0% found this document useful (0 votes)
13 views71 pages

Re Invite Tender Rigid Pavement IOCl

Uploaded by

amitv.av11
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
13 views71 pages

Re Invite Tender Rigid Pavement IOCl

Uploaded by

amitv.av11
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 71

TENDER PAPERS

TENDER NOTICE NO.07 OF 2023-2024

Name of Work: Upgradation of Rigid Pavement Road from Jawahar nagar


Police station to Calico-IOCL Gate in PCC Notified Area With free
maintenance guarantee period of five years.(Re-Invite)

Chief Officer, PCC Notified area,


SF/2Anmolplaza, Near Manisha Circle; Old Padra Road,
Vadodara, PhoneNo:0265-3503457

1
Name of Work: Upgradation of Rigid Pavement Road from Jawahar nagar Police
station to Calico-IOCL Gate in PCC Notified Area With free maintenance
guarantee period of five years. (Re-Invite)

Sr.No. Particulars Pagesfrom____to____

1. Memorandum of work 3-6

2. Tender Notice. 7-11

3. Information & Instructions to bidder 12-14

4. Special Condition 15-16

5. Pre-Qualification Application 17-18

6. APPENDIX-A,B,V & Annexures 19-35

7. Schedule-B 36-38

8. Detailed Specification 39-71

9. B1-Agreement Attached

2
MEMORANDUMOFWORKINBRIEF
1 NameofWork: : Upgradation of Rigid Pavement Road
from Jawahar nagar Police station to
Calico-IOCL Gate in PCC Notified Area
With free maintenance guarantee
period of five years.(Re-invite)
2 EstimatedCostPuttotender : Rs.2,18,28,519.76

3 E.M.D. 1% of the Estimated cost put to : Rs.218300.00(Rupees Two Lac


tender(By D.D., FDR/ BG). EMD Eighteen
exemptioncertificateshallnot beacceptable.
Thousand Three Hundred
Only)
4 Tender Fee : Rs.4248.00 (3600+9%GST+9%
CST)
5 ValidityPeriodof TenderedOffer : 120Days from the opening of the
Technical Bid
6 Security deposit = 5.50 % : Rs.12,00,575.00submittedinthefollowin
gmanner

i) Submitted3%of the estimated cost put to S.D. by the Rs.6,54,860.00


tender (In the form of Small Saving or Sardar (3% ) submitted before enter in to
Sarovar Nigam Bond Minimum 12 months agreement
period and Performance Bond of Nationalize
As per Circular of PerformanceBond
bank or scheduled bank only as BG in favour
/security deposit dated 01/06/2021 of
of Chief Officer, PCC Notified Area for
R& B Deptt
validity period of Two year which effect
from date of work order (3%)

ii) 2.5% to be deducted from Current : Rs.5,45,715.00(2.50%) percentage to be


R.A. bills. deducted from bills so as to make up the
total amount of required S.D. by the time
half the work as measured by the cost is
done 50%
Total (i+ ii) Rs. 12,00,575.00(5.50%)

7 Time limit for completion of work from the : Six(6)Months


date of written order to commence.
8 OtherDetails: :
i) Period of submissionofOnline tendered offer – : From 13/02/2024 to 20/02/
TechnicalBidandPriceBid. 2024upto17.00 hours

3
ii) Period of submission of Physical document for : From21.02.2024to23.02.2024up to
verification. 15.00hours(Onlyworkingdays)

(Document received before andafter


specified date and time willnotbe
accepted)
iii) Mode of submission of document for : Personally by hand delivery./Currier/
verification–in the Office of Chief officer, RPAD
Notified area office,
SF/2Anmolplaza, Near Manisha Circle;
Old Padra Road,Vadodara,PhoneNo.:0265-
3503457
9 Date of opening of Technical Bid offer : Preferably On dtd.26.02.2024 at
12.00 noon
10 Date of opening of Price Bid offer. : Inform later on to qualified bidderonly.

11 Free Maintenance period : NA

12 Free Maintenance Guarantee Bond : NA


13 Defect liability period : NA
14 Workers Welfare Cess Under The Building & : 1% of the value of work done shall be
Other Construction Workers Cess Act 1996 deducted from all the bills payable to
(Labour Cess) the contractor.
15 Eligible class of Registration : B” class and above having experience of
similar work
16 GST: The Said Tender was invited exclusive of GST. So, the interested bidders are requested to
take note the same and quote the rate accordingly. GST will be paid extra by NA Authority as
per the prevailing rates of the State and the Central Government at the Time of payment.

Note:
A) DETAILS TO BE FURNISHED ALONG WITH APPLICATION:
Interested Bidders can view these tender documents online, but
bidders who are interested in bidding this tender can download tender documents from web site as
mentioned above and bidder who wish to submit their offer shall pay non-refundabletender fee and
EMD in the form of Account Payee Demand Draft payable at Vadodaradrawn on any Nationalized Bank
in favor of Chief Officer Notified AreaPCC. The intending bidders have to submit the following
documents also, along with the Tender fee & EMD.

4
• Bank solvency certificate. (Solvency certificate of a bank of an amount upto 20% of the estimated tendered
cost will have to be produced by the contractor)
• Scan copy of DD for tender fee and EMD separately for each.
 The Bidder must have in a possession of all technical & Legal Documents as per statutory
Requirement as listed below.
(i) Experience certificates with Form No 3(A)under rules no5B(ii)
(ii) Provident Fund Code No. & R.P.F.C .Certificate.
(iii) Bank solvency certificate of Approx. 20% Estimated cost.
(iv) Professional Tax No. & GST No
(v) Registration in eligible class with state Govt. of Gujarat / GIDC / CPWD and other State Governments
equivalent
(vi) ESI Code No. W.C .Policy.
(vii) Labour License, Pan Card No. and the copies of the works-order of such works.
(viii) Last 3 years Audited income tax Returns.

• Details of work on hand and completed works. If there is no work in hand of the tenderer, then tenderer
must write the same on his letter head to Chief Officer, PCC Notified Area and upload scan copy of the
same online. This will help making it clear to the PCC notified area authority that the contractor is not
having any work in hand and his bid capacity can be found. If the tenderer has not submitted his works
in hand or a letter mentioning that he is not having any work in hand, his bid shall be considered as non
responsive.
• 3A certificates of similar nature of work issued by client or by authorized person of client. Experience
of such type of works.
• Bidder must have successful experience as follows:
i. At least one similar work having updated completion cost not less than Rs. 85.51lakh.
ii. Such works must have been completed within last (05)five financial years i.e. After 01.04.2018
■ Partnership deed / Power of Attorney with certificate of registration of Firm(In case of partnership
Firm)
• Latest Income Tax Return filed & PAN Card details.
• PF/RPFC Registration
• Experience Certificate of Recognized Authority
• Registration of Agency
• GST Registration.
Tenderer must submit his litigation history in details(If Any).If there is no litigationhistory, tenderer
must give it in writing on letter pad that he has no litigation history.
The documents received before or after the time specified in the tender notice shall not be accepted
in any case and the bid of that bidder shall be considered non-responsive. All documents should be
submitted without any conditions.
(B) FORDIGITALCERTIFICATE
(1) Bidders who wish to participate in online tenders will have to procure / should havelegally valid Digital
Certificate as per Information Technology Act - 2000 using whichthey can sign their electronic bids.
Bidders can procure the same from any of the license certifying Authority of India or can contact (n)
Code Solution, G.N.F.C. Ltd., who are licensed Certifying Authority by the Government.
5
(2) All bids should be digitally signed, for details regarding Digital signature certificate & related training
involved the below mentioned address should becontacted:
(n)Codesolutions:
A Division of GNFC 301,GNFC Infotower,Bodakdev,Ahmedabad:380054(India)
Tel:+ 9179-26854511 /12/13
Fax:+ 9179- 26854514
E-Mail:[email protected]
(C) GENERAL:
(1) Bidders who already have a valid Digital certificate need not procure a new Digital certificate.
(2) Intending Qualified bidders or their representative who wish to remain present at the time of tender
opening can do so.
(3) Bidder shall submit their offer in Electronic form at online only, after digitally signing the same.
(4) Offers which are not digitally signed will not be accepted.
(5) No offer in physical for m except specified documents will be accepted.
(6) Scanned copies of DD for tender fee & EMD shall be submitted in electronic form at through online(By
scanning)while uploading the bid.
(7) Prevailing Rules, circulars and amendment of Government of Gujarat, GIDC, Notified Area, PCC from
time to time shall be binding to the Bidder.
(8) Tenders without Registration Certificate, Special Category Certificate (if applicable),Solvency
Certificate, Tender fees, Earnest Money Deposit (EMD) and which do
notfulfillalloranyoftheconditionorsubmittedincompleteinanyrespect will be rejected.
(9) The Internet site address for e-tendering is www.nprocure.com.
(10) Chief Officer, NOTIFIEDAREA, PCC reserves the rights to reject any or all tenders without assigning
any reason there of.
(11) Conditional Tender shall not be accepted.
(12) The applicant is expected to have a visit to the project site before submitting bid.

STAMPAND SIGNATURE OF BIDDER CHIEF OFFICER


NOTIFIED AREA PCC

6
7
8
TENDER NOTICE NO. 07 OF 2023-2024
E-tender for the following works of NA PCC are publically invited from the intending bidders registered
in appropriate class with state Govt. of Gujarat / GIDC / CPWD and other State Governments equivalent,
by the Chief Officer, PCC Notified area, SF/2 Anmol plaza Near Manisha Circle, Old Padra road.
VADODARA NO-390020 Phone: 0265-3053457.
The work is online and tender can be downloaded from website, www.gidc.nprocure.comand uploaded
to the same site on or before last date of downloading and uploading Thelast date of receipt of tender
online is 19/02/2024 upto17.00hours. The date of verification for the other document, submission of
tender fees and EMD is from 21.02.2024 to 23.02.2024up to 15.00hours(only on working days ) Online
tenders will be opened on 26 February 2024at 12.00 noon(if possible)
The tenders is invited percentage (%) above / below - B1 Agreement. The bids will be opened on
schedule date and thereafter on evaluation thereof, the price bid of the pre-qualified bidders, will only
been opened. Tenders any conditional tender shall not be accepted.
Right to reject any or all the tenders/work without assigning any reasons thereofare reserved by Chief
Officer, Notified Area,PCC.

GENERAL DETAILS OF WORKS: ON LINE TENDERS


(1) Estimated cost
(2) Earnest Money Deposit
Sr.
Name of work (3) Non-refundable Tender Class of registration
No
Fee (Inclusive of 18%
G.S.T)
Upgradation of Rigid Pavement Road from (1) Rs. 2,18,28,519.76 “B” class and above
Jawahar nagar Police station to Calico- (2) Rs. 2,18,300.00
1 IOCL Gate in PCC Notified Area With free (3) Rs. 4248.00
maintenance guarantee period of five
years. ( Re-invite)
SUBMISSION OF TENDER
(ii) (A) Online submission From 13-02-2024 to
I) Online submission of bid documents. 20.02.2024upto17.00hours
II) Scanned copies of DD for tender fee& EMD in electronic
format only through online
(A)Other Documents required to be submitted by scanning in From 13-02-2024 to 20.02.2024
electronic format only through online upto17.00 hours
1) Required Class of registration
2) Valid Bank Solvency and also as per para –C -Sub
para 4
(B) Submission in physical form
I) D.D. / FDR in original (for Tender fee &EMD) Other From 21.02.2024 to 23.02.2024 up to
documents mentioned in para C, Sr. No. 5 for the purpose 15.00 hours
of verification only (in physical form) by personally i.e by (only on working days)
Speed Post / Currier / Hand delivery. (Kindly refer C-1,2
&3)
(iii Opening of Technical Bid documents. Chief Officer, PCC Notified area, SF/2 Anmol
Plaza Near Manisha Circle, Old Padra road.
VADODARA Pin NO-390020as under: -
Preferably
On dtd. 26th Feb 2024 at 12.00 noon (if
possible)

(B) On line Submission of Tender


9
1) Bidders can prepare & edit their offers number of times before tender submission date & time. After
tender submission date & time, bidder cannot edit their offer submitted in any case. No written or
online request in this regard shall be granted.
• Bidder shall submit their offer i.e. Pre-qualification document with Technical Bid & Price Bid in
Electronic format on above mentioned website & Date shown above after digitally signing the same. .Offers
submitted without digitally signed will not be accepted.
2) For the purpose of verification, the original documents for Pre-qualification submitted
in electronic format should be submitted in physical form as under: -
• - O/o Chief Officer, PCC Notified area, SF/2 Anmol Plaza Near Manisha Circle, Old
Padra road Vadodara-390020 by personally i.e by hand delivery ,bypersonally i.e. by Hand delivery /
Speed Post/RPAD/ Currier during working days in office hours

3) Offers i.e., Pre-qualification document with Technical Bid & Price Bid in physical form will not be
accepted in any case.
4) It is Bidder’s responsibility to verify Online Corrigendum / Amendments until last submission date and
time as well as before Final Submission of Bid.
5) Required documents for pre-Pre-qualification document received later than the time specified will not
be accepted in any case and the bid of that bidder shall be considered non-responsive.
(C) Submission of Tender Fees, EMD
1) Interested Bidders can view these tender documents online, but bidders who are interested in bidding
Thesetenders can download tender documents from web site asmentioned above and bidder who wish to submit
their offer shall pay non-refundable tender fee in the form of AccountPayeeDemandDraft payable at Baroda
respectively for the works as under drawn on any Nationalized Bank in favour of -Chief Officer, PCC Notified
area, Baroda
• EMD in the form of Account Payee Demand Draft / F.D.R. payable at Baroda drawn on any Scheduled /
Nationalized Bank in favour of Chief Officer, PCC Notified area, Baroda respectively for the works. EMD in the
form of Bank Guarantee of the Scheduled Bank or Nationalized Bank also acceptable as per the manner set out in
the prevailing Form B1.
2) Demand Draft for E.M.D. & Tender Fee shall be submitted in Electronic Format only through Online (by
scanning) while uploading the Bid. This submission shall mean that E.M.D. & Tender Fee are received.
3) Accordingly, offer of those shall be opened whose E.M.D. & Tender Fee is received electronically as well
Asreceived in physical form. For the purpose of realization of D.D. as stated above under para (C- 1 & C - 2).
However, bidder shall send the D.D. in original along with other documents (as stated in para C- 5) –
bypersonally i.e. by Speed Post/ Currier /Hand delivery during office hours
4) Required Documents mentioned as under (a), (b), (c) & (d) are mandatory for submitting
Scannedcopies through ONLINE. Otherwise, tender offer shall be treated as NON-RESPONSIVE, without any
further intimation.
a) Scanned copy of tender fee and EMD
b) Required Class of registration, Latest Income Tax return filed, R.P.F.C registration certificate with latest
challan, Pan Card & GST Registration certificate.
c) Fresh Valid Bank Solvency- (Calendar Year) - ( 20% value of the estimated cost put to tender)
d) Other documents if any mentioned in tender documents.
5) For the purpose of verification, the original documents submitted in electronic format should be
Submitted in physical form for the works in the manner set out below bypersonally i.e. by hand delivery
Or Speed Post/ Currier /Hand delivery during office hours during .
a) Original tender fee in form of DD and EMD in form of DD/ FDR.
• Chief Officer, PCC Notified area, SF/2 Anmol Plaza NearManisha Circle, Old Padra road, Vadodara-
390020.
Tender fee, EMD in original and other required documents for verification received before or later than the
time From21.02.2024 to 23.02.2024 up to 15.00 hours (only on working days- )will not be accepted in
any case and the bid of that bidder shall be considered non-responsive. NA Authority will not be responsible
for delay in receipt of such documents due to any reasons by the postal department or any other agencies.
Any documents in supporting of tender bid shall be submitted in electronic format only through online
10
(by Scanning etc.) and hard copy will not be accepted separately.
The bids will be opened on schedule date and thereafter on evaluation thereof, the price bid of thepre-
qualified bidders, will only been opened.
(A) GENERAL:
(1) Intending bidders or their representative who wish to remain present at the time of tender opening
can do so.
(2) The tender fees for on line tender document will not be refunded under any circumstances.
(3) EMD in the form specified in tender document only shall be accepted.
(4) Exemption certificate for Earnest Money Deposit should not be acceptable.
(5) Tenders without Registration Certificate, Special Category Certificate, Solvency Certificate, Tender
fees, Earnest Money Deposit (EMD) and which do not fulfill all or any of the condition or submitted
incomplete in any respect will be rejected.
(6) This tender notice shall form a part of tender / contract document.
(7) Conditional tender shall not be accepted.
(8) Rules of NA Authority/ GIDC are binding to the Tenderer.
(9) NA Authority reserves the rights to reject any or all tenders without assigning any reason thereof.
(10) Please stay touring above web sites for any corrigendum / addendum/ modification till last date of
receipt.

If any clarification / query regarding these tenders is required, do not hesitate to contact Chief Officer
through. PhoneNo. 0265-3503457

Sd-
Chief Officer,
PCC Notified Area

11
INSTRUCTIONFORPRE -QUALIFICATIONAPPLICATION

The tender document: Pre-Qualification Document - Volume I, B-1 agreement Vol-II, Technical Bid -
Volume III, Price Bid Volume - IV and Drawings Volume - V shall be prepared by e-
tenderingprocessmarkedastechnicalbidwith Pre-qualificationapplication &price bid.

The Bidder shall submit documentary evidence in support of tender evaluation Criteria in the
electronic format, failing which the tender will be rejected. Earnest money as mentioned in the
Memorandum of work in brief attached herewith & tender fee shall be paid in the form of D.D. / F.D.R
for the minimum period of 6 (six) Months. Scanned copies of DD / F.D.R for tender fee & EMD
shouldbe submitted in electronic format through online, while original documents of tender fee &
EMD should be submitted by hand delivery in the Office of Chief officer, PCC Notified area office, SF/2
Anmolplaza, Near Manisha Circle;Old Padra Road, Vadodara, Phone No. : 0265-3503457on or before
date specified in the tender notice.

1) Submission of application for pre-qualification in prescribed format attached with the Pre-
Qualification Document (Volume –I) must be through e-tendering i.e. Electronicform.

2) Submission of following documents to be required for pre-qualification must be through e-


tendering
i.e. electronic form.
I. Copy of Annual turn over certificate is sued by Charted accountant for last five financial years.
II. Copy of Form3A issued by employer to sub stantiate successful experience of similar work.
III. Existing commitments and on going works as per Schedule–E.
IV. Proforma showing The details of Site Visit Done By Agency before Quoting The Tender
Appendix-v
V. DetailsasperAnnexure-I&J.
VI. Prescribed notarized undertaking on Rs.300/-stamp paper for Proof of assured availability of
required minimum Machinery/equipment mentioned in APPENDIX–B here in below.
VII. An undertaking for truthfulness of information furnished
3) Submission of following other documents must be through e-tendering i.e. electronic form.
I. Registration Certificate of Approved contractor/Special Category.
II. Latest Bank Solvency certificate.(20%value of estimated cost put to tender).Partnership
deed/Power of Attorney with certificate of registration of firm(Incase of Partnership firm)
III. Latest Income Tax Return filed & PAN Card details.
IV. Details of one similar nature of work (only Trimix RCC Road) completed in last five years.
V. Detailsofworkon Hand.

