BID DOCUMENT FOR N.C.B - apwsipnsp.gov.in Docs/Works/Main/NSLBC/6… · BID DOCUMENT FOR N.C.B ......

186
1 GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD (PW) DEPARTMENT ANDHRA PRADESH WATER SECTOR IMPROVEMENT PROJECT MODERNISATION OF NAGARJUNA SAGAR PROJECT BID DOCUMENT FOR N.C.B.WORKS NAME OF WORK : NSP - APWSIP – Rehabilitation and modernization of 21 st Main Branch Canal from KM. 0.000 to KM. 52.300 of Nagarjunasagar Lal Bahadur Canal, A.P, India. PACKAGE No. : LC - KMM – 6. TENDER NOTICE No. : 9 /2007-08, DATED:17.01.2008. Superintending Engineer NSLBC O&M Circle, Tekulapally Khammam – 507 002, Khammam District – (A.P) Telephone No: 08742 248132 Fax No: 08742 228585.

Transcript of BID DOCUMENT FOR N.C.B - apwsipnsp.gov.in Docs/Works/Main/NSLBC/6… · BID DOCUMENT FOR N.C.B ......

1

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD (PW) DEPARTMENT

ANDHRA PRADESH WATER SECTOR IMPROVEMENT PROJECT

MODERNISATION OF NAGARJUNA SAGAR PROJECT

BID DOCUMENT FOR N.C.B.WORKS

NAME OF WORK : NSP - APWSIP – Rehabilitation and modernization of

21st Main Branch Canal from KM. 0.000 to

KM. 52.300 of Nagarjunasagar Lal Bahadur

Canal, A.P, India.

PACKAGE No. : LC - KMM – 6.

TENDER NOTICE No. : 9 /2007-08, DATED:17.01.2008.

Superintending Engineer

NSLBC O&M Circle, Tekulapally

Khammam – 507 002, Khammam District – (A.P) Telephone No: 08742 248132 Fax No: 08742 228585.

2

GOVERNMENT OF ANDHRA PRADESH

ANDHRA PRADESH WATER SECTOR IMPROVEMENT PROJECT

AGREEMENT NO.

NATIONAL COMPETITIVE BIDDING

(CIVIL WORKS)

Name of work: NSP - APWSIP – Rehabilitation and modernization of 21st Main Branch

Canal from KM 0.000 to KM. 52.300 of Nagarjunasagar Lal Bahadur

Canal, A.P, India.

PERIOD OF SALE OF : FROM: 21.01.2008

BIDDING DOCUMENT TO 10.03.2008.

TIME AND DATE OF PRE BID :DATE : 05.02.2008 TIME 11.00 HOURS

CONFERENCE

LAST DATE AND TIME FOR :DATE: 11.03.2008 TIME 15.00 HOURS

RECEIPT OF BIDS

TIME AND DATE OF OPENING :DATE: 11.03.2008 TIME 15.30 HOURS

OF BIDS

PLACE OF OPENING OF BIDS : OFFICE OF THE SUPERINTENDING ENGINEER

NSLBC (O&M) CIRCLE : TEKULAPALLY :

KHAMMAM – 507 002.

KHAMMAM District, Andhra Pradesh

Tel. Ph. No: 08742 248316.

Fax No. 08742 228585.

OFFICER INVITING BIDS : SUPERINTENDING ENGINEER

NSLBC (O&M) CIRCLE : TEKULAPALLY :

KHAMMAM – 507 002.

KHAMMAM District, Andhra Pradesh

Tel. Ph. No: 08742 248132.

Fax No. 08742 228585.

2

INVITATION FOR BID

(IFB)

3

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

4

GOVERNMENT OF ANDHRA PRADESH

ANDHRA PRADESH WATER SECTOR IMPROVEMENT PROJECT

INVITATIONS FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING

Date:17.01.2008

Bid No.: 9/2007-08

1. The Government of India has received a loan from the International Bank for Reconstruction & Development

towards the cost of Andhra Pradesh Water Sector Improvement Project and intends to apply a part of the funds to

cover eligible payments under the contracts for construction of works as detailed in the table below. Bidding is open to

all bidders from eligible source countries as defined in the IBRD Guidelines for Procurement. Bidders from India

should, however, be registered with the Government of Andhra Pradesh or other State Governments /Government of

India, or State/Central Government undertakings. Bidders are advised to note the minimum qualification criteria

specified in Clause 4 of the Instructions to Bidders to qualify for the award of the contract.

2. The Superintending Engineer, NSLBC O&M Circle, Tekulapally, Khammam invites bids for the construction

of works detailed in the table.

3. Bidding documents (and additional copies) may be purchased from the office of Superintending Engineer,

NSLBC O&M Circle, Tekulapally, Khammam from 21.01.2008 to 10.03.2008, for a non-refundable fee (three sets)

as indicated, in the form of cash or Demand Draft on any Scheduled bank payable at Khammam in favour of Pay and

Accounts Officer, Nagarjuna Sagar Project, Tekulapally, Khammam. Interested bidders may obtain further

information at the same address. Bidding documents requested by mail will be dispatched by registered/speed post on

payment of an extra amount of Rs 1000/-. The Superintending Engineer, NSLBC O&M Circle, Tekulapally,

Khammam will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of

the same.

4. Bids must be accompanied by security of the amount specified for the work in the table below, drawn in

favour of Pay and Accounts Officer, Nagarjuna Sagar Project, Tekulapally, Khammam in case of Demand Draft or

Superintending Engineer, NSLBC O&M Circle, Tekulapally, Khammam in case Bank guarantee. Bid security will

have to be in any one of the forms as specified in the bidding document and shall have to be valid for 45 days beyond

the validity of the bid.

5. Bids must be delivered to the Office of the Superintending Engineer, NSLBC O&M Circle, Tekulapally,

Khammam -507 002, Khammam District, A.P. on or before 15.00 hours on 11.03.2008 and will be opened in the

Office of the Superintending Engineer NSLBC O&M Circle, Tekulapally, Khammam, Khammam District, A.P. on

the same day at 15.30 .hours, in the presence of the bidders who wish to attend. If the office happens to be closed on

the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same

time and venue.

6. A prebid meeting will be held on 05.02.2008 at 11.00 hrs. at the office of Superintending Engineer, NSLBC

O&M Circle, Tekulapally, Khammam Khammam District, A.P. to clarify the issues and to answer questions on any

matter that may be raised at that stage as stated in Clause 9.2 of ‘Instructions to Bidders’ of the bidding document.

7. Other details can be seen in the bidding documents.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

5

TABLE

___________________________________________________________________________________________

Package

No.

Name of work Approximate

value

of work (Rs.

In Lakhs)

Bid security

(Rs.in

Lakhs)

Cost of

document

(Rs.)

Period of

completion

1

2 3 4 5 6

LC

KMM – 6.

NSP - NSLBC – APWSIP –

Rehabilitation and modernization

of 21st Main Branch Canal from

KM.0.000 to KM. 52.300 of

Nagarjunasagar Lal Bahadur

Canal, A.P, India.

4568.73 45.69. 5600/-

including

Sales Tax.

51 Months

( including water

regulation period

and rainy season

etc.)

Note:- The works inside the canal prism are to be executed during the normal annual canal closure period,

approximately April 1st to July 15

th (90 days) every year. This period may vary some what depending upon

meeting of any urgent water demands as per G.O. A.P. instructions.

__________________________________________________________________________________________

Seal of office

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

6

SECTION 1

INSTRUCTIONS TO BIDDERS

(ITB)

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

7

Section 1: Instructions to Bidders

Table of Clauses

A. General Page No. D. Submission of Bids Page No.

1. Scope of Bid 8 19. Sealing and Marking of Bids 15

2. Source of Funds 8 20. Deadline for Submission of Bids 16

3. Eligible Bidders 8 21. Late Bids 16

4. Qualification of the Bidder 8 22. Modification and Withdrawal of Bids 16

5. One Bid per Bidder 12

6. Cost of Bidding 12

7. Site Visit 12

B. Bidding Documents E. Bid Opening and Evaluation

8. Content of Bidding Documents 12 23. Bid Opening 16

9. Clarification of Bidding Documents 12 24. Process to be Confidential 16

10. Amendment of Bidding Documents 13 25. Clarification of Bids 17

26. Examination of Bids and Determination

of Responsiveness 17

27. Correction of Errors 17

C. Preparation of Bids 28. Currency for Bid Evaluation

29. Evaluation and Comparison of Bids 17

11. Language of Bid 13 30. Preference for Domestic Bidders

12. Documents Comprising the Bid 13

13. Bid Prices 13 F. Award of Contract

14. Currencies of Bid and Payment 14

15. Bid Validity 14 31. Award Criteria 18

16. Bid Security 14 32. Employer's Right to Accept any Bid and

to Reject any or all Bids 18

17. Alternative Proposals by Bidders 15 33. Notification of Award 18

18. Format and Signing of Bid 15 34. Performance Security 19

35. Advance Payment and Security 19

36. Adjudicator 19

37. Fraud and Corruption 20

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

8

A. General

1. Scope of Bid

1.1 The Superintending Engineer NSLBC O&M Circle, Tekulapally, Khammam, Khammam District, A.P invites

bids for the construction of works detailed in the table given in IFB. The bidders may submit bids for works

detailed in the table given in IFB.

1.2 The successful bidder will be expected to complete the works by the intended completion date specified in the

Contract data.

2. Source of Funds

2.1 The Government of India has received a loan from the International Bank for Reconstruction and

Development/the (hereinafter interchangeably called “the Bank”) towards the cost of Andhra Pradesh Water

Sector Improvement Project and intends to apply a part of the funds to cover eligible payments under the

contract for the Works. Payments by the Bank will be made only at the request of the borrower and upon

approval of the Bank in accordance with the Loan Agreement, and will be subject in all respects to the terms

and conditions of that Agreement. Except as the Bank may specifically otherwise agree, no party other than the

borrower shall derive any rights from the Loan Agreement or have any rights to the loan proceeds.

2.2 The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or

entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a

decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD Guidelines

for Procurement. Any materials, equipment, and services to be used in the performance of the Contract shall

have their origin in the eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder

is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other

entity that has prepared the design, specifications, and other documents for the Project or being proposed as

Project Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services

for the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.

3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally and

financially autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-

borrower.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank

in accordance with sub-clause 37.1.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of

the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders

will be considered for award for Contract. These qualified bidders should submit with their bids any information

updating their original prequalification applications or, alternatively, confirm in their bids that the originally submitted

prequalification information remains essentially correct as of date of bid submission. The update or confirmation

should be provided in Section 2.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

9

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following

information and documents with their bids in Section 2:

(a) copies of original documents defining the constitution or legal status, place of registration, and principal

place of business; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) total monetary value of construction work performed for each of the last five years;

(c) experience in works of a similar nature and size for each of the last five years, and details of works under

way or contractually committed; and clients who may be contacted for further information on those

contracts;

(d) major items of construction equipment proposed to carry out the Contract;

(e) qualifications and experience of key site management and technical personnel proposed for the Contract;

(f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for

the past five years;

(g) evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of

other financial resources);

(h) authority to seek references from the Bidder's bankers;

(i) information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the

last five years or currently under execution. The information shall include the names of the parties

concerned, the disputed amount, cause of litigation, and matter in dispute;

(j) proposals for subcontracting components of the Works which in aggregate add to more than 20 percent

of the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the

relevant field should be annexed; no vertical splitting of work for sub-contracting is acceptable); and

(k) the proposed methodology and program of construction including Environmental Management Plan,

backed with equipment, materials and manpower planning and deployment, duly supported with broad

calculations and quality control procedures proposed to be adopted, justifying their capability of

execution and completion of the work as per technical specifications within the stipulated period of

completion as per milestones .

4.4 Bid from Joint venture are acceptable. Bids submitted by a joint venture of not more than two as partners

shall comply with the following requirements:

[a] the bid shall include all the information listed in Sub-clause 4.3 above;

[b] the bid and, in case of a successful bid, the Agreement, shall be signed so as to be legally binding on all

partners;

[c] one of the partners shall be nominated as being in charge, and this authorization shall be evidenced by

submitting a power of attorney signed by legally authorized signatories of all the partners;

[d] the partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any

and all partners of the joint venture and the entire execution of the contract, including payment, shall be

done exclusively with the partner in charge;

[e] all partners of the joint venture shall be liable jointly and severally for the execution of the contract in

accordance with the contract terms, and a statement to this effect shall be included in the authorization

mentioned under [c] above, as well as in the bid and in the Agreement [in case of a successful bid];

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

10

[f] The joint venture agreement should indicate precisely the role of all members of JV in respect of planning,

design, construction equipment, key personnel, work execution, and financing of the project. All members

of JV should have active participation in execution during the currency of the contract. This should not be

varied/modified subsequently without prior approval of the employer;

[g] The joint venture agreement should be registered in khammam so as to be legally valid and binding on

partners; and

[h] a copy of the joint Venture Agreement entered in to by the partners shall be submitted with the bid.

Alternatively, a Letter of Intent to execute a joint Venture Agreement in the event of a successful bid shall

be signed by all partners and submitted with the bid, together with a copy of the proposed Agreement.

4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five years i.e.,

2002-03; 2003-04; 2004-05; 2005-06; 2006-07:

(a) achieved, in at least two financial years, a minimum annual financial turnover (in all classes of civil

engineering construction works only) of Rs. 2237.00 Lakhs.@

b) satisfactorily completed as a prime contractor, at least one similar work of value not less than

Rs. 3802.00 Lakhs.

(c) executed in any one year, the following minimum quantities of work:

- Earth work in both excavation and embankment 884500 Cum

- Cement Concrete (including RCC , PCC & any lining concrete) 19700 Cum

@ 2007-08 price level. Financial turnover and cost of completed works of previous years shall be

given weightage of 5% per year based on rupee value to bring them to 2007-08 price level.

4.5 B. Each bidder should further demonstrate:

(a) availability (either owned or leased or by procurement against mobilization advances) of the following

key and critical equipment for this work:

- Hydraulic Excavators 10 Nos. (6 of + 1 Cum and

4 of + 0.50 Cum Capacity)

- Tippers / Trucks 40 Nos. 10 Tonnes Capacity

- Power Rollers for compaction 5 Nos. 8 to 10 Tonnes

- Plate Vibrators ( for consolidation of CC Lining

placed manually) (Fuel operated / Electric operated). 8 Nos.

- Slope Compactors (for sub-grade compaction) 3 Nos.

- Mechanical concrete mixtures, ( 14/10 cft or 10/7 cft) 4 Nos.

- Weigh Batcher 2 No.

- Concrete paver (for placement of side lining) (15 – 20 Cum/Hr) 5 Nos

- Shot creeting machines (with accessories) 2 Nos

Concrete production & Transporation

- (i) Batching & mixing plants ( + 20Cum/Hr - 30 Cum/Hr) 3Nos

- (ii) Truck – mounted transit concrete mixers 9 Nos

(3 Cum drum capacity)

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

11

Alternatively

- Mobile self loading, weigh batching and mixing, and 4 Nos

Transporting concrete mixers (+ 2.5 Cum drum capacity)

- Vibrators for compaction of concrete (immersion/needle vibrators) 6 Nos.

- Water Tankers (+ 5000 Liters each) 4 Nos.

- Fine air water spray nozzles 4 Nos.

Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the

completion of works in accordance with the prescribed construction schedule are shown in the above list.

The bidders should, however, undertake their own studies and furnish with their bid, a detailed

construction planning and methodology supported with layout and necessary drawings and calculations

(detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals.

The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with

the cycle time for each operation for the given production capacity to match the requirements.

(b) availability for this work of a Project Manager with no less than five years' experience in construction of

similar civil engineering works and other key personnel i.e. one Graduate Engineer (Civil) and one

Diploma holder (Civil) with minimum 5 years experience.

(c) liquid assets and/or availability of credit facilities of no less than Rs. 1520.00 Lakhs in the format given

in Section 2. (Credit lines/letter of credit/certificates from Banks for meeting the funds requirement

etc.) -

4.5 C. To qualify for a package of contracts made up of this and other contracts for which bids are invited in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the

aggregate of the qualifying criteria for the individual contracts.

4.6 The figures for each of the partners of a joint venture shall be added together to determine the Bidder’s

compliance with the minimum qualifying criteria of Sub-clause 4.5. However, for a joint venture to qualify,

each of it’s partners must meet at least 50 percent of the minimum criteria set in Sub-clause 4.5 above and

all the partners collectively must meet the criteria specified in Sub-clause 4.5 above in full. Failure to

comply with this requirement will result in rejection of the joint venture’s bid.

Sub-contractors' experience and resources shall not be taken into account in determining the bidder's

compliance with the qualifying criteria.

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is

more than the total bid value. The available bid capacity will be calculated as under:

Assessed Available Bid capacity = ( A*N*1.5 - B ) where

A = Maximum value of civil engineering works executed in any one year during the last five years (updated

to 2007-08 price level) taking into account the completed as well as works in progress.

N = Number of years prescribed for completion of the works for which bids are invited.

B = Value, at 2007-08 price level, of existing commitments and on-going works to be completed during 51

months (period of completion of the works for which bids are invited)

Note: The statements showing the value of existing commitments and on-going works as well as the stipulated

period of completion remaining for each of the works listed should be countersigned by the Engineer in

charge, not below the rank of an Executive Engineer or equivalent.

4.8 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:

- made misleading or false representations in the forms, statements and attachments submitted in proof of

the qualification requirements; and/or

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

12

- record of poor performance such as abandoning the works, not properly completing the contract,

inordinate delays in completion, litigation history, or financial failures etc.; and/or

- participated in the previous bidding for the same work and had quoted unreasonably high bid prices and

could not furnish rational justification to the employer.

5. One Bid per Bidder

5.1 Each bidder shall submit only one bid for one contract either individually or as partner in a Joint Venture. A

bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of

alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to

be disqualified.

6. Cost of Bidding

6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will

in no case be responsible and liable for those costs.

7. Site visit

7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of Works

and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a

contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense.

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in

accordance with Clause 10:

Invitation for Bids

Section 1 Instruction to Bidders

2 Forms of Bid and Qualification Information

3 Conditions of Contract

4 Contract Data

5 Specifications

6 Drawings

7 Bills of Quantities

8 Forms of Securities

8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing

or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the

invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15

days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all

purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at the

office of the Superintending Engineer, N.S.L.B.C. (O&M) Circle, Tekulapally on 05.02.2008 at 11.00 hours

(time and date).

9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised

at that stage.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

13

9.2.3 The bidder is requested to submit any questions in writing or by cable to reach the Employer not later than

one week before the meeting.

9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry)

and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any

modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of

the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to

Clause 10 and not through the minutes of the pre-bid meeting.

9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing

addenda.

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all

the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in

writing to the Employer.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their

bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-

Clause 20.2 below.

C. Preparation of Bids

11. Language of the Bid

11.1 All documents relating to the bid shall be in the English language.

12. Documents comprising the Bid

12.1 The bid submitted by the bidder shall comprise the following:

(a) The Bid (in the format indicated in Section 2).

(b) Bid Security;

(c) Priced Bill of Quantities;

(d) Qualification Information Form and Documents;

and any other materials required to be completed and submitted by bidders in accordance with these

instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without

exception.

12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so

indicate in the bid together with any discounts offered for the award of more than one contract.

13. Bid Prices

13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill Quantities

submitted by the Bidder.

13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the

Works described in the Bill of Quantities alongwith total bid price (both in figures and words). Items for

which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall

be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made

by crossing out, initialing, dating and rewriting.

13.3 All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be

included in the rates, prices and total Bid Price submitted by the Bidder.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

14

Note: “Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts

financed under World Bank loan/credits. They are solely responsible for obtaining such benefits which they have

considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not

compensate the bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all

information required for issue of certificates in terms of such notifications as per form attached to the Qualification

Information in the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in

view the bill of quantities, construction programme and methodology, the certificates will be issued within 60 [sixty] days

of signing of contract and no subsequent changes will be permitted. No certificate will be issued for items where no

quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above provisions will

be treated as non responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as

a result of the above shall not be a cause for granting any extension of time.”

13.4 The rates and prices quoted by the bidder are subject to adjustment during the performance of the Contract in

accordance with the provisions of Clause 47 of the Conditions of Contract.

14. Currencies of Bid and Payment 14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

15. Bid Validity 15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission

specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the

bidders may extend the period of validity for a specified additional period. The request and the bidders'

responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid

security. A bidder agreeing to the request will not be required or permitted to modify his bid except as

provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the

extension, and in compliance with Clause 16 in all respects.

15.3 Not applicable.

15.4 Bid evaluation will be based on the bid prices without taking into consideration the above correction.

16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of

IFB for this particular work. This bid security shall be in favour of Pay and Accounts Officer, Nagarjuna

Sagar Project, Tekulapally, Khammam in case of Demand Draft or Superintending Engineer, NSLBC O&M

Circle, Tekulapally, Khammam in case Bank guarantee and may be in one of the following forms:

- a bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank

located abroad in the form given in Section 8; in favour of Superintending Engineer, NSLBC O&M

Circle, Tekulapally, Khammam or

- Certified cheque, Bank draft or Letter of Credit in favour of in favour of Pay and Accounts Officer,

Nagarjuna Sagar Project, Tekulapally, Khammam payable at Khammam.

16.2 Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.

16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1

and 16.2 above shall be rejected by the Employer as non-responsive. ‘The bid security of a joint venture must

define as ‘bidder’ all joint venture partners and list them in the following manner : a joint venture consisting

of ‘ M/s Raghava, Constructions,’ and ‘ M/s B.V.S.R. Constructions, Hyderabad’ .

16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period

specified in Sub-Clause 15.1.

16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and

furnished the required Performance Security.

16.6 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

15

(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or

(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) sign the Agreement; or

(ii) furnish the required Performance Security.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic

technical design as indicated in the drawing and specifications. Alternatives will not be considered.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in

Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly

marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original

shall prevail.

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or

persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid

where entries or amendments have been made shall be initialed by the person or persons signing the bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the

Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be

initialed by the person or persons signing the bid.

18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any,

paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the

contract.

D. Submission of Bids

19. Sealing and Marking of Bids

19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as

"ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer

envelope.

19.2 The inner and outer envelopes shall

(a) be addressed to the Employer at the following address:

The Superintending Engineer, NSLBC O&M Circle, Tekulapally, Khammam, Khammam District,

Andhra Pradesh and be delivered at the office of the Superintending Engineer, khammam, A.P.

(b) bear the following identification:

- Bid for NSP - NSLBC – APWSIP – i.e. Rehabilitation and

modernization of 21st Main Branch Canal from KM. 0.000 to KM. 52.300 of

Nagarjunasagar Lal Bahadur Canal,

A.P, India

- Bid Reference No Package No: LC – KMM - 6. [Insert number]

- DO NOT OPEN BEFORE 15.30 hours on 11.03.2008.

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and

address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause

21.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

16

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the

misplacement or premature opening of the bid.

20. Deadline for Submission of the Bids

20.1 Bids must be received by the Employer at the address specified above no later than 15.00 hours

on 11.03.2008. In the event of the specified date for the submission of bids declared a holiday for the

Employer, the Bids will be received up to the appointed time on the next working day.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with

Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the

original deadline will then be subject to the new deadline.

21. Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the

bidder.

22. Modification and Withdrawal of Bids

22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in

Clause 20.

22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in

accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked

"MODIFICATION" or "WITHDRAWAL", as appropriate.

22.3 No bid may be modified after the deadline for submission of Bids.

22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the

original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may

result in the forfeiture of the Bid security pursuant to Clause 16.

22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in

accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation

23. Bid Opening

23.1 The Employer will open all the Bids received (except those received late), including modifications made

pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at

15-30.hours on the date and the place specified in Clause 20. In the event of the specified date of Bid opening

being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the

next working day.

23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable

notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all

envelopes marked “Modification” shall be opened and the submissions therein read out in appropriate detail.

23.3 The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives

have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence

of Bid security, and such other details as the Employer may consider appropriate, will be announced by the

Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause

21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will

not be considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be

returned un-opened to bidders.

23.4 The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present

in accordance with Sub-Clause 23.3.

24. Process to Be Confidential

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

17

24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and

recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not

officially concerned with such process until the award to the successful Bidder has been announced. Any

effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in the

rejection of his Bid.

25. Clarification of Bids

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask

any Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification

and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be

sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by

the Employer in the evaluation of the Bids in accordance with Clause 27.

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the

time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional

information to the notice of the Employer, it should do so in writing.

25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or

contract award decisions may result in the rejection of the Bidders’ bid.

26. Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the

eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required

securities and; (d) is substantially responsive to the requirements of the Bidding documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the

Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a)

which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any

substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's obligations

under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders

presenting substantially responsive Bids.

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be

made responsive by correction or withdrawal of the non-conforming deviation or reservation.

27. Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors.

Errors will be corrected by the Employer as follows:

(a) where there is a discrepancy between the rates in figures and in words, the rate in words will govern;

and

(b) where there is a discrepancy between the unit and the line item total resulting from multiplying the

unit rate by the quantity, the unit rate as quoted will govern.

27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for

the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the

Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may

be forfeited in accordance with Sub-Clause 16.6 (b).

28. Deleted

29. Evaluation and Comparison of Bids

29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in

accordance with Clause 26.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

18

29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid

Price as follows:

(a) making any correction for errors pursuant to Clause 27; or

(b) making an appropriate adjustments for any other acceptable variations, deviations; and

(c) making appropriate adjustments to reflect discounts or other price modifications offered in

accordance with Sub Clause 22.5.

29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations,

deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding

documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid

evaluation.

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during

the period of implementation of the Contract, will not be taken into account in Bid evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of

work to be performed under the contract, the Employer may require the Bidder to produce detailed price

analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices

with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer

may require that the amount of the performance security set forth in Clause 34 be increased at the expense of

the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default

of the successful Bidder under the Contract.

30. Deleted

F. Award of Contract

31. Award Criteria

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to

be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price,

provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause

3, and (b) qualified in accordance with the provisions of Clause 4.

31.2 If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest evaluated Bid Price

will be determined when evaluating this contract in conjunction with other contracts to be awarded

concurrently, taking into account any discounts offered by the bidders for the award of more than one

contract.

32. Employer's Right to Accept any Bid and to Reject any or all Bids

32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the

Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any

liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the

grounds for the Employer's action.

33. Notification of Award and Signing of Agreement

33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the

Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the

Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the

Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as

prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a

performance security in accordance with the provisions of Clause 34.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

19

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be kept

ready for signature of the successful bidder in the office of employer within 28 days following the notification of

award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the

Agreement and deliver it to the Employer.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the

other Bidders that their Bids have been unsuccessful.

34. Performance Security

34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a

Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus

additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of

Contract:

- a bank guarantee in favour of Superintending Engineer, NSLBC O&M Circle, Tekulapally, Khammam

in the form given in Section 8; or

- Certified cheque/Bank draft, in favour of Pay and Accounts Officer, N.S. Project, Tekulapally,

Khammam payable at Khammam.

34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be

issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located

in India and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India

[scheduled or nationalized]. The performance security of a Joint Venture shall be in the name of the joint

venture’.

34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of

contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer

may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.

35 Advance Payment and Security

35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract,

subject to maximum amount, as stated in the Contract Data.

36. Adjudicator

36.1 The Employer proposes that Sri R.Satyanarayana Rao, Chief Engineer (Retired) be appointed as Adjudicator

under the Contract, at a daily fee of Rs. 1000/- plus reimbursable expenses. If the Bidder disagrees with this

proposal, the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the

appointment of the Adjudicator, the Adjudicator shall be appointed by President , Institute of Engineers (I), A.P.,

Hyderabad at the request of either party.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

20

37. Fraud and Corruption.

37.1 The Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as Bidders, Suppliers,

Contractors, and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the

procurement and execution of such contracts.1 In pursuit of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice”2 is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of

value to influence improperly the action of another party;

(ii) “fraudulent practice” 3 is any act or omission including misrepresentation , that knowingly or

recklessly misleads, or attempts to mislead, a party to obtain a financial or tother benefit or to avoid

an obligation;

(iii) “collusive practice” 4 is an arrangement between two or more parties designed to achieve an improper

purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” 5 is impairing or harming, or harming , or threatening to impair or harm, directly

or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or

making false statements to investigators in order to materially impede a Bank investigation into

allegations of a corrupt, fraudulent, coercive or collusive practice and/or threatening, harassing or

knowledge of matters relevant to the investigation or from pursuing the investigation or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for

under sub-clause 3.1 (e) below.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through

an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the

Contract in question;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the

Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive or coercive practices during

the procurement or the execution of that contract, without the Borrower having taken timely and appropriate

action satisfactory to the Bank to address such practices when they occur;

(d) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period

of time, to be awarded a Bank-financed contract if it at any time determines that the firm has directly or through

an agent, engaged, in corrupt, fraudulent, collusive or coercive or obstructive practices in competing for, or in

executing, a Bank-financed contract; and

(e) will have the right to require that a provision be included in Bidding Documents and in contracts financed by a

Bank loan, requiring Bidders, Suppliers, Contractors and their sub contractors to permit the Bank to inspect

their accounts and records and other documents relating to the bid submission and contract performance and to

have them audited by auditors appointed by the Bank.

1 in this context, an action taken by a bidder, supplier, contractor or a subcontractor to influence the procurement process or contract execution

for undue advantage is improper.

2 “another party” refers to a public official” includes World Bank staff and employees of contract execution]. In this context, “public official”

includes World Bank staff and employees of other organizations taking a reviewing procurement decisions.

3 a “party” refers to public official; the terms “benefits” and “obligation” relate to the procurement process or contract execution and the “act or

omission” is intended to influence the procurement process or contract execution.

4 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non

competitive levels.

5 a “party” refers to a participant in the procurement process or contract execution.

37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and 59.2 of the Conditions of

Contract.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

21

SECTION 2

FORMS OF BID, QUALIFICATION INFORMATION AND

LETTER OF ACCEPTANCE

TABLE OF FORMS:

- CONTRACTOR’S BID

- QUALIFICATION INFORMATION

- LETTER OF ACCEPTANCE

- NOTICE TO PROCEED WITH THE WORK

- AGREEMENT FORM

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

22

Contractor's Bid

Description of the Works: NSLBC - APWSIP - Rehabilitation and Modernization of 21st MBC From

KM 0.000 TO 52.300.

BID

To : The Superintending Engineer,

Address : Superintending Engineer, NSLBC O&M Circle, Tekulapally, Khammam, Khammam District, A.P

GENTLEMEN,

Having examined the bidding documents including addendum, we offer to execute the Works described above in

accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid

for the Contract Price of Rs.52,00,17,475.59 [in figures]( Rupees Fifty two crores seventeen thousand four hundred

seventy five and paisa fifty nine only.) [in letters].1

The advance Payment required is: Rupees As per Tender conditions.

We accept the appointment of Sri R.Satyanarayana, CE (Retd.) I&CAD Dept., Hyderabad as the Adjudicator.

(OR)

We do not accept the appointment of ___________________ as the Adjudicator and propose instead that

_______________________ be appointed as Adjudicator whose daily fees and biographical data are attached.

This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are

not bound to accept the lowest or any Bid you receive.

We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in

bribery.

We also undertake that, in competing for and, if the award is made to us, in executing) the above contract, we will

strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we

are awarded the contract, are listed below :

Name and address of agent Amount Purpose of Commission or gratuity

________NONE________ _NONE_ ______________NONE________

______________________ ________ ____________________________

______________________ ________ ____________________________

(if none, state “none”)

3 To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

23

We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding

documents.

Yours faithfully,

Authorized Signature:

Name & Title of Signatory:

Name of Bidder : M/s Rahava Constructions & M/s B.V.S.R. Constructions (J.V)

Address : Hyderabad.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

24

Qualification Information

The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as

provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder Attached with Technical Bid.

[Attach copy]

Place of registration: Hyderabad

Principal place of business: Hyderabad

Power of attorney of signatory of Bid Attached with technical bid.

[Attach]

Total value of Civil Engineering construction work

executed and payments received in the last five years

(in Rs. Lakhs)

M/s Raghava BVSR Constructions

Constructions. Rs. in Lakhs.

Rs. in Lakhs.

2002-2003 -- Rs.5023.14

2003-2004 -- Rs.4602.94

2004-2005 -- Rs.8090.59

2005-2006 Rs.2380.37 Rs.7455.99

1.2

2006- 2007 Rs.2640.61 Rs.7473.83

1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over the last five years. 2002 – 03 , 2003-04, 2004-05,2005-06 & 2006 – 07.

Project

Name

Name

of the

Employer*

Description

of work

Contract No. Value of

contract

(Rs.

Million)

Date of

issue of

work

order

Stipulated

period of

completion

Actual date

of

completion*

Remarks

explaining

reasons for delay

and work

completed

AMRP EE/AMRP

Division No.5,

G.V.Gudem.

Package.

No.78

22 SE /

2004-05

dt.24.03.05.

40.52

Crores.

24.03.05 3 Years. -- Completed in

time (by M/s

Raghava

Constructions.

SRSP EE/FFC

Division No.1,

Metpally.

Constructio

ns of

Aqueduct.

10 FFC/04-05,

dt.02.12.2004.

66.58

Crores

02.12.04 18 M 30.04.07 E.O.T. granted

and completed

(M/s BVSR

Constructions)

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: Viz 2002-03 to 2006-07.

Year Name Name Quantity of work performed (cum) @ Remarks *

of the

Work

of the

Employer*

Cement concrete

(including RCC&PCC and any

lining concrete)

Earth work (indicate contract Ref)

2002-03

2003-04

2004 -05

2005-06

--

--

--

--

--

2006-07 -- -- 28195 Cum (P.51 & 53)

M/s Raghava Constructions

101360.84 Cum (P.135)

M/s BVSR Constructions

782545 Cum (P.53)

M/s Raghava Constructions

940956 Cum (P.129)

M/s BVSR Constructions

Certificate attached with

technical bid.

*Attach certificate(s) from the Engineer(s)-in-Charge

β Attach certificate from Chartered Accountant.

@ The item of work for which data is requested should tally with that specified ITB clause 4.5 A ( c ).

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

25

1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid.

(A) Existing commitments and on-going works:

Description

of work

Place &

State

Contract

No. &

Date.

Name and

Address

of

Employer

Value

of

Contract

(Rs.

Million)

Stipulated

period of

completion

Value of Work * remaining to

be completed (Rs. million)

Anticipated

date of

completion.

1 2 3 4 5 6 7 8

As per statement attached with technical bid of both (J.V)

firms. M/s Raghava Constructions

Rs. 765.49 Lakhs.

M/s BVSR Constructions

Rs.24980.35 Lakhs.

--

(B) Works for which bids already submitted:

___________________________________________________________________________________________________________________

Description Place Name and Estimated Stipulated Date when Remarks

of & Address of value of works period of decision is if any

Work State Employer (Rs. million) completion expected

(1) (2) (3) (4) (5) (6) (7)

Statement attached with technical bid of both (J.V) firms.

* Attach certificate(s) from the Engineer(s)-in-Charge.

1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should list all the information requested

below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.

_______________________________________________________________________________________________________________________

Item of Requirement Availability proposals Remarks

equipment No. Capacity Owned/leased/ Nos. / Age/ (From whom to be

to be procured capacity condition purchased)

_______________________________________________________________________________________________________________________

- Hydraulic Excavators 10 Nos. (6 of + 1 Cum and

4 of + 0.50 Cum Capacity)

- Tippers / Trucks 40 Nos. 10 Tonnes Capacity

- Power Rollers for compaction 5 Nos. 8 to 10 Tonnes

Plate Vibrators ( for consolidation

of CC Lining placed manually)

(Fuel operated / Electric operated). 8 Nos.

- Slope Compactors (for sub-grade

compaction) 3 Nos.

- Mechanical concrete mixtures,

( 14/10 cft or 10/7 cft) 4 Nos.

- Weigh Batcher 2 No.

- Concrete paver (for placement of side lin

ing) (15 – 20 Cum/Hr) 5 Nos

- Shot creeting machines (with accessories) 2Nos

As per the details attached with Technical Bids of both (J.V) firms.

Concrete production & Transporation

- (i) Batching & mixing plants

( + 20 - 30 Cum/Hr) 3 Nos

- (ii) Truck – mounted transit

concrete mixers 9 Nos

(3 Cum drum capacity)

Alternatively

- Mobile self loading, weigh batching 4 Nos

and mixing, and transporting concrete

mixers (+ 2.5 Cum drum capacity)

- Vibrators for compaction of concrete 6 Nos.

(immersion/needle vibrators)

- Water Tankers (+ 5000 Liters each) 4 Nos.

- Fine air water spray nozzles 4 Nos.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

26

1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach

biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub Clause 9.1 of

the Conditions of Contract.

Position Name Qualifications Years of

experience

(general)

Years of

experience in

the proposed

position

Project Manager Sri P.Prasada Reddy

Graduate 20 Years 20Years

Technical Agents

Sri. T.S.Kameswara Rao B.E. (Civil) 43 Years 3 Years

1 Graduate Engineer

Sri. M.Venkateswara Rao L.C.E. 30 Years 2 Years

2 Diploma Holder.

Sri. S.Sambasiva Rao L.C.E. 30 Years 2 Years

1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]

_______________________________________________________________________________________

Sections Value of Sub-contractor Experience in

of the works Sub-contract (name and address) similar work

_______________________________________________________________________________________

-- NIL --

______________________________________________________________________________________

1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in case of

companies/corporation), etc. List them below and attach copies.

1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit,

etc. List them below and attach copies of support documents [sample format attached].

1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if

contacted by the Employer.

1.11 Information on litigation history in which the Bidder is involved.

__________________________________________________________________________________

Other party(ies) Employer Cause of dispute Amount involved Remarks showing

Present status

_________________________________________________________________________________

-- NIL --

__________________________________________________________________________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

27

1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.

-- NIL --

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to

comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

2. Qualification Information.

‘2. Joint Ventures -

2.1 The information listed in 1.1-1.12 above shall be provided for each partner of the joint venture.

2.2 The information in 1.13 above shall be provided for the joint venture.

2.3 Attach the power of attorney of the signatory [ies] of the bid authorizing signature of the bid on behalf of the

joint venture.

2.4 Attach the agreement among all partners of the joint venture [and which is legally binding on all partners], which

shows the requirements as indicated in sub-clause 4.4 of the Instructions to Bidders’. Alternatively, a Letter of

Intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all partners and

submitted with the bid, together with a copy of the proposed Agreement.

2.5 Furnish details of participation proposed in the joint venture as below:

DETAILS OF PARTICIPATION IN THE JOINT VENTURE

PARTICIPATION DETAILS FIRM’A’ (Lead Partner)

FIRM ‘B’

Financial

80 %

20 %

Name of the Banker(s) Vijaya Bank, Vijayanagar Colony,

Hyderabad.

Andhra Bank,

Saidabad,

Hyderabad.

Planning

100 %

--

Construction Equipment

50 %

50 %

Key Personnel

50 %

50 %

Execution of Work

(Give details on contribution of

each).

--

--

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

28

3. Additional Requirements

3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the

Instructions to the Bidders, if applicable.

-- NIL --

_______________________________________________________________________________________________

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES –* CLAUSE 4.5 [B] [c] OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial standing.

If the contract for the work, namely …………………………………………………………. [funded by the World

Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs.

…………… to meet their working capital requirements for executing the above contract.

__ Sd. __

Name of Bank

Senior Bank Manager

Address of the Bank

• Change the text as follows for Joint Venture:

This is to certify that M/s. …………………………………………………………. Who has formed a JV with

M/s. …………………………………….. and M/s. ………………………………….. for participating in this bid, is

a reputed company with a good financial standing.

If the contract for the work, namely …………………………………………………….[ funded by the World

Bank] is awarded to the above Joint Venture, we shall be able to provide over draft / credit facilities to the

extent of Rs. …………………. To M/s. ……………………….. to meet the working capital requirements for

executing the above contract.

[ This should be given by the JV members in proportion to their financial participation.].

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

29

Form ……….

(Name of the Project)

(Declaration regarding customs/excise duty exemption for materials/

construction equipment bought for the work)

(Bidder’s Name and Address)

To:

The Superintending Engineer,

NSLBC O&M Circle, Tekulapally,

Khammam A.P.

(Name of the Employer)

Dear Sir:

Re: [Name of Work] NSLBC - APWSIP - Rehabilitation and Modernization of 21st MBC From

KM 0.000 TO 52.300. - Certificate for Import/Procurement of Goods / Construction

Equipment

1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have considered

in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not

compensate us.

2. We are furnishing below the information required by the Employer for issue of the necessary certificates in

terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99.

3. The goods/construction equipment for which certificates are required are as under:

Items Make/

Brand

Name

Capacity

[where

applicable]

Quantity Value State whether it will

be procured locally

or imported [if so

from which country]

Remarks regarding

justification for the

quantity and their

usage in works

Goods

[a] Bitumen

[b] Others

As per statement attached with Technical Bid.

Construction Equipment

[a]

[b]

[c]

[d]

As per statement attached with Technical Bid.

4. We agree that no modification to the above list is permitted after bids are opened.

5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the

work, based on the Bill of Quantities and the construction programme and methodology as furnished by us

along with the bid.

6. We confirm that the above goods will be exclusively used for the construction of the above work and

construction equipment will not be sold or otherwise disposed of in any manner for a period of five years from

the date of acquisition.

