in question will be subject to discipline of the contractor.

42. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity,
construction, interpretation and legal effect shall be subjected to the exclusive
jurisdiction of the courts in Bhopal or of the courts at the place where this agreement
is entered into. No other jurisdiction shall be applicable.
43. Special condition
1- The Contractor shall get the structural design and crust design (for road
pavement) done from any recognised Engineering College and get it approved
from the Divisional Executive Engineer U.A.D.D. Gwalior at his on cost. The
work shall be acrried out strictly as per approved designs.
2- The execution procedure and principles mentioned in the directives issued by
Directorate Urban Administration and Development vide order no. F 10-
8/2012/467-2 Bhopal, dated 13.09.2012 in regard to Chief Minister
Infrastructure Development scheme shall be followed.

48
3- During execution of the work all ground levels and other required levels for quantity of
Items are to be taken by the contractor in the presence of municipal engineer in-charge.
4- During execution of the work all types of enchrochment & illegal construction if any
shall be removed by the contractor with the help of municipality. No extra payment will
be paid to the contractor for this work by Municipal Council, Panna .
--

Contract Data Sheet


For Section 3 - GCC
Clause Particulars Data
reference
3 Language & Law of Contract English & Indian Contract Act 46772
4 Address & contact details of Annexure G-1 of ITB
the Contractor
Address & contact details of Chief Municipal Officer
the Employer
Nagar Parishad Davendranagar
District Panna (M.P.)
Engineer ExecutiveEngineer/Assistant/Sub.Engineer/-
----- of the Nagar Palika Parishad
……………
5 Subcontracting permitted for Refer clause 5 of GCC
contract value more than
6 Technical Personnel to be Annexure L
provided by the contractor –
requirement & penalty.
12 Appellate Authority Commissioner, Urban Administration &
Development, Shivaji Nagar, near 6 No.
Stop, Bhopal is the Appellate Authority.
The appellate authority may form a
Arbitration Board of at least three members
15 (1) Competent Authority for Chief Municipal Officer (after getting
granting Time Extension approvals of the competent authority as per
the MP Municipal Corporation Act, 1956 /
MP Nagar Palika Act 1961.
19 (1) Quality Control measures Annexure M

List of equipments for lab Annexure N


28 (1) % value of work not NIL
completed as penalty
29 Performance Security 5% of the Bid cost
29 Security Deposit to be retained 5% of the bill amount paid
out of running bills
32 Substantial Completion 95% completion of the stipulated works
38 Model Labour Laws Annexure P
40 Defect Liability Period 36 months after completion of works (date
of completion as given in the Completion
Certificate issued by the employer)
43 Special Condition of contract Can be seen on back page

49
Annexure L
Technical Staff
The contractor shall employ the following technical staff during the execution of work:-
• Ten Graduate Engineer
• One Diploma holder Sub-Engineer on each major work .
The Technical staff should be available at site when-ever required by Engineer-in-Charge to
take instructions.
• In case the contractor fails to employ the technical staff as aforesaid, Government
shall have the right to take suitable remedial measures.
• The Contractor should give the names and other details of the Graduate
Engineer/Diploma holder Sub Engineer when he intends to employ or who is under
employment, at the time he commences the work.
• The Contractor should give a certificate to the effect that the Graduate
Engineer/Diploma holder Sub-Engineer is exclusively in his employment.
Provided That:
(1) A Graduate Engineer or Sub-Engineer may look after more than one work in the
same locality but total value of such work under him should not exceed Rs. 100.00
Lacks in the case of Graduate Engineer and Rs. 25.00 Lacks in case of Sub Engineer.
(2) It is not necessary for the contractor (or partner in case of firm/company), who is
himself an Engineer / Sub Engineer to employ Engineer / Sub Engineer for the
supervision of the work as long as the Contractor/Partner does work similar to what
would have been done by an employed Engineer/Sub Engineer.
(3) A retired Executive Engineer/Assistant Engineer who is holding Diploma may be
treated at par with the Graduate Engineer for the operation of the above clause.
In case the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay
to the Nagar Palika, ............... a sum of Rs. 50,000- (Rs. Fifty Thousand) only for each month
of defaults in case of Graduate Engineer and Rs. 30,000- (Rs. Thirty Thousand) only for each
month in case of Diploma holder Sub-Engineer.

50
Annexure M
Quality Control Measures
Following specifications shall be followed:-
(i) IRC:
(ii) Ministry of Surface & Transport (MOST) Specifications for Roads published by the
Indian Roads Congress.
Earth work, Erosion control and Drainage
Table 300-1, Density Requirements of Embankment and Sub- Grade Materials.
S. Type of Work Maximum laboratory dry unit
No. weight when tested as per IS : 2720
(Part 8)
1. Embankments upto 3 meters height not Not less than 15.2 KN/m2
subjected to extensive flooding
2. Embankments exceeding 3 meters height of Not less than 16.0KN/m2
Embankments of any height subject to long
periods inundation
3. Sub-grade and earthen shoulders/verges/ Not less than 17.5 KN/m2
back fill
Notes :- 1. This table is not applicable for lightweight fill material e.g. under fly ash etc.
2. The Engineer may relas these requirements at has discretion taking into account
the advisability of materials for construction and other relevant factors.
3. The materials to be used in sub-grade should also satisfy design CBR at the dry
unit weight applicable as per Table 300-2
Table 300-2 Compaction Requirements for Embankments and sub-grade
S. Type of Work Relative compaction as percentage of Max.
No. laboratory dry density as per IS: 2720 (Part
8)
1 Sub-grade and earthen shoulders Not less than 97
2. Embankments Not less than 95
3. Expensive clays
• Sub-grade and 500 mm Not allowed
portion just below the sub Not less than 90
grade
• Remaining portion of
embankment
The contactor shall, at least 7 working days before commencement of compaction submit the
following to the Engineer for approval.
• The values of maximum dry density and Optimum Moisture Content obtained in
accordance with IS : 2720 (Part 7 or Part 8) as the case my be, appreciate for each of
the fill materials he intends to use.
• A graph of density plotted against moisture content from which each of the vaules in
‘1’ above of maximum dry density and Optimum Moisture Content were determined.
• The dry density – moisture content – CBR relationship for light, intermediate and
heavy compactor efforts (Light corresponding to IS:2720 part 7) Heavy
corresponding to IS : 2720 (part 8) and intermediate in between the Ten for each of
the fill materials he intends to in the sub-grade.

51
Table 300-3 Grading requirement for filter material.

Sieve Designation Percentage passing by weight


Class I Class II Class III
53mm - 100
45mm - 95-100
26.5mm 100 -
22.4mm 95-100 58-100
11.2 mm 100 48-100 20-60
5.6 mm 92-100 28-54 4-32
2.8 mm 83-100 20-35 0-10
1.4 mm 59-96 - 0-5
710micron 35-80 6-467 -
355 micron 14-40 2-9 -
4670 micron 3-15 - -
90 micron 0-5 0-4 0-3

Sub-Base, Bases (Non – Bituminous) And shoulders

Table 400-1, Grading for closed – graded granular sub-base material.


Sieve Designation Percentage by weight passing the IS sieve
Grading I Grading II Grading III
75mm 100 - -
53 mm 80-100 100 -
26.50 mm 55-90 70-100 100
9.50 mm 35-65 50-80 65-95
4.75 mm 25-55 40-65 50-80
2.36 mm 20-40 30-50 40-65
0.425 mm 10-25- 15-25 20-35
0.075 mm 3-10 3-10 3-10
CBR Value (Maximum) 30 25 20

Table 400-2 Grading for course- graded granular sub-base materials

Sieve Designation Percentage by weight passing the IS sieve


Grading I Grading II Grading III
75mm 100 - -
53 mm - 100 -
26.50 mm 55-75 50-80 100
9.50 mm - - -
4.75 mm 10-30 15-35 25-45
2.36 mm - - -
0.425 mm - - -
0.075 mm <10 <10 <10
CBR Value (Maximum) 30 25 20
Note: The materials passing 425 micron (0.425mm) sieve for all the three grading when
tasted according to IS: 2720 (part 5) shall have liquid limit and plasticity index not more than
25% and 6% respectively .