12
VI. Turnoveroflast5(Five years).
VII. GSTRegistrationcertificate.
VIII. R.P.F.C .registration certificate with latest challan paid.

4) Bidders shall have to submit the pre-qualification bid in E-tendering form only.
5) Pre-qualification Bid of those bidders who have submitted all information, statistical details as
required in the bid documents through E-tendering will only be considered,
6) N.A. PCC reserves the rights to reject or accept any bid, and cancel the pre-qualification process
andreject all bids. The N.A. PCC shall neither be liable for any such actions nor be under any obligation
to inform the applicant of the grounds for them. The C.O. N.A. PCC's decision shall be final and binding.
7) The price bid will be opened only of pre-qualified bidder in P.Q. Committee /or if necessary in BOM
Committee of NA PCC-Ranoli

13
INSTRUCTIONSTOBIDDERS
INTRODUCTION:

Bids i.e., Technical Bid & Price Bid with Prequalification Applicationand Schedule – B for Upgradation of Rigid
Pavement Road from Jawahar nagar Police station to Calico-IOCL Gate in PCC Notified Area With free
maintenance guarantee period of five years. invited from contractors on e- tendering process. The contractors,
who wish to bidfor this contract, should also apply forprequalificationinthe manner setoutinthis document.
The price bid willbe opened only of those tenderers pre-qualified by the NA PCC RANOLI
ashavingnecessary qualification, suitability to perform the contract satisfactorily and also opened
TechnicalBidwithPrequalificationApplicationwillbeconsidered.TechnicalBidwithPrequalificationAppli
cationof disqualifiedbidders willnotbe considered.
1.BACKGROUND:
TheN.APCCRanolihasbeendecidedUpgradation of Rigid Pavement Road from Jawahar nagar Police station to
Calico-IOCL Gate in PCC Notified Area With free maintenance guarantee period of five years. For which the
tenders invited for the PCC indl Estate
2.LOCATIONOFWORKANDSITE INFORMATION:
The work site is located at N.A P.CC. industrial state.
3. SCOPEOFWORKS:
1. Upgradation of Rigid Pavement Road from Jawahar nagar Police station to Calico-IOCL Gate in PCC Notified
Area With free maintenance guarantee period of five yearsThe contractor shall co-operate with local
people & plot & shed's holders to maintain co-cordialworking environment and shall take full care
to minimize hassles to the local people & plot & shed'sholderswhile working.
4.The contractor shall, upon the completion of works, hand over the site of works in neat &
cleanmanner.. Contractor’s RESPONSIBILITY Follow All Labour Laws Of State Govt./Central Govt/NA
Authority& Should Updated With Current Labour Circulars
5.Theproposedworks areasunder.
Upgradation of Rigid Pavement Road from Jawahar nagar Police station to Calico-IOCL Gate in PCC Notified
Area With free maintenance guarantee period of five years

6.BIDDER'SRESPONSIBILITY
The intending Bidders shall be deemed to have visited the site and familiarized themselves thoroughly
with the site conditions and all other aspects affecting the work under this Contract before
submitting the tender. No claim/ extension of time what soever shall be entertained on account of
prevailing site conditions.
Interested Bidders may obtain further information at the following address
Office of Chief officer, PCC Notified area office, SF/2Anmolplaza, Near Manisha Circle;
Old Padra Road, Vadodara

14
7. EARNESTMONEYDEPOSIT(EMD)
EMD is payable in the manner set out in the Technical Bid with Prequalification Application.

8. SECURITYDEPOSIT(SD)
SD is payable in the manner set out in the Technical Bid with Prequalification Application by the
successful tenderer.

9. PERFORMANCEBOND/BANKGUARANTEEOFNATIONALIZEDBANK
Performance Bond/ Bank guarantee of Nationalized Bank is payable in the manner setout in the
Technical Bid with Prequalification Application.
10. DEPOSIT/BANKGUARANTEEOFNATIONALIZEDBANKTOWARDSFREEMAINTENANCEGUAR
ANTEEPERIOD
Deposit/BankguaranteeofNationalizedBanktowardsfreemaintenanceguaranteeperiodispayableinthe
mannersetoutintheTechnicalBidwithprequalificationApplicationbythesuccessfultenderer.

11. PROGRAMME OFWORK:


Theprogramofworkforthiscontractisasunder.
Filling / up - Receipt of the
loading requireddocumen Validityperiod
thetenderonl ts
ine
13-02—2024 From21.02.2024 to
to20.02.2024 23.02.2024upto15.
Upto17.00hou 00 hours(Only 120 days
rs Working Days)

The time is essence of the contract. The contractor shall have to ensure progress of the work
proportionately, failure to adhere to this; he shall be liable to compensation as per the clause No. 2 &
7of FormB-1attached here with.

12. SUPERVISIONOFWORK:
N.A PCC reserves the rights to get check of the quality of works through Third Party Inspectors in
addition to the Engineer-in-charge, Quality Control Units of the G.I.D.C.

FREEMAINTENANCEGUARANTEEPERIOD:
For details, please refer Special conditions and Clause No. 17 of Form B-1 attached with the
TechnicalBidwith Prequalification Application.

13. DEFECTLIABLITYPERIOD:
For details, please refer memorandum of work in brief and Clause NO. 17 of Form B-1 attached with
the Technical Bid with Prequalification Application.

15
14. PRICEESCALATION:AsperClauseno.60AofB1agreement

15. MOBILIZATIONADVANCE:-Notapplicable
MobilizationadvanceshallnotbepayableasperGIDCcircular.
19. CONDITIONSOFCONTRACT:
Condition of contract will be as per Form B - 1 (CONTRCT AGREEMENT TO BE
EXECUTED)attachedwith Technical Bid with Prequalification Application, or modified as needed for
local conditions, price adjustment for bitumen, three years maintenance guarantee period& others
documents will be governed as per the documents and conditions of contract finalized for the work. All
works will confirmto the Indian Standards, specifications for road & Bridge works of Ministry of Road
Transport and Highway or other equivalent standard mentioned in the contract document as approved
by the Engineer-in-charge.

BIDDER’SSIGNATURE ChiefOfficer,
PCC, Notified Area

16
SPECIALCONDITIONS

In all the items of Schedule “B”, the thickness mentioned is compacted thickness to be considered for
the purpose of measurements and payments.

The contractor document shall include the original tender papers of Notified Authority, submission of
contractor negotiation letter, letter of acceptance, agreement in B-1 form and theworkorder.

In conformitywith prevailing other Government taxes and surcharge of bill value shall be deducted at
source for which necessary certificate shall be released by the Notified Authority.

The contractor shall exhibit a board as per requirement of Notified Authority with
detailedspecification and details of work and amount at site at his own cost as directed by the
Engineer-in–charge.
O In case of any Theft/Accident during work period, the Notified office will not
beheldresponsibleforthe same

Tenderer shall very care fully read through hand take note of following conditions:
• The successful tenderer shall have to enter into an agreement in 'B1' form. Tender can be inspected
during office working hours and shall be part of agreement with successful tenderer.
• The tenderer shall get himself well acquainted with the job requirement site conditions,
routeandalignmentetc.
• Contractor shall make his own arrangement for providing all necessary material, equipment's,
manpower as required. No extra payment in any such respect would be made to the contractor.
• Contractor shall while entering into agreement shall produce the registration certificate of
hisestablishment with the competent authority of R.P.F.C. failing which 3% (Three percentage) ofthe
bill value due to be paid to contractor shall be deducted at source and shall be refunded
onlyagainstproduction ofsuchcertificate.
• In conformity with prevailing income tax Rules2% and other prevailing Govt.taxes and surcharges of
bill value shall be deducted at source as per I.T .Rules for which necessary certificate shall be released
by the Executive Engineer.

• Contractor have to submit all Schedules , Annexures & Appendix Asper Required format
• Security deposit for 5.5% contract, value will be paid in 2.5% through R.A. Bills and 3.0%against
the signing of agreement in the form of Narmada Bond / N.S.C. Security Deposit will be released as per
tender
17
• The tender fee, E.M.D. etc. payable to N.A.. by the tenderer by D.D. or F.D.R. etc. shall be drawn in favour
of Chief Officer, N.A P.C.C.
• Contractor shall have to mention their Regional Provident Fund number.
• The rate quoted by the agency should remain force through out the contract period i.e. for the period
of twelve months from the date of work order.No price escalation will be given on anyaccount.
• Rates quoted by the contractor shall be Exclusive of GST.
• Staff of contractor should cover under suitable insurance scheme.
• The tenderer has to take site visit and under stand the work before submitting the tender.
• The tenderer has to give the consent that they have already taken the site visit and understand the
nature of work.
• The contractor has to take site visit & arrange meeting with Chief Officer at every month after
the work started& come immediately for any complain or call.
• The medical facilities, weekly off, safety equipment, over time etc. as per Government Act,
willbeprovidedbytheagencyto thestaffengaged forthejob.
• In case of accident during the work, all the responsibility of man, machinery & property will berestwith
theagency.
• The Detailed Specification is part of agreement.
• Concrete should doneOnly by R.M.C.
• Further ajex floori/concrete mixture machine/other Practice shall not be allowed. Contract
should be awarded only thoseAgency,who have RMC Plant or MOU with RMC Supplier.
• Agency has to work during live traffic (Heavy vehicles) henceforth agency has to manage traffic
with safety Norm with proper arrangement
The Past Experience & behavior of Agency isconsiderable for Pre-Qualification.
• N.A. PCC reserves the rights to reject or accept any bid, and cancel the pre-

qualification process and reject all bids. The N.A. PCC shall neither be liable for
any such actions nor be under any obligation to inform the applicant of the
grounds for them. The C.O .N.A. PCC 's decision shall be final and binding.

18
PRE-QUALIFICATIONAPPLICATION
(1) FollowingconstitutionofPre-Qualificationevaluationcommitteesisfinalized.
Statement1.1
Sr. ConstitutionofCommittee
No.
1 Committee of theBOMOFN.A PCC&RANOLI .

(2) Prequalification criteria for the Civil / Mechanical / Electrical works.


(2.1) Eligibility:-
(2.1.1)Bidder's registration:-
(2.1.1.1)Only those bidders shall bid whose names “B” Class and above registered &categorywith
Gujaratstate R&BD/W.R.D. /GIDC.
(2.1.1.2)If the Contractor’s registration in the required class “B” class and above withGujarat state
R&BD / W.R.D. / GIDC is expired on or before the last date of onlinebidding period of the
tender, the bidder must submit through online in electronicform the application for
renewal of the same with the concerned department alongwith receipt of fees paid for it.
In such cases, the bidder at his own responsibilitymust produce valid renewed
registration certificate in the required class & categorywith Gujarat state R&BD / W.R.D.
/ GIDC before issuance of the work order. Bidder will solely be responsible for obtaining
the required registration.
(2.1.1.3) In context to above Para(2.1.1.2),it is clarified that the bidder who is having registration in
class & category below than the minimum required class & category and the bidder have
applied for up-gradation in required class and category withGujarat state R&BD / W.R.D.
/ GIDC shall not be considered valid. In such cases the bidder shall not be considered
eligible for bidding.
(2.1.1.4) The contractor ,who are registered in appropriate category of C.P.W.D., M.E.S., Railways
and Indian state government, can also bid provided the bidder produce such registration
certificate at the time of bidding and obtain registration in required class & category from
the Gujarat state R&B D/W.R.D./GIDC before issuing work order. Bidder will solely be
responsible for obtaining the required registration.

19
(2.1.2)For works having amount put to tender less then Rs.50/-Crores.

(2.1.2.1) Bidder can be a firm having valid registration as per Para(2.1.1)


Here in above.
(2.2)Annual Turn over:-
(2.2.1) Annual turnover of any of the last five financial years i.e. from Dt.01/04/2018 to last dateof
online submission of the tender, updated to the current financial year shall be
morethanRs.436.58Lacs.(Timelimit6monthsi.e
6/12=0.5HenceATR=218.29/0.5=436.58Lacs)

(2.2.2) For arriving at update value, turnover of any financial year shall be multiplied by
theenhancement factor corresponding to that year. Following enhancement factors will beapplied
to annual turnover and completion cost of works to bring them to the base year. The current
financial year in which bid is invited shall be considered as the base year.

Year Financialy Enhancementfactor


ear
Base(yearof 2023 to 2024 1.00
invitingtender)
-1 2022 to 2023 1.10
-2 2021 to 2022 1.21
-3 2020-2021 1.33
-4 2019-2020 1.46
-5 2018 to 2019 1.61

(2.3)Success full experience:-


(2.3.1) Bidder must have as prime contractor or as nominated (approved by employer) sub contractor
successful experience as follows:-
(2.3.1.1) At least one similar workhaving updated completion cost not less than Rs87.32lacs(40%of
the amount put to tender of the proposed work).
(2.3.1.2) Such work must have been completed with in last five financial years i.e.from01/04/2018 to
last date of online submission of the tender for the proposed work.

(2.3.1.3) A work would qualify as similar work only if it meets with definitions given in below
Appendix-A
(2.3.1.4)For updating completion cost of the work to the current financial year, procedure narrated in
Para(2.2.2)shall mut at is mut an disapply.
20
Appendix-A
DEFINITIONOFSIMILARWORK
1) The bidder must have completed at least one work of Rigid Pavement (RCC )Road having updated
completion cost not less than Rs. 87.32 lakhs. (Such work must have been complete within last five
financial years) (i.e from01/04/2018)
(2.4)Bid capacity:-
(2.4.1)The bidder must have available bid capacity (ABC)more than the amount put to
tender.(Rs218.79lacs)
ABC=2*A*N-B
Where,
Aisthemaximumofupdatedtotalamountofworksexecutedinanyoneyearofthelastfivefinancialyears i.e.
fromDt.01/04/2018toDt.31/03/2023.
Nisthenumberofyearsprescribedforcompletionoftheproposedwork.
Bistheamountoftheexitingcommitmentsandon-goingworkstobedischargedduringtimeintervalofN
yearsfromthebidduedate. As perfollowingschedule-E

21
22
SCHEDULE-E
“EXPERIENCE ALL PROJECTS IN PROGRESS”
Giveinformationaboutallprojectswhichareinprogressincludingthecompanyhasreceivedaletterofinte
nt/acceptancebutaformalcontract hasnot yet beenawarded.
Emp Engine Locatio Value Cost Remaini Percenta Date Stipul Likelydat Reasons for
loye errespo n&descr ofcontra ofwork ng ge ofwo atedd e slowprogress,ifa
r nsible iption ct execute worktob ofpracti rkor ateofc ofcomple ny.
forsupe ofworks d as eexecut calcomp der omple tion
rvision ondate ed as letion tionof
ofthisb ondate work
id ofthisbi
d
1 2 3 4 5 6 7 8 9 10 11

Total
Note:-Non-disclosureofanyinformationintheschedulewillresultindisqualificationofthebidder.

(Signatureofbidder)

(2.4.2)For the purpose of updating amount of works executed in any year, procedure narrated
inPara(2.2.2) shall mut at is mut an disapply.
(2.4.3)Existing commitments shall include all such works for which letters of acceptance of thetenders
have been received by bidder till the date on which bidder has submitted his
bidfortheproposedwork.
(2.4.4)……….N.A…………..

(2.5)Bidding in E-tendering:-
Submission of documents must be through e-tendering i.e .electronic form, unless specified in
Para (2.9). All of the online submitted documents must beclearly readable, failing to which the
same shall be considered as void. Bids of those bidders who have submitted all information,
statistical details as required in the bid documents through E-Tendering will only be
considered. If the employer desires any clarification, for verification/clarification ,ambiguity of
difference found in the documents/ statistical details submitted online (bye-tendering)by the
bidder the same shall be furnished within stipulated time other wise further processing will be

23
carried out in absence of above and thebiddersshallbe liableforany consequence.
No bidder can participate in more than one bid for proposed work.

2.5) Litigation history:-

(2.5.1)The applicant should provide accurate information on litigation and/or arbitration resulting
from contracts completed or under execution by him over the last five financial years.A consistent
history of arbitration awards/judgments against the applicant or any partner of a joint venture may
result in disqualification for proposed work. If the details of litigation history is hidden by the
applicant and later on it comes to knowledge the bidder shall be disqualified for the proposed work
and other appropriate action shall be taken against the bidder.

(2.5.2) Information of litigation history in following statement t o be submitted, if any otherwise


Nil/Not Applicable statement to be submitted.

24
LITIGATIONHISTORY
(Tobesubmittedon Letter pad )
Nameofapplicant:
Sr. Name of Work Financial Brief Detail Department Whether Details of Whether
No. Contract complete year of the in opposition awards Result of Judgement in
d or arbitration /judgements arbitration favour or in
under / I s pending or /Judgement against
execution litigationm made?
atter

(Signatureofbidder)

25
2.6)Affidavit regarding Termination / Blacklisting / Ban / Registration
kept inAbeyance.:-(TobesubmittedonRs.300/-stamppaper&notarized.)
(2.6.1)The bidders shall be disqualified for opening of his price bid if he
isunderblacklistand/orunderbanand/orhisregistrationisunderabeyancebyanyCentral/StateGover
nmentDepartment,Board,Corporation, Municipal Corporation, Municipality, Government
LocalBodies,Universityetc.

(2.6.2)The bidder shall have to submit prescribed notarized affidavit on appropriate stamp paper
as under, failing to which the bidder shall bedisqualified foropening ofhispricebid.

Affidavit regardingTermination /Blacklisting/ Ban / Registration kept inAbeyance.


(Tobe submittedonRs.300/-stamp paper &notarized.)
Name of work:-Tender ID:-
I, ,Age, ,Residentof,
In the capacity of Do here by solemnly affirm and declare as
under.
We are not under blacklist and/or under ban and/or our registration has not been
kept under abeyance by any Central / State Government Department, Board, Corporation,
Municipal Corporation, Municipality, Government Local Bodies, University etc. as on date of
participating for this bid.

Date:- Authorized signatory

Place:-

26
APPENDIX–B
ListofminimumMachineries/Equipment/Tools&Plantstobedeployedoncontractwork.
Undertaking for deploying Machineries/Equipment’s/Tools & Plants
(To be submitted on Rs.300/- stamp paper & notarized.)
Name of Work :-Upgradation of Rigid Pavement Road from Jawahar nagar Police station to Calico-IOCL Gate in
PCC Notified Area With free maintenance guarantee period of five years(Reinvite) .Tender ID :-
Sr. No. Type of Equipment Minimum Nos. of
Equipment
Required
1 Tipper Trucks 4
2 Motor Grader 1
3 Dozer 1
4 JCB / excavator machine 2
5 Front end Loader 1
6 Smooth Wheeled Roller 2
7 Vibratory Roller 2
8 Continuous Batch mix Plant 1
(Min 100-120 TPH)
9 Paver Finisher with Electronic Sensor for WMM 1
work.
10 Water Tanker 4
11 Tandem Roller 1
12 Concrete Batching & Mixing plant (Minimum 1
Capacity – 30 cum / hour) (RMC Plant)
13 Pneumatic tyred roller 1
14 Steel form work 1500 Sq.Mt.
15 Needle Vibrator 2
16 Plate Vibrator 2
17 D.G.Set 1
18 Water Absorption pump 1
19 Transit Concrete mixture 3
I/We hereby undertake that if i/we awarded the above said work then i/we shall deploy all
Machineries/ Equipment /Tools & Plants etc. as shown in the Appendix-B in fully working condition and
utilize the same while execution of the work.
We also undertake that i/we shall deploy other Machineries/Equipment/Tools & Plants etc. over &
above shown in Appendix-B in working condition and utilize the same as per instruction of Engineer-In-
Charge.Failing to above we shall not object any action taken against us within the tender provision.
In case of any dispute, Superintendent Engineer’s decision shall be final.
Date :- Authorised signatory
Place :- (Signature of bidder)

27
APPENDIX-C
SELFEVALUATIONFORM
Nameofwork:Upgradation of Rigid Pavement Road from Jawahar nagar Police station to Calico-IOCL Gate
in PCC Notified Area With free maintenance guarantee period of five years

Sr. Requirement
M/s………………………………………….. PageN Rema
No Component as pertender
(DetailsfurnishedbyBidder) o. rk
.
s
NameofBank
D.D. No.
1 TenderFees Rs.4248.00 by DD
andDate
AmountinRs.