Date: ___________________ (Signature) ____________________

Place: __________________ (Printed Name) _________________

(Designation) __________________

(Common Seal) ________________

This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

30

Letter of Acceptance

(letterhead paper of the Employer)

________________________[date]

To: M/s Raghava – BVSR Constructions (J.V) Hyderabad. [Name and address of the Contractor]

Dear Sirs,

This is to notify you that your Bid dated 11.03.08 for execution of the NSP - NSLBC – APWSIP –

Rehabilitation and modernization of 21st Main Branch Canal from KM.0.000 to KM. 52.300 of Nagarjuna Sagar Lal

Bahadur Canal, A.P, India [name of the contract and identification number, as given in the Instructions to Bidders] for

the Contract Price of Rupees Fifty two crores seventeen thousand four hundred and seventy five and paisa fifty nine

only Rs.52,00,17,475.59 [amount in words and figures], as corrected and modified in accordance with the Instructions

to Bidders1 is hereby accepted by our Agency.

We accept/do not accept that __________________________ be appointed as the Adjudicator2.

We note that as per bid, you do not intend to subcontract any component of work.

[OR]

We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for executing

….........................................

[Delete whichever is not applicable]

You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids

in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs. 2,60,00,874/- (Performance

Security only) within 21 days of the receipt of this letter of acceptance valid up to 28 days from the date of expiry of

Defects Liability Period i.e. up to 10.12.2013 and sign the contract, failing which action as stated in Para 34.3 of ITB

will be taken.

We have reviewed the construction methodology submitted by you along with the bid in response to ITB Clause

4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including

environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this

letter.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified

in accordance with the Instructions to Bidders" if corrections or modifications have not been effected.

2 To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the

"Instructions to Bidders."

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

31

Issue of Notice to proceed with the work (letterhead of the Employer)

————— (date)

To

M/s Raghava Constructions & M/s BVSR Constructions (J.V), (name and address of the Contractor)

H.No.3-6-532 / A, Flat.No.201,

Himayatnagar, Hyderabad – 29 (A.P.)

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract

agreement for the construction of NSP - NSLBC – APWSIP – Rehabilitation and modernization of 21st Main Branch

Canal from KM.0.000 to KM. 52.300 of Nagarjuna Sagar Lal Bahadur Canal, A.P, India @ a Bid Price of

Rs.52,00,17,475.59, you are hereby instructed to proceed with the execution of the said works in accordance with the

contract documents.

Yours faithfully,

(Signature, name and title of

signatory authorized to sign on

behalf of Employer)

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

32

Agreement Form

Agreement

This agreement, made the 13th

day of June 2008, between Sri B.V.Siddhartha, Superintending Engineer, NSLBC

(O&M) Circle, Tekulapally, Khammam (A.P) [name and address of Employer] (hereinafter called “the Employer)” of

the one part and M/s Raghava – BVSR (J.V), Himayatnagar, Hyderabad (A.P.) [name and address of contractor]

(hereinafter called “the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute NSP - NSLBC – APWSIP – Rehabilitation and

modernization of 21st Main Branch Canal from KM.0.000 to KM. 52.300 of Nagarjuna Sagar Lal Bahadur Canal, A.P,

India [ name and identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted

the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein, at

a contract price of Rs.52,00,17,475.59.

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in

the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as

part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the

Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects

therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the

Works and the remedying the defects wherein the Contract Price or such other sum as may become payable

under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

i) Letter of Acceptance;

ii) Notice to proceed with the works;

iii) Contractor’s Bid;

iv) Contract Data;

v) Conditions of contract (including Special Conditions of Contract);

vi) Specifications;

vii) Drawings;

viii) Bill of Quantities; and

ix) Any other document listed in the Contract Data as forming part of the contract.

x) Joint Venture Agreement.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

33

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of ____________________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said _________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

in the presence of:

Binding Signature of Employer Sd/-

Binding Signature of Contractor Sd/-

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

34

SECTION 3

CONDITIONS OF CONTRACT

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

35

Conditions of Contract

Table of Contents

A. General Page No. C. Quality Control Page No.

1. Definitions 36 33. Identifying Defects 42

2. Interpretation 37 34. Tests 42

3. Language and Law 37 35. Correction of Defects 43

4. Engineer's Decisions 38 36. Uncorrected Defects 43

5. Delegation 38

6. Communications 38

7. Subcontracting 38 D. Cost Control

8. Other Contractors 38 37. Bill of Quantities 43

9. Personnel 39 38. Changes in the Quantities 43

10. Employer’s & Contractor's Risks 39 39. Variations 43

11. Employer's Risks 39 40. Payments for Variations 43

12. Contractor’s Risks 39 41. Cash Flow Forecasts 44

13. Insurance 39 42. Payment Certificates 44

14. Site Investigation Reports 40 43. Payments 44

15. Queries about the Contract 44. Compensation Events 44

Data 40 45. Tax 45

16. Contractor to Construct the 46. Currencies 45

Works 40 47. Price Adjustments 45

17. The Works to Be Completed by 48. Retention 46

the Intended Completion Date 40 49. Liquidated Damages 46

18. Approval by the Engineer 40 50. Bonus 46

19. Safety 40 51. Advance Payment 46

20. Discoveries 40 52. Securities 47

21. Possession of the Site 40 53. Day works 47

22. Access to the Site 40 54. Cost of Repairs 47

23. Instructions 41

24. Disputes 41

25. Procedure for Disputes 41 E. Finishing the Contract

26. Replacement of Adjudicator 41

55. Completion 47

B. Time Control 56. Taking Over 47

27. Program 41 57. Final Account 47

28. Extension of the Intended 58. Operating and Maintenance Manuals 47

Completion Date 42 59. Termination 47

29. Acceleration 42 60. Payment upon Termination 48

30. Delays Ordered by the 61. Property 48

Engineer 42 62. Release from Performance 48

31. Management Meetings 42 63. Suspension of World Bank Loan 48

32. Early Warning 42 or Credit

F. Special Conditions of Contract 49

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

36

Conditions of Contract

A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep

their defined meanings. Capital initials are used to identify defined terms.

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes

in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the

Contract Data.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer in accordance

with Sub Clause 55.1.

The Contract is the contract between the Employer and the Contractor to execute, complete and

maintain the Works. It consists of the documents listed in Clause 2.3 below.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by

the Employer.

The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in

accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated from the

Completion Date.

The Employer is the party who will employ the Contractor to carry out the Works.

The Engineer is the person named in the Contract Data (or any other competent person appointed and

notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the

execution of the works and administering the Contract.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the

Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor shall complete

the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion

Date may be revised only by the Engineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the contractor for incorporation in the

Works.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

37

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical

or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents and are factual

interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any modification or

addition made or approved by the Engineer.

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence

execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a

part of the work in the Contract which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the Contractor which

are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and turn over to the

Employer, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or

neuter, and the other way around. Headings have no significance. Words have their normal meaning

under the language of the Contract unless specifically defined. The Engineer will provide instructions

clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the

Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works

(other than references to the Completion Date and Intended Completion date for the whole of the

Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(1) Agreement

(2) Letter of Acceptance, notice to proceed with the works

(3) Contractor’s Bid

(4) Contract Data

(5) Conditions of Contract including Special Conditions of Contract

(6) Specifications

(7) Drawings

(8) Bill of Quantities and

(9) any other document listed in the Contract Data as forming part of the Contract.

3. Language and Law

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

38

3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data.

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the

Employer and the Contractor in the role representing the Employer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the

Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor.

6. Communications

6.1 Communications between parties which are referred to in the conditions are effective only when in

writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).

7. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract

without the approval of the Employer in writing. Subcontracting does not alter the Contractor's

obligations.

7.2 The contractor shall not be required to obtain any consent from the employer for:

a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;

b) the provision of labour; and

c) the purchase of materials which are in accordance with the standards specified in the Contract.

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because

of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the

Engineer will consider the following before according approval:

- The contractor shall not sub-contract the whole of the Works.

- The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any

such consent shall not relieve the contractor from any liability or obligations under the contract and he

shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as

fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-

contractors so proposed for the Work possess the experience, qualifications and equipment necessary for

the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific

authorization by the prime contractor so that this arrangement does not alter the contractor's liability or

obligations under the contract.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and

the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as

referred to in the Contract Data, also provide facilities and services for them as described in the

Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of

any such modification.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

39

9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in

the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the

Engineer. The Engineer will approve any proposed replacement of key personnel only if their

qualifications, abilities, and relevant experience are substantially equal to or better than those of the

personnel listed in the Schedule.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his

work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven

days and has no further connection with the work in the Contract.

10. Employer’s and Contractor's Risks

10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor

carries the risks which this Contract states are Contractor’s risks.

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the

execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign

enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or

disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or

nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other

than the Contractor’s design.

12. Contractor’s Risks

12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during

and in consequence of the performance of the Contract other than the excepted risks are the

responsibility of the Contractor.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover

from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in

the Contract Data for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection

with the Contract; and

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the

Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be

payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect

the insurance which the Contractor should have provided and recover the premiums the Employer has

paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the

premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer.

13.5 Both parties shall comply with any conditions of the insurance policies.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

40

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the

Contract Data, supplemented by any information available to the Bidder.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings,

and as per instructions of Engineer.

17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works

in accordance with the program submitted by the Contractor, as updated with the approval of the

Engineer, and complete them by the Intended Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to

the Engineer, who is to approve them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary

Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where

required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are

subject to prior approval by the Engineer before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the

property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the

Engineer's instructions for dealing with them.

21. Possession of the Site

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is

not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the

relevant activities and this will be Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to

any place where work in connection with the Contract is being carried out or is intended to be carried

out and to any place where materials or plant are being manufactured / fabricated / assembled for the

works.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

41

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws

where the Site is located.

23.2 The Contractor shall permit the bank to inspect the Contractor’s accounts and records relating to the

performance of the Contractor and to have them audited by auditors appointed by the Bank, if so

required by the Bank.

24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given to

the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the

Adjudicator within 14 days of the notification of the Engineer's decision.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable

expenses of the types specified in the Contract Data and the cost shall be divided equally between the

Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a

decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If

neither party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be

final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special

Conditions of Contract.

26. Replacement of Adjudicator

26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the

Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract, a new

Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement

between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the

Appointing Authority designated in the Contract Data at the request of either party, within 14 days of

receipt of such request.

B. Time Control

27. Program

27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a

Program including Environmental Management Plan showing the general methods, arrangements, order,

and timing for all the activities in the Works along with monthly cash flow forecast.

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and

the effect of the progress achieved on the timing of the remaining work including any changes to the

sequence of the activities.

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer

than the period stated in the Contract Data. If the Contractor does not submit an updated Program within

this period, the Engineer may withhold the amount stated in the Contract Data from the next payment

certificate and continue to withhold this amount until the next payment after the date on which the

overdue Program has been submitted.

27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may

revise the Program and submit it to the Engineer again at any time. A revised Program is to show the

effect of Variations and Compensation Events.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

42

28. Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation

is issued which makes it impossible for Completion to be achieved by the Intended Completion Date

without the Contractor taking steps to accelerate the remaining work and which would cause the

Contractor to incur additional cost.

28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days

of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation

and submitting full supporting information. If the Contractor has failed to give early warning of a delay or

has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing

the new Intended Completion Date.

29. Deleted

30. Delays Ordered by the Engineer

30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings

31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The business of

a management meeting shall be to review the plans for remaining work and to deal with matters raised in

accordance with the early warning procedure.

31.2 The Engineer shall record the business of management meetings and is to provide copies of his record to

those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to

be decided by the Engineer either at the management meeting or after the management meeting and stated in

writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or

circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the

execution of works. The Engineer may require the Contractor to provide an estimate of the expected effect of

the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided

by the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of

such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out

any resulting instruction of the Engineer.

C. Quality Control

33. Identifying Defects

33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found.

Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the

Contractor to search for a Defect and to uncover and test any work that the Engineer considers may

have a Defect.

33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify

the Engineer and Contractor of any defects that are found. Such a check shall not affect the

Contractor’s or the Engineer’s responsibility as defined in the Contract Agreement.

34. Tests

34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check

whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and

any samples. If there is no Defect the test shall be a Compensation Event.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

43

35. Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability

Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period

shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length

of time specified by the Engineer’s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the

Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.

Note: Where in certain cases, the technical specifications provide for acceptance of works within specified

tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning

work to be done by the contractor.

37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of

the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular

item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer

shall adjust the rate to allow for the change.

38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is

exceeded by more than 15 percent, except with the Prior approval of the Employer.

38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown

of any rate in the Bill of Quantities.

39. Variations

39.1 All Variations shall be included in updated Programs produced by the Contractor.

40. Payments for Variations

40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying

out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation,

which shall be given within seven days of the request or within any longer period stated by the Engineer

and before the Variation is ordered.

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the

opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of

its execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall

be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or

timing of the work in the Variation does not correspond with items in the Bill of Quantities, the

quotation by the Contractor shall be in form of new rates for the relevant items of work.

40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a

quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the

Engineer may order the Variation and make a change to the Contract Price which shall be based on

Engineer’s own forecast of the effects of the Variation on the Contractor's costs.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

44

40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given and

considered without delaying the work, no quotation shall be given and the Variation shall be treated as a

Compensation Event.

40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by

giving early warning.

41. Cash flow forecasts

41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow

forecast.

42. Payment Certificates

42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work

completed less the cumulative amount certified previously along with details of measurement of the

quantity of works executed in a tabulated form as approved by the Engineer.

42.2 The Engineer shall check the details given in the Contractor's monthly statement and within 14 days

certify the amounts to be paid to the Contractor after taking into account any credit or debit for the

month in question in respect of materials for the works in the relevant amounts and under conditions set

forth in sub-clause 51(3) of the Contract Data (Secured Advance).

42.3 The value of work executed shall be determined by the Engineer after due check measurement of the

quantities claimed as executed by the contractor.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of

Quantities completed..

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.

42.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any

item previously certified in any certificate in the light of later information.

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of

the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the

amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a

late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall

be calculated from the date by which the payment should have been made upto the date when the late

payment is made at 8% per annum.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an

Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause.

Interest shall be calculated from the date upon which the increased amount would have been certified in

the absence of dispute.

43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer

and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the

Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which affects the work of the

contractor under the contract.

(c) The Engineer orders a delay or does not issue drawings, specifications or instructions required for

execution of works on time.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

45

(d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work which

is then found to have no Defects.

(e) The Engineer unreasonably does not approve for a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance

of Letter of Acceptance from the information issued to Bidders (including the Site Investigation Reports),

from information available publicly and from a visual inspection of the Site. (g) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the

Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities or the Employer does not work within the dates and

other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effect on the Contractor of any of the Employer’s Risks.

(k) The Engineer unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before

the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion

Date is extended. The Engineer shall decide whether and by how much the Contract Price shall be

increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's

forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract

Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer

shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the

Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are adversely

affected by the Contractor not having given early warning or not having cooperated with the Engineer.

45. Tax

45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the

Contractor will have to pay for the performance of this Contract. The Employer will perform such

duties in regard to the deduction of such taxes at source as per applicable law.

46. Currencies

46.1 All payments shall be made in Indian Rupees.

47. Price Adjustment

47.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and

lubricants in accordance with the following principles and procedures and as per formula given in the

contract data:

(a) The price adjustment shall apply for the work done from the start date given in the contract data

upto end of the initial intended completion date or extensions granted by the Engineer and shall

not apply to the work carried out beyond the stipulated time for reasons attributable to the

contractor.

(b) The price adjustment shall be determined during each quarter from the formula given in the

contract data.

(c) Following expressions and meanings are assigned to the work done during each quarter:

R = Total value of work done during the quarter. It would include the amount of secured

advance for materials paid for (if any) during the quarter, less the amount of the secured

advance recovered, during the quarter. It will exclude value for works executed under

variations for which price adjustment will be worked separately based on the terms

mutually agreed.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

46

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the

provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall

be deemed to include amounts to cover the contingency of such other rise or fall in costs.

48. Retention

48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract

Data until Completion of the whole of the Works.

48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor and

half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified

by the Engineer to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole works, the contractor may substitute retention money (balance half) with

an “on demand” Bank guarantee.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract

Data for each day that the Completion Date is later than the Intended Completion Date (for the whole of

the works or the milestone as stated in the contract data). The total amount of liquidated damages shall

not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from

payments due to the Contractor. Payment of liquidated damages does not affect the Contractor's

liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall

correct any overpayment of liquidated damages by the Contractor by adjusting the next payment

certificate. The Contractor shall be paid interest on the over payment calculated from the date of

payment to the date of repayment at the rates specified in Sub Clause 43.1.

50. Deleted

51. Advance Payment

51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data

by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank

Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the

advance payment. The guarantee shall remain effective until the advance payment has been repaid, but

the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.

Interest will not be charged on the advance payment. ‘The bank guarantee of a joint venture shall be in

the name of the joint venture’.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization

expenses required specifically for execution of the Works. The Contractor shall demonstrate that

advance payment has been used in this way by supplying copies of invoices or other documents to the

Engineer.

51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due

to the Contractor, following the schedule of completed percentages of the Works on a payment basis.

No account shall be taken of the advance (mobilization and equipment only) payment or its repayment

in assessing valuations of work done, Variations, price adjustments, Compensation Events, or

Liquidated Damages.

51.4 Secured Advance:

The Engineer shall make advance payment in respect of materials intended for but not yet incorporated

in the Works in accordance with conditions stipulated in the Contract Data.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

47

52. Securities

52.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter

of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the

Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28

days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids

shall be valid until a date 28 days from the date of issue of the certificate of completion. ‘The

performance security of joint venture shall be in the name of the joint venture’.

53. Deleted

54. Cost of Repairs

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and

the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if

the loss or damage arises from the Contractor's acts or omissions.

E. Finishing the Contract

55. Completion

55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the

Engineer will do so upon deciding that the Work is completed.

56. Taking Over

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a

certificate of Completion.

57. Final Account

57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor

considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall

issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56

days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall

issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If

the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the

amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the

Contractor’s revised account.

58. Operating and Maintenance Manuals

58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall

supply them by the dates stated in the Contract Data.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data,

or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the

Contract Data from payments due to the Contractor.

59. Termination

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental

breach of the Contract.

59.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current

program and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not

withdrawn within 28 days;

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

48

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a

reconstruction or amalgamation;

(d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days

of the date of the Engineer's certificate;

(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of

Contract and the Contractor fails to correct it within a reasonable period of time determined by

the Engineer;

(f) the Contractor does not maintain a security which is required;

(g) the Contractor has delayed the completion of works by the number of days for which the

maximum amount of liquidated damages can be paid as defined in the Contract data; and

(h) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as

defined in GCC Clause 64, in competing for or in executing the Contract.

( i ) “The contractor (in case of joint venture) has modified the composition of the joint venture and /

or the responsibility of each member of the joint venture from what is stated in joint venture

agreement without prior approval of the Employer”.

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other

than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is

fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure

and leave the Site as soon as reasonably possible.

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the

Engineer shall issue a certificate for the value of the work done less advance payments received up to

the date of the issue of the certificate, less other recoveries due in terms of the contract, fewer taxes due

to be deducted at source as per applicable law and less the percentage to apply to the work not

completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the total

amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt

payable to the Employer.

60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of

Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the

reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on

the Works, and the Contractor's costs of protecting and securing the Works and less advance payments

received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes

due to be deducted at source as per applicable law.

61. Property

61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property

of the Employer, if the Contract is terminated because of a Contractor’s default.

62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of

either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated.

The Contractor shall make the Site safe and stop work as quickly as possible after receiving this

certificate and shall be paid for all work carried out before receiving it and for any work carried out

afterwards to which commitment was made.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

49

63. Suspension of World Bank Loan or Credit

63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the

payments to the Contractor are being made:

(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having

received the World Bank’s suspension notice.

(b) If the Contractor has not received sums due to it upon the expiration of the 28 days for payment

provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination

notice.

64. Fraud and Corruption

64.1 The Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as Bidders, Suppliers,

Contractors, and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the

procurement and execution of such contracts.1 In pursuit of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice”2 is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of

value to influence improperly the action of another party;

(ii) “fraudulent practice” 3 is any act or omission including misrepresentation , that knowingly or

recklessly misleads, or attempts to mislead, a party to obtain a financial or tother benefit or to avoid

an obligation;

(iii) “collusive practice” 4 is an arrangement between two or more parties designed to achieve an improper

purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” 5 is impairing or harming, or harming , or threatening to impair or harm, directly

or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or

making false statements to investigators in order to materially impede a Bank investigation into

allegations of a corrupt, fraudulent, coercive or collusive practice and/or threatening, harassing or

knowledge of matters relevant to the investigation or from pursuing the investigation or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for

under sub-clause 3.1 (e) below.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through

an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the

Contract in question;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the

Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive or coercive practices during

the procurement or the execution of that contract, without the Borrower having taken timely and appropriate

action satisfactory to the Bank to address such practices when they occur;

(d) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period

of time, to be awarded a Bank-financed contract if it at any time determines that the firm has directly or through

an agent, engaged, in corrupt, fraudulent, collusive or coercive or obstructive practices in competing for, or in

executing, a Bank-financed contract; and

(e) will have the right to require that a provision be included in Bidding Documents and in contracts financed by a

Bank loan, requiring Bidders, Suppliers, Contractors and their sub contractors to permit the Bank to inspect

their accounts and records and other documents relating to the bid submission and contract performance and to

have them audited by auditors appointed by the Bank.

1 in this context, an action taken by a bidder, supplier, contractor or a subcontractor to influence the procurement process or contract execution

for undue advantage is improper.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

50

2 “another party” refers to a public official” includes World Bank staff and employees of contract execution]. In this context, “public official”

includes World Bank staff and employees of other organizations taking a reviewing procurement decisions.

3 a “party” refers to public official; the terms “benefits” and “obligation” relate to the procurement process or contract execution and the “act or

omission” is intended to influence the procurement process or contract execution.

4 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non

competitive levels.

5 a “party” refers to a participant in the procurement process or contract execution.

F. Special Conditions of Contract

1. LABOUR :

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement

of all staff and labour, local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at

such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour

from time to time employed by the Contractor on the Site and such other information as the Engineer may

require.

2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing

labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central

Government or local authority and any other labour law (including rules), regulations, bye laws that may be

passed or notification that may be issued under any labour law in future either by the State or the Central

Government or the local authority. Salient features of some of the major labour laws that are applicable to

construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is

taken against the Employer by the competent authority on account of contravention of any of the provisions of

any Act or rules made there under, regulations or notifications including amendments. If the Employer is caused

to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the

provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the

part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor

including his amount of performance security. The Employer/Engineer shall also have right to recover from the

Contractor any sum required or estimated to be required for making good the loss or damage suffered by the

Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the

Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS

ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK

(The law as current on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out

of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain

conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days

wages for every completed year of service. The Act is applicable to all establishments employing 10 or more

employees.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

51

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly

contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case

of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be

provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required

to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of

Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to

the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by

appropriate Government as per provisions of the Act if the employment is a scheduled employment.

Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lies down as to by what date the wages are to be paid, when it will be paid and

what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male

and Female workers and for not making discrimination against Female employees in the matters of transfers,

training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The

Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of

wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/-

per month or above up to Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month

only. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five

years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to

10 for the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial

disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or

retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or

more workmen (employment size reduced by some of the States and Central Government to 50). The Act

provides for laying down rules governing the conditions of employment by the Employer on matters provided in

the Act and get the same certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and

employers. The Trade Unions registered under the Act have been given certain immunities from civil and

criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years

of age in certain occupations and processes and provides for regulation of employment of children in all other

occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is

applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary

(who has recruited workmen in one state for employment in the establishment situated in another state). The

Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be

provided certain facilities such as housing, medical aid, traveling expenses from home up to the establishment

and back, etc.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

52

o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996

and the Cess Act of 1996: All the establishments who carry on any building or other construction work and

employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the

rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the

establishment is required to provide safety measures at the Building or construction work and other welfare

measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the

work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the

Registering Officer appointed by the Government.

p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health

and safety provisions, welfare provisions, working hours, annual earned leave and rendering information

regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing

10 persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing

process.

3. SUB-CONTRACTING (GCC Clause 7) Please add the following as Clause 7.2:

The contractor shall not be required to obtain any consent from the employer for:

a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;

b) the provision of labour; and

c) the purchase of materials which are in accordance with the standards specified in the Contract.

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because

of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the

Engineer will consider the following before according approval:

- The contractor shall not sub-contract the whole of the Works.

- The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any

such consent shall not relieve the contractor from any liability or obligations under the contract and he

shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as

fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-

contractors so proposed for the Work possess the experience, qualifications and equipment necessary for

the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific

authorization by the prime contractor so that this arrangement does not alter the contractor's liability or

obligations under the contract.

4. ARBITRATION (GCC Clause 25.3)

The procedure for arbitration will be as follows:

25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any

matter arising out of or connected with this agreement, such disputes or difference shall be settled in

accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3

arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be

chosen by the two Arbitrators so appointed by the Parties and shall act as presiding arbitrator. In case of

failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30

days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be

appointed by the President of the Institution of Engineers (India)

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

53

(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20 percent

of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be furnished along

with the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in the contract. In

view of the above, normally no additional sub-contracting should arise during execution of the contract.

2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more

effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in addition

to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-contracting

exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.

3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or

merger of companies etc.

(b) In the case of dispute with a Foreign contractor the dispute shall be settled in accordance with

provisions of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators

one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by

the two Arbitrators so appointed by the Parties, and shall act a presiding arbitrator. In case of failure

of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days

from the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be

appointed by the President of the Institution of Engineers (India).

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within 30

days after receipt of the notice of the appointment of its arbitrator by the other party, then the President

of the Institution of Engineers (India), both in cases of the Foreign Contractor as well as Indian

Contractor, shall appoint the arbitrator. A certified copy of the order of the President of the Institution

of Engineers (India) making such an appointment shall be furnished to each of the parties.

(d) Arbitration proceedings shall be held at Hyderabad, Andhra Pradesh, India, and the language of the

arbitration proceedings and that of all documents and communications between the parties shall be

English.

(e) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and

expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the

expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings

as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be

borne by each party itself.

(f) Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be

referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the

parties; failing such agreement, by the appointing authority, namely the President of the Institution of

Engineers (India).

(g) Performance under the contract shall continue during the arbitration proceedings and payments due to

the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration

proceedings.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

54

5. PROTECTION OF ENVIRONMENT:

Add the following as GCC Clause 16.2:

The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage

or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes

arising as a consequence of his methods of operation.

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing

enactments on environmental protection and rules made there under, regulations, notifications and bye-laws of

the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed

or notification that may be issued in this respect in future by the State or Central Government or the local

authority.

Salient features of some of the major laws that are applicable are given below:

The Water (Prevention and Control of Pollution) Act, 1974, this provides for the prevention and control of

water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such

contamination of water or such alteration of the physical, chemical or biological properties of water or such

discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether

directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to

public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life

and health of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of

air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid,

liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend

to be injurious to human beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and

for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants

and property. 'Environment' includes water, air and land and the inter-relationship which exists among and

between water, air and land, and human beings, other living creatures, plants, micro-organism and property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of

providing immediate relief to the persons affected by accident occurring while handling hazardous substances

and for matters connected herewith or incidental thereto. Hazardous substance means any substance or

preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and

exceeding such quantity as may be specified by notification by the Central Government.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

55

6. LIQUIDATED DAMAGES:

Sub-clause 49.1:

Please substitute the last sentence with the following:

“Time is the essence of the contract and payment or deduction of liquidated damages shall not relieve the

contractor from his obligation to complete the work as per agreed construction program and milestones or from

any other of the contractor’s obligations and liabilities under the contract.”

______________________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

56

SECTION 4

CONTRACT DATA

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

57

Contract Data

Items marked "N/A" do not apply in this Contract.

The following documents are also part of the Contract: Clause Reference

· The Schedule of Operating and Maintenance Manuals [58]

· The Schedule of Other Contractors [8]

· The Schedule of Key Personnel [9]

· The Methodology and Program of Construction & Environmental Management Plan [27]

· The Schedule of Key and Critical equipment to be deployed [27]

on the work as per agreed program of construction

· Site Investigation reports [14

The Borrower is Government of India/ Government Andhra Pradesh [1.1]

The World Bank means International Bank for Reconstruction and Development (IBRD) 1.1]

and loan refers to an IBRD Loan

The above insertions should correspond to the information provided in the Invitation of Bids.

The Employer is

Name: Superintending Engineer, NSLBC O&M Circle, Tekulapally, Khammam (1.1)

Address: Office of the Superintending Engineer,

NSLBC O&M Circle, Tekulapally, Khammam – 507 002,

Khammam District, A.P.

Name of authorized Representative: Superintending Engineer, NSLBC O&M Circle, Tekulapally, Khammam.

The Engineer is (1.1)

Name: Executive Engineer

Address: O & M Division, Kalluru, Khammam.Dt.

Name of Authorized Representative: Deputy Executive Engineer, O & M Sub – Division, Tallada.Khammam. Dt.

The Adjudicator appointed jointly by the Employer and Contractor is:

Name : Sri R.Satyanarayana (1.1)

Address : Chief Engineer (Retired) I&CAD Department, Hyderabad.

The name and identification number of the Contract is NSP - APWSIP – Rehabilitation and modernization of 21st Main

Branch Canal from KM. 0.000 to KM. 52.300 of Nagarjunasagar Lal Bahadur Canal, A.P, India. Package No. LC - KMM – 6.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

58

Scope of Work:- This package mainly consists of Resectioning i.e., Strengthening and widening of banks, removal of deposited earth from

canal bed, Cement Concrete lining for bed and sides for the reach from km. 0.000 to 2.568 with Paver finisher with the assistance of Batching

plants and transit mixers , repairs to Structures such as cladding concrete along the rear side abutments, Providing 100mm thick Cement concrete

protective lining to upstream and downstream of structures with conventional placement, Repointing and Grouting to masonry piers and abutments

of structures, reconstruction and repairs to SL and DL bridges, repairs and painting to hand rails of bridges and Replacement of worned out

mechanical parts of Off take sluices such as Shutters, Gear boxes with painting to the shutters with enamel paint.

The Start Date shall be the date of issue of notice to proceed with the work. (1.1)

INTENDED COMPLETION DATE FOR THE WHOLE OF THE WORKS IS 51 MONTHS WITH THE FOLLOWING MILE STONES.

Mile stone Physical work to be completed Quantity Cumulative Quantity

Period Period Cumulative

15 Months 15 Months

1. EARTH WORK 1381998Cum 1381998Cum 2. C.C. LINING 23635 Sqm

(2363 Cum) 23635 Sqm (2363 Cum)

3. CEMENT CONCRETE ITEMS 3422 Cum 3422 Cum

4. SHOT CREETING 24087Sqm 24087Sqm

5. STRUCTURES (REPAIRS) 24 Nos 24 Nos

1st Mile stone

6. Mechanical works 3 Nos. 3 Nos.

12 Months 27 Months

1. EARTH WORK 829199Cum 2211197Cum

2. C.C. LINING 94541 Sqm (9454 Cum)

118176 Sqm (11818 Cum)

3. CEMENT CONCRETE ITEMS 13686 Cum 17108 Cum

4. SHOT CREETING 18075 Sqm 42162 Sqm

5. STRUCTURES (REPAIRS) 18 Nos 42 Nos

2nd

Mile stone

6. Mechanical works 3 Nos. 6 Nos.

12 Months 39 Months

1. EARTH WORK 552799 Cum 2763996 Cum

2. C.C. LINING 94541 Sqm (9454 Cum)

212717 Sqm (21272 Cum)

3. CEMENT CONCRETE ITEMS 13686Cum 30794 Cum

4. SHOT CREETING 18075 Sqm 60237 Sqm

5. STRUCTURES (REPAIRS) 18 Nos 60 Nos

3rd Mile stone

6. Mechanical works 2 Nos. 8 Nos.

12 Months 51 Months

1. EARTH WORK -- 2763996 Cum

2. C.C. LINING 23635 Sqm (2363 Cum)

236352 Sqm (23635 Cum)

3. CEMENT CONCRETE ITEMS 3422 Cum 34216 Cum

4. SHOT CREETING 16060 Sqm 76297 Sqm

5. STRUCTURES (REPAIRS) 16 Nos. 76 Nos.

4th Mile stone

6. Mechanical works 2 Nos. 10 Nos.

ALL ITEMS COMPLETE

ALL ITEMS COMPLETE

Note:- The works inside the canal prism are to be executed during the normal annual canal closure period, approximately April 1st to July 15th ( 90 days ) every year. This period may vary some what depending upon meeting of any urgent water demands as per G.O. A.P. instructions

The following documents also form part of the Contract: [2.3]

Andhra Pradesh Standard Specifications,

Relevant Indian Standard Specifications and codes.

The Contractor shall submit a revised Program including Environmental

Management Plan for the Works (in such form and detail as the

engineer shall reasonably prescribe) within 14 days of

delivery of the Letter of Acceptance. [27]

The Site Possession Dates shall be: The date of issue of notice to procced with the work.

Section 1 _______________________________

Section 2 _______________________________

Section 3 _______________________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

59

The Site is located at Khammam Revenue Division of Khammam District and is defined in drawings Nos. 4 [1]

The Defects Liability Period is 365 days ( 1 Year ) from the date of certification of completion of works. (where

sectional completion certificate is issued this will apply from those dates for those sections). [35]

Insurance requirements are as under: [13]

Minimum Cover for

Insurance

Maximum deductible for

Insurance

(i) Works and Plant and Materials

100 % Minimum 5%

(ii) Loss or damage to Equipment

100 % Minimum 5%

(iii) Other Property

100 % Minimum 5%

(iv) Personal injury or death insurance:

a) for other people;

100 %

Nil

b) for Contractor’s Employees In accordance with the statutory requirements applicable to

India

NOTE:- The absolute figures will be mentioned during signing of contract.

The following events shall also be Compensation Events: [44]

1. – NIL –

2. - NIL –

3. – NIL -

The period between Program updates shall be 30 days. [27]

The amount to be withheld for late submission of an updated

Program shall be Rs. 1.00 Lakh. [27]

The language of the Contract documents is English [3]

The law which applies to the Contract is the laws of Union of India [3]

The currency of the Contract is Indian Rupees. [46]

Fees and types of reimbursable expenses to be paid to the Adjudicator [25]

Appointing Authority for the Adjudicator is president, Institute of Engineers India. [26]

The formula(e) for adjustment of prices are: [47]

R = Value of work as defined in Clause 47.1 of Conditions of Contract.

Adjustment for labour component

(i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the

following formula:

VL = 0.85 x Pl/100 x R x (Li - Lo)/Lo

VL = increase or decrease in the cost of work during the quarter under consideration due to changes in

rates for local labour.

Lo = the average consumer price index for industrial workers for Vijayawada centre for the quarter

preceding the date of opening of Bids as published by Labour Bureau, Ministry of Labour,

Government of India.

Li = The average consumer price index for industrial workers for Vijayawada centre for the quarter

under consideration as published by Labour Bureau, Ministry of Labour, Government of India.

Pl = Percentage of labour component of the work.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

60

Adjustment for cement component

(ii) Price adjustment for increase or decrease in the cost of cement procured by the contractor shall be paid in

accordance with the following formula.

Vc = 0.85 x Pc/100 x R x (Ci - Co)/Co

Vc = Increase or decrease in the cost of work during the quarter under consideration due to changes in

the rates for cement

Co = The all India average wholesale price index for cement for the quarter preceding the date of

opening of Bids as published by the Ministry of Industrial Development, Government of India,

New Delhi

Ci = The all India average wholesale price index for cement for the quarter under consideration as

published by Ministry of Industrial Development, Government of India, New Delhi

Pc = Percentage of cement component of the work

Adjustment for steel component

(iii) Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be paid in

accordance with the following formula:

Vs = 0.85 x Ps/100 x R x (Si - So)/So

Vs = Increase or decrease in the cost of work during the quarter under consideration due to changes in

the rates for steel

So = The all India average wholesale price index for steel (Bars and Rods) for the quarter preceding the

date of opening of Bids as published by the Ministry of Industrial Development, Government of

India, New Delhi

Si = The all India average wholesale price index for steel (Bars and Rods) for the quarter under

consideration as published by Ministry of Industrial Development, New Delhi

Ps = Percentage of steel component of the work

Note: For the application of this clause, index of Bars and Rods has been chosen to represent steel

group.

Adjustment of Bitumen component

(iv) Price adjustment for increase or decrease in the cost of bitumen shall be paid in accordance with the

following formula:

Vb = 0.85 x Pb/100 x R x (Bi - Bo)/Bo

Vb = Increase or decrease in the cost of work during the quarter under consideration due to changes in

the rate for bitumen.

Bo = The average official retail price of bitumen at the IOC depot at Vijayawada on the day 30 days

prior to date of opening of Bids.

Bi = The average official retail price of bitumen at IOC depot at Vijayawada for the 15th day of the

middle calendar month of the quarter under consideration.

Pb = Percentage of bitumen component of the work.

Adjustment of POL (fuel and lubricant) component

(v) Price adjustment for increase or decrease in cost POL (fuel and lubricant) shall be paid in accordance

with the following formula:

Vf = 0.85 x Pf/100 x R x (Fi - Fo)/Fo

Vf = Increase or decrease in the cost of work during the quarter under consideration due to changes in

rates for fuel and lubricants.

Fo = The average official retail price of High Speed Diesel (HSD) at the existing consumer pumps of

IOC at Hyderabad on the day thirty days prior to the date of opening of Bids.

Fi = The average official retail price of HSD at the existing consumer pumps of IOC at Hyderabad for

the 15th day of the middle calendar month of the quarter under consideration.

Pf = Percentage of fuel and lubricants component of the work.

Note: For the application of this clause, the price of High Speed Diesel oil has been chosen to represent

fuel and lubricants group.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

61

Adjustment for Plant and Machinery Spares component

(vi) Price adjustment for increase or decrease in the cost of plant and machinery spares procured by the

Contractor shall be paid in accordance with the following formula:

Vp = 0.85 x Pp/100 x R x (Pi - Po)/Po

Vp = Increase or decrease in the cost of work during the quarter under consideration due to changes in

the rates for plant and machinery spares

Po = The all India average wholesale price index for heavy machinery and parts for the quarter

preceding the date of opening of Bids as published by the Ministry of Industrial Development,

Government of India, New Delhi

Pi = The all India average wholesale price index for heavy machinery and parts for the quarter under

consideration as published by Ministry of Industrial Development, New Delhi

Pp = Percentage of plant and machinery spares component of the work

Note: For the application of this clause, index of Heavy Machinery and Parts has been chosen to

represent the Plant and Machinery Spares group.

Adjustment of Local materials

(vii) Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and

POL procured by the contractor shall be paid in accordance with the following formula:

Vm = 0.85 x Pm/100 x R x (Mi - Mo)/Mo

Vm = Increase or decrease in the cost of work during the quarter under consideration due to changes in

rates for local materials other than cement, steel, bitumen and POL.

Mo = The all India average wholesale price index (all commodities) for the quarter preceding the date of

opening of Bids, as published by the Ministry of Industrial Development, Government of India,

New Delhi.

Mi = The all India average wholesale price index (all commodities) for the quarter under consideration

as published by Ministry of Industrial Development, Government of India, New Delhi.

Pm = Percentage of local material component (other than cement, steel, bitumen and POL) of the work.

The following percentages will govern the price adjustment for the entire contract:

1. Labour - Pl 20 %

2. Cement - Pc 15 %

3. Steel - Ps 45 %

4. Bitumen - Pb 0 %

5. POL - Pf 5 %

6. Plant & Machinery Spares - PP 0 %

7. Other materials - Pm 15 %

Total 100%

The proportion of payments retained (retention money) shall be 6% from each bill

subject to a maximum of 5% of final contract price (48)

“In addition to the retention money” an amount equivalent to 20% of the cost of structures shall be with held from

the running bills for non completion such as hydraulic structures, measuring devises etc. other items of work in that

specified mile stone. This amount will be released after completion of such item of works in the respective milestone.

The liquidated damages for the whole of the works are Rs. 2.38 Lakhs per day. [49]

For Mile stone 1 Rs. 0.70 Lakhs per day

For Milestone 2 Rs. 0.76 Lakhs per day

For Milestone 3 Rs. 0.68 Lakhs per day

For Milestone 4 Rs. 0.24 Lakhs per day

The maximum amount of liquidated damages for the whole of the works is ten percent of final contract price. [49]

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

62

The amounts of the advance payment are: [51]

Nature of Advance Amount (Rs.) Conditions to be fulfilled

1. Mobilization 5% of the Contract price On submission of un-conditional Bank Guarantee.

(to be drawn before end of 20% of Contract period)

2. Equipment

(This advance is not

applicable for

equipment already

owned or hired/

leased by the

contractor.)

90% for new and 50% of depreciated

value for old equipment. Total

amount will be subject to a maxi-

mum of 5% of the Contract price.

After equipment is brought to site as per agreed

construction program (provided the Engineer is

satisfied that the equipment is required for

performance of the contract) and on submission of

unconditional Bank Guarantee for amount of advance.

3. Secured advance

for non-

perishable

materials brought

to site

75% of Invoice value or Market

value - lower of the two.

a) The materials are in-accordance with the

specification for Works;

b) Such materials have been delivered to site, and are

properly stored and protected against damage or

deterioration to the satisfaction of the Engineer.