52
Table 400-7, Grading requirement of Coarse Aggregate.
IS Sieve Size Range IS Sieve Percentage by weight
Designation Designation passing
1 90 mm to 45 mm 125mm 100
90 mm 90-100
63 mm 25-60
45 mm 0-15
22.4 mm 0-5
2 63 mm to 45 mm 90 mm 100
63 mm 90-100
53 mm 25-75
45 mm 0-15
22.4 mm 0-5
3 53 mm to 22.4 mm 63 mm 100
53 mm 95-100
45 mm 65-90
22.4 mm 0-10
11.2 mm 0-5
Note : The compacted thickness for a layer with Grading I shall be 100mm while for layer
with other Grading i.e. II & III it shall be 75mm.
Table 400-8, Grading for Screenings
IS Sieve Size Range IS Sieve Percentage by weight
Designation Designation passing
A 13.2mm 13.2mm 100
11.2 mm 95-100
5.6 mm 15-35
4670micron 0-10
B 11.2mm 11.2 mm 100
5.6 mm 95-100
4670micron 15-35
3 53 mm to 22.4 mm 100
95-100
65-90
0-10
0-5

Table 400-9 Approximate Quantities of Coarse Aggregate and Screening Required for
100/75 mm compacted thickness of WBM) sub base course 10m2 area
Classificati Size Compact Loose Screenings
on Range ed Quantity Stone Screenings Crushable type such
moorum or Gravel
Grading For Grading Loose
Classificatio WBM Classificat Quantit
n & Size sub ion & size y
base
base
course
(Loose
Qty.)
Grading-I 90 mm 100mm 1.21 to Type A 13.2 0.27 to Not 0.30 to
3
to 1.43m mm 0.30 uniform 0.22m3
3
45mm m
53
Grading-II 63 mm 75mm 0.91 to Type A 13.2 0.12 to Not 0.22 to
to 1.07m3 mm 0.15 uniform 0.20m3
45mm m3
Grading-II 63 mm 75mm 0.91 to Type A 11.2 0.20 to Not 0.22 to
to 1.07m3 mm 0.22m uniform 0.20m3
45mm 3

Grading-III 53 mm 75mm 0.91 to Type A 11.2 0.467 to Not 0.22 to


to 1.07m3 mm 0.21 uniform 0.20m3
3
22.4m m
m

Table 400-10 Physical requirement of course aggregate wet mix macadam for sub base/base
course
S. No. Test Test Method Requirements
1 *Los of angles Abrasion IS : 2386 (Part 4) 40 percent (Max)
value
or
* Aggregate impact IS:2386 (part 4)
value IS:5640 30 percent (Max)
2. Combined Frankness IS:2386 (part 4) 3 percent (Max)**
and Elongation Indices
(Total)
* Aggregate may satisfy requirements of either of the tow tests.
** To determine this combined proportion, the flaky stone from a representative sample
should first be separated out. Flakiness index is weight of flaky stone metal divided by weight
of stone sample. Only the elongated particles be separated out from the remaining (non-
flaky) stone metal. Elongation index is weight of elongated particles divided gby total non-
flaky metal. Elongation index is weight of elongated particles divided by total non-flaky
particles. The value of flakiness index and elongation index so found are added up.
Sub-Base, Bases (Non – Bituminous) And shoulders

400-11, Grading Requirement of Aggregate for Wet Mix Macadam

IS Sieve Designation Percent by weight


passing the IS Sieve
53.00 mm 100
45.00 mm 95-100
26.50 mm -
22.40 mm 60-80
11.20 mm 40-60
4.75 mm 25-40
2.36 mm 15-30
600 micron 8-22
75 micron 0-8

54
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-4, Composition of Bituminous Macadam
Mix designation nominal Grade – I Grade – II
Aggregate size layer 40 mm 19mm
thickness IS Sieve (mm) 80-100 mm 50-75mm
Cumulative % by Weight of total aggregate
passing
45 100 -
1916.5 90-100 -
26.5 75-100 100
19 - 90-100
13.2 35-61 56-88
4.75 13-22 16-36
2.36 4-19 4-19
0.3 2-10 2-10
0.075 0-8 0-8
Bitumen content % by 3.1 – 3.4 3.3-3.5
weight
of total mixture
Bitumen Grade 35-90 35-90
Note : Appropriate bitumen contents for conditions in cooler areas of India may be upto
0.5% higher subject to the approval of the Engineer.
Table 500-5, Manufacturing and Rolling Temperatures.
Bitumen Bitumen Aggregate Mixed Rolling Laying
Penetration Mixing Mixing Material (0C) (0C)
(0C) (0C) (0C)
35 160-170 160-170 170 Maximum 100 Minimum 130 Minimum
65 150-165 150-165 165 Maximum 90 Minimum 125 Minimum
90 140-160 140-160 155 Maximum 80 Minimum 115 Minimum
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-6, Composition of Penetration Macadam
IS Sieve Cumulative percent by weight of total aggregate passing
Designation (mm) For 50 mm compacted For 75 mm compacted
thickness thickness
Coarse Key Coarse Key Aggregate
Aggregate Aggregate Aggregate
63 - - 100 -
45 100 - 58-82 -
26.5 1916-72 - - 100
22.4 - 100 5-27 50-75
13.2 2-20 50-75 - -
11.2 - - - 5-25
5.6 - 5-25 - -
2.8 0-5 0-5 0-5 0-25

55
Approx, Loose 0.06 0.015 0.09 0.0467
Aggregate Quantities
cu./m2
Binder quantity 5 0.8*
(penetration grade)1
(kg/m2)
Note : if cutback is used, adjust binder quantity such that the residual bitumen is equal to the
values in this table.
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-7, Grading requirement for coarse & key aggregate &
IS Sieve Designation Cumulative percent by weight of total aggregate passing
53.0 mm 100 -
26.5 mm 40-75 -
22.4 mm - 100
13.2 mm 0-20 0-75
5.6 mm - 0-20
2.8 mm 0-5 0-54

Table 500-9, Grading requirements for mineral fillers

IS Sieve (mm) Cumulative percent passing by weight of total aggregate


0.6 100
0.3 95-100
0.075 85-100
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-10, Composition of Dense Graded Bituminous Macadam Pavement Layers.

Grading 1 2
Nominal Aggregate size 40mm 25mm
Layer Thickness 80-100 mm 50-75mm
IS Sieve (mm) Cumulative % by weight of total aggregate passing
45 100 -
1916.5 95-100 100
26.5 63-93 90-100
19 - 71-95
13.2 55-75 56-80
9.5 - -
4.75 38-54 38-54
2.36 28-42 28-42
1.467 - -
0.6 - -
0.3 7-21 7-21
0.15 - -
0.075 2-8 2-8
Bitumen content % by mass Min 4.0 Min 4.5
2
of total mix
Bitumen grade (pen.) 65 or 90 65 or 90
Note: 1. The combined aggregated grading shall not vary from the low limit on one sieve
to the high limit on the adjacent sieve.
2. Determined by the Marshall method.
Table 500-11, Requirements for Dense Graded Bituminous Macadam Mix.

56
Minimum stability kN at 600C 9.0
Minimum flow (mm) 2
Maximum flow (mm) 4
Compaction level (Number of blows) 75 blows on each of the Ten faces of the
specimen
Percent air voids 3-6
Percent voids in mineral aggregate see Table 500-12 below
(VMA)
Percent voids filled with bitumen (VFB) 65-75

BASE AND SURFACE COURSES (BITUMINOUS)


Table 500-12, Minimum percent Voids in Mineral Aggregate (VMA)
Nominal Maximum Minimum VMA, percent related to Design Air Voids, Percent2
Particle size1 (mm) 3.0 4.0 5.0
9.5 14.0 15.0 16.0
12.5 13.0 14.0 15.0
19.0 12.0 13.0 14.0
25.0 11.0 12.0 13.0
1916.5 10.0 11.0 12.0
Note: 1. The nominal maximum particle size is one size larger than the first sieve to retain
more than 10 percent.
• Interpolate minimum voids in the miner aggregate (VMA) for design are voids
values between those listed.
Table 500-13, Permissible variations from the Job Mix Formula

Description Permissible Variation


Base/Binder Wearing
course Course
Aggregate passing 19mm sieve or larger 8% 7%
Aggregate passing 13.2 mm, 9.5mm 7% 6%
Aggregate passing 4.75mm 6% 5%
Aggregate passing 2.36 mm, 1.467mm,0.6mm 5% 4%
Aggregate passing 0.3mm, 0.15mm 4% 3%
Aggregate passing 00.075mm 2% 4.5%
Binder content 0.3% 0.3%
0
Mixing Temperature 10 C 100C

BASE AND SURFACE COURSES (BITUMINOUS)


Table 500-15, Compaction of Semi-Dense Bituminous Concrete Pavement Layers.
Grading 1 2
Nominal Aggregate size 13mm 10mm
Layer Thickness 35-40 mm 25-30 mm
IS Sieve (mm) Cumulative % by weight of total aggregate passing
45 100 -
1916.5 95-100 100
26.5 63-93 90-100
19 - 71-95
13.2 55-75 56-80
9.5 - -
4.75 38-54 38-54
2.36 28-42 28-42
1.467 - -

57
0.6 - -
0.3 7-21 7-21
0.15 - -
0.075 2-8 2-8
Bitumen content % by mass Min 4.0 Min 4.5
of total mix2
Bitumen grade (pen.) 65* 65*
Note: 1. The combined aggregated grading shall not vary from the low limit on one
sieve
to the high limit on the adjacent sieve.
2. Determined by the Marshall method.
Only in exceptional circumstances , 80-100 penetration grade my be used, as
approved by the engineer.