(A)Rs. ByDD /
FDR2,18,300.0 D.D.No. andDate
0
AmountinRs.
2 EMDRS.2,18,300.
00 (B) Rs.byB.G.
NameofBank

(ScheduleorNat B.G. No.


ionalizedBank andDate
Only)
AmountinRs.
(A)BClass "
&HavingofExper
ienceof
Name
Registrationcertifi Similartype
ofDepartment,A
3 cate workinGovernm
uthority
ent
andValidityPeri
organizationon
od
Validity

20%
BankSolvency amount NameofBank
4 Certificate ofEstimatedC
ost
i.e. Rs
AmountinRs.
43.66Lacs

28
Validupto
Date.
Partnershipde
ed /
Powerofattorn In case In case Requireddocumentissu
5 eywithcertific ofPartnershipfir ofPartnersh bmittedonPageNo:……
ateofregistrati m ipfirm ……
on
ofFirm.

LatestIncom (A) Year


Assessment
e taxreturn ofIncome
Year
6 filedand taxReturnfiled
PANCardDet
(B)
ails PANCardNo.
PANCardNo.

(A) Registration
GST GSTCertificate.
7 Registration
&certificate
8 Certificatefor Anundertakingfo An Certificate is Declerati
truthfulnesso r truthfulness undertakingfort placedatPage No: on onRs.
finformation. sofinformation ruthfulnessof 300.00
Furnishedbybi informationfurn Stamp
dder ished bybidder paper

9 Declaration Declaration Declarati


onRs. on onRs.
300.00 300.00
Stamppape Stamp
r paper

10 Litigation Asper Asper


history Attachedform Attachedfo
at on Letter rmat on
pad Letter pad

29
11 Affidavit Affidavit Asper
regarding Attached
Termination format
/ Blacklisting onRs.
/ Ban / 300.00
Registration Stamppape
r
kept
inAbeyance.:-
12 Appendix Asper
B Listof minimum Attached
Machineries/Equ format
ipment/Tools & onRs.
Plants to be 300.00
deployed on Stamppape
contract work. r

13 Asper
Schedule
Attachedformat
E,Appendix
-I,
Appendix-
V,&Annex
ures
14 OtherRe
marks

Signature of Bidder

30
SCHEDULE-E
“EXPERIENCEALLPROJECTSINPROGRESS”
Give information about all projects which are in progress including the company
hasreceived a letter of intent / acceptance but a formal contract has not yet
beenawarded.

Empl Engine Locatio Value of Cost of Remaini Percenta Date of Stipulat Likely Reasons for
oyer er n& contract work ng work ge of work ed date date of slow progress, if
respons descrip execute to be practical order of completi any.
ible for tion of as on execute completi complet on
supervi works date of as on on ion of
sion this bid date of
this bid work
1 2 3 4 5 6 7 8 9 10 11

Total
Note:-Non-disclosure of any information in the schedule will result in disqualification of
the bidder.
(Signature of bidder)

31
APPENDIX-I

EXPERIENCE
Contract:

Experience : Relevant Building & Mechanical Electrical Works completed.

Company:

Please fill information about the relevant Works–Civil& Mechanical Electrical Works
completed over the last five years (2018–2019totill date)

Name of Name of Name of Accepted Final Additiona l Percentage Was contract


Employer location Engineer contract valueas amount participant satisfactorily
& type responsible price per realized if of completed
of for &date billsprepa any through companyin including
building supervision (Rs.Inlac redbyempl construction project. time(*)
work. s) oyer. claims or by
award to
arbitrator.
1 2 3 4 5 6 7 8

N.B.(* )
1) Certificate of competent officer to be attached.(Form3A)
2) For private work done by the tenderer , Tax Deducted at Source ( T.D.S. )
certificate indicating the income Tax deducted by the client for the work to be
attached.

Signature of Bidder.

32
.
. ANNEXURE- I

FormofBankGuarantee
(EarnestMoneyDeposit)
Where as M/s ..........................................................................................(here in after
called Bidder) is desirous and prepared to tender for work in
accordancewithtermsandconditionsofTenderNo. ............................. dated
…………....And whereas we ............................ Bank, agree to give the Bidder a
GuaranteefortheEarnestMoneyDeposit.
1. Therefore, we here by affirm that we are Guarantors on behalf of
theBidderuptoatotalofRupees .................................................... (i.e.Rs.
…………………………) and we undertake to pay the Chief Officer
N.A.PCC Vadodara, upon his first written demand and without
demur,without delay and without necessity of previous notice of
individualor administrative procedure and without necessity to
prove the bank the defects or short coming or debit of the bidder
any sum within the limit of Rupees………………………………….

2. We further agree that the guarantee here in contained shall remainin


full force and effect during the period that would be taken for
theacceptance of tender. However, unless a demand or claim under
thisguaranteeismadeonlyinwritingonorbefore the
……………………………… We shall be discharged from all liabilities
under the guarantee there after.

3. We undertake not to revoke the guarantee during its currency


except with the previous consent of the Chief Officer N.A. PC, in
writing.

4. We lastly undertake not to revoke the guarantee for any change in


constitution of the Bidder or the Bank.

Signature a nd Seal of Guarantor


Date: Bank:
Address:

33
UNDERTAKING/DECLARATRION
“I here by declare that I have after thoroughly understand the Pre-Qualification criteria
/ conditions and the details filed & documents submitted are true and correct to the
best of my knowledge and belief. I shall not have any objection against any action taken
by Chief Officer, PCC Notified Area if any of the information submitted is found to be
Incorrect/false.”

34
LETTEROFPRE-QUALIFICATIONAPPLICATION

To

ChiefOfficer,

PCCNotifiedArea
DearSir
Having examined the Pre-qualification documents attached with this bid
includingscope of work & frame of construction, we hereby submit all the necessary
information and relevant documents for qualifying us for bidding for this work
through e-tendering
i.e.in Electronic form.
The application is made by us on behalf of

In the capacity of
Duly authorized to submit the offer.
It is certified that the information furnished in these documents are authentic. We
shallgracefully accept the Pre- qualification and shall not litigate the issue of
Disqualification upon the scrutiny of this application of ours. We, undersigned, accept
that the ChiefOfficer, PCC Notified Area. reserves the rights to reject any or all
applications withoutassigninganyreason.
Date:
Signatureofapplicant
Name in Brackets incl. Title & capacity in which application is
made.Encl:
1.
2.
3.
4.
5.

35
Schedule B
Name of work:-Upgradation of Rigid Pavement Road from Jawahar nagar Police station to
Calico-IOCL Gate in PCC Notified Area With free maintenance guarantee period of five years

It.
No. Item Description Quantity UNIT Rate Amount
.
1 Excavation in Bituminious road as per 252.00 Cumt 251.00 63,252.00
Gradient and line including safety
provisions using site rails and stacking
excavated stuff including up to all required
within the estate limits leads cleaning the
site etc.complete for all lifts as specified
Excavation in Bituminious road as per
Gradient and line including safety
provisions using site rails and stacking
excavated stuff including up to all required
within the estate limits leads cleaning the
site etc. complete for all lifts as specified ,
including shifting all utilities.
2 Demolition including stacking of 1566.00 Cumt. 1030.81 1,61,44,248.46
serviceable materilas and disposal of
unserviceable materials with all lead and
lift. (i) R.C.C. work
3 Box cutting the road surface to proper 1944.00 Cumt. 104.20 2,02,564.80
slope and camber for making a base for
road work including removing the
excavated stuff and depositing within
estate limit as directed by engineer in
charge, with all lead and lift.
4 Construction of granular sub-base by 1180.00 Cumt. 1763.55 20,80,989.00
providing & laying of compacted thickness
of 150 mm Grading 5th Granular sub base
(GSB) in layers of (100 mm with geocell )
of graded granular material consisting of
machine cut black trap stone aggregate as
per grading - V given in table 400-1 of the
specification MORT&H and compactor to
the required density with vibratory roller
in all seasons as per MORT&H ,
maintaining the required slope & grade
during the operation as approved by the
engineer in charge & watering to the
proper moisture content and sprinkled
with the help of truck mounted water tank
fitted with suitable arrangement. (fully
saturated having CBR value minimum 30)
5 Construction of dry lean cement concrete 754.00 Cumt. 3356.70 25,30,951.80
Sub- base over a prepared sub-grade with
coarse and fine aggregate conforming to
IS: 383, the size of coarse aggregate not
exceeding 25 mm, aggregate cement ratio
not to exceed 15:1, aggregate gradation
36
after blending to be as per table 600-1,
cement content not to be less than 150 kg/
cum, optimum moisture content to be
determined during trial length
construction, concrete strength not to be
less than 10 Mpa at 7 days, mixed in a
Construction of dry lean cement concrete
Sub- base over a prepared sub-grade with
coarse and fine aggregate conforming to
IS: 383, the size of coarse aggregate not
exceeding 25 mm, aggregate cement ratio
not to exceed 15:1, aggregate gradation
after blending to be as per table 600-1,
cement content not to be less than 150 kg/
cum, optimum moisture content to be
determined during trial length
construction, concrete strength not to be
less than 10 Mpa at 7 days, mixed in a
batching plant, transported to site, laid
with a paver with electronic sensor,
compacting with 8-10 tonnes vibratory
roller, finishing and curing.
Construction of reinforced, plain cement 1882.00 Cumt. 8098.25 95,607.20
concrete pavement(concrete Grade M-
6 400) 250mm thick layer over a prepared
sub base with 53 grade cement @ 440 kg
per cum, coarse and fine aggregate
conforming to IS 383, maximum size of
coarse aggregate not exceeding 25 mm,
mixed in a batching and mixing plant as
per approved mix design, transported to
site, laid with a fixed form or slip form
paver, spread, compacted and finished in a
continuous operation including cost of
contraction, expansion, construction and
longitudinal joints, joint filler, 200 micron
separation membrane, sealant primer,
joint sealant, debonding strip, dowel bar,
tie rods, admixtures as approved, curing
compound, finishing to lines and grades as
per drawing .
7 Road Marking with Hot Applied 260.0 Sq.Mtr 367.72 69,401.80
Thermoplastic paint with refltorising glass
beads on bitumin surface providing and
laying a hot applied thermoplastic
compound 2.5 mm thick including
refltorising glass beads @250 gms per
Sqm area thickness of 2.5mm exclusive of
surface applied glass beads as per IRC 35-
2015. The finish surface to be level
uniform and free from streaks and holes.
Zebra patta/ bump patta lane/ center
line/ edge line/ cut patta. the white colour
marking should provide luminance
37
cofficient on cement road shall be min 130
mcd/m2/lux and Asphalt road shall be
min 100 mcd/m2/lux during the service
life during the day time. The marking
should meet the perfomance criteria for
night time reflectivity in the section-15 of
IRC 35-2015. Warranty for the retro
reflectivity should be two year.
Total 2,18,28,519.76

I / We agree to carry out the work at ______________________ % above the estimated tender rates
___________________________________________ should be written in figures and words.
I / We agree to carry out the work at ______________________ % below the estimated tender rates
___________________________________________ should be written in figures and words.

ESTIMATED AMOUNT ESTIMATED AMOUNT


Put to tender Rs.2,18,28,519.76 Put to tender Rs. 2,18,28,519.76
ADD DEDUCT
%______ above Rs. (+) _____ % _______ below Rs. (-) _________
Net Rs._________________ Net Rs.______________________
Rupees in words : ___________ Rupees in words : _________________
_________________________ ________________________________
1. (*) Please strike out whichever is not applicable. All work shall be carried out as per the specifications
of the GIDC or as directed.

2. All the columns in Schedule should be filled in ink and the total entries in the last column should be
struck by the contractor under his signature.

3. Rate quoted included clearance of site (prior to commencement of work & at, its close) in all respect &
hold good for the work under all conditions, site moisture, weather etc.

4. I/We have read the tender/general specifications/ conditions and I/We agree to follow
same and binding to me/us.

SIGNATURE OF CONTRACTOR Chief Officer


N.A. PCC

38
DETAILEDSPECIFICATION

ITEM NO. 1 :Excavation in Bituminious road as per Gradient and line including safety provisions using
site rails and stacking excavated stuff including up to all required within the estate limits leads
cleaning the site etc.complete for all lifts as specified,including shifting all utilities
1) SCOPE :
This item shall consist of excavation,including shifting all utilities .Removal and satisfactory disposal of all
materials necessary for the construction of roadway, side shoulder and water way by using cutting stuff
received from cutting, in accordance with the requirement of these specification including all lead and lift and
conformity with the lines, grades and cross sections shown in the drawings or directed by the engineer- in –
charge. This work shall include the hauling and stacking of or hauling to sites of embankment / side shoulder
construction etc. of suitable cut materials as required and also the disposal of unsuitable cut materials in
specified manner, including all lead and lifts including trimming and finishing of the road to specified
dimensions or as directed by the engineer in charge including rolling and watering etc. complete.
3) CONSTRUCTION OPERATIONS:
3.1.) SITE CLEARANCE:
The land width on which the earth work is to be done, shall be cleared from all trees, bushes, shrubs, rubbish
and other objectionable materials. Useful material shall be arranged in convenient stacks and un-useful material
shall be burnt or other wise disposed off by contractor at his own cost. MORT &H specification clause No.201
shall be also followed.

3.2.) SETTING OUT:


After the site has been cleared, the limits of excavation and the alignment of the road shall be set out true to
lines, curves, slopes, grades and sections as shown on the drawings or as directed by the Engineer in charge.
The contractor provide all labour and materials such as strings, time pegs, stones etc. required in connection
with the setting out of works and establishment of Temporary & permanent Bench mark, centre line stone &
other marks. The contractor shall be responsible for the maintenance of the bench mark and other marks, and
stacks as long as in the opinion of the Engineer in charge. Before start of the work, toe line of embankment shall
be marked on ground.

3.3.) COMPACTING ORIGINAL GROUND:


The original ground, where construction of embankment, side shoulders and water way to be done, with
excavated stuff shall be consolidated by rolling as directed by Engineer in charge and in accordance with MORT
& H specification Clause No.305.3.4. Item includes shifting all utilities, any Utilities shifting will be cost to bidder.
No Extra Cost shall be paid.

3.4.) EXCAVATION:
All excavation shall be carried out in a manner approved by the Engineer in charge and in conformity with the
directions laid herein under and in manner approved by the Engineer in charge. The work shall be so done that
the suitable materials available from excavation are satisfactory utilized as decided upon before hand.
While planning or executing excavations, the contractor shall take all adequate precaution against soil erosion
and sedimentation control as per M.O.R.T.& H. Clause No.306 & take appropriate drainage measures to keep the
site free from water in accordance with the MORT & H Clause No.311.
The excavation shall conform to the lines, side slopes, and levels shown on the drawings or directed by the
Engineer in charge. The contractor shall not excavate outside the limit of excavation subject to the permitted
tolerance, any excess depth/width excavated beyond the specified levels/ dimensions on the drawing shall be
made at the cost of contractor with suitable material of characteristics similar to that removed and compacted
to the requirements of M.O.R.T.& H. clause No.305.
Care shall be taken to see that excavation is arranged in a safety way so that there will be no risk to the work or
workmen. If slides occur in cutting during the process of the construction, they shall be removed at the cost of
contractor as ordered by the Engineer in charge. While planning or executing excavations, the contractor shall
39
take all adequate precautions against soil erosion and sedimentation control as per M.O.R.T. & H. specification
clause no.306.
All debris and loose materials on the slopes of cutting shall be removed. No back filling shall be allowed to obtain
required slopes excepting that when boulders or soft materials are encountered in instruction of the Engineer
in charge & the resulting cavities filled with suitable materials and thoroughly compacted in an approved
manner.
For rock excavation, specifications under M.O.R.T.& H. clause No. 301.3.5 shall be followed.
For Marsh excavation, specifications under M.O.R.T.& H. clause No.301.3.6 shall be followed.
For road shoulders/verge/median for widening of pavement or providing treated shoulders, specifications
under M.O.R.T. & H clause No.301.3.7. shall be followed.

3.5.) DISPOSAL & UTILIZING OF EXCAVATED STUFF:


All the excavated material shall be property of the Chief Officer . The material obtained from the excavation of
roadways, shoulders, verges, drains, C.D. works etc. shall be used for filling up of roadway embankment,
embankment for side shoulder of roads & embankment work as directed by the Engineer-in-charge, including
leveling & spreading within lead specified under the item and lift and no extra payment shall be made for the
same.
Unsuitable and surplus materials not intended for use shall be removed from site of the work to outside estate
limit or within estate limit by suitable means. No extra payment shall be made for the same.
The useful excavated materials shall be used in embankment and it shall be directly deposited at the required
location in specified layer. No handling or conveyance charges shall be paid. If no GIDC land is available, but the
excavated useful stuff is to be stacked temporarily before use under the same agreement, the contractor shall
make his own arrangements for the stacking of this material temporarily on private land or land of plot holders,
by paying rent etc. without claiming any compensation. Surplus material not required for use on embankment
or unsuitable materials may be used of his own cost to uniformity widen embankment to flatten slopes and fill
low places in the road land or plot land, if so permitted by the Engineer in charge. Material not required for any
use whatsoever may be disposed off by the contractor at his own cost in a manner approved by the Engineer in
charge.
The excavation shall be finished neatly, smoothly and evenly to the correct lines, curves, grades sections and
side slopes as shown on the plans or directed by the Engineer. Any damage to the existing works or work in
hand caused as a result of his operations or negligence shall be made good by the contractor at his own cost.
Road side gutters shall be excavated to the specified section.

3.6.) SPREADING THE EXCAVATED STUFF IN LAYERS:


The excavated stuff shall be spread uniformly over the entire width of embankment/ side shoulders in layers
not exceeding 250 mm in loose thickness as per specification under M.O.R.T & H. Clause No.305.3.5. Successive
layers of embankment shall not be placed until the layer under construction has been thoroughly compacted to
the requirements set down as per specifications under M.O.R.T. & H. Clause No.305.3.6. Clods or hard lumps of
cutting stuff shall be broken as directed by the Engineer in charge.

