Cover - I (Prequalification Bid) : Accelerated Irrigation Benefit Programme
Cover - I (Prequalification Bid) : Accelerated Irrigation Benefit Programme
COVER – I
(PREQUALIFICATION BID)
NAME OF WORK
Executive Engineer
Baisinga Canal Division,
Laxmiposi
-1-
CONTENTS
CHAPTER - I
GENERAL INFORMATION
DETAILS OF WORKS
General Information
1.0. SCOPE OF WORK
The above work comprises of earth work for canal construction in cutting and filling as
well as Cement Concrete lining of the Canal and construction of structures and inspection road of
main canal.
The information and data related to work and site conditions described thereafter,
represent the site conditions in general. It shall be presumed that the contractor visits the site,
of proposed works for his satisfaction as to the nature and location of work and local conditions
in general and particularly about the availability of power supply, water supply, storage and
handling of materials, disposal of soil, road communication data and bore hole data, availability of
labour and other related matters required for planning for execution etc., before quoting his
percentage rate for the work.
1.5 TOWNS:
The nearest town is Baripada, the District Head Quarter.
1.6 AVAILABILITY OF DIESEL AND LUBRICANT.
The nearest Filling Station for POL is located at Betnoti.
1.7 OBSERVATION OF RULES
a) The contractor shall take all precautions to ensure safety to the workers. The
Department will not take any responsibility for any accident if occurred at work
site or at any place relating to this work. The relevant norms of the Government
must be strictly adhered to for the purpose of compensation and other benefits
etc.
b) The contractor shall take action to rectify the defects, if any, required for
installation of machineries and equipments, pointed out by the Departmental
Engineer in a reasonable time.
1.8 HOUSING
Private houses may be available for housing in nearby villages of the work site. But, the
Contractor shall make his own arrangements for housing the labourers, materials, staffs and site
offices at the work site.
The contractor will take steps to illuminate the borrow area and portions of haul roads
as may be required while carrying out the work. No compensation will be paid to the contractor
due to failure of electricity to any or entire part of the work site resulting in disrupting the
construction activities of the of work and for the idle labour, machinery & equipments. The
electric supply for the domestic purpose of the contractor and his labourers will be the
responsibility of the contractor. Supplying electricity to work shops, crushers quarries etc. by
the contractor is not the responsibility of the department and shall be arranged by the
contractor at his own cost. The contractor has to make his own arrangement for power supply. If
the department supplies electricity, the contractor may avail the facility on payment of charges
fixed by the department from time to time.
1.14 FLOOD
a) In case of flash and untimely flood in the river during the working season i.e.
resulting in overtopping of coffer dam and flooding of the work areas, the
Contractor shall make his own arrangements at his own cost to shift the
machinery, equipment, materials, labour and any departmental machinery hired by
the contractor to a safe place. The work shall have to be resumed after receding
of floods and necessary strengthening of
Coffer dam. Suitable extension of time shall however be granted on such
occasions for the loss of working time on the request of the contractor if, he so
desires.
b) The silt, debris, sand and other materials accumulate in the working area, during
flash floods or regular floods in the monsoon, shall be removed by the contractor
as required for continuing the work at his own cost. If any excavated portion,
which could not be filled with concrete or earth by the Contractor, is filled up
during the monsoon period with earth and silt during the execution of work
whatsoever the reasons may be, the contractor will have to re-excavate such
portion of work at his own cost.
CHAPTER - II
GOVERNMENT OF ODISHA
DEPARTMENT OF WATER RESOURCES
OFFICE OF THE CHIEF ENGINEER & BASIN MANAGER,
SUBARNAREKHA & BUDHABALANGA BASIN,
AT/PO:- LAXMIPOSI, DIST:-MAYURBHANJ
Sd/-
Chief Engineer & Basin Manager
Subarnarekha & Budhabalanga Basin,
Laxmiposi
cebmsbb2019@gmail.com
GOVERNMENT OF ODISHA
DEPARTMENT OF WATER RESOURCES
OFFICE OF THE CHIEF ENGINEER & BASIN MANAGER,
SUBARNAREKHA & BUDHABALANGA BASIN,
AT/PO:- LAXMIPOSI, DIST:-MAYURBHANJ
The Chief Engineer & Basin Manager, Subarnarekha & Budhabalanga Basin,
Laxmiposi on behalf of Hon’ble Governor of Odisha invites on-line percentage rate tenders in
double cover system through e-procurement for execution of the work as noted below. The
bid should be submitted by eligible class of contractors as mentioned below registered with
State Government & contractors of equivalent grade / class registered with Central
Government / MES / Railway to be eventually drawn in P1 form through On-line in the
Government website “https://tendersodisha.gov.in.” The bidders should have necessary
portal enrolment (with own digital signature certificate). The registered bidders outside
Odisha State can also participate in this on-line tender process after necessary portal
enrolment but shall have to subsequently undergo registration with appropriate authority of
the State Govt. within a month of acceptance of bid.
4. Cost of Tender paper The bidder shall deposit online the cost of bid document
for Rs.10,000/- towards cost of the Bid specified for the
work in the table above as part of its bid through a
process as mentioned under DTCN.
Cover – I
Sl Cover Type Document Description Type
No.
1 Prequalificat GST, PAN, Contractor’s pdf
ion Bid R.C., Affidavit,
Undertaking declaring
no relationship with
Department Officials &
any other documents as
per DTCN.
Cover – II
Sl No. Cover Document Description Type
Type
2. Financial BoQ Xls
Bid
6 Date & Time of availability of bid From 16.07.2021 at 10.00 AM to 10.08.2021 up to 5.00
document in the portal :- PM.
7. Date of Pre-Bid conference :- Dt. 03.08.2021 at 11.30 A.M. in the Office of the Chief
Engineer & Basin Manager, Subarnarekha &
Budhabalanga Basin, Laxmiposi.
Sd/-
Chief Engineer & Basin Manager
Subarnarekha & Budhabalanga Basin,
Laxmiposi
cebmsbb2019@gmail.com
the stipulation of the Bid Document failing which the tender shall be
the tender not providing the required document/ information as per the
acceptance of tender which may lead for black listing of the concerned
agency.
proforma /shape shall not be considered for the technical bid evaluation.
1. Invitation.
(a) The Chief Engineer & Basin Manager, Subarnarekha & Budhabalanga Basin, Laxmiposi
on behalf of Hon’ble Governor of Odisha invites sealed on-lined tender in double cover
system for percentage rate bid through website to be eventually drawn in P.W.D. form
P1/ F2 from ‘‘Super class or Equivalent’ Class Contractors Registered with the State
Govt. of Odisha or from contractors of equivalent grade / class registered with other
State Govt. / Central Govt. / M.E.S. / Railways or other Govt. undertakings. All the
contractors are to be registered in the State portal and must possess compatible digital
signature certificate of Class-II / III for online bidding. The website for online bidding
is http://tendersorissa.gov.intender documents can be downloaded from the website
identified as http://tendersorissa.gov.in from 10 A.M. of 16.07.2021 to 5.00 PM of
10.08.2021. The bidder for participation in on line bidding will have to transfer online
the cost of bid document for Rs.10,000/- (Rupees ten thousand ) for each set through a
process as mentioned under DTCN. The Bid will be received through e-procurement
portal from 10 A.M. of 16.07.2021 to 5.00 PM of 10.08.2021.
(b) Each set of bid document contains
1st cover(Prequalification): PAN, GST / GSTIN, Contractor’s Registration
Certificate, Affidavit, Declaration regarding no relation with
Department Officials and any other documents as per
SBD/DTCN ( in .pdf format.)
The 1st cover (Prequalification) bid will be opened on 11.08.2021 at 11.00 AM in the
office of the Chief Engineer & Basin Manager, Subarnarekha & Budhabalanga Basin,
Laxmiposi in presence of the tenderers or their authorized representatives. The
bidders who participated in the on line bidding can witness opening of the bid from any
system logging on to the portal away from opening place. The bids can only be opened by
the pre-designated officials only after the opening time mentioned in the bid. In the
event of the specified date of bid opening being declared a holiday, the bid will be
opened at the specified time and location, on the next working day. Date, time and place
of opening of Cover-II (Financial bid) shall be intimated separately to tenderers those
who will be found eligible after evaluation of Cover-I (Prequalification bid). The
intimation letter will be sent both through their e-mail address and postal address.
c. The value of the work tendered for is Rs. 2268.90 Lakh.
d. No tenderer will be permitted to furnish their tender in their own manuscript.
e. The system shall reject submission of any bid through portal after closure of the receipt
time.
For all-purpose, the portal time displayed in the system shall be the time to be
followed by the bidder.
(f) The bidder shall submit the scanned copies of the documents in the designated locations of
1st cover (Prequalification) & 2nd Cover (‘Financial). Submission of bid documents shall
be effected by using DSC of appropriate class and thus shall be in encrypted form. The
bidder shall only submit single copy of the document. He is required to check the
documents uploaded with the requirement asked for in the bid. Only after satisfying
that all the documents have been uploaded, he should activate submit button. His bids
shall not be considered responsive and action as per relevant clause shall be taken if he
does not provide the required documents or provided illegible document. Clarity of the
document may be ensured by taking out a sample printing.
The tender accepting authority will verify the originals of the all scanned documents of the
successful lowest bidder only within 5 days of opening of the tender. In the eventuality of
failure on the part of the lowest successful bidder to produce the original documents, he will be
debarred in future from participating in tender for three years and will be black listed by the
competent authority. In such a situation, successful L2 bidder will be requested to produce his
original documents for consideration of his tender at the negotiated rate equal to L1 bidder.
himself about the sufficiency of availability of materials in quarry and borrow area. The
Department will not be responsible for any misjudgment of the tender on the account
for any future claims.
4. VALIDITY OF TENDER:
4.1 The tender should be uploaded bearing the correct identification number mentioned in the
tender call notice. Tendering authority shall not be held responsible if the tender uploaded
with incorrect Identification number.
4.2 (i) Earthwork, Embankment Filling work, Concrete work, Stone packing Work and
Reinforcement work are the main items to be executed for this work. Principal machineries /
equipments such as Tipper, Truck, Excavator, Dozer, Vibratory Roller and Batching Plant,
Vibrator, Compressor, and P.R.R. etc. are required for execution of such items.
(ii) The tenderers are required to submit the details of other works in which he has
participated in bidding and works in hand along with his bid in the proforma enclosed in
ANNEXURE-F along with the proof of such documents.
(iii) The tenderers are required to submit the past performance record in the proforma
enclosed as ANNEXURE-A duly certified by the Executive Engineers under whom he has
executed works separately in order to judge their past performance as to completion of
similar major items of work ( quantity, turn over). Tenders received without supporting
documents as required in Para (i) (ii) & (iii) as mentioned above shall be considered as “non
responsive” and be liable for rejection. Besides, all other forms and annexure appended in
IIT (Chapter-III) of this technical bid document shall be submitted with supporting
documents without which the tender shall also be considered as “non-responsive” and be
liable for rejection.