The contractor shall store the bulk material in

measurable stacks.;

c) The Contractor’s records of the requirements,

orders, receipt and use of materials are kept in a

form approved by the Engineer and such records

shall be available for inspection by the Engineer;

d) The contractor has submitted with his monthly

statement the estimated value of the materials on

site together with such documents as may be

required by the Engineer for the purpose of

valuation of the materials and providing evidence

of ownership and payment thereof;

e) Ownership of such materials shall be deemed to

vest in the Employer for which the Contractor

has submitted an Indemnity Bond in an

acceptable format; and

f) The quantity of materials are not excessive

and shall be used within a reasonable time as

determined by the Engineer.

(The advance payment will be paid to the Contractor no later than 15 days after fulfillment of the above conditions).

Repayment of advance payment for mobilization and equipment: [51]

The advance shall be repaid with percentage deductions from the interim payments certified

by the Engineer under the Contract. Deductions shall commence in the next Interim Payment

Certificate following that in which the total of all such payments to the Contractor has

reached not less than 15 percent of the Contract Price or ONE months from the date of

payment of first installment of advance, whichever period concludes earlier, and shall be

made at the rate of 7.50% of the amounts of all Interim Payment Certificates until such time

as the advance has been repaid, always provided that the advance shall be completely repaid

prior to the expiry of the original time for completion.

Repayment of secured advance:

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

63

The advance shall be repaid from each succeeding monthly payments to the extent materials

[for which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of

Contract Data on pre page] have been incorporated into the Works.

The Securities shall be for the following minimum amounts equivalent as a percentage of [52]

the Contract Price:

Performance Security for 5 per cent of contract price plus Rs.2,22,08,000.00 vide BG.No.2008/02,

dt.10.12.2013 + Rs.37,92,874.00 vide BG.No.4025 IBG ISO 80062 dt.10.12.2013 valid up to 10.12.2013

(Rs.2,22,08,000.00 + Rs.37,92,874.00 = Rs.2,60,00,874/-) (Performance Security only) [in terms of ITB Clause

29.5].

The standard form of Performance Security acceptable to the Employer shall be an unconditional

Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.

Not applicable [58]

The following events shall also be fundamental breach of contract: [59.2]

1. The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of

GCC

2. The contractor does not adhere to the agreed construction program and agreed

environmental management plan (Clause 27 of GCC) and also fails to take satisfactory

remedial action as per agreements reached in the management meetings (Clause 31) for

a period of 60 days.

3. The contractor fails to carry out of the instructions of Engineer within a reasonable time

determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.

The percentage to apply to the value of the work not completed representing the Employer's [60]

additional cost for completing the Works shall be 20 percent.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

64

SECTION 5

SPECIFICATIONS

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

65

DIVISION-1: GENERAL SPECIFICATIONS

The term the Indian standard Specifications as used herein means the recent Indian Standard Specifications with all

amendments published up to the date of submission of tenders. A statement of applicable Indian standard Specification

applicable is tabulated below:

LIST OF INDIAN STANDARDS

S. No.

SHORT TITLE

I.S.NUMBER

I

AGGREGATES

1 Aggregate (Coarse and Fine) from Natural Source for

Concrete

383-1970

2 Natural Manufactured

Aggregates for Use in Mass Concrete

515-1950

3 Specification for Sand for Masonry 2116-1980

4 Method for Tests for Aggregates for Concrete 2386-1963

II

BUILDING STONES

1 Method of Test for Determination of Strength Properties for

natural Building Stones

Part I – Compressive Strength

Part II- Transverse Strength

Part III – Tensile Strength

Part IV – Shear Strength

1121-1974

(Part I to Part IV)

2 Quarrying Stones for Construction purposes Recommended

Practice

8321-1977

3 Measurement of Building and Civil Engineering Works 1200-1975

4 Part IV- Stone Masonry: Specifications for Dressing

Natural Building Stones

1129-1972

III

STEEL

1 Code of Practice for Bending and Fixing of Bars for

Concrete Reinforcement

2502-1963

2 Specifications for High Strength Deformed Steel Bars and

Wires for Concrete Reinforcement

1786-1985

3 Welding of MS bars used for Reinforcement 2751-1966

4 Use of Metal Welding for Construction in Mild Steel 816-1969

5 Deformed Bars for RCC Reinforcement Hot Rolled MS and

Medium Tensile Steel

1130-1966

6 Recommendation for Detailing of Reinforcement in

Reinforced Cement Concrete Works

5525-1969

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

66

S. No.

SHORT TITLE

I.S.NUMBER

7 Mild Steel and Medium Tensile Steel Bars for Concrete

Reinforcement

432-1960

8 Code of Practice for Bending and Fixing of Bars for

Concrete Reinforcement

(Part-I)

9 Code of Practice for Safety and Health Requirement in

Electric and Gas Welding and Cutting Operations

818-1968

10 Code of Practice for Fire Precautions in Welding and

Cutting Operations

3016-1966

11 Measurement of Building and Civil Engineering Works 1200-1967

12 Measurement of Building and Civil Engineering Works

(Steel Work and Iron Work)

1200-1967

(Part – VIII)

13 Filter Rods and Wire for Gas Welding 1278-1972

IV

MASONRY:

1 Code of Practice for Construction of Stone Masonry Part-I

Rubble Stone Masonry

1597

(Part-I) – 1967

2 Code of Practice for Construction of Stone Masonry Part –

II Ashlar Masonry

1597

(Part-II) – 1967

3 Specifications for Fly ash for Use as Pozzolana 3812-1981

(Part I)

4 Measurement of Building and Civil Engineering Works

Part – XII Plastering and Pointing

1200-1976

(Part-XII)

V

CONCRETE:

1 Measurement of Building and Civil Engineering Works

Method of Concrete Works

1200-1974

2 Concrete Works Code of Practice for Plain and Reinforced

Concrete

456-2000

3 Pre-cast Concrete Coping Blocks 5751-1969

4 Method of Test of Strength of Concrete 516-1959

5 Code of Practice for Laying in-situ Cement Concrete on

Drains

3873-1978

6 Specifications for Admixture for Concrete 9103-1979

7 Method of Test for Autoclaved Cellular Concrete Products 6441-1972 c 1973 Part-I to

IX

8 Method of Sampling and analysis of Concrete 1199-1976

9 Concrete Mixer – Batch Type 1971-1968

10 Concrete Vibrators – Immersible Type 2502-1968

11 Method of Test for Permeability of Cement Mortars and

Concrete

3035-1966

12 Specifications for Fly ash for Use as Pozzolana as

Admixture for Concrete

3812-1966

(Part-II)

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

67

S. No.

SHORT TITLE

I.S.NUMBER

13 Portable Swing weigh Batch for Concrete (Single And

double Bucket Type)

2722-1964

14 Code of Practice for Installation of Joints in Concrete

Pavements

6509-1972

VI

EARTH WORK

1 Method of Measurement of Building and Civil Engineering

Works Part – I Earth Work

1209-1974

(Part-I)

2 Safety Code for Piling and other deep foundations 5121-1969

3 Code of Practice for Design, Installation, Observation and

Maintenance of Uplift Pressure pipes for Hydraulic

Structure on Permeable Foundation

6532-1972

4 Safety Code for Excavation Works 3764-1966

5 Protection of Slopes for Reservoir Embankments 8237-1976

6 Code of Practice for Earth Works on Canals 4701-1982

7 Guidelines for Lining of Drains in Expansive Soils 9451-1980

8 Method of Test for Soils Part-I Determination of Water

Content

1973

9 Determination of Water content , Dry Density 2720-1975

(part-VII)

10 Determination of Dry Density of Soils in Place 2720-1975

(part-XXVIII)

11 Determination of Dry Density of Soils in Place 2720-1975

(part-XXIX)

12 Safety Code of Blasting and Related Drilling Operations 4031-1967

13 Guide Lines for Planning and Design of Surface Drains 8835-1978

VII

CEMENT

1 Specification for 33 Grade ordinary Portland cement 269-1989

2 Specification for Rapid hardening Portland cement 8041-1990

3 Specification for Portland Pozzolona cement. 1489 – (part. 1&2) 1991

4 Methods of physical test for hydraulic cement 4032 – 1988

5 Method of chemical analysis of hydraulic cement.

4032 – 1985

6 Method of sampling for hydraulic cement

3535 – 1986

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

68

S. No.

SHORT TITLE

I.S.NUMBER

7 Standard sand for testing of cement

650 – 1991

8 Specification for 43 Grade OPC……

8182 – 1989

9 Specifications for 53 Grade OPC……

12269 – 1987

VIII

OTHER SUBJECT

1 Safety Code for Scaffold 3698-1966

(Part-I)

2 Safety Code for Ladders 3696-1966

(Part-II)

3 Recommendation on stacking and storage of Construction

Materials at site

4082-1977

In addition to the Indian Standard Specifications, wherever necessary the specifications prescribed in Andhra

Pradesh Standard Specification shall also be followed.

______________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

69

DIVISION – 2 : SITE WORK

SECTION-2.1: CLEARING AND GRUBBING

a) Clearing:

The portion of the right-of-way where required for construction the work under these specifications shall be

cleared of all vegetation, plants, bushes, rubbish, and other objectionable matter. Trees designated by the

Engineer-in-Charge shall not be cut and shall be protected from injury. Such cleared material shall be

disposed off as provided in sub-paragraph c, below or removed from the site of work before the date of

completion of the contract as approved by the Engineer-in-Charge. The clearing operation shall be in

accordance with clauses 4.1, 4.1.1, 4.2 and 4.3 of I.S.4701-1982 Indian code of practice for earth work in

canals. Surface boulders either loose or partly embedded in the ground will have to be removed and stacked

as directed.

b) Grubbing:

The ground surface under all embankments of normal dimensions as shown on the drawings and under other

embankments where directed by the Engineer-in-Charge and the surface of all excavation that is to be used

for embankments shall be cleared of all stumps, roots and vegetable matter of every kind. The stumps shall

be pulled or otherwise removed and roots shall be grubbed.

c) Disposal of cleared and grubbed material:

The disposal of cleared and grubbed material shall be in accordance with clause 4.1.1 of I.S.4701 Code of

practice for earth work in canals. All waste material to be burnt shall be piled neatly and when in suitable

condition, shall be burnt completely to ashes. Piling of waste material for burning shall be done at such a

location and in such a manner as would not cause any fire risk. Necessary precaution shall be taken to

prevent spreading of fire to areas beyond the limits of cleared areas. Suitable materials and equipment for

prevention and suppression of fire shall be kept available at all times.

d) Payments:

Separate payment will not be made for clearing and grubbing including disposal of the cleared and grubbed

material required under the above paras. The contractor shall include the cost thereof in the price bid in the

bill of quantities of the contract for the relevant finished item of work for which clearing and grubbing as

mentioned in the above paras are required. No payment towards removal of small stones and boulders of size

less than 0.03 cubic meters will be made and the rate quoted for excavation should be inclusive of this item.

However surface boulders of size greater than 0.03 cum but less than 3 cubic meters, either loose or partly

embedded in the ground when removed, payment will be made for actual quantity at the rate quoted in bill of

quantities for the relevant classification on stack measurement, duly deducting 40% towards voids.

Payment will be made for clearing of juliflora (prosafis) jungle including uprooting and removing of

juliflora etc., complete and thrown out side the banks at the rate quoted in bill of quantities.

_________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

70

DIVISION – 3 : EARTH WORK

SECTION 3.1: EXCAVATION

3.2.1 Excavation for Canals/ Drains :

General:

The canal/ drain sections are shown on the drawings. Drains are also indicated, wherever needed, on the

drawings. The Government reserves the right, during the progress of work to vary the slopes of Excavations

and the slopes of the embankment and the dimensions thereon. Any increase or decrease of quantities

excavated as a result such variations will be included in the estimates. If the Engineer-in-charge determines

that the contractors costs of performing the work will be increased or decreased by reasons of such variations

an equitable adjustment will be made to cover his increased or decreased costs and the payment will be done

as per conditions of contract. Stones and indurate material shall be removed from materials to be used for

compacted embankments. Suitable material excavated from the drains and not required for construction of

the canal / drains, embankments shall be used to construct O & M roads, ramps and bridge approach

embankments. The excavation of drain both in soils and rock shall confirm to Clauses 5.1 to 5.3 of I.S: 4701-

1982.

3.2.2 Earth Work Excavation in Canals/ Drains:

1. a) Pre-levels shall be taken by the department officers for preparation of detailed estimates reflecting the

status of pre-excavation condition of the canals before the tenders are invited. The pre-levels are with

reference to reference points fixed permanently for indicating the chainage and with reference to bench

marks established along the drains/canal on permanent points. Cross sections are generally taken at 25m

intervals along the length of the Main/Major and Medium canals and at 50 m intervals for minor canals.

Levels in the cross sections are at 3 m intervals. Where felt necessary the levels will be taken at closer

intervals. The pre-levels are recorded, checked and super checked according to the rules in force.

b) Bench marks are available along the drains/canals at about 500 metes intervals. Reference line and

center line are also available. The Contractor at his own cost shall establish additional reference lines at

suitable points as considered by him for the convenience of carrying out the works. The Contractor will be

responsible for the accuracy of his B.M s and reference lines. The Contractor shall take precautions to see

that the lines, the points (pegs etc.) and B.M s fixed by the Department are not disturbed.

2. After conclusion of the agreement for the work, the levels taken reflecting the pre-execution status of the

canal /drain are made available to the contractor. The contractor may make his own arrangements to get the

levels checked if he considers it necessary and seek clarification in the event of any variations. The decision

of the Executive Engineer as to the final reconciliation of the levels in the event of any clarification sought or

protest made by the Contractor is final.

3. The Contractor should accept and sign the record of levels after obtaining any clarifications as detailed in

condition (2) above from the Executive Engineer. The site shall be handed over and the contractor is

permitted to commence the work only after such acceptance. In case the contractor does not accept the record

of levels or delay in giving his acceptance, it will in no way alter or diminish his obligations under the

agreement and restrain the Departmental Officers in exercising their power.

4. Each milestone shall be divided into sub-reaches of 25 m. length for main and branch canals and major and

medium drains and at 50 m for minor drain depending upon the labor mustered for the purpose of executing

the work.

5. Earth work shall be done from the lower end of the drains/canal, its confluence with another drains/canal or

with sea or river and extended to the Upper end.

6. The contractor will be permitted to occupy only such length of the reach adequate for a month’s work for the

labour mustered or machinery engaged by the contractor on the commencement of the work.

7. On completion of one sub-reach, work in another sub-reach will be permitted.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

71

8. The contractor shall complete every sub-reach of 25 m for main and branch canals and major and medium

drains and 50 m for minor drains or such other length as permitted to ultimate levels and achieve the final

section of execution.

9. On completion some sub-reaches fully, the contractor shall notify such completed sub-reaches with full

details to the concerned Departmental Officers with a request to record the final measurements of such

completed sub-reaches.

10. If only part work is done in a sub-reach it does not qualify for payment and will not be measured for payment.

Any claim for payment for part work done in sub-reach will not be entertained. Where for valid reasons, only

part could be done in any sub-reach, payment for the work, done in full or the part could be made under the

orders of the Superintending Engineer.

11. The measurements for any completed sub-reach will be valid only when recorded by levels and check leveled

and super checked according to the rules in force. Payment shall then be made only for the completed sub-

reach, the measurements for which have been recorded by levels.

12. The contractor before starting the work shall construct model sections at specified intervals as per rules for

the full design section and levels.

13. a) Excavation must be done in accordance with the cross section to the designed bed levels and side slopes.

The excavated earth has to be deposited on banks for forming continuous banks on either side of the

drains/canal as directed by the department.

b) Measurement and payment: Except as specified herein, measurement, for payment of excavation for

drain/canal will be made to the lines shown on drawing or as prescribed by the Engineer-in-Charge. Payment

for excavation for drain/canal will be made at the applicable unit prices per cubic meter bid for drain/canal

excavation there for in the schedule which shall be inclusive of all head leads and head lifts based on

certification by Q.C. organization. The quantity for payment will be arrived at by taking cross section levels

of pre-drain/canal excavation levels and finished drain/canal profile at 25 M meters intervals for main and

branch canals and major and Medium drains/canal and 50 meters for minor drains and the levels on each

cross section shall be at 3 m. interval. However, in the case of Rock excavation occurring in bed or sides the

actual quantity of rock shall be arrived at by taking block levels at 3 m. interval along the entire rock area in

bed and sides. The soil classification will be based on the open classification and not on the trail Trench

classification. The decision of the Executive Engineer/Superintending Engineer regarding the classification

of soil shall be final and binding and payment will be made on this open bay classification.

3.2.3 Excavation for cut off trenches for embankments:

General: The contractor shall excavate cut off trenches for the embankments as per the details shown on the drawings.

The excavated material shall be used as follows:

a) All material suitable for embankment formation as determined by the Engineer-in-charge shall be

used in formation of embankments. Any materials unsuitable for embankment shall be disposed off as

prescribed in paragraph 3.1.4.

b) Measurements for payment of excavation for cut off trenches for embankments will be made to the

dimensions shown on the drawings and / or prescribed by the Engineer-in-charge and of the total length

excavated.

Payment for excavation of cut off trench for embankments will be made at the unit prices per cubic meter bid

in the scheduled ‘A’ for excavation. This unit price shall include the cost of placing the material, in

embankments at locations directed or otherwise disposing of the excavated materials, of pumping or

dewatering or all work necessary to maintain the excavation in good order during formation of embankment.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

72

OVERHAUL (LEADS AND LIFTS):

Measurements and Payments:

The contractor shall procure the required materials from the quarries of his choice as per specifications

mentioned in the tendered schedules and as per drawings. The quoted rates shall be inclusive of all leads and

lifts of all materials etc., Complete for finished item of work.

Beyond 100 meters head lead and depth of excavation in drain/canal exceeding 9 meters and the payment for

overhaul will be made as follows:

Measurement and payment for overhaul will be as detailed below regardless of the methods and types of

equipment used in excavation and hauling.

Where material is taken from drain/canal excavation and deposited in Drain / Canal embankment the length

of haul will be measured along the center line of the Drain from the center of gravity of the material as found

in excavation, to the center of gravity of material as deposited. Regardless of haul routes actually traveled,

the above lengths of haul will be distance measured along the center line between the center of gravity the

excavation as projected on the center line and the center of gravity of the deposit as projected on the center

line.

Where material is excavated from the Drain/Canal and is deposited in embankment other than the

embankment of drain/canal from which excavated, the length of haul will be measured along a straight line

distance as determined by the Engineer-in-charge, from the center of gravity of the material as found in the

excavation to the center of gravity of the material as deposited.

In measuring quantities of overhaul for payment, the volume of the overhauled material will be measured in

cubic meter units for excavation in rock and in soils up to hard disintegrated rock. The length of haul will be

measured as stated above in kilometers payment for overhead will be made at the unit price bid for kilometer

extra lead therefore in bill of quantities.

3.2.4 Disposal materials:

a) General:

All suitable materials removed in excavation or as much there of as maybe needed as determined by the

Engineer-in-charge shall be used in the construction of Drain/Canal embankments, roadway embankments

and for selected bedding material or for back fill about structures, If there is an excess of material in the

excavation for any reach it shall be used to strengthen the embankment on either side of the drain/canal

deposited in low areas uphill of the drain/canal to eliminate trapped drainage or otherwise wasted as directed

by the Engineer-in-charge. The disposal of excavated material shall be in accordance with clauses 8.1 and 8.2

1S 4701-1982.

When directed by the Engineer-in-charge excess material shall also be placed in low areas that may occur

adjacent to bridge sites between the O&M Road ramps and Drain/canal bank.

Material removed in excavation and not suitable or required for embankments, backfill or other required earth

work, shall be deposited in waste banks on right way owned by or controlled by the Government as directed

by the Engineer-in-charge and any overhaul necessary shall be in accordance with Para 3.2.5.

The soil obtained from drain/canal cutting which is considered useful by the Engineer-in-charge shall be fully

utilized for the formation both the banks of the drain/canal to the required profiles as shown in the drawings

simultaneously with the excavation of the drain/canal and without involving any re-handling of the earth.

The soil not useful for the banks has to be thrown parallel to the bank and away from it as may be directed by

the Engineer-in-charge during execution to form the spoil bank. (In case of deep cutting the spoils shall be so

disposed off as not to result in unsightly heaps and shall be leveled and properly dressed). The top of both the

finished banks shall slope way from the inner edge with a suitable gradient.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

73

The useful rock obtained from the canal-cutting shall not be mixed with other soils and shall be deposited on

the outer slopes of the canal drain spoil bank. If the rock and soil are mixed up while depositing at the spoil

banks suitable deduction from the agreement rate as decided by the Engineer-in-charge will be made which is

binding on the contractor.

b)Cost:

Except as specially provided in these specifications or payment for hauling or placing of individual items of

excavated materials the cost of all works described in this paragraph shall be included in the unit price per

cubic meter bid in the Bill of quantities for excavation for drain/canal.

c) Roads and Ramps:

In conjunction with construction of drain/canal embankments, the contractor shall construct operation and

maintenance roads and earth ramps adjacent to the drain and structures where shown on the drawings and

where directed at his own expense. Suitable material from required excavation shall be placed as

embankment for the Engineer-in-charge may direct excavation from borrow areas.

The Width of road shall be provided as shown in the drawings and where the width of road is not shown on

the drawings it shall have a width not less than 4.25 meters. The Work required for construction, operation

and maintenance of roads and for earth ramps shall include grading to a uniform surface equal to that

obtainable with a motor grader to provide for safe travel with a two wheel-drive automobile in high gear at

moderate speed. Special rolling or compaction will not be normally required.

3.2.5 Dewatering of Drain / Canal

a) The contractor shall not be paid separately for dewatering and the amount needed for dewatering is loaded

to the relevant item of work. The incidental dewatering during execution for the entire drain/canal and bailing

out any seepage water, rain water, drainage water, from field and town will have to be done by the contractor

and no extra will be paid on this account. If for any reasons the period of execution is prolonged or extended

to next working season resulting in forming the cross bunds and dewatering the drain/canal for the 2nd

time in

the next season no extra will be paid on this account. The contractor should make his own arrangements for

dewatering and cross bundling at his own cost during the next working season of the work not completed in

the first working season within agreement period

b) In case of any damages occurred to cross bund to rains, cyclones flash or untimely floods and tidal action

and any other account during the period of work, the contractor will have to make good the same at his cost

without hindrance to the progress of work and until work is handed over to the Department. No payment will

be made on this account. After completion of work, no payment will be made on this account the cross bunds

are to be removed by the contractor to the satisfaction of the Engineer-in-charge. The removed earth is to be

deposited as directed by the Engineer-in-charge.

c) Intermediate cross bund between adjacent reaches will have to be done by the contractor at his own cost

and no extra amount will be paid on this account. The dewatering of the drain will have to be done outside

the drain and not in to the adjacent reaches.

d) Water is proposed to be released into irrigation canals for drinking purposes for a period of about 10 to 26

days during the months of March/April (summer months) to the extent required. The Contractor has to make

all the arrangements required to prevent water entering into the drains covered under the work. No separate

charges will be paid on this account and the rates quoted by the contractor for the Various items of work in

Schedule-A of the tender shall be inclusive of the expenditure required to be incurred by the contractor for all

such arrangements as may be found necessary excavation, deposited in low areas uphill to eliminate trapped

or otherwise wasted as directed by the Engineer-in-charge. The disposal of excavated material shall be in

accordance with clauses 8.1 and 8.2 of I.S. 4701-1982.

When directed by the Engineer-in-charge excess material shall also be placed in low areas that may occur

adjacent to bridge sites between the O&M Road ramps and the bank.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

74

Material removed in excavation and not suitable or required for embankments, backfill or other required earth

work, shall be deposited in waste banks on right of way owned by or controlled by the Government as

directed by the Engineer-in-charge and any overhaul necessary shall be in accordance with Para 3.2.5.

The soil obtained from cutting which is considered useful by the Engineer-in-charge shall be fully utilized for

the formation of banks to the required profile as shown in the drawings simultaneously with the excavation

and without involving any re-handling of the earth. The soil not useful for the banks has to be thrown parallel

to the bank and away from it as may be directed by the Engineer-in-charge during excavation to form the

spoil bank. (In case of deep cutting the spoils shall be so deposited off as not to of result in unsightly heaps

and shall be leveled and properly dressed). The top of both the finished banks shall slope away from the

inner edge with a suitable gradient.

The useful rock obtained from the cutting shall not be mixed with other soils and shall be deposited on the

outer slopes of the spoil bank. If the rock and soil are mixed up while depositing at the spoil banks suitable

deduction from the agreement rate as decided by the Engineer-in-charge will be made which is binding on the

contractor.

COST:

Except as specially provided in these specifications for payment for hauling of placing of individual items of

excavated materials the cost of all work described in this paragraph shall be included in the unit price per

cubic meter bid in the Bill of Quantities for excavation.

SECTION – 3.2: EMBANKMENT

3.3.1 PRESERVATION OF SURFACES UNDER EMBANKMENTS:

The preparation of surfaces under embankments shall be in accordance with clauses 6.1 and 6.5 of I.S. 4701-

1982.

Before commencing the work, the toe of slope on each side of the banks shall be lock spitted (dog belled) and

marked by pegs firmly driven into the ground at intervals of about 20 meter profiles made by bamboo’s or

other convenient materials and strings shall be set up for guidance of the workmen at about 50 meters apart

over straight reaches and about 25 meters apart at curves. In setting of the profile for an embankment a

suitable allowance of 10% shall be made for settlement for embankment in which controlled compaction has

not been carried out.

Except in areas of rock the areas under the drain or canal embankments shall be pre wetted by sprinkler

irrigation before clearing, grubbing or excavation operations of embankments construction begins. The

moisture content shall be optimum to a depth of 1 meter below the original ground surface or to impervious

material whichever is less as directed by the Engineer-in-Charge. Whenever possible all water shall be added

uniformly in one operation. Areas on the sides of canal bank upon which the Engineer-in-Charge may direct

spill banks to be constructed will not require application of moisture.

The contractor is cautioned to control carefully the application of water and to check on the depth and amount

of water penetration during application so as to avoid over watering, accumulation of water in depressions or

excessive run off.

If at any location on embankment foundations, before or during embankment construction, there is excessive

moisture as determined by the Engineer-in-Charge steps shall be taken to reduce the moisture by excavating

drains as directed by the Engineer-in-charge by allowing adequate drain time or by any other approved

means.

The contractor shall not be entitled for any additional allowance above the unit prices bid in the schedule on

account of the requirement for excavating drains for allowing additional time for drying, delays or increased

costs due to poor traffic ability on the embankment inundations, or on the haul roads, reduced efficiency of

the equipment the contractor elects to use or on account of any operational difficulties caused by overly set

embankment foundation or haul roads.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

75

Where the ground surface under any embankment is not suitable as determined by the Engineer-in-charge for

a foundation for the embankment, the contractor shall strip the area under embankment of such unsuitable

material to such depths as may be directed. The material so removed shall be disposed off as provided in

paragraph 3.1.4. Measurement for payment of stripping unsuitable material under embankments will be made

only to the lines and to such depths as may be directed and payment therefore will be made at the unit prices

per cubic meter bid in the schedule for excavation canal or drain.

Before beginning the construction of embankments, the surface area of ground to be occupied shall be cleared

of all roots and vegetable matter of any kind stripped to a suitable depth. The stumps shall be pulled or

otherwise removed and the roots grubbed. The stumps and roots removed shall be suitable disposed off.

The depth which to soil is removed shall be adequate to remove all perishable materials and any soil which

may become unstable on saturation or may interfere with development of proper bond between foundation

and embankment. It is not necessary to remove all the soil containing fine hair like roots but only the rather

heavy mat. The underlined table may be as a guide for fixing the depth of stripping.

S. No. Type of vegetable Cover Depth of Stripping

1.

2.

Soil Containing Light Grass

Agricultural Land

5 to 7.5 centimeters

To Bottom of Ploughed Zone

Usually 15 to 20 centimeters

The ground surface under all canal embankments, excepting rock surfaces where it is below the full supply

level in the canal shall be scarified making open furrows not less than 20 centimeters deep surface at intervals

of not more than 1.0 meter. However, where the ground surface is below the bed level of the drain or canal

the entire surface of the foundations for embankments shall be stripped to a depth of not less than 20

centimeters.

Immediately after preparation of the embankment foundation the contractor shall excavate cut off trenches in

accordance with para 3.1.3. Following this operation as soon as feasible and as approved by the Engineer-in-

charge the contractor shall place and compact embankment in the cut off trenches and place 1 meter of

embankment over the entire embankment foundation compact where required. This procedure will seal the

foundation against loss of moisture and provide some consolidation of the foundation.

The cost of scarifying the foundation surface under the canal embankment and other embankments shall be

included in the unit price per cubic meter bid in the schedule for compacting embankment.

Payment for excavation for cut off trenches will be made at the unit cubic price meter bid in the bill of

quantities for excavation for canal.

Payment for compacting embankment if the cut off trenches will be made in the unit price per cubic meter bid

in the schedule for compaction embankments.

Water applied for pre-wetting areas under the canal embankments and under other embankments will not be

measured for payment and shall be included in unit price per cubic meter bid in the bill of quantities.

3.3.2 CONSTRUCTION OF EMBANKMENTS:

a) General:

Canal Embankment shall be constructed to top width and side slopes as shown on the drawing duly providing

for an allowance of 2 cm per meter height of compacted bank for settlement. The embankment shall be built

to heights as directed above those shown in the drawings. The top of all drain or canal embankments shall be

graded to be suitable for a roadway in accordance with sub paragraph (b) and the top of other embankments

shall be graded or scarified as directed.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

76

The material used for the compacted embankments shall be suitable material as determined by the Engineer-

in-charge and shall be obtained from required excavation or from approved borrow areas. The material shall

conform to clause 6.4 of I.S 4701-1982.

All material shall be deposited in embankments so that cobbles, gravel and boulders are well distributed

through other material and not to be nested in any position within or under the embankment as enunciated in

clause 6.4 of I.S. 4701-1982.

In areas where required excavation does not furnish suitable or adequate material for construction

embankments, materials shall be obtained from areas where material in excess of that required constructing

the adjacent embankment available.

Where the original ground surface is below the grade of the canal or drain and where construction of a fill

below the bottom of the canal or drain is prescribed such fill shall be placed as compacted embankment.

Where the original ground surface is below the base of a structure, the fill required to form a suitable

foundation for the structure shall be placed as compacted embankment.

DOWEL BANKS:

Dowel banks of size 500 mm x 500 mm limiting the bottom width to 2m and continuing the inner slope of the

canal prism up to top of the dowel bank. When the top width of canal bank is less than 5 meters, the size of

dowel bank may be reduced to 250 mm X 250 mm.

Payment will be made for construction of dowel banks as per Bill of Quantities.

b) Roads and Ramps:

In connection with construction of canal embankment, the contractor shall construct operation and

maintenance road and earth ramps adjacent to the drain/canal and structures where shown on the drawings

and where directed at his own expense. Suitable material from required excavation shall be placed as

embankment for the roads and ramps. If sufficient material is not available form required excavation the

Engineer-in-charge may direct excavation from borrow areas.

The width of road shall be provided as shown in the drawings and where the width of the road is not shown

on the drawings it shall have a width of not less than 4.25 meters. The work required for construction,

operation and maintenance of roads and for earth ramps shall include grading to a uniform surface equal to

that obtainable with a motor grader to provide for safe travel with a two wheeler drive, automobile in high

gear at moderate speed. Special rolling or compaction will not normally be required, provided that, if

compaction is directed the embankments shall be compacted in accordance with paragraph 3.2.3.

c) Embankment not to be compacted:

Embankments not to be compacted shall be formed conforming to clause 6.6.1 of I.S. 4701-1982. The

material for these embankments shall have optimum moisture content before earth moving equipment is

routed over the embankments. The embankment shall be built in layers not exceeding 30cm or as directed by

the Engineer-in-charge in thickness. Embankments shall be built in approximately horizontal layers carried

across the entire width of the embankments to the required slopes. Embankments shall not be widened with

loose material or by excavating machinery depositing the materials directly form the excavation

Embankments built by excavating and hauling equipment and shall be made in horizontal layers and shall be

kept as close to level as practicable. The travel over the embankments during construction shall be routed so

as to distribute the compacting effect of the equipment to the best practicable advantage.

Embankments built by excavating machinery depositing the material directly from the excavation shall be

made in horizontal layers having a thickness of 30cm or as specified by the Engineer-in-charge. Finer

portions of the material excavated shall be placed in that part of embankment nearest the water and coarser

materials shall be placed in the outer part of the embankment.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

77

d) Embankment to be compacted:

The requirements for compacted embankments shall be as specified in paragraph 3.2.3. All materials in

compacting embankments shall be placed, moistened and compacted.

e) Cost:

Expect as otherwise provided for compaction of embankments and for over haul, the costs of all work

described in this para including the cost of head leads and head lifts shall be included in the unit prices in the

bill of quantities of excavation.

3.2.3 COMPACTING EMBANKMENTS:

a) General:

Before the material for first layer of the embankment is placed, the foundation of the embankment shall be

prepared as provided in paragraph 3.2.1. and shall be moistened and compacted in the manner herein

specified for each layer to be compacted to the specified density. The embankments shall be compacted to

the specified density to the elevation to the top widths and side slopes shown on the drawings or prescribed

by the Engineer-in-charge.

The layers shall be placed in rows approximately parallel to the axis of the bank. The base of embankment at

every height is to be made to its full width of each zone as shown in the drawing plus off sets of not less than

0.45 meter beyond the finished profile on either side for compaction. No payment will be made for the

offsets or for their subsequent removal and the unit price quoted for the banking is deemed to include this.

No additions will be allowed to the slopes for full design sections of the bank after the bank is raised.

All materials in embankment to be compacted shall be placed duly moistened and compacted.

The contracting operation in the excavation of materials for the compacted embankment shall be such as will

result in an acceptable gradation of materials to provide for impermeability and stability when compacted.

The maximum dimensions of stones and indurate material placed in the compacted embankment shall not

exceed 80 millimeters. Stones or indurate materials larger than 80 millimeters shall be removed by ranking or

other methods approved by concerned Engineer-in-charge prior compacting operation. Due to size and

amount of materials larger than 80 mm, it is expected that scalping or screening operation will be required.

The moisture in soil for embankment and for filling of cut off trenches shall be determined by tests in

accordance with I.S. 2720. If the moisture content is below optimum moisture content for the given

compaction, then necessary water shall be added by sprinkling and the soil shall be compacted. If the

moisture content of the soil is more than optimum moisture content then it shall be allowed to dry down to the

optimum moisture content and then compacted. The moisture content shall be uniform throughout the layer

of material and ploughing, disking, harrowing or other methods of mixing may be required to obtain uniform

distribution.

Compaction shall be achieved by the use of smooth wheeled rollers, pneumatic type rollers, vibratory power

rollers, fuel operated vibratory compactors, sheep’s foot rollers, vibrating plates, frog rammers, power

rammers and such other equipment as shall be specified. The number of passes of different types of rollers to

be used shall be determined by testing the density of the compacted soils at site after taking trail compaction

for specified passes of the rollers. The number of passes shall be those at which the required compaction is

achieved as determined by necessary tests for each type of soil. Rolling shall commence at edges and

progress towards centre longitudinally. Each pass of the roller shall overlap not less than one third of the

track width made in the preceding areas. Density tests shall be made on each compacted layer and unless

otherwise specified dry density attained shall not be less than 98% of the maximum dry density when

compacting the “Cohesive material”. In respect of the compaction of cohesion less soils, the relative density

of compacted material shall not be less than 70%, determined in accordance with clause 6.6.3.1 of IS 4701-

1982.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

78

b) Measurement and Payment:

Payment for compacting embankment will be made by level payment at the unit price cubic meter bid

therefore in the bill of quantities and shall include the cost of placing the materials in layers, removing

materials larger than 80 mm, furnishing water and moistening as provided in this paragraph.

c) Roads and Ramps:

In connection with construction of canal/ drain embankments, the contractor shall construct operation and

maintenance roads and earth ramps adjacent to the drain and structures where shown on the drawings and

where directed at his own expense. Suitable material from required excavation shall be placed as

embankment for the roads and ramps. If sufficient material is not available from required excavation

Engineer-in-charge may direct excavation from borrow areas.

The width of the road shall be provided as shown in the drawing and where the width of road is not shown on

the drawing it shall have a width of not less than 4.25mts. The work required for construction, operation and

maintenance of roads and for earth ramps shall include grading to a uniform surface equal to that obtainable

with a motar grader to provide for safe travel with a two wheel drive automobile in high gear at moderate

speed. Special rolling or compaction will not be normally required.

3.2.4 DEWATERING OF DRAIN/CANAL:

a) The contractor shall not be paid separately for dewatering and the amount needed for dewatering is loaded to

the relevant item of work The incidental dewatering during execution for the entire drain/canal and bailing

out any seepage water, rain water, drainage water from field and town will have to be done by the contractor

and no extra will be paid on this account. If for any reasons the period of execution is prolonged or extended

to next working season resulting the forming the cross bunds and dewatering the drain/canal for the second

time in the next season no extra will be paid on this account. The contractor should make his own

arrangements for dewatering and cross bunding at his own cost during the next working season, if the work

not completed in the first working season within agreement period.

b) In case of any damages occurred to cross bund due to rains, cyclones flash or ultimately floods and tidal

action and any other account during the period of work, the contractor will have to make good the same at his

cost without hindrance to the progress of work and until work is handed over to the department. No payment

will be made on this account. After the completion of work, the cross bunds are to be removed by the

contractor to the satisfaction of the Engineer-in-Charge. The removed earth is to be deposited as directed by

the Engineer-in-Charge.

c) Intermediate cross bund between adjacent reaches will have to be done by the contractor at his own cost and

no extra amount will be paid on this account. The dewatering of the drain will have to be done outside the

drain and not into the adjacent reaches.

d) Water is proposed to be released into irrigation canals for drinking purposes for a period of about 10 days

during the months of March/April to the extent required. The contractor has to make all the arrangements

required to prevent water entering in to the drains covered under the work. No separate charges will be paid

on this account and the rates quoted by the contractor for the various items of work in schedule – A of the

tender shall be inclusive of the expenditure required to be incurred by the contractor for all such arrangements

as may be found necessary.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

79

3.2.5 TESTS AND THEIR FREQUENCIES FOR EMBANKMENT CONSTURCTION

S.No. Test Frequency of test Purpose Test designation

1. Grain size analysis

for classification

One test per day

Or

Periodically

as directed by

Engineer

To know the

classification of soil actually put in

embankment

IS : 2720-IV-1995

2. Atterberg limit test One test per day To know the

classification of soil actually put in

embankment

IS : 2720-V-1970

3. Specific gravity One test per day To know the

classification of soil actually put in

embankment

IS : 2720-III-1964

4. Field density and

moisture content

One test in

300 m3

of

earth work or test in

each layer laid

To determine the placement density

and moisture content

IS : 2720-XXVIII-1974

IS : 2720-XXIX-1996

IS : 2720-XXXIII-1971

5. Standard proctor test One test per day for

individual borrow

area

To determine MDD (maximum dry

density) and OMC

(optimum moisture

content) of the soil

and compare the

results with

laboratory value

IS : 2720-VII-1970

6. Moisture content One test in each

sample

To know the moisture content in the

sample

IS : 2720-II-1975

7. Relative density test One test in 300m3 of

earth work placement

or test in each layer

laid

To know the relative density of

cohesion

less soil

IS : 2720-XIV-1968

Note: The expenditure towards all the above tests will be borne by the contractor. The rates quoted by the contractor

shall be inclusive of this expenditure and no refund on any ground of such expenditure will be admissible.

3.2.6 MEASUREMENT

The work shall be measured on the basis of cross section. The cross section shall be taken at an interval of 25m or

at closer distances as found necessary. The cross sections will indicate separate zones of hearting casing and rock

toe etc.

3.2.7 BENCHING TO EXISTING EARTHWORK

On sloping ground or in case of existing canals where embankment portions are to be modified, benching of slopes

shall be done with a little slope towards the inside of benches so as to give a good grip/bond to the embankment soil

with the sub-grade. Unless otherwise specified, the benches shall be 0.3 X 0.6m (or of any suitable dimensions) on the

front and rear slope of the embankment. Before benching, canal slopes shall be cleared of all roots, vegetation, rubbish

etc. No separate payment shall be made for these and the rates quoted for raising the embankment is inclusive of these

operations. The areas shall be pre wet by sprinkling water before the construction of embankment.

Note: 1. Incase of cohesive soils, controlled by “Proctor Test” acceptable density of compacted earth fill placement

on main canals, branch canals shall be 98% and 95% on majors/distributories/minors etc.

2. Incase of cohesion less soils, controlled by “Relative Density Test” acceptable relative density shall be

70% in case of main canals and branch canals, while it shall be 65% in respect of majors/distributories/minors

etc.

______________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

80

DIVISION -4 : ROUGH STONE DRY PACKING

SECTION-4.1: ROUGH STONE DRY PACKING FOR APRONS AND REVETMENTS

4.1.1 GENERAL:

The section covers the specifications for construction of 600 mm/450 mm/300 mm rough stone dry packing

for pitching aprons and revetments as specified in bill of quantities and its materials.