3.7.) DEWATERING:
If water is met with the excavation due to springs, seepage, rain etc. shall be removed by suitable diversions,
pumping or bailing out and the excavation part kept dry whenever so required or directed. Care shall be taken
to discharge, the drained water into suitable outlets as not to cause damage to the works, demarcated plots,
crops any other property. Due to any negligence on the part of the contractor, if any such damage is caused, it
shall be the sole responsibility of the contractor to repair/ restore to the original condition at his own cost or
compensate for the damage. MORT & H. Specification Clause No. 304.3.3 shall also apply.

3.8.) PUBLIC SAFETY:


Near towns, Village and all frequented places, trenches and foundation pits shall be securely fenced, provided
with proper caution signs and market with red lights at night to avoid accidents. The contractor shall take
adequate protective measures to see that the excavation operations do not affect or damage adjoining
structures. For safety precautions, guidance may be taken from IS: 3764 as well as M.O.R.T.& H. specifications
Clause No.304.3.6.
40
3.9.) PRESERVATION OF PROPERTY:
The contractor shall undertake all reasonable precautions for the protection and preservation of any or all
existing road side trees, structures, drains, sewers, pipes, conduits and any other structures under or above
ground, which may be affected by construction operations and which in the opinion of the Engineer in charge
shall be continued in use without any change. Safeguards taken by the contractor in this respect, shall be got
approved by him from the Engineer in charge. However, if any of these objects is damaged by reason of the
contractor’s negligence, it shall be replaced or restored to the original condition at his expense. If the contractor
fails to do so, within the required times as directed by the Engineer in charge or if, in the opinion of the Engineer,
the actions initiated by the contractor to replace/ restore the damage objects are not satisfactory, the Engineer
shall arrange the replacement/ restoration directly through any other agency at the risk and cost of the
contractor after issuing a prior notice to the effect.

3.10.) PREPARATION OF CUT FORMATION


The cut formation, which servers as a sub-grade, shall be prepared to receive the sub – base / base course as
directed by Engineer.
Any unsuitable material encountered in the sub grade level shall be removed as directed by Engineer in charge
& replace with suitable materials compacted in accordance with the M.O.R.T & H. specifications clause no.305.
In rock formations, the surface irregularities shall be corrected and the level brought up to the specified
elevation with granular base material as directed by the Engineer in charge, laid and compacted in accordance
with the respective specifications of these materials. After satisfying the density requirement, the cut formation
shall be prepared and to receive the sub-base / base course in accordance with M.O.R.T.& H. specifications
Clause No.310 & 311 to receive the sub-base/ base course.

3.11.) FINISHING OPERATIONS:


Finishing operations shall include the work of properly shaping and dressing all excavated
surface/embankment works, and shall conform to MORT & H specification Clause No.301.7 and 305.3.9.
The finished cut surface shall satisfy the surface tolerance described in M.OR.T. & H. Clause 902.

4) QUALITY CONTROL OF WORK:


Control on the quality of materials and works shall be exercised by the Engineer-in-charge in accordance with
these specifications and general specification for quality control on works and materials attached herewith. All
testing charges shall be borne by the contractor in a manner specified.

6) ARRANGEMENT FOR TRAFFIC:

Agency has to work during live traffic(Heavy vehicles) henceforth agency has to manage traffic
with safety Norm with proper arrangement and M.O.R.T. & H. specification Clause –112 shall be
applicable.

6) MODE OF MEASUREMENT & PAYMENT:


The contract rate shall be for a unit of one cubic meter for the strata mentioned in the wording of the item of
excavation acceptable completed and limited to the dimensions shown on the plans and construction of
embankment/ side shoulders with cutting stuff, acceptably completed and limited to the dimensions only.
Excavation shall be measured in its original position by taking cross sections before the work starts and after it
is entirely completed, or levels shall be taken before and after construction. The quantity shall be worked out
by the average end area method. Where it is not feasible to compute volumes by this method, because of erratic
location of isolated deposits, the volumes shall be computed of the strata changes, the contractor shall bring this
to the notice of the Engineer-in-charge who will then verify and if necessary take levels for the changed strata
for purposes of measurements.
Levels and sections of the ground shall be taken in the presence of the contractor or his authorized agent before
the excavation is started so as to serve as the basis of measurement. The contractor or his representative shall
sign the field book in token of his acceptance of the levels. If there is any disagreement the contractor shall
41
inform of it in writing to the officer concerned with the specific reference to the sections before starting further
work. Once the work is started, no cognizance of any complaint shall be taken. Merely not signing of the field
book shall not be deemed as disagreement. The contract unit rate for this item shall be payment in full for
carrying out the required operations including full compensation for setting out, transporting the excavated
materials & disposing the same on site of the embankment/ work of side shoulder etc. as directed within all
lead and lift. trimming bottoms and slopes of excavation, dewatering, keeping the work free of water as per
clause 311, all materials, labors, tools, equipment, safety measures all testing charges, making arrangement for
traffic and incidentals necessary to complete the work to the specifications above and all leads and lifts. No extra
payment shall be made for the cutting stuff used in embankment/ shoulders
.
Mode of measurement:
The rate shall be a unit of one cubic meter .

Item No.02 Demolition including stacking of serviceable materials and disposal of


unserviceable materials with all lead and lift. (i) R.C.C. work
1.0. Workmanship:
1.1. The demolition shall consist of demolition of one or more parts of the building with breaker only as
specified or shown in the drawings. Demolition implies taking up or down or breaking up. This shall consist
of demolishing whole or part of work including all relevant items as specified or shown in the drawings.
1.2. The demolition shall always be planned before hand and shall be done in reverse order of the one in
which the structure was constructed. This scheme shall be got approved from the Engineer-in-charge
before starting the work. This however will not absolve the contractor from the responsibility of proper
and safe demolition.
1.3. Necessary dropping, shoring and under pinning shall be provided for the safety of the adjoining work
or property, which is to be left intact, before dismantling and demolishing is taken up and the work shall be
carried out in such a way that no damages is caused to the adjoining property.
1.4. Wherever required, temporary enclosures or partitions shall also be provided. Necessary precautions
shall be taken to keep the dust nuisance down as and where necessary.
1.5. Dismantling shall be commenced in a systematic manner. All materials which are likely to be damaged
by dropping from a height or demolishing, masonry etc. shall be carefully dismantled first. 1.6. All materials
obtained from demolition shall be the property of Government unless otherwise specified and shall be kept
in safe custody until handed over to the Engineer-in-charge.
1.7. Any serviceable material, obtained during dismantling or demolition shall be separated out and stacked
properly as directed, with all lead and loft. All unserviceable materials, rubbish etc. shall be stacked as
directed by the Engineer-in-charge.
The dismantled articles shall be properly stacked as directed.
Road & RCC work shall be demolished as per instruction of Engineer in charge and the scope of work shall
include stacking of serviceable materials and disposing of unserviceable materials with all lead and lift as
per instruction of Engineer in charge.
1.8 Bidder has to remove all stacked demolished material from estate within 24 hrs.
2.0. Mode of Measurement & Payment:
2.1. Measurements of all work except hidden work shall be taken before demolition or no allowance for
increase in bulk shall be allowed. The demolition of lime concrete shall be measured under this item.
Specification for deduction for voids, openings etc. shall be on same basis as that employed for construction
of work.
2.2. All work shall be measured in decimal system as fixed in its place subject to the following limits, unless
otherwise stated hereinafter: (a) Dimensions shall be measured to the nearest 0.01 mt. (b) Area shall be
worked out to the nearest 0.01 sq. mt
(c) Cubical connection shall be worked out to the nearest 0.01 Cu. M.
2.3. The rate shall include cost of all labour involved and tools used in demolishing and dismantling in
including scaffolding. The rate shall also include the ``` the serviceable materials properly and disposing the
unserviceable materials with all lead and lift. The rate also includes for temporary storing for the safety of

42
the portion not required to be pulled down or of adjoining properly and providing temporary enclosures or
partitions where considered necessary. The rate included existing SWD cleaning, dewatering whenever
required & disposing same within the GIDC estate
2.4. The rate shall be for a unit of one cubic meter

Item No.03:- Box cutting the road surface to proper slope and camber for making a base for
road work including removing the excavated stuff and depositing within estate
limit as directed by engineer in charge,with all lead and lift.
1) SCOPE :
This item shall consist of excavation, removal and satisfactory disposal of all materials necessary for the
construction of roadway, side shoulder and water way by using cutting stuff received from cutting, in
accordance with the requirement of these specification including all lead and lift and conformity with the lines,
grades and cross sections shown in the drawings or directed by the engineer- in – charge. This work shall
include the hauling and stacking of or hauling to sites of embankment / side shoulder construction etc. of
suitable cut materials as required and also the disposal of unsuitable cut materials in specified manner,
including all lead and lifts including trimming and finishing of the road to specified dimensions or as directed
by the engineer in charge including rolling and watering etc. complete.
Excavated stuff and depositing within estate limit as directed by engineer in charge, with all lead and lift.
2) CLASSIFICATION OF EXCAVATED MATERIALS:
2.1.) Classification:
All materials involved in excavation shall be classified by the engineer in charge in the following groups:
i) All sorts of soil and soft murrum.
ii) Hard murrum.
iii)Soft rock not required blasting.
iv) Hard rock.( not required blasting)
v) Hard rock.(required blasting)
vi) Hard rock (blasting prohibited)
vii)

2.2.) AUTHORITY FOR CLASSIFICATION:


The classification of excavation shall be decided by the Engineer in charge and his decision shall be
final and binding to the contractor. Merely the use of explosives in excavation will not be considered
as a reason for higher classification unless blasting is clearly necessary in the opinion of the Engineer
in charge.
3) CONSTRUCTION OPERATIONS:
3.12.) SITE CLEARANCE:
The land width on which the earth work is to be done, shall be cleared from all trees, bushes, shrubs, rubbish
and other objectionable materials. Useful material shall be arranged in convenient stacks and un-useful material
shall be burnt or other wise disposed off by contractor at his own cost. MORT &H specification clause No.201
shall be also followed.

3.13.) SETTING OUT:


After the site has been cleared, the limits of excavation and the alignment of the road shall be set out true to
lines, curves, slopes, grades and sections as shown on the drawings or as directed by the Engineer in charge.
The contractor provide all labour and materials such as strings, time pegs, stones etc. required in connection
with the setting out of works and establishment of Temporary & permanent Bench mark, centre line stone &
other marks. The contractor shall be responsible for the maintenance of the bench mark and other marks, and
stacks as long as in the opinion of the Engineer in charge. Before start of the work, toe line of embankment shall
be marked on ground.

3.14.) COMPACTING ORIGINAL GROUND:


43
The original ground, where construction of embankment, side shoulders and water way to be done, with
excavated stuff shall be consolidated by rolling as directed by Engineer in charge and in accordance with MORT
& H specification Clause No.305.3.4.

3.15.) EXCAVATION:
All excavation shall be carried out in a manner approved by the Engineer in charge and in conformity with the
directions laid herein under and in manner approved by the Engineer in charge. The work shall be so done that
the suitable materials available from excavation are satisfactory utilized as decided upon before hand.
While planning or executing excavations, the contractor shall take all adequate precaution against soil erosion
and sedimentation control as per M.O.R.T.& H. Clause No.306 & take appropriate drainage measures to keep the
site free from water in accordance with the MORT & H Clause No.311.
The excavation shall conform to the lines, side slopes, and levels shown on the drawings or directed by the
Engineer in charge. The contractor shall not excavate outside the limit of excavation subject to the permitted
tolerance, any excess depth/width excavated beyond the specified levels/ dimensions on the drawing shall be
made at the cost of contractor with suitable material of characteristics similar to that removed and compacted
to the requirements of M.O.R.T.& H. clause No.305.
Care shall be taken to see that excavation is arranged in a safety way so that there will be no risk to the work or
workmen. If slides occur in cutting during the process of the construction, they shall be removed at the cost of
contractor as ordered by the Engineer in charge. While planning or executing excavations, the contractor shall
take all adequate precautions against soil erosion and sedimentation control as per M.O.R.T. & H. specification
clause no.306.
All debris and loose materials on the slopes of cutting shall be removed. No back filling shall be allowed to obtain
required slopes excepting that when boulders or soft materials are encountered in instruction of the Engineer
in charge & the resulting cavities filled with suitable materials and thoroughly compacted in an approved
manner.
For rock excavation, specifications under M.O.R.T.& H. clause No. 301.3.5 shall be followed.
For Marsh excavation, specifications under M.O.R.T.& H. clause No.301.3.6 shall be followed.
For road shoulders/verge/median for widening of pavement or providing treated shoulders, specifications
under M.O.R.T. & H clause No.301.3.7. shall be followed.

3.16.) DISPOSAL & UTILIZING OF EXCAVATED STUFF:


All the excavated material shall be property of the Executive Engineer. The material obtained from the
excavation of roadways, shoulders, verges, drains, C.D. works etc. shall be used for filling up of roadway
embankment, embankment for side shoulder of roads & embankment work as directed by the Engineer-in-
charge, including leveling & spreading within lead specified under the item and lift and no extra payment shall
be made for the same.
Unsuitable and surplus materials not intended for use shall be removed from site of the work to outside estate
limit or within estate limit by suitable means. No extra payment shall be made for the same.
The useful excavated materials shall be used in embankment and it shall be directly deposited at the required
location in specified layer. No handling or conveyance charges shall be paid. If no GIDC land is available, but the
excavated useful stuff is to be stacked temporarily before use under the same agreement, the contractor shall
make his own arrangements for the stacking of this material temporarily on private land or land of plot holders,
by paying rent etc. without claiming any compensation. Surplus material not required for use on embankment
or unsuitable materials may be used of his own cost to uniformity widen embankment to flatten slopes and fill
low places in the road land or plot land, if so permitted by the Engineer in charge. Material not required for any
use whatsoever may be disposed off by the contractor at his own cost in a manner approved by the Engineer in
charge.
The excavation shall be finished neatly, smoothly and evenly to the correct lines, curves, grades sections and
side slopes as shown on the plans or directed by the Engineer. Any damage to the existing works or work in
hand caused as a result of his operations or negligence shall be made good by the contractor at his own cost.
Road side gutters shall be excavated to the specified section.
The excavated stuff and depositing within estate limit as directed by engineer in charge, with all lead and lift

44
3.17.) SPREADING THE EXCAVATED STUFF IN LAYERS:
The excavated stuff shall be spread uniformly over the entire width of embankment/ side shoulders in layers
not exceeding 250 mm in loose thickness as per specification under M.O.R.T & H. Clause No.305.3.5. Successive
layers of embankment shall not be placed until the layer under construction has been thoroughly compacted to
the requirements set down as per specifications under M.O.R.T. & H. Clause No.305.3.6. Clods or hard lumps of
cutting stuff shall be broken as directed by the Engineer in charge.

3.18.) DEWATERING:
If water is met with the excavation due to springs, seepage, rain etc. shall be removed by suitable diversions,
pumping or bailing out and the excavation part kept dry whenever so required or directed. Care shall be taken
to discharge, the drained water into suitable outlets as not to cause damage to the works, demarcated plots,
crops any other property. Due to any negligence on the part of the contractor, if any such damage is caused, it
shall be the sole responsibility of the contractor to repair/ restore to the original condition at his own cost or
compensate for the damage. MORT & H. Specification Clause No. 304.3.3 shall also apply.

3.19.) PUBLIC SAFETY:


Near towns, Village and all frequented places, trenches and foundation pits shall be securely fenced, provided
with proper caution signs and market with red lights at night to avoid accidents. The contractor shall take
adequate protective measures to see that the excavation operations do not affect or damage adjoining
structures. For safety precautions, guidance may be taken from IS: 3764 as well as M.O.R.T.& H. specifications
Clause No.304.3.6.

3.20.) PRESERVATION OF PROPERTY:


The contractor shall undertake all reasonable precautions for the protection and preservation of any or all
existing road side trees, structures, drains, sewers, pipes, conduits and any other structures under or above
ground, which may be affected by construction operations and which in the opinion of the Engineer in charge
shall be continued in use without any change. Safeguards taken by the contractor in this respect, shall be got
approved by him from the Engineer in charge. However, if any of these objects is damaged by reason of the
contractor’s negligence, it shall be replaced or restored to the original condition at his expense. If the contractor
fails to do so, within the required times as directed by the Engineer in charge or if, in the opinion of the Engineer,
the actions initiated by the contractor to replace/ restore the damage objects are not satisfactory, the Engineer
shall arrange the replacement/ restoration directly through any other agency at the risk and cost of the
contractor after issuing a prior notice to the effect.

3.21.) PREPARATION OF CUT FORMATION


The cut formation, which servers as a sub-grade, shall be prepared to receive the sub – base / base course as
directed by Engineer.
Any unsuitable material encountered in the sub grade level shall be removed as directed by Engineer in charge
& replace with suitable materials compacted in accordance with the M.O.R.T & H. specifications clause no.305.
In rock formations, the surface irregularities shall be corrected and the level brought up to the specified
elevation with granular base material as directed by the Engineer in charge, laid and compacted in accordance
with the respective specifications of these materials. After satisfying the density requirement, the cut formation
shall be prepared and to receive the sub-base / base course in accordance with M.O.R.T.& H. specifications
Clause No.310 & 311 to receive the sub-base/ base course.

3.22.) FINISHING OPERATIONS:


Finishing operations shall include the work of properly shaping and dressing all excavated
surface/embankment works, and shall conform to MORT & H specification Clause No.301.7 and 305.3.9.
The finished cut surface shall satisfy the surface tolerance described in M.OR.T. & H. Clause 902.

4) QUALITY CONTROL OF WORK:


Control on the quality of materials and works shall be exercised by the Engineer-in-charge in accordance with
these specifications and general specification for quality control on works and materials attached herewith. All

45
testing charges shall be borne by the contractor in a manner specified.

5) ARRANGEMENT FOR TRAFFIC:


M.O.R.T. & H. specification Clause –112 shall be applicable.

6) MODE OF MEASUREMENT & PAYMENT:


The contract rate shall be for a unit of one cubic meter for the strata mentioned in the wording of the item of
excavation acceptable completed and limited to the dimensions shown on the plans and construction of
embankment/ side shoulders with cutting stuff, acceptably completed and limited to the dimensions only.
Excavation shall be measured in its original position by taking cross sections before the work starts and after it
is entirely completed, or levels shall be taken before and after construction. The quantity shall be worked out
by the average end area method. Where it is not feasible to compute volumes by this method, because of erratic
location of isolated deposits, the volumes shall be computed of the strata changes, the contractor shall bring this
to the notice of the Engineer-in-charge who will then verify and if necessary take levels for the changed strata
for purposes of measurements.
Levels and sections of the ground shall be taken in the presence of the contractor or his authorized agent before
the excavation is started so as to serve as the basis of measurement. The contractor or his representative shall
sign the field book in token of his acceptance of the levels. If there is any disagreement the contractor shall
inform of it in writing to the officer concerned with the specific reference to the sections before starting further
work. Once the work is started, no cognizance of any complaint shall be taken. Merely not signing of the field
book shall not be deemed as disagreement.
The contract unit rate for this item shall be payment in full for carrying out the required operations including
full compensation for setting out, transporting the excavated materials & disposing the same on site of the
embankment/ work of side shoulder etc. as directed within all lead and lift. trimming bottoms and slopes of
excavation, dewatering, keeping the work free of water as per clause 311, all materials, labors, tools, equipment,
safety measures all testing charges, making arrangement for traffic and incidentals necessary to complete the
work to the specifications above and all leads and lifts. No extra payment shall be made for the cutting stuff used
in embankment/ shoulders.