4.3 The tenderer must furnish the scanned copy of R.C (Registration certificate), GST/GSTIN,
PAN, Affidavit through web-site otherwise his/her bid shall be declared as “non-responsive”
& shall be liable for rejection.
4.4 The percentage rate quoted shall remain valid for a period of 90 (ninety) days from the last
date prescribed for receipt of tenders.
4.5 The tender, not in the prescribed proforma and not strictly in accordance with the
terms and conditions of the tender call notice, is liable for rejection.
4.6 Alternate tenders, conditional tenders and tenders containing indefinite terms will not
be entertained. The tenders will be considered given special emphasis on the capability of the
tenderer and the implements and earth moving machinery at his disposal for the work.
4.7 Letters and communications etc, raising and lowering the percentage rate or dealing with
any point in connection with the tender will not be considered.
4.8 Percentage rate quoted should be for complete work considering all the finished items of
the work and for sufficiency as per the description of the schedule of quantity and specification
and shall include all taxes including rent, royalty, cess, general & incidental charges pertinent to
the work, other charges of materials, 0ctroi duty, ferry tolls, conveyance charges and other
costs on account of land and buildings including temporary building required by the tenderer for
collection and storage of materials, housing of staff or other purpose for the work.
The tenderer must quote the percentage rate for the complete work to be included in contract
and tenders containing indefinite terms and conditions shall not be considered.
4.9 The tenderer shall bear the cost of various incidental sundries and contingencies or of
similar category, required for the work as mentioned below.
i) Labour camps and hutments necessary to a suitable scale including contingency
and sanitary arrangements, medical aids thereon to the satisfaction of the health
authorities.
(ii)Water arrangements for labourers as well as for the works. No claim for carriage for
water, whatsoever, will be entertained.
(iii) Fees and dues levied by the Municipality or/and Water Supply Authorities shall be
borne by the contractor.
(iv) Suitable equipment and wearing apparatus for the labourers engaged in risky
operations and medical aid to the labourers engaged for the work.
(v) Suitable fencing, barriers, signals, including parapet and electrical signal,
where ever necessary at works, and approaches in order to protect the public and
employees from accidents.
(vi) No compensation for any damage done by rain or by similar action during
execution of the works shall be paid.
(vii)The tenderer shall write the percentage rate of the whole work in figures
only in appropriate column.
(viii) Rent, royalties and other charges of materials, octroi duty, entry tax & all
other taxes including cess, GST, ferry tolls, conveyance charges and other cost
on account of land and buildings including temporary building and temporary
electric connection to work site as well as construction of coffer dam,
construction of service road, diversion road and its maintenance till completion of
work required by the tenderer for collection of materials, storage housing of
staff other purpose of the work
4.10 The tender is to be decided as per prevailing Codal provisions taking into
consideration in accordance with the stipulation made in the bid document along
with the capacity of the tenderer. The authority reserves the right to reject
any or all tenders without assigning any reason thereof.
4.11 All the tenderers are required to submit, along with their tenders declaration
about the names of their relatives employed in Water Resources Department in
the prescribed format appended in Annexure-“E”. In case, they have no relative
in Water Resources Department, a certificate to this effect along with tender
required to be submitted that he is not related to any of the officers in the
rank of Assistant Engineer & above in the Department of Water Resources. If
the fact subsequently proved to be false, the contract will be rescinded, the
earnest money & the total security will be forfeited & he shall be liable to make
good to the loss or damages resulting in due to such cancellation.
4.12 No Engineer of Gazetted rank or other Gazetted officer employed in Engineering
or Administrative duties in an Engineering Department of the State Government
is allowed to work as a contractor for a period of two years after his retirement
from Government service, without Government permission.
4.13 1st Cover (Prequalification) will be evaluated first and the competent authority
will approve a list of qualified bidders based on qualifying criteria fixed by the
Department. The date of opening of 2nd Cover (Financial) of the qualified
bidders will be intimated later on.
4.14 An affidavit shall be furnished by the bidder at the time of submission of tender
paper about the authentication of tender documents including bid security. The
scanned copy of the affidavit is to be uploaded through the e-procurement portal
along with the technical bid. The affidavit in original is to be produced before
the officer inviting tender prior to opening of the technical bid.
4.15 The percentage rate to be quoted by the contractor for the work should be
consistent and rational. Tenders with in-consistent percentage rate and / or
speculative percentage rate shall be liable for rejection. If the rate quoted by
the bidder is less than 15% of the tendered amount, such a bid shall be rejected
and the tender shall be finalized basing on merits of rest bids. But if more than
one bid is quoted at 14.99% (decimals up to two numbers will be taken for all
practical purposes) less than the estimated cost, the tender accepting authority
will finalize the tender through transparent lottery system, as per the existing
norms of the Government.
4.16 The tender containing extraneous conditions not covered by the tender notice
are liable for rejection and quotations should be strictly in accordance with the
tender call notice. Any change in the wording will not be accepted.
4.17 Payment for RA bill shall be made in level section measurement and no string
section measurement will be considered.
4.18 TENDERER’S CERTIFICATE
The tenderer will furnish his tender with a certificate that he has gone through
all documents, including plans, drawings etc. of this tender schedule and clauses
of P1/F-2 agreement in vogue and that he has visited the works spot and
satisfied himself with the local conditions, sufficiency of availability of labourers
and materials. Visited the quarries, assessed the availability of materials, water
etc. camp facilities and quoted his percentage rate for the work as whole
considering the finished items in the work, to cover all contractual obligations
and contingencies arising thereof.
5. AWARD OF CONTRACT
5.1 The tenderer whose tender is selected for acceptance shall within a period of
fifteen days upon written intimation being sent to him by e-mail/ Regd. Post for
acceptance of his tender, deposit 2% (One percent) initial security deposit of
the accepted tendered amount and enter in to the agreements in the P.W.D.
Form P1/F2 (Schedule XLV Form No.61) for fulfillment of the contract in the
office of the Executive Engineer, Baisinga Canal Division, Laxmiposi. This
initial security deposit the amount withheld according to the provision of P1/F2
agreement shall be retained as security deposit for fulfillment of this contract).
Failure to enter into the agreement with the aforementioned security deposit
within the specified period, they will be suspended for the time specific in the
tender documents. No tender shall be finally accepted until the required amount
of security money is deposited. The written agreement to be executed between
the contractor and Government shall be the foundation of the rights of both the
parties & the contract shall be deemed incomplete until the agreement has been
signed first by the contractor and then by the Executive Engineer. The
department will accept the initial security deposit in the accepted form
prescribed in Clause–1.2 above duly pledged in favour of Executive Engineer,
Baisinga Canal Division, Laxmiposi.
5.2. The work may be distributed among the several contractors on splitting if
considered necessary due to exigency of the circumstances and the contractor
will not be entitled to any profit/ compensation on such occurrence.
5.3. In case of delay in acquisition of land no compensation will be admissible but
extension of time will be granted, if applied by the contractor in prescribed form
within due time to keep the contract in force.
5.4. The earnest money will be retained in case of the successful tenderer and will be
dealt with as per the terms and condition of O.P.W.D. code. The earnest money
of the unsuccessful tenderer except the three lowest tenderers shall be
refunded on application after the financial bid is opened and comparative
statement prepared. The EMD given by the other two parties except one whose
6.4 The contractor shall have to be abided by the safety code introduced by the
Govt. of India, Ministry of works. Housing and supply in their standing order
No.44 to 50 dated 25.11.57 violation of which shall drag the contractor to the
orbit of penal action.
6.5 Blasting where required shall be taken up only when proper precaution have been
taken for the protection of lives and property in accordance with I.S. 4081 –
1967 safety code for blasting and related drilling operations. Only persons having
license for the purpose and well conversant with the working methods and
precaution measures is to be deployed in using explosives and carrying out the
blasting operation. To avoid the danger of injury from flying debris, all personnel
in a blasting area shall retreat to an adequate cover. While carrying out
excavation, adequate precautions in accordance with I.S. 3764 – 1966, Safety
code for excavation works shall be taken for the safety of workers. The
contractor shall have to be abided by the rules & regulations on this score.
6.6 In case of any damage to Govt. or public property or to the property owned to
any persons, firms or bodies due to negligence or any such action of the
contractor resulting in damage or stoppage of work thereby, the contractor shall
be liable to be penalized to the extent of the assessed value of the damage or
the out turn lost. The certificate of the Engineer-in- Charge is conclusive and
binding on this score.
The Contractor shall inform the Engineer-in- Charge and the Department
regarding change of his postal address from time to time which he has given in
the tender paper and authorize any person with due intimation to the Engineer-
in-charge and the Department to receive instruction or communication from the
Department on his behalf if he desires , failing which the said undelivered
instructions and communications published in notice board of the Engineer-in-
charge shall be treated as intimation to the Contractor which is conclusive and
biding on him.
8. ARCHAEOLOGICAL FINDINGS
9. CONTEMPORARY CONTRACTORS
The contractor shall take into consideration the needs and requirements of the
other contractors if any, working in the vicinity during the tenure of his contact
and shall neither take nor cause to be taken any steps or actions that may cause
disruption disturbance to their work, labour or arrangements etc. Any action by
the contractor that the Engineer-in-charge in his unquestioned direction may
consider as infringement of the above would be considered as a breach of
contract and he may take such action against the contractor as deemed fit.
10. TAXES:
a. The percentage rate quoted by the Contractor shall be deemed to excluding GST
and including other taxes, labour cess and royalties of all materials that the
contractor will have to purchase and borrow earth for performances of this
contract.
b. The estimated cost is excluding GST. The rates of item basing on which
estimated cost has been derived are excluding GST on different components to
arrive at such rates.
c. GST:
GST as applicable on works contract shall be paid over the bill amount at the time
of payment of bill. The TDS under GST as applicable will be deducted from the
work bill.
d. INCOME TAX:
Income Tax as applicable shall be deducted from the bill amount at the
e. ROYALTY OF MATERIALS
The Odisha Minor Mineral Concession Rules 2016 has been communicated vide
Steel and Mines, Govt. of Odisha letter no. 10672 dated 29.12.2016 addressed to
All Collectors revising the rate of royalty of all minor minerals with effect from
15.12.16. Accordingly, royalty of materials and borrow earth used in the work
site will be deducted from the bill of the contractor at the prevailing rate.
In case of amendment(s) to the existing provision(s) is made during the tenure of
contract, the same will be applicable to the contract.
f. CESS:
1% (One Percent) of gross amount of each running bill will be recovered towards
Cess under the Building & Other Construction Workers (Regulation and
Employment and Conditions of Service) Act,1996, as enforced vide Government
of Odisha, Labour & Employment Department Resolution No. LL-I-(iii)-25/07-
12653, dated. 15.12.2008.