BASE AND SURFACE COURSES (BITUMINOUS)


Table 500-16, Requirement for Semi-Dense Bituminous Concrete Pavement Layers.
Minimum stability kN at 600C 8.2
Minimum flow (mm) 2
Maximum flow (mm) 4
Compaction level (Number of blows) 75 blows on each of the Ten faces of the
specimen
Percent air voids 3-5
Percent voids in mineral aggregate see Table 500-12 below
(VMA)
Percent voids filled with bitumen (VFB) 65-78
Table 500- 467, Compaction of Bituminous Concrete Pavement Layers.
Grading 1 2
Nominal Aggregate size 19 mm 13 mm
Layer Thickness 50-65 mm 30-45 mm
IS Sieve (mm) Cumulative % by weight of total aggregate passing
45 - -
1916.5 - -
26.5 100 -
19 79-100 100
13.2 59-79 79-100
9.5 52-72 70-88
4.75 35-55 53-71
2.36 28-44 42-58
1.467 20-34 34-
0.6 15-27 26-38
0.3 10-20 28-28
0.15 5 12-50
0.075 2-8 4-
Bitumen content % by mass 3.00-6.00 5.00-7.00
of total mix2
Bitumen grade (pen.) 65 65
Note: 1. The combined aggregated grading shall not vary from the low limit on one
sieve to the high limit on the adjacent sieve.

58
2. Determined by the Marshall method.
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-19, Compaction of Bituminous Concrete Pavement Layers.
Minimum stability kN at 600C 9.0
Minimum flow (mm) 2
Maximum flow (mm) 4
Compaction level (Number of blows) 75 blows on each of the Ten faces of the
specimen
Percent air voids 3-6
Percent voids in mineral aggregate (VMA) see Table 500-12 below
Percent voids filled with bitumen (VFB) 65-75
Loss of stability on immersion in water at 600C (ASTM) Min. 75 percent retained strength
Table 500-20, Nominal Rates of Spread for Binder and Chippings
Nominal chipping Size mm Binder (Penetration grade Chips
2
bitumen) (kg/m ) Cum/m2
19 1.2 0.015
13 1.0 0.010
10 0.9 0.008
6 0.75 0.004
Note :
• These rates of spread are for pricing purpose – see 510.2.3 and clause 510.8
• For emulsion, these rates of spread are for the residual bitumen and appropriate
adjustment must be made to determine the total quantity.
• Refer to Manual for construction and Supervision of Bituminous works for the
procedure of determining the rates of spread of binder and chips.

BASE AND SURFACE COURSES (BITUMINOUS)


Table 500-21, Grading requirements for chips for surface Dressing
IS Sieve Cumulative percent by weight of total aggregate passing for the
Designation (mm) following nominal sizes (mm)
26.5 100 - - -
19.0 85-100 100 - -
13.2 0-40 85-100 100 -
9.5 0-7 0-40 85-100 100
6.3 - 0-7 0-35 85-100
4.75 - - 0-10 -
3.35 - - - 0-35
2.36 0-2 0-2 0-2 0-10
0.60 - - - 0-2
0.075 0-1.5 0-1.5 0-1.5 0-1.5
Minimum 65% by Passing Passing 13.2 Passing 9.5 mm Passing 6.3 mm
weight of aggregate 19 m mm retained 6.3 mm retained 3.35 mm
retained retained
13.2 mm 9.5mm

Table 500-32, Spraying Temperatures for Binders.


Binder grades Whirling spray jets Slot jets
Min.0C Max.0C 0
Min. C Max.0C
Penetration grades
400/500 160 170 140 150
280/320 165 175 150 160
4670/200 170 190 155 165
80/100 4670 200 165 175

59
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-23, Quantities of materials Required for 10 Sqm. of Road surface for 20mm Thick
open graded premix surfacing using penetration bitumen or cutback.
Aggregates
(a) Nominal Stone size 13.2mm (passing 22.4mm 0.467m3
sieve and retained on 11.2mm sieve )
(b) Nominal Stone size 11.2mm (passing 13.2mm 0.09m3
sieve and retained on 5.6mm sieve )
Total 0.27m3

Binder (quantities in Terms of Straight run bitumen)


(a) For 0.467m3 of 13.2 mm nominal size stone 9.5kg.
at 52 kg bitumen per m3
(b) For 0.09m3 of 11.2 mm nominal size stone at 5.1kg.
56 kg bitumen per m3
Total 14.kg

Table 500-24, Quantities of aggregate for 10m2 area


(A) Premix Carpet
(a) Coarse aggregate nominal 13.2 mm size, passing IS 0.467m3
22.4mm sieve and retained on IS 11.2 mm sieve
(b) Coarse aggregate nominal 11.2 mm size, passing IS 0.09m3
22.4mm sieve and retained on IS 13.2 mm sieve
(B) For Seal Coat:
Refer to Clause 513
Table 500-25, Quantities of Emulsion Binder.
(A) Premix Carpet For 10m2 area
20to 23kg
(B) For Seal Coat 12 to 14 kg
10 to 12 kg
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-26, Aggregate Gradation
IS Sieve Designation Cumulative percent by weight of total aggregate passing
Type A Type B
13.2 mm - 100
11.2 mm 100 88-100
5.6 mm 52-88 31-52
2.8 mm 14-38 5-25
0.09 mm 0-5 0-5
Table 500-27, size requirement for coarse stone Aggregates.
S. NO. Nominal Size of Aggregate Designation of Sieve Designation of sieve on
though which the which the aggregates
aggregates shall shall be wholly retained
wholly pass
(i) 75 mm 106 mm 63 mm
(ii) 63 mm 90 mm 53 mm
(iii) 45 mm 53 mm 26.5 mm
(iv) 26.5 mm 45 mm 22.4 mm
(v) 22.4 mm 26.5 mm 13.2 mm
(vi) 13.2 mm 22.4 mm 11.2 mm

60
(vii) 11.2 mm 13.2 mm 6.7 mm
(viii) 6.7 mm 11.2 mm 2.8 mm

BASE AND SURFACE COURSES (BITUMINOUS)


Table 500-28, Percentage Reduction of Volume of Aggregates.
S.NO. Standard size of aggregates Percentage reduction in volume
computed by stack measure to
arrive at the volume to be paid for
1 75 mm and 63 mm 12.5
2 45 mm and 26.5 mm 10.0
3 22.4 mm, 13.2 mm, 11.2 mm and 6.7 mm 5.0
4 Fine aggregate 5.0
Table 500-29, Requirement for physical properties of Binder.
Property Test method Requirement
Penetration at 250C IS 1203 15 5*
0
Softening point, C IS 1205 65 10
0
Loss on heating of 5h at 160 C, % of mass Max. IS 1212 2.0
Solubility in Trichloethylene, % by mass Min IS 1216 95
Ash (mineral matter), % by mass Max. IS 1217 1.0
0
*In cold climatic regions (temperature 10 C), a softer penetration grade of 30/40 may be
used.
Table 500-30, Grade and Thickness of Mastic Asphalt paving and Grading of Coarse
aggregate.
Application Thickness Nominal size of Coarse aggregate
Range (mm) coarse aggregate content, % by
(mm) mass of total mix
Roads and carriageways 25-50 13 40 10
Heavily stressed areas i.e. 40-50 13 45 10
junctions and toll plaza.
Nominal size of coarse aggregate 13 m
IS sieve (mm) Cumulative % passing by weight
19 100
13.2 88-96
2.36 0-5
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-31, Grading of Fine Aggregates.(Inclusive Filler)
S.No. IS Sieve Percentage of weight of
aggregate
1 passing 2.36 mm but retained on 0.60 mm 0-25
2 passing 0.600 mm but retained on 0.212 mm 10-30
3 passing 0.212 mm but retained on 0.075 mm 10-30
4 passing 0.075 mm 30-35
Table 500-32, Composition of Mastic Asphalt Blocks without Coarse
Aggregates
S.No. Percentage of weight of
IS Sieve aggregate
Minimum Maximum
1 passing 2.36 mm but retained on 0.60 mm 0 22
2 passing 0.600 mm but retained on 0.212 mm 4 30
3 passing 0.212 mm but retained on 0.075 mm 8 467