Mode of measurement:
The rate shall be a unit of one cubic meter .

Item No. 04:- Construction of granular sub-base by providing & laying of compacted thickness of 150
mm Grading 5th Granular sub base (GSB) in layers of (100 mm with geocell ) of graded granular material
consisting of machine cut black trap stone aggregate as per grading - V given in table 400-1 of the
specification MORT&H and compactor to the required density with vibratory roller in all seasons as per
MORT&H , maintaining the required slope & grade during the operation as approved by the engineer in
charge & watering to the proper moisture content and sprinkled with the help of truck mounted water
tank fitted with suitable arrangement. (fully saturated having CBR value minimum 30)

1) SCOPE :
This work shall consist of laying and compacting, composition Construction of granular sub-base by providing
& laying of compacted thickness of150 mm Grading 5th Granular sub base (GSB) in layers of (100 mm with
geocell ) of graded granular material consisting of machine cut black trap stone aggregate as per grading - V
given in table 400-1 of the specification MORT&H and compactor to the required density with vibratory roller
in all seasons as per MORT&H , maintaining the required slope & grade during the operation as approved by the
engineer in charge & watering to the proper moisture content and sprinkled with the help of truck mounted
water tank fitted with suitable arrangement. (fully saturated having CBR value minimum 30)

. The sub- base shall be constructed in accordance with the requirements of these specifications and in
conforming with lines, grades, and cross sections shown on the drawing or as directed by the Engineer-
in-charge.

46
MATERIALS:
2.1) Source :
100 mm Grading 5th Granular sub base (GSB) in layers of (100 mm with geocell ) of graded granular
material consisting of machine cut black trap stone aggregate as per grading - V given in table 400-1 of
the specification MORT&H and compactor to the required density with vibratory roller in all seasons as
per MORT&H , maintaining the required slope & grade during the operation as approved by the engineer
in charge. The contractor will have to make his own arrangement to get sources / area for obtaining the
coarse and medium sand of the approved quality with all leads and lifts at his own cost.
The source / quarries arranged by the contractor to obtain the coarse & medium sand shall be got
approved from the Chief officer prior to use in the work.
The sample of coarse& medium sand collected from approved quarries shall be got tested at Govt.
recognized laboratory as may be directed to the contractor at his own cost. The results shall conform to
the standard requirements set down hereunder. The course and medium sand of the approved quality
shall be only permitted for use in the work.
2.2) General Requirements:
The material to be used for the work shall be of machine cut black trap stone aggregate as per grading
- V given in table 400-1 of the specification MORT&H, well graded, hard strong durable and gritty
partition free from injuries amount of dust, clay, kankar, nodules or of flaky partition alkali, salt, organic
matter, loam mica or other deleterious substances.If inferior quality of coarse and medium sand is used
in the work, same shall be removed by the contractor at his own cost.
2.3) Physical Requirements :
The material shall have a 10% fine value of 50 KN or more (for sample in soaked condition) when tested
in compliance with B.S. 812-PART-III. The C.B.R. should not less than 30% and shall be determined at
the density and moisture content likely to be developed in equilibrium conditions which shall be taken
as being the density relating to a uniform air voids content of 5%. The grading of coarse and medium
graded sand shall be as directed by the Engineer-in-charge.
3) CONSTRUCTION OPERATIONS:
3.1) Site Clearance :
Immediately prior to the laying of sand, original ground / sub-grade / sub – base shall be prepared by
removing all vegetation and other extraneous matter, lightly sprinkled with water if necessary and
rolled with one or more pass of 80 / 100 KN static weight vibrator roller, as directed by the Engineer-
in-charge. The relevant specification of MoRTH clause No.201 shall also be followed.
3.2) Setting out :
After clearing the site or preparing the sub – grade / sub-base the alignment of the road shall be properly
set out true to lines curves, slopes, grades and sections as shown in the plan or as directed by the
Engineer-in-charge. The contractor shall provide all labours and materials such as lime, string, pegs,
nails, bamboos, stones, mortar, concrete etc. required for setting out, establishing temporary &
permanent bench marks, centre line stones and other marks and giving profiles, alignments and other
marks, as longer they are required for the marks and long as opinion of the Engineer-in- charge.

3.3) Dewatering:
MoRTH Clause No.305.3.2.shall be followed.

3.4) COMPACTING GROUND SUPPORTING EMBANKMENT/SUB-GRADE:

47
The original ground shall be leveled to facility placement of first layer of embankment mix with water
& then compacted by rolling so as to achieve minimum dry density. The MoRTH specification Clause
No.305.3.4 shall be followed.
3.5) SPREADING MATERIALS IN LAYERS:
machine cut black trap stone aggregate as per grading - V given in table 400-1 of the specification
MORT&H shall not be preceded until the foundation of embankment have been inspected by the
Engineer-in-charge for satisfactory condition and approval.
black trap stone aggregate shall be spread on the prepared road foundation with the help of a drag
spreader, motor graders or other approved means. The thickness of loose layers shall be so regulated
that the maximum thickness of the each layer after consolidation does not exceed 200 mm or required
thickness, shown on the drawing or as directed by the Engineer-in-charge. Successive layers of machine
cut black trap stone aggregate as per grading - V given in table 400-1 of the specification MORT&H shall
not be placed until the layer under construction has been thoroughly compacted to the requirements
set down hereunder and accepted by the Engineer in charge. The motor grader blade shall have
hydraulic control suitable for initial adjustment and maintain the same so as to achieve specific slope
and grade.
The operation of laying the successive layers shall have to be suitably synchronized with the
consolidation work.
Moisture content of the selected soil shall be checked at the site of placement prior to commencement
of compaction, if found to be out of agreed limit, the same shall be made good. Where water is required
to be added in such construction, water shall be sprinkled from a water tanker fitted with sprinkle
capable of applying water uniformly with a controllable rate of flow to variable widths of surface but
without any flooding. The water shall be added uniformly & thoroughly mixed in murrum by blading,
discing or harrowing until a unit of moisture content is obtained through out the depth of the layer.
If the machine cut black trap stone aggregate as per grading - V given in table 400-1 of the specification
MORT&H delivered to the road bed is too wet, it shall be dried, by aeration and exposure to the sun, till
the moisture content is acceptable for compaction. Such circumstances arises, where owing to wet
weather the moisture content can not be reduced to the required amount by the above procedure,
compaction shall be suspended.
After water has been added the material shall be processed by mechanical or other approved means if
so directed by the Engineer-in-charge until the layer is uniformly wet confirming to MoRTH.
Specification clause no. 305.3.5.2as per grading - V given in table 400-1 of the specification MORT&H

3.6) COMPACTION
Only the compaction equipment approved by the Engineer shall be employed to compact the selected
soil.
The compaction shall be done with the help of vibrator roller of 80 to 100 KN static weight with plain
drum or heavy pneumatic tyred roller of minimum 200/300 KN weight having a minimum tyre pressure
of 0.70 MN/M2 as approved by the Engineer-in-charge, capable for achieving required compaction. The
contractor shall demonstrate the efficiency of the equipment he intends to use by carrying out
compaction trials. The procedure to be adopted this site trials shall first be submitted to the Engineer-
in-charge for approval.
Immediately there after rolling shall be started with approved roller or other approved plant. Rolling
shall commence at the edges and progress towards the centre longitudinally except that on super
elevated portions it shall progress from the lower to the upper edge parallel to the centre line of the
pavement. Each pass of roller shall uniformly overlap not less than on third of the track made in the
proceeding pass. During rolling the grade and camber shall be checked and any high spots or

48
depressions which become apparent corrected by removing or adding fresh material. Rolling shall be
continued till the density achieved is at least 100% of the maximum dry density for the material
determined as per IS: 2720 (Part – 8). The surface of any layer of sand on completion of compaction
shall be well closed free from movement under compaction plant from compaction planes, ridges, cracks
or loose material. All loose segregated or otherwise defective areas shall be made good to the full
thickness of layer and re-compacted.
3.7) FINISHING OPERATIONS
The embankment layer shall be finished in conformity with the alignments, levels, cross sections and
dimensions shown on the plans or as directed by the Engineer-in-charge. Finishing operations shall
include work of shaping and dressing the sub-base / shoulders and the side slopes to conform to the
cross section shown on the drawings.
When earthwork operations have been subsequently completed, the road way area shall be cleared of
all debris and ugly scrubs in the construction area, responsible for objectionable appearance shall be
eliminated. The defective portion shall be removed and re-constructed as directed by the Engineer-in-
charge.
The surface finish of construction shall conform to the requirement as per general technical
specification for quality control on works and materials attached herewith.
MoRTH specification clause no. 305.3.9 shall be also followed.
3.1) ARRANGEMENT OF TRAFFIC :
MoRTH specification clause no.112 shall be followed.
4) QUALITY CONTROL OF WORK :
Control on the quality of materials and works shall be exercised by the Engineer-in-charge in accordance
with these specifications and general technical specifications for quality control on works and materials
attached herewith. The Engineer-in-charge shall have the right to modify the frequencies of testing
according to the needs.

5) MODE OF MEASUREMENT AND PAYMENT :


The work of providing, laying, spreading, dressing & compacting the composition of machine cut black
trap stone aggregate as per grading - V given in table 400-1 of the specification MORT&H for
constructing a sub–grade / sub-base shall be measured as compacted and finished work in position in
cubic meters. The finished and compacted thickness to be paid on volume basis shall be computed in
the following manner. Levels shall be taken before & after construction at a grid of points 10m or 30m
centre to centre longitudinally in straight but 5 meters at curves. normally on two lane roads, the levels
shall be taken at four position transversely at 0.75 and 2.75meters from either edge of the carriage way
or as directed by the Engineer-in-charge and on single lane roads these shall be taken at two positions
transversely being at 1.25m from the either edge of the carriage way or as directed by the Engineer-in-
charge. The measurement may be taken at closer intervals also if so desired by the Engineer-in-charge.
The average thickness of the layer of composition of machine cut black trap stone aggregate as per
grading - V given in table 400-1 of the specification MORT&H in any area shall be the arithmetical mean
of the difference of levels before and after construction at all the grid points falling in that area, provides
that thickness of finished work shall be limited to those shown on the drawings or approved by the
Engineer-in-charge in writing.
The contractor shall sign day to day leveling work and also original cross section, longitudinal section
in token of his acceptance etc. The working sections both longitudinal and cross of the sub-grade shall
be taken by the Engineer-in-charge before the work is started. The contractor or his authorized
49
representative shall attend day to day leveling work and sign with date the field book daily in token of
this acceptance. If there is any dis-agreement the contractor shall inform of it in writing to the officer
concerned with specific reference the cognizance of any complaint taken, merely not signing of the level
book shall not be deemed as dis-agreement. The contractor shall maintain the finished work to proper
formation and grade till this item is finally measured and accepted by department. The measurement
shall be taken on compacted work.
The contract unit rate for The work of providing, laying, spreading, dressing & compacting the
composition of machine cut black trap stone aggregate as per grading - V given in table 400-1 of the
specification MORT&H for constructing a sub–grade / sub-base , shall be payment in full for carrying
out the required operations including full compensation for :
i) Cost of arrangement of land as a source of supply of coarse sand & medium sand of required quality for
construction.
ii) Setting out
iii) Compacting ground surrounding embankment sub-grade except where removal & replacement of
unsuitable material or loosening and re compacting is involved.
iv) Scarifying or cutting continues horizontal benches 300mm wide on side slope of existing embankment
and sub-grade as applicable.
v) Cost of watering.
vi) Spreading in layers, bringing to the appropriate moisture content and compacting to specifications
requirement.
vii) Shaping & dressing the top and slope of the sub base & sub-grade including rounding of corners.
viii) Transporting the material to embankment & sub-grade side with all lead and lift.
ix) All materials, labours, tools, equipments and incidental necessary to complete the work to the
specifications.
x) Dewatering.
xi) Keeping the embankment / completed formation free of water as per MoRTH clause 311.
xii) Carrying out required tests for Quality control.
xiii) Making arrangement of traffic.
xiv) Furnishing of all material to be incorporated in the work including all royalty, fee, rent & all lead & lift.
xv) Dewatering
The contract unit rate shall be for a unit of one cubic meter of finished compacted. Work in position at
site of work.

Mode of measurement:
The rate shall be a unit of one cubic meter .

Item No. 05:- Construction of dry lean cement concrete Sub- base over a prepared sub-grade with
coarse and fine aggregate conforming to IS: 383, the size of coarse aggregate not exceeding 25 mm,
aggregate cement ratio not to exceed 15:1, aggregate gradation after blending to be as per table 600-1,
cement content not to be less than 150 kg/ cum, optimum moisture content to be determined during
trial length construction, concrete strength not to be less than 10 Mpa at 7 days, mixed in a batching
plant, transported to site, laid with a paver with electronic sensor, compacting with 8-10 tonnes
vibratory roller, finishing and curing.
SCOPE:
50
• The work shall consist of construction of DLC for cement concrete payment in accordance with
requirement of these specifications and inconformity with the line grades and cross sections
shown on the drawings or as directed by engineer. The work shall include furnishing of all plants,
equipments, material &labours and performing of all operations in connection with the work as
approved by the engineer.

2) MATERIAL:
2.1) SOURCE
The approved materials shall be obtained from out side source / area other than GIDC land. And as per
clause no.601.2.1 of MORTH.
Cement conforming to IS:269/ IS: 8112 or IS: 12269 as approved shall be used.
M.O.R.T.& H. specifications Clause No.1006 shall be followed.
Course aggregate and fine aggregate
M.O.R.T.& H. specifications Clause No.601.2.3.1 to 601.2.3.4shall be followed.
The material after blending shall conform to the grading as indicated in table 600-1 of MORTH as under.
Aggregate gradation for DRY LEAN CONCRETE

IS sieve size xvi) Percentage by passing the sieve.


26.5mm xvii) 100
19.00 xviii) 80 – 100
9.50mm xix) 55-75
4.75mm xx) 35-60
600micron xxi) 10 – 35
75micron xxii) 0-8
WATER :
Water shall conform to M.O.R.T. & H clause No. 1010 shall be made applicable.
PROPORTION OF MATERIALS FOR THE MIX
The mix shall be proportioned with a maximum aggregate cement ratio of 15:1.The water content shall
be adjusted to the optimum as per clause 601.3.2 for facilitating compaction by rolling. The strength and
density requirements of concrete shall be determined in accordance with clause 601.6 by making trial
mix.
Moisture content as per clause 601.3.2 of MORTH.
CEMENT content as per clause 601.3.3 of MORTH.
The minimum cement content in the lean concrete shall not be less than 150kg/m3 of concrete.If this
minimum cement content is not sufficient to produce concrete of specified strength it shall be increased
as necessary without additional cost compensation to the contractor.
CONCRETE STRENGTH as per clause 601.3.4 of MORTH.
The average compressive strength of each consecutive group of 5 cubes made in accordance with clause
903.5.1.1 shall not be less than 10MPa at 7 days in addition. the minimum compressive strength of any
51
individual cubes shall not be less then 7.5 MPa at 7 days.The design mix complying with the above
clauses shall be got approved from the engineer and demonstrated in the trial length construction.
Construction,transporting ,placing ,compaction,joints and curing etc shall be as per clauses no.601.5. to
601.9 of MORTH.

MODE OF MEASUREMENT AND PAYMENT:


The unit of measurement for Dry Lean Concrete pavement shall be the CUM of concrete placed, based
on the net plan areas for the specified thickness shown on the drawings or as directed by the engineer.
Item no. 6 – Construction of reinforced, plain cement concrete pavement(concrete Grade M-400)
250mm thick layer over a prepared sub base with 53 grade cement @ 440 kg per cum, coarse and fine
aggregate conforming to IS 383, maximum size of coarse aggregate not exceeding 25 mm, mixed in a
batching and mixing plant as per approved mix design, transported to site, laid with a fixed form or slip
form paver, spread, compacted and finished in a continuous operation including cost of contraction,
expansion, construction and longitudinal joints, joint filler, 200 micron separation membrane, sealant
primer, joint sealant, debonding strip, dowel bar, tie rods, admixtures as approved, curing compound,
finishing to lines and grades as per drawing .
.SCOPE :
• The work shall consist of construction of Continuously Reinforced Cement concrete Pavement in
M –40 Mix as per approved mix designlaid with a fixed form or slip form paver,in accordance with
the requirements of these specifications and in conformity with the lines, grades and cross
sections shown on the drawings. The work shall include furnishing of all plant and equipment,
materials and labour and performing all operations in connection with the work, as approved by
the Engineer-in-charge.Thedesign parameters viz. thickness of pavement slab, grade of concrete,
joint details etc. shall beas stipulated in the drawings. Concrete should done Only by R.M.C.
, Further ajexfloori/concrete mixture machine/other Practice shall not be allowed.

• Sourceof materials :

The contractor shall indicate to the Engineer the source of all materials to be used in the concrete
work with relevant testdata sufficiently in advance and the approval of the Engineer-in-charge for
the same shall be obtained at least 45 days before the scheduled commencement of the work. If the
contractor later proposes to obtain material from a different source, he shall notify the Engineer-in-
charge for his approval at least 45 days before such materials are to be used with relevant test data.
2.2.1.) Cement :
Any of the following types of cement capable of achieving the design strength may beused with priorapproval
of the Engineer-in-charge, but the preference should be to use at least the 53 Grade or higher.
i) Ordinary Portland Cement 53 Grade: IS- 12269
If the soil around has soluble salt like sulphates in excess of 0.5 percent, the cement used shall be sulphate
resistant and shall conform to IS – 12330.
Guidance may be taken from IS: SP: 23, Hand bookfor concrete Mixes for ascertaining the minimum 7 days
strength of cement required to match with the design concrete strength. Cement to be used may preferably be
obtained in bulk form. If cement in paper bags are proposed to be use, there shall be bag-splitters with the
facility to separate pieces of paper bags and dispose them of suitably. No paper pieces shall enter the concrete

52
mix. Bulk cement shall be stored in accordance withClause 1014. The cement shall be subjected to
acceptancetestjust prior to its use.
2.2.2.) Admixtures:
Admixtures conform to IS – 6925 and IS: 9103 shall be permitted to improveworkability of the concrete or
extension of setting time, on satisfactory evidence that they will not have any adverse effect on the properties
of concrete with respect to strength, volume change, durability and have no deleterious effect on steel bars. The
particulars of the admixture and the quantity to be used, must be furnished to the Engineer-in-charge in advance
to obtain his approval before use. Satisfactory performance of the admixtures should be proved both on the
laboratory concrete trial mixes and in trial paving works. If air entering admixture is used, the total quantity of
air in air-entrained concrete as a percentage of the volume of the mix shall be 5 +/- 1.5 percent for 25mm
nominalsize aggregate.
2.2.3.) Aggregate :
2.2.4.1.) Aggregate for pavement concrete shall be natural material complying with IS: 383 but with a Los
Angles Abrasion Test result not more than 3.5 percent. The limit of deleterious materials shall not excess the
requirements set out in IS- 383.
The aggregates shall befree from chert, flint, chalcedony, or other silica in a form that can react with the alkalies
in the cement. In addition, the total chlorides content expressed s chloride ion content shall not exceed 0.06
percentby weight and the total sulphate content expressed assulphuric anhydride (SO3 ) shall not exceed 0.25
percent by weight.
2.2.4.2.) CoaresAggregate :
Coarse aggregate shall consist of clean, hard, strong, dense, non-porous and durable pieces of crushed stone or
crushed gravel and shall bedevoid of pieces of disintegrated stone, soft, flaky, elongated, very angular or
splintery pieces. The maximumsize of coarse aggregate shall not exceed 25mm for pavement concrete.
Continuously graded or gap graded aggregates may be used, depending on the grading of the fine aggregate. No
aggregate which has water absorption more than 2 percent shall be used n the concrete mix. The aggregates
shall be tested for soundness in accordance with IS: 2386 (Part-5). After 5 cycles of testing the loss shall not be
more than 12 percent if sodium sulphate solution is used or 18 percent if magnesium sulphate solution is used.
Dumping and stacking of aggregates shall be done in an approved manner. In case the Engineer-in-charge
considers that the aggregates are not free from dirt, the same may be washed and drained for at least 72 hours
before batching as directed by the Engineer-in- charge.
2.2.4.3.) FineAggregate :
The fine aggregate shall consist of clean natural sand or crushed stone sand or a combination of the two and
shall confirm to IS- 383. Fine aggregates shall befree from soft particles, clay, shale, loam, cemented particles,
mica and organic and other foreign matter. The fine aggregate shall not contain deleterious substance more
than the following :
Clay lumps 4.00%
Coal and lignite 1.00%
Material passing IS Sieve No. 75 micron 4.00%
2.2.4.4.) Water :
Water used for mixing and curing of concrete shall be clean and free from injuriousamount of oil, salt, acid,
vegetable matter or other substances harmful to the finished concrete. It shall meet the requirement stipulated
in IS – 456.
2.2.4.5.) Mild Steel bars for dowels and tie bars :
These shall conform to the requirement of IS- 432, IS- 1139 & IS- 1786 as relevant. The dowel bars shall conform
to Grade S-240 & tie bars to Grade S-415 of I.S.