11. INTEREST:
No interest is payable for the dues of the Contractor if any lying unpaid or
payable for the work for any reason.
12. PLANS AND DRAWINGS:
The work has to be carried out in accordance with the Odisha Detailed Standard
Specification and relevant I.S. Specification pertaining to the tendered items of
work and specifications and special conditions appended hereto. Drawings will be
supplied to the contractor to execute the work, in general, conformity therewith.
These drawings will be supplemented by such additional, general and details
drawings or directions as may be considered necessary or desirable as the work
progress. No claim will be entertained due to change of drawings. Where details
shown on those drawings differ from the requirement of the specifications, the
requirement of the specifications shall govern and the contractor shall not work
without proper drawings, direction and instructions. He shall check all drawings
carefully and bring to the notice of the Engineer-in-charge any error and
omissions discovered, where upon the Engineer-in-charge shall prepare revised
additional drawings and specifications as may be required. All such additional
general and detailed drawings will be binding on the Contractor under the same
terms and conditions as provided in clauses of P1/F2 agreement. The decision of
B. The contractor shall sign as a token of final acceptance of the plans, sections and
agreements for the work prior to take up the work for execution.
D. On signing the agreement the site will be handed over to the contractor for
execution and completion of works in all respect.
E. The contractor has to make adequate lighting arrangements for night works
wherever necessary in fulfillment of the construction programme at his own cost
and no extra payment on this account is admissible.
The contractor shall take all precautions to protect the work from damages due
to any cause except major natural calamity and make good to such damage, if any,
at his own cost during the period of execution and till the work is taken over by
the Department. No compensation will be paid to the contractor because of idle
labourers and machineries due to above reason.
18. TOOLS AND PLANT:
The contractor should arrange necessary tools, plant and machineries for the
efficient execution of work at his own cost and the percentage rate quoted
should be inclusive of such charges. The department may lend on hire some
machinery for use in the work subject to availability on terms and conditions as
shall be specified by the Department from time to time and after execution of
necessary agreement. But, on the plea of non supply of machineries by the
Department, the works should not be delayed nor any compensation on such
account is tenable nor will the contractor be eligible for any time extension on
that score. No compensation shall be paid to the contractor for idle charges of
machineries deployed in the work as it is the responsibility of the contractor to
deploy the machineries and plants at work at his own risk and responsibility as
per requirement.
19. HAUL ROADS:
All haul roads to Borrow areas and quarries will be constructed and maintained by
the contractor at his own cost. The roads so constructed shall be allowed to be
used free of cost by agencies working in other reaches of the canal including
Govt. Department unless otherwise restricted by the Engineer-in-charge.
21.2. In the event of delay in supply of detailed structural designs for unavoidable
reasons, reasonable extension of time will be granted on the request of the
contractor. But no claim for monetary compensation will be entertained under
any circumstances for this reason.
21.3. Any slip debris and other foreign materials deposited on the working region on
account of rains, flood or any other cause prior to and during the course of
execution and till the work is completely taken over the department have to be
cleared by the contractor at his cost. The percentage rate quoted by the
contractor shall be inclusive of all such contingencies. If any excavated portion
that could not be filled with concrete by the contractor gets filled up during the
monsoon period with earth/ silt, no payment shall be made to the contractor for
such removal again. The contractor will have to excavate and remove the same at
his own cost.
21.4. The contractor shall not interfere with the execution of water supply or
electrical arrangements or any other works entrusted to any other agency by the
Department during execution of work.
21.5. It shall be the responsibility of the contractor to make such arrangements as
may be required from time to time to protect men, machinery and the works
against damage due to flood or any other natural calamity and the department
shall not be responsible whatsoever for damage or loss on the context.
22. SITE CLEARANCE:
The entire work site or a portion thereof, as may be considered necessary for
the purpose of alignment and demarcation, shall be cleared by the contractor at
his own cost. The Department shall suitably demarcate the limits of the
structure within which work will be carried out within the scope of the contract.
The contractor has to supply necessary labour at his own cost for fixing
benchmark pillars/alignment pillars / alignment and pegs and for layout, leveling
and profiling and maintaining the same until completion of the work. The
contractor at his own cost will supply cement concrete pillars required for lay
out. The layout and Benchmark pillars already laid out by the Department is to
indicate this alignment of Canal in the field. The contractor while taking up
excavation works will preserve original pillars.
The contractor should keep him in touch with the Engineer-in-charge for smooth
execution of work and arrange adequate labour depending upon the workload and
working space available. No claim whatsoever for detention / idle of labour and
machineries will be entertained.
have been duly given to the contractor. Similarly, orders entered by the
Superintending Engineer and Chief Engineer shall be deemed to have been duly
issued by the Engineer - in - charge of the work.
25. CLAIM BOOK:
A claim book of pages serially numbered shall be issued by the Executive
Engineer to the contractor who shall maintain it systematically and securely, and
shall record in it such items as are not covered in the contract and or involves
extra claim, shall be entered in this book under the dated signature of the
contractor or his duly authorized agent at the end of each month.
A certificate should be furnished by the contractor along with claims .He is to
certify to the effect that beyond the claims entered in the book, he has no
other claims up-to-date. If in any month, there is no claim, a recorded certificate
to that effect should be furnished by the contractor in the claim book. Each
claim must be definite with the claimed quantity and amount as far as practicable
and accurate. The claim book must be submitted regularly by the contractor to
the Engineer-in-charge by the 10th day of each month for his orders. Claims not
made in this manner are liable to be summarily rejected. The claim book shall be
finally surrendered by the contractor to the Engineer-in-charge for record after
completion of the work and before settlement of the final claim.
26. RULE TO VERBAL ORDER:
It is the contractor’s responsibility to get the verbal order, instructions or
directions if any given for the interest of work by the competent authorities of
the Department ,confirmed in writing within a week without which no cognizance
will be taken of such verbal orders, instructions or directions for settlement of
any claim arising thereof.
27. STATUTORY OBLIGATIONS OF THE CONTRACTOR:
27.1. The contractor shall have to arrange water required for the work at his own cost.
27.2. The contractor shall have to construct and maintain coffer dam as required for
the work during execution at his own cost.
27.3. Bailing out water from foundation of structures and construction of cross bund,
dewatering wherever necessary during execution of the work shall have to be
done by the contractor at his own cost and no extra payment will be made on that
account. The term dewatering shall mean the execution or operation of the items
due to standing water as well as due to percolated water. The percentage rate of
respective items of work is in inclusive of dewatering.
27.4. Gangway, scaffolding or any such arrangements required for the work are to be
provided by the contractor at his own cost as per direction of the Engineer-in-
charge. The Department shall have the right to inspect such arrangement made
for the work and reject it partly or fully, if found defective in opinion of the
Engineer-In-Charge.
27.5 Department shall not pay compensation to the contractor for the damage
occurred to the materials and work entrusted to him due to natural calamities
the contractual or extended period of the contract. If any damage caused due to
natural calamity, the contractor shall make good the loss and damage at his own
cost.
28. DEPARTMENT’S RIGHT FOR DEVIATION IN QUANTITIES:
28.1 The Engineer-in- Charge reserves right to make any increase or decrease in
quantity of items of work of BOQ or item of work of BOQ mentioned in the
schedule of quantities attached to the tender notice as may be considered
necessary in his opinion for satisfactory completion of the work and such
increase or decrease shall in no way invalidate / vitiate the agreed percentage
rate as per the Agreement. The contractor shall not be entitled for any
compensation on this account except grant of extension of time where
considered necessary. The decision of the Engineer-in- Charge is final and
conclusive.
28.2 No claim will be entertained regarding the extra items of work or extra quantity
of any item besides estimated amount, unless written order is obtained from the
Engineer-in-charge and percentage rate settled before execution of the extra
items of work or extra quantity of any item of work.
Unusual flood may occur during the working season. In the event of overtopping
or breach in the cofferdam/embankment due to such flood in the working season
resulting in flooding of the working area or outside the working area, the
contractor shall make his own arrangement to shift the machineries and
equipments, materials etc. to a safe place at his own cost. Any damage or loss for
such occurrence shall be the responsibility of the contractor and no
compensation on this score is permissible.
The work shall be resumed after the floods. Necessary reconstruction of the
cofferdam / embankment clearing the working area of debris and silt shall have
to be done by the contractor at his own cost. Suitable extension of time may
however be granted in such eventualities at the request of the contractor, but no
compensation whatsoever shall be paid in this regard.
(b) If the contractor becomes bankrupt or has a receiving order made against
him or compound with his creditor or being a Corporation commence to be would
up not being a voluntary winding up for the purpose only an amalgamation or
reconstruction or carry on its business under a receiver for the benefit of the
creditors of any of them, the Department shall be at liberty.
i) To give such liquidator receiver, or other person the option of carrying out the
contract subject to his providing a guarantee for the due, faithful performance
of the contract up to an amount to be determined by the Department.
ii) To terminate the contract forthwith by notice in writing to the contractor or
to the liquidator or receiver or to any person in whom the contract may become
vested and to act in the manner as per prevalent clauses of P1/F2 contract.
The detail Tender Call Notice and all the Annexure thereto will form the part of
the agreement when the work will be awarded to the contractor. All the
correspondences made with the contractor and all his correspondences with the
department after the tender is received will also be attached with the
agreement.
34.1 The contractor should abide the fair wage clause introduced by the Govt. and
shall not pay less than the fair wages fixed by the Govt. to the labourers engaged
by him in the work.
34.2 In case of any complaint by the labourer about the nonpayment of his wages as
per latest minimum wages Act., the Executive Engineer will have the right to
investigate and if the contractor is found to be at fault, Executive Engineer may
recover such amount due in any form from the contractor and pay such amount to
the labourer directly under intimation to the local labour office of the Govt. The
decision of the Executive Engineer is final and binding on the contractor.
35. LABOUR LICENSE AND REGISTRATION:
The contractor is to furnish labour license as per the relevant labour Act and
rules in force before signing the agreement, failing which execution of
agreement will not be entertained.
36. PRICE PREFERENCE:
a) Schedule Caste and Schedule Tribe tenderers will be given concession where
their tenders are within 10% of the rate quoted by the lowest tenderer for any
work. The work may be considered for award to him / them at the lowest
tendered rate in accordance with Works Department Circular No.27748 dated
11.10.1977.
37. QUALITY CONTROL AND TESTING:
37.1 Within the defined scope of the functions of the officer-in-charge of quality control
organization working under the Chief Engineer & Basin Manager, Subarnarekha &
Budhabalanga Basin, Laxmiposi shall have the right to inspect the various items of works
executed under the contract in respect of the quality and monitoring thereof. Such
staff will exercise all necessary field control requirement complying to proper
specification and drawing and conduct standard test on construction materials and
finished products in accordance with B.I.S. codes and ASTM procedure so as to enable
the Engineer-in-charge to ensure the corrective measures from the quality analysis
programme and statically control analysis of the test results. Any work executed not
confirming exactly, fully and faithfully to the specification and drawings and instruction
in writing relating the work signed by the quality control Officer in charge and
considered as unacceptable by the Engineer-in-charge shall be removed at the
contractor’s cost.