4.1.2 QUALITY OF MATERIAL FOR PITTCHING:

Stone shall be used of required specifications and quality and shall be subject to through inspection and

approval by the Engineer. The bed pitching material shall consist of the most durable rock fragments of

approved quality selected for the purpose. The stone shall be sound, hard, dense, resistant to abrasion,

durable and free from segregation, scams, cracks, shale partings weathered portions, conglomerate, bands and

other structural defects or imperfections tending to affect their soundness and strength, stone shall generally

be freshly quarried with sharp edges and clean faces. They shall be free from rounded worn or weathered

surfaces or skin or coating. Stone subject to marked deterioration by water or weather shall not be used. The

shape of the individual stones shall be angular. Stones when immersed in water for 24 hrs shall not absorb

water by more than 5% of their weight when tested as per I.S. 1125-1974. or its latest edition.

SIZE OF STONE:

The size of stone to be used for various thickness of revetments shall be as follows:

The size of stone shall be as large as possible. In no case any fragment shall weigh less than 40 kg. The

specific gravity of stones shall be as high as possible and it shall not be less than 2.50 unless otherwise

specified. For revetments up to 450 mm thickness, the length of the stones shall be equal to the revetment

thickness. For revetment over 450 mm thick at least 50% of the stones shall be 450 mm long. No stone shall

have any dimension less than 150 mm or less than 50% of the maximum dimension of the stone. The stone

proposed for pitching under water shall be as per requirement of CE, CDO drawings.

The minimum volume of the individual stones used for various thickness of revetments shall be as follows:

---------------------------------------------------------------------------------------------------

Thickness of Revetment Volume of Stones

---------------------------------------------------------------------------------------------------

225 mm 0.015 cum

300 mm 0.015 cum

450 mm 0.030 cum

600 mm 0.045 cum

---------------------------------------------------------------------------------------------------

4.1.3 STACKING:

Stacking shall be done as detailed below at the locations specified or ordered by the Engineer.

a. Stacks shall be formed to regular shape and uniform cross section.

b. Materials shall be stacked on even ground stacking shall not be done in floods zones or in water logged areas.

c. Rough stone shall be packed so closely a to give minimum quantity of voids possible without actual dressing

of stone to fill interstices. In case of improper stacking done by the contractor, the Engineer shall have the

right to either reject the stacks partly or completely.

d. Unless otherwise, specified templates shall be provided to the sizes and dimensions of the stack as may be

specified at the contractor’s expense.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

81

4.1.4 PREPATION OF BED AND SLOPES:

a. BED:

The surface on which the rough stone is to be laid shall be excavated to the required level and leveled and

prepared for the length and width as shown on the drawings. The base shall be compacted suitably with hand

rammers or other means to have even bedding. No packing shall be uncompacted made up soil.

b. SIDE SLOPES:

The sides of banks to receive rough stone revetment shall be trimmed to the required slope and profiles put up by

means of line and pegs at intervals of 3 meters to ensure, regular, straight and a uniform slope throughout.

Depressions shall be filled and thoroughly compacted.

4.1.5 LAYING APRON (BED PITCHING) AND REVETMENT (PITCHING TO SIDES):

i) LAYING APRON (BED PITCHING):

a. Apron shall be provided to the dimensions and levels shown on drawings.

b. To ensure regular and orderly disposition of the full intended quantity of stone in the apron, template or cross

wall in dry masonry shall be built about a meter thick and to the full height of the specified thickness of apron

at intervals of 10 meters or closer as directed by the Engineer, all along the length and width of the apron. In

between the cross walls, the stone shall be hand packed.

c. The thickness of the apron shall be made with one stone only. Total thickness shall not be made up in two or

more layers.

d. The stones shall be laid closely in position of the prepared bed and firmly set with their broadest ends

downwards so that they may meet all round their bases and with the top of the stone level with the finished

surface of packing. The stones shall be laid breaking joint as far as possible in the direction of the flow of

water. The stones shall be placed normal to the surface to be protected.

e. The interstices between adjacent stones shall be filled in with stones of the proper size, well driven in, with

crow bars to ensure tight packing and complete filling of all interstices. Such filling shall be carried on

simultaneously with the placing in position of the large stones and shall in no case be permitted to lag behind.

The final wedging shall be done only after obtaining the orders of Engineer. The final wedging shall be done

with the largest size chips or spalls practicable, each chip or spall being well driven home with a hammer to

that no chip or spall is possible of being picked up or removed by hand to ensure tight packing. The sizes of

spalls shall be minimum 25 mm and shall be suitable to fill the voids in the pitching.

f. On completion, the surface presented by the apron revetment shall be even throughout, free from

irregularities and the required length, breadth and slope as specified or as shown on the plans.

ii) REVETMENT (PITCHING TO SIDES):

a. Revetment shall be constructed to the required length, level, depth and slopes shown on the drawings.

b. Profiles or strings and pegs shall be put up to ensure that the pitching is done true, straight and to the proper

slope throughout.

c. Revetment shall in all cases be built up from the foot of the bund to be riveted and built up in courses

upwards. Care is necessary that a strong to a wall or other protection is always given to the revetment which

protective measure shall be shown on the plans.

d. Stones shall be placed to the required length by derrick or by hand. Stones shall be set normal to the slope

and placed so that the largest dimension is perpendicular to the face of the slope unless such dimension is

greater than the specified thickness of pitching. The largest stones shall be placed in the bottom courses and

for use as headers for subsequent courses.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

82

4.1.6 MEASUREMENT AND PAYMENT:

i) MEASUREMENT:

The protection works shall be measured as set forth below:

i. Unless otherwise specified for measurement, materials shall have to be stacked before laying and no extra

cost will be paid to the contractor for this stacking.

ii. All linear measurement for apron and revetment shall be in meters connected 0.01 meter volume shall be

in cubic meters connected to 0.01 meters. The unit for payment shall be in one cubic meter. 1 m3

revetment/bed pitching shall not be less than 1.10 m3 stock measurements.

iii. Preparation of bed and trimming of the side slopes for laying apron and revetment to sides shall be

deemed to have been included in the main item and shall not be measured separately unless otherwise

specified.

iv. No extra payment for construction of template, cross walls in apron shall be made.

ii) PAYMENTS:

a. The bid rate for one cubic meter in the bill of quantities for finished work of apron shall include the cost of

preparing base, profiles, cost of all material, conveyance, labour tools and plants for laying, completing the

work according to the drawings and specifications.

b. The rate for one cubic meter of the stone pitching to side slopes in bill of quantities shall include the cost of

preparing the base by trimming, putting the profiles, laying stone pitching of dry rubble to the specified

thickness, lines, curves, slopes and levels and cost of all labour materials including conveyance as well as

tools and plants required for the work in completing the work as per drawings.

c. The payment will be made to the contractor for finished item of work for pitching based on levels. Pre-levels

will be taken before starting to item of the work and final levels will be recorded after the work is completed.

4.1.7 MURRAM OR GRAVEL BACKING TO ROUGH STONE DRY PACKING:

PREPARATION OF BASE:

The surface to receive the gravel backing shall be neatly trimmed to the required slopes, dimensions and free

from all roots and vegetation and profusely wetted before murram is laid on.

GRAVEL QUALITY:

a. The gravel shall be composed of well grades, coarse siliceous grains, sharp and gritty touch and free from

direct and other deleterious matter. It shall not contain lumps larger than 20 mm and the fines (passing

through 75 microns IS sieve) shall not exceed 10%.

b. The liquid limit shall be -20.

c. Plasticity Index – Not more than 6.

d. Murram stacking shall be as per standards.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

83

4.1.8 PREPARATION AND LAYING:

a. Gravel shall be mixed with water on the previous day. Next day morning, it shall be well mixed and worked

with mammoties till it can be formed into stiff plastic walls.

b. Gravel so mixed shall be carried in baskets to where it is to be laid and deposited in a single layer to give 150

mm thick of finished thickness and shall be well rammed in position with flat wooden rammers or any other

method approved by the Engineer.

c. The finished surface of gravel shall be left untouched until it dries up and does not show signs of yielding.

d. If any thickness other than 150 mm is specified the work shall be executed to this specification ramming in

layers not exceeding 150 mm thickness.

4.1.9 MEASUREMENT AND PAYMENT:

i) MEASUREMENT

a. All linear measurements shall be in meters, correct to 0.01 of a meter.

b. All volumes shall be computed correct to 0.01 cubic meters.

The gravel shall be stacked and pre-measurements shall be taken before laying. 1cum of finished item of

work shall not be less than 1.16 cum of stack measurement.

ii) PAYMENTS:

The unit for payment shall be one cubic meter.

The bid rate in bill of quantities shall be for 1 cubic meter of finished work inclusive of cost of material, all

leads, lifts, labour besides conveyance charges and incidental charges for completing the work to the

specifications and drawings.

__________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

84

DIVISION – 5: CONCRETE

SECTION – 5.1: EXCAVATION FOR STRUCTURES

5.1.1 GENERAL:

Excavation for the foundation of structures shall be to the elevation shown in the drawings or as directed by the

Engineer-in-Charge. In so far as practicable the material removed in excavation for structures shall be used for

back fill and embankments. Otherwise, it shall be wasted.

a. FOUNDATION FOR STRUCTURES / CUT OPEN:

The contractor shall prepare the foundations/cut open at structures/site by methods which will provide firm

foundation for the structures. The bottom and side slopes of common excavation upon or against which the

structure is to be placed shall be finished to the prescribed dimensions and the surfaces so prepared shall be

moistened and tamped with suitable tools to form firm foundation upon or against which to place the structure.

The contractor shall prepare the foundation for the structures/cut open as shown on respective drawings. The

natural foundation material beneath the required excavation shall be moistened if required and compacted in

place.

If it is considered necessary by the Engineer-in-Charge to consolidate the foundation strata by grouting cement,

slurry, the drilling and grouting or any other foundation treatment as directed by the Engineer-in-charge shall be

done by the contractor and the payment will be made as per agreement conditions.

Separate payment will not be made to contractor for moistening and compacting the foundation of structures. The

contractor shall include cost there of in the prices bid per cubic meter of the item of the bill of quantities for

preparation of foundations.

When unsuitable material is encountered in the foundation for structure the Engineer-in-Charge will direct

additional excavation to remove the unsuitable material. The additional excavation shall be refilled as follows. In

excavation in soils the over excavation shall be filled in by M15 grade cement concrete. Measurement and

payment for excavation back fill will be made as per clause 5.3.2.

b. OVER EXCAVATION:

If at any point in common excavation the foundation material is excavated beyond the lines required to receive the

structures, or if at any point in common excavation the natural foundation material is disturbed or loosened during

the excavation process, it shall be compact in place or where directed, it shall be removed and replaced as follows.

In excavation in soils the over excavation shall be filled in by selected bedding material and compacted. In

excavation in rock, it shall be filled by M15 grade cement concrete. Any and all excess excavation or over

excavation performed by the contractor for any purpose or reason except for additional excavation as may be

prescribed by the Engineer-in-Charge and whether or not due to the fault of the contractor shall be at the expense

of the contractor. Filling for such excess excavation or over excavation shall be at the expense of the contractor.

c. MEASUREMENT FOR PAYMENT:

Excavation for structures will be measured for payment for box cutting with vertical sides of foundation

dimensions. The contractor will have to make his own arrangements for shoring, strutting, provision of adequate

slopes for the sides to prevent slips etc. and no separate payment and charge will be paid for any incidental

charges arising either during excavation of foundation or construction of the structure.

The quantity for payment of excavation in soils and rock will be arrived at by taking prelevels and finished levels

of respective strata. Block levels will be taken at 3 meters of less interval as directed by Engineer-in-Charge. The

levels will be plotted on a graph sheet and average levels arrived at for the purpose of determining the quantity of

excavation. The contractor’s signature in taken of his acceptance has to be recorded in the cross section sheets.

Final payment will be based on levels only. The contractor shall expose the surface of the strata for the inspection

of Engineer-in-Charge for taking levels whenever the classification in strata gets changed.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

85

d. PAYMENT :

Payment for excavation for structures will be made at the unit price per cubic meter bid there for in the bill of

quantities for structures. The unit price bid in the bill of quantities for excavation for structures shall include the

cost of all labour materials for coffer dam and other temporary construction, of all pumping and dewatering, of all

other work necessary to maintain the excavation in good order during construction, of removing such temporary

to maintain the excavation in good order during construction, of removing such temporary construction where

required and shall include the cost of disposal of the excavated material.

SECTION – 5.2

5.2.1 BEYOND 100 METERS HEAD LEAD AND DEPTH OF EXCAVATION IN RIVERS EXCEEDING 9

METERS AND THE PAYMENT FOR OVERHAUL WILL BE MADE AS FOLOWS:

Measurement and payment for overhaul will be made as detailed below regardless of the methods and types of

equipment used in excavation and hauling.

Where material is taken from river excavation and deposited in river embankment the length of haul will be

measured along the centre line of the river from the centre of gravity of the material as found in excavation to the

centre of gravity of material as deposited. Regardless of haul routes actually traveled, the above lengths of haul

will be distance measured along the center line between the centre of gravity the excavation as projected on the

centre line and the centre of gravity of the deposit as projected on the centre line and the centre of gravity of the

deposit of the deposit as projected on the centre line.

Where material is excavate from the river and is deposited in embankment other than the embankment of river

from which excavated, the length of haul will be measured along a straight line distance as determined by the

Engineer-in-Charge, from the centre of gravity of the material as found in the excavation to the centre of gravity

of the material as deposited.

In measuring quantities of overhaul for payment, the volume of the overhauled material will be measured in cubic

meter units for excavation in rock and in soils up to hard disintegrated rock. The length of haul will be measured

as stated above in kilometers. Payment for over haul will be made at the unit price bid for kilometer extra lead

there for in bill of quantities.

5.2.2 DISPOSAL OF MATERIALS:

a. GENERAL:

All suitable materials removed in excavation or as much there of as may be needed as determined by the

Engineer-in-Charge shall be used in the construction or river embankments, road way embankments and for

selected bedding material or for backfill about structures. If there is an excess of materials in the excavation for

any reach, it shall be used to strengthen the embankment on either side of the river, deposited in low areas up hill

of the river or other wise wasted as directed by the Engineer-in-Charge. The disposal of excavated material shall

be in accordance with clauses 8 and 8.2 of IS 4701 – 1982.

When directed by the Engineer-in-Charge excess material shall also be placed in low areas that may occur

adjacent to bridge sits between the O&M road ramps and the river bank.

Material removed in excavation and not suitable or required for embankments, back fill or other required earth

work, shall be deposited in waste banks on right of way owned by or controlled by the government as directed by

the Engineer-in-Charge and any over haul necessary shall be in accordance with para 5.2.1.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

86

The soil obtained from river cutting which is considered useful by the Engineer-in-Charges shall be full utilized

for the formation of both the banks of the river to the required profiles as shown in drawings simultaneously with

the excavation of the river and without involving any rehandling of the earth. The soil not useful for the banks has

to be thrown parallel to the bank and away from it as may be directed by the Engineer-in-Charge during execution

to form the spoil bank. (In case of deep cutting the spills shall be so disposed of as not result in unsightly heaps

and shall be leveled and properly dressed). The top of both the finished banks shall slope away from the inner

edge with a suitable gradient.

The useful rock obtained from the river cutting shall not be mixed with other soils and shall be deposited on the

outer slopes of the river spoil bank. If the rock and soil are mixed up while depositing at the spoil banks, suitable

deduction from the agreement rate as decided by the Engineer-in-Charge will be made which is binding on the

contractor.

b. COST:

Except as specially provided in these specifications for payment for hauling or placing of individual items of

excavated materials, the cost of all work described in this paragraph shall be included in the unit price per cubic meter

bid in the bill of quantities for excavation for river.

SECTION – 5.3: BACK FILL

5.3.1 BACK FILL ABOUT STRUCTURES:

a. General:

The item for the schedule for back fill about structures including pipe portions of structures includes all back fill

required to be placed under these specification.

b. Material:

The type of material used for back fill the amount there of and the manner of depositing the material shall be

subject to approval of Engineer-in-Charge. In so far as practicable back fill material shall be obtained from

material moved in required excavations for structures. But when sufficient suitable material is not available from

this source or from adjacent river excavation additional material shall be obtained from approved borrow areas.

The borrow pit excavation, shall be in accordance with 9.1 to 9.3 of IS 9451 – 1982.

Except as otherwise provided below, back fill material if to be compacted, shall contain no stones larger than 80

mm in diameter and if not to be compacted, shall contain no stones larger than 130 mm in diameter. If the

excavation for the foundations of the structure is in swelling soils, a layer of cohesive non-swelling soil

conforming to IS 9451 – 1980 and paragraph 6.2.1 should be interposed between the swelling soil of the structure

compacted to at least 98 % standard proctors density.

c. Placing Back Fill:

Back fill shall be placed to the lines and grades shown on the drawings as prescribed in this paragraph or as

directed by the Engineer-in-charge. All back fill shall be placed carefully and spread in uniform layers so that all

spaces about rocks and clods will be filled. Backfill shall be brought up as uniformly as practicable on both sides

of walls and all sides of structure to prevent unequal loading. Back fill shall be placed to about the same elevation

on both sides of the pipe positions of the structures to prevent unequal loading and displacement of the pipe. The

contractor shall at this cost provide at least 60 cm thick earth cover over the top of pipe to prevent damage from

construction equipment loads. If a haul road is built over a pipe all back fill about and over the pipe shall be

placed to a uniform surface and no humps or depressions will be permitted at the pipe crossing. Back fill required

to be compacted shall be compacted in accordance with paragraph 5.3.2.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

87

d. Structures on Fill:

Where the original ground surface is below the base of a structure or below the bottom of pipe, all fill required for

the structure foundation and all fill up to the bottom of the pipe shall be placed as compacted embankment. The

embankment over the natural ground up to pipe bottom and over the pipe shall be laid in accordance with clauses

9..2.4, 9.2.5 and 9.2.6 of IS 783, Indian Code of Practice for laying of concrete pipes, clauses 9.2.4, 9.2.5 and

9.2.6, incorporated specify that the compacted back fill shall be placed in horizontal layers not exceeding 15

centimeters after compaction. Heavy stone shall neither be dropped on top of the pipe nor shall be allowed to roll

down the side of the embankment against the pipe.

e. Measurement and Payment:

Excavation refill required to be placed about structures that is within the pay line limits for excavation for the

structures, will be measure in place for payment as back fill about structure provided that where the contractor

selects not to excavate material which is outside the limits of the actual structure or pipe, but within the pay line

limits of excavation, all such material will be included in the measurement for payment of back fill.

Refill of excavation performed outside the established pay lines for excavation for structures shall be placed in the

same manner as specified for the adjacent back fill and such refill shall be placed at the expense of the contractor.

5.3.2 COMPACTING BACK FILL ABOUT STRUCTURES:

a. General:

Unless otherwise shown on the drawings back fill above structures shall be compacted as prescribed in 5.3.1. The

compacting equipment shall be so selected as to give maximum safety to the structure. The compaction of back

fill under or over the pipes shall be in accordance with clauses 9.2.4, 9.2.5 and 9.2.6 of IS 783. In the case of very

high embankments, the embankments shall be built to an elevation above the tope of the pipe equal to the external

diameter of pipe after which a trench shall be excavated and the pipe laid when the back fill is placed above the

vertical surfaces of the trench above the top of the pipe shall not be more than 20 cm beyond the outside diameter

of the pipe. After the pipe has been laid, suitable back fill material shall be placed around the pipe and carefully

compacted in layers, not more than 15 centimeters after compaction up to the top pipe. Thereafter, a loose fill of a

depth equal to external diameter of the pipe shall be placed before further layers are added and compacted.

Compact back fill shall be placed in horizontal layers not exceeding 15 cm after compaction.

b. Material and Compaction:

The material used for back fill to be compacted shall be selected material containing no stones larger than 80 mm

or as approved by the Engineer-in-Charge and obtained from required excavation or approved borrow pit. To

prevent unequal loading and displacement of a pipe, the back fill shall be placed and compacted in layers having

essentially the same top elevation on each side of the barrel. All materials in back fill to be compacted shall be

placed moistened and compacted as provided in paragraph 5.3.1.

c. Measurement and Payment:

Measurement for payment of compacting back fill above structures will be made in place to the lines shown on

the drawings as prescribed in this paragraph or as directed by the Engineer-in-Charge and will be made only for

the quantities actually compact within the limits of the established pay lines for back fill about structures and the

compaction of refill outside of excavation pay lines shall be performed at the expense of the contractor. Payment

for compaction back fill about structure will be made at the unit price per cubic meter bid therefore, in the bill of

quantities and will be in addition to the payment made for back fill about structures.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

88

The unit price bid in the schedule for compaction back fill about structures shall include the costs of furnishing

water and moistening material.

Cast-in-place concrete for the structures shall confirm to the requirements of section 5.5 pipe and fittings

miscellaneous metal work, mechanical and electrical equipment and other items forming a part of the structure are

provided for else where in these specifications. The structure will be located at various points along the river as

shown on the drawings, or as otherwise designated.

SECTION – 5.4: CONCRETE STRUCTURES:

5.4.1 CONCRETE IN STRUCTURES:

a) Concrete is structures shall conform to the requirement of paragraphs 5.5.1 through 5.5.25.

b) Measurement and payment for concrete in structures will be made as prescribed in paragraph 5.5.24 and

5.5.25.

5.4.2 CONSTRUCTION OF STRUCTURES:

The structures to be constructed include the following.

a) Road bridges including abutment and piers.

b) Cross drainage works like under tunnels, aqueducts, super passages, and inlets and outlets.

c) Regulators

d) Out-take sluices

e) Out fall sluices

f) Spill way Regulator

g) Anicut and Aprons.

The item of schedule for concrete in the structures includes all cast in place concrete in the structures listed at (a)

to (g) above.

The structures will be located at various points along the canal/drain as shown on the drawings, or as otherwise

designated.

The structures shall be built to the lines, grades and dimension as shown on the drawings. The dimensions of each

structure as shown on the drawings will be subject to such modifications as may be found necessary by the

Engineer-in-charge to adopt the structure to the conditions disclosed by the excavation or to meet other

conditions. Where the thickness of any portion of a concrete structure is variable, it shall vary uniformly between

the dimensions shown. Where necessary as determined by the Engineer-in-charge the contractor will be furnished

additional detailed drawings of the structures to be constructed. The contractor will not be entitled to any

additional allowances above the prices bid in schedule by reason of the dimensions fixed by the Engineer-in-

charge or by reasons of some modifications of extensions of a minor character to adopt a structure to a situation,

site as determined by the Engineer-in-charge.

The cost of furnishing all materials and performing all work for installing timber, metal and other accessories for

which specific prices are not provided in the schedule shall be included in the applicable prices bid in the schedule

for the work to which such items are appurtenant.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

89

SECTION – 5.5: GENERAL CONCRETE REQUIREMENTS

5.5.1 GENERAL: Concrete shall be composed of cement, sand coarse aggregate water and admixtures (if any) as specified and

all well mixed in concrete mixers by weight and brought to the proper consistency. It shall conform to IS 456-

2000.

5.5.2 CEMENT

The cement to be used on works shall be of the following types subject to the approval of the Engineer-in-

Charge.

a. 33 Grade OPC conforming to IS 269

b. 43 Grade OPC conforming to IS 8112

c. 53 Grade OPC conforming to IS 12269

d. Portland slag cement conforming to IS 455

e. Portland Pozzolana Cement conforming to IS 1489 (Part I)

Or any other type specified by the Engineer-in-charge

I. CEMENT PROCUREMENT AND STORAGE

i. The contractor shall make his own arrangements to procure cement of specified/required specifications for the

works from reputed cement factories to the satisfaction of the Engineer-in-charge. He shall make his safer

arrangements for adequate storage and transportation of cement.

ii. The contractor shall produce the proof of purchase of cement from the cement factory/authorized agents. The

purchase bill supported by delivery challan and excise gate pass shall constitute adequate proof of purchase.

The cement shall be stored in such a way as to allow the removal and use of cement in chronological order of

receipt i.e. first received being first used.

iii. If godown facilities are available with the Government the same may be utilized by the contractor as per the

terms and conditions laid down by the Government. The contractor will have to produce the test certificate

for the quality of the cement procured by him. If department desires it can independently test the cement

sample. The cement sample will be provided free of cost by the contractor as and when desired for testing.

iv. Contractor shall provide satisfactory storage at site of work for adequate quantity and shall keep the cement

stored in a manner that will satisfy the Engineer-in-charge. The arrangement of storage and utilization shall

be such as to assure the utilization of cement in the order of its arrival at the storage and the contractor shall

maintain satisfactory records which would at all times show the dates of receipts and proposed utilization of

cement lying in the stores at site.

v. The Engineer-in-charge or his representative shall at all times have access to the storage and the sites of the

contractor and shall have authority to check and examine the method of storage records, accounting and

security provided by the contractor. The contractor shall comply with instructions that may be given by the

Engineer-in-charge.

vi. The contractor shall not be allowed to use the damaged cement on the work.

vii. He shall produce the test certificates issued by the manufactures. He shall make his own arrangements for

transportation and adequate storage of cement.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

90

viii. The contractor shall create a suitable and adequate infrastructure for handling, storing and conveying bulk or

bagged cement procured by him with advance planning of work to be done during the next 2 weeks to 4

weeks, duly approved by the Engineer-in-charge. Bagged cement shall be stored above the ground level in

perfectly dry and leak-proof sheds and shall be stacked not more than 8 bags high. Cement more than 3

months old shall invariably be tested to ascertain its suitability for use in terms of acceptability requirements.

II. DELIVERY OF CEMENT

The cement shall be packed in polythene bags bearing manufactures name or his registered trademarks. The words 33

grade or 43 grade or 53 grade, as the case may be (or the trade mark of other type of cement, as approved by the

Engineer) ordinary Portland cement and nominal average net mass of cement shall be legibly marked on each bag.

Bags shall be in good condition at the time of inspection. The cement bag should also be at the name of Government

of Andhra Pradesh.

III. SAMPLING (IS : 3535 – 1986)

The samples shall be taken within three weeks of the delivery and the tests as considered necessary by the Engineer,

shall be commenced within one week of sampling.

When it is not possible to test the sample within one week the samples shall be packed and stored in airtight

containers.

The contractor shall provide all facility for taking and packing the samples for testing.

IV. PHYSICAL REQUIREMENT

1. FINENESS

When tested for fineness by “Blains” air permeability analysis method (IS: 4031, part 2-1988) the specific surface of

cement shall not be less than 2250 cm2

/kg. (225 m2/kg). For determination of fineness the fineness by dry sieving (as

per IS : 4031 – Part-1 1998), the residue should not exceed 10%.

2. SOUNDNESS

When tested by ‘Le-chateleir’ method (IS:4301, part 3-1988) and autoclave method (for cement having a moisture

content more than 3%), the undried cement shall not have an expansion of more than 10mm and 0.8 percent

respectively.

3. CONSISTENCY

Normal consistency is about 30%.

4. SETTING TIME

When tested by Vicat apparatus method (IS: 4031, part 5-1988) the setting time of cement shall confirm to the

following requirements.

Initial setting time - Not less than 30 minutes

Final setting time - Not more than 600 minutes

The ratio of final penetration measured after 5 minutes of completion of mixing period to the initial penetration

measured exactly after 20 seconds of completion of mixing period shall be not less than 50 percent.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

91

5. COMPRESSIVE STRENGTH

The average compressive strength of 43 grade OPC cement tested as per IS : 4031 part 6-1988 shall be as follows:

a) 71± 1 hour - Not less than 230 kg/cm2

(16mpa)

b) 168 ± 2 hours - Not less than 330kg/cm2

c) 672 ± 4 hours (28 days) - Not less than 430kg/cm2

(43mpa)

Corresponding figures for 33 grade OPC shall be: 160 kg/cm2;

220 kg/cm2;

and 330 kg/cm2. The 28 day compressive

strength for 53 grades OPC shall be not less than 530 kg/cm2.

The cement shall show a continuous increase in strength from the strength at 72 hrs.

V. CHEMICAL REQUIREMENT

1 When tested in accordance with the method given in IS : 4032-1985 the ordinary Portland cement shall

comply with the chemical requirement as given below:

i. Total loss on ignition - Not more than 5 percent

ii. Total sulphate content - Note more than 2.5 percent

iii. Magnesia (by mass) - Not more than 6 percent

iv. Insolute residue (by mass) - Not more than 5 percent

v. Ratio of percentage of alumnia

to that from oxide - Not less than 0.66 percent

vi. Ratio of percentage of lime to

Silice, alumnia to iron oxide - Between 0.66 and 1.02.

2. TESTS

The sample of cement to be used in works shall be tested for fineness, soundness consistency, setting time, and

compressive strength in order to exercise proper control on quality in the manner as per following Indian Standards:

Test IS specification 1) Fineness by dry sieving 4031 (Part-I) - 1998

2) Fineness, Blain air permeability method 4031 (Part-1I) - 1998

3) Soundness by: 4031 (Part-II1) - 1998

i) Le-Chatelier method

ii) Autoclave method

4) Consistency 4031 (Part-IV) – 1998

5) Setting time 4031 (Part-V) - 1998

6) Compressive strength 4031 (Part-VI) – 1998

The temperature for testing shall be 27 ± 20C as far as possible.

Note: For concrete works exposed to the coastal environment, Portland slag cement conforming to IS: 455 (with slag

content more – 50 %) shall be used. Such cement exhibits better sulphate resistant and chloride resistant properties.

Sulphate resistant cement (IS 12330) shall be used wherever, so required by the Engineer-in-Charge to resist sulphate

attack.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

92

VI. REJECTION

Cement may be rejected if it does not comply with the Indian Standard requirements.

Cement in bags stored for more than 3 months shall be re-tested before use and may be rejected and shall not be used

on works if it fail to confirm to any of the requirement.

VII. TOLERANCE

Average net mass of cement packed in bags in a sample shall be equal to or more than 50kg. The number of sample to

be checked for net mass of cement per bag in a given number of bags shall be as given below:

100 to 150 bags - 20 sample

151 to 280 bags - 32 sample

281 to 500 bags - 50 sample

501 to 1200 bags - 80 sample

1201 to 3200 bags - 125 sample

3201 and above - 200 sample

The bags in a sample shall be selected at random.

5.5.3 SAND (FINE AGGREGATE)

I The sand shall be tested for grain size, specific gravity, water absorption, fineness modulus, petrographic

analysis, deleterious constituents etc. The presence of impurities if any is to be tested by chemical analysis.

Quick colour test shall also be conducted in the field to determine the presence of any harmful organic

impurities in sand with 3% solution of sodium hydroxide (caustic soda), as under :

• A colour less liquid indicates clean sand free from organic matter.

• A straw coloured liquid indicates some organic matter but not enough to be seriously objectionable.

• A dark colour will mean that the sand contains injurious amount of organic impurities and shall not be used

unless it is washed and a retest then shows that it is satisfactory.

Sand to be used shall be well graded with maximum size limit to 4.75 mm. Well-graded sand is essential to impart

good workability and good finish. The gradation requirement of sand for concrete work is indicated below:

II. MECHANICAL ANALYSIS

For concrete work, sand shall confirm to IS-383-1970, as per the following table:

Percentage Passing For IS Sieve

Designation Grading Zone-1 Grading Zone-

II

Grading Zone-III Grading

Zone-IV

10 mm 100 100 100 100

4.75 mm 90 - 100 90 - 100 90 – 100 95 – 100

2.36 mm 60 - 95 75 - 100 85 – 100 95 – 100

1.18 mm 30 - 70 55 - 90 75 - 100 90 – 100

600 micron 15 - 34 35 - 59 60 - 79 80 - 100

300 micron 5 - 20 8 - 30 12 - 40 15 – 50

150 micron 0 – 10 0 – 10 0 – 10 0 - 15

Note: Sand of zone 4 shall not be used in the reinforced concrete work.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

93

(i) FINENESS MODULUS

Sand shall have FM between 2.2 to 3.2. The sand content shall be proportioned to be around 33 to 35% of

total aggregate. However, the actual proportioning shall be fixed on the basis of lab tests. It shall, preferably

be natural sand and confirming to IS: 2116-1965. It shall be got approved from the Engineer-in-Charge

before use. The Engineer-in-Charge may allow the use of crusher fines/crushed stone sand with natural sand

after his full satisfaction that the mixture meets the specified criteria.

(ii) The amount of deleterious substances shall not exceed the percentage given below:

Deleterious substances Percentage more than Shale 1.00

Coal and ignite 1.00

Clay lumps 1.00

Cinders and clinkers 0.50

Material passing 75-micron sieve 3.00

Alkali, mica and coated grain 2.00

The sum of the percentages of all deleterious substances shall not exceed 5% by weight. The sand shall also

be sound and free from any amounts of organic impurities.

(iii) SPECIFIC GRAVITY

The sand shall have a minimum specific gravity of 2.6.

(iv) The sum of the percentages of all deleterious substances in the sand shall not exceed 5% by weight. The sand

shall also be sound and free from organic impurities.

(v) QUALITY

The sand shall consist of hard, dense, durable, unquoted rock fragments and shall be free from dust, lumps,

soft or flaky particles, shale, alkali, loam, mica and other deleterious substances.

III. ALLOWANCE FOR BULKAGE

If the sand as obtained from quarry or after its washing is found to be moist, bulkage will be measured and

allowed, provided sand is stacked at the site at least for 48 hours before use. Bulkage of such a stack will be

measured regularly as directed by the Engineer-in-Charge and allowed according to these observations.

Allowance for bulkage will be made as per Indian Standard procedure and allowance will be made as under :

Bulkage observed Allowance to be made

Below 5 % Nil

5 to 10 5 %

10 to 15 10 %

15 to 20 15 %

5.5.4. COARSE AGREEGATE

I. GENERAL

The coarse aggregate to be used shall be hard & well graded to produce a dense concrete of the specified

strength and consistency that will work readily into position without segregation. It shall be tested for

specific gravity, water absorption, deleterious materials, crushing impact, and abrasion values.

Representative samples shall also be got tested for any alkali – aggregate reaction potential. Minimum

specific gravity shall be 2.6.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

94

II. SIZE

The nominal maximum size of aggregate shall be as large as possible within the limits specified but in no

case greater than one-fourth of the minimum thickness of the member, provided that the concrete can be

placed without difficulty so as to surround all reinforcement thoroughly and fill the corners of the form work.

For most works, 20 mm aggregate shall be used and where there is no restriction to the flow of concrete into

sections, 40 mm size (MSA) shall be used. For any heavily reinforced concrete members, the nominal

maximum size of aggregate shall usually be restricted to 5mm less than the minimum cover to the

reinforcement or 5mm less than the minimum clear distance between the main bars.

Coarse aggregate shall comprise of all aggregate particles of size greater than 4.75 mm. The rubble from

which coarse aggregate is crushed shall have a crushing strength of not less than 750 kg/cm2. The aggregate

shall conform to IS: 383 -1970 clause 3.1, 3.2 and 3.2.1 (Table-1).

III. TESTS

The different tests and the zone of acceptability limits are given below:

Name of test IS code Acceptance criteria

Sieve analysis IS 2386-Part-1-1963 As per concrete design

Deleterious materials IS 2386 – Part-II - 1963 Less than 5 %

Specific gravity IS 2386 – Part-III - 1963 2.5 to 3.0

Absorption value IS 2386 – Part-III- 1963 Less than 5% by weight

Aggregate crushing value IS 2386 – Part-IV - 1963 For wearing surface, less than

30%, for concrete other than

wearing surface less than

45%

Impact value IS 2386 – Part-IV - 1963 As above

Abrasion value IS 2386 – Part-IV - 1963 For wearing surface, less than

30%, for concrete other than

wearing surface less than

50%

Soundness (Sodium

sulphate method)

IS 2386 – Part-V - 1963 Less than 12 %

Petrographic examination IS 2386 – Part-VIII - 1963 Deleterious constituents plus

silt shall not exceed 5 %

Note: The expenditure towards all the above tests will be borne by the contractor. The rates quoted by the

contractors shall be inclusive of this expenditure and no refund on any ground of such expenditure will be

admissible.

IV. GRADING

The coarse aggregate as delivered to the mixer, shall be well graded as per IS specification. Maximum size of

aggregate used for the work shall be 20mm or 40mm or as specified in items in the bill of quantities and it

shall confirm to IS : 383-1970, clause 4.2 (Table-2). However, the exact gradation required to produce a

dense concrete of specified strength and desired workability shall be decided as per laboratory test by the

Engineer.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

95

Coarse aggregate for use in concrete shall be well graded and shall conform to IS: 383-1970 requirements (as

per Table-II) given below:

% passing by weight for graded aggregate of nominal size IS Sieve

40mm 20mm 16mm 12.5mm

63mm 100 - - -

40mm 95 – 100 100 - -

20mm 30 – 70 95 – 100 100 -

16mm - - 90 – 100 100

12.5mm - - - 90 – 100

10.0mm 10 – 35 25 – 55 30 – 70 40 – 85

4.74mm 0 5 0 - 10 0 - 10 0 – 10

V. IMPURITIES

The broken stone shall be free from dust and dirt and shall be washed in necessary to ensure that all faces of

the stones are perfectly clean. The minimum individual percentages by weight of deleterious substance in

any size of coarse aggregate shall not exceed the following values:

Materials passing through No. 100 screen (ASTM) 1 %

Shale ….. 1 %

Coal ……. 1 %

Soft fragments ………. 1 %

Clay lumps ………………. 1 %

Fourth Other deleterious substances……….. 1 %

The sum of the percentages by weight of all deleterious substances in any size shall not exceed 5 %.

VI. STORAGE

Aggregate shall be stacked in such a way as to prevent the intrusion of any foreign materials such as soil,

rubbish, vegetation etc. Heaps of fine and coarse aggregate shall be kept separate. When different sizes of

fine and coarse aggregates are procured separately, they shall be stored in separate stock-piles, so that they do

not get intermixed.

The aggregate shall be stock piled near to the mixer site/B&M plan so as to require minimum re-handling

when conveyed to the mixer.

The aggregate shall be placed on a dry hard patch of ground if available, otherwise a platform or plain

galvanized iron sheets or alternatively a floor of dry bricks shall be prepared, or a floor of thin layer of lean

concrete.

To minimize moisture variations the stock piles shall be as large in area as possible but left low and fairly

uniform in height preferably 1.25 to 1.5m and the lowest layer of about 30cm height shall be allowed to act as

drainage layer and not be used till the end.

5.5.5. WATER

1.0 The water used in concrete shall be clean and free from objectionable quantities of silt, salts, organic matter,

alkali and other impurities. Normally potable water is considered satisfactory for mixing concrete. As a

guide, the following concentration represents the maximum permissible values.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

96

a) To neutralize 100ml sample of water, using phenolphthalein as an indicator, it should not require more than 5

ml of 0.02 nomral NaOH. The details of test are given in 8.1 of IS: 3025 (Part-22).

b) To neutralize 100 ml sample of water, using mixed indicator, it should not require more than 25ml of 0.02

normal H2SO4. The details of test shall be as given in 8 of IS: 3025 (Part-23).

c) Permissible limits for solids shall be as given in the following table:

Percentage of solids should not exceed the following:

Test as per

Organic - 200 mg/litre IS: 3025 (Part-18)

Inorganic - 3000 mg/litre IS: 3025 (Part-18)

Sulphates - 400 mg/litre IS: 3025 (Part-24)

Chlorides (as CI) - 2000 mg/litre for concrete not containing

embedded steel and 500 mg/litre for

reinforced concrete work. IS: 3025 (Part-32)

Suspended matter - 2000 mg/litre. IS: 3025 (Part-17)

2.0 pH value of water shall not be less than 6.0 and be within the range of 6.0 to 9.0.

3.0 Water found satisfactory for mixing concrete is also suitable for curing the concrete. However, water used

for curing should not produce any objectionable stain or unsightly deposit on the concrete surface.

SECTION 5.6: FORM WORK

5.6.1 GENERAL

Forms shall be used, wherever necessary, to confine the concrete and to shape it to the required lines. Normally

all exposed concrete surfaces having slope steeper than two horizontal to one vertical shall be formed.

The condition of forms influence not only appearance of the structure but also quality. Use of good form material

and proper form construction and maintenance is very important in field control. The use of steel form work

enhances the appearance of placed concrete. It should be recognized that it is not particularly economical to use

poor quality form. Too often any savings from use or injudicious re-use of poor timber form are negated by

manual labour in repairs and final dressing of the structure to an acceptable appearance.

5.6.2 TOLERANCES

The form work shall be designed and constructed to the shapes, lines, and dimensions shown on the drawings

within the following tolerances:

A. Linear Outline.

(a) In any 6m of length ±12 mm

(b) In any 12m of length ± 18 mm

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

97

B. Plumb, specified batter, or from the curved surfaces of all structures including the lines and surfaces of

columns, walls, piers, buttresses etc.

(a) In 3m of height ±12mm

(b) In 6m of height ±18mm

(c) In 12m of height or greater ±30mm

C. Deviations from specified

Dimensions of cross-section +12mm

of columns and beams. -6mm

D. Deviation from dimensions of footings.

(a) Dimensions of plan + 50mm

- 12mm

(b) Eccentricity 0.02 times the width of the footing in the

direction of deviation but not more than

50mm.

(c) Thickness ± 0.05 times the specified

thickness.

Note: These tolerances apply to concrete dimensions only, and specified thickness not to the positioning of vertical

reinforcement steel.