61
4 passing 0.075 mm 25 45
5 Bitumen content 14 17

BASE AND SURFACE COURSES (BITUMINOUS)


Table 500-33, Sand Grading and Physical Requirements
Sieve Size (mm) Percentage by mass passing finished thickness of sealing
5 mm 3 mm 1.5 mm
9.5 100 - -
4.75 90-100 100 -
3.35 - 80-100 100
2.36 65-90 75-100 95-100
1.467 45-70 55-90 70-95
0.600 30-50 35-70 55-75
0.300 467-30 20-45 30-50
0.150 10-21 10-25 10-30
0.075 5-15 5-15 5-15
Quantity of residual 7.5-13.5 10-16 12-20
binder, percentage by
mass of aggregate
Approximate 8-15 4-6 2-4
Coverage rate (kg/m2)

Table 500-41, Sand Grading and Physical Requirements.


Sieve size (mm) Cumulative Percentage by weight of total
aggregate passing
9.5 100
4.75 85-100
2.36 80-100
1.467 70-98
0.60 55-95
0.30 30-75
0.15 10-40
0.075 4-10
Plasticity Index (%) 6 max.
Sand equivalent (IS : 2386, part01) 30min.
Loss Angles Abrasion Value (IS:2386 part4) 40 max.
Note : Maximum thickness for sand asphat is 80 mm
BASE AND SURFACE COURSES (BITUMINOUS)
Table 500-42, Requirements for Sand Asphalt Base Coarse
Parameter Requirement
Minimum stability (kN at 600C) 2.0
Minimum flow (mm) 2
Compaction level (Number of blows) 2×75
Percent air voids 3-5
Percent voids in mineral aggregate (VMA) >16
Percent voids filled with bitumen (VFB) 65-75
Table 500-44, Requirements of polymer modified binders (Electrometric Thermoplastics
and Rubber Latex )

62
Designation Grade and Requirement Method of
PMB 120 PMB 70 PMB 40 Test
Penetration at 250C, 0.1mm, 100g, 90 to 150 50 to 89 30-49 IS : 1203-1978
5 sec
Penetration at 40C, 0.1mm, 200g, 35 22 467 IS : 1205-1978
60 sec minimum
Softening Point (R & B), 0C, 38 48 59 IS : 1205-1978
Minimum
0
Fraass Breaking Pont C, -24 -16 -12 IS : 9381-1978
Maximum
Ductility at 270C, cm, Minimum 75 50 50 IS : 1208-1978
0
Flash point, COC, C,, Minimum 220 220 220 IS : 1209-1978
Elastic Recovery of Half thread in 70 60 50 ASTM
0
Declinometer, at 15 C, % (50)** (40)** (30)** D591309-1996
Minimum
Separation , Difference in 4 4 4 ASTM
0
Softening point, R & B C, D591309-1996
Minimum
Viscosity at 1500C, Poise 1-3 2-6 4-8 IS:1206-1978
Test on Thin Oven Test Residue TFOT (IS : 9382-1979)

Table 500-45, Requirements of polymer modified binders (Electrometric Thermoplastics)


Designation Grade and Requirement Method of
PMB PMB 70 PMB 40 Test
120
0
Penetration at 25 C, 0.1mm, 100g, 90 to 150 50 to 89 30-49 IS : 1203-1978
5 sec
Penetration at 40C, 0.1mm, 200g, 35 22 467 IS : 1205-1978
60 sec
minimum
Softening Point (R & B), 0C, 38 48 59 IS : 1205-1978
Minimum
0
Fraass Breaking Pont C, -20 -15 -10 IS : 9381-1978
Maximum
Ductility at 270C, cm, Minimum 50 40 30 IS : 1208-1978
0
Flash point, COC, C,, Minimum 220 220 220 IS : 1209-1978
Elastic Recovery of Half thread in 60 50 40 ASTM
0
Declinometer, at 15 C, % D591309-1996
Minimum
Separation , Difference in 3 3 4 ASTM
Softening point,
R & B 0C, Minimum D591309-1996
Viscosity at 1500C, Poise 1-2 2-4 4-8 IS:1206-1978
Test on Thin Oven Test Residue TFOT (IS : 9382-1979)

Table 500-46, Requirements of polymer modified binders (Treated with modified Crumb
Rubber)
Designation Grade and Requirement Method of
PMB PMB 70 PMB 40 Test
120
0
Penetration at 25 C, 0.1mm, 100g, 50-70 50-60 40-60 IS : 1203-1978
5 sec

63
Softening Point (R & B), 0C, 40 55 60 IS : 1205-1978
Minimum
Elastic Recovery of Half thread in 60 35 30 ASTM
0
Declinometer, at 15 C, % D591309-1996
Minimum
Test on Thin Oven Test Residue TFOT (IS : 9382-1979)
Reduction in Penetration at 250C, 60 60 60 IS : 1203-1978
% Maximum
Increase in Softening Point (R & B) 5 5 5 IS : 1205-1978
0
C, Minimum
Elastic Recovery of Half Tread in 25 20 15 ASTM
0
Declinometer, at 15 C, % D591309-1996
Minimum
Quality Control For Road Works
Table 900-1, Tolerance in Surface Levels.
1 Sub Grade + 20mm
- 25mm
2 Sub-base + 10mm
Flexible pavement - 20mm
Concrete Pavement +6 mm
(Dry lean concrete or rolled concrete) - 10mm
3. Base Course for flexible pavement
Bituminous Courses +6 mm
-6 mm
Other than bituminous
Machine laid +10 mm
-10 mm

Manually laid +15 mm


-15 mm
4. Wearing Course for flexible pavement
Machine laid +6 mm
-6 mm

Manually laid +10 mm


-10 mm
5. Cement Concrete Pavement +5mm
-6mm*
*This may not exceed – 8 mm at 0-30 cm from the edge.

Table 900-2, Maximum Permitted Number of Surface Irregularities.


Surface of carriageways and Surface of laybys, service areas and all
paved shoulders bituminous base course
Irregularity 4 mm 7 mm 4 mm 7 mm
Length (m) 300 75 300 75 300 75 300 75
National 20 9 2 1 40 46 4 2
Highways 7
Expressway*
Roads of 40 46 4 2 60 27 6 3
Lower 7
Category*
*Category of each section of road as described in the contract.

64
The maximum allowable difference between the road surface and underside of a 3 m straight
edge when placed parallel with, or at right angles to the center line of road at points decided
by the Engineer shall be for :
(i) Pavement surface (bituminous and cement concrete) 3mm
(ii) Bituminous base courses 6mm
Granular sub-base/base course 8mm
Sub-base under concrete pavements 10mm
Table 900-3, Control tests and their Minimum Frequency for Sub-Bases and Bases
(Excluding bitumen Bound Bases)
S. Type of Test Frequency (Min.)
No. Construction
1. Granular Gradation One test per 200m3
Atterberg Limits One test per 200m3
Moisture content Prior to One test per 250m3
compaction
Density of Compacted layer One test per 500m3
Deleterious constituents As required
CBR As required
2. Lime/Cement Quality of Lime/Cement One test for each
Establishment consignment
Soil Sub base subject to a minimum of one
Lime/Cement content text per 5 tonnes
Regularly through procedural
Degree of pulverisation checks
Periodically as considered
CRB or unconfined compressive necessary
strength test on a set of three As required
sepcimens.
Moisture content prior to
compaction.
Density of Compacted layer One test per 250m2
Deleterious constituents One test per 500m2
As required
3. Water Bound Aggregate index and Elongation One test per 200m3 of
Macadam index aggregate
Grading
Flakiness index and Elongation One test per 100m3
index One test per 200m3 of
Ateerberg limits of binding aggregate
material
Atterberg limits of portion of One test per 25m3 of binding
aggregate passing 425 material
micron sieve. One test per 100m3 of
aggregate
4. Wet Mix Aggregate impact value One test per 200m3
Macadam Grading One test per 100m3
Flakiness index and Elongation One test per 200m3
index
Atterberg limits of portion of One test per 100m3
aggregate passing 425 micron One test per 500m3
sieve.
Density of Compact layar
Table 900-4, Control tests and their Minimum Frequency for Sub-Bases and Bases
(Excluding bitumen Bound Bases)