The contractor has to bear the cost of all materials required for the tests as
and when required including the cost, conveyance from work site to laboratory, if any.
The testing charges of all the tests required for work will be borne by the contractor.
37.2 Correction of Defects:
On receipt of notice from the Engineer-in-Charge, the contractor will rectify the
defects in stipulated period at his own cost. If the defects are not rectified in the
stipulated period, the Engineer-in-charge shall asses the cost, get the defect rectified
and recover the cost from the dues of the contractor.
38. TESTING OF THE STRUCTURES:
During execution of work, the contractor shall arrange the requisite equipments for
testing of the work at his own cost, if found necessary.
39. RESOLUTION OF DISPUTES:
a) All claims are to be settled by a Civil Court of Competent jurisdiction by way of Civil
Suit.
b) The contractor shall not be entitled to invoke Civil Suit until and unless he has completed
the work or until the Govt. has made alternative arrangements for completion of work in
question as the case may be.
d) Non-decision of Civil Suit proceedings shall not disentitle the Government’s right
to terminate the contract and make alternate arrangement for completion of the
work.
40.1. For the purpose of jurisdiction in the event of dispute, if any contractor should be
deemed to have entered into within the State of Odisha.
40.2 If any further necessary information is required, the Executive Engineer, Baisinga
Canal Division, Laxmiposi will furnish such information on written request, but it must
be clearly understood that tenderer must be received in order and according to
instruction / specifications appended herewith.
41. ADDITIONAL PERFORMANCE SECURITY:
41.1 The financial bid of the technically qualified bidders will be opened for
evaluation of the price bid. As per letter no 4559/W Dated 05.04.2021 of
Works Department, Additional Performance Security shall be obtained from the
bidder when the bid amount is less than estimated cost put to tender. In such an
event, only the successful bidder who has quoted less bid price/rates than the
estimated cost put to tender shall have to furnish at the following rate of
Additional Performance Security.
Sl Range of Difference between the Additional Performance Security to
No. estimated cost put to tender and be deposited by the successful
bid amount bidder
(i) Below 5% No Additional Performance Security
(ii) From 5% and above and below 50% of (Difference between
10% estimated cost put to tender and bid
amount)
(iii) From 10% and above 150% of (Difference between
estimated cost put to tender and bid
amount)
43. Incase of discrepancy revealed between P1/F2 form and Detailed Tender Call Notice,
condition in P1/F2 form shall prevail over the Detailed Tender Call Notice.
44. The clause of printed form of P1/F2 contract with latest addition/ deletion/ corrections/
substitution etc. shall also prevail
45. No claim for idle labour, machineries etc. will be entertained by the Department
whatsoever the reason may be.
I/We do hereby undertake that I/We shall pay minimum wages to the labourers
engaged by me/us for execution of the work, at the rate as per the Notification of the
Government of Odisha in their Department of Labour and Employment, Bhubaneswar. If
the minimum wages will be changed by the Government during execution of the work,
I/We shall pay to the labourer at the rate, (i) enter into the agreement or in accordance
In case the Executive Engineer is not satisfied that the minimum wages has not been
paid to the labourers, he will have the right to deduct such amounts from the bills of the
contractor and pay to the labourers.
47. The Contractors would be responsible for procurement of materials from authorised
sources and voluntarily disclose the source of procurement for the purpose of
billing. Besides, the bidder would be required to submit the details of quarry for
procurement while submitting the bids.
48. If the rate quoted by the bidder is less than 15% of the tendered amount, then such a
bid shall be rejected and the tender shall be finalized basing on merits of rest bids. But
if more than one bid is quoted at 14.99%(decimals up to two numbers will be taken for all
practical purposes) less than the estimated cost, the tender accepting authority will
finalize the tender through transparent lottery system, where all the bidders/their
authorized representatives, the concerned Executive Engineer and DAO will remain
present.
49. If L1 bidder does not turn up for agreement after finalization of the tender, then he
shall be debarred from participation in bidding for three years and action will be taken
to blacklist the contractor. In that case, the L2 bidder, if fulfills, other required
criteria would be called for drawing agreement for execution of work subject to the
condition that L2 bidder negotiates at par with the rate quoted by the L1 bidder
otherwise the tender will be cancelled. In case a contractor is blacklisted, it will be
widely publicized and intimated to all departments of Govt. and also to Govt. of India
agencies working in the State.
days of such completion by the concerned Superintending Engineer, Chief Engineer & the
Administrative Department.
The incentive for timely completion should be on a graduated scale of 1 (one)
percent to 5 (five) percent of the contract value. Assessment of incentives may be
worked out for earlier completion of work in all respect in the following scale;
Before 30% of contract period = 5% of contract value
Before 20 to 30% of contract period = 4% of contract value
Before 10 to 20% of contract period = 3% of contract value
Before 5 to 10% of contract period =2% of contract value
Before 5% of contract period =1% of contract value”.
The amount of bonus, if payable, shall be paid along with final bill after completion of
work.
The Bonus / Incentive should be paid in respect of individual project for new
construction / substantial additional improvement works, the minimum value for which
the Bonus / Incentive applicable is given below.
Name of work Minimum Value
1. Building work / P.H. Work Rs.40.00 Lakhs
2. Road Work Rs.300.00 Lakhs
3. Irrigation works Rs.1000.00 Lakhs
Incentive will be paid with approval of next higher authority of tender accepting
authority on completion of original work before original time schedule.
certificate from the Executive Engineer under whom these are deployed at the
time of tendering as to the period by which these machineries are likely to be
released from the present contract. Certificate from the Executive Engineer
shall not be more than 90 days old on the last date of receipt of tender.
(iv) The Contractor intending to hire/lease equipments/ machineries are required to
furnish proof of ownership from the company/ person providing equipments/
machineries on hire/ lease along with contracts / agreements/ lease deed and
duration of such contract.
61. FORMS AND ANNEXURES
Form ‘A’ and Annexure from ’A’ to ‘G’, along with checklist attached to IIT must
be filled up properly and submit along with the authenticated documentary
evidence required therein failing which the bids shall be treated as ‘non-
responsive’ and be liable for rejection. In case of submission of bids through e-
procurement portal, the bidder shall upload the scanned copy / copies of above
documents as required under Clause 4 of IIT (Chapter-III) and Clause 4.2,
Clause 5.8, of DTCN (Chapter-II)
CHAPTER - III
INFORMATION AND
INSTRUCTION TO TENDERERS (IIT)
1. Bidder should do the registration in the tender site using the option available.
• Then the Digital Signature registration to be done with the e-token of SIFY/nCode/TCS
after logging into the site.
• Bidder may go through the tenders published in the site and download the required
documents/tender schedules for the tenders he is interested.
• Bidder then login to the site through the secured log in by giving the user id/password
chosen during registration & then the password of the e-token.
• Bidder should go through the tender schedules carefully and submit the documents as
asked; otherwise, the bid will be rejected.
• If there are any clarifications, this may be obtained thru’ the site, phone, email. Bidder
should take into account of the corrigendum (s) published before submitting the bids online.
• Bidder in advance gets ready the bid documents to be submitted as indicated in the tender
schedule and they should be in PDF format.
• Bidder selects the tender which he is interested in thro’ search option & then moves it to
the my favorites folder.
• From the favourites folder, he selects the tender to view all the details indicated.
• The bidder should read the terms & conditions and accepts the same to proceed further to
submit the bids.
• The details of the DD/any other accepted instrument, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time.
Otherwise the bid submitted will not be acceptable.
• The bidder has to enter the password of the e-token and the required bid documents have
to be uploaded one by one as indicated.
• The percentage rate offered have to be entered separately in a spread sheet file (xls) in
the space allotted and should be updated as BOQ.xls file for each tender after the
financial bid.
• The tendering system will give a successful bid updating message & then a bid summary will
be shown with the bid no. & the date & time of submission of the bid with all other relevant
details.
• The bid summary has to be printed and kept as an acknowledgement as a token of the
submission of the bid.
• The bid summary will act as a proof of bid submission for a tender floated and will also act
as an entry point to participate in the bid opening date.
• For any clarifications with the TIA, the bid no. can be used as a reference.
• Bidder should log into the site well in advance for bid submission so that he submits the bid
in time i.e. on or before the bid submission time. If there is any delay, due to system
failure or other problems, bidder is responsible.
• Each document to be uploaded thro’ online for the tenders should be less than 2 MB. If any
document is more than 2MB, it can be reduced thro’ zip and the same can be uploaded.
However of the file size is less than 1 MB the transaction uploading time will be very fast.
• Only one e-token should be used for a bidder and should not be misused by others
• The software application has the provision of payment of cost of tender document
through payment gateways of authorized bankers by directly debiting the accounts of
the bidder.
• The time settings fixed in the server side & displayed at the top of the tender site, will
be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender
system. The bidders should follow this time during bid submission
2.1 If the intending tenderer is an individual, the documents shall be signed by the individual
above with his full type written name and current address.
2.2 If the intending tender is a proprietary firm, it shall be signed by the proprietor above
his full name and with his current address.
2.3 If the intending tenderer is a firm in partnership it shall be signed by a partner holding
the power of attorney for the firm in partnership in which case a certified copy of
power of attorney shall accompany in the technical documents.
2.4 If the intending tenderer is a limited company or Corporation, it shall be signed by a duly
authorized person holding the power of attorney in which case certified copy of power
of attorney shall accompany.
2.5 The tenderer has to quote percentage rate up to two place of decimal. The entry beyond
this will not be considered.
2.6 All witness and sureties shall be of person of status and probity and their full names,
occupation and address shall be stated below their signatures.
2.7 The agency will install display board mentioning information about the work at worksite
after drawal of the agreement at his cost.
all classes of Civil Engineering construction works only) of Rs. 1701.68 Lakh at
FY 2021-2022 (FY of invitation of tender) price level in any one financial year (one
and half times of the estimated annualized cost of tender) (Attested copy of
Weightage of 10% per year shall be given on financial turnover of previous years to bring
NB. (i)This is sum total of similar items in all the works executed in one financial year.
(ii)These items might have been executed in different years separately, in last 5
The bidder should submit self attested copy of certificate of authenticity in the
last 5 years. Last 5 years means: 5 (five) years prior to the financial year of invitation of
NB. – The Chief Engineer & Basin Manager, Subarnarekha & Budhabalanga Basin,
Laxmiposi will decide the requirement of plants and machineries necessary
for the work.