5.6.3 WORKMANSHIP, CLEANLINESS, AND STRENGTH OF FORM WORK.

The form work shall be of steel, timber forms shall not be allowed. Supports shall also be of steel. Suitable wedges in

pairs be provided to facilitate adjustment and subsequent releasing of forms. The contractor shall furnish the details of

his proposed form work to the Engineer-in-charge for his approval before erection there-of.

All rubbish, particularly chippings, saw dust and grout etc. shall be removed from the interior of forms before these

are erected. Cleanliness of forms shall be again checked after the forms are in place and before the concrete is placed.

The face of the form work, which is to be in contact with the concrete shall be cleaned and treated with suitable form

oil or release agent. The form oil shall be applied so as to provide a thin uniform coating to the forms without coating

the reinforcement.

Forms shall have sufficient strength to withstand all pressure resulting from concrete placement and vibration without

deflection from the prescribed lines during and after the placement of concrete and shall be maintained rigidly in

position. Where form vibrators are to be used, it shall be ensured that the form work is adequately rigid to effective

transmit energy from the form vibrators to the concrete without damaging or altering the positions of forms. The

forms shall be made sufficiently rigid by use of ties and bracings to prevent any displacement or sagging. Suitable

struts or stiffeners shall be used wherever considered necessary. The forms shall be made mortar tight.

After the forms for concrete structures have been erected to line and grade, they shall be meticulously inspected as to

their adequacy. If the forms are not tight, there will be a loss of mortar which shall result in honey-combing of

concrete or a loss of water which shall cause sand streaking. If the inspection reveals that the forms are not strong

enough to hold the concrete or are not braced sufficiently to stay in alignment, the Engineer-in-charge shall

immediately notify the contractor to set right the deficiencies and concrete shall not be placed before the forms are re-

inspected and found OK. It shall also be checked during inspection that the form work, as erected, conforms to the

line, grade, alignment to the specified tolerance limits. Fully adequate rigidity of forms is of paramount importance

since the tolerance limits specified are for finished concrete and NOT for the forms. Use of internal vibrators requires

that the forms be tight and strong.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

98

Stability is a very important consideration in the construction of forms. Every one concerned including the contractor

shall be made to understand that the common deficiencies resulting in form failure are:

i. Inadequate cross bracing of shores;

ii. Inadequate horizontal bracing;

iii. Failure to regulate the rate of placement of concrete in the forms;

iv. Poor regulation of the horizontal balance of the form filling;

v. Abnormal form displacements during and after concrete placement;

vi. No provision for lateral pressures; and

vii. Lack of adequate inspection of form work;

In form construction, it is very important that ready access be provided for proper placement,

working, and vibration, and for inspection of these operations.

The surface of form work shall be made such as to produce surface finishes as specified and the joints shall be tight

enough to prevent loss of liquid/slurry/mortar from concrete. Joints between the form work and the previous lift shall

be grant tight.

5.6.4 HORIZONTAL CONSTRUCTION JOINTS

A very common blemish on formed concrete surfaces is the off-set often found at horizontal construction joints where

the forms have given way a fraction of couple of centimeters at the bottom of the new lift. For surfaces where

appearance and alignment are of considerable importance, these off-sets shall be prevented by so setting the forms as

to fit snugly against the top of concrete in the previous lift and then securing them so as to remain in tight contact

during the concrete placing operations. The anchoring shall be done by using an ample number of ties and bolts,

above and within a few centimeters of the construction joint. The ties in the top of previous lift cannot be relied on to

prevent a slight spreading of the forms at the joint. Forms shall overlap the hardened concrete in the lift previously

placed by not more than about 50mm though 25mm lap is considered sufficient. Utmost care shall thus, be taken by

the contractor to ensure that the construction joints are smooth, free from sharp deviations, projections, or edges.

5.6.5 SPALLING FROM THE FACE OF CONCRETE

Occasionally, spalling may occur from the face of the concrete when forms are removed. This is often caused by

rough spots on the forms where mortar adheres strongly enough to over come the tensile strength of the green

concrete. Such areas on the forms shall be cleaned, polished, and then covered with a suitable form oil. Wire brushing

of timber forms shall be done very carefully to remove the set mortar as else it may aggravate the situation.

5.6.6 FILLING OF BOLT HOLES (SHE-BOLTS) OR HOLES OF TIES/RODS

The holes left on the concrete surfaces by she-bolts or rods etc. shall be reamed, cleaned, and filled with “dry pack

mortar” within a reasonable period of the removal of form work. Such filling shall be made flush with the concrete

surface.

5.6.7 RE-USE OF FORMS

The forms required to be used more than once shall be maintained in a good condition and shall be thoroughly cleaned

and repaired (if required) before reuse. Where metal sheets are used for lining the forms, the sheets shall be placed

and maintained in the forms without lumps or other imperfections. All forms shall be checked for proper shape,

cleanliness, and strength before re-use.

5.6.8 INSPECTION OF FORMS

The contractor shall inform the Engineer-in-charge well in time before commencement of placement of concrete in the

forms to enable him or his representative to inspect the formwork as to its adequacy, suitability, alignment, strength,

and overall fitness; and such inspection shall not relieve the contractor of his sole responsibility for the safety of men,

materials, equipment and the results obtained.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

99

5.6.9 QUALITY ASSURANCE

Ok Card System shall be introduced. The form-at of OK card shall be determined by the Engineer-in-charge and the

contractor or his representative shall be required to fill in the first column of ok card against all relevant items (as

prescribed by the Engineer-in-charge) and sign to indicate that these are in conformity with specifications. There after

the engineer, authorized by the Engineer-in-charge shall inspect these items and any defects pointed by him shall be

duly rectified by him. Broadly, the items shall comprise of:

• Preparation of surface of forms, form oil applications;

• Alignment, tolerances;

• Stability, bearing and support adequacy, ties, and spacers;

• Inspection openings, size, spacing, and locations;

• Final clean-up; and

• Final ok for concrete placement.

5.6.10 STRIPPING OF FORM WORK

The Engineer-in-charge shall be informed in advance by the contractor of his intention to strike/remove any form. The

forms shall not be removed until the concrete has achieved adequate strength. As per IS: 456-2000, the concrete

should have achieved a strength of at least twice the stress to which the concrete may be subjected at the time of

removal of form work. While this criteria of strength shall be the guiding factor for removal of form work, in normal

circumstances, where ambient temperature does not fall below 150

C and where ordinary Portland cement is used and

adequate curing is done, following striking period of forms be adopted, which shall satisfy the above criteria of

strength of concrete:

Type of form work

Minimum period before

striking form work

a.

Vertical form work to columns, walls, beams.

16 to 24 hours

b.

Soffit form work to slabs (props to be refixed

immediately after removal of form work)

3 days

c.

Soffit form work to beams (props to be refixed

immediately after removal of form work)

7 days

d. Props to slabs:

1. Spanning upto 4.5m. 7 days

2. Spanning over 4.5m. 14 days

e. Props to beams and arches:

1. Spanning upto 6.0m 14 days

2. Spanning over 6.0m. 21 days

For cements other than OPC and lower temperatures, the stripping time specified above shall be suitably modified by

the Engineer-in-charge. The contractor shall ensure and it is his responsibility that the number of props left under,

their sizes, and disposition shall be such as to be able to safely carry the full dead load of the slab, beam, or arch, as the

case may be, together with any live load likely to occur during curing or further construction.

Forms shall be removed with care so as to avoid any damage to the concrete. Concrete damages, if any due to removal

of forms, shall be promptly repaired by the contractor as per method of such repairs prescribed / directed by the

Engineer-in-charge to his entire satisfaction.

The cost of form is included in the concrete/lining item and will not be paid separately.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

100

SECTION – 5.7: STEEL REINFORCEMENT

5.7.1 SCOPE

This item shall cover, providing all labour, material & equipment transporting the material, storing, bending,

cutting, straightening, placing and / or correcting in position, securing and maintaining in position all

reinforcement bars plain or deformed or ribbed for steel and fabric. It also includes splicing of the bars as

shown on drawings or as required by the Engineer-in-charge and providing the hooks at the ends required.

5.7.2 GENERAL

a) This section covers specifications for providing steel reinforcement in bridges, aqueducts, super passages,

siphons, under tunnels, retaining walls, inlets, outlets, head walls, regulators, off-take sluices, canal side

walls, cut-off walls, spillways, and other similar concrete structures.

b) This work shall consists of furnishing and placing reinforcement of the shape, size/dimensions shown on the

drawings and as specified in the specifications, including cutting, bending, cleaning, placing binding/welding,

and fixing in position. The steel reinforcement shall be arranged by the contractor.

A list of applicable Indian Standards is furnished below:

IS 456 – 2000 Code of practice for plain and Reinforced concrete.

IS 1786 – 1985 Specifications for high strength deformed steel bars and wires for concrete

reinforcement.

IS 432 - 1982 Specifications for mild steel and medium steel bars for

(Part-1) concrete reinforcement and hard drawn steel wire.

IS 2502–1963 Code of practice for bending and fixing of bars for concrete

reinforcement.

IS 9417–1989 Recommendations for welding cold worked bars for

reinforced concrete construction.

IS 2751-1979 Welding of mild steel plain and deformed bars for reinforced construction.

IS 814-1996 Electrodes for manual arc welding of carbon and carbon

manganese steel.

IS 1278-1972 Filler rods and wires and gas welding.

5.7.3 MATERIAL

The contractor shall make his own arrangements to procure high yield strength deformed (HYSD) bars to IS

432 – 1982, as shown on the drawings. Tested quality of steel reinforcement bars shall be used. Requisite

I.S.I. test certificates are to be provided to the Engineer-in-charge before use of reinforcement on the work.

Steel bars shall be stored in such a way as to avoid distortion and to prevent deterioration by corrosion.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

101

The diameters and weight of steel bars be as following:

S.No. Diameter of bar Sectional weight in Kg. Per running meter

both for plain and HYSD steel bars.

1. 6 mm 0.22

2. 8 mm 0.39

3. 10 mm 0.62

4. 12 mm 0.89

5. 14 mm 1.21

6. 16 mm 1.58

7. 18 mm 2.00

8. 20 mm 2.47

9. 22 mm 2.98

10. 25 mm 3.85

11. 28 mm 4.83

12. 32 mm 6.31

Note: If any steel bars other than those specified above are used, the weights shall

be as per standards steel tables.

Cutting, bending, and binding of reinforcement.

(a) Reinforcement steel bars shall conform accurately to the dimensions given in the ‘bar bending schedules’

shown on relevant drawings.

(b) Bars shall be bent cold to the specified shape and dimensions by a bar bender by hand or power to attain

the proper and specified radii of bends as shown in the drawings.

(c) Bars shall not be bent or straightened in a manner that would injure the material.

(d) Bars bent during transport and handling shall be straightened before being used on work. The bars shall

not be heated to facilitate bending.

(e) Reinforcement bars available from any rejected reinforced concrete shall not be used.

(f) The radii of the bends in the main reinforcement bars shall not be less than 4 times bar diameter for plain

mild steel bars or 6 bar diameters in deformed bars. The radii of bends for stirrups shall not be less than

twice the diameter of round bar. In the case of bars which are not round, and in the case of deformed

bars, the diameter shall be taken as the diameter of a circle having an equivalent effective area.

(g) Hooks/stirrups shall be suitably encased to prevent any splitting on concrete.

(h) Where reinforcement bars are bent aside at construction joints and after wards bent back into their

original positions, care shall be taken to ensure that at no time is the radius of the bend less than 4 bar

diameters for plain mild steel or 6 bar diameters for deformed bars. Care must also be taken when

bending back bars to ensure that the concrete around the bars is not damaged.

5.7.4 PLACING OF REINFORCEMENT

a) Before the reinforcement is placed, the surface bars and the surfaces of any metal

bar supports shall be cleaned of rust, loose mill scale, dirt, grease, and any other

objectionable matter.

b) All reinforcement bars shall be accurately placed in exact position shown on the drawing, and shall be securely

held in position during placement of concrete by annealed bending wire and by using stays, blocks, or metal

chairs, spacers, or other approved devices at sufficiently close intervals.

c) Wire for binding reinforcement shall be soft and annealed mild steel of 16 SWG and shall conform to IS: 280 -

1978. Binding wire shall have tensile strength of not less than 5600 Kg./Cm2 and an yield point of not less than

3850Kg/Cm2.

d) Bars shall not be allowed to sag between supports. These shall not be allowed to be displaced during concreting or

any other operation during the work.

e) The contractor must ensure that there is no disturbance caused to the reinforcing bars already placed in concrete.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

102

f) All devices used for positioning of bars shall be of non-corrodible material. Metal supports shall not extend to the

surface of concrete, except where shown in the drawings. Pieces of broken stone, or brick or wooden blocks shall

not be used.

g) Placing on layers of freshly laid concrete as work progress for adjusting of bar spacing shall not be allowed.

h) Layers of bars shall be separated by spacer bars, precast concrete blocks or other approved devices allowed by the

Engineer-in-charge.

i) Reinforcement bars after being placed in position shall be maintained in a clean condition until completely

embedded in concrete. Special care shall be taken to prevent any displacement of reinforcement in concrete

already placed.

j) It MUST BE ENSURED that CONCRETE COVER, as indicated in the drawings, IS METICULOUSLY

PROVIDED.

All bars protruding from concrete and to which other bars are to be spliced, and which are likely to be exposed for

a long period, SHALL BE PROTECTED BY A THICK COAT OF NEAT CEMENT GROUT.

k) Bars crossing each other, where required, shall be secured by binding wire (annealed) of size not less than 1mm

diameter and conforming to IS: 280-1978 in such a manner that they do not slip over each other at the time fixing

and concreting.

l) Minimum distance between individual bars

As per IS: 456-2000, the following shall apply for spacing of bars:

(A) The horizontal distance between two parallel main reinforcing bars shall

usually be not less than the greatest of the following:

i. The diameter of the bar if the diameters are equal:

ii. The diameter of the larger bar if the diameters are unequal:

iii. 5mm more than the nominal maximum size of the coarse aggregate.

Note: The size of aggregate may be reduced around congested reinforcement of comply with this

provision.

(B) Greater horizontal distance than the minimum specified in (A) above should

be provided wherever possible. However when needle vibrators are used, the horizontal distance between

bars of a group may be reduced to two-thirds the nominal maximum size of coarse aggregate, provided

that sufficient space is left between groups of bars to enable the vibrators to be immersed.

(C) wherever, there are 2 or more rows of bars, the bars shall be vertically in line

and the minimum vertical distance between the bars shall be 15mm or two-

thirds the nominal maximum size of aggregate, or the maximum size of bars,

whichever is greater.

5.7.5 SPLICING

a) Where it is necessary to splice reinforcement, the splices shall be made by lapping welding, or by mechanical

couplings.

When permitted or specified on the drawings, joints of reinforcement bars shall be butt welded so as to

transmit their full strength. Welding of bars shall be done as directed by the Engineer-in-charge and

conforming to the requirements of clause 12.4 of IS 456-2000, reproduced below:

“Welded joints or mechanical connections in reinforcement may be used but in all cases of important

connections, tests shall be made to prove that the joints are of full strength of bars connected. Welding of

reinforcement shall be done in accordance with the recommendations of IS: 2751-1966 (code of practice for

welding of mild steel bars used for reinforced concrete construction)”

• If it is proposed to use welded splices in reinforcing bars, the equipment, the material, and all welding and

testing procedures shall be subject to the approval of Engineer-in-charge. The contractor shall also carry out

test welds as required by the Engineer. No extra payment will be made for welding reinforcement test welds.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

103

• For welded splices for reinforcing bars conforming to IS: 1786-1985 (High strength deformed steel bars),

welding shall be done in accordance with IS: 9417-1979. For the reinforcing bars conforming to IS: 432

(Part-1) -1982 (mild steel)/medium steel), the welding shall be done in accordance with IS: 2751 – 1979. The

electrodes for manual arc welding shall conform to IS:814 (Part-1) 1974 and IS:814 (Part-II) 1974. Mild steel

filler rods for oxyacetylene welding shall conform to IS: 1278-1972 provided they are capable of giving a

minimum butt weld tensile strength of 41 Kg/mm2

Electric arc welding shall be used. Ends of bars shall be cleaned of all rust, mill scale, grease, paint, or any

other foreign matter before welding.

b) Reinforcing bars of 28mm in diameter and larger may be connected by butt welding provided that the lapped

devices will be permitted if found to be more practical than butt welding and if lapping does not encroach on

cover limitation or hinder concrete or reinforcement placement.

c) Reinforcing bars of 25mm in diameter and less may be lapped or butt welded whichever is considered more

practical by the Engineer-in-charge.

Note: Welded pieces of reinforcement shall be tested at the rate of 0.5% of the total number of joints

welded or as decided by the Engineer-in-Charge. Specimens shall be taken from the actual site of

work. Strength of weld provided shall be at least 25% higher than the strength of bar.

5.7.6 TOLERANCES ON PLACING OF REINFORCEMENT

Unless otherwise specified by the Engineer-in-Charge, reinforcement shall be placed within the following

tolerances (as per IS: 456-2000, clause 12.3):

a) For effective depth 200mm or less ±10mm

b) For effective depth more than 200mm ±15mm

The cover shall in no case be reduced by more than one third of specified cover or 5mm whichever is less.

5.7.7 NOMINAL COVER TO REINFORCEMENT

A. NOMINAL COVER

Nominal cover is the design depth of cover to all steel reinforcements, including links. It is the dimension

used in design and indicated in the drawings. It shall not be less than the diameter of the bar. For a

longitudinal reinforcing bar in a column, the nominal cover shall in any case be not less than 40mm or less

than the diameter of such bar. In the case of columns of minimum dimension of 200mm or less, whose

reinforcing bars do not exceed 12mm, a nominal cover of 25mm may be used.

For footings, minimum cover shall be 50mm.

The followings table may be referred to for the concrete cover for reinforcement,

unless otherwise specified.

1. Thin slabs and walls Not less than diameter of bar; minimum 15mm

2. (i) Beam sides Not less than diameter of bars; minimum 25mm.

(ii)Beam top and 2 times dia of bars; minimum 25mm.

bottom ends

3. Columns Not less than diameter of bars; minimum 25mm

upto 200mm sides and minimum 40mm above 200mm sides

4. Footings Minimum 50mm.

5. Foundations 40mm.

6. Water retaining 35mm for concrete of grade M35 or more and

hydraulic structures 40mm for concrete for grade less than M35.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

104

B. NOMINAL COVER TO MEET DURABILITY REQUIREMENT

The Engineer-in-Charge, in consultation with Designs Organization, taking into due consideration the conditions

of exposure (as per clause 8.2.2.1, Table 3 of IS: 456-2000), may require the contractor to provide the following

minimum nominal covers of reinforcement to the concrete, as per clause 26.4.2, Table 16 of IS: 456-2000, from

the durability consideration.

Nominal cover to Meet Durability Requirements.

Exposure Nominal Concrete cover

in mm not less than Mild 20mm

Moderate 30mm

Severe 45mm

Very Severe 50mm

Extreme 75mm

Notes:

1. For main reinforcement up to 12mm dia bar, for mild exposure the nominal cover may be reduced by 5mm.

2. Unless otherwise specified, actual concrete cover should not deviate from the required nominal cover by

+ 10mm and – 0 mm.

3. For exposure condition ‘Severe’ and ‘very severe’ reduction of 5mm may be made where concrete grade is

M35 and above.

5.7.8 PAYMENT

The Bid Rate in the bill of quantities for reinforcement includes cost of steel, binding wire or welding

material at site of work, its cutting, bending, cleaning, placing/welding and fixing in position as shown on the

drawings and as directed by the Engineer-in-charge . The unit rate shall also include cost of all devices for

keeping reinforcement in approved position, cost of jointing as per approved methods and all wastage,

overlaps, dowels, binding wire or welding material and spacers of bars and the cost of all incidental

operations necessary to complete the work as per specifications.

5.7.9 MODE OF MEASUREMENT

The reinforcement shall be paid as the weight in Kg/MT of the actual quantity of steel reinforcement placed

in the structure arrived at by measuring the length of bars multiplied by the standard weight per unit length of

particular diameter of bar (as shown in the bar bending schedule).

The standard weight of the bars shall be as follows:

Diameter of bar in mm Weigh in Kg./Rmt.

M.S. Round bar Ribbed tor steel bar 6 0.22 0.22

8 0.39 0.39

10 0.62 0.62

12 0.89 0.89

16 1.58 1.58

18 2.00 2.00

20 2.47 2.47

22 2.98 2.98

25 3.85 3.85

28 4.83 4.83

32 6.31 6.31

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

105

In case of deformed bars, the weight per unit length of a bar for specified diameter (in nominal size) will be as

shown in the manufactures catalog. The payment to the contractor will be done on the basis of weight given by the

manufactures.

This shall include the quantity in laps, hooks and bends. It shall not include weights of metallic chairs, hangers,

spacer of other suitable devices if used. The length of bars shall be measured to the nearest 10cm. A fraction less

than 5cm shall be neglected and fraction of 5cm or more shall be taken as 10cm.

Accurate records shall be kept at all times of numbers, size lengths and weight of bars placed in position of

different parts of work. The reinforcement shall be paid as the weight of the as actual quantity of steel

reinforcement placed in the structures arrived at by measuring the actual length of the bars used and placed as

shown in bar bending schedule including the bends and laps. The unit rate accepted for the reinforcement shall

include the cost of supplying, cutting, bending, cleaning, and attaching binding wire, separators, hangers etc. shall

be deemed to be included in the unit rate of reinforcement and shall not be measured nor paid for. Welding or

splicing whenever permitted shall not be paid for separately. Chairs if any, as per instruction of Engineer-in-

Charge will be paid separately.

SECTION 5.8 PLAIN AND REINFORCED CONCRETE

5.8.1. GENERAL

Plain and reinforced concrete work shall be carried out generally in conformity with the latest Indian Standards IS

456- 2000.

5.8.2. SCOPE OF WORK

The work covered by this shall consist of –

Furnishing all materials, equipment and labour for the manufacture, transport, placing, compaction and curing of

concrete and performing all the functions necessary and ancillary thereto, including finishing the concrete to the

required shape as per drawing.

Providing and removal of all form work, furnishing all materials, equipment and labour for the manufacture, transport,

erection, keeping in place with necessary fixture and supports, oiling complete.

All concrete involved in the R.C.C. work also stands included in this item.

5.8.3. DESIGN MIX CONCRETE

Design mix concrete (controlled concrete) shall be used for concrete of grade M10 and higher. In proportioning the

concrete, the quantity of both cement and aggregate shall be determined by mass. Water shall be weighed or measured

by volume in calibrated tank. Concrete shall be manufactured in mechanical mixers either in batching mixing plants

or mechanical mixers of various capacities (14/10 or 10/7). Alternatively, mobile self-loading weigh batching –

mixing and transporting mixers of suitable drum capacity can be used, both for mixing and transporting concrete. The

mix proportions shall be such as to ensure the workability of the fresh concrete and when concrete is hardened, it shall

have the required strength, durability, and surface finish. The contractor shall not be entitled for any additional

allowance above the price bid in the schedule due to adjustments of the mix proportions.

The mix shall be designed to produce the grade of concrete having the required workability and a characteristic

strength, not less than appropriate values given below:

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

106

Grade Designation of Specified characteristic

Concrete Compressive Strength of 150mm

Cube at 28 days in

N/mm2

M10 10

M15 15

M20 20

M25 25

The concrete mix shall be designed for the ‘target mean strength’. The target mean strength of concrete mix should be

equal to characteristic strength plus 1.65 times the standard deviation.

Target Mean Strength = Characteristic strength (28-day compressive strength) + 1.65 X Standard deviation.

Where sufficient test results for a particular grade of concrete are not available, the value of standard deviation given

below shall be assumed for design mix of concrete in the first instance. As soon as the results of samples are

available, actual standard deviation shall be used and the mix designed accordingly.

Assumed standard deviation (as per IS: 456 – 2000)

Grade of concrete Assumed standard deviation

M10 3.5

M15 3.5

M20 4.0

M25 4.0

5.8.4. INGREDIENTS

All Ingredients namely cement, sand, coarse aggregate and water shall comply with the specifications mentioned in

Section 1.C.

5.8.5. WATER CEMENT RATIO (W/C)

Water cement ratio is one of the key elements for a durable and sound concrete of adequate strength. Accordingly,

Water cement ratio shall be maintained at correct value. The water cement ratio for various grades of concrete shall be

as determined and ordered by the Engineer-in-Charge. The water contents in both fine and coarse aggregate shall be

determined regularly. The amount of added water shall be adjusted to compensate for any observed variation in

moisture content. The amount of surface water may be estimated from the following table in the absence of exact

data:

Surface water carried by aggregate

S.No. Aggregate Approx. quantity of surface water

% by mass Litre / m3

1. Very wet sand 7.5 120

2. Moderately wet sand 5.0 80

3. Moist sand 2.5 40

4. Moist sand/crushed rock 1.25 to 2.5 20 to 40

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

107

5.8.6. DURABILITY OF CONCRETE

It is essential that the concrete be durable viz. it should perform satisfactorily in the working environment during its

anticipated exposure conditions during service. The materials and mix proportions are to be such as to maintain its

integrity, and (where ever applicable), to protect embedded metal/reinforcement from corrosion.

The different environmental exposure conditions are given below:

Environmental exposure conditions (as per Table 3 of IS 456: 2000)

The minimum cement content and maximum water-cement ratio to be adopted for different exposure conditions for

coarse aggregate of 20mm MSA are outlined below, as per Indian Standard IS: 456-2000. Accordingly, the design

mix shall be duly checked from consideration of durability of concrete.

Plain concrete Reinforced concrete

S. No. Exposure condition Min. cement

content

Kg/m3

Max. free

W/C ratio

Min- cement

content

Kg/m3

Max. free

W/C ratio

(i) Mild 220 0.60 300 0.55

(ii) Moderate 240 0.60 300 0.50

(iii) Severe 250 0.50 320 0.45

(iv) Very severe 260 0.45 340 0.45

(v) Extreme 280 0.40 360 0.40

The cement contents given above are irrespective of the grades of cement used. The above cement contents are for the

coarse aggregate of maximum nominal size of 20 mm. Adjustments to these minimum cement contents for aggregates

other than 20mm MSA aggregates shall be as per following table.

S. No. Environment Exposure conditions

(i) Mild • Concrete surfaces protected against weather or aggressive

conditions, except those situated in coastal area.

(ii) Moderate • Concrete surfaces sheltered from severe rain or freezing whilst

wet.

• Concrete exposed to condensation and rain.

• Concrete continuously under water.

• Concrete in contact or buried under non-aggressive soil/ground

water.

• Concrete surfaces sheltered from saturated salt air in coastal

area.

(iii) Severe • Concrete surfaces exposed to severe rain, alternate wetting and

drying, or occasional freezing whilst wet or severe

condensation.

• Concrete completely immersed in sea water.

• Concrete exposed to coastal environment.

(iv) Very Severe • Concrete surfaces exposed to sea water spray, corrosive fumes

or severe freezing conditions whilst wet.

• Concrete in contact with or buried under aggressive

subsoil/ground water.

(v) Extreme • Surface of members in tidal zone.

• Members in direct contact with liquid/solid aggressive

chemicals.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

108

S.No. Nominal maximum size aggregate mm Adjustments to minimum

cement contents Kg/m3

(i) 10 + 40

(ii) 20 0

(iii) 40 -30

The severity level in the APWSIP works may be assumed moderate to severe, except in such environment which is

associated with corrosive fumes or where the concrete work is exposed to coastal environment or buried under

aggressive sub-soil/ground water. Severity levels shall be assessed by the Engineer in consultation with Chief

Engineer concerned.

5.8.7. WORKABILITY OF CONCRETE

The concrete mix proportions chosen shall be such that the concrete is of adequate workability for the placing

conditions of the concrete and can be properly compacted. Following ranges of workability and slump of concrete,

measured in accordance with IS: 1199 shall be broadly adopted:

Placing conditions Degree of

workability

Slump

(mm)

• Mass concrete,

• Lightly reinforced sections in slabs, beams,

walls, columns;

• Floors

• Footings

Low 25-75

• Heavily reinforced sections in slabs, beams,

walls, columns. Medium 50-100

For canal lining, slump range 50-65mm is considered adequate. It can be increased upto 75mm, if considered

necessary in particular situations for practical usage.

The slump of concrete at the placement shall be as follows:

1. Beams, slabs, columns 25 mm to 40 mm

2. Section with corrugation / heavy

Reinforcement 40 mm to 50 mm

I. The needle / immersion vibrator shall be used to achieve power compaction.

II. Plain concrete:

For Plain concrete work, slump required mentioned in item-I above are applicable. If the specified slump is

exceeded at the placement, the needle / immersion vibrator and vibrator shall be used to achieve compaction.

Concrete is unacceptable. The Engineer-in-charge reserve the right to require lesser slump whenever

concrete of such lesser slump can be consolidated readily in to place by means of vibration specified by the

Engineer-in-charge. The use of any equipment which will not readily handle and place concrete of the

specified slump will not be permitted.

To maintain concrete at proper consistency, the amount of water and sand batched for concrete shall adjusted

to compensate for any variation in the moisture content or grading of aggregates as they enter the mixer.

Addition of water to compensate for stiffening of the concrete after mixing but below placing will not be

permitted. Uniformity in concrete consistency from batch will be required.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

109

5.8.8. ADMIXTURE

Admixtures such as air entraining agents, plasticizers etc. of the concrete shall only be added after the approval of the

Engineer-in-charge. Admixtures of Pozzolana if ordered shall conform to the requirements specified in IS: 9103-1979

(Indian standard Specification for admixtures for concrete).The cost of the admixture, mixing with concrete and

placing the admixed finished concrete shall be done by the contractor without any extra cost and shall stand quoted in

the unit rate of concrete.

5.8.9. MIXING

Concrete ingredients shall be mixed thoroughly in the mechanical mixer and the mixing shall be continued until there

is a uniform distribution of the ingredients and the mass is uniform in colour and consistency. Minimum mixing time

shall be 2 minutes or as determined by the Engineer. The accuracy of the measuring equipment shall be within ± 2

percent of the quantity of cement being measured and within ±3 percent of the quantity of aggregate and water being

measured.

5.8.10. TRANSPORTING AND PLACING

1. TRANSPORTING AND HANDLING

After mixing, concrete shall be transported to the formwork as rapidly as possible by methods which will

prevent the segregating or loss of any of the ingredients or ingress of foreign matter or water and maintaining

the required workability.

During hot or cold weather, concrete shall be transported in deep containers. Other suitable methods to

reduce the loss of water by evaporation in hot weather and heat in cold weather may also be adopted as per

instructions of Engineer-in-charge.

2. PLACING

The concrete shall be deposited as nearly as practicable in its final position to avoid rehandling. The concrete

shall be placed and compacted before initial setting of concrete commences and should not be subsequently

disturbed. Methods of placing shall be such as to preclude segregation. Care shall be taken to avoid

displacement of reinforcement or movement of formwork. The maximum permissible free fall of concrete

shall not be more than 1.5 m.

5.8.11. COMPACTION

1 Concrete shall be thoroughly compacted and fully worked around the reinforcement, around

embedded fixtures and into corners of the formwork.

2 Concrete shall be compacted using mechanical vibrators complying with IS 2505, IS 2506, IS 2514

and IS 4656. Over vibration and under vibration of concrete are harmful and shall be avoided. Vibration of

very wet mixes shall also be avoided.

Whenever vibration has to be applied externally, the design of formwork and the disposition of vibrators shall

receive special consideration to ensure efficient compaction and to avoid surface blemishes.

5.8.12. CONSTRUCTION JOINTS AND COLD JOINTS

Joints are a common source of weakness and, therefore, it is desirable to avoid them. If this is not possible,

their number shall be minimized. Concreting shall be carried out continuously up to construction joints, the

position and arrangement of which shall be indicated in the drawings/or as directed by the Engineer-in-

charge.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

110

Construction joints shall be placed at accessible locations to permit cleaning out of laitance, cement slurry

and unsound concrete, in order to create rough/uneven surface. It is essential to clean out laitance and cement

slurry by using wire brush on the surface of joint immediately after initial setting of concrete and to clean out

the same immediately thereafter. The prepared surface shall be in a clean saturate surface dry condition when

fresh concrete is placed against it.

In the case of construction joints at locations where the previous pour has been cast against shuttering, the

correct method of obtaining of rough surface for the previously poured concrete to be adopted is to expose the

aggregate with a high pressure water jet or any other appropriate means, such as sand blasting/chipping.

Fresh concrete shall be thoroughly vibrated near construction joints so that mortar from the new concrete

flows between large aggregates and develop proper bond with old concrete.

5.8.13.CURING

Effective curing shall be needed to prevent the loss of moisture from the concrete whilst maintaining a

satisfactory temperature regime. The curing regime is to prevent the development of high temperature

gradients within the concrete.

1. MOIST CURING

Exposed surfaces of concrete shall be kept continuously in a damp or wet condition by ponding or by

covering with a layer of sacking, canvas, Hessian or similar materials and kept constantly wet for at least 21

days from the date of placing concrete.

2. MEMBRANE CURING

Approved curing compounds can be used in lieu of moist curing for achieving fool proof curing. Such

compounds shall be applied to all exposed surfaces of the concrete as soon as possible after the concrete has

set. Impermeable membranes such as polyethylene sheet covering closed to the concrete surface may also be

used to provide effective barrier against evaporation.

5.8.14. FINISHING

1. GENERAL

Finishing of formed and unformed surface shall be performed only by skilled workmen. All exposed concrete

surfaces shall be cleaned of all incrustations of cement mortar or grout and unsightly stains shall be removed.

2. FORMED SURFACES

Surface of concrete finished against forms shall be smooth, free from projections and filled thoroughly with

mortar. Immediately upon removal of forms, all unsightly ridges of fines shall be removed and any local building

on expose surfaces shall be remedied by tooling and rubbing. All holes left by the removal of fasteners, shall after

being reamed with toothes reamer, be neatly filled with dry patching mortar. All porous and fractured concrete

and surface concrete to which additions are required to bring it to the prescribed lines shall be sharp edged and

dewed and shall be filled to required lines which fresh concrete or dry patching mortar. Where concrete is used

for filling the chipped opening, these shall not be less than 8 cm in depth and the concrete filling shall be

reinforced and dowelled to the surface of the opening. Honey combed surfaces and surfaces which give a hollow

sound, shall be rectified by guiding at the contractor’s cost, within the unit rate accepted for concrete.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

111

3. DRY PACKING

Dry packing mortar shall consist of one part of cement to 2 parts of sand by volume and just enough water, so that

the mortar as used, will stick together on being moulded into a ball by a slight pressure of the hands and will not

exclude water when pressed but will leave the hands damp. The mortar shall be placed in layers of not more than

25 mm thickness. After being compacted each layer shall be roughed by being scratched to provide and effective

bound with the succeeding layers. The last or finishing layer shall be smooth to form a surface continuous with

the surrounding concrete. All patches shall be bonded thoroughly to the surface of the chipped opening and shall

be sound and free from shrinkage cracks.

4. FINISHING PERMANENTLY EXPOSED SURFACE

Except and otherwise specified or directed all permanently exposed concrete surface and other water way surface

requiring durability under water (except the outlet) shall be finished in the following manner. Immediately upon

the removal of the forms, the surface shall be wetted and all surface pit and air bubbles filled by rubbing mortar

composed of cement and fine sand in proportion (1:2) into the pits with burlap so as to secure a uniformly dense

smooth face. The rubbing shall be performed in such a manner as to leave the surface free of extra mortar not

used for filling the pits if the filling operations be unduly delayed & the surface of the pits become coated with

dirt or other delayed & the surface of the pits become coated with dirt or other contaminating material, they shall

be thoroughly cleaned & washed and shall be maintained in a moist condition, until the mortar filling is placed.

Such cleaning shall be done by means of air and water jet and chipping or brushing or other satisfactory means

without damaging concrete. All operations in connection with the filling of surface pits shall be handled as

quickly as practicable to minimize the period during which the concrete and mortar filling are exposed to drying.

When the treatment of a surface has been completed the surface shall be neat and of the same colour and texture

as the adjoining concrete.

5. FINISHING CONCEALED SURFACE

For exterior concealed surfaces below ground or backfill level or like surfaces not otherwise specified no finish is

necessary except that sand streaks metal pockets, honey combing or other imperfections which are of consequence

affecting strength water tightness or protection of reinforcing steel from corrosion, shall be corrected and repaired

as prescribed for formed surface.

6. FINISHING UNFORMED SURFACE

Unformed surface shall be finished by one or more of the operations of screening, floating & traveling. Working

of the surfaces should be done at proper time employing experienced men and should be just sufficient to produce

the desired finish. Screeding which gives the surface it’s approximate shape by striking off surplus concrete

immediately after compaction shall be accomplished by moving a straight edge or template with a sawing motion

across wood or metal strip that have been established as guides. Where the surface is curved a special screed

should be used. Shortly after the concrete is screed the surface should be brought true to form & grade by

working it sparingly with wooden float. If a coarse textured finished is desired or if the surface is to be steel

trowelled a second or final floating should be performed after some stiffening has occurred and the surface

moisture film or shine has disappeared. Where a smooth dense finish is desired floating shall be followed by steel

trowel ling some time after moisture film, or shine has disappeared from the floated surface and when the concrete

has hardened sufficiently to prevent fine material and water from being worked out to the surface. Excessive

trowel ling particularly at an early time shall be avoided.

5.8.15. DAMAGE DUE TO FLOODS GOVT. NOT RESPONSIBLE

In case of damage of any of the concrete works due to floods, Govt. will not be responsible and whatever

corrective measures are required to be adopted shall be done by the contractor at his cost.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

112

5.8.16. SAMPLING AND STRENGTH OF DESIGNED MIX CONCRETE

(i) SAMPLING OF CONCRETE

A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable

chance of being tested, viz. the sampling should be spread over the entire period of concreting and cover all

mixing units (concrete production units).

(ii) FREQUENCY OF SAMPLING

The minimum frequency of sampling of concrete of each grade shall be in accordance with the following.

Quantity of concrete in the Number of samples

Work, m3

1-5 1

6-15 2

16-30 3

31-50 4

51 and above 4 plus

on additional sample for

each additional

50 m3

or part there-of.

At least one sample shall be taken from each shift.

(iii) TEST SPECIMEN Three test specimens shall be made for each sample for testing at 28 days. Additional specimens may be

taken to determine the strength of concrete at 7 days. Test results of the sample shall be the average of the

strength of 3 specimens. The individual variation should not be more than + 15% of the average strength of 3

specimens. If more, the test results of the sample are considered invalid.

(iv) ACCEPTANCE CRITERIA OF COMPRESSIVE STRENGTH

The concrete shall be deemed to comply with the strength requirement when both the following conditions

are met, as per IS: 456-2000:

(a) The mean strength determined from any group of 4 non-overlapping consecutive test results

complies with the appropriate limits in column 2 of the following table.

(b) Any individual test results complies with the appropriate limits in column3 of the following table.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

113

TABLE

Characteristic compressive strength compliance requirement

In the absence of established value of standard deviation, the following value may be assumed in the first

instance and there-after established values based on the requisite number of test results.

Grade of concrete Assumed standard deviation

M10 and M15 3.5 N.mm2

M20 and M25 4.0 N.mm2

Fck = Characteristic compressive strength of 150mm cube at 28 days in N.mm2 For M15 & M20 grades, fck

is 15 N.mm2 and 20 N.mm

2 respectively.

Standard Deviation: It is calculated from the following equation.

Sd = (X-X) 2

---------

N – 1

N = No. of samples (30 samples are generally considered)

X = Sum of the mean value of 3 test specimens of each sample divided by the number of samples, viz.

overall average strength.

X = Difference between overall average strength and the mean strength of 3 test specimens of each

sample.

(v) TESTS AND THEIR FREQUENCY

The various tests and their frequencies for concrete work shall be carried out as per following Table:

Specified

grade

Mean of the group of 4 non-

Overlapping consecutive test results in N/mm2

Individual test

results in

N/mm2

1 2 3

M 15 fck + 0.825 X established

Standard deviation (rounded off to nearest 0.5 N/

mm2 )

Or

fck + 3 N/ mm2

which ever is greater

Fck - 3

N/ mm2

M20 or above fck + 0.825 X established

Standard deviation (rounded off to nearest 0.5 N/

mm2 )

Or

Fck + 4N/ mm2 which ever is greater

Fck - 4

N/ mm2

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

114

S.N. Name of test Frequency Purpose

Indian

standard

1. Coarse Aggregates:

• Sieve analysis One test for every

150m3 or less

To know the

gradation

IS 2386 –

Part -1 1963

• Specific Gravity,

bulkdensity,

moisture content

and absorption

-do- To assess the

suitability of

aggregate and to

utilized data for

mix design

IS 2386 –

Part – III 1963

• Soundness

(Sodium sulphate

method)

-do- To assess the

quality of

materials

IS 2386 – Part –V

1963

• Abrasion, impact

& crushing values

-do- -do- IS 2386 – Part-IV

1963

• Organic impurities -do- -do- IS 2386 – Part-II 1963

• Petrographic

byanination

Twice in one season To know the

extent of

deleterious

materials & silt

content

IS 2386 – Part-VIII

1963

2. Fine Aggregate

• Screen analysis One test for every

150 m3

of sand used

in concrete

To know grain

size and fineness

modulus of sand

IS 2386 – Part-1 1963

• Unit weight and

bulkage

-do- To know

suitability of sand

and to utilize data

for mix design

IS 2386 –

Part – III

1963

• Organic impurities -do- To assess

The quality

IS 2386 –

Part – II 1963

Specific gravity,

Moisture content

-do- To utilize

data for mix

design

IS 2386 –

Part – III

1963

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

115

3. Cement:

• Fineness test One test for each

brand of cement used

during the working

season, preferably at

3 months interval

To know the

quality of cement

used in

construction

IS 4031 – 1988

• Normal

consistency

-do- -do- IS 4031 - 1988

• Setting time -do- -do- IS 4031 – 1988

• Soundness -do- -do- IS 4031 - 1988

• Compressive

strength

-do- -do- IS 4031 - 1988

• Chemical analysis -do- -do- IS 4032 - 1988

4. Finished concrete:

• Slump test One test in

each shift or at

frequent

intervals to

check

workability

To Check

workability of

concrete / water

cement ratio

IS 1199 – 1959

5. Finished Lining work

• Density of

Concrete

One core each from

bed &

both the

slopes for

250m reach.