53
2.2.4.6.) Pre-moulded joint filler :
Joint filler boardforexpansion joints which are proposed for use only at some abutting structures like brides
and culverts shall be of 20-25 mmthckness within a tolerance of +/- 1.5mm and of a firm compressible material
and complying with the requirements of IS – 1838 OR BS specificationClause No. 2630 or Specification for
Highway Works, Vol. I Clause-1015. It shall be 25mm less in depth than the thickness of the slab within a
tolerance of +/- 3mm and provided to the full width between the side forms. It shall be in suitable lengths which
shall not be less than one lane width. Holes to accommodate dowel shall be accurately boarded or punched out
to give a sliding fit on the dowel bars.
2.2.4.7.) Joint sealingcompound :
The joint sealing compound shall be of hot poured, elastometrictypeor cold polysulphide type having flexibility,
resistance to age hardening and durability. If the sealant is of hot poured type it shall conform to AASHTO M282
and cold applied sealant shall be in accordance with BS 5212 (Part 2).
2.2.4.8.) Storage of materials :
All materials shall bestored in accordance with the provisions of Clause 1014 of the specification and other
relevant IS specification. All efforts must be made to store the materials in proper places so as to prevent their
deterioration or contamination by foreignmatter and to ensure their satisfactory quality and fitness for the
work. The platform where aggregates are stock piled shall be leveled with 15 cm of watered, mixed and
compacted granular sub-base material. The area shall be slope and drain to drain off rain water. The storage
space must also permit easy inspection, removal and storage of the materials. Aggregates of different size shall
be stored in partitioned stack-yards. All such materials even though stored in approved godown must be
subjected to acceptancetest as per Clause 903 of these specifications immediately prior to their use.
1) Proportioning of Concrete :
3.23.) After approval by the Engineer-in-charge of all the materials to be used in the concrete, the contractor
shall submit the mix design based on weighed proportions of all ingredients for the approval of the Engineer-
in-charge. The mix design shall be submitted at least 30 days prior to the paving of trial length and the design
shall be based on laboratory trial mixes using the approved materials and methods as per IS – 10262
(Recommended Guidelines for Mix Design ) or on the basis of any other rational method agreed by the Engineer-
in-charge. Guidance in this regard can also be obtained from IS: SP: 23 Hand book on Concrete Mixes. The target
mean strength for the design mix shall be based on the flexural strength of concrete.
3.24.) Cement content :
53 grade cement @ 440 kg per cum,While designing the mix in the laboratory, correlation between flexural and
compressive strengths of concrete shall be established on the basis of at least thirty tests on samples. However,
qualitycontrol in the field shall be exercised on the basis of flexural strength. It may, however, be ensured that
the materials and mix proportions remain substantially unaltered during the daily concrete production. The
water content shall be minimumrequired to provide the agreed workabilityforfull compaction of the concrete
to the required density as determined by the trial mixes or other means approved by the Engineer-in-charge
and the maximumfree water cement ratio shall be 0.50.
3.25.) The ratio between the 7 and 28 days strength shall be established for the mix to be used in the slab in
advance, by testing pairs of beams and cubes at each stage on at least six batches of trial mix. The average
strength of the 7 day cured specimens shall be divided by the average strength of the 28 days specimens for
each batch, and the ratio “R” shall be determined. The ratio “R” shall be expressed to three decimal places.
If during the construction of the trial length or during normal working, the averagevalue of any four consecutive
7 daytest result falls below the required 7 day strength as derived from the value of “R” then the cement content
of the concrete shall, without extra payment, be increased by 5 percentby weight or by an amount agreed by
Engineer-in-charge. The increased cement content shall be maintained at least until the four corresponding 28
days strengths have been assessed for its conformity with the requirements as per Clause 3.1. Whenever the
cement content is increased, the concrete mix shall be adjusted to maintain the required workability.

54
3.26.) Workability :
The workability of the concrete at the point of placing shall be adequate for the concrete to be fully compacted
and finished without undue flow. The optimum workability for the mix to suit the paving plant being used shall
be determined by the contractor and approved by the Engineer-in-charge. The control of workability in the field
shall be exercised by the slumptestas per IS: 1199.
The workabilityrequirement at the Batching plant and paving site shall be established by slump tests carried
during trial paving. These requirements shall be established from season to season and also when the lead from
Batching plant site to the paving site change. The workability shall be established for the type of paving
equipment available. A slump value in the range of 30 +/- 15mm is reasonable for paving works but this may
be modified depending upon the site requirement and got approved by the Engineer-in-charge. These tests shall
be carried out on every truck / dumper at plant site and paving site initially when the work commences but
subsequently the frequency can be reduced to alternate trucks or as per the instructions of the Engineer-in-
charge.
3.27.) Design Mix :
The contractor shall carry out laboratory trials of design mixes with the materials from the approved sources
to be used. Trial mixes shall be made in presence of the Engineer-in- charge or his representative and the design
mix shall be subject to the approval of the Engineer-in-charge. They shall be repeated if necessary until the
proportions that will produce a concrete which complies in all respects with the specifications and conforms to
the requirement of the design / drawings have been determined.
The proportions determined as a result of the laboratory trial mixes may beadjusted if necessary during the
construction of the trial length. Thereafter, neither the materials nor the mix proportions shall be varied in any
way except with the written approval of the Engineer-in-charge.
Any change in the source of materialsor mix proportions proposed by the contractor during the course of work
shall beassessed by making laboratory trial mixes and the construction of a further trial length unless approval
is given by the Engineer-in-charge forminoradjustments like compensation for moisture content in aggregates
or minor fluctuations in the grading of aggregates.
2) Sub – base :
The cement concrete pavement shall be laid over the sub-base constructed in accordance with the relevant
drawings and specifications contained in Clause – 601. If the sub-base is found damaged at some places or it has
cracks wider than 10 mm, it shall be repaired with fine cement concrete or bituminous concrete before laying
separation layer. Prior to laying of concrete it shall be ensured that the separation membrane as per clause
602.5 is placed in position and the same is clean of dirt or other extraneous materials and free from any damage.

3) Separation Membrane :
A separation membrane shall be used between the concrete slab and the sub-base. Separation membrane shall
be impermeable plastic sheeting 125 microns thick laid flat without creases. Before placing the separation
membrane, the sub-base shall be swept clean of all the extraneous materials using air compressor. Whenever
overlap of plastic sheets is necessary, the same shall be at least 300 mm and nay damaged sheeting shall be
replaced at the contractors’ expense. The separation membrane may be nailed to the lower layer with concrete
nails.
4) Joints :
a. The location and type of joints shall beas shown in the drawing. Joints shall be constructed depending
upon their functionalrequirement as detailed in the following paragraphs. The location of the joints should be
transferred accurately at the site and mechnical saw cutting of joints done as per stipulated dimensions. It
should be ensured that the full required depth of cut is made from edge to edge of the pavement. Transverse
and longitudinal joints in the pavement and sub-base shall be staggered so that they are not coincident vertically
and are at least 1m and 0.3m apart respectively. Sawing of joints shall be carried out with diamond studded
55
blades soon after the concrete has hardened to take the load of the swaing machine and personnel without
damaging the texture of the pavement. Sawing operation could start as ealy as 6-8 hours depending upon the
season.
b. Transverse Joints :
Transverse joints shall becontraction and expansion joints constructed at the spacing described in the
Drawings. Transverse joints shall be straight within the following tolerances along with the intended line of
joints which is the straight line transverse to the longitudinal axis of the carriageway at the position proposed
by the contractor and agreed to by the Engineer-in-charge except at road junctions or roundabouts where the
position shall be as described in the drawings:
i. Deviations of the filler board in the case of expansion joints from the intended line of the joint shall not
be greater than +/- 10mm.
ii. The best fit straightline through the joints grooves as constructed shall be not more than 25mm from the
intended line of the joint.
iii. Deviations of the joint groove from the best fit straightline of the joint shall not be greater than 10 mm.
iv. Transverse joints on each side of the longitudinal joint shall be in line with each other and of the same
type and width. Transverse joints shall have a sealing groove which shall be sealed in compliance with
Clause 602.11.
c. Contraction Joints :
Contraction joints shall consist of a mechanical sawn joint groove, 3 to 5 mm wide and ¼ to 1/3 depth of the
slab +/- 5mm oras stipulated in the drawings and dowel bars complying with clause 602.6.5 and as detailed in
the drawings.
The contraction joints shall be cut as soon as the concrete has undergone initial hardening and is hard enough
to take the load of joint sawing machine without causing damage to the slab.
d. Expansion Joints :
The expansion joints shall consist of a joint filler board complying with clauses 602.2.7 and dowel bars
complying with clause 602.6.5 and as detailed in the drawings. The filler boards shall be positioned vertically
with the prefabricated joint assemblies along the line of the joint within the tolerance given in the Clause
602.6.2 and at such depth below the surface as will not impede the passage of the finishing straight edges or
oscillating beams of the paving machines. The adjacent slabs shall be completely separated from each other by
providing joint filler board. Space around the dowel bars, between the sub-base and the filler board shall be
packed with a suitable compressible material to block the flow of cement slurry.