(d ) Credit Facility :-
The firm must possess credit facility of not less than Rs.453.78 Lakh i.e. twenty
percent (20 % ) of the amount put to tender and furnish the credentials from any
scheduled commercial bank along with the bid against the specific work by mentioning
the name of work and tender identification number in prescribed proforma as given
below.
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 “Construction of Baisinga Branch Canal from RD 58.00
KM to RD 62.02 KM including all structures with Cement Concrete Lining and Service road
(Package No. XXVI)”, Bid Identification No. 06 / 21-22 of CEBM, SBB, Laxmiposi is
awarded to the above firm, we shall be able to provide overdraft / credit facilities to the extent
of Rs. …………………………….. (in words) to meet their working capital requirements for executing the
above work.
e) Bid Capacity:
The tenderers will be qualified only if their available bid capacity at the
time of bidding is more than the total estimated cost of the work i.e. More than
Rs.2268.90 Lakh. The available bid capacity will be calculated as under.
Assessed Available Bid Capacity = (A x N x 2 - B), where
A= Maximum value of works executed in any one financial year during
the last five years (updated to the current price level). The rate
of inflation may be taken as 10 percent per year (escalation
factor) which will be taken in to account the completed as well as
works in progress.
B= Value at current price level of the existing commitments and on-
going work to be completed during the next 24 Months (Period of
completion of work for which bid is invited).
N= Number of years prescribed for completion of the works for which
the bids are invited.
Note: In case of a joint venture, “if permissible as per DTCN” the available bid
capacity will be applied for each partner to the extent of his proposed
participation in the execution of the works. In case the extent of participation
is not mentioned, the proposed participation in the execution of the work shall
be considered as equal for all the partners.
The statement showing the value of existing commitments and ongoing
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.
f) Combined evaluation
If the bid has been invited in a common tender call notice for a number of
works, the order of opening of the bids shall be that in which they appear in the
‘Invitation for Bids’. Further, the bidder (s) must demonstrate having experience
and resources sufficient to meet the aggregate of the qualifying criteria for the
individual contracts for value above Rs 7.00 Crores.
5 Sample of all material: The contractor shall supply sample of all materials fully before
procurement for the work for testing and acceptance as may be required by the
concerned Executive Engineer.
6. Trial Boring: The foundation level as indicated in the body of the departmental drawing
is purely tentative and for the general guidance only. The Department has no
responsibility for the suitability of actual strata at the foundation level. The contractor
has to conduct his own boring before starting the work and get the samples tested at his
own cost to ascertain the S.B.C. and credibility of the strata at founding level. While
quoting his percentage rate for tender the contractor shall take in to account of the
above aspects.
7. From the commencement to the completion of the work, the contractor is responsible to
make good all injuries, damages and repairs occasioned or rendered necessary to the
same by fire or other causes and he holds the Govt. of Orissa harmless for any claims
for injuries to person or structural damage to property happening from any neglect,
default, want of proper care or misconduct on the part of the contractor or any one in
his employers during the execution of the work. In addition, no claim shall be entertained
for loss due to earth quake, flood, cyclone, epidemic, riot or any other calamity whether
natural or incidental. Damages so caused will have to be made good by the contractor at
his own cost.
8. Where it will be found necessary by the Department, the Officer-in-Charge of the
work shall issue an order book to the contractor to be kept at the site of the work with
pages serially numbered. Orders regarding the work whenever necessary are to be
entered in his book by the Officer(s)-in-Charge of the work with their dated signatures
and noted by the contractor or his authorized agents with their dated signature.
Orders entered in his book and noted by the contractor’s agent shall be considered to
have been duly given to the contractor to follow it with strict adherence. The order
book shall be the property of the Department and shall not be removed from the site of
work without written permission of the Engineer (Executive Engineer) and to be
submitted to the Engineer-in-Charge every month.
9 The tenderer should conduct three bores at each pier and SBC of soil at foundation
level and abutments location and furnish the test results in conformity with IRC code at
his own cost before execution of the work and percentage rate quoted by the
contractor should be inclusive of such bores and SBC tests etc without any extra cost
to the Department.
10. In case of submission of bids through e-procurement portal, the bidder shall upload
the scanned copy/ copies of document as required vide clause No.4.2, 5.8, of
DTCN & clause 4 of IIT (Chapter-III). The online bidders shall have to produce
the original documents in support of scanned copies and statements uploaded in the
portal to the Chief Engineer & Basin Manager, Subarnarekha & Budhabalanga Basin,
Laxmiposi during the period as specified in tender call notice.
11. (a)
(i) Memorandum of Government of Odisha, Works Department, Bhubaneswar issued
vide Letter No 7885 Dated 23.07.2013 consisting of the procedural requirement of
e-procurement which shall be made part of the Detailed Tender Call Notice or
Instruction to Bidder for all ‘works’ tenders hoisted in the portal.
(ii) The e-Procurement portal of the Government of Odisha is
“https://tendersodisha.gov.in”.
(iii) Use of valid Digital Signature Certificate of appropriate class (Class–II or Class-III)
issued from registered Certifying Authorities (CA) as stipulated by Controller of
Certifying Authorities (CCA), Government of India such as n-Code, Sify, TCS, MTNL,
e-Mudhra is mandatory for all users.
(iv) The DSC issued to the Department users is valid for the period of two years only. All
the Department users are responsible to revalidate their DSC prior to expiry.
(v) For all purpose, the server time displayed in the e-procurement portal shall be the time
to be followed by all the users.
(vi) Government after careful consideration has decided to hoist all tenders costing 10 lakhs or above
in the e-procurement portal. This will be applicable across all Engineering Departments such as
Works Department, Department of Water Resources, Rural Development and Housing & Urban
Development Department. Government of Odisha also welcomes hosting of tenders by any other
departments, authority, corporations, local bodies etc. of the state with prior approval from
Works Department. Works Department is the Nodal department for the implementation of e-
procurement in the State.
(vii) The e-procurement shall be operated compliant to relevant provisions of OGFR / OPWD
code / Accounts code / Government statues including any amendments brought from
time to time to suit to the requirement of the best national practice.
(viii) Registration in the e-procurement portal is without levy of any charges but Government
reserves the right to levy any charges for such value added services in future.
(ix) Contractors not registered with Government of Odisha, can participate in the e-
procurement after necessary enrolment in the portal but have to subsequently register
themselves with the appropriate registering authority of the State Government before
award of the work as per prevalent registration norms of the state.
(x) For the role management “Department “ is the Administrative Department, Organisation
or wing is the Chief Engineer or highest tender accepting authority or equivalent
officer, Division is the Executive Engineer or equivalent Officer and Sub-Division is the
Assistant Engineer or equivalent Officer.
(xi) The e-procurement software assigns roles for operation of the module for specific
function. The terminologies used in the Portal and their respective functions in the
software are as follows.
(xii)
13. The tender documents published by the Tender inviting Officer (Procurement Officer
Publisher) in the website “http://tendersorissa.gov.in” will appear in the “Latest Active
Tenders”. The Bidders / Guest users can download the Bid documents only after due date &
time of sale. The publication of the tender will be for specific period of time till the last
date of submission of bids as mentioned in the ‘Notice inviting Bid’ after which the same will
be removed from the list of “Latest Active tenders”.
i. BASIC DETAILS
ii. COVER CONTENT: The procurement officer Administrator should briefly
describe the name and type documents to be uploaded by the bidder in the
following format.
nd
2. 2 cover (Financial Bid) BoQ
v. FEE DETAILS: The Procurement Officer Administrator should mention the cost
of tender paper and EMD amount as laid down DTCN / SBD.
vi. CRITICAL DATES: The Procurement Officer Administrator should mention the
critical dates of tender such as publishing date, document download start date
and end date, seek clarification start date and end date (optional), bid
submission start date and closing date, bid opening date as per DTCN / SBD.
vii. BID OPENER SELECTION: The Procurement Officer creator can select two /
three / four bid openers for a particular bid. If required the bid openers can
also be selected within an organization from other procurement units (Circles /
Divisions).
viii. WORK ITEM DOCUMENTS: The Procurement Officer Administrator should
upload the digitally signed tender document (SBD / DTCN) or any other addition
document / drawings in pdf format and Bill of Quantities in xls format.
ix. PUBLISHING OF TENDER: The Procurement Officer Publisher shall publish the
tender using his / her DSC after detail scrutiny of the fields created and
documents uploaded by the Procurement Officer Administrator. Procurement
Officer publisher can publish tenders for multiple procurement units using
multiple DSCs procured for each post separately. After being relieved from the
additional charges he has to surrender the additional DSCs to the Nodal Officer
of the concerned organization.
Cell. After successful authentication bidder can participate in the online bidding
process.
16.1.1 Bidders participating through Joint Venture shall declare the authorized
signatory through Memorandum of Understanding duly registered and enroll
in the portal in the name and style of the Joint Venture Company. It is
mandatory that the DSC issued in the name of the authorized signatory is used
in the portal.
16.1.2. Any third party / company / person under a service contract for operation of
e- Procurement system in the State or his / their subsidiaries or their
parent companies shall be ineligible to participate in the procurement process
that are undertaken through the e-Procurement system irrespective of who
operates the system.
16.2.LOGGING TO THE PORTAL :
The Contractor /Bidder is required to type his / her Login ID and password. The
system will again ask to select the DSC and confirm it with the password of the
DSC as a second stage authentication. For each login, a user’s DSC will be
validated against its date of validity and also against the Certificate
Revocation List (CRL) of respective CAs stored in system database. The
system checks the unique Login ID, password and DSC combination and
authenticates the login process for use of portal.
16.3 DOWNLOADING OF BID:
The bidder can download the tender of his choice and save it in his system,
undertake the necessary preparatory work offline and upload the completed
tender at his convenience before the closing date and time of submission.
16.4 CLARIFICATION ON BID:
The bidder may ask question related to tender online in the e-Procurement
portal using his / her DSC; provided the questions are raised within the period of
seeking clarification as mentioned in tender call notice / bid. The Officer inviting
the Bid / Procurement Officer - Publisher will clarify queries related to the
tender.
16.5 PREPARATION OF BID:
16.5.1. The bids may consist of general arrangements drawings or typical or any other
drawings relevant to the work for which bid has been invited. Bidder may
download these drawings and takeout print for detail study and preparation of
his bid. Any other drawings and documents pertaining to the works available with
the Officer inviting the bid will be open for inspection by the bidders.
16.5.2. The Bidder shall go through the Bid carefully and list the documents those are
asked for submission. He shall prepare all documents including cost of Bid Document,
Bid Security, Declaration form, Price bid etc. and store in the system.
16.6.3 The tender accepting authority will verify the originals of all the scanned
documents of the successful lowest bidder only within 5 days of opening
of the tender. In the eventuality of failure on the part of the lowest
successful bidder to produce the original documents, he will be debarred
in future from participating in tender for 3 years and will be black listed
by the competent authority. In such a situation, successful L-2 bidder
will be required to produce his original documents for consideration of
his tender at the negotiated rate equal to L-1 bidder.