To know the

density of

concrete used for

Lining.

The density of

concrete shall not be

less than 2400

kg/Cum.

• Permeability Two crores one each

from bed

and slope for

per Km. of

lined canal.

To know the

permeability of

concrete used for

Lining.

IS – 3085-1965

5.8.17 CONCRETE QUALITY CONTROL MEASURE AND CONCRETE QUALITY ASSURANCE TEST

PROGRAMME

a) Concrete quality control measures:

The contractor shall be responsible for providing quality concrete ensure compliance can be required.

b) Concrete quality assurance program:

The concrete samples will be taken by the Department Engineers and its quality will be tested in the

Departmental laboratory as per the relevant Indian standard specification I.S.NO.516 – 1959 and I.S. 1199 –

1959

“ A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable

chance of being tested, that is that the sampling shall be spread over the entire period of concreting and cover all

mixing units. Concrete of each grade shall be assessed separately. Concrete is liable to be rejected if it is porous or

honey-combed; its placing has been interrupted without providing a proper construction joint; the reinforcement has

been displaced beyond the specified tolerances or construction tolerances have not been met. However, the hardened

concrete may be accepted after carrying out suitable remedial measures to the satisfaction of Engineer-inCharge”.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

116

5.8.18 MODE OF MEASUREMENTS AND PAYMNET

Payment shall be on the net quantity of concrete after deducting quantities for openings and other class of work. No

deduction shall be made for anchor bars reinforcement grout holes and bore or weep holes. Measurements of concrete

shall be taken within the specified pay lines for the structure or as indicated on the drawings.

Any concrete placed in the excavation beyond the line of structures to avoid use of forms shall not be paid for. The

quantity of item shall be computed by using prismodial formula only.

If block outs and slots are necessary for embedding the foundation bolt and other embedded parts shall be provided by

the contractor without any extra cost. The payment for work required for it, shall presumed to be included in the

payment of concrete item.

Payment at the rate decided by the Engineer-in-charge shall be withheld in running payments, Engineer-in-charge shall

inspect the work in relation to finished level and line of concrete laid. And withheld payments shall be released only

after receipt of acceptable test results and satisfactory finishing of work in line and level, in the opinion of the

Engineer-in-charge.

Measurement shall be on cubic metre basis and paid accordingly.

SECTION 5.9 SPECIAL CONCRETE REQUIREMENTS:

5.9.1. P.V.C STRIPS:

The finished P.V.C strips shall be manufactured with shapes conforming to dimensions shown on the

drawings and shall be extruded from virgin, Pigmented, Plasticized P.V.C. The finished PVC strips shall meet

the requirement of table I and II of I.S. 9766-1981.

The PVC water stops conforming to the above requirements shall be placed in the joints as shown in

drawings. The contractor should furnish and I.S.I. test Certificate for the PVC to be proposed to use.

5.9.2 ELASTOMERIC BEARING PADS:

The contractor shall furnish and place elastomeric bearing pads at the locations shown on the drawings and in

accordance with this paragraph. Elastomeric bearing pads shall be fastened to one concrete surface with

rubber cement recommended by the manufacture of the elastomeric bearing pads. Elastomeric pads shall be

stored in as cool a place as practicable, preferably at 70 F or less. Elastomeric pads shall not be stored in open

places or where they will be exposed to the direct rays of the sun.

The Elastomeric compound shall be 100% Virgin Polychloroprene (Neoprene). The contractor should furnish

an ISI test Certificate for the Elastomeric bearing pads be proposed to use.

5.9.3. PLACEMENT OF KRAFT PAPER:

The top surface of the masonry piers and abutments should be leveled and pointed with brush, with asphalitic

emulsion of 20/30 grade, such that the bearing surface is rendered smooth and uniform. Over this surface,

Kraft paper bearing should be placed and the top painted with asphaltic emulsion of 20/30 grade. The unit

price bid therefore in bill of quantities for this item shall include the cost of all materials and labour involved

in the operations.

SECTION 5.10 DRAWINGS:

The drawings are appended to the schedule.

______________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

117

DIVISION-6: MASONRY

6.1.1 STONES FOR MASONRY:

The stones used for stone masonry shall conform to the relevant specifications of clause 3.1 of IS 1587 (part-

I)-1967 code of practice for construction of stone masonry Part-I rubble stone masonry.

The stone of the required quality shall be obtained from the quarries specified in the lead chart appended to

the bill of quantities. The common types of natural stones which are generally used are granite, trap and other

igneous rocks and shall be free from defects like decay, cavities, cracks, flaws, sand, holes, soft seams vain,

patches of soft or loose materials or any other deleterious materials like iron oxide, organic impurities etc.

They shall be free from rounded, worm or weathered surfaces or skin or occulting which prevents the

adherence of mortar. All stones used shall be clean of uniform colour and texture, strong, hard and durable.

The crushing strengths of the stone shall be determined in accordance with IS 1121-1974, the strength shall

be as detailed below Table-4(A)

TABLE-4(a)

S.No. Type of Stone Minimum Crushing Strength __________________________________________________________________

1. Granite 100 kg/sq.cm

2. Basalt 400 kg/sq.cm

3. Lime Stone 200 kg/sq.cm

__________________________________________________________________

The percentage of water absorption shall not exceed 5% by weight as determined in accordance with IS 1121-

1974.

Samples of the stones collected from the stone stacks collected by the controller will be tested for the

standards specified above and other relevant Indian Standards and stones stacks not conforming to the

standards will be rejected. Their cost shall be borne by the contractor. The contractor shall obtain these stones

from the approved quarries only.

Seignorage and Cess fee shall be recovered from the bills of the contractor on the work done and measured

with reference to the quantities used in the works as per the theoretical requirements at the rates as in force.

The approval of the quarries by the Engineer-in-Charge shall not be construed as constituting approval of all

or any of the stones collected from the deposits and the contractor will be held responsible for suitability of

the stones used in the work.

b) Cost:

The cost of collecting the stones for masonry will not be paid separately and their cost including the cost of

quarrying, transporting, stacking, royalties’ charges shall be included in the unit price per cubic meter bid

therefore in the relevant item in the bill of quantities.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

118

6.1.2 SAND FOR MASONRY:

a) General:

Sand shall generally conform to specifications given in paragraph 5.5.6 except that the sand for mortar shall

conform to the grading of sand given in clause 4 of IS 2116-1980 as detailed below in Table-6(B)

TABLE-6(B) ______________________________________________________________

Sl.No. IS Sieve Designation Percentage Passing by Mass _________________________________________________________________

1. 4.75mm 100

2. 2.36mm 90-100

3. 1.18mm 70-100

4. 600 microns 40-100

5. 300 microns 5 to 70

6. 150 microns 0-15

__________________________________________________________________

A sand whose grading falls outside the specified limits due to excess or deficiency of coarse or fine particles

may be processed to comply with the standard by screening through a suitably sized sieve and /or blending with

required quantities of suitable size and particles.

The procurement of sand for masonry shall conform to the specifications given in

paragraph 5.5.8

b) Cost:

The cost of sand or masonry will not be measured and paid separately and the cost of sand including the cost

of stripping and transporting and storing and royalty charges shall be included in the unit price per cubic

meter bid there for in the relevant item of work in the bill of quantities for which this sand is required.

6.1.3 CEMENT:

The specifications and conditions specified for supply of cement are given in paragraph 5.3.3. shall be applicable

here also.

Portland pozzolana cement conforming to IS 1489-1976 shall be used for masonry work. Ordinary Portland

cement conforming to IS 269-1976 may also be used for masonry work in the event of non-availability of

Portland pozzolana cement.

6.1.4 WATER:

The specifications and conditions specified for procuring water in paragraph 6.3.5 shall be applicable here also.

SECTION-6.2: MORTAR

6.2.1 PREPARATION OF MORTAR:

Unless otherwise specified the cement mortar used in masonry works shall be cement mortar mix MM5 (CM 1:5)

grade using minimum 288 kgs. of cement per cubic meter of mortar where a particular mix is indicated in the

specifications and drawings, it shall be used.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

119

Mixing shall be done thoroughly preferably in a mechanical mixer. In such a case, the cement and sand in the

specified proportion shall be mixed dry thoroughly in the mixer operated manually or by power.

Water shall be added gradually and wet mixing continued at least for 3 minutes. Water should not be more than

the required for bringing the mortar to the required working consistency of 90 to 130mm as required in the clause

9.1.1 of IS 2250-1981. The mix shall be clean and free from injurious kind of soil, acid, alkali, organic matter or

deleterious substances.

6.2.2 TIME OF USE OF CEMENT MORTAR:

Cement mortar shall be used as soon as possible after mixing and before it has begun to set within 30 minutes

after the water is added to the dry mixture.

Mortar unused for more than 30 minutes should not be used and shall be removed from site of work. The cost of

such wasted mortar shall be borne by the contractor. The use of retampered mortar will not be permitted to be

used for masonry.

6.2.3 TESTS OF MORTAR:

Mortar test cubes shall be cast for the mortar used on the work and shall be tested in accordance with Appendix-A

of I.S. 2250-1965., code of practice for preparation and use of masonry mortars. Such cubes shall develop a

compressive strength of at least 50 kg/square cm for M.M. 5 grade cement mortar mix, 75 kgs/square centimeter

for M.M. 7.5 grades mortar mix and 30 kgs/square centimeter for M.M.3 grade mortar mix.

Mortar not conforming to the specifications will be rejected and the cost of such wasted mortar shall be borne by

the contractor.

6.2.4 MEASUREMENT AND PAYMENT:

Cement mortar will not be measured and paid separately and its cost including cost of material, mining,

transporting and placing shall be included in the unit price per cubic meter bid there for in the bill of quantities of

the contract for the relevant finished item of work for which cement mortar mix mentioned in the above Paragraph

is required.

SECTION-6.3: STONE MASONRY

6.3.1 General:

Stone masonry in general shall conform to the requirements of I.S. 1597 code of practice for construction of stone

masonry (Part-I) 1967 rubble stone masonry Part-II 1967 Ashlar Masonry I.S.1129-1972 – specification for

dressing natural building stones.

6.3.2 SIZE OF STONE :

The length of the stones shall not exceed three times the highest nor shall the stones be less than twice as height

plus on joint. No stones shall be less in breadth than height and the breadth on base shall not be greater than ¾th

thickness of the wall not les than 15 centimeters.

6.3.3. DRESSING OF THE STONE FOR COURSED RUBBLE MASONRY:

The stones to be used for the faces of the masonry shall be hammer dressed. A hammer dressed stone also known

as hammer faced stone shall have no sharp and irregular corners and shall have a comparatively even surface so

as to fit well in the masonry. Unless otherwise specified the bushing on the face shall not be more than 40

millimeters on the exposed face.

Other stone surfaces like Rock faces stone surface, or punched stone surface or closed pitched stone surface are to

be brought out in dressing as per the orders of the Engineer-in-Charge.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

120

6.3.4 LAYING OF STONES FOR COURSED RUBBLE MASONRY:

The masonry shall be laid to lines, levels, curves, shapes shown in the drawings. Stones in the hearting shall be

laid on their broadest face.

Stratified stones must be laid on their natural beds. Bed joints shall be normal to the line of pressure upon them.

In battered wall, the beds of the stones and the plane of course should be at right angles to the batter.

The courses of the masonry shall ordinarily be predetermined. Where there is to be variation in depth of course,

larger stones shall be placed in the lower courses, the thickness of course decreasing gradually towards the top of

the wall.

The stones shall thoroughly be wetted before placing in position in the masonry and before covering with mortar.

The bed which is to receive the stone shall be cleaned, wetted and covered with a layer of fresh mortar. All stones

shall be bedded full in mortar and the vertical joints filled with mortar. The stones so covered with mortar should

be settled carefully with a wooden mallet immediately on placement and solidly bedded in mortar before it has

set. Clean clips and spalls shall be wedged into the mortar joints and beds wherever necessary. No dry or hollow

space shall be left any where in the masonry and each stone shall have all embedded faces completely covered

with mortar.

Face work and hearting shall be brought up evenly but the top of each course shall not be leveled up by use of

flat chips.

In case of any stone already set in mortar is disturbed or the joints broken, the stone shall be taken out without

disturbing the adjoining stones and the joints the mortar thoroughly cleaned from the joints and the stone reset in

fresh mortar. Attempts shall never be made to shade on stone over another already laid.

Shaping and dressing shall be done before the stone is laid in the work no dressing hammering which will loosen

the masonry will be permitted after it is once placed.

The face stone shall be squared on all joints with beds horizontal and otherwise ordered by the Engineer-in-

Charge they shall be set in regular courses of uniform thickness from bottom to top throughout. No face stone

shall be less than 150 millimeters in width for 400 millimeter thick walls, 200 millimeter in width 450 mm thick

walls and 250mm width for 600mm thick walls. More than half the quantity of stones shall each have a

volume of more than 1/70 cubic meter, 1/50 cubic meter and 1/35 cubic meter being used in for walls of 400 mm

, 450 mm and 600mm thickness respectively. The bed and vertical joints of the stone shall be hammer dressed

square with the face for a width of not less than 75 mm and 40 mm on wards from the face respectively. Bushing

shall not project more than 40 mm in faces.

Unless other wise ordered by the Engineer-in-Charge the height of each course shall be the height of the stone

used in the course. Stones of different depths should not be used. Height of each course shall not exceed breadth

at face nor thickness inwards.

The face stone shall be laid alternately in headers and stretches, so as to break joints by at least 75 mm. Headers

shall project at least 100mm beyond the stretches. The joints should not exceed 12 millimeters in thickness.

In walls upon a width of 600mm bond stones running through the walls shall be provided at intervals of 2m clear

in every course. For walls thicker than 600mm a line of headers each header overlapping the other by 150mm or

more shall be provided from front to back at 2m interval in every course. Care should be taken not to take place

the bond stones of successive courses over each other. The positions of bond stones shall be marked on both the

faces for identification and verification.

All connected masonry in a structure shall be carried up neatly at one uniform level throughout but when breaks

are unavoidable, the masonry shall be raked in sufficiently long steps for facilitating jointing of old and new work.

The stepping of the raking shall not be more than 45 degrees with the horizontal.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

121

For masonry hearting, all stories, chips, spalls etc., shall be washed clean with water before use to ensure a good

bond between the stone and the mortar. The interior of the masonry shall be filled in with good flat bedded stones

set as close as possible and well covered with mortar. Chips and spalls of stone should be covered with mortar all

round, should be wedged in the mortar joints wherever necessary, such that there are no hollow spaces, any where

in the masonry joints nor the mortar joints are thicker than specified.

6.3.5. DRESSING OF STONES FOR RANDOM RUBBLE MANSONRY:

The facing stone shall be hammer dressed on the face, sides and the head to enable it to come into close proximity

with the neighboring stone. The bushing in the face to be plastered. Stones with round surfaces shall not be used

in constructions.

6.3.6 LAYING OF STONES FOR RANDOM RUBBLE MANSONRY:

The laying of stones for Random Rubble Masonry is same as described in paragraph 6.3.4 except that the stones to be

used for face shall be stones as described in paragraph 6.3.5.

SECTION-6.4: CURING

All masonry surfaces shall be treated as specified to prevent loss of moisture from mortar until the required curing

period is elapsed or until placement of other masonry or concrete of back fill against surfaces.

All masonry built with cement mortar shall be kept watered continuously for a minimum period of two weeks from the

date of construction. Watering shall be done carefully so as not to washout the mortar joints or disturb the masonry in

any manner.

If the contractor fails to do curing to the satisfaction of the officer-in-charge of the work, the latter will either made

arrangements to cure the masonry at the risk and coat of the contractor or order the masonry to be pulled down. The

masonry so pulled down should rebuilt by the contractor at his own cost.

SECTION-6.5: MEASUREMENT AND PAYMENT

a) Measurement:

The measurement for coursed rubble masonry shall be to the lines shown in the drawings. 400 millimeters

thickness from face will be measured as coursed rubble masonry in cement mortar mix MM 5 grade and the

balance thickness of the wall will be measured as random rubble masonry in cement mortar.

b) Payment:

Payment for course rubble masonry cement mortar mix MM 5 grade shall be made at the unit prices bid there

for in the bill of quantities which unit prices shall include cost and conveyance of all materials. Dressing

charges, cost of mixing mortar, laying the masonry and curing and all incidental charges there for satisfactory

constructions of the coursed Rubble Masonry.

Payment for Random Rubble Masonry increment mortar mix MM5 grade shall be made at the prices bid

therefore in the bill of quantities which unit price shall include cost and conveyance of materials, dressing

charges, cost of mixing mortar, laying the masonry and curing and all incidental charges there for required for

satisfactory construction of the Random Rubble Masonry.

___________________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

122

DIVISION – 7: PLASTERING & POINTING

SECTION 7.1 MATERIALS

7.1.1. SAND FOR MORTAR FOR PLASTERING & POINING:

a) General:

Sand shall generally conform to specification given in paragraph 5.3.6. except that the sand for preparation of

Mortar for plastering and pointing shall conform to the following gradation, shown in Table 7 (A).

TABLE - 7 (A)

REQUIREMENT OF GRANDING FOR SAND FOR EXTERNAL PLASTERING AND

RENDERING

I.S. Sieve designation Percentage by weight passing L. S. Sieve

Class - A Class – B

4.75 mm 100 100

2.36 mm 90 to 100 90 to 100

1.18 mm 70 to 100 70 to 100

600 micron 40 to 85 40 to 95

300 micron 5 to 50 10 to 65

150 micron 0 to 10 0 to 15

For the purpose of indicating the suitability for use, the sand classified as Class A and Class B in accordance

with the limits of grading. Class A sand shall be used generally for plastering and pointing and which they

are not available Class – B sands may be used with the approval of Engineer-in-Charge.

The procurement of sand for motor for plastering and pointing shall conform to the specifications given in

paragraph 5.3.8.

b) COST:

The cost of sand for mortar for plastering and pointing will not be measured and paid separately and the cost

of sand including the cost of striping, transporting, storing and royalty charges shall be included in the unit

price per cubic meter bid therefore in the relevant item of work in the bill of quantities for which this sand is

required.

7.1.2 CEMENT:

The specifications and conditions specified for supply of cement in paragraph 5.3.3. shall be applicable here

also.

Portland Pozzolona cement conforming to I.S. 1489 – 1976 shall be used for preparation of mortar for

plastering and pointing work. Ordinary Portland cement conforming to I.S. 269 – 1976 may also be used for

plastering and pointing work in the event of non-availability of Portland Pozzolona cement.

7.1.3. WATER:

The specifications and conditions specified for procurement of water in paragraph 5.3.5 shall be applicable

here also.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

123

SECTION 7.2 MORTAR

7.2.1 PREPARATION OF MORTAR FOR PLASTERING WORK:

Unless otherwise specified the cement mortar used in plastering work shall be in cement mortar mix of M 7.5

Grade using minimum 360 kgs of cement per cubic meter of mortar. Where a particular mix is indicated in

the specifications and drawings, it shall be used.

The other specifications and conditions enunciated in paragraph 3.2.1 shall apply for this mortar for plastering

work also.

7.2.2 PREPARATION OF MORTAR FOR POINTING:

The cement mortar used in pointing work shall be cement mortar mix of M 7.5 grade, using 360 kgs of

cement per cubic meter of mortar where a particular mix is indicated in the specifications and drawings, it

shall be used.

The other specifications and conditions enunciated in paragraph 3.2.1 shall apply for this mortar for pointing

work also.

SECTION 7.3: PLASTEING WITH CEMENT

MORTAR MIX M 7.5 GRADE 20MM THICK:

7.3.1 PREPARATION OF SURFACE:

The roughening surface of the back-ground improves the bond of plaster. All joints shall be thoroughly

rocked. After roughening the surface, care shall be taken to moisten the surface sufficiently before plastering

as otherwise freshly exposed surface may tend to absorb considerable amount of water form the plaster. The

surfaces shall be wetted evenly before applying the plaster. Care shall be taken to see that the surface is not

too dry as this may cause lack of adhesion or excessive suction of water from the plaster.

A fog spray may be used for this work. As far as possible the plaster work shall be done under shade.

7.3.2. LAYING OF PLASTERING WITH CEMENT MORTAR MIX M. 7.5 GRAGE 20 mm THICK:

The mortar used for plastering shall be stiff enough to cling land when laid. To ensure even thickness and

true surface, plaster shall be applied in patches of 150 mm X 150 mm of the required 20 mm thickness at not

more than 2 meters intervals horizontally and vertically over the entire surface to serve as guides. The

surface of these guides shall be truly in the place of the finished plaster surface and truly plumb. The mortar

shall then be applied to the surface to be plastered between the guides with a trowel. Each trowel full of

mortar shall overlap and sufficient pressure shall be used to force it in to through content with the surface.

On relatively smooth surface, the mortar shall be dashed on with the travel to ensure, adequate bond. The

mortar shall be applied to a thickness slightly more than that specified using a string stretched out between the

guides. This shall then be brought to a true surface by working with along wooden float with small sawing

motion. The surface shall be periodically checked with a string stretched across it. Finally the surface shall

be rendered smooth with a small wooden float over working shall be avoided. All corners arise and junctions

shall be brought truly to a line with any necessary rounding or chamfering.

Job is necessary to suspend the work at the end of the day it shall be left in a clean horizontal or vertical line

not nearer than 150 millimeters from any corner or arises or parapet tops or copings etc. When re-

commencing the work the edges of the old work shall scraped clean and treated with cement slurry before the

new plaster is laid adjacent to it. After the first coat is done it shall be kept undisturbed for the next 24 hours

and thereafter kept moist and not permitted to dry until the final rendering is applied.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

124

After the plaster has sufficiently hardened cement slurry with cream like consistency shall be applied thinly

and evenly and rubbed to a fine condition.

The finished surface shall be cured with water for a period of 10 days.

SECTION 7.4: POINTING TO C.R. MASONRY WITH CEMENT MORTAR MIX. MM 7.5 GRADE:

7.4.1. PREPARATION OF SURFACE:

The joints in the masonry shall be raised out to a depth not less than the width of the joint or as directed when

the mortar is green. Joints are to be brushed clean off dust and loose particles with a stiff brush. The area

shall then be washed and joints thoroughly wetted before pointing is commenced.

_____________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

125

DIVISION 8 – CANAL LINING

8.1 SCOPE OF WORKS

The item shall include furnishing all materials equipment and labour for providing and laying cement concrete

lining.

It also includes providing and placing (a) reinforcement whenever necessary (b) porous plugs (c) expansion /

contraction and construction joints.

It also includes providing and removal of all form work (whenever necessary) furnishing all materials,

equipment and labour for transportation, erection, keeping in place with necessary fixture and supports, oiling

etc. complete.

It also includes curing of bed and slopes of lining.

8.2 CLEARING SITE

The area proposed for lining as a whole shall be cleared of all objectionable material. Any waste material

obtained from such site clearance shall be disposed off in a manner directed by the Engineer-in-charge. The

cost of this operation shall be deemed to have been covered under the rates quoted for canal lining.

8.3 GENERAL

The provisions of this paragraph apply to the preparation of all sub grade/foundation upon which lining is to be

placed. The lining shall be in-situ cement concrete lining or precast concrete slabs, or random rubble masonry

on side slopes, as shown in the drawing or as directed by the Engineer-in-charge.

The items of schedule for preparing the subgrade for lining includes: dewatering of canal section; carrying out

all excavation below the underside of lining required for placing selected bedding material, wetting the surfaces;

furnishing or procuring soils from stock piles, placing, moistening and compacting the selected bedding

material to specified density by power rollers/approapriate compaction equipment/slope compactors, and

trimming the canal section. This item also includes excavation and preparation of foundation for item also

includes excavation and preparation of foundation for providing necessary under drainage facilities/filter

blanket and pressure relief arrangement wherever required including placing test sections to verify that the

procedures result in acceptable results.

If during construction, it is found necessary to alter the canal sections and side slopes without altering the

thickness of lining, the contractor shall be informed in writing of such change. The rates quoted being on one

square metre basis for the lining thickness, the contractor shall have to execute the work at the same Bid Rate as

quoted in bill of quantities without any claim for change in the section of the canal.

Where as the work of trimming the canal section upto underside of lining shall be carried out well in advance,

the trimming of proud section equivalent to the thickness of lining (for base preparation of lining) shall be

carried out immediately prior to laying of lining but in no case the time interval shall exceed 3 days in nominal

weather and 2 days in adverse conditions.

The preparation of subgrade in different soils for laying the cement concrete lining shall conform to clauses 4.1,

4.2, 4.3, 4.4, 4.5 of Indian standard IS: 3873 – 1978 (Indian code of Practice for laying in-situ cement concrete

lining on canal). It shall also hold good for laying masonry lining. It shall be ensured that the subgrade is made

thoroughly moist with fine water spray through nozzle to a depth of about 15 cm.

8.4 PREPARATION OF SUBGRADE CONSISTING OF EARTH

i. The Subgrade shall be prepared, dressed, and rolled true to level and according to the required cross section

of the canal to form a firm compacted bed for lining.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

126

ii. Sample profiles true to cross section of the canal shall be made at suitable intervals, as directed by the

Engineer, to ensure correct formation of subgrade. The contractor shall place selected bedding material in

test profile true to the cross section of canal, at times and places designated by the Engineer, to show the

adequacy of his construction procedures for laying bedding material. The test sections shall conform to

clause 4.3.2 of IS: 3873 – 1993. Modification shall be made, as necessary, until it is demonstrated that

acceptable results are being consistently obtained. The cost of this operation shall be deemed to have been

covered in his quoted rates.

iii. If at any point, material of subgrade has been excavated beyond the neat lines required to receive lining, the

excess excavation shall be refilled in horizontal layers with material compatible with subgrade material,

moistened if required and thoroughly compacted. Graded filter material, compatible with the subgrade

material, may be used and compacted to not less than 95% of the proctor’s density.

iv. When partial filling of existing canal sections is necessary to reduce the cross sectional area to that required

for lined canal, the fill shall be placed and suitably compacted by rolling/compactors/mechanical tempers to

form firm foundation for placing the lining to avoid its settlement. Slope compactors for placing the lining to

avoid its settlement. Slope compactors shall also be used as required for effective compaction of subgrade to

the specified density. (Refer photocopy).

v. The consolidation of bed in sandy reaches shall be done by saturating the bed with water before lining is

placed. The consolidation of side slopes in such reaches shall be done by over cutting the subgrade in slopes

by 15 cm and refilling it with earth and compacting by vibro-compactors/appriate mechanical compactors.

vi. The compaction of subgrade in other than predominantly sandy reaches shall be done at optimum moisture

content in layers not more than 15 cm – 20 cm thick to obtain a dry bulk density of 95% of the density at

optimum moisture content obtained in accordance with IS: 2720 (Part VII) – 1965. Consolidation shall be

done by power rollers / pneumatic or fuel-powered tampers/suitable compactors. In the sandy reaches,

compaction shall be governed by ‘relative density test’ Compaction by of manual labour shall not be

permitted.

vii. Where placing and compacting bedding material is on sloping foundation, the layers shall be placed parallel

to the surface of the foundation. If at any point the foundation material is disturbed or loosened, it shall be

moistened if necessary and thoroughly compacted to form firm foundation for placing the lining.

viii. All along the canal alignment, the rain cuts on the inner slopes of the banks shall be filled up with approved

soil and shall be compacted thoroughly to required lines, dimensions, and levels.

ix. If at any place, placement of bedding material below the proposed lining is required, due care shall be taken

by the contractor to place the bedding material on scientifically approved surface adequately moistened (to be

wet to a depth of 15 cm or to depth up to impermeable layer below, whichever is less) in layers not exceeding

15 cm in depth in a single operation and thoroughly compacted.

x. All loose materials likely to be present at the end panel of existing lining adjacent to which lining is to be

placed shall be removed and all voids beneath the existing lining shall be refilled and compacted thoroughly.

No extra payment shall be made on this account.

8.5 PREPARATION OF SUBGRADE CONSISTING OF ROCK

i. The sub grade shall be prepared and dressed true to level and according to the required cross-section of

the canal.

ii. Final cutting for 300 mm – 450 mm in hard rock shall be carried out by wedding, barring, controlled

blasting or trimming with pavement breakers etc. No extra payment will be made for this.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

127

iii. The bed and side slopes of the canal excavation profile over which the bedding material, under-

drainage and pressure relief arrangements (where ever so required) are to be placed and over laid with

lining shall be furnished accurately to true and even surfaces and to the dimensions shown on the

drawings.

iv. All excavation including over breakage below the lines of underside of lining shall be back-filled

completely up to the lines of the underside of lining with suitable bedding material as under, or as

directed by the Engineer:-

- The bedding material shall be lean concrete (1:5:10) in bed and sides for thickness of filling less than

15 cm; and RR masonry in cement mortar (1:5) if thickness is more than 15 cm.

OR

In Slopes: In slopes, the selected material shall be suitable semi pervious material / gravelly soil and layer of

pea gravel as binding material duly moistened and compacted buy appropriate compactors/tampers to form a

firm backing for the lining.

In Bed: In bed, the selected bedding material shall be rock spalls and chips to form a firm baking.

Selected bedding material to be used over fractured rock or rubble shall be such as would resist piping and

consequent washing of fines into the sub grade voids and thus losing support. The material shall be approved

by the Engineer for its impermeability and car of placement.

8.6 TOLERANCE IN EXCAVATION

Excavated, trimmed/dressed profile provides the final base for lining and tolerances shall be comparable to the

following:

Departure from establishment ± 20mm on straight reason and + 50 mm

Alignment on tangents, and partial curves.

Departure from established grade ± 20mm on small canals.

The above tolerances shall be negotiated gradually through smooth transition in a length of about 50m. No over

run in excavation, filling with the materials as directed by the Engineer, shall be paid to the contractor. The

selected bedding material in the case of bed and sides of canal profile in normal soils shall be compactable with

sub grade material and thoroughly compacted.

8.7 TOLERANCE IN SURFACE IRREGULARITIES IN PREPARATION OF FINAL SUBGRADE

Surface irregularities shall be tested by the use of a long template consisting of a straight edge or the

equivalent there-of for curved surfaces and shall not exceed the following limits:

(i) 6.25 mm for sub grade in bed.

(ii) 12.50 mm for sub grade in the side slopes.

Final sub grade exceeding these limits shall not be accepted.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

128

8.8 PREPARATION OF SUBGRADE CONSISTING OF EXPANSIVE SOILS (IS: 9451 – 1994)

Field and laboratory tests shall be carried out to determine the physical, textural, engineering, and chemical

properties of expansive soils and evaluate the swelling pressures of soils in various reaches to establish the

thickness of CNS (Cohesive non-swelling soils) layer required so that the resulting deformation is within the

permissible limit of 2 cm. The thickness of CNS layer to be provided normal to the sub grade shall be governed

by the India Standard, IS: 9451 – 1994, out lined below. CNS material shall be non-swelling with a maximum

swelling pressure of 10KN/m2

when tested in accordance with IS 2720 (Part-41) : 1977 at optimum moisture

content and minimum cohesion. Some of the soils which may be considered as cohesive non-swelling soils are

all adequately compacted clayey soils, silty clays, sandy soils are all adequately compacted clayey soils, silty

clays, sandy clays, gravelly sandy clays, etc. Exhibiting cohesive properties and containing predominantly non-

expanding type clay minerals with liquid limit not exceeding 50 percent.

Expansive soils are inorganic or plastic clays characterized by shrinkage, high compressibility, and swelling

properties. To counter act the swelling pressure and prevent deformation of lining, a CNS material of required

thickness is sandwiched between the soil and lining. The thickness of CNS material is normal (perpendicular)

to the sub grade. Guidelines for choosing the thickness of CNS materials (Cohesive Non-Swelling) required for

balancing the different swelling pressures is given in the following tables corresponding to various discharge

ranges given in the following tables corresponding to various discharge ranges in canals. Side slopes shall not

be steeper than 1.5:1, though slopes of 2:1 shall be preferable.

TABL -1

Thickness of CNS layer in channels of carrying capacity less than 3 cumecs

Thickness of CNS layer in cm

(minimum)

Discharge in cumecs

(m3 / sec)

Swell pressure 50-

150 KN/m2

Swell pressure

more than 150

KN/m2

1.4 – 2.0 (50 to 70 cusecs) 60 cm 75 cm

0.7 – 1.4 (25 to 50 cusecs) 50 cm 60 cm

0.3 – 0.7 (10 to 25 cusecs) 40 cm 50 cm

0.03 0 0.3 (1 to 10 cusecs) 30 cm 40 cm

TABLE – 2

Thickness of CNS layer in channels of carrying capacity of 2 cumecs and more

Swelling pressure of soil

KN/m2

Thickness of CNS material

(minimum)

50 to 150 75 cm

150 to 300 85 cm

300 to 500 100 cm

Note:- CNS soil is to be laid in layers and compacted, to specified density.

Specification of CNS Soils

(i) General Gradation of CNS soil

Clay (less than 0.002 mm) 15 to 20 %

Silt (0.06 mm – 0.002 mm) 30 to 40 %

Sand (2mm – 0.06 mm) 0 to 40 %

Gravel (greater than 2 mm0 0 to 10 %

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

129

(ii) The CNS material shall be non-swelling, with a maximum swelling pressure of 10 KN/m2 when

tested in accordance with IS: 2720 (part-41) 1977 at optimum moisture content and minimum cohesion.

(iii) Index properties

Liquid limit Greater than 30, but less than 50%

Plasticity index reater than 15, but less than 30%

If given CNS material is not available, designed soils mix to produce artificial CNS may be used. The

artificial CNS shall satisfy the condition of swelling pressure mentioned in the sub para (ii) above. In respect

of the provision of CNS layer in the bed, it shall be as worked out from consideration of selling pressure.

However, the thickness of CNS layer to be provided on slopes shall, in addition, be governed by the

construction consideration viz. from the Power Roller rollable width consideration for achieving effective

compaction. CNS layers shall be compacted to the specified proctor density.

DURING CONSTRUCTION, IT SHALL BE ENSURED THAT

i. Serrations / steps / benches shall be provided in the side slopes of canal in cutting to provide a good bond

between the CNS layers and expansive soil and to also prevent contact slides between CNS materials

and expansive soil.

ii. Proper moisture shall be added to CNS material and expansive soil.

iii. CNS material shall be laid in layers (± 20 cm thickness0 and compacted to at least 95%/98% Proctor

Density as specified in the Bid documents, preferably, by Power Rollers viz. mechanized compaction.

iv. To avoid slipping and rain cuts during the rainy season, it shall be advisable to provide CNS right up to

the ground level.

v. The sub grade on which CNS layer is to be laid shall, generally, be not kept exposed for more than 4 days

prior to the placement of CNS layer.

vi. Effective and mechanized compaction of sub grade for side lining on slopes and bed is very important in

cutting or embankments. In addition to the designed thickness of CNS, 15cm or more (perpendicular to

side slope 0 of extra thickness (called pride) shall be provided and compacted. This pride shall be

removed only just prior to the placement of lining (a time interval of, say, about one day), thus making a

fresh and well-compacted surface available for bedding. In small section channels, it shall be

appropriate to over excavate the section and fill the entire section with CNS, material ( Laid in

successive layers and compacted to 95%/98% proctor density as specified in the Bid document), and

thereafter, scoop this section to the designed section for placement of lining. This PAD method ensures

effective compaction by 8-10 T power rollers or equivalent power vibratory rollers. The CNS material

so scooped out is utilized in the next reach through re-handling. However this is included in the item

rate of providing CNS & will not be paid separately.

vii. Under drainage arrangement, as per drawing, shall be provided.

8.9 FINAL PREPARATION OF SUBGRADE FOR PLACEMENT OF CONCRETE LINING

The work of trimming canal section up to the under side of concrete lining and preparing sub grade for

concrete placement include removal of pride section. Pride equivalent to the lining thickness on sides and bed

on the under side of lining shall be lift unexcavated and the removal of this pride shall be done prior to laying

of lining but in no case shall the time interval exceed 3 days in normal weather and two days in adverse

weather conditions. Sub grade surface shall be trimmed accurately to the underside dimensions of the lining:

embankment and selected back fill placed in over excavated sections shall be moistened and compacted to

95%/ 98% as specified in the Bid Documents proctor density, so as to ensure a firm and unyielding sub grade.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

130

It shall be ensured that the final sub grade is made thoroughly moist with fine spray nozzles (or with

gardener’s cans) to depth of about 15cm, before placement of concrete to prevent it from absorbing water

from the freshly laid concrete. Water, direct from hoses, shall not be used for wetting of the sub grade to

prevent erosion and slushy conditions on the sub grade.

The rate for providing and laying embankment shall include the cost of final preparation of sub-grade for

placement of concrete lining & no separate payment on this account shall be admissible.

8.10 MODEL SECTIONS/TEMPLATES/CONCRETE SLEEPERS

Model sections or templates of size 15cm x7.5cm or any other size specified and shown in the drawing shall

be constructed up to the bottom of lining at specified interval in straight reaches and curves, so as to achieve a

smooth straight/curved sub grade surface free from unsightly kinks and depressions. The model sections in

the bed and sides shall be constructed in M15 cement concrete conforming to IS:383 standard specification.

The top level of template will be the bottom level of lining.

Since the model sections are to be used as reference for excavation and trimming of sub-grade for seating to

the lining initially and for laying and finishing to required profile and grade to a very close tolerance of 3mm

in a length of 3m, any undulations in the model sections beyond the permissible tolerance shall have to

removed and redone by the contractor. No separate Payment shall be made for this view and shall be deemed

to be included in the rate of lining.

8.11 INGREDIENTS

Ingredients i.e. cement, sand, course aggregates and water should satisfy IS specifications.

8.12 LAYING OF CEMENT CONCRETE LINING: BROAD SELECTION OF LAYING METHODS

The concrete shall be generally governed by IS: 456-2000. The concrete shall also be governed by all the

provisions of section Concrete lining of M15 grade shall be laid in the canal prism, as shown in the drawing,

using well graded aggregates and the requisite cement level with a water cement ratio of about 0.60 or as

directed by the engineer. The requisite maximum nominal size of coarse aggregate shall be 20mm for the

lining thickness of 75mm. and 40mm for the lining thickness of 100mm. ordinary Portland cement

conforming to IS: 269 or 43 grade cement conforming to IS:8112 or 53 grade cement (IS 12269) shall be

used.

It shall be result-oriented from consideration of speed and quality construction of optimize mechanized

placement of CC lining to the optimum extent feasible.

Accordingly, mechanized cement concrete lining of bed and side slopes of the canal section through

deployment of concrete paver shall be done where bed width is more than 3.0m and the slant length is more

than 3.5m.

Mechanized lining of side slopes shall, preferably, be done with Acrow type or equivalent type of light steel

gantry fitted with side shutters and vibrators (slip-form gantry) where the bed width is less than 2m and the

slant length less than 2.7m. bed lining shall be laid by conventional manual method. Conv3entional

(Manual) placement of lining on both the bed and sides shall be done where paver mechanized/slip – form

steel gantry mechanized placement of lining is not considered feasible. Baby paver shall be used for side

lining where the slant length is up to 3.5m. If the concrete lining is to be placed with concrete paver both on

bed and sides PVC strips may be used for both the transverse and longitudinal contraction joints in lieu of

cutting of grooves and filling with sealing compound.

8.13 SLUMP

A slump range of about 50mm-65mm shall be considered adequate at the placement site from considerations

of proper discharge of concrete from the transit mixer/agitator, mechanical mixer, ease of placement and

attaining a well consolidated lining with a good finish.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

131

8.14 AIR ENTRIANING AGENT

AEA, as an admixture, shall be added to the concrete batch in solution in such a manner as will ensure

uniform distribution of admixture throughout the batch during the specified mixing period of about 2.5

minutes. The amount of AEA shall be such as to effect of about 5% air in the mix in order to have good

workability and, thus, secure a good finish of concrete lining.

8.15 CONCRETE PRODUCTION AND TRANSPORTATION

Concrete shall be produced in a stationary weigh batching plant/ plants of adequate capacity installed at

suitable places by the contractor and concrete conveyed to the placement of site/sites in mobile transit mixers

for placement of concrete lining with fully mechanized concrete paver/pavers. No manual concrete making

shall be allowed.