65
S. Type of Test Frequency (Min.)
No. Construction
1. Primer Coat/Tack Quality of binder No. of samples per lot of
Coat/For spray be and tests as per IS: 73,
IS 217 and IS:8887 as
applicable.
Binder temperature for
application At regular close intervals
Rate of spread of binder
One test per 500m2 and
not less than Ten test per
day
2. Seal coat/surface Quality of binder Same as mentioned under
dressing Serial no. 1

Aggregate Impact value One test per 50m2 of


Flakiness index of Elongation aggregate
index One test per 50m2 of
Stripping value of aggregate aggregate

Initially one set of 3


representative specimens
for each sources of
supply. Sub-sequently
when warranted by
Water absorption of aggregate changes in the quality of
Grading aggregates aggregate
Stone Polishing Value
Temperature of binder at ----do-----
application One test per 25m3
Rate of spread of materials aggregate
As required
At regular close intervals
One test per 500m2 of
work
3. Open graded premix Quality of binder as mentioned under serial
carpet no. 1
Mix seal Aggregate Impact value as mentioned under serial
surfacing no. 2
Flakiness Index or Elongation as mentioned under serial
Index no. 2
as mentioned under serial
Stripping value no. 2
as mentioned under serial
Water absorption of aggregate no. 2
as mentioned under serial
Grading aggregates no. 2

Stone Polishing Value As required


Temperature of binder at At regular close intervals
application One test per 500m3 and
Binder Content not less than Ten test per
Rate of spread of materials day

66
One test per 500m3 of
work

4. Bituminous • Quality of binder as mentioned under serial


Macadam no. 1
• Aggregate Impact value as mentioned under serial
no. 2
• Flakiness Index or as mentioned under serial
Elongation Index no. 2
• Stripping value as mentioned under serial
no. 2
• Grading aggregates Ten test per day per plant
both on the individual
constituents and mixed
aggregates from the dryer.
• Water absorption of as mentioned under serial
aggregates no. 2
• Binder Content Periodic, Subject to
minimum of Ten tests per
• Control of temperature day per plant
of binder and aggregate At regular close intervals.
for mixing and of the
mix at the time of
laying and rolling
• Rate of spread of Regular control through
materials checks of layer thickness
One test per 250m2 of
• Density of Compact area
layar

67
5. Bituminous • Quality of binder as mentioned under serial
Penetration no. 1
Macadam/Built up • Aggregate Impact value as mentioned under serial
Spray Grout no. 2
• Flakiness Index or as mentioned under serial
Elongation Index no. 2
• Stripping value as mentioned under serial
no. 2
• Water absorption of as mentioned under serial
aggregate no. 2
One test per 100m3 of
• Grading aggregates aggregate
At regular close intervals
• Temperature of binder at
application as mentioned under S.No.
• Rate of spread of binders 2
6. Dense Bituminous Quality of binder same as mentioned under
Macadam/Semi serial no. 1
Dense bituminous/ Aggregate Impact value same as mentioned under
Concrete/Bituminous serial no. 2
Concrete Flakiness Index or Elongation same as mentioned under
Index serial no. 2
Stripping value same as mentioned under
serial no. 2
Water absorption of aggregates same as mentioned under
Sand equivalent test serial no. 2
Plasticity Index As required
Stone Polishing value As required for semi
dense bituminous
Mix Grading concrete /bituminous
concrete
one set of tests on
individual constituents
and mixed aggregate from
the dryer for each 400
tonnes of mix subject to a
minimum of Ten tests per
plant per day
For each 400 tonnes of
Stability of Mix mix produced, a set of 3
Marshall specimens to be
prepared and tested for
stability flow value,
density and void content
subject to a minimum of
Ten sets being tested per
plant per day.

68
water sensitivity of mix retention As required for the
of Marshal stability bituminous concrete.
Swell test on the mix As required for the
bituminous concrete.
Control of temperature of binder in At regular close intervals
boiler, aggregate in the dryer and
mix at the time of laying and
rolling One test for each 400
Control of binder content and tonnes of mix subject to a
grading of the mix. minimum of Ten tests per
day per plant.
Rate of spread of mixed material. Regular control through
checks on the weight
Density of compacted layer materials and layer
thickness.
One test per 250m2 area
7. Mastic Asphalt Quality of binder same as mentioned under
serial no. 1
Aggregate Impact value same as mentioned under
serial no. 2
Flakiness Index or Elongation same as mentioned under
Index serial no. 2
Stripping value same as mentioned under
serial no. 2
Water sensitivity of mix same as mentioned under
serial no. 2
Grading of aggregates Ten tests per day per plant
both of the individual
constituents and mixed
aggregates from the dryer
Water absorption of aggregates same as mentioned under
serial no. 2
Binder content and aggregate Period, subject to
grading minimum of Ten tests per
Control of temperature of binder in day per plant
boiler, aggregate in the dryer and At regular close intervals
mix at the time of laying and
rolling Regular control through
Rate of spread of mixed material. checks on the weight
materials and layer
Density of compacted layer thickness.
One test for each 400
tonnes of mix subject to a
minimum of Ten tests per
day.
8. Slurry Seal Quality of binder same as mentioned under
serial no. 1
Film Stripping test Initially one set of 3
representative specimens
for each sources of
supply. Sub-sequently
when warranted by
changes in the quality of
aggregate

69
9. Sand Asphalt base • Quality of binder same as mentioned under
course serial no. 1
• Loss Angles abrasion same as mentioned under
Value serial no. 2
As required
• Sand equivalent test As required
• Plasticity Index
one set of tests on
• Mix grading individual constituents
and mixed aggregate from
the dryer for each 400
tonnes of mix subject to a
minimum of Ten tests per
plant per day

• Stability of Mix. For each 400 tonnes of


mix produced, a set of 3
Marshall specimens to be
prepared and tested for
stability flow value,
density and void content
subject to a minimum of
• Control of temperature of Ten sets being tested per
binder in boiler, aggregate in the plant per day.
dryer and mix at the time of At regular close intervals
laying and rolling

• Control of binder content


and grading of the mix. One test for each 400
tonnes of mix subject to a
• Rate of spread of mixed minimum of Ten tests per
material. day per plant.
Regular control through
checks on the weight
• Density of compacted layer materials and layer
thickness
One test per 250m2 area.
10 Modified binder • Softening point Initially one submission
thereafter daily if site
blended, weekly if pre-
• Penetration at 250C and blended
40C ------- do ------
• Elastic Recovery ------- do ------
• Ductility ------- do ------
• Flash Point ------- do ------
• Frass Breaking Initially on submission
• 0
Viscosity at 150 C Initially on submission
• Thin film oven test, Initially on submission
penetration, softening
point, elastic recovery
of residue, loss on
heating

FREQUENCY OF QUALITY CONTROL TEST FOR

70
PAVING QUALITY CONCRETE
S.NO. TEST FREQUENCY
(1) Levels, alignment and texture
(i) Level tolerance Clause 902.3
(ii) Width of pavement and position of paving Clause 902.2
edges
(iii) Pavement thickness Clause 902.3 and 903.5.2.3
(iv) alignment of joint, widths, depths of To be checked @one joint per
dowel grooves 400 m length or a day’s work
whichever is more
(v) Surface regularity both transversely and Once a day or one day’s work,
longitudinally without disturbing the curing
operation.
(vi) Alignment of dowel bars and their To be checked in trial length as
accuracy /tie bars per clause 602.10.5..2 and once
on every 2 km.
(vii) Texture depth Clause 602.9.8
2 Quality of Materials and Concrete
Control test for materials and concrete shall
be as under:
1. Cement Physical and chemical test
IS :269 Once or each source of supply
IS :455 and occasionally when called for
IS :11916 in case of long/improper storage.
IS :8112 Besides, the Contractor also will
IS :12269 submit daily test data on cement
released by the manufacture.
2 Coarse and Fine aggregates