16.6.4 Government of Odisha has introduced e-payment gateway in to the portal
for payment of cost of Bid and Bid Security /Earnest Money Deposit. The
process of using e-payment gateway is mentioned in the “Procedure for
Electronic receipt, accounting and reporting of cost of Tender Paper
and Earnest Money Deposit on submission of bids”.
17 SUBMISSION OF BID:
17.1 The bidder shall carefully go through the tender and prepare the
required documents. The Bid shall have a 1st cover( technical) & 2nd
cover( Financial). The 1st cover(Technical) generally shall consist of cost
PAN, GST / GSTIN, Registration Certificate, Affidavits, documents in
support of similar major items of work , work in hand, and any other
information required by as per DTCN/SBD. The 2nd Cover (Financial)
shall consist of the Bill of Quantities (BOQ).
17.2 Bidders are to submit only the original BOQ (in .xls format) uploaded by
Procurement Officer Publisher (Officer Inviting Tender) after entering
the relevant fields without any alteration / deletion /
modification. Multiple BOQ submission by bidder shall lead to
cancellation of bid. In case of item rate tender, bidders shall fill in
their rates other than zero value in the specified cells without keeping it
blank. In the percentage rate tender the bidder quoting zero percentage
is valid and will be taken at par with the estimated rate of the work put
to tender.
17.3. The Bidder shall upload the scanned copy / copies of document in
support of eligibility criteria and qualification information in prescribed
format in Portable Document Format (.pdf) to the portal in the
designated locations of Technical Bid.
17.4. The bidder shall write his name in the space provided in the specified
location in the Protected Bill of Quantities (BOQ) published by the
Officer Inviting Tender. The bidder shall type rates in figure only in the
rate column of respective item (s) without any blank cell in the rate
column in case of item rate tender and type percentage excess or less up
to two decimal place only in case of percentage rate tender.
17.5 The bidder shall log on to the portal with his / her DSC and move to
the desired tender for up loading the documents in appropriate
place one by one simultaneously checking the documents.
17.5.1 Bids cannot be submitted after due date and time. The bids once
submitted can not be viewed, retrieved or corrected. The
Bidder should ensure correctness of the bid prior to uploading and
take print out of the system generated summary of submission to
confirm successful uploading of bid. The bids cannot be opened even by
the OIT or the Procurement Officer-Publisher / Opener before the due
date and time of opening.
19.5 The bidder can withdraw his bid before the closure date and time of receipt of
the bid by uploading scanned copy of a letter addressing to the Procurement
Officer-Publisher (Officer Inviting Tender) citing reasons for withdrawal. The
system shall not allow any withdrawal after expiry of the closure time of the bid.
21.1 All the opened bids shall be downloaded and printed for taking up evaluation. The officer
authorized to open the tender shall sign and number on each page of the documents
downloaded and furnish a certificate that “the documents as available in the portal
containing ----nos. of pages”.
21.2 The bidder may be asked in writing / online (in their registered e-mail ids) to
clarify on the uploaded documents provided in the Technical Bid, if necessary, with
respect to any doubts or eligible documents. The Officer inviting Tender may ask
for any other document of historical nature during Technical Evaluation of the
tender. Provided in all such cases, furnishing of any documents in no way alters the
Bidder’s price bid. Non-submission of legible documents may render the bid non-
responsive. The authority inviting bid may reserve the right to accept any additional
document.
21.3 The bidders will respond within 7(seven) days of issue of the clarification letter, failing
which the bid of the bidder will be evaluated on its own merit.
21.4 Technical evaluation of all bids shall be carried out as per information furnished by
Bidders.
21.5 The Procurement Officer-Evaluators will evaluate bid and responsive bidders shall be
finalized by the competent authority..
21.6 The financial bids of the technically responsive bidders shall be opened on the due date
of opening. The Procurement Officer-Openers shall log on to the system in sequence
and open the financial bids.
21.6.1 The Financial Bid will be opened on the notified date and time in the presence of
bidders or their authorized representative who wish to be present.
21.6.2 At the time of opening of “Financial Bid“, bidders whose technical bids were found
responsive will be opened.
21.6.3 The responsive bidders name, bid prices, item wise rates, Total amount of each
item in case of item rate tender and percentage above or less in case of
percentage rate tenders will be announced.
21.6.4 The Procurement Officer -openers shall sign on each page of the downloaded
BoQ and the comparative statement and furnish a certificate to that respect.
21.6.5
The Bidder can witness the principal activities and view the documents / summary
reports for that particular work by logging on to the portal with his DSC from
anywhere.
21.6.6 System provides an option to Procurement Officer - publisher for reconsidering
the rejected bid with the approval of concerned Chief Engineer / Head of Department.
23.2 The contractor after furnishing the required acceptable Performance Security and
Additional Performance Security, “Letter to Proceed” or “Work Order” shall be issued
by the Engineer-in-Charge with copy thereof to the Procurement Officer - Publisher.
The Procurement Officer-Publisher shall up load the summary and declare the process as
complete.
23.3 If the L-1 bidder does not turn up for agreement after finalization of the tender,
he shall be debarred from participation in bidding in the Government tenders for
three years and action will be taken to blacklist him. Besides the consortium / JV /
firm where such an agency / firm already happens to be or is going to be a partner
/ member/ proprietor, he / they shall neither be allowed for participation in bidding
for three years nor his / their application will be considered for registration and
action will be initiated to blacklist him / them. In case of the failure of the L-1
bidder to enter into the agreement, the L-2 bidder, if fulfils other required
criteria, would be called for entering into the agreement for execution of work
subject to condition that the L-2 bidder negotiates at par with the rate quoted by
the L-1 bidder, otherwise, the tender will be cancelled.
24.2 The portal registration blocked in the ground mentioned in the above para - 23.1 shall
be unblocked automatically in receipt of revocation order of cancellation / suspension /
blacklisting from the concerned authority.
24.3 The officer inviting Tender shall make due inquiry and issue show cause notice to the
concerned contractor who in turn shall furnish his reply, if any, within a fortnight from
the date of issue of show cause notice. Thereafter, the officer inviting Tender is
required to issue an intimation to the defaulting bidder about his unsatisfactory reply
and recommend to the Chief Manager (Technical) for blocking of portal registration
within 10 days of intimation to the defaulting bidder regarding his unsatisfactory reply
with intimation to the Registering Authority and concerned Chief Engineer / Heads of
Office, if any, of the following provisions are violated.
24:3:1 Fails to furnish original technical / financial (Tender Paper Cost, EMD / BID Security)
instruments before the designated officer within the stipulated date and time.
24:3:2 Backs out from the bid on any day after the last date of receipt of tender till
expiry of the bid validity period.
24.3.3 Fails to execute the agreement within the stipulated date.
24.3.4 If any of the information furnished by the bidder is found to be false / fabricated /
bogus.
Accordingly the Officer Inviting Tender shall recommended to the Chief Manager
(Technical), State Procurement Cell, Odisha for blocking of portal registration of bidder
and simultaneously action shall also the initiated by OFFICER INVITING TENDER
for blacklisting as per Appendix-XXXIV of OPWD Code, Volume-II.
25.2. The Chief Manager (Technical), State Procurement Cell will be the convener and he will
maintain all records for this purpose. The committee shall meet not less than once in a month if
required and shall consider the recommendation of the officer inviting tender for unblocking of
portal registration. The quorum of the meetings will be four.
25.3 The minimum period of blocking of Portal Registration shall in no case be less than 90
days. After blocking of Portal Registration, the contractor whose Portal Registration has
been blocked may apply to the concerned officer inviting tender showing sufficient ground for
unblocking of his portal registration along with a Treasury Challan showing deposit of
Rs.10000.00 (Rupees ten thousand) )only (Non refundable) under the head of accounts
‘0059 – Public Works’ as processing fees. The officer inviting tender shall forward the
application filed by the contractor to the Chief Manager (Technical), State Procurement Cell.
25.4 On receipt of recommendation from the concerned Chief Engineer along with the copy of
challan as mentioned above, the Chief Manager (Technical) being the member convener of the
Committee shall place the case before the Committee for examination and taking a decision in
this regard. After examination the Committee may recommended for unblocking of the portal
registration of said contractor if the Committee is satisfied that the fault committed by the
contractor is either unintentional or done for the first time.
25.5 After Scrutiny by the State Procurement Cell it is found that the portal registration of a
contractor has been blocked for the 2nd time the Chief Manager (Technical), SPC may not
consider his case to be placed before the Committee and may advise the concerned officer
inviting tender to issue show cause notice to the contractor asking him to explain as to why
his portal registration shall not remain blocked. On receipt of show cause reply from the
contractor the officer inviting tender shall examine the same and if considered proper he
may report to the Chief Manager (Technical), SPC along with his views furnishing the copy of
the show cause reply for placement of the same before the Committee for taking a decision in
respect of blocking / unblocking. If the Committee found that the contractor is in habit of
committee such fault again and again intentionally the committee may advise the concerned
officer inviting tender to initiate proceeding for blacklisting as per the existing rule.
1) The State Government have been working on formulation of rules and procedures’ for
Electronic receipt accounting and reporting of the receipt of Cost of Tender Paper and
Earnest Money Deposit on Submission of bids through the e-procurement portal of
Government of of Odisha i.e. https://tendersodisha.gov.in for some time past.
2) Electronic receipt of cost of tender paper has been successfully tested through SBI
payment gateway. Now it has been decided to introduce electronic receipt of Cost of
Tender Paper and Earnest Money Deposit on submission of bids through
payment gateway of designated banks such as SBI/ICICI Bank/HDFC Bank for all
Government Departments, State PSUs, statutory Corporations. Autonomous Bodies
and Local Bodies etc. in phases (ANNEXURE-I) the process outline as well as
accounting and reporting structure are indicated below.
A) It will be carried out through a single banking transaction by the bidder for multiple
payments like Cost of Tender Paper and Earnest Money Deposit on submission
of bids.
B) Various payment modes like internet banking/NEFT/RTGS of Designated Banks and
their Aggregator Banks as well can be accessed by the intending bidders.
C) Reporting and Accounting of the e-receipts will be made from a single source.
D) Credit of receipts in to the Government accounts and to the designated Bank
account of the participating entities indicated in Para-2 above would be faster.
3. Only those bidders who successfully remit their Cost of Tender Paper and Earnest
Money Deposit on submission of bids would be eligible to participate in the
tender/bid process. The bidders with pending or failure payment status shall not be
able to submit their bid. Tender inviting authority, State Procurement Cell, NIC, the
designated Banks shall not be held responsible for such pendency or failure.