e. Transverse constructionjoints :
Transverse construction joints shall be placed whenever concreting is completed after a day’s work or is
suspended for more than 30 minutes. These joints shall be provide at the regular location of construction joints
using dowel bars. The joint shall be made butt type. At all construction joints, steel bulk head shall be used to
retain the concrete while the surface is finished. The surface of the concrete laid subsequently shall conform to
the grade and cross sections of the previously laid pavement. When positioning is bulk head / stop-end is not
possible, concreting to an additional 1 or 2 m length may be carried out to enable the movement of joint cutting
machine so that joint grooves may be formed and the extra 1 or 2 m length is cut out and removed subsequently
after concrete has hardened.
f. Longitudinal joint :
The longitudinal joints shall be saw cut as per details of the joints shown in the drawing. The groove may be cut
after the final set of the concrete. Joints should be sawn to at least 1/3 the depth of the slab +/- 5mm as indicated
in the drawing.
Tie bars shall be provided at the longitudinal joints as per dimensions and spacing shown in the drawing and in
56
accordance withClause6.6.
Re-contraction and expansion joints constructed at the spacing described in the Drawings. Transverse joints
shall be straight within the.
g. Dowel bars :
Dowel bars shall bemild steel rounds in accordance withClause 602.2.6 with details / dimensions as indicated
in the drawing and free from oil, dirt, loose rust or scale. They shall be straight, free of irregularities and burring
restricting slippage in the concrete. The sliding ends shall be sawn or cropped cleanly with no protrusions
outside the normal diameter of the bar. The dowel bar shall be supported on cradles / dowel chairs in pre-
fabricated joint assemblies positioned prior to the construction of the slabs or mechanically inserted with
vibration into the plastic concrete by a method which ensures correct placement of the bars besides full re-
compaction of the concrete around the dowel bars.
Unless shown otherwise on the drawings, dowel bars shall be positioned at mid depth of the slab within a
tolerance of +/- 20 mm and centered equally about intended lines of the joint within a tolerance of +/-25mm.
They shall be aligned parallel to the finished surface of the slab and to the centrelineof the carriageway and to
each other within tolerance given hereunder, the compliance of which shall be checked as per Clause 602.10.7.
i. For bars supported on cradles prior to the laying of the slab.
1. All bars in a joint shall be within +/- 3mm per 300mm length of bar,
2. 2/3rd of the bars shall be within +/- 2mm per 300mm length of bar.
3. No bar shall differ in alignment from an adjoining bar by more than 3 mm per 300mm length of bar
in either the horizontal or vertical plans.
4. Cradles supporting dowel bar shall not extend across the line of joint i.e. no steel bar of the cradle
assembly shall be continuous across the joint.
ii. For all bars inserted after laying of the slab.
1. Twice the tolerance foralignmentas indicated in (i) above.
Dowel bars, supported on cradles in assemblies, when subject to a load of 110 N applied at either end and in
either the vertical or horizontal direction (upwards and downwards and both directions horizontally) shall
conform to be within the following limits.
i) Two thirds of the number of bars of any assembly tested shall not deflect more than 2mm per 300 mm
length of bar.
ii) The remainder of the bars in that assembly shall not deflect more than 3mm per 300 mm length of bar.
The assembly of dowel bars and supporting cradles, including the joint filler board in the case of expansion
joints, shall have the following degree of rigidity when fixed in position :-
i) For expansion joints, the deflection of the top edge of the filler board shall not be greater than 13mm when
a load of 1.3 kN is applied perpendicular to the vertical face of the joint filler board and distributed over a
length of 600mm by means of a bar or timber packing, at mid depth and midway between individual
fixings or 300mm from either end of any length of filler board, if a continuous fixing is used. The residual
deflection after removal of the load shall be not more than 3mm.
ii) The joint assembly fixing to sub-base shall not fail under the 1.3 kNload applied for testing the rigidity of
the assembly but shall fail before the load reaches 2.6 kN.
iii) The fixings for contractions joint shall not fail under 1.3 kNload and shall fail before the load reaches 2.6
kN when applied over a length of 600mm by means of a bar or timber packing placed as near to the level
of the line of fixings as practicable.
iv) Fixing shall be deemed to fail when there is displacement of the assemblies by more than 3mm with any
form of fixing, under the test load. The displacement shall be measured at the nearest part of the assembly
to the centre of the bar or timber packing.
Dowel bars shall be covered by a thin plastic sheath for at least two thirds of the length from one end for dowel
bars in contraction joints or half the length plus 50mm for expansion joints. The sheath shall be tough, durable
57
and of an average thickness not greater than 1.25 mm. he sheathed bar shall comply with the following pull –
out tests.
A) Four bars shall be taken at random from stock and without any specialpreparation shall be covered by
sheaths asrequired in this clause. The ends of the dowel bars which have been sheathed shall be cast
centrally into concrete specimens 150 x 150 x 600mm made of the same mix proportions to be used in
the pavement, but with a maximumnominal aggregate size of 20mm and cured in accordance with IS- 516.
At 7 days a tensile load shall be applied to achieve a movement of the bar of at least 0.25mm. The
averagebond stress to achieve this movement shall not be greater than 0.14 MPa.
For expansion joints, a closely fitting cap 100mm long consisting of water proofed cardboard or an approved
synthetic material like PVC or GI pipe shall be placed over the sheathed end of each dowel bar. An expansion
space at least equal in length to the thickness of the joint filler board shall be formed between the end of the cap
and the end of the dowel bar by using compressible sponge. To block the entry of cement slurry between dowels
and cap it may be taped.
h. Tie Bars :
Tie bars in longitudinal joints shall be deformed steel bars of strength 415 MPa complying with IS- 1786 and in
accordance with the requirements given below. The bars shall be free from oil, dirt, loose rust and scale.
Tie bars projecting across the longitudinal joint shall be protected from corrosion for 75mm on each side of the
joint by a protective coating of bituminous paint with the approval of the Engineer-in-charge. The coating shall
be dry when the tie bars are used.
Tie bars in longitudinal joints shall be made up into rigid assemblies with adequate supports and fixings to
remain firmly in position during the construction of the slab. Alternatively, tie bars at longitudinal joints may
be mechanically or manually inserted into the plastic concrete from above by vibration using a method which
ensures correct placement of the bars and re-compaction of the concrete around the tie bars.
Tie bars shall be positioned to remain within the middle third of the slab depth as indicated in the drawings and
approximately parallel to the surface and approximately perpendicular to the line of the joint, with the centre
of each bar on the intended line of the joints within a tolerance of +/- 5mm and with a minimumcover of 30mm
below the joint groove.
i. Weather & seasonal limitations :
Concreting during monsoon months:
When concrete is being placed during monsoon months and when it may be expected to rain, sufficient supply
of tarpaulin or other water proof cloth shall be provided along the line of the work. Any time when it rains, all
freshly laid concrete which had not been covered for curing purposes shall be adequately protected. Any
concrete damaged by rain shall be removed and replaced. If the damage is limited to texture, it shall be
retextured in accordance with the directives of the Engineer-in-charge.
Concreting in hot weather:
No concreting shall be done when the concrete temperature is above 30 degree centigrade. Besides in adverse
conditions like high temperature, low relative humidity, excessive wind velocity, imminence of rains etc. if so
desired by the Engineer-in-charge, tents on mobile trusses may be provided over the freshly laid concrete for a
minimumperiod of 3 hours as directed by the Engineer-in-charge. The temperature of the concrete mix on
reaching the paving site shall not be more than 30 o C. To bring down the temperature, if necessary, chilled
water or ice flakes should be made use of.
No concreting shall be done when the concrete temperature is below 5 degree centigrade and the temperature
is descending.
j. Side Forms, Rails &Guidewires :
Side forms and rails:
All side forms shall be of mild steel of depth equal to the thickness of pavement or slightly less to accommodate
58
the surface regularity of the sub-base. The forms can be placed on series of steel packing plates or shims to take
care of irregularity of sub-base. They shall be sufficiently robust and rigid to support the weight and pressure
caused by a paving equipment. Side forms for use with wheeled paving machines shall incorporatemetal rails
firmly fixed at a constant height below the top of the forms. The forms and rails shall be firmly secured in
position by not less than 3 stakes / pins per each 3 m length so as to prevent movement in any direction. Forms
and rails shall be straight within a tolerance of 3mm in 3 m and when in place shall not settle in excess of 1.5mm
in 3 m while paving is being done. Forms shall be cleaned and oiled immediately before each use. The forms
shall be bedded on a continuous bed of low moisture content lean cement mortar or concrete and set to the line
and levels shown on the drawings within tolerances +/- 10 mm and +/- 3mm respectively. The bedding shall
not extendedunder the slab and there shall be no vertical stop between adjacent forms of more than 3mm. The
forms shall be got inspected from the Engineer-in-charge for his approval before 12 hours on the day before the
construction of the slab and shall not be removed until at least 12 hours afterwards.
At all times sufficient forms shall be used and set to the requiredalignment for at least 200 m length of pavement
immediatelyin advance of the paving operations or the anticipated length of pavement to be laid within the next
24 hrs. Whichever is more.
Use of guide wires:
Where slipform paving is proposed, a guide wire shall be provided along both sides of the slab. Each guide wire
shall be at a constant height above and parallel to the required edges of the slab as described in the contract /
drawing within a vertical tolerance of +/-3mm. Additionally, one of the wires shall be kept at a constant
horizontal distance from the required edge of the pavement as indicated in the contract / drawing within a
lateral tolerance of +/- 10 mm.
The guide wires shall be supported on stakes not more than 8 m apart by connectors capable of fine horizontal
and vertical adjustment. The guide wire shall be tensioned on the stakes so that a 500 gram weight shall produce
a deflection of not more than 20mm when suspended at the midpoint between any pair or stakes. The ends of
the guide wires shall be anchored to fixing point or winch or not on the stakes.
The stakes shall be positioned and the connectors maintained at their correct height and alignment from 12
hours on the day before concreting takes place until 12 hours after finishing of the concrete. The guide wire
shall be erected and tensioned on the connectors at any section for at least 2 hours before concreting that
section.
The contractor shall submit to the Engineer-in-charge for his approved of line and level, the stakes and
connectors which are ready for use in the length of road to be constructed by 12 hours on the working day
before the day of construction of slab. Any deficiencies noted by the Engineer-in-charge shall be rectified by the
contractor who shall then re-apply for approval of the affected stakes. Work shall not proceed until the
Engineer-in-charge has given his approval. It shall be ensured that the stakes and guide wires are not affected
by the construction equipment when concreting is in progress.
k. Construction :
General :
A systems approach may beadopted forconstruction of the pavement, and the Method Statement for carrying
out the work, detailing all the activities including indication fo time – cycle equipment, personnel etc. shall be
got approved from the Engineer-in-charge before the commencement of the work. The above shall include the
type, capacity and make fo the batching and mixing plant besides the hauling arrangement and paving
equipment. The capacity of paving equipment, batching plant as well as all the ancillary equipment shall be
adequate for a paving rate of at least 300 m in one day.
Batching and Mixing :
Batching and mixing of the concrete shall be done at a central batching and mixing plant with automatic controls,
located at a suitable place which takes into account sufficient space forstock piling of cement, aggregates and
stationary water tanks,. This shall be, however, situated at an approved distance, duly considering the
properties of the mix and the transporting arrangements available with the contractor.
59
Equipment for proportioning of materials and paving:
Proportioning of materials shall be done in the batching plantby weight, each type of material being weighted
separately. The cement from the bulk stock may be weighted separately from the aggregates and water shall be
measured by volume. Whenever properly graded aggregate of uniform quality cannot be maintained as
envisaged in the mix design, the grading of aggregates shall be controlled by appropriate blending techniques.
The capacity of batching and mixing plant shall be at least 25 percent higher than the proposed capacity of the
laying / paving equipment.
Batching plant and equipment:
1. General:
The batching plant shall includeminimum four bins, weighing hoppers, and scales for the fine aggregate and for
each size of course aggregate. If cement is used in bulk, a separate scale for cement shall be included. The
weighing hoppers shall be properly scaled and vented to preclude, dust during operation. Approved safety
device shall be provided and maintained for the protection of all personnel engaged in plant operation,
inspection and testing. The batch plant shall be equipped with a suitable non-re-settable batch counter which
will correctly indicate the number of batches proportioned.
2. Bins and hoppers:
Bins with minimum number of four adequate separate compartments shall be provided in the batching plant.
3. Automatic Weighing devices:
Batching plant shall be equipped to proportion aggregates and bulk cement by means of automatic weighing
device using load cells.
4. Mixers :
Mixers shall bepantype, reversible type or any other mixer capable of combining the aggregates, cement and
water into a thoroughly mixed and uniform mass within the specific mixing period, and of discharging the
mixture, without segregation. Each stationary mixer shall be equipped with an approved timing device which
willautomatically lock the discharge lever when the drum has been charged and releaseit at the end of the
mixing period. The device shall be equipped with a bell or other suitable warning device adjusted to give a
clearly audible signal each time the lock is released. In case of failure of the timing device, the mixer may be
used for the balance of the day while it is being repaired, provided that each batch is mixed 90 seconds or as per
the manufacturer’s recommendation. The mixer shall be equipped with a suitable non-resettable batch counter
which shall correctly indicate the number of batches mixed.
The mixers shall be cleaned at suitable intervals. The pickup and throw – over blades in the drum or drums shall
be repaired or replaced when they are worn down 20mm or more. The contractor shall (1) have available at the
job site a copy of the manufacturer’s design, showing dimensions and arrangements of blades in reference to
original height and depth or (2) provide permanent marks on blade to show points of 20mm wear from new
conditions. Drilled holes of 5mm diameter near each end and at midpoint of each blade are recommended.
Batching plant shall be calibrated in the beginning and thereafter at suitable interval not exceeding 1 month.
5. Control Cabin :
An air-conditioned centralized control cabin shall be provided forautomaticoperation of the equipment.
Paving equipment:
The concrete shall be placed with an approved fixed form or slip from paver with independent units designed
to (i) spread (ii) consolidate, screed and float finish, (iii) texture and cure the freshly placed concrete in one
complete pass of the machine in such a manner that a minimum of hand finishing will be necessary and so as to
provide a dense and homogeneous pavement in conformity with the plans and specifications. The paver shall
be equipped with electronic controls to control / sensor line and grade from either or both sides of the machine.
Vibrators shall operate at a frequency of 8300 to 9600 impulses per minute underload at a maximum spacing
of 60 cm. The variable vibration setting shall be provided in the machine.
60
Concrete Saw:
The contractor shall provide adequate number of concrete saw with sufficient number of diamond edge saw
blades. The saw machine shall be either electric or petrol / diesel driven type. A water tank with flexible hoses
and pump shall be made available in this activity on priority basis. The contractor shall have at least one standby
saw in good working condition. The concreting work shall not commence if the saws are not in working
condition.
Hauling and placing of concrete:
Freshly mixed concrete from the central batching and mixing plant shall be transported to the paver site by
means of trucks/ tippers of sufficient capacity and approved design in sufficient numbers to ensure a constant
supply of concrete. Covers shall be used for protection of concrete against the weather. The trucks / tippers
shall be capable of maintaining the mixed concrete in a homogeneous state and discharging the same without
segregation and loss of cement slurry. The feeding to the paver is to be regulated in such a way that the paving
is done in an uninterrupted manner with a uniformspeed throughout the day’s work.
Placing of concrete:
Concrete mixed in central mixing plant shall be transported to the site without delay and the concrete which in
the opinion of the Engineer –in- charge has been mixed too long before laying will be rejected and shall be
removed from the site. the total time taken from the addition of the water to the mix, until the completion of the
surface finishing and texturing shall not be exceed 120 minutes when concrete temperature is less than 25o C
and 90 minutes when the concrete temperature is between 25o to 30o . Trucks / tippers delivering concrete shall
not run on plastic sheeting nor shall they run on completed slabs until after 28 days of placing the concrete. The
paver shall be capable of paving the carriage way as shown in the drawings in a single pass and lift.
Where fixed form pavers are to be used, forms shall be fixed in advanceas per Clause 602.8 of the specifications.
Before any paving is done, the site shall be shown to the Engineer-in-charge in order to verify the arrangement
for paving besides placing of dowels, tie-bars etc. as per the relevant clauses of this specification. The mixing
and placing of concrete shall progress only at such a rate as to permit proper finishing, protecting and curing of
the pavement.
In all cases, the temperature of the concrete shall be measured at the point of discharge from the delivery
vehicle.
The addition of water to the surface of the concrete to facilitate the finishing operations will not be permitted
except with the approval of Engineer-in-charge when it shall be applied as a mist by means of approved
equipment.
If considered necessary by the Engineer-in-charge, the paving machines shall be provided with approved covers
to protect the surface of the slab underconstruction from direct sunlight and rain or hot wind.
While the concrete is still plastic, its surface shall be brush textured in compliance with clause 602.9.9 after the
surface texturing, but before the curing compound is applied, the concrete slab shall be marked with the chain
age of every 100 minterval.
As soon as the side forms are removed, edges of the slabs shall be corrected wherever irregularities have
occurred by using fine concrete composed of one part of cement to 3 parts of fine chips and fine aggregate under
the supervision of the Engineer-in-charge.
If the requirement of clause 902.4 for surface regularity fails to be achieved on two consecutive working days,
then normal working shall cease until the cause of the excessive irregularity has been identified and remedied.
l. Construction by fixed formpaver :
The fixed form paving train shall consist of separate powered machines which spread, compact and finish the
concrete in a continuous operation.
The concrete shall be discharged without segregation into a hopper spreader which is equipped with means for
controlling its rate of deposition on to the sub base. The spreader shall be operated to strike off concrete upto a
61
level requiring a small amount of cutting down by the distributor of the spreader. The distributor of spreader
shall strike off the concrete to the surcharge adequate to ensure that vibratory compactor thoroughly compacts
the layer. If necessary, poker vibrators shall be used adjacent to the side forms and edges of the previously
constructed slab. The vibratory compactor shall be set to strike off the surface slightly high so that it is cut down
to the required level by the oscillating beam. The machine shall be capable of being rapidly adjusted for changes
in average and differential surcharge necessitated by changes in slab thickness or cross fall. The final finisher
shall be able to finish the surface to the required level and smoothness as specified, care being taken to avoid
bringing up of excessive mortar to the surface by over working.
m. Construction by slipformpaver :
The slipform paving train shall consist of power machine with spreads, compacts and finishes the concrete in a
continuous operation. The slip form paving machine shall compact the concrete by internal vibration and shape
it between the sides forms with either a conforming plate or by vibrating and oscillating finishing beams. The
concrete shall be deposited without segregation in front of slip form paver across the whole width and to a
height which at all times is in excess of the requiredsurcharge. The deposited concrete shall be struck off to the
necessary average and differential surcharge by means of the strike off plate or a screw auger device extending
across the whole width of the slab. The equipment for striking off the concrete shall be capable of being rapidly
adjusted for changes of the average and differential surcharge necessitated by change in slab thickness or cross
fall.
The level of the conforming plate and finishing beams shall be controlled automatically form the guide wires
installed as per clause 602.8 by sensor attached at the four corners of the slip from paving machine. The
alignment of the paver shall be controlled automatically from the guide wire by at least one set of sensors
attached to the paver. The alignment and level of ancillary machines for finishing, texturing and curing of the
concrete shall be automatically controlled relative to the guide wire or to the surface and edge of the slab.
Slip form paving machines shall have vibrators of variable output with a maximum energy output of not less
than 2.5 KW per meter width of slab per 300mm depth of slab for a laying speed up to 1.5m per minute or pro-
rata for higher speeds. The machines shall be of sufficient mass to provide adequate reaction during spreading
and paving operations on the traction units to maintainforward movements during the placing of concrete in
all situations.
If the edges of the slip formed slab slump to the extent that the surface of the top edge of the slab does not
comply with the requirements of clause 602.14 then special measures approved by the Engineer-in-charge shall
be taken to support the edges to the required levels and work shall be stopped until such time as the contractor
can demonstrate his ability to slip from the edges to the required levels.
n. Construction by hand guided method :
Areas in which hand guided methods of constructionbecome indispensable shall be got approved by the
Engineer-in-charge in writing in advance. Such work may be permitted only in restricted areas in small lengths.
Work shall be carried out by skilled personnel as per methods approved by the Engineer-in-charge. The
acceptance criteria regarding level, thickness, surface, regularity, texture, finish, strength of concrete and all
other qualitycontrol measures shall be the same as in the case of machine laid work.
o. Trial length :
The trial length shall be constructed at least one month in advance of the proposed startr of concrete paving
work. At least one month prior to the construction of the trial length, the contractor shall submitfor the
Engineer’s approval a detailed method statement giving description of the proposed materials, plant, equipment
and construction method. All the major equipment’s like paving train, batching plant, tippers etc. proposed in
the construction are to be approved by the Engineer before their procurement. No trials of new materials, plant,
equipment or construction methods, nor any development of them shall be permitted either during the
construction of trial length or in any subsequent paving work, unless they formpart of further, approved trials.
These trial lengths shall be constructed away from the carriageway but with at least a sub base layer below it.
The contractor shall demonstrate the materials, plant, equipment and methods of construction that are

62
proposed for concrete paving, by first constructing a trial length of slab, at least 60 m but not more than 300m
long for mechanized construction and at least 30m long for hand guided methods. If the first trial is
unsatisfactory, the contractor shall have to demonstrate his capability to satisfactory construct the pavement
in subsequent trials.
The trial length shall be constructed in two parts over a period comprising at least part of two separate working
days with a minimum30 m constructed each day for mechanized construction and a minimum of 15m on each
day for hand guided construction. The trial length shall be constructed at a similar rate (speed, around 1m/hr)
to that which is proposed for the main work.
Transverse joints and longitudinal joints of each type that are proposed for dowel jointed unreinforced concrete
slabs in the main work shall be constructed and assessed in the trial length. If in the trial length the construction
of expansion joint and longitudinal joint is not demonstrated, the first 2 expansion joints and at least the first
150m of longitudinal construction joint for mechanized paving in the main work, shall be considered as the trial
length of these joints.
The trial length shall comply with the specification in all respects, with the following additions and exceptions:
Surface levels and regularity:
In checking forcompliance with clause 903.5 the levels shall be taken at intervals at the locations specified in
this clause along any line or lines parallel to the longitudinal center line of the trial length.
i. The maximum number of permitted irregularities of pavement surface shall comply with the
requirement of clause 902.4. Shorter trial length shall be assessed pro-rata based on values for a 300m
length.

Joints:
ii. Alignment of dowel bars shall be inspected as described in clause 602.10.7 in any two consecutive
transfer joints. If the positionor alignment of the dowel bars at one of these joints does not comply with
clause 602.6.5 if that joint remains the only one that does not comply after the next 3 consecutive joints
of the same type have been inspected, then the method of placing dowels shall be deemed to be
satisfactory. In order to check sufficient joints for dowel bar alignment without extending the trial length
unduly, the contractor may by agreement with the Engineer, construct joints at more frequent joints
intervals than the nominal spacing required in the contract.
iii. If there are deficiencies in the first expansion joint that is constructed as a trial, the next expansion joint
shall be a trial joint. Should this also be deficient, further trial expansion joints shall be made as part of
the trial length which shall not form part of the permanent works, unless agreed by the Engineer.
Density:
iv. Density shall beassessed a described in clause 602.3.3 from at least 3 cores drilled form each part of the
trial length.
Position of tie bars:
v. Compliance with clause 602.6.6 for the position and alignment of tie bars shall be checked by drilling
additional cores from the slab unless they can be determined from cores taken for density.
Approval and acceptance:
Approval of the materials, plant, equipment and construction methods shall be given when a trial length
complies with the specification. The contractor shall not proceed with normal working until the trial length has
been approved and any earlier defective trial lengths have been removed, unless that can be remedied to the
satisfaction of the Engineer. If the Engineer does not notify the contractor of any deficiencies in any trial length
within 10 days after the completion of that trial length, the contractor may assume that the trial length, and the
materials, plant, equipment and construction methods adopted are acceptable.

63
When approval hasbeen given, the materials, plantequipment and construction methods shall not thereafter be
changed, except for normal adjustments and maintenance of plant, without the approval of the Engineer. Any
changes in materials, plant, equipment, and construction methods shall entitle the Engineer to require the
contractor to lay a further trial length as described in this clause to demonstrate that the changes will not
adversely affect the permanent works.
Trial lengths which do not comply with the specification, with the exception of areas which are deficient only in
surface texture and which can be remedied in accordance withclause 602.9.8.6 shall be removed immediately
upon notification of deficiencies by the Engineer and the contractor shall construct a further trial length.
Inspection of dowel bars:
Compliance with clause 602.6.5 for the position and alignment of dowel bars at construction and expansion
joints shall be checked by measurements relative to the side forms or guide wires.
When the slab has been constructed, the position and alignment of dowel bars and any filler board shall be
measured after carefully exposing them in the plastic concrete across the whole width of the slab. When the
joint is an expansion joint, the top of the filler board shall first be exposed sufficiently in the plastic concrete to
permitmeasurement of any lateral or vertical displacement of the board. During the course of normal working,
these measurements shall be carried out in the pavement section at the end of day’s work by extending slab
length by 2m. After sawing the transverse joint groove, the extended 2m slab shall be removed carefully soon
after concrete has set to expose dowels over half the length. These dowels can be tested for tolerances.
If the position and alignment of the bars in a single joint in the slab is unsatisfactory then the next two joints
shall be inspected. If only one joint of the three is defective, the rate of checking shall be increased to one joint
per day until the Engineer is satisfied that compliance is being achieved. In the event of non-compliance in two
or more successive joints, the contractor shall revert to the construction of fresh trial lengths and make any
necessary alteration to concrete mix, paving plant or methods until the dowel bar position and alignment are
satisfactory.
After the dowel bars have been examined, the remainder of the concrete shall be removed over a width of
500mm on each side of the line of the joint and reinstated to the satisfaction of the Engineer. The dowel shall be
inserted on both sides of the 1m wide slab by drilling holes and grouting with epoxy mortar. Plastic sheath as
per clause 602.6.5.5 shall be provided on dowels on one of the joints. The joint groove shall be widened and
sealed as per clause 602.11.
Preparation and sealing of joint grooves:
General:
All transverse joints in surface slabs shall be sealed using sealants described in clause 602.2.8. Joints shall not
be sealed before 14 days after construction.
Preparation of joint grooves for sealing:
Joints grooves usually are not constructed to provide the minimum width specified in the drawings when saw
cut joints are adopted. They shall be widened subsequently by sawing before sealing. Depth / width gauges shall
be used to control the dimension of the groove.
If rough arises develop when grooves are made, they shall be ground to provide a chamfer approximately 5 mm
wide. If the groove is at an angle up to 10 degree from the perpendicular to the surface, the overhanging edge
of the sealing groove shall be sawn or ground perpendicular. If sapling occurs or the angle of the former is
greater than 10 degrees, the joint sealing groove shall be sawn wider and perpendicular to the surface to
encompass the defects up to a maximum width, including any chamfer of 35mm for transverse joints and 20mm
for longitudinal joints. If the sapling cannot be so eliminated then the arises shall be repaired by an approved
thin bonded arris repair using cementations materials.
All grooves shall be cleaned of any dirt or loose material by air blasting with filtered, oil free compressed air. If
need arises the Engineer may instruct cleaning by pressurized water jets. Depending upon the requirement of
the sealant manufacturer, the sides of the grooves may have to be sand blasted to increase the bondage between
64
sealant and concrete.
The groove shall be cleaned and dried at the time of priming and sealing.
Before sealing the temporary seal provided for blocking the ingress of dirt, soil, etc. shall be removed. A highly
compressible heat resistant paper backed deboning strip as per drawing shall be inserted in the groove to serve
the purpose of breaking the bondbetween sealant and the bottom of the groove and to plug the joint groove so
that the sealant may not leak through the cracks. The width of deboning strip shall be more than the joint groove
width so that it is held tightly in the groove. In the case of longitudinal joints, heat resistant tapes may be inserted
to block the leakage through bottom of the joint.
Sealing with sealants:
When sealants are applied, an appropriate primer shall also be used if recommended by the manufacturer and
it shall be applied in accordance with their recommendation. The sealant shall be applied within the minimum
and maximum drying times of the primer recommended by the manufacturer. Priming and sealing with applied
sealants shall not be carried out when the naturally occurring temperature in the joint groove to be sealed is
below 7 o C.
If hot applied sealant is used it shall be heated and applied from a thermostatically controlled, indirectly heated
preferably with oil jacketed melted and pourer having recirculating pump and extruder. For large road projects,
sealant shall be applied with extruder having flexible hose and nozzle. The sealant shall not be heated to a
temperature higher than the safe heating temperature and not for a period longer than the safe heating period,
as specified by the manufacturer. The dispenser shlalbe cleaned out at the end of each day in accordance with
the manufacturer’s recommendations and reheated material shall not be used.
Cold applied sealants with chemical formulation like polysulphide may be used. These shall be mixed and
applied within the time limit specified by the manufacturer. If primers are recommended they shall be applied
neatly with an appropriate brush. The movement accommodationfactor (MAF) shall be more than 10 percent.
The sealants applied at contraction phase of the slabs would result in bulging of the sealant over and above the
slab. Therefore, the contractor in consultation with the Engineer, shall establish the right temperature and time
for applying the sealant. Thermometer shall be hung on a pole in the site for facilitating control during the
sealing operation.
Sealant shall be applied, slightly to a lower level than the slab with a tolerance of 5 +/- 2mm.
During sealing operation, it shall be seen that no air bubbles are introduced in the sealant either by vapors or
by the sealing process.
Testing of applied sealants:
Manufacturer’s certificate shall be produced by the contractorfor establishing that the sealant is not more than
six months old and stating that the sealant complies with the relevant standardas in Clause 602.2.8. The samples
shall meet the requirement of AASHTO M 282 for hot applied sealant or BS 5212 (Part-2) for cold applied
sealant.
Measurement of Texture Depth – Sand Patch Method:
The following apparatus shall be used.
i) A cylindrical container of 25 ml. internal capacity.
ii) A flat wooden disc 64mm diameter with a hard rubber disc, 1.5mm thick, stuck to one face, the reverse
face being provided with a handle.
iii) Dry natural sand with a rounded particle shape passing a 300 micron IS sieve and retained on a 150
micron IS sieve.
Method :
The surface to be measured shall be dried, any extraneous mortar and loose material removed and the surface
swept clean using a wire brush both at right angles and parallel to the carriage way. The cylindrical container