(i) Gradation IS:2386(Pt.1) One test for every day’s work of


each fraction of coarse aggregate
and fine aggregate, initially; may
be relaxed later at the discretion
of the Engineer
(ii) Deleterious constituents IS:2386(Pt.2) -do-
(iii) Water absorption IS:2386(Pt.3) Regularly as required subject to a
minimum of one test a day for
coarse aggregate & Ten test a
day for Fine aggregate. This data
shall be used for correcting the
water demand of the mix on
daily basis.
3Coarse and Fine aggregates
(i) Los Angeles Abrasion value or aggregate Once for each source of supply
impact test IS:2386(Pt.4) and subsequently on monthly
basis.
(ii) Soundness IS:2386(Pt.5) Before approving the aggregates
and every month subsequently
(iii) Alkali aggregate reactivity IS:2386(Pt.7) -do-
4 Water Chemical Test IS:456 Once for approval of source of
supply, subsequently only in case
of doubt
5 concrete

71
(i) Strength of concrete IS:516 2cube and 2 beam per 150 cum
or part thereof (one for 7 day and
other for 28 day strength) or
minimum 6 cube and 6 beam per
day’s work whichever is more.
(ii) Core strength on hardened concrete As per the requirement of the
IS:516 Engineer ; only in case of doubt
(iii) Workability of fresh concrete-slump Test One test per each dumper load at
IS:1199 both Batching plant site and
paving site initially when work
starts. Subsequently sampling
may be done from alternate
dumper
(iv) Thickness determination From the level data of concrete
pavement surface and sub-base at
grid points of 5/6.25mX3.5 m
(v) Thickness measurement for trial length 3 cores per trial length
(vi) Verification of level of string line in the String line or steel forms shall be
case of slip form paving and steel forms in checked for level at an interval of
case of fixed form paving 5.0 m or 6.25 m. The level
tolerance allowed shall be +_
2mm. These shall be got
approved 1-2 hours before the
commencement of the concreting
activity.
Useful Data
Areas & Weights of Steel
(a) Mild Steel Round Bars

Dia in mm Area Sq.Cm. Weight Kg/M Perimeter Cms.


6 0.283 0.222 1.877
8 0.503 0.395 2.514
10 0.785 0.617 3.143
12 1.131 0.888 3.771
16 2.011 1.578 5.028
467 2.545 2.000 5.657
20 3.142 2.466 6.286
22 3.801 2.984 6.914
25 4.909 3.853 7.857
28 6.157 4.830 8.800
32 8.042 6.313 10.057
40 12.566 9.684 12.571

(b) High Tensile Steel


Dia in mm Area Sq.Cm. Weight Kg/M Perimeter Cms.
3 0.070 0.056 0.943
5 0.196 0.154 1.571
7 0.385 0.302 2.200
8 0.503 0.395 2.514

72
(c) H.T. Cables each containing 12 wires

Dia of wire mm Total area of H.T. Weight Kg/M


Sq.Cm.
3 2.352 1.848
5 4.620 3.624
8 6.036 4.740

(d) Structural steel (Sections which are normally required in bridges works)
Type section Size in M.M. Weight Kg/M
Angle 40×40×6 3.500
50×50×6 4.500
75×75×6 6.800
75×75×10 11.000
100×100×6 9.200
100×100×10 14.900
130×130×10 19.700
130×130×12 23.400
Tee 100×100×10 15.00
Channel 75×40×6 5.700
(e) Structural Flats (Sections which are normally required in bridges works)
Thickness of Plate Weight Kg/M
1 M.M. 0.00078
2 M.M. 0.00156
3 M.M. 0.00235
6 M.M. 0.00470
10 M.M. 0.00783
12 M.M. 0.00940
20 M.M. 0.01566
25 M.M. 0.01957

2. Weight of Materials for construction.


S.No. Materials Unit Metric Weights
1. Cement Cum. 1440
2. Steel
Mild Steel Cu.Cm. 0.0078
Cast Steel Cu.Cm. 0.0078
H.T. Steel Cu.Cm. 0.0078
3. Stainless Steel Cu.Cm. 0.0078
4. Lead Cu.Cm. 0.0113
5. Plain Cement Concrete or R.C.C. Cu.m. 2306 to 39363
6. Stone
Lime Cum. 2650
Sand Cum. 4292
7. Stone Masonry Rubble Cum. 2100
8. Bricks Cum. 1600
9. Brick Masonry Cum. 01

73
10. Timber Cum. 650 to 720
3. Conversion Factors
Top Convert Into Multiply
Inch Millimeter 25.40 0.039
Inch Centimeter 2.540 0.391916
Foot Meter 0.3048 3.2808
Mile Kilometer 1.609 0.621
Square Inch Sq. Centimeter 6.4516 0.155
Square Foot Square Meter 0.0929 10.13094
Acre Hectare 0.4047 2.471
Sq. Mile Sq. Kilometer 2.590 0.386
Cubic Inch Cu. Centimeter 16.387 0.0161
Cubic Foot Cu. Meter 0.0283 35.3147
Gallon (Imp.) Liter 4.546 0.220
Pound Kilogram 0.4536 2.2046
Ton Tonne 1.0160 0.9842
Lbs. Per Sq. Inch Kg. per Sq. Cm. 0.0703 14.223
Ton per Sq. Foot Tonne per Sq. M. 10.91916 0.0914
4- Strength of Concrete In Metric Unit
Symbol of Concrete Strength kg./Cm2
in M. Unit
M- 15 150
M- 20 200
M- 25 250
M- 30 300
M- 35 350
M- 40 400
M- 45 450
5. Quantities of Materials for Finished Items of works.
S.No. Items Materials Quantities
(a) Unit per Cubic meter of finished item
1. Cement Mortar (1:3) Cement 0.33 Cum.
Sand 1.00 Cum.
2. Cement Mortar (1:4) Cement 0.25 Cum.
Sand 1.00 Cum.
3. Cement Mortar (1:6) Cement 0.16 Cum.
Sand 1.00 Cum.
4. Course Rubble Masonry Stones 1.00 Cum.
Mortar 0.33 Cum.
5. Cut Stone Masonry Stones 1.00 Cum.
Mortar 0.16 Cum.
6. Fine Ashlars Stone Masonry Stones 1.00 Cum.
Mortar 0.12 Cum.
(b) Unit per Cubic met0er of finished item
7 Flush pointing to stone work Mortar 0.004 Cum.
8 Tuck pointing to stone work Mortar 0.008 Cum.
Quality Control Tests and Frequency thereof for cross drainage works
S.No. Material I.S. Code Frequency of Test
1 Ordinary Portland Cement / I.S. 269 Once for each source of supply and
PPC etc. I.S. 455 occasionally when called for in case of
Physical and chemical tests I.S. 11916 long/improper storage. Besides, the

74
I.S. 8112 contractor also shall submit daily test data
I.S. 12269 on cement released by the manufacturer
2 Coarse and Fine
aggregates :-
(a) Gradation I.S. 2386 One test for each day's work.
(Part 1)
(b) Deleterious constituents I.S. 2386 One test for each day's work.
(Part 2)
(c) Water I.S. 2386 Regularly as required subject to a minimum
absorption/content (Part 3) of one test a day for coarse aggregate and
Ten tests a day for fine aggregate. This data
shall be used for correcting the water
demand of the mix on daily basis.
3 Coarse Aggregate :-
(a) Aggregate Impact Test I.S. 2386 One test per source
(Part 4)
(b) Soundness I.S. 2386 One test per source
(Part 5)
(c) Alkali aggregate I.S. 2386 One test per source
reactivity (Part 7)
4 Water :-
(a) Chemical Test I.S. 456 Once for approval of source of supply,
subsequently only in case of doubt.
5 Mandatory Test for
Workmanship :-
(a) Strength of concrete I.S. 516 Minimum 6 cubes and 6 beams per day's
work (3 each for 7 day and 28 day
strength)
(b) Workability of fresh I.S. 1199 One test per 3 cum of concrete at paving
concrete- Slump Test site or one test for each dumper laid at
plant site.