4. Banking arrangement.
A) Designated Banks(SBI/ICICI Bank/HDFC Bank) payment gateway are being
integrated with e-Procurement portal of Government of Odisha
(https://tendersodisha.gov.in)
B) The Designated Banks participating in Electronic receipt, accounting and
reporting of Cost of Tender Paper and Earnest Money Deposit on submission of
bids will nominate a Focal Point Branch called e-FPB, who is authorized to collect
and collate all e-Receipts. Each such branch will act as the Receiving branch and
Focal Point Branch notwithstanding the fact that the bidder might have debited his
account in any of the bank’s branches while making payment.
5) Procedures of bid submission using electronic payment of tender paper cost
and EMD by bidder :
A) The bidders have to log onto the Odisha e-Procurement portal
(https://tendersodisha.gov.in)using his/her digital signature certificate and then search
and then select the required active tender from the “Search Active Tender” option.
Now, submit button can be clicked against the selected tender so that it comes to the
“My Tenders” section.
B) Uploading of Prequalification/Technical/Finical bid : The bidders have to upload
the required Prequalification/Technical/Financial bid as mentioned in the bidding
document and in line with Works Department office memorandum No.7885/W Dt.
23.07.2013.
C) Electronic payment of tender paper cost and EMD : Then the bidders have to
select and submit the bank name as available in the payment options.
i) A bidder shall make electronic payment using his/her internet banking
enabled account with designated Banks or their aggregator banks.
c) By clicking submit button, system will initiate the forfeiture of EMD. System will not
allow the evaluator to edit the initiation after clicking the submit button. Forfeiture
option can be carried out in phased manner like one bidder at a time.
9. Role of the Banks:
a) Make necessary provision/customizations at their end to enable the provision for
online payments/refunds as per this document.
b) Provide necessary real-time message to bidders regarding successful or
unsuccessful transactions during online payment processes and redirect them to e-
Procurement website with necessary transaction reference details enabling them to
submit their bids.
c) The bank shall ensure transfer of funds from the pooling account to the Government
Head/current account of PSUs/ULBs within the next bank working day as per the
directions generated from e-Procurement portal.
d) Bank should provide timely reports and reference details to NIC enabling them to
carry out their role as stated below.
e) Refund of amount to bidders as per the XML file provided by e-Procurement system
on the next bank working day from the date of generation of the XML file and also
provide a confirmation to NIC on the same.
d) Enable automatic generation of daily XML files from e-Procurement system and
ensure delivery of the same to the authorized Banks for enabling automatic
refund/settlement of funds.
e) NIC shall enable the e-Procurement portal to generate MIS as required for the state
Procurement Cell in order to make remittance of the tender paper cost to the State
Government account using the Odisha Treasury Portal.
a) The cost of the tender paper deposited by the SPC using the Odisha Treasury Portal
which will be accounted for by the Cyber Treasury and it shall submit the accounts
to A.G(O) as per the established process.
b) The Cyber Treasury will provide MIS as required to the SPC for the purpose of
accounting and reconciliation of the electronic remittances made to the state
Government account.
a) The State Procurement Cell, Odisha National Informatics Centre, Odisha and the e-
FPB will have an effective procedure for dealing with public complaint for e-Receipt
related matters. In case any mistake is detected by any of the stakeholders in
reporting of receipt of tender paper cost and E.M.D, either suomoto or on being
brought to its notice the State Procurement Cell, Odisha, National Informatics Centre
Odisha unit Cyber Treasury and the bank will promptly take steps for rectification. The
e-Focal Point Branch of the participating Banks. National Informatics Centre, Odisha
and the State Procurement Cell, Odisha will notify the contact number and address of
the Help Desk for resolution of any dispute regarding e-Receipt.
The modalities prescribed in this office Memorandum for downloading of tender paper
submission and rejection of bid acceptance of Bids as well as refund and forfeiture of
earnest deposit will be applicable for electronic submission of bids through e-
procurement portal. Existing provisions regulating cost of Tender Paper and Earnest
Money Deposit in OPWD Code and OGFR would stand modified to the extent
prescribed in this office Memorandum.
15. These arrangements would be made effective after signing of MoU between the
designated Banks and the State Procurement Cell, firming up of Banking
arrangements and technical integration between designated Bank and e-Procurement
Portal.
ANNEXURE :I
Back-end Transaction Matrix of Electronic receipt and remittance of Cost of
Tender Paper and Earnest Money Deposit on submission of Bids.
FORM – A
STRUCTURE AND ORGANISATION
Telephone No : ……………………………………………………….
Mobile No : ……………………………………………………….
The tenderer is
1. An individual
2. A proprietary firm.
4. A member of a group of companies (If yes, give names, address and present
description of other companies.)
6. if the company is subsidiary, state what involvement if any, will the parent company
have in the project.
I. As a prime contractor
b. In a Joint venture
I. In own country
8. Name of the address of any associates the tenderer has in India who are
necessary to do work.
9. How many years has your organization been in business under your present name? Add
what were your fields were and when you established your organization. When did you
10. Were you ever required for suspending construction for a period of more than six
months continuously after you started? If so, give the names of project and reason of
failure.
11. Have you ever not completed any work awarded to you? If so give name of project and
12 In how many projects were imposed penalties for delay? Please give details.
13. In which fields of Civil Engineering construction do you claim specialization and
Interest.
14. Give details of your experience in modern concreting / Earth work and quality control.
Signature of tenderer
ANNEXURE –‘A’
FORMAT FOR PERFORMANCE RECORD OF CONTRACTORS
3. Class of Contractor :
4. Licensing Authority :
5. License valid up to :
ANNEXURE – B
Details of the works on hand and performance for last five years as on
proforma.
1. Name of work______________________________________
main
items.__________________________________________________
_________________________________________________________
completed.
8. Were there any fines, claims or stop notice filed by the employer?
(Yes or No.)
Signature of Tenderer
ANNEXURE – C
AFFIDAVIT
1. ...……………………………………………………………………............. * * *
2. …………………………………………………………………………..…...........
Etc.
accompanying papers those being submitted by me before the Chief Engineer &
authentic and bonafied documents in the eyes of the law of the land.
That the facts stated in the affidavit are true to the best of my
Signature of Contractor /
Authorized Signatory
Note:
*Mention the license issuing authority.
* *Mention the date up to which the license is valid
* * *Mention name of works for which tender is being
submitted.
ANNEXURE – D
Note
If any information in this schedule is found to be incorrect or concealed,
qualification application will be summarily being rejected.
Signature
ANNEXURE - E
No Relationship Certificate
I/We hereby certify that I/We am / are not related to any officer
of the Water Resources Department in the rank of Asst. Engineer and above and
Signature of Contractor
Address
______________________________
_______________________________
Date: ___________________________
2.
3.
4.
Contractor
(Vide Para - 7 of Appendix P - 33 of P.W.D. Code Vol. II)
ANNEXURE – F
ANNEXURE-G
Quantity Execution Certificate from Concerned Executive Engineer where the bidder has
executed the work in last five years including Current FY.
%-age of
executed
Name Year to Agt. Executed Items
Agt. amount
of which is amount amount of Year wise execution
No. against the
works pertains (Lakh) (Lakh) works
agt. amount
(Lakh)
20-21
19-20
21-22
16-17
17-18
18-19
CHECK LIST
SUBMITTED OR NOT
Yes/No
c) True copies of Income Tax (PAN Card) & GST / GSTIN clearance
certificate for the last five years for domestic contractors. Yes/No
4 Plant/Equipment Yes/No
qualification criteria.
CHAPTER-IV
AND
(b) Besides and initial security deposit, contractors of Super, Special, A &
B class will be required to furnish security deposit by way of deduction
from their bills at the rate of 3% of the gross amount of each bill
where as in case of C & D class contractors such deductions will be
made at the rate of 3% of the gross amount of each bill. Thus the total
security deposit from the contractors will be 5% for Super, Special, A
& B class and 5% for C & D class contractors.
(c) As per letter no 14468/W dated 20.09.2018 Security Deposit for
fulfillment of a contract should invariably be taken. The security may
be taken in shape of NSC/Post Office Saving Bank Account/Post office
Time Deposit Account/ Kissan Vikas Patra/ Bank Guarantee in favour of
the Divisional Officer (Executive Engineer, Baisinga Canal Division,
Laxmiposi) from any Nationalised/ Scheduled Bank in India counter
guaranteed by its local branch at Bhubaneswar towards EMD/Initial
Security Deposit/ any other security deposit from the contractor or
supplier.
6. Any person who submits a tender shall fill up the usual printed form/
tender document downloaded from the website through e-procurement
portal stating at what percentage rate he is willing to undertake the
work. Incomplete tender and tenders which propose any alternation in
the work specified in the said form of invitation to tender, or which
contain any other conditions of any sort, or omit to note the time within
which the work can be furnished or which are not accompanied by the
required earnest money will be liable to rejection. No single tender
shall include more than one work. But contractors who wish to tender
for two or more works shall submit a separate tender for each. Tender
shall bear the name of the work to which they refer written outside
the envelope.
7. The Engineer or his duly authorized assistant will open the
tenders in the presence of any intending contractors who may be
present at the time and will enter the amounts of the several tenders
in a comparative statement in a suitable form. In the event of a tender
being rejected, the earnest money forwarded therewith shall there
upon be returned to the tenderer with a refund order for the amount
of the earnest money.
8. The Engineer shall have the right of rejecting all or any of the tenders.
9. In the event of a tender being selected for acceptance the Engineer
who opened the tenders will, if he is competent to accept the tender,
inform the tenderer of the selected tender who shall there upon sign
copies of the specification and other document mentioned in rules 1 and
4 for the purpose of identification and for his acceptance with tender.
The tenderer of the selected tender shall also deposit the required
amount of the security money within the prescribed time. If the
tenderer fails to deposit the required amount of the security money
within the prescribed time, the Engineer may reject the tender.
(d) 10. When a tender is selected for acceptance the tenderer shall
deposit the required amount of the security deposit (as per letter no
14468/W dated 20.09.2018) in shape of NSC/Post Office Saving Bank
Account/Post office Time Deposit Account/ Kissan Vikas Patra/ Bank
Guarantee in favour of the Divisional Officer (Executive Engineer,
Baisinga Canal Division, Laxmiposi) from any Nationalized/ Scheduled
Bank in India counter guaranteed by its local branch at Bhubaneswar
towards EMD/Initial Security Deposit/ any other security deposit
from the contractor or supplier.
11. The amount of security money to be deposited by the tenderer whose
tender is selected for acceptance shall be 2 percent of the bid value of
the work and towards this amount, the earnest money already
deposited by him shall be credited, failing which tender shall be liable
for rejection.
12. When tender has been selected for acceptance and the required
amount of the security money has been deposited the Engineer shall
scrutinize all pages of the form of item, rate, tender and contract for
works to see that the form has been properly filled up and signed by
the contractor and the signature witnessed. He shall then, if he is
competent to accept the tender, sign the acceptance of the tender or
if he is not so competent, shall send the form for signature of the
acceptance to the officer competent to accept it.