65
shall be filled with the sand tapping the base 3 times on the surface to ensure compaction, and striking off the
sand level with the top of the cylinder. The sand shall be poured into a heap on the surface to be treated. The
sand shall be spread over the surface, working the disc with its face kept flat in a circular motion so that the
sand is spread into a circular patch with the surface depression filled with sand to the level of peaks.
The diameter of the patch shall be measured to the nearest 5mm. The texture depth of concrete surface shall be
calculated from 31000/(DxD) mm where D is the diameter of the patch in mm.
Opening to Traffic:
Tolerances for surface regularity, level, thickness and strength:
Measurement for payment:
Cement concrete pavement shall be measured as a finished work in cubic meters with specified thickness. The
volume to be paidforwill be calculated on the basis of thickness and plans shown on the project drawings and
adjusted for the deficiency in thickness. No additionalpayment shall be made for extra thickness of the slab. The
full payment will be made to this itemafter 28 days strength of the concrete is found to be satisfactory.

The unitformeasurement for concrete pavement shall be the cubic meter of concrete placed, based on
the netplan areas for the specified thickness shown on the drawings or directed by the Engineer. The rate shall
include all provisions of this specification and shall include the provision of all provisions of this specification
and shall include the provision of all materials including polythene film, concrete, stock piling, mixing, transport,
placing, compacting, finishing, curing together with all form work, and including testing and submission of test
certificates and records. No deduction shall be made in measurement for openings provided that the area of
each is less than 0.5 sq.m. New Ply 1st Class should be used for formwork
The unit rate as entered in the bill of quantities shall also include the full costs of contraction, expansions,
construction, and longitudinal joints. It shall also include joint filler, keys, caulking rod, debonding strip, sealant
primer, joint sealant, dowel bar and the tie rod.
Pavement thickness:
All precautions and care shall be taken to construct pavement having uniform thickness as called for on the
plans.
Thickness of the cement concrete pavement shall be calculated on the basis of level data of the cement concrete
pavement and the underlying sub-base taken on a grid of 5m x 3.5m or 6.25m x 3.5m, the former measurement
being in longitudinal direction.
A day’s work is considered as a “lot” for calculating the average thickness of the slab. IN calculating the average
thickness, individual measurements which are in excess of the specified thickness by more than 10mm shall be
considered as the specified thickness plus 10mm.
Individual areas deficient by more than 25mm shall be verified by the Engineer by ordering core cutting and if
in his opinion the deficient areas warrant removal, they shall be removed and replaced with concrete of the
thickness shown on the plans.
When the average thickness for the lot is deficient by the extent shown in Table, the contractunitpricewillbe
adjusted as per this table.
TABLE – PAYMENT ADJUSTMENT FORDEFICIENCY IN THICKNESS:
Deficiency in average thickness of day’s work. Percent of contractunitprice payable.
Up to 5mm 100
6-10mm 87
11-15mm 81
16-20mm 75
66
21-25mm 70
In the stretch where deficiency of average thickness is more than 25mm, the section whose thickness is deficient
by 26mm or more is identified with the help of cores. Such slabs shall be removed and reconstructed at the cost
of the contractor. During such rectification work, care shall be taken to replace full slab and to the full depth.
Rate:
The contractunitrate for the construction of the cement concrete shall bepayment in full for carrying out the
operations required for the different items of the work as per these specifications including full compensation
for all labor, tools, plant, equipment’s, testing and incidentals to complete the work as per specifications,
providing all materials to be incorporated in the work including all royalties, fees, storage, rents where
necessary and all leads and lifts.
The contract unit rate shall be for a unit of one cubic meter of finished compacted work in position at
site of work.

Item No: Road Marking with Hot Applied Thermoplastic paint with refltorising glass beads on
bitumin surface providing and laying a hot applied thermoplastic compound 2.5 mm thick
including refltorising glass beads @250 gms per Sqm area thickness of 2.5mm exclusive of
surface applied glass beads as per IRC 35-2015. The finish surface to be level uniform and free
from streaks and holes. Zebra patta/ bump patta lane/ center line/ edge line/ cut patta. the
white colour mrking should provide luminance cofficient on cemend road shall be min 130
mcd/m2/lux and Asphalt road shall be min 100 mcd/m2/lux during the service life during the
day time. The marking should meet the perfomance criteria for night time reflectivity in the
section-15 of IRC 35-2015. Warranty for the retro reflectivity should be two year.
Scope :Road Marking with Hot Applied Thermoplastic paint with refltorising glass beads on bitumin
surface providing and laying a hot applied thermoplastic compound 2.5 mm thick including
refltorising glass beads @250 gms per Sqm area thickness of 2.5mm exclusive of surface applied glass
beads as per IRC 35-2015. The finish surface to be level uniform and free from streaks and holes. Zebra
patta/ bump patta lane/ center line/ edge line/ cut patta. the white colour mrking should provide
luminance cofficient on cement road shall be min 130 mcd/m2/lux and Asphalt road shall be min 100
mcd/m2/lux during the service life during the day time. The marking should meet the perfomance
criteria for night time reflectivity in the section-15 of IRC 35-2015. Warranty for the retro reflectivity
should be two year.
ROAD MARKINGS
1. General The colour, width and layout of road markings shall be in accordance with the Code of Practice
for Road Markings with paints, IRC : 35, and as specified in the drawings or as directed by the Engineer.
2. Materials Road markings shall be of ordinary road marking paint, hot applied thermoplastic compound,
or reflectorised paint as specified in the item and the material shall meet the requirements as specified below.
3. Ordinary Road Marking Paint
3.1. Ordinary paint used for road marking shall conform to. Grade I as per IS: 164.
3.2. The road marking shall preferably be laid with appropriate road marking machinery.
3.3. Laying thickness of road marking paint shall be as specified by the Engineer.
4. Hot Applied Thermoplastic Road Marking
4.1. General:
(i) The work under this section consists of marking traffic stripes using a thermoplastic compound
meeting the requirements specified herein.
(ii) The thermoplastic compound shall be screened /extruded on to the pavement surface in a
molten state by suitable machine capable of controlled preparation and laying with surface application of glass
beads at a specific rate. Upon cooling to ambient pavement temperature, it shall produce an adherent pavement
67
marking of specified thickness and width and capable of resisting deformation by traffic.
(iii) The colour of the compound shall be white or yellow (IS colour No. 356) as specified in the
drawings or as directed by the Engineer.
(iv) Where the compound is to be applied to cement concrete pavement, a scaling primer is
recommended by the manufacturer, shall be applied to the pavement in advance of placing of the stripes to
ensure proper bonding of the compound. On new concrete surface any laitance and/or curing compound shall
be removed before the markings are applied.
4.2. Thermoplastic Material
4.2.1. General: The thermoplastic material shall be homogeneously composed of aggregate, pigment, resins and
glass reflectorising beads.
4.2.2. Requirements
(1) Composition: The pigment, beads, and aggregate shall be uniformly dispersed in the resin. The material
shall be free from all skins, dirt and foreign objects and shall comply with requirements indicated in Table 800-3.
TABLE 900-3 PROPORTIONS OF CONSTITUENTS OF MARKING MATERIAL
(Percentage by weight)
Component White Yellow
Binder 18.0 min. 18.0 min.
Glass Beads 30-40 30-40
Titanium Dioxide 10.0 Min. -----
Calcium Carbonate and
Inert Fillers 42.0 Max. See
Yellow Pigments ----- Note
Note: Amount of yellow pigment calcium carbonate and inert fillers shall be at the option of the manufacturer,
provided all other requirements of this Specification are met.
(II) Properties: The properties of thermoplastic material, when tested in accordance with ASTM
D36/BS-3262- (Paint 1), shall be as below:
(a) Luminance:
White: Daylight luminance at 45 degries-65 per cent min. as per AASHTO M 249
Yellow: Daylight luminance it 45 degien-45 per cent min. as per AASHTO M 249
(b) Drying time: When applied at a temperature specified by the manufacturer and to the required
thickness, the material shall set to been traffic in not mom than 15 minutes.
(c) Skid resistance: not less than 45 as per BS 6044.
(d) Cracking resistance at low temperature: The material shall show no cracks on application to
concrete blocks.
(e) Softening point: 102.5 + 9.50 C as per AASTM D 36.
(f) Flow resistance: Not more than 25 per cent as per AASHTO M 249.
(g) Yellowness Index (for white thermoplastic paint): not more than 0.12 as per AASHTO M 249
(III) Storage life: The material shall meet the requirements of these Specifications for a period of one
year. The thermoplastic material must also melt uniformly with no evidence of skins or un melted particles for
the one year storage period. Any material not meeting the above requirements "I am replaced by the manufac-
turer/ supplier/Contractor.
(iv) Reflectorisation: Shall be achieved by incorporation of beads. the grading and other properties
of the bonds shall be as specified in Clause 4.3.
(v) Marking: Each container of the thermoplastic material shall be clearly and indelibly marked with
the following information:
1. The name, trade mark or other means of identification of manufacturer, 2. Batch number, 3. Date of
manufacture, 4. Color (white or yellow) & 5. Maximum application temperature and maximum safe beating
temperature.
(vi) Sampling and testing: The thermoplastic material shall be sampled and tested in accordance
with the appropriate ASTM/BS method. The Contractor shall furnish to the Employer a copy of certified test
reports from the manufacturers of the thermoplastic material showing results of all tests specified herein and
shall certify that the material meets all requirements of this Specification.
4.3. Reflectorising glass beads
68
4.3.1. General: This Specification covers two types of glass beads to be used for the production of reflectorised
pavement markings.
Type I beads -are those which are a constituent of the basic thermoplastic compound vide Table 800-3 and Type
2 beads are those which are to be sprayed on the surface vide Clause 6.3.
4.3.2. The glass beads shall be transparent, colour less and free from milkiness, dark particles and excessive air
inclusions.
These shall conform to the requirements spelt out in Clause 4.3.3.
4.3.3. Specific requirements
A. Gradation: The glass beads shall meet the gradation requirements for the two types as given in
Table 800-4.

TABLE 800-4 GRADATION REQUIREMENTS FOR GLASS BEAD


Per cent retained
Sieve size --------- -------------------------------
Type I Type 2
-----------------------------------------------------------------------------------------------------
1.18 mm 0 to 3 -----
850 micron 5 to 20 0 to 5
600 -do- ---- 5 to 20
425 -do- 65 to 95 ------
300 -do- ----- 30 to 75
180 -do- 0 to 10 10 to 30
below 180 micron ----- 0 to 15
-----------------------------------------------------------------------------------------------------
B. Roundness: The glass beads shall have a minimum of 70 per cent true spheres.
C. Reflective index: The glass beads shall have a minimum reflective index of 1.50.
D. Free flowing properties: The glass beads shall be free of hard lumps and clusters and shall
dispense readily under any conditions suitable for paint striping. They shall pass the free flow-test.
4.3.4. Test methods: The specific requirements shall be tested with the following methods:
(i) Free-flow test: Spread 100 grams of beads evenly in a 100 mm diameter glass dish. Place the (fish in a
250 nun inside diametre desiccators which is filled within 25 mm of the top of a desiccator’s plate with sulphuric
acid water solution (specific gravity 1. 10). Cover the desiccators and lot it stud for 4 hours at 20 to 29 degree
C. Remove sample from desiccators, transfer beads to a pan and inspect for lumps or clusters. Then pour beads
into a clean, dry glass funnel having a 100 nun stem and 6 nun orifices, if necessary initiate flow by lightly
tapping the funnel. The glass spheres shall be essentially free of lumps and clusters and shall flow freely through
the funnel.
(ii) The requirements of gradation, roundness and refractive index of glass beads and the amount
of glass beads in the compound shall be tested as per BS 6088 and BS 3262 (Part 1).
(iii) The Contractor shall furnish to the Employer a copy of certified test reports from the manufacturer of
glass beads obtained from a reputed laboratory showing results of all tests specified herein and shall certify
that the material meets all requirements of this Specification. However if so required these tests may be carried
out as directed by the Engineer.
4.4. Application properties of thermoplastic material
4.4.1. The thermoplastic material shall readily get screened / extruded at temperatures specified by the
manufacturers for respective method of application to produce a line of specified thickness which shall be
continuous and uniform in shape having clear and sharp edges.
4.4.2. The material upon heating to application temperatures shall not exude fumes, which are toxic, obnoxious
or injurious to persons or property.
4.5. Preparation:
(i) The material shall be melted in accordance with the manufacturer's instructions in a heater
fitted with a mechanical stirrer to give a smooth consistency to the thermoplastic material to avoid local
overheating. The temperature of the mass shall be within the range specified by the manufacturer, and shall on
69
no account be allowed to exceed the maximum temperature stated by the manufacturer. 7be molten material
should be used as expeditiously as possible and for thermoplastic material which has natural binders or is
otherwise sensitive to prolonged heating, the material shall not be maintained in a molten condition for more
than 4 hours.
(ii) After transfer to the laying equipment, the material shall be maintained within the temperature
range specified by the manufacturer for achieving the desired consistency for laying.
4.6. Properties of finished road marking
(a) The stripe shall not be slippery when wet.
(b) The marking shall not lift from the pavement in freezing weather.
(c) After application and proper drying, the stripe shall show no appreciable deformation or
discoloration under traffic and under road temperatures up to 60 degree centigrade.
(d) The marking shall not deteriorate by contact with sodium chloride, calcium chloride or oil
drippings from traffic.
(e) The stripe or marking shall maintain its original dimensions and position. Cold ductility of the
material shall be such as to permit normal movement with the road surface without chopping or cracking.
(f) The color of yellow marking shall conform to IS Color No. 356 as given in IS: 164.
5. Reflectorised Paint
Reflectorised paint, if used, shall conform to the Specification by the manufacturers and approved by the
Engineer. Reflectorising glass beads for reflectorising paints where used shall conform to the requirement of
Clause 4.3.
6. Application
6.1. Marking shall be done by machine. For locations where painting cannot be done by machine, approved
manual methods shall be used with prior approval of the Engineer. The Contractor shall maintain control over
traffic while painting operations are in progress so as to cause minimum inconvenience to traffic compatible
with protecting the workmen.
6.2. The thermoplastic material shall be applied hot either by screening or extrusion process. After transfer to
the laying apparatus, the material shall be laid at a temperature within the range specified by the manufacturer
for the particular method of laying being used. The paint shall be applied using a screed or extrusion machine.
6.3. The pavement temperature shall not be less than 10'C during application. All surfaces to be marked shall
be thoroughly cleaned of all dust, dirt grease, oil and all other foreign matter before application of the paint.
The material, when formed into traffic stripes, must be readily renewable by placing an overlay of new material
directly over an old line of compatible material. Such new material shall so bond itself to the old line that no
splitting or separation takes place.
Thermoplastic paint shall be applied in intermittent or continuous lines of uniform thickness of at least 2.5 mm
unless specified otherwise. 'Where arrows or letters are to be provided, thermoplastic compound may be
hand-sprayed. In addition to the beads included in the material, a further quantity of glass beads of Type 2,
conforming to the above noted Specification shall be sprayed uniformly into a mono-layer on to the hot paint
line in quick succession of the paint spraying operation. The glass beads shall be applied at the rate of 250 grams
per square metre area.
6.4. The minimum thickness specified is exclusive of surface applied glass beads. The method of thickness
measurement shall be in accordance with Appendices B and C of BS - 3262 (Part 3).
6.5. The finished lines shall be free from ruggedness on sides and ends and be parallel to the general alignment
of the carriageway. The upper surface of the lines shall be level, uniform and free from streaks.
7. Measurements for Payment
7.1. The painted markings shall be measured in sq. metre of actual area marked (excluding the gaps, if any).
7.2. In respect of markings like directional arrows and lettering, etc., the measurement shall be by numbers.
8. Rate
The Contract unit rate for road markings shall be payment in full compensation for furnishing a labour,
materials, tools, equipment, including all incidental costs necessary for carrying out the work at the site
conforming to these Specifications complete as per the approved drawing(s) or as directed by the Engineer and
all other incidental costs necessary to complete the work to these Specification

70
71

You might also like