Alternatively, mobile self loading: Weigh batching, mixing and transporting mixer with the mixer drum

capacity of 2.8m3 capacity (or other suitable capacity) shall be deployed by the contractor for production of

controlled concrete as well as transportation of this concrete to the placement site/sites concrete transported

by the transit mixer or mobile/mixing and transporting equipment shall be delivered to the hopper of the site

discharge conveyor of the concrete paver. The paver shall screed of the concrete and duly compact it

(cylinder finishing). Contraction joints shall be cut with groove cutters attached to the paver. Each lining

machine and the associate support equipment shall be capable of placing canal lining at an average

advancement rate of not less than about 8m/hr. so that cutting of contraction joints is achieved smoothly and

efficiently when the concrete is still in a good plastic state. Contraction joints shall be as shown in the

drawing or as directed by the Engineer. However, an expansion joint as per design or as directed by the

Engineer-in-Charge shall be provided between lining and canal structure.

i. Broadly, mechanized cement concrete lining of bed and side slopes of the canal section through

deployment of concrete Paver of adequate capacity shall be done where bed width is 3m and slant length

is more than 3.5m and a continuous lining reach for CC lining is available. Concrete shall be transported

by transit mixer from the batching and mixing plant.

ii. For canals having bed width between 2 to 3mt. Bed lining is to be done manually however baby

Paver may be used for side lining where the slant length is between 2.7m to 3.5m.

iii. In such situations, where the bed width is more than 2.0m and the slant length is less than ±2.7m, or

other situations in such reaches, where in the opinion of Engineer-in-charge, mechanized concrete lining

is not possible, like where PCC lining (100mm thick) is provided in selective patches U/s and d/s of

structure lining may be done with conventional manual method.

iv. Where the bed width is less than 2.0m and the slant length is less than 2.7m, concrete lining on side

slopes shall preferably be done by deployment of a crow or equivalent of type slip form screed steel

gantry fitted with surface vibrators on the shutter plates. Bed lining shall, however, be place manually.

v. In situations associated with lining proposed to be done with A crow or equivalent type slip form

screed gantry in small reaches/staggered reaches, and/or where transit concrete mixers are not considered

feasible of deployment, standard concrete mixers (10/7 cft. Or 14/10 cft) shall be allowed by the

Engineer-in- Charge instead of composite batching and mixing plant. Since the concrete lining operation

if practically continuous with the deployment of slip form steel gantry, the shape of contraction joints in

lining shall be the same as the ones on the lining placed by the concrete pavers.

vi. Concrete shall be placed only in the presence of a duly authorized representative of the Engineer.

vii. Concrete shall be mixed in a mechanical mixer. Hand mixing of concrete shall not be permitted.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

132

viii. When concrete placing operations are stayed for the day or are interrupted because of break down or

are delayed by other causes or where the contractor elects to construct a joint, the edge of the fresh

concrete lining shall be bulk headed to a surface normal to the lining along transverse and longitudinal

lines. Before placing operations are resumed, the surface of hardened concrete shall be prepared as a

construction joint.

Whenever a substantial break-down occurs in the concrete production or concrete transportation system, a

joint should be formed as close to the face of the fresh concrete as possible. All concrete on the new side of

the joint shall be removed. The fresh concrete shall than be placed against the existing concrete with the full

groove for required contraction joint formed in between them. This is essential to eliminate cold joints.

8.16 UNDER DRAINAGE

Whenever specified and shown in drawing, porous concrete plugs of sizes indicated in drawings shall be

provided in bed and side slopes underlain by graded filter of other indicated in the drawings. Porous concrete

shall be composed of one part of cement and 4 parts of coarse aggregate by weight with the size of coarse

aggregate, not more than 20mm. no sand is to be used. Only so much water shall be used in concrete as is

required to produce a paste which will coat the particles without filling the voids. In placing porous concrete

in moulds, care shall be taken to ensure that it is not over tampered or compacted so as to reduce its porosity.

The porous concrete after curing shall be pervious and free draining type. As soon as the concrete hardens

(viz. it attains final setting), it should be kept fully moist with water for at least 14 days. The compressive

strength of porous concrete at 7 days age, as determined by tests on 15cm diameter, 30cm high cylinder

should not be less than 70 kg/cm2. The porosity at 7 days age be such that water shall pass through slab of

porous concrete 30cm thick at a minimum rate of 500 litres/min/m2 with a constant 10cm depth of water on

the slab.

8.17 TOLERANCE IN LINING THICKNESS

The permissible tolerances for the canal lining shall be as under

Variation in thickness of lining ±10% provided average thickness is not less than designed thickness.

8.18 TEMPERATURE OF CONCRETE

Temperature of concrete as placed, critical to cracking control and durability, shall preferably not exceed

about 32.2°C (90°F). Accordingly, placement of concrete in hot weather shall be done during the morning

and evening hours, extending to night hours as required. For work in extreme weather conditions, the

procedure set out in Is 7861 (Part–1) or IS 7861 (Part–2) be broadly followed.

8.19 CURING OF CONCRTE LINING

The concrete lining of the canal bed shall be cured in conventional manner with water by making small earth

bunds of say 20cm to 30cm height with ponding water. The side lining shall be cured with membrane-

forming curing compound only.

8.20 SPECIFICATIONS OF MEMBRANE – FORMING CURING COMPOUND

The white pigmented curing compound, conforming to ASTM designation of C-309-81 (or the Indian

manufacture conforming to International Standard of C-309-81) shall be used to form water retaining membrane

on the surface of concrete. The curing compound shall be used only after it is approved by the engineer. The

curing compound shall be applied immediately after bleeding water shine disappears leaving a dual appearance

on concrete surface. The liquid compound shall be kept continuously stirred mechanically in drum and sprayed

uniformly over the concrete surface. One litre of curing compound shall normally cover about 4.00m2 of

concrete surface.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

133

Accurate coverage should be based on laboratory and field trials. Laboratory tests shall be carried out to check

that with the specified coverage, the loss of water does not exceed 0.55 kg/ m2

over a period of 72 hours. Other

tests related to reflectance and drying time. Day light reflectance of white pigmented curing compound shall not

be less than 60% of that of magnesium oxide. The drying time requirement specifies that the curing compound

could be dry to touch in not more than 4 hours. When the curing of concrete lining is not found satisfactory the

Engineer-in-Charge may direct the contractor in a writing to resort to second layer of membrane curing.

8.21 CORE TESTS

As the concrete lining work progresses and has attained a minimum curing and setting of 28 days period, cores

shall be taken random to evaluate the concrete lining laid in respective reaches. Frequency of coring shall be

determined by the engineer. Broadly, it could be one core from bed lining and one core each from side lining

per 250mts length of lining or as directed by the Engineer, in no case fewer than three cores shall be tested. The

cores shall be examined for segregation, honey-combing and thickness of lining. The contractor shall allow all

facilities in cooperation towards collection of core. The testing of cores shall be carried out either in the project

laboratory or at any other laboratory that the engineer may so decide and the results obtained shall be

considered correct and authentic by the contractor. The contractor shall be given access to all operations and

tests that may be carried out as aforesaid so that he may satisfy himself regarding the methods and procedures

adopted. Final payments shall be made only after the satisfactory core tests results acceptable to the Engineer as

per section 17.4.3 of IS: 456-2000. the rates quoted by the contactor shall be inclusive of all the testing. No

separate payment shall be made on this account.

A standard test cylinder has a diameter one-half its height (viz. L/D ratio is 2). However the cores taken from

the in situ concrete lining may not have these relative dimensions and consequently, L/D ratio will not be 2.

Accordingly, a correction factor according to the height/diameter ratio of specimen after capping shall be

obtained from the curve shown on page 13 of IS: 516-1959. the product of this correction factor and the

measured compressive strength shall be known as the corrected compressive strength, this being the equivalent

strength of a cylinder having a height- diameter ratio of 2. The equivalent cube strength of the concrete shall be

determined by multiplying the corrected cylinder strength by 5/4. The cores shall be prepared and tested as per

IS: 576-1959.

Concrete in the member represented by a core test shall be considered acceptable if the average equivalent

strength of the cores is equal to at least 85% of the cube strength of the grade of the concrete specified and that

no individual core has strength less than 75%.

Regarding particular canal reaches/reach, though the lining be fully complete to acceptable quality levels, such

reach/reaches will not qualify for acceptance and final payment till the associated works necessary for safety of

lining during rains, such as dowel banks, drainage etc., as per drawings are complete along with.

8.22 JOINTS

Contraction joints shall be provided, spaced and treated as shown in the drawings. Expansion joints shall be

provided only where structure intersects the canal lining. No expansion joints are to be provided in CC lining at

any other place.

The first longitudinal joint, (wherever longitudinal, contraction joints are to be provided) shall be at about 18

times thickness of lining below the top edge (viz. about 1.8m for 10cm thick lining). The shape, spacing and

dimensioning of contraction joints shall be as shown in the drawing. Broadly, the joints shall extend to at least

1/3 of lining thickness (viz. 3.3cm fro 10cm thick lining) with a top width 12 mm maximum and tapering to

9mm to join a 45o groove at bottom. The contactor must ensure that the grooves are of specified dimensions,

acceptable to the Engineer-in-Charge. Longitudinal contraction joints are to be provided only where the wetted

perimeter excess 6m.

The longitudinal as well as the transverse contraction joints should be spaced at not more than 36 times

thickness of lining.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

134

Filling of joints:

Filling of joints shall be taken up only after a minimum of 28 days setting period of CC lining. The grooves

shall be cleaned thoroughly to their full depth and width by brush, air jet, water jet etc. all loose particles and

foreign matter shall be removed and the grooves shall be thoroughly cleaned and dried to the satisfaction of

Engineer-in-Charge or his representative so as to ensure good adhesion to the sealant. The primer shall then be

applied by means of brush or any other suitable applicator to cover the sides completely before the application

of prepared sealing component.

8.24 COMPOSITION OF SEALING

Unless otherwise specified, the sealant shall be prepared from the following materials:

1. Bitumen 85/25 = 55%

2. Sand (fineness modules 1.00 to 1.50) = 43%

3. Asbestos powder (of white colour) = 2%

PROCEDURE

The sealant shall be prepared by heating the bitumen to 375oF and sand also to the same temperature separately.

The sand shall be mixed either 2/3rd

quantity of bitumen first and then asbestos powder shall be added to it. The

remaining 1/3rd

quantity of bitumen shall then be added to this mix and stirred thoroughly. The grooves shall be

covered with wooden strip along and held on slopes with the help of clay puddle put along the sides. The

wooded strips shall be coated with grease on inner side so that it may not stick to the filler compound. The

wooden strip shall be gently removed after about 30 minutes and the next joint shall than be filled in similar

manner. The joint shall be finished with a hot trowel and any hole shall be refilled with sealant. Filling of joints

shall commence from bottom of slopes.

8.25 ACCEPTANCE CRITERIA OF LINING

(i) In case the concrete does not conform to the acceptance criteria for specified strength, (such as

characteristic 28 day 150mm cube compressive strength of 15.0 N/mm2) of concrete mentioned in para

18 (iv) of section 4C Plain and Reinforced concrete, the engineer reserves the right to reject the work or

accept the same at a reduced rate derived from tendered rate and as approved by him after examining all

aspects and provided the structural integrity is not affected.

(ii) Acceptance criteria of cores shall be as per section 17.4.3 of IS: 456-2000 outlined in para 8.21 of this

section.

(iii) Also the “Acceptance Criteria” outlined in the para (v) of section 4C Plain and Reinforced concrete shall

be applicable for acceptance of lining chapter on concrete.

8.26 MEASUREMENT AND PAYMENT

All linear measurements shall be in meters, correct to 0.01m. areas shall be computed in square meters. The

perimeter shall be the top finished surface of the lining. Payment for lining shall be made for the thickness

shown on the drawings and on per square meter basis of the superficial area including horizontal coping on both

sides at the lining top. The thickness of lining shall be cross checked by (i) volume of concrete placed and area

covered, (ii) use of probe when concrete is green and plastic and (iii) random coring. Any over run in quantity

of concrete in lining shall not be paid. Running payment will be accepted rate will only be made after receipt of

acceptable test results as per para 16.0 above.

The porous blocks provided for under drainage will be paid on per No. basis, separately. Similarly payment of

contraction joints, construction joints and expansion joints shall be on running meter basis and shall be paid

separately.

__________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

135

DIVISION – 9 SHOT CRETING

SPECIFICATION AND PROCEDURES OF APPLICATION

Materials for Shot Creting

Cement, sand, coarse aggregate, water and admixtures are used in the Shot crete mix. Ordinary Portland cement, 43

grade will be used.

1. Sand: well graded as per either of the following grading can be used

Percentage by mass passing for Sieve Designation

Grading I Grading II

10 mm 100 100

4.75 mm 90-100 90-100

2.36 mm 75-100 85-100

1.18 mm 55-90 75-100

600 micron 35-59 60-79

300 micron 8-30 12-40

150 micron 0-10 0-10

Sand should be free from deleterious substances and organic impurities.

2. Coarse Aggregate: The maximum size of coarse aggregate should be restricted to 10mm. it should be free

from impurities, clay/ shale particles and conform to the requirements of impact, abrasion and crushing

criteria ( viz less than 45%) and the soundness acceptance criteria (less than 12% with sodium sulphate

method). It should have a specific gravity of not less than 2.6. The aggregate should be well graded and

should broadly conform to the following grading.

Sieve Designation Percentage by mass passing for

aggregate of 10 mm Max. size

12.5 mm 100

10 mm 85-100

4.75 mm 30-Oct

2.36 mm 0-10

1.18 mm 0-5

3. Water: Ordinary portable water with pH value not less 6 and not more than 8.5 will be used.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

136

4. Chemical Additives: the following additives be used in the concrete mix in the ‘Dry Mix process’ of shot

creting.

• Sodium carbonate - ½ Kg per 50 kg bag of cement

• Sodium Aluminate - ½ Kg per 50 kg bag of cement

• Calcium Carbonate - 1 kg per 50 kg bag of cement

Total - 2 kg per 50 kg bag of cement

Viz 4% by weight of cement

Alternatively, following Additives can be used:

• Super plasticizer @ 1 % by weight of cement viz 4.5kg of super plasticizer.

• Accelerator (say sodium silicate) @ 5 % by weight of cement viz 22.5 kg

Any other approved admixture can also be used.

Air Supply: properly operating air compressor is essential for a satisfactory shot creting operation. The compressor

should be fitted with a moisture extractor to deliver clean and dry air. For hose length of 30m, air pressure at the

nozzle should be 0.3 N/m2 or more.

Water Supply: the water pressure at the discharge nozzle should be sufficiently greater than the operating air pressure

to ensure that the water is intimately mixed with the other material.

Properly applied shot crete is structurally adequate and durable material capable of excellent bond with concrete as

well as masonry.

Shot Concrete Mix: The water – cement ratio should be maintained within the range of 0.40 to 0.50 by mass. The mix

should have a 28 day characteristic compressive strength of not less than 200 kg/cm2 would be preferable. Normally,

the following mix proportions would be adequate.

Cement = 450 kg/m3

Sand aggregate = 1100 kg/m (0.70 m3)

Coarse aggregate = 500 kg/m (0.30 m3)

(5 mm – 10 mm size)

Proportioning of mix = 1:2.44:1.11 (or the proportioning

n be after 2 or 3 trail mixes)

Application of Shot Crete: Following guidelines and sequence may be followed:

i. All unsound and deteriorated concrete be removed and chipping done, wherever necessary, or sand blasting

done.

ii. Exposed reinforcement bars be cleaned free of rust / scales. Additional reinforcement is provided if any as

warranted.

iii. Ensure sufficient clearance around the reinforcement to permit complete encasement with sound short crete.

A clearance of at least 50 mm should be provided.

iv. Air-water jet be applied for final clean-up of the surface. Spray pneumatically the first layer of shotcrete of

about 38 mm thickness (bellow pockets} will consume more shotcrete).

v. Next “Welded wire mesh of size 100 mm X 100 mm 5 mm be nailed, butting with shotcrete. Binding wire of

20 gauge or 24 gauge be used for binding of wire mesh panels.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

137

vi. The second and final layer of shot Crete of thickness = 38 mm be then pneumatically sprayed over the first

layer. The finished shotcrete surface should be kept continuously wet (viz cured for at least 7 days.

Alternately, membrane – forming chemical curing component be used for curing. A re-bound of 25% to 30%

would occur and the rebound material is NOT to be re-used in the shot crete mix.

Quality Control: The shotcrete operation should be continuously inspected by the engineers who should check the

materials, concrete mix, shotcreting equipment, application of shotcrete and curing. The finished surface should be

sounded with a hammer for detection of any hollow pockets due to lack of bond. Such, hollow pockets or other defects

are required to be carefully cut out and replaced with the shotcrete layer. The first layer is also to be sounded with a

hammer and remedial action taken for any hollow pockets before commencing the application of the final layer.

_____________________________

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

138

DIVISION – 10 GROUTING

SPECIFICATION AND PROCEDURES OF APPLICATION

Materials for grouting:

Cement, fine sand and water are used in the grouting mix. Ordinary Portland cement 43 grade is used or as directed by

the Engineer-in-Charge.

Drilling holes for grouting to existing masonry, abutments, wing walls and returns of under tunnels, aqueducts and

piers shall be of 20mm diameter to a depth of 500mm at 1.5m center to center both ways and inserting PVC pipes of

12mm diameter of 500mm length into the drilled holes.

Grouting mixture ratio of 5:1 by volume and progressively improving to 4:1 and 3:1 and when necessary changing

over to the mortar mix 3:1 with fine modulus of sand 2, injecting into PVC pipes of 12mm diameter with a maximum

pressure of 2.0 kg/cm2 in ascending order is to be followed. The choice of grout mixtures be as directed by the

Engineer-in-Charge.

Grouting shall be continued with the specified pressure the hole refuses to take grouting material and as directed by the

Engineer-in-charge. The grouting is to be done in the presence of Engineer-in-charge or his representative. Whenever

pressure grouting is done, the contractor should inform the Engineer-in-charge.

Utmost care and precautions is to be taken to ensure that the masonry structure or any element of structure is not

damaged during grouting. Any damage caused to the masonry or any element in the structure or adjacent to it is to be

rectified by the contractor at his own expenses and to the satisfaction of the Engineer-in-charge.

Measurement:

The drilled holes shall be measure in numbers as specified in the grout data and paid as directed by the Engineer-in-

charge.

Measurement and payment for pressure grouting shall be made on the basis of cement actually injected into the grout

holes. All wastages due to any operations do not be paid.

Payment for grouting shall be made at the unit price per kg of cement tendered in the Bill of Quantities and shall

include all material, machine and labour required for the grouting operation.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

139

DIVISION – 11 STONE PITCHED LINING

SPECIFICATION AND PROCEDURES OF APPLICATION

Scope: The item shall consist of furnishing of tools, equipment, materials and labour required for Quarrying, transporting and

reasonably smooth surface and uniform thickness and also dressing of embankment to designed slopes and stone pitch

lining shall be carried out.

Preparation of sub grade: The sub grade is to be laid with gravel backing of 150mm thick, moistened and adequately consolidated prior to the

placement of stone pitching.

Laying: Sub grade of the canal slopes should be divided into compartments by concrete ribs. The compartments should have

dimensions not more than 15m along length of the canal. The spacing of ribs cross in the section of the canal should be

so chosen as to divide the canal slopes symmetrically about center line and in such a manner that ribs are provided at

the junctions of the slope & bed and at the upper extremity of the slope. The ribs along the slope of the bank should be

continuous. The concrete ribs should be made of grade M15 concrete in accordance with IS 456. The ribs should be

rectangular in cross section with width equal to the dimension of stone along its longer axis and depth equal to the

thickness of lining plus thickness of gravel backing. Stones should be carefully hand packed in the compartments. The

placing method should be such as to ensure a reasonably smooth surface and uniform thickness. Gaps between stones

should be minimized. Such spaces should be wedged with spells of suitable size to avoid packing material being

washed out. Such filling should immediately follow the placing of stones and as directed by the Engineer-in-Charge.

Dimensions of Stones and Thickness of Lining.

S. No Canal Capacity Thickness of Lining Average Dimension Along

the Largest Axis

m3/s mm mm

i) 0 to less than 10 150 150

ii) 10 to less than 100 225 225

iii) 100 and above 300 300

Measurement and Payment:

The measurement shall be separately taken for ribs, stone pitch lining, gravel backing and excavated soils and are

being paid in cum.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

140

DIVISION – 12 GATES / HOISTING EQUIPMENT

SPECIFICATION AND PROCEDURES OF APPLICATION

Supplemental Specification for Gates / Hoisting Equipment.

I. Recommended Materials:

Component parts. Material. I.S. Specification.

Skin plate horizontal girders and vertical

stiffeners as bottomed and

top struts breading channel.

M.S. Structural steel. 2062 – 1969.

Gate rollers and guide rollers. Cast Iron. 210 – Grade 20

Rubber seals. Rubber. U.T.S.148 Kgs / C.M Elongation 450

Duremeter hair charges shore ‘A’ type

60 – 70.

Bushings. Bronze. 305 – 1981.

The materials referred in the design and drawings materials of the standards specified by the department should be used

on the work. In addition to the above, all other materials used for the work shall confirm to relevant I.S. Specification and

fabrication and erection work also shall be carried out confirming to relevant I.S. Specification.

Rubber for seals:

Rubber for seals is synthetic containing not less than 1% (one percent) by weight of copper inhibitors.

II. Workman ship, Defective work and Materials:

All the work shall be performed and completed in a through workman ship like to the best modern practice in the

manufacture and fabrication of material for the types covered by these specifications. The work shall in all cases be of high grade

and carefully performed to the satisfaction of the authorised representative of the department. The contractor shall warrant all

materials and workman ship furnished by him to be free from injuries defects. He shall replace free of cost to the department any

defective material or workman ship discover during erection and shall bear all costs of the correction in the field of any error for

which he is responsible workman ship shall confirm to the latest standards laid down in Indian Standard Specification & I.R

Specifications.

Necessary certificates for having conducted the ultrasonic testing for the gate shall be furnished by the contractor duly

obtained the authorised testing laboratories.

III. Terms of Payment:

1) 75% of the agreement rate will be paid against supply of the gates hoisting equipment, at site of work duly manufactured as per

the specification indicated in the drawing. Out of this 75% value released for payment, an amount equal to 71/2% will be

retained as further security deposit. The balance 25% will be released errection, testing and commissioning of gates / hoisting

equipment.

The EMD performance security deposit, 71/2% of further security deposit retained from the bills together will be released

after maintenance period.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

141

Compaction of Sub grade on Canal Side Slope

With

Fuel – Operated Portable Compactor

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

142

Compaction of Sub grade on Canal Side Slope

With

Portable Compactor

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

143

Fuel – Operated Compactor for Sub grade Compaction

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

144

Fuel Operated Vibratory Bed Compactor

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

145

Fuel Operated Vibratory Compactor

For

Compaction of Sub grade on Side Slope

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

146

SECTION 6:

DRAWINGS

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

147

INVENTARY

NAME OF WORK : NSP NSLBC_ APWSIP_ Rehabilitation and modernisation from

KM 0.000 to 52.300 of 21st MAIN BRANCH CANAL

List of Structures proposed for repairs

S.No Type of Structure

Location at KM

Remedial measures

1 Aquiduct for Rly. crossing

0.967 Cut open and cladding concrete to the abutments U/S & D/S protective lining, Repointing and Grouting to the Masonry head walls, wing walls and abutments

2 Box type U.T 1.073 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing and Grouting to the Masonry head walls, wing walls and abutments

3 O.T of Khammam Major-I

2.095 Cut open and placing cladding concrete,Protective C.C.lining U/S &D/S of O.T

4 Type II U.T 2.548 Cut open and placing cladding concrete, E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

5 D.L.Bridge 4.270 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

6 B.T U.T 5.130 Cut open and placing cladding concrete, E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

7 OT Khammam Major II

5.600 Protective C.C.lining U/S &D/S of O.T

8 DL Bridge 5.688 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

9 S.L.Bridge 7.784 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

10 S. Passage 8.315 Skin concrete to the piers, Repointing and Grouting to the masonry piers, and shot creating to the exposed reinforcement of the desk slab.

11 OT of Chintakani Major

8.376 Protective C.C.lining U/S &D/S of O.T

12 S.L.Bridge 11.626 Protective lining, Grouting to the piers, Repairs to hand rails

13 Super Passage 13.076 Skin concrete to the piers, Grouting to the masonry piers, and shot creating to the exposed reinforcement of the desk slab.

14 OT of Bonakal Br. Canal

14.030 Bed and side slope lining, Repointing and grouting to the piers and abutments

15 Cross Regulator, Bonakal Branch Canal

14.030 Providing Repointing, Grouting to the piers, protective bed lining

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

148

1 2 3 4

16 U.T 14.636 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

17 S.L.Bridge 15.624 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments

18 OT of Konijerla Major

15.500 Providing protective lining U/S and D/S of O.T

19 OT of Ganeshwaram Major

16.280 Providing protective lining U/S and D/S of O.T

20 U.T 17.520 Cut open and placing cladding concrete, E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

21 U.T ( Under Tunnel)

18.100 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

22 O.T of Thummalapalli Major - I

18.340 E W E for foundations, Laying CC for foundation and head walls and providing CC lining U/S & D/S and laying RCC pipes

23 S.L.Bridge 18.980 EWE for foundations, laying cement concrete for abutments and piers and VRCC for deck slabs, Hand railing.

24 U.T. 19.560 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

25 O.T Sluice at Tummalapali Major -2

20.093 E W E for foundations, Laying CC for foundation and head walls and providing CC lining U/S & D/S and laying RCC pipes

26 U.T 21.100 E W E for removal of deposited earth from Barrels, Approach and tail channels

27 O.T of Seetharama Banjar Major

21.935 E W E for foundations, Laying CC for foundation and head walls and providing CC lining U/S & D/S and laying RCC pipes

28 S.L.Bridge 21.995 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

29 U.Tunnel 22.800 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab,protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

30 O.T of Mekala Kunta Major

24.460 Providing protective lining U/S and D/S of O.T

31 U.T 24.720 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab,protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

149

1 2 3 4

32 S.L.Bridge 25.560 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

33 O.T of Singarayapalem, Major

25.696 Providing protective lining U/S and D/S of O.T

34 O.T of Lollarigudem Major

26.381 Providing protective lining U/S and D/S of O.T

35 U.T 26.657 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab,protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

36 O.T. Sluice of Gubba Kurthi Major-I

27.400 Providing protective lining U/S and D/S of O.T

37 O.T. Sluice of Gubba Kurthi Major-II

28.135 Providing protective lining U/S and D/S of O.T

38 Under Tunnel 28.835 E W E for removal of deposited earth from Barrels, Approach and tail channels

39 O.T of Gaddalagudem Major

29.008 Providing protective lining U/S and D/S of O.T

40 S.L.Bridge 29.192 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

41 O.T of Gaddalagudem Major - II

29.790 Providing protective lining U/S and D/S of O.T

42 U.T 30.313 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab,protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

43 O.T Gaddalagudem Major III

30.868 Providing protective lining U/S and D/S of O.T

44 U.T 31.319 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab,protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

45 U.T 31.960 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab,protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

46 S.L.Bridge (new) 32.353 Dismantling of VRCC slabs,piers and abutments.EWE for foundations, laying cement concrete for abutments and piers and VRCC for deck slabs, Hand railing.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

150

1 2 3 4

47 U.T 32.936 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

48 U.T 34.474 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

49 S.L.Bridge 35.490 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

50 U.T 36.182 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab,protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

51 Aqueduct (Nimmavagu)

36.820 Cut open and placing cladding concrete, E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

52 U.T 37.327 Cut open and placing cladding concrete, E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

53 O.T of Thimmaraopet Major I

38.248 Providing protective lining U/S and D/S of O.T

54 Escape regulator 38.629 Providing protective lining U/S and D/S of O.T, Repointing to the abutments and grouting

55 O.T of Thimmaraopet Major II

39.126 Providing protective lining U/S and D/S of O.T

56 Cross Regulator 2 nos (12.5'x25') shutters Manual operation

39.140 Providing protective lining U/S and D/S of Regulator

57 U.T 39.428 Cut open and placing cladding concrete, E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

58 S.L.Bridge 39.810 Dismantling of VRCC slabs,piers and abutments.EWE for foundations, laying cement concrete for abutments and piers and VRCC for deck slabs, Hand railing.

59 O.T of Thimmaraopet Major-III

40.070 Providing protective lining U/S and D/S of O.T

60 Aqueduct 40.574 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

151

1 2 3 4

61 OT Peddakrishnaiah Banjara nagar

41.178 Providing protective lining U/S and D/S of O.T

62 S.L.Bridge 41.205 Dismantling of VRCC slabs,piers and abutments.EWE for foundations, laying cement concrete for abutments and piers and VRCC for deck slabs, Hand railing.

63 O.T of Arikayalapadu Major

42.637 Providing protective lining U/S and D/S of O.T

64 U.T 43.106 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

65 O.T of Latchegudem Major

43.430 Providing protective lining U/S and D/S of O.T

66 D.L.Bridge 44.234 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

67 O.T.Burada Raghavapuram Major

44.996 Providing protective lining U/S and D/S of O.T

68 U.T 45.306 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

69 U.T 46.250 Cut open and placing cladding concrete, E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

70 U.T 46.756 Cut open and placing cladding concrete, E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, protective lining, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

71 DL Bridge 47.666 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

72 U.T 47.950 E W E for removal of deposited earth from Barrels, Approach and tail channels and shortcreating to the exposed reinforcement of the deck slab, Repointing, Grouting to the Masonry head walls, wing walls and abutments.

73 O.T of Nookalampadu major

48.105 Providing protective lining U/S and D/S of O.T

74 D.L.Bridge 50.835 Skin concrete to the piers, U/S & D/S protective lining, Repointing and Grouting to the masonry piers and abutments and repairs to Hand rails, and shotcreating to the exposed reinforcement of the desk slab.

75 Manual operation 1 Cross Regulator 2 nos( 13'x25')

52.299 Repointing, Grouting, Providing CC bed,side lining U/S & D/S of Regulator

76 O.T of Siripuram Major

52.299 Protective Lining U/S & D/S of O.T

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

152

INVENTARY

MECHANICAL WORKS

S.No Type of Structure Location at KM

Remedial measures

1 2 3 4

1 Khammam Major 1 2.095 Provided painting to shutter and hoist.

2 Khammam Major 2 5.600 Provided painting to shutter and hoist.

3 Chintakani Major 8.376 Provided painting to shutter and hoist.

4 O.T. of Bonakal Branch canal

14.030 Replacement of dameged parts End gear boxes, Radicon, Plumber box & Barings, Guide rollers,Flange couplings,Main rollers,Sprocket wheels, Sprocket chains, E.M.100 dia Starter Assmbly, Main switchs, Wiring,flat& Bulb rubber Seal,Bolts&Nuts,Electrical motors& provided painting to shutter and hoist.

5 Cross regulator 14.030 Replacement of dameged parts End gear boxes, Radicon, Plumber box & Barings, Guide rollers,Flange couplings,Main rollers,Sprocket wheels, Sprocket chains, E.M.150 dia Starter Assmbly, Main switchs, Wiring,flat& Bulb rubber Seal,Bolts&Nuts,Electrical motors 10HP,Line shaft& provided painting to shutter and hoist.

6 Konijarla Major 15.500 Provided painting to shutter and hoist.

7 Ganeswaram Major 16.280 Provided painting to shutter and hoist,replacement of gear box & thrust baring.

8 Tummalapalli Major 1 18.340 Provided painting to shutter and hoist.

9 Tummalapalli Major 2 20.093 Provided painting to shutter and hoist,replacement of gear box with check nut & thrust baring.

10 Seetarambanjar Major 21.935 Provided painting to shutter and hoist.

11 Mekalakunta Major 24.460 Provided painting to shutter and hoist.

12 Singarayapalem Major 25.690 Provided painting to shutter and hoist.

13 Lollorigudem Major 26.380 Provided painting to shutter and hoist.

14 Gubbagurthy Major 1 27.400 Provided painting to shutter and hoist.

15 Gubbagurthy Major 2 28.135 Provided painting to shutter and hoist.

16 Gaddalagudem Major 1

29.050 Provided painting to shutter and hoist.

17 Gaddalagudem Major 2

29.790 Provided painting to shutter and hoist.

18 Gaddalagudem Major 3

30.808 Provided painting to shutter and hoist.

19 Timmaraopet Major 1 38.248 Provided painting to shutter and hoist,and shuter, shutter frame, gear box, thrust baring .

20 Escape regulator 38.629 Provided painting to gates and hoist.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

153

1 2 3 4

21 Timmaraopet Major 2 39.126 Provided painting to gates and hoist.

22 Cross regulator 39.140 Replacement of new shutters, Gear box,Radicons,Electrical motors 10HP,Screw rods 90mm dia,hozontal girders,vertical girdersTop &Bottom Horizontal runners, Struts,rear bracing channel, Roller support plate,Roller,Side seal angle,Guide rollers,Bottom & Side seal stanching pad, Roller support plate spacer,&painting to gates& hoist.

23 Timmaraopet Major 3 40.070 Provided painting to gates and hoist.

24 P.K.Banjar Major 41.178 Provided painting to gates and hoist.

25 Arkayalapadu Major 20.093 Provided painting to shutter and hoist,and shuter, shutter frame, gear box, thrust baring .

26 Lachagudem Major 43.430 Provided painting to gates and hoist.

27 B.R.Puram Major 44.996 Provided painting to gates and hoist.

28 Nukalampadu Major 48.105 Provided painting to gates and hoist.

29 Siripuram Major 52.299 Provided painting to gates and hoist.

30 Cross regulator 52.299 Replacement of new shutters, Gear box,Radicons,Electrical motors 10HP,Screw rods 90mm dia,hozontal girders,vertical girdersTop &Bottom Horizontal runners, Struts,rear bracing channel, Roller support plate,Roller,Side seal angle,Guide rollers,Bottom & Side seal stanching pad, Roller support plate spacer,&painting to gates& hoist.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

154

Drawings

Page No. : 151 / 1 – to 11

Separate Sheets Enclosed.

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

155

SECTION 7

BILL OF QUANTITIES

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

156

SECTION - 7

BILL OF QUANTITIES

NAME OF WORK: NSP - NSLBC – APWSIP – Rehabilitation and modernization of 21st MBC from KM. 0.000 to KM. 52.300 of Nagarjunasagar Lal Bahadur Canal, A.P,

India.(PACKAGE LC-KMM-VI)

PART - I

Rate Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit In figures In words

Amount

1 2 3 4 5 6 7

I. RESECTIONING OF BANKS

1 Earth work excavation with machinery in all soils up

to Soft Disintegrated Rock obtained from borrow area

and depositing on banks for formation of canal banks

as per drawings including breaking clods, neat

sectioning, extra watering, benching old embankment

and mechanized consolidation of fill placement layers

with power roller to 98% proctor density etc. complete

as per specifications for finished item of work, as

directed by the Engineer-In-Charge (Section-5

Specifications)

482145.00 One Cum

251.00 Rupees Two hundred and Fifty one

only.

121018395.00

2 Earth work excavation with machinery cut in all soils

upto Soft Disintegrated Rock and depositing out side

the banks / as directed by the Engineer in charge for

finished item of work for removal of deposited earth

from canal bed. (Section-5 Specifications)

512090.00 One Cum

20.00

Rupees Twenty only.

10241800.00

3 Earthwork excavation by machinery in excavated

soils obtained from cutting by machinery and

depositing on banks for formation of banks

including benching old embankments breaking clods,

neat sectioning, extra watering and consolidation with

power roller and compaction to 98% proctors density

etc. complete as directed by the Engineer in charge.

(Section-5 Specifications)

256045.00 One

Cum

93.00 Rupees Ninety three only. 23812185.00

4 Earth work excavation in Loamy and Clayey soils, like

Black cotton soils, Red earth and Ordinary Gravel by

machinery in excavated soils obtained from cutting by

machinery and depositing away the excavated un

useful banking soils omplete as directed by the

Engineer in charge (Section-5 Specifications)

256045.00 One cum

36.00 Rupees Thirty six only. 9217620.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

157

Rate Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit In figures In words

Amount

1 2 3 4 5 6 7

5 Earth work excavation with machinery in all soils up

to Soft Disintegrated Rock from borrow area and

depositing on banks for formation of dowel banks

including breaking clods, neat sectioning, extra

watering and consolidation etc. complete as per

specification for finished item of work, as directed by

the Engineer-In-Charge. (Section-5 Specifications)

56745.00 One cum

172.00 Rupees One hundred and seventy two

only.

9760140.00

6 Earth work excavation with machinery cut in all soils

up to Soft Disintegrated Rock and depositing out side

the banks / as directed by the Engineer in charge for

finished item of work for toe drains. (Section-5

Specifications)

71900.00 One Cum

20.00 Rupees Twenty only. 1438000.00

7 Dry stone pitching with 225 MM thick stone including

cost and conveyance of all materials and labour charges

etc. complete, as directed by the Engineer-In-Charge.

(Section-5 Specifications) Toe Drain.

14380.00 One Cum

1299.00 Rupees One thousand two hundred and

ninety nine only.

18679620.00

8 Supplying and fixing of precast R.C.C M.20 grade

K.M stone of size 1100mm x 370mm x 250mm.using

machine crushed 20mm size hard granite well graded

broken coarse aggregate Including earth work

excavation, painting two coats with enamel paint and

carving lettering, haulage etc., as per drawing / as

directed by the Engineer incharge for finished item of

work. (Section-5 Specifications)

53.00 One No

1047.00 Rupees One thousand and forty seven

only.

55491.00

9 Supplying and fixing of precast R.C.C M.20 grade

H.M.stone of size 900mm X 200mm X 200 mm. using

machine crushed 20mm size hard broken granite well

graded coarse aggregate including earth work

excavation, painting two coats with enamel paint and

carving lettering, haulage etc., as per drawing / as

directed by the Engineer incharge for finished item of

work. (Section-5 Specifications

212.00 One No

547.00 Rupees Five hundred and forty seven

only.

115964.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

158

Rate Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit In figures In words

Amount

1 2 3 4 5 6 7

10 Laying of 150 MM thick gravel on bank for

Inspection path obtained from approved quarry

including cost and conveyance of all materials, leads,

lifts, delifts and labour charges for spreading, watering,

and mechanized consolidation with power roller etc.,

complete as per drawing or as directed by the

Engineer-In-Charge for finished item of work.

(Section-5 Specifications)

31380.00 One Cum

350.00 Rupees Three hundred and fifty only. 10983000.00

II. LAYING OF LINING

11 Earthwork excavation and depositing on bank with

loamy and clayey soils like black cottonsoils,red earth

and ordinary gravel with an initial lead of 10m and

initial lift of 2m by manually as directed by the

Engineer for Model sections (Section-5

Specifications)

12000.00 One cum

62.00 Rupees Sixty two only. 744000.00

12 Forming longitudinal /transverse filter drains

including excavation of seating to filter media, cost of

procurement and haulage of all materials, labour,

seigniorage and , form work, placing, packing for

finished item of work, as per drawing as directed by

the Engineer in charge

11336.00 One Rmt

564.00 Rupees Five hundred and sixty four

only.

6393504.00

13 Cement Concrete M.15 grade manual placement

confirming to compressive strength of 15.00 N/mm2

using well graded machine crushed Hard broken

Granite metal maximum size of 40 mm down graded

confirming to I.S Code including cost of materials and

procuring haulage of all materials, form work,

vibrating and curing etc., complete for Construction of

Model sections of size indicated in drawing for

finished item of work / as directed by the Engineer-In-

Charge. (Section-5 Specifications)

7895.00 One Cum

4207.00 Rupees Four thousand two hundred

and seven only.

33214265.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

159

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

14 Construction of Steps/sleepers of size indicated in

drawing in CC M 15 grade concrete manual placement

confirming to compressive strength of 15.00 N/mm2

using well graded machine crushed Hard broken

Granite metal maximum size of 40 mm down graded

confirming to IS Code as per drawings including cost

of procuring materials and haulage of all materials,

form work, vibrating and curing etc. complete as per

specifications for finished item of work / as directed by

the Engineer-In-Charge. (Section-5 Specifications)

471.00 One Cum

4425.00 Rupees Four thousand four hundred

and twenty five only.

2084175.00

15 Supplying and fixing in position pre-cast porous

cement concrete plugs of dimensions indicated in

drawing including cost of procurement and haulage of

all materials, labour, machine mixing, placing, packing,

form work, curing etc. complete for finished item of

work as per drawing and specifications / as directed by

the Engineer-In-Charge. (Section-5 Specifications)

1985.00

One no

315.00 Rupees Three hundred and fifteen

only.