13.(i) A separate and specific bank account may be opened to keep the
security deposits deducted from the running bills in any Nationalized
Bank only in the name of the concerned Executive Engineer of the
Division/ FA & CAO, but not in personal name.
(ii) The security amount so deposited should be withdrawn from the same
account after completion of the defect liability period of the
concerned work and after the work is found defect free in all respects.
14. All tenderers are required to submit a list of works, which are in hand
at the time of submitting their tenders. The list of works are required
to be submitted in the proforma by the Executive Engineer under whom
he has executed the work in order to judge their past performance
(vide Works Department Circular No. 15443 dt. 01.08.2005.)
15. The earnest money deposited is liable to be forfeited to Govt. if the
tenderer backs out from the offer before acceptance of the tender by
the competent authority.
16. The Cess will be deducted @ 1% under the Building & Other
Construction Workers (Regulation and Employment and Conditions of
Service) Act,1996, as enforced vide Govt of Odisha, Labour &
Employment Department Resolution No. LL-I-(iii)-25/07- 12653, dt.
15.12.2008.
17. The contractor has to mention percentage excess or less over the
estimated (in figures as well as words) in prescribed format of the Bill
of Quantity (BOQ) appended to the tender document.
(a) If any discrepancy is found in the percentage quoted in words and figures,
then the percentage quoted by the contractor in words shall be taken as
correct.
(b) The contractor will write percentage excess / less up to two decimal point
only. If he writes the percentage excess / less up to two or more decimal
points, the first two decimal point shall only be considered without rounding
off.
(c) The tender shall be written legibly and free from erasures, over writings or
corrections of figures. Corrections, over writings and interpolations, where
unavoidable, shall be made by making out, initiating, dating and rewriting.
19. Bills for percentage rate tender shall be prepared at the estimated rates for
individual items only and the percentage excess or less shall be added or
subtracted from the gross amount of the bill.
Occupation:
Signature of the
Officer by whom
accepted
CONDITIONS OF CONTRACT.
Clause I. All compensation or other sums of money payable Compensation for delay.
by the contractor to Govt. under the terms of his contract
may be deducted from or paid by sale of a sufficient part of
his security deposit or from the interest arising there from,
or from any sums which may be due or may become due to the
contractor by Govt. on any account whatsoever and in the
event of his security deposit being reduced by reason of any
such deduction or sale as aforesaid the contractor shall within
ten days thereafter make good in cash or Government
securities endorsed as aforesaid any sum or sums which may
have been deducted from, or raised by, sale of the security
deposit or any part thereof.
Clause 2 (a) The time allowed for carrying out the work as
entered in the tender shall be strictly observed by the
contractor and shall be reckoned from the date of which the
written order to commence work is given to the contractor.
The work shall throughout the stipulated period of the
contract be carried on with all due diligence (time being
deemed to be of the essence of the contract on the part of
the contractor) and the contractor shall pay as compensation
an amount ½ percent on the amount of the estimated cost if
the whole work as shown by the tender for every day that the
work remains un-commenced, or unfinished after the proper
dates and further, to ensure good progress during the
execution of the work the contractor shall be bound, in all
cases in which the time allowed for any work exceeds one
month, to complete one-fourth of the whole of the work
before one fourth of the whole time allowed under the
contract has elapsed one-half of the work, before one-half of
such time has elapsed, and three-fourth of the work, before
three-fourth of such time has elapsed, in the events of the
contractor failing to comply with the conditions he shall be
liable to pay as compensation, an amount equal to one third
percent of the said estimated cost of the whole work for
every day that the due quantity of work remains incomplete.
Provided always that the entire amount of compensation to be
paid under the provisions of this clause shall not exceed 10
percent on the estimated cost of the work as shown in the
tender.
Clause 2 (b) If there are possibilities of exceeding this Action when whole
compensation amount as mentioned in clause (A) 10 percent of security deposit is
the estimated cost or in any case in which under any clause or forfeited.
clauses of this contract the contractor shall have rendered
Clause 9. The contractor shall execute the whole and Work to be executed in
every part of the work in the most substantial and workmanlike accordance with
manner and both as regards materials and otherwise in every specification, drawing
respect in strict accordance with the specifications. The and order
contractor shall also conform exactly full and faithfully to
designs, drawings and instructions in writing relating to the
work signed by the Engineer-in-charge and lodged in his office
and to which the contractor shall be entitled to have access at
such office for the purpose of inspection during office hour
and the contractor shall if he so require be entitled at his own
expense to make or cause to be made copies of the
specifications and of all such design, drawings and instruction
as aforesaid.
Clause 13. All work under or in course of execution or Work to be open for
executed in pursuance of the contract shall at all time be open inspection.
to the inspection and supervision of the Engineer-in-charge and
his subordinates and the contractor shall at all times during
the usual working hours and at all other times at which
reasonable notice of the intension of the Engineer-in-charge or
his subordinate to visit the works shall have been given to the
contractor either himself be present to received orders and
Contractor or
instructions, or have a responsible agent duly accredited in
responsible Agents to be
writing present for that purposes. Orders given to the
present.
contractor’s agent shall be considered to have the same force
as if they had been given to the contractor himself.
Clause 14. The contractor shall give not less five days Notice to be given
notice in writing to the Engineer-in-charge or his subordinate before work is covered
in charge of the work before covering up or otherwise placing up.
Clause 15. If the contractor or his work people or servants Contractor liable for
shall break defect injure or destroy any part of building in damage done and for 6
which they may be working or any building road, fence, months from date of
enclosure or grass land or cultivated ground contiguous to the final certificate of its
premises on which the work or any part of it is being executed completion.
or if any damage shall happen to the work while in progress
from any clause whatever or any imperfection became apparent
in it within six months from the date of final certificate of its
completion shall have been given by the Engineer-in-charge as
completion shall have been given by the Engineer-in-charge as
aforesaid, the contractor shall make the same to be made good
by other workmen and deduct the expense ( of which the
certificate of the Engineer-in-charge shall be final ) from any
sums that may be then or at any time thereafter may become
due to the contractor, or from his security deposit or the
proceeds of sale thereof, or of a sufficient portion thereof
and the contractor shall be liable to pay any part of the
expenses not so recovered by the Engineer-in-charge.
Clause 18. The contractor shall not be assigned or sublet Work not to be sublet
without the written approval of the Executive Engineer. And without written
if the contractors shall assign or sublet his contract or permission from
attempt so to do or become insolvent or commence any Engineer-in-Charge.
insolvency proceedings, or make any composition with his
creditor or attempt so to do or if any bribe gratuity, gift, loan
perquisite reward or advantage, pecuniary or otherwise, shall
either directly or indirectly be given promised or offered by
Contract may be
the contractor or any of his servants or agents to any public
rescinded and any
officer or person in the employ of Govt. in any way relating to
security deposit
his office employment or if any such officer on person shall
forfeited for subletting
become in any way directly or indirectly interested in the
bribing or if contractor
contract, the Executive engineer may thereupon by notice in
becomes in solvent
writing to rescind the contract and the security deposit of
the contractor shall thereupon stand forfeited and be
absolutely at the disposal of Government and the same
consequences shall ensure as if the contract has been rescind
under clause 3 thereof and in addition the contractor shall not
be entitled to recover or be paid for any work there to for
actually performed under the contract.
Clause 19. All sums payable by way of compensation under The sum payable by way
any of the conditions shall be considered as reasonable of compensation to be
compensation to be applied to the use of Govt. without considered as
reference to the actual loss or damages sustained, and reasonable without
whether or not any damage shall have been sustained. reference to actual
loss.
Clause 20. In the case of a tender by partners any change Change in constitution of
in the constitution of the firm shall be forth-with notified by firm
the contractor to the Engineer-in-charge for his information.
Clause 23. When the estimate on which a tender is made Lump sums in the
includes lump sumps in respect of parts of the work the estimate.
contractor shall be entitled to payment in respect of the items
of work involved or the part of the work in question at the
same percentage rate as are payable under this contract for
such items, or if the part of the work in question is not in the
opinion of the Engineer-in-charge capable of measurement the
Engineer-in-charge may by his discretion pay the lump sum
amounts entered in the estimate and the certificate in writing
of the Engineer-in-charge shall be final and conclusive against
the contractor with regard to any sum or sums payable to him
under the provisions of this clause.
Clause 24. In the case of any class of work for which there
is no such specification as is mentioned in rule. I, such work
shall be carried out in accordance with the circle specification
and in the event of the there being no circle specification then
in such case the work shall be carried out in all respects in Action where no
accordance with the instruction and requirements of the specification.
Engineer-in-charge.
Clause 25. The expression “works “ or “work” where used in Definition of works
these conditions shall unless there be something either in the
subject or context repugnant to such construction be
construed and taken to mean the ‘works’ by or by virtue of the
contract contracted to be executed whether temporary or
permanent and whether original altered substituted or
additional
Clause 29. The contractor at his own cost for his labour
camp will make sanitary arrangements.
31.1: Contract price shall be adjusted to 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 following paras.
(a) The price adjustment shall apply for the work done from the start date given in
the contract data up to end of the initial intended completion date of
extensions granted by the Engineer & 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 month from the formula
given in following paras.
(c) Following expressions and meanings are assigned to the work done during
each month.
R=Total value of work done during the month, it would include the amount of
secured advanced advance granted, if any, during the month less the amount
of secured advance recovered, if any during the month. It will exclude value
for works excluded for extra items under variations.
31.2 : 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.
The formulas (e) for adjustment of prices are:
Price adjustment for increase or decrease in cost of local materials other than
cement, steel, bitumen, pipe and POL procured by the contractor shall be paid in
accordance with the following formula:
M0 = The all India wholesale price index (all commodities) on 28 days preceding
the date of opening of Bids, as published by the Ministry of Commerce and
Industry, Government of India, New Delhi.
M1 = The all India Wholesale price index (all commodities) for the month under
consideration as published by the Ministry of Commerce and Industry,
Government of India, New Delhi.
Pm = Percentage of local material component (other than cement, steel, bitumen
and POL) of the work.
C0 = The all India wholesale price index for ordinary Portland cement (OPC) on 28
days Preceding the date of opening of Bids as published by the Ministry of
Commence and Industry, Government of India, New Delhi.
C1 = The all India Wholesale price index for ordinary Portland cement (OPC) for the
month under consideration as published by the Ministry of Commerce and
Industry, Government of India, New Delhi.
Pc = Percentage of Cement component of the work.
S1 = The all India Wholesale price index for steel (Mild steel long products) for the
month under consideration as published by the Ministry of Commerce and
Industry, Government of India, New Delhi.
Ps = Percentage of steel component of the work.
Note: For the application of this clause, index of (Mile steel long products) has
been chosen to represent steel group.
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 (B1-B0) / B0
Vb = Increase or decrease in the cost of work during the month under consideration
due to changes in the rate for bitumen.
B0 =The official retail price of