MANDATORY TYPE OF TESTS AND FREQUENCY THEREOF


S.No. Type of Test Frequency of Test
1 Earth Work:
Embankment/Subgrade/Earthen Shoulder
(a) Lab Test :-
(i) Free Swelling Index Each soil type to be tested, one test per
4000 cum of soil
(ii) MDD/OMC Each soil type to be tested, one test per
4000 cum of soil
(iii) Plasticity Test (Atterberg Limit) Each soil type to be tested, one test per
4000 cum of soil

75
(iv) CBR for Subgrade One CBR test for every 1980cum
atleast or closer as and when required
(b) Field Test :-
(i) Moisture Content 1 in 250 cum for each layer, subject to
a maximum of 4 tests per day
(ii) Degree of Compaction One set of the test per 2000 sqm area
comprising 5 to 6 measurements
2 Gravel : Base/Surface Course/Hard
shoulder
(a) Gradation (IS:2720 part 4) 2 tests per 500 cum subject to a
minimum of 2 test per day
(ii) Atterberg's Limit (IS:2720 part 5) 2 tests per 500 cum subject to a
minimum of 2 test per day
(iii) Placement moisture content (IS:2720 2 tests per 500 cum subject to a
part 2) minimum of 2 test per day
(iv) Degree of compaction (IS:2720 part One set of the test per 2000 sqm area
28) comprising 5 to 6 measurements
(v) CBR (IS:2720 part 16) 1 in 2000 cum
(vi) Aggregate Impact Value (IS:2386 part 4) 1 in 250 cum or source
(vii) Water Absorption (IS:2386 part 3) 1 test per source
(viii) Flakiness Index (IS:2386 part 1) 1 in 250 cum or per day

ANNEXURE -P
List of Essential Equipment for Quality Control

S.No Description Quantity S.No. Description Quantity


1 Digging tools like pick One set 20 Post Hole Auger with One set
axe, extensions
shovel, etc.
2 IS Sieves Nos. with lid ONE 21 Measuring tape, One set
and pan (90 mm, 80 mm, SET spatula, glassware,
63 mm, porcelain dish, pestle
53 mm, 45 mm,01.5 mm, mortar
26.5 mm, 19 mm, 13.2
mm,
11.2 mm, 9.5 mm, 4.75
mm,
2.8 mm, 5.6 mm, 3.35
mm,
2.36 mm, 600 Micron,
425 Micron, 300 Micron,
150 Micron, 4670 Micron,
90 Micron and 75
Micron)
3 Sand Pouring Cylinder One set 22 Standard Proctor One set
with tray complete for Density Test Apparatus
field Density test with rammer
4 Speedy moisture meter One set 23 Electronic/digital One set
complete with chemicals balance 1
kg with the least count
of
0.01 gm
5 Straight Edges 3.00 metre Ten set 24 Camber Board Ten no.
width

76
6 Liquid Limit and plastic One set 25 Core Cutter (10 cm dia) One set
limit testing apparatus 10cm/15cm height
complete with water complete with dolly and
bottle and glass wares hummer.
7 Electronic/digital balance One no. 26 CBR Testing machine One no.
5 kg
8 Pan balance with weight One no. 27 Oven (ambient to One no.
box, 5 kg. 200°C)
9 Slump cone Ten no. 28 Digital Thermometers Threee no.
10 Concrete cube moulds Twelve Aggregate Soundness One no.
(150 mm X 150mm) no. test apparatus
11 Free swelling index test Six no. 30 Concrete cube testing One no.
apparatus machine
12 Flakiness and elongation Ten no. 31 First aid box One no.
testing gauges
13 Water absorption test One no. 32 Sampling Pipette One no.
apparatus
14 Specific gravity test One no. 33 Balance One no.
apparatus
15 B.S. compaction One no. 34 Dial Gauges Six No.
apparatus
16 Proving rings One each 35 Thickness gauge One set
17 Glass ware One set 36 Water still (4 ft.) One no.
467 Auto level and staff Three 1916 A.I.V. testing equipment One no.
nos.
19 Rapid moisture meter One no.
The above list of essential equipment for quality control is for guidance and is not complete.
Other apparatus and equipment as desired/required by the Engineer-in-Charge shall be procured
by the Contractor

Annexure P

Engagement of Labour
(1) The Contractor shall make his own arrangements for the engagement of all labour,
local or otherwise, and save insofar as the Contract otherwise provides, for the
transport, housing, feeding and payment thereof.
Supply of Water

77
(2) The Contractor shall, so far as reasonably practicable having regard to local
conditions, provide on the Site, to the satisfaction of the Engineer's Representative an
adequate supply of drinking and other water for the use of the Contractor's staff and
work people
Alcoholic Liquor or Drugs
(3) The Contractor shall not, otherwise than in accordance with the Statutes, Ordinance
and Government Regulations or Orders for the time being in force, import, sell, give,
barter or otherwise dispose of any alcoholic liquor, or drugs or permit or suffer any
such importation sale, gift, barter or disposal by his sub-contractors, agents or
employees.
Arms and Ammunition
(4) The Contractor shall not give, barter or otherwise dispose of to any person or persons,
any arms or ammunition of any kind or permit or suffer the same as aforesaid.
Festivals and Religious Customs
(5) The Contractor shall in all dealings with labour in his employment have due regard to
all recognised festivals, days of rest and religious or other customs.
Epidemics
(6) In the event of any outbreak of illness of an epidemics nature the Contractor shall
comply with and carry out such regulations orders and requirements as may be made
by the Government or the local medical or sanitary authorities for the purpose of
dealing with and overcoming the same.
Disorderly Conduct etc.
(7) The contractor shall at all times take all reasonable precautions to prevent any
unlawful, riotous or disorderly conduct by or amongst his employees and for the
preservation of peace and protection of persons and property in the neighborhood of
the Works against the same.
(8) The Contractor shall be responsible for observance by his sub-contractors of the
foregoing provisions
Compliance to Labour laws & Regulations
(9) The Contractor shall comply with all Labour laws and Government regulations
applicable at the site of work and shall indemnify the Government in respect of all
claims arising out of non-compliance thereof by the Contractor.
Returns of Labour, etc.
(10) The contractor shall deliver to the Engineer's Representative, or at his office a return
in detail in such front and at such intervals as the Engineer may prescribe showing the
supervisory staff and the numbers of the several classes of labour from time to time
employed by the contractor on the Site and such information respecting
Constructional Plant as the Engineer's Representative may require.

MODEL RULES RELATING TO LABOUR WATER SUPPLY AND SANITATION


IN LABOUR CAMPS
NOTE : These model rules are intended primarily for labour camps which are not of
a permanent nature. They lay down the minimum desirable standard which
should be adhered to as standard for permanent or semi permanent labour
camps and should not obviously be lower than those for temporary camps.
1. LOCATION :

78
The camp should be located in elevated and well drained ground in the locality.
2. Labour huts to be constructed for one family of 5 persons each. The lay out to be
shown in the prescribed sketch.
3. HUTTING :
The huts to be built of local materials. Each hut should provide at least 20 sq. meters
of living space.
4. SANITARY FACILITIES :
Latrines and Urinals shall be provided at least 16 meters away from the nearest
quarters separately for men and women and specially so marked on it.
5. LATRINES :
Pit privies at the rate of 10 users or Ten families per seat, separate urinals as required
& part can also be used for this purpose.
6. DRINKING WATER :
Adequate arrangements shall be made for the supply of drinking water. If practicable
filtered and chlorinated supplies shall be arranged, when supplies are from
intermittent sources covered storage tank shall be provided with a capacity of five
liters a person per day. Where the supply is to be made from a well it shall conform to
the sanitary standard laid down in the report of the Rural sanitation committee. The
well should be at least 30 meters away from any latrines or other source of pollution.
If possible hand pump should be installed for drawing the water from well. The well
should be effectively disinfected once every month and the quality of the water should
be got tested from the nearest Public Health Engg. Laboratory between each work of
disinfections.
7. BATHING AND WASHING :
Separate bathing and washing places shall be provided for men and women for every
25 persons in the camp. There shall be one gap and space of 2 sq. meters for washing
and bathing. Proper drainage for the water should be provided.
8. WASTE DISPOSAL :
Dustbin be provided at suitable places in camp and the residents shall be directed to
throw all rubbish into those dustbins. The dustbins shall be provided with cover. The
contents shall be removed every day and disposed off by trenching.
9. MEDICAL FACILITIES :
(a) Every camp where 1,000 or more persons reside shall be provided with whole
time doctor and dispensary. If there are women in the camp a whole time nurse
shall be employed.
(b) Every camp where less than 1,000 but more than 250 persons reside shall be
provided with a dispensary and a part time nurse/mid wife.
(c) If there are less than 250 persons in any camp a first aid kit shall be maintained
in charge of whole time persons, trained in first aid.
(d) All the medical facilities mentioned above shall be for all residents in the camp
including dependent of the worker, if any free of cost.