625275.00

16 Laying 100 mm thick Plain Cement Concrete M.15

grade lining for canal bed (in reaches associated with

damaged lining) mechanized placement with concrete

paver confirming to compressive stregth of 15.00

N/mm2 concrete using well graded machine crushed

hard broken granite metal of maximum nominal size of

40 mm and down graded confirming to I.S Code

including cost and conveyance of all materials, air

entraining agent labour charges all leads and

lifts, and mixing concrete in a stationary weigh

batching plant installed at suitable place and

conveying concrete in transit mixers to the work spot

or deploying self loading weigh batching and mixing of

concrete ingradients in the mixer drum (+ 2.5 Cum

capacity) and transporting to the placement sites for

placement of concrete with paver finisher, cutting

grooves for contraction joints, including cost of all

components of machinary, consolidation of concrete

with plate vibrators, water curing etc complete as per

specifications / as directed by the Engineer in charge

for finished item of work. (Section-5 Specifications)

62004.00 One Sqm

507.00 Rupees Five hundred and seven only. 31436028.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

160

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

17 Laying 100 mm thick Plain Cement Concrete M.15

grade lining for canal slopes mechanical placement

with concrete paver confirming to compressive

strength of 15.00 N/mm2 concrete using well graded

machine crushed hard broken granite metal of

maximum nominal size of 40 mm down graded

confirming to I.S. Code including cost and conveyance

of all materials, A ir entraining agent, labour charges,

all leads and lifts, air entraining agent and mixing

concrete in a stationary weigh batching plant installed

at suitable place and conveying concrete in transit

mixers to the work spot or deploying self loading

weigh batching and mixing of concrete ingradients in

the mixer drum (+ 2.5 Cum capacity) and transporting

to the placement sites for placement with paver

finisher, providing contraction joints, including cost

of all components of machinary, curing by the

membrane forming curing compound etc complete as

per specifications / as directed by the Engineer in

charge for finished item of work. (Section-5

Specifications)

54127.00 One Sqm

539.00 Rupees Five hundred and thirty nine

only.

29174453.00

18 Providing and installing PVC strip in the contraction

& cotraction joints of cement concrete lining, placed

with paver, as per specifications and drawings and

directed by the Engineer-in-Charge (Section-5

Specifications)

a) Longitudinal

41088.00 One Rmt

75.00 Rupees Seventy five only. 3081600.00

b) Transverse

40391.00 One Rmt

69.00 Rupees Sixty nine only. 2786979.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

161

Rate Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

Amount

III. REPAIRS TO STRUCTURES:

19 Clearing of Juliflora (Prosafis) jungle including

uprooting and removing of juliflora stumps and

carefully stacking complete as directed by the Engineer

in charge. (Section-5 Specifications)

314500 One sqm

5.00 Rupees Five only. 1572500.00

20 Dismantling of old disturbed cement concrete lining /

model section and lugs and clearing away the materials

including all leads and lifts etc. complete as directed by

Engineer-in-charge. (Section-5 Specifications).

1707 One cum

276.00 Rupees Two hundred and seventy

six only.

471132.00

21 Dismantling of old disturbed R.R masonary model

section and lugs and clearing away the materials and

carefully stacking the useful stone including all leads

and lifts etc. complete as directed by the Engineer-in-

charge. (Section-5 Specifications)

1224 One cum

321.00 Rupees Three hundred and twenty

one only.

392904.00

22 Dismantling R.C.C. and clearing away the materials

including all leads and lifts etc. complete as directed by

the Engineer-in-charge. (Section-5 Specifications)

580 One cum

1620.00 Rupees One thousand six hundred

and twenty only.

939600.00

23 Earth work excavation with machinery cut in all soils

upto Soft Disintegrated Rock and depositing outside

the banks including removal of deposited earth in

approach and tail channel of UT's as directed by the

Engineer-in-charge. (Section-5 Specifications)

92870 One cum

20.00 Rupees Twenty only. 1857400.00

24 EWE for profile walls and depositing on banks in the

inner slope scoured portions with extra lead over the

initial lead of 10m and lift of 2m in hard gravelly soils.

(Manual) and depositing soils as directed by the

Engineer in Charge. (Section-5 Specifications)

4546 One cum

62.00 Rupees Sixty two only. 281852.00

25 Earth work excavation in Loamy and Clayey soils,

like Black cotton soils, Red earth and Ordinary Gravel

by machinery depositing away the excavated soils

including clearing of approach and tail

channelcomplete as directed by the Engineer in charge

(Section-5 Specifications)

119391 One cum

56.00 Rupees fifty six only. 6685896.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

162

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

26 Earth work excavation for removal of deposited

earth in ordinary soils like red earth and ordinary

gravel with extra leads and extra lift manually from

UT barrel portion and depositing away as directed by

the Engineer in charge.(Section-5 Specifications)

18262 One Cum

142.00 Rupees One thousand and forty two

only.

2593204.00

27 Cement concrete with C.C. M-10 grade concrete manual placement confirming to compressive strength

of 10.0 N/mm2 concrete using well graded machine

crushed Hard broken Granite metal maximum size of

40 mm down graded confirming to IS Code including

cost and conveyance of all materials, labour charges all

leads and lifts, seigniorage, and compacting concrete

with vibrator, curing with water etc complete for

foundations etc. as directed by the Engineer in charge.

(Section-5 Specifications)

220 One Cum

3871.00 Rupees Three thousand eight

hundred and seventy one only.

851620.00

28 Laying CC M15 grade manual placement using

40mm size HBG machine crushed, down graded metal,

machine mixing, vibrating charges, centering /

shuttering arrangements curing with water etc.

complete for laying Cladding concrete on rear of

abutments etc. as per drawing / specifications and as

directed by Engineer-in-charge. (Section-5

Specifications)

3061 One cum

4695.00 Rupees Four thousand six hundred

and ninety five only.

14371395.00

29 Vibrated Cement concrete with M-15 grade concrete

manual placement confirming to compressive strength

of 15.00 N/mm2 concrete using well graded machine

crushed Hard broken Granite metal maximum size of

40 mm down graded confirming to IS Code

including cost and conveyance of all materials, labour

charges all leads and lifts, machine mixing and

compacting concrete with vibrator, curing with water

etc complete for piers, abutments, walls etc.as

directed by the Engineer in charge (Section-5

Specifications)

712 One Cum

5146.00 Rupees Five thousand one hundred

and forty six only.

3663952.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

163

Rate Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

Amount

30 Vibrated Reinforced Cement concrete M 20 grade

concrete manual placement confirming to compressive

strength of 20.00 N/mm2 concrete using well graded

machine crushed Hard broken Granite metal

maximum size of 20 mm down graded confirming to

IS Code including cost and conveyance of all

materials, labour charges, all leads & lifts curing with

water etc complete , compaction with vibrator and

machine mixing for piers,Abutments,wing walls etc

complete, for finished item of work. as directed by the

Engineer in charge.(Section-5 Specifications)

1435 One Cum

6283.00 Rupees Six thousand two hundred and

eighty three only.

9016105.00

31 M 25grade cement concrete confirming to

compressive strength of 25.00 N/mm2 concrete using

well graded machine crushed Hard broken Granite

metal maximum size of 20 mm down graded

confirming to IS Code including cost procuring

hauling of all materials, machine mixing, including

compaction concrete with vibrator and centering,

curing with water etc, complete for the finished item

of work for laying wearing coat over Deck slab as

directed by the Engineer in charge.

82 One cum

5040.00 Rupees Five thousand and forty only. 413280.00

32 Earth refilling with earth obtained from excavated

soils (rehandling of excavated soils) for forming banks

at cut open places including sectioning, watering and

consolidation to 98% proctors density with power

roller including hire charges of roller complete as

directed by the Engineer in charge (Section-5

Specifications

42210 One cum

84.00 Rupees Eighty four only. 3545640.00

33 Earth work excavation with machinery in all soils

upto Soft Disintegrated Rock obtained from borrow

area and depositing on banks for formation of canal

banks as per drawings including breaking clods, neat

sectioning, extra watering, benching old embankment

and mechanized consolidation of fill placement layers

with power roller to 98% procter density etc. complete

as per specifications for finished item of work, as

directed by the Engineer-In-Charge (Section-5

Specifications)

28169.00 One cum

249.00 Rupees Two hundred and forty nine

only.

7014081.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

164

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

34 Construction of Steps of size indicated in drawing in

CC M 15 grade concrete manual placement

confirming to compressive strength of 15.00 N/mm2

using well graded machine crushed Hard broken

Granite metal maximum size of 40 mm down graded

confirming to IS Code as per drawings including cost

of procuring materials and haulage of all materials,

form work, vibrating, machine mixing and curing with

water etc. complete as per specifications for finished

item of work / as directed by the Engineer-In-Charge.

(Section-5 Specifications)

684.00 One cum

4425.00 Rupees Four thousand four hundred and

twenty five only.

3026700.00

35 R.C.C. M20. grade concrete manual placement

confirming to compressive strength of 20.00 N/mm2

concrete using well graded machine crushed Hard

broken Granite metal maximum size of 20 mm down

graded confirming to IS Code ,including and

conveyance of all materials, machine mixing curing

with water, copaction with vibrator and Labour charges

erc complete for finished item of work FOR HAND

RAILS of size 0.31x0.31 as indicated in drawing and

as directed by the Engineer in charge. (Section-5

Specifications)

573.00 One Rmt

793.00 Rupees Seven hundred and ninety three

only.

454389.00

36 Supply and fixing of HYSD bars in position including

cost and conveyance of material and straightening,

cutting, bending including cost of binding wire and

placing in position etc. complete as directed by the

Engineer-in-charge. ( Section-5 Specifications

133660 One Kg

56.00 Rupees Fifty six only. 7484960.00

37 Laying 100 mm thick cement concrete protective lining

for canal bed by manual placement with C.C. M-15

grade concrete confirming to compressive strength of

15.00 N/mm2 concrete using well graded machine

crushed Hard broken Granite metal maximum size of

40 mm down graded confirming to IS Code machine

mixing , including cost and conveyance of all

materials, air entraining agent hire charges

of machinery, labour charges all leads and lifts,

machine mixing, and cutting groves for panel joints,

compacting concrete with vibrates, curing with water

etc complete as directed by the Engineer- in-charge

(Section-5 Specifications) (Protective lining for

structures)

29686 One Sqm

444.00 Rupees Four hundred and forty four

only.

13180584.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

165

Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit Rate Amount

In figures In words

38 Laying100 mm thick cement concreteprotective lining

for canal side slopes by manual with C.C. M-15 grade

concrete confirming to compressive strength of 15.00

N/mm2 concrete using well graded machine crushed

Hard broken Granite metal maximum size of 40 mm

down graded confirming to IS Code ,machine mixing

including cost and conveyance of all materials, air

entraining agent hire charges of machinery

labour charges all leads and lifts, and cutting groves

for panel joints, compacting concrete with vibrates,

curing compound etc complete as directed by the

Engineer- in-charge (Section-5 Specifications)

(Protective lining for structures

31535 One Sqm

445.00 Rupees Four hundred and forty five

only.

14033075.00

39 Laying 75 mm thick Wearing coat in C.C M25 grade

concrete manual placementconforming to compressive

strength of 25N/mm 2 concrete using well graded

machine crushed H.B.G metal of maximum size of 20

mm, down graded confirming to I.S code including

cost and conveyance of all materials and machine

mixing, vibrating, hire charges of machinery and

curing with water etc. complete as directed by the

Engineer-in-charge. ( Section-5 Specifications)

44 One cum

4680.00 Rupees Four thousand six hundred and

eighty only.

205920.00

40 Providing re-pointing in CM(1:3) on exposing CR

masonary surface duly racking old pointing at the joints

and water proof compound including cost and

conveyance of all material scaffolding charges labour

charges for racking the joints , cutting grooves treating

the grooves with water ceiling etc., complete as per

drawings as directed by Engineer in charge.(Section-5

Specifications)

13850 One sqm

138.00 Rupees One hundred and thirty eight

only.

1911300.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

166

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

41 Spplying and fixing of mastic pad 25mm thick for

fixing in construction joints including cost and

conveyance charges etc complete as directed by

Engineer in charge.(Section-5 Specifications)

177 One Sqm

915.00 Rupees Nine hundred and fifteen only. 161955.00

42 Supply and fixing of guide stones ( granite

variety)1200mm x 200mm x200mm size including cost

and conveyance of material and labour charges etc.

complete as directed by the Engineer in charge.

(Section-5 Specifications)

632 One No.

292.00 Rupees Two hundred and ninety two

only.

184544.00

43 Drilling holes for Grouting to existing masonry

abutments, wing walls and returns of under tunnels,

aqueducts and piers by drilling holes of dia 20mm to

a depth of 0.50m at 1.50m c/c both ways, inserting

P.V.C. pipes of 12mm dia and of 0.50m length in to

the drilled holes including hire charges of compressor,

cost of P.V.C pipes etc complete as directed by the

department. (Section-5 Specifications)

7762 One No

93.00 Rupees Ninety three only. 721866.00

44 Grouting the existing masonry abutments, wing

walls and returns of under tunnels, aqueducts, piers

with water cement ratio of 5:1by volume and

progressively improving to 4:1 and 3:1 and when

necessary changing over to the mortar mix of 3:1 with

FM of sand 2, injecting into PVC pipes of 12m dia with

a maximum pressure of 2.0 kg/cm2 in ascending order

including cost of grout additive and conveyance of

cement and all other materials labour charges etc.

complete as directed by the department. (Section-5

Specifications)

1531998 One Kg

9.00 Rupees Nine only. 13787982.00

45 Shotcreting in 2 layers ( each layer of + 38 mm

thickness) duly fixing etc to the damaged concrete

associated with exposed reinforcement bars duly fixing

chain link mesh 5mm x 50mm x 50mm in between the

two layers including cost and conveyance of all

materials and labour charges etc. complete as per

specifications / as directed by the Engineer in charge.

(Section-5 Specifications)

611 One Sqm

1423.00 Rupees One thousand four hundred and

twenty three only.

869453.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

167

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

46 Supply of Kraft paper for laying on abutments

including cost etc complete. As directed by the

Engineer in charge. (Section-5 Specifications)

93 One Sqm

450.00 Rupees Four hundred and fifty only. 41850.00

47 Providing weep holes in the abutments 2inch diameter

as indicated in drawing and as directed by the Engineer

in charge. (Section-5 Specifications)

136 One Rmt

190.00 Rupees One hundred ninety only. 25840.00

48 Providing Drainage spouts in the deck slab 4" PVC

pipe including cost etc complete as directed by the

Engineer in charge. (Section-5 Specifications)

72 One Rmt

150.00 Rupees One hundred and fifty only. 10800.00

59 Supply and fixing fabrication 16mm dia anchor rods

including fixing in RR masonry in position duly

drilling 25mm dia holes to a depth of 0.45mts including

cost and conveyance of all materials and labour charges

etc complete as directed by the Engineer in charge.

(Section-5 Specifications)

10017 One No

190.00 Rupees One hundred and ninety only. 1903230.00

50 Providing Expansion joints in bed and sides (at inter

section of structures with lining) with 12mm thick

preformed joint filler after painting the surface with

approved primer and filled with sealing compound

including cost of procurement and haulage of all

materials placing, etc.,as per drawing / as directed by

the Engineer for finished item of work. (Section-5

Specifications)

230 One Rmt

108.00 Rupees One hundred and eight only. 24840.00

51 Earth work excavation by machinery in all soils upto

SDR, and muck deposited in wet and slushy conditions

including of conveyance and depositing with extra

lead etc., complete as directed by Engineer-in-charge

(Section-5 Specifications)

1363 One Cum

124.00 Rupees One hundred and twenty four

only.

169012.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

168

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity

Unit

In figures In words

52 Back filling with useful excavated soils (other than

sand) complying with standard specification for filling

foundation and sides of head walls, wing walls etc.complete for finished item of work. (Section-5

Specifications)

927 One cum

21.00 Rupees Twenty one only. 19467.00

53 Treatment of contraction joints in cast-in situ cement

concrete in canal bed on sides as per drawing filled

with approved quality of primer and sealing compound

of approved quality including cost of procurement and

handling of all materials placing etc complete as per

drawing as directed by the Engineer-in-Charge.

(Section-5 Specifications)

25150 One Cum

56.00 Rupees Fifty six only. 1408400.00

54 Providing Sealent treatment to expansion joints

between the existing C.C Blocks on bed between the

wings of trough and canal portion including cost and

conveyance of all materials, Cost of sealing compound,

labour charges for rake opening the expansion joint,

sealant filling etc., complete as per drawings or as

directed by Engineer-in-Charge-1 Rmt (Section-5

Specifications)

1574 One Rmt

103.00 Rupees One hundred and three only. 162122.00

55 Vibrated Reinforced Cement concrete M 20 grade

concrete manual placement confirming to compressive

strength of 20.00 N/mm2 concrete using well graded

machine crushed Hard broken Granite metal

maximum size of 20 mm down graded confirming to

IS Code including cost and conveyance and all

materials including centering, vibration, machine

mixing, curing etc., complete for bed block, slabs

over O.T/D.P. Sluices, and for hoist Bridge curing

with water etc complete, for finished item of work as

directed by the Engineer in charge. (Section-5

Specifications)

362 One cum

6300.00 Rupees Six thousand and three hundred

only.

2280600.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

169

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

56 Supplying and fixing of RCC Hume pipe 600mm dia NP2

class including cost and conveyance of all materials , labour

charges, etc complete as directed by the Engineer in charge.

25 One Rmt

1938.00 Rupees One thousand nine hundred and

thirty eight only.

48450.00

57 Supplying and fixing of RCC Hume pipe 800mm dia NP2

class including cost and conveyance of all materials , labour

charges, etc complete as directed by the Engineer in charge.

12.5 One Rmt

3127.00 Rupees Three thousand one hundred and

twenty seven only.

39087.50

IV. MECHANICAL WORKS

58 Supplying and fixing of Gear boxes 2 nos , thrust bearings

2 nos and painting to gates and hoist for the OT of

Chinthakani major @ Km 8.376 of 21 st MBC including

cost and conveyance of all materials and labour charges etc.

as per drawings & as directed by theEngineer in charge

(Section-5 Specifications).

1 job One job

15886.00 Rupees Fifteen thousand eight hundred

and eighty six only.

15886.00

59 Supplying and fixing for OT of BBC regiulator @ Km

14.03 of 21st MBC 3 HP electrical motors 2 Nos. and gear

boxes 4 nos. , radican 2 no. plumber blacks 8 nos.and

bearings 4 nos. guide rollers 8 nos. , flange couplings 6

nos. , main rollers 8 nos, sprocket wheels and chains

including painting to gates and hoists and electrical wiring

and fixing rubber seals etc. including cost and conveyance

of all materials, labour charges etc. complete as per

drawings & as directed by the Engineer in charge (Section-

5 Specifications)

1 job One job

550210.00 Rupees Five Lakhs fifty thousand two

hundred and ten only.

550210.00

60 Supplying and fixing for Cross Regulator @ Km 14.03 of

21 st MBC 10 HP electrical motors 2 Nos. and gear boxes

4 nos. , radican 2 no. plumber blacks 8 nos.and bearings 4

nos. , flange couplings 10 nos. ,sprocket wheels and chains

including painting to gates and hoists and electrical wiring

and fixing rubber seals etc. including cost and conveyance

of all materials, labour charges etc. complete as per

drawings or as directed by the Engineer in charge Engineer

in charge. (Section-5 Specifications)

1 job One job

833283.00 Rupees Eight Lakhs thirty three

thousand two hundred and eighty three

only.

833283.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

170

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

61 Supplying and fixing of Gear boxes 1 nos , thrust bearings

1 nos and painting to gates and hoist for the OT of

Ganeswaram major @ Km16.280 of 21 st MBC including

cost and conveyance of all materials and labour charges etc.

as per drawings or as directed by theEngineer in charge

(Section-5 Specifications)

1 job One job

6750.00 Rupees Six thousand seven hundred and

fifty only.

6750.00

62 Supplying and fixing of Gear boxes 1 nos , thrust bearings

1 nos, checknut and painting to gates and hoist for the OT

of Tummalapalli major-2 @ Km20.093 of 21 st MBC

including cost and conveyance of all materials and labour

charges etc. as per drawings & as directed by theEngineer

in charge (Section-5 Specifications)

1 job One Job

6672.00 Rupees Six thousand six hundred and

seventy two only.

6672.00

63 Supplying and fixing of Gear boxes 1 nos , thrust bearings

1 nos, fabrication of shutter of size 0.70 x0.75 m with screw

rod bolts and nuts etc. and painting to gates and hoist for

the OT of Timmaraopeta major-1 @ Km 38.248 of 21 st

MBC including cost and conveyance of all materials and

labour charges etc. as per drawings & as directed by the

Engineer in charge (Section-5 Specifications)

1 job One job

14755.00 Rupees Fourteen thousand seven

hundred and fifty five only.

14755.00

64 Fabrication , supplying and fixing for the Cross Regulator

@ Km. 39.140 of 21 st MBC, regulator gate size 7.9 x3.9

m in place of damaged gates 2 nos. to suit the vent

consisting of skin plate , horizontal girders, top and bottom

angles, vertical angles bottom and top , rubber seals, cast

iron rollers, with heavy duty bushes, bearings including all

accessories, 10 Hp electrical motors 2 nos., radican 2nos,

and gear boxes 4 nos., plumber blocks 8 nos., flange

couplings 10 nos., chain sprockets 2 nos., and electrical

wiring, starters 2 nos. screw rods 4 nos. , line shafts 2nos.

suitable and painting to the gates and hoist etc. including

cist conveyance of all materials, labour charges, trial run

etc. complete for finished item as per drawings & as

directed by the Engineer - in - charge (Section-5

Specifications)

1 job One job

2606266.00 Rupees Twenty six Lakhs six thousand

two hundred and sixty six only.

2606266.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

171

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of specification) Quantity Unit

In figures In words

65 Supplying and fixing of Gear boxes 1 nos , thrust bearings 1

nos, fabrication of shutter of size 1.20 x 1.20 m with screw rod,

bolts and nuts etc. and painting to gates and hoist for the OT of

Arkayalapadu major @ Km42.630 of 21 st MBC including cost

and conveyance of all materials and labour charges etc. as per

drawings & as directed by the Engineer in charge (Section-5

Specifications)

1 job One job

37155.00 Rupees Thirty seven thousand one

hundred and fifty five only.

37155.00

66 Fabrication , supplying and fixing for the Cross Regulator @

Km. 52.299 of 21 st MBC, regulator gate size 7.62 x 3.81 m in

place of damaged gates 2 nos. to suit the vent consisting of skin

plate , horizontal girders, top and bottom angles, vertical angles

bottom and top , rubber seals, cast iron rollers, with heavy duty

bushes, bearings including all accessories, 10 Hp electrical

motors 2 nos., radican 2nos, and gear boxes 4 nos., plumber

blocks 8 nos., flange couplings 10 nos., chain sprockets 2 nos.,

and electrical wiring, starters 2 nos. screw rods 4 nos. , line

shafts 2nos. suitable and painting to the gates and hoist etc.

including cist conveyance of all materials, labour charges, trial

run etc. complete for finished item as per drawings & as

directed by the Engineer - in - charge (Section-5 Specifications)

1 job Each

2524803.00 Rupees Twenty five Lakhs twenty

four thousand eight hundred and

three only.

2524803.00

67 Painting to gates and hoists for the OT sluices of Khammam

major -1 @ Km. 2.095, Khammam Major - 2 @ km. 5.60,

Konijerla Major @ Km. 15.5, Tummala palli Major -1 @ Km.

18.340, Seetaram banjar Major @ Km. 21.935, Mekala kunta

Major @ Km. 24.460, Singarai palem Major @ Km.25.69,

Lollori gudem Major @ km. 26.380, Gubbagurthi major -1 @

Km. 27.400, Gubbagurthi Major -2 @ Km. 28.135,

Gaddalagudem Major -1 @ km.29.008, Gaddalagudem Major -2

@ Km.29.790, Gaddalagudem Major -3 @ Km.30.868,

Timmaraopeta Major -2 @Km. 39.126, Timmaraopeta Major -

3@ Km.40.070, PK Banjor Major @ Km.41.178, Lachagudem

Major @ Km.43.430, B.R. Puram Major @Km.44.996,

Nukalampadu Major @ Km. 48.105 and Siripuram Major @

km.52.299 and Escape Regulator @ Km.38.629 of 21 st MBC

including cost and conveyance of all materials, labour charges

etc. complete as per drawings & as directed by the Engineer - in

- charge( 45319+ 7020 + 13300 = 65639.00 ) (Section-5

Specifications)

1 job Each

98458.00 Rupees Ninety eight thousand four

hundred and fifty eight only.

98458.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

172

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit In figures

In words

V. DEEP CUTS

68 Earth work Excavation in all soil upto H.D.R. by machine

at the junction of soil and rock. Including dewatering, cross

bund laying and removing, placing and removal of B.C

soils (Section-5 Specifications)

6861.00 One Cum

125.00 Rupees One hundred and twenty five

only.

857625.00

69 Earth work excavation in Loamy and Clayey soils, like

Black cotton soils, Red earth and Ordinary Gravel by

machinery depositing away the excavated soils .Including

dewatering, cross bund laying and removing, placing and

removal of B.C soils complete as directed by the Engineer

in charge (Section-5 Specifications)

665195.00 One Cum

23.00 Rupees Twenty three only. 15299485.00

70 Earth work excavation by machinery in all soils upto

SDR, deposited earth and muck deposited in wet and slushy

conditions including of conveyance and depositing with a

lead of 2 Km etc. .Including dewatering, cross bund laying

and removing, placing and removal of B.C soils, complete

as directed by Engineer-in-charge (Section-5

Specifications)

63921.00 One Cum

136.00 Rupees One hundred and thirty six

only.

8693256.00

71 Dismantling of stone masonry in CM over 3 Mts height,

Clearing away and carefully stacking materials useful for

reuse as directed by the Engineer in charge (Section-5

Specifications)

12531.00 One Cum

321.00 Rupees Three hundred and twenty one

only.

4022451.00

72 Supply and fixing of HYSD bars in position including cost

and conveyance of material and straightening, cutting,

bending including cost of binding wire and placing in

position etc. complete as directed by the Engineer-in-

charge. (Section-5 Specification.

86041.00 One Kg

56.00 Rupees Fifty six only. 4818296.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

173

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of specification) Quantity Unit

In figures In words

73 For Deep Cut bed lining Laying 100 mm thick cement

concrete lining for canal bed with C.C. M-15 grade concrete

confirming to compressive strength of 15.00 N/mm2 using well

graded machine crushed Hard broken Granite metal maximum

size of 40 mm down graded confirming to IS Code including

cost and conveyance of all materials, air entraining

agent labour charges all leads and lifts, and mixing concrete

in a stationary weigh batching plant installed at suitable places

and conveying concrete in transit mixers to the work spot and

placing with paver finisher, cutting groves for panel joints,

including cost of all components of machinery, curing etc

complete as indicated in drawing directed by the Engineer in

charge.(Section-5 Specifications)

59000.00 One Sqm

579.00 Rupees Five hundred and seventy

nine only.

34161000.00

74 Removal of defective concrete, cleaning the surface

thoroughly, applying the short crete mixture (2 layers, each of

38mm thickness and chain link mesh in between, complete as

per technical specifications) mechanically with compressed air

under pressure comprising cement, sand, course aggregates,

water and quick setting compound in the portions including

weld (Section-5 Specifications)

75686.00 One Sqm

1424.00 Rupees One thousand four

hundred and twenty four only.

107776864.00

75 Cleaning and painting the groove with approved primer and

filled with sealing compound of approved quality including cost

of procurement and haulage of all materials, placing, etc.,

complete as per drawings & as directed by the Engineer in

charge for Construction Joints .(Section-5 Specifications)

12424.00 One Rmt

55.00 Rupees Fifty five only. 683320.00

76 Treatment of contraction joints in cast-in-situ cement concrete

in canal bed on sides as per drawing filled with approved quality

of primer and sealing compound of approved quality including

cost of procurement and handling of all materials placing etc

complete as per drawing as directed by the Engineer-In charge.

(Section-5 Specifications)

64884.00 One Rmt

56.00 Rupees Fifty six only. 3633504.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

174

Rate Amount Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

77 Earth work excavation in Loamy and Clayey soils, like

Black cotton soils, Red earth and Ordinary Gravel by

machinery depositing away the excavated soils complete

as directed by the Engineer in charge (Section-5

Specifications)

22071.00 One cum

56.00 Rupees Fifty six only. 1235976.00

78 Dry stone Pitching for revetment with 225mm thick

excluding cost of stone and including the labour charges

and all other materials etc complete. as directed by the

Engineer-in-Charge. (Section-5 Specifications)

7112.00 One Cum

1299.00 Rupees One thousand two hundred

and ninety nine only.

9238488.00

79 Pointing with C.M (1:3) to the exposed face of toe drain

including cost and conveyance of all materials labour

charges curing etc., complete as directed by the Engineer-

in-charge (Section-5 Specifications)

3348.00 One Sqmt

115.00 Rupees One hundred and fifteen

only.

385020.00

80 Drilling holes for 16 mm ø for a depth of 0.5 m by

pneumatic compressor and fixing in position including

cost and conveyance of all material, labour charges

except the cost of steel etc complete as directed by the

Engineer in charge. (Section-5 Specifications)

36600.00 One No

145.00 Rupees One hundred and forty five

only.

5307000.00

81 Clearing away the light jungle including up rooting

and removing the stumps at sides as directed by the

Engineer in charge. (Section-5 Specifications)

104017.00 One Sqm

3.00 Rupees Three only. 312051.00

82 supply and fixing of RCC hume pipe of 300mm dia

including suitable collar fixing etc (Section-5

Specifications)

160.00 One Rmt

364.00 Rupees Three hundred and sixty

four only.

58240.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

175

Rate Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

Amount

83 supply of RCC collar suitable to 300mm dia pipe

including cost and conveyance etc

64.00 One No.

85.00 Rupees Eighty five only. 5440.00

84 Vibrated Cement concrete with M-15 grade concrete

manual placement confirming to compressive strength

of 15.00 N/mm2 concrete using well graded machine

crushed Hard broken Granite metal maximum size of

40 mm down graded confirming to IS Code

including cost and conveyance of all materials, labour

charges all leads and lifts, machine mixing, and

compacting concrete with vibrates, curing with water

etc complete for piers, abutments, walls etc.as

directed by the Engineer in charge (Section-5

Specifications)

7294.00 One Cum

5146.00 Rupees Five thousand one hundred

and forty six only.

37534924.00

85 Supplying and fixing in position precast porous

cement concrete plugs including cost of procurement

and haulage of all materials, labour, and machine

mixing, placing, packing form work, curing for

finished item of work as per drawings or as directed

by the Engineer in charge (Section-5 Specifications)

3788.00 One No

229.00 Rupees Two hundred and twenty

nine only.

867452.00

86 Laying plum concrete manual placement M.75 mix

with 60% of 75 mm and 40% of 40 mm HGB metal

including cost and conveyance of all materials,

machine mixing charges, centering charges and

vibrating charges, curing with water etc for filling

cavities at side slopes behind C.C. lining as directed

by the Engineer in charge (Section-5 Specifications)

11500.00 One cum

3300.00 Rupees Three thousand and three

hundred only.

37950000.00

87 Earth work excavation by machinery in soils obtained

from berm cutting and formation of road for

inspection path including breaking clods, neat

sectioning, extra watering and consolidation with

power roller and compaction to 98% proctors density

etc. complete as directed by the Engineer in charge.

(Section-5 Specifications)

18153.00 One cum

76.00 Rupees Seventy six only. 1379628.00

Sd/- CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

176

Rate Sl.

No.

Description of item

(with brief specification and reference to Book of

specification)

Quantity Unit

In figures In words

Amount

88 Earth work excavation in loamy and clayey soils, like

black cotton soils, red earth and ordinary gravel by

machinery depositing away the excavated soils

complete as directed by the Engineer in charge

(Section-5 Specifications)

1707.00 One cum

19.00 Rupees Nineteen only. 32433.00

89 Cement concrete with C.C M-7.5 grade concrete

manual placement confirming to compressive strength

of 7.5N/mm2 concrete using well graded machine

crushed hard broken metal maximum size of 40mm

down graded confirming to I S code including cost and

conveyance of all materials, labour charges, all leads

and lifts, machine mixing, and compacting concrete

with vibrator, curing etc complete for foundations etc

as directed by the Engineer in charge

198.00 One cum

3510.00 Rupees Three thousand five hundred

and ten only.

694980.00

90 Cement concrete with C.C M-10 grade concrete

manual placement confirming to compressive strength

of 10.0 N/mm2 concrete using well graded machine

crushed hard broken metal maximum size of 40mm

down graded confirming to I S code including cost and

conveyance of all materials, labour charges, all leads

and lifts, machine mixing and compacting concrete

with vibrator, curing etc complete for foundations etc

as directed by the Engineer in charge

258.00

One cum

3871.00 Rupees Three thousand eight

hundred and seventy one only.

998718.00

713329870.50 Rebate at 27.10% Less. 193312394.91 Total Rs: 520017475.59

(Rupees Fifty two Crores Seventeen thousand four hundred seventy five and paisa fifty nine.)

Note: (1) Item for which no rate or price has been entered in will not be paid for by the Employer when executed and shall be deemed covered by the other

rates and prices in the Bill of Quantities (refer: ITB Clause 13.2 and GCC Clause 43.3).

(2) Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14.1].

(3) Where there is a discrepancy between the rate in figures and words, the rates in words will govern. [ITB Clause 27.1(a) ]

4) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by quantity, the unit rate quoted shall

govern [ITB Clause 27.1 (b)].

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

177

SECTION 8

FORMS OF SECURITIES

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

178

FORMS OF SECURITIES

Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance Payment

Security forms at this time. Only the successful Bidder will be required to provide Performance and Advance Payment

Securities in accordance with one of the forms, or in a similar form acceptable to the Employer.

Annex A: Bid Security (Bank Guarantee)

Annex B: Performance Bank Guarantee

Annex B1: Performance Bank Guarantee for Unbalanced Items

Annex C: Deleted

Annex D: Bank Guarantee for Advance Payment

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

179

Annex A

BID SECURITY (BANK GUARANTEE)

WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid

dated _______________________ [date] for the construction of _____________________________________ [name

of Contract] (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of

____________________________ [name of country] having our registered office at

___________________________________ (hereinafter called "the Bank") are bound unto

______________________________[name of Employer] (hereinafter called "the Employer") in the sum of

___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, his

successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ day of __________ 19____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in

the Form of Bid;

or

(2) If the Bidder having been notified of the acceptance of his bid by the Employer during the period

of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions

to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instruction

to Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27;

we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the

Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount

claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred

condition or conditions.

This Guarantee will remain in force up to and including the date ____________________2 days after the deadline for

submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer,

notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the

Bank not later than the above date.

DATE _______________ SIGNATURE OF THE BANK _________________________

WITNESS ____________ SEAL _______________________________________

_________________________________________________________________

[signature, name, and address]

____________________________

1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This

figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

2 45 days after the end of the validity period of the Bid.

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

180

PERFORMANCE BANK GUARANTEE

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute

__________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with

a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in

accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the

Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in

words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and

we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the

limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to show

grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us

with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the

Works to be performed thereunder or of any of the Contract documents which may be made between you and the

Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such

change, addition or modification.

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability

Period.

Signature and seal of the guarantor _____________________________

Name of Bank ____________________________________________

Address ____________________________________________

Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in

the Contract and denominated in Indian Rupees.

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

181

PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute

__________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with

a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in

accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the

Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in

words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and

we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the

limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to show

grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us

with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the

Works to be performed thereunder or of any of the Contract documents which may be made between you and the

Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such

change, addition or modification.

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of completion

of works.

Signature and seal of the guarantor _____________________________

Name of Bank ____________________________________________

Address ____________________________________________

Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any

and denominated in Indian Rupees.

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

182

BANK GUARANTEE FOR ADVANCE PAYMENT

To: __________________________________________ [name of Employer]

__________________________________________ [address of Employer]

___________________________________________[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, subclause 51.1 ("Advance Payment") of the

above-mentioned Contract, ________________________________ [name and address of Contractor] (hereinafter

called "the Contractor") shall deposit with ________________________ [name of Employer] a bank guarantee to

guarantee his proper and faithful performance under the said Clause of the Contract in an amount of _____________

[amount of guarantee] 1_________________________________ [in words].

We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree

unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to

____________________ [name of Employer] on his first demand without whatsoever right of objection on our part

and without his first claim to the Contractor, in the amount not exceeding ____________________ [amount of

guarantee]1 __________________________________ [in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of Works

to be performed thereunder or of any of the Contract documents which may be made between

_____________________ [name of Employer] and the Contractor, shall in any way release us from any liability under

this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract

until _________________________ [name of Employer] receives full repayment of the same amount from the

Contractor.

Yours truly,

Signature and seal: _______________________________

Name of Bank/Financial Institution: _________________

Address: _______________________________________

Date: ____________________

__________________________

1 An amount shall be inserted by the bank representing the amount of the Advance Payment, and denominated

in Indian Rupees.

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

183

Office of the Superintending Engineer, N.S.L.B.C. O&M Circle, Tekulapally, KHAMMAM

CORRIGENDUM

To certain items of this office NCB Tender Notice No. 9/07-08, dated 17-01-2008.

Sl.

No.

Name of the work & Package No. Item For Read

Approximate Value

of Work (Rs. In

Lakhs

5899.53 5900.67

1 NSP - NSLBC – APWSIP –

Rehabilitation and modernization from

KM29.291to KM59.466of

Nagarjunasagar Lal Bahadur Canal, A.P,

India. (Package No.LC NLG -2)

Bid security

(Rs. In Lakhs 59.00 59.00

Approximate Value

of Work (Rs. In

Lakhs

4736.38 4739.60

2 NSP - NSLBC – APWSIP –

Rehabilitation and modernization from

KM.59.466 to KM. 90.540 of

Nagarjunasagar Lal Bahadur Canal, A.P,

India. (Package No.LC NLG-3)

Bid Security

( Rs. In Lakhs) 47.37 47.40

Approximate Value

of Work (Rs. In

Lakhs)

4568.73 4751.84

3 NSP - NSLBC – APWSIP – Rehabilitation

and modernization of 21st Main Branch Canal

from KM.0.000 to KM. 52.300 of

Nagarjunasagar Lal Bahadur Canal, A.P,

India. (Package No.LC KMM -6)

Bid Security

( Rs. In Lakhs) 45.69 47.52

Approximate Value

of Work (Rs. In

Lakhs)

5816.09 6048.17

4 NSP - NSLBC – APWSIP – Rehabilitation

and modernization of 21st MBC from

KM.52.300 to KM. 117.007 of

Nagarjunasagar Lal Bahadur Canal, A.P,

India. (Package No.LC KRI -7)

Bid Security

( Rs. In Lakhs) 58.16 60.48

Sd/-Superintending Engineer,

NSLBC O&M Circle,

Tekulapally, KHAMMAM.

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

184

CORRIGENDUM

Following corrigendum to the item Division-9 shot creating in para (V) of application of

shot crete under Section-5 Specifications.

For

Read

Next “welded wire mesh of size 100

MM X 100 MM 5 MM be nailed,

butting with shotcrete. Binding wire

of 20 gauge or 24 gauge be used for

binding of wire mesh panels.

Next “welded wire mesh of size

50 MM X 50 MM 5 MM be nailed,

butting with shotcrete. Binding

wire of 20 gauge or 24 gauge be

used for binding of wire mesh

panels.

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

185

MINUTES OF PREBID CONFERENCE (APPROVED)

01) Minutes of prebid conference held on 12.02.2008.

02) NAME OF WORK : NSP - NSLBC – APWSIP – Rehabilitation and

modernization of 21st Main Branch Canal from KM.0.000 to

KM. 52.300 Nagarasagar Lal Bahadur Canal, A.P,

India. Package No. LC-KMM- 6

03) i)Tender Notice No./Bid.No.9/2007-08, dt.17.01.2008.

ii) Notification No. DB/D6/TN/113M, Dt. 05-02-2008.

04) OFFICERS PRESENT:-

1. Sri M.Ramachandraiah : Chief Engineer,

N.S.Project, Hill Colony.

2. Sri B.V.Siddhartha : Superintending Engineer,

NSLBC (O&M) Circle,

Tekulapally.

3. Sri S.M.Subrahmanyeswara Rao : Dy.Superintending Engineer,

NSLBC (O&M) Circle,

Tekulapally.

4. Sri V.Veera Raju : Executive Engineer,

NSLBC (O&M) Division,

Tekulapally & Kallur.

5. Sri T.Jagdish Babu : Executive Engineer,

NSLBC Monitoring Division,

Tekulapally.

05) BIDDERS PRESENT:-

None of Bidder is present.

A prebid conference was convened in the chambers of the Superintending Engineer, NSLBC

(O&M) Circle, Tekulapally on 12.02.2008 at 11.00 AM as per programme conveyed as per the

modified date vide Notification No. DB/D6/TN/113M, Dt.5.2.2008 for the said work. Only Two

companies have purchased Bid documents till to date. But none of bidder has present during prebid

meeting.

Sd/-Project Director,

PPMU-APWSIP, Hyderabad.

Sd/ CONTRACTOR / BIDDER Sd/- SUPERINTENDING ENGINEER

186

OFFICE OF THE SUPERINTENDING ENGINEER:NSLBC:O&M CIRCLE : TEKULAPALLY.

Notification No.DB/D.6/T.N./ 113 M date: 05.02.2008.

Sub:- APWSIP – TENDERS – Postponement of Pre-bid meeting

Notification Issued – Reg.

Ref:-T.O. Tender Notice.No.9 SE(T)/07-08, dt.17.01.2008.

The Pre-bid meeting proposed to be held with the bidders on 05.02.2008 @ 11.00 Hrs.

in the chambers of the Superintending Engineer, NSLBC (O&M) Circle, Tekulapally,

Khammam is here by postponed and the revised date of the same meeting is proposed to

conduct on 12.02.2008 @ 11.00 Hrs. @ the same place.

Sd/-

for Superintending Engineer,

NSLBC (O&M) Circle:Tekulapally,

Khammam.

To

All bidders.

Notice Board.