10. 0 SANITARY STAFF :


For such labour camp there should be qualified sanitary inspector and
sweepers should be provided in the following scale :-

79
1. For camps with strength over 200 but not exceeding 500 persons one sweeper
for every 75 persons above the first 200 for which 3 sweepers shall be
provided.
• For camps with a strength over 500 persons one sweeper for every 100
persons above first 500 for which 5 sweepers should be provided.

CONTRACT LABOUR REGULATION


(a) The contractor shall pay not less than fair wages to labourers engaged by him in the
work.
'Fair Wages' means wages whether for time or piece work as notified on the date of
Inviting Tenders and where such wages have not been so notified the wages
prescribed by the Labour department for the division in which the works is done.
(b) The contractor shall, notwithstanding the provisions of any contract to the contrary,
shall ensure the payment of fair-wage to laborers indirectly engaged on the work
including any labour engaged by his sub contractors in connection with the said work
as if laborers had been immediately employed by him.
(c) In respect of all labour directly or indirectly employed on the works or the
performance of his contract, the contractor shall comply with or cause to be compiled
with the labour Act in force.
(d) The Engineer/Employer shall have the right to deduct from the money due to the
contractor any sum required or estimated to be required for making good the loss
suffered by a workers by reason of non fulfillment of the conditions of the contract for
the benefit of the workers non-payment of wages or of deductions made from his or
their wages which are not justified by their terms of the contract or non-observance of
regulations.
(e) The contractor shall be primarily liable for all payments to be made under and for the
observance of the regulations aforesaid without prejudice to his right to claim identify
from his sub-contractors.
(f) The regulations aforesaid shall be deemed to be a part of this contract and any breach
thereof shall be deemed to be a breach of this contract.
(g) The contractor shall obtain a valid license under the contract (regulations and
Abolition) Act, in force and rules made there under by the competent authority from,
time to time before commencement of work, and continue to have a valid license until
the completion of the work.
Any failure to fulfill this requirement shall attract the penal provisions of this contract
arising out of the resulted non-execution of the work assigned to the contractor.

Annexure – Q
1. Vanijya Kar Registration and Clearance Certificate -
The tender or supplier should have a business in the state of Madhya Pradesh goods
would be supplied of various destinations in the state and also should hold a registration
certificate under the M.P. Vanjahack Kar Adhiniyam.
The tender/supplier shall also submit the Clearance Certificate as provided under
section 36 of the M.P. Vanijahack Kar/Adhiniyam.
2. Royalty

80
Final Bill of the contractor shall be paid only after he submits the certificate of clearance of
royalty, issued by the District Collector, Datia or the official authorized by him (on his
behalf).
3. Asphalting works -
• Contractor has to produce all copies of original cash memo obtained from the
companies supplying bitumen emulsion/asphalt, like Bharat Petroleum Co. Ltd.
Hindustan Petroleum Co. Ltd. or Indian Oil Company from, where the material is
purchased along with the bill without, which payment will not made.
• In addition to the above the toll tax receipt from the toll barrier passed by the
trucks carrying asphalt/bitumen emulsion from the factory to the site if work also
here to provided.
• Contractor has also to get done all mandatory test as laid down as per MOST
specification as per required quantity and frequency before using the bitumen
emulsion/Asphalt, without, which payment will not made.
4. Building & Construction Workers Act- 1996
In accordance to the Section 3(1) of the Building & Other Construction Workers
(Appointment Regulation and Service Conditions), cess will be charged from the contractor.
5. Regarding Suspension of Registration-
In the event of tender with drawing his/her offer the expiry of the Period of validity of
offer falling to execute the contract agreement as required by condition No. 8.1.1 of Notice
inviting Tender (N.I.T.) he/she will not be entitled to tender for this work in case of recall in
addition of forfeiture of his/her earnest money as per provisions of the conditions No. 4, 7
and 8.1.1 of the N.I.T. as may be applicable. If the tender has committed a similar default on
an earlier occasion as well his/her registration in the department may be suspended
temporarily for a period of 6 months from such date as may be suspended temporarily for a
period of 6 months from such date as my be ordered by the competent authority, which had
registered him/her.
REGARDING FLY ASH
(A) BUILDING WORKS :-
It is obligatory for every construction agency to use fly ash bricks of blocks or tiles or
elay fly-ash bricks of cement fly ash bricks of similar products of a contribution of aggregate
of them in construction as per following minimum percentage (by volume) of totals blocks
or tiles :-
(a) In construction activities within radius of 50 to 100 km. from the following coal/ignite
based thermal power plants. :
• M/s Vindhyacahl Super Thermal Power Project (NTPC) Vindhya Nagar, Sidhi
State I & II.
• M/s Sanjay Gandhi Thermal Power Project (MPEB) state I & II Birsinghpur
District Umaria.
• M/s Satpura Thermal Power Project Station, Sarni, Distt. Betul.
• M/s Garskm Industries Ltd. Nagda, Distt. Ujjain.
the following minimum percentage (by Volume) of the total bricks and tiles shall
apply 25% by 31.08.2004; 50% by 31.08.2005; 75% by 31.08.2006; 100% by
31.08.2007;
(b) In construction activities within 50km. radius of above coal/ignite based thermal power
plants, the following minimum percentage (by Volume) of use of bricks and tiles shall
apply 50% by 31.08.2004; 100% by 31.08.2005;
Note: - “No separate payment shall be made for use of fly-ash/fly ash bricks tiles or
blocks, clay fly-ash brick of cement fly-ash bricks/blocks or similar products”.
(B) ROAD EMBANKMENT OR FLY OVERS:-
In the construction of roads and fly over embankment, fly ash shall be used as per IRC SP –
58 Guidelines for use of fly ash in road embankments, within a distance of 100 Km of above
coal/ignite base thermal power plants.
(C) USE OF FLY- ASH IN RECLAMATION AND COMPACTION:-

81
No, agency, person or organization shall within a radius of 100 km. of above mentioned
coal/ignite thermal power plant, allow reclamation and compaction of low lying areas with
soil only. Pond ash shall be used compaction, reclamation and compaction shall be in
accordance with the bye laws and specifications as per IRC SP – 58 of 2001.
Following new items are introduced in the Chapter No. – 2 “Excavation and Earthwork”
S. Item Rate Unit
No. (Rs)
1.0 Construction of embankment/subgrade including clearing &
grabbing including collection of fly ash & its transportation to site
(as per clause 305 and is sub clauses, where required and as per IRC
SP : 58-2001) i/c all lifts. cost of spreading, watering compacting
and maintenance of surface during construction to ensure shedding
and preventing ponding of water shaping & dressing, finishing etc.
complete but excluding scarflying existing granular/bituminous
road surface vide clause 305.6
1) Fly ash lead up to 25 Km. 91.00 Cum
2) Fly ash lead more than 25 Km. and up to 50 Km 172.00 Cum
3) Fly ash lead more than 50 Km and up to 75 Km. 252.00 Cum
4) Fly ash lead more than 75 Km and up to 100Km. 332.00 Cum
Note : Earth cover will have to be provided on fly ash embankment as per para – 3.3.2 of IRC
SP : 58-2001 and shall be compacted along with the fly ash as per para – 4.7.1 of IRC SP: 58-
2001 & earth cover will be paid separately as per SOR item for embankment construction.
The above errata/amendment/addendum No. – 4 shall be applicable with effect.
The royalty will be levied on selected soil used in embankment, as per govt. of
M.P.P.W.D. circular No. . F19-39/2002/12/1/Bhopal dated 22.10.2008

Chief Municipal Officer


Nagar Parishad Davendranagar
District Panna (M.P.)
S.NO MANDATORY DOCUMENT TO BE
SUBMITED IN ENVOLAPE A
(A) MANDATORY PRAPOSAL REGISTRATION
(B) MANDATORY PRAPOSAL GSTIN NUMBER
(C) MANDATORY PRAPOSAL PAN NUMBER
(D) MANDATORY PRAPOSAL AFFADAVIT
(E) MANDATORY PRAPOSAL FDR/DD
(F) MANDATORY PRAPOSAL GST REGISTRATION
(G) MANDATORY PRAPOSAL PURCHASE RECIEPT

Signature Not Verified


Digitally signed by Mrityunjay Singh
Bundela
Date: 2023.05.10 18:51:52 IST
Location: Madhya Pradesh-MP
82

You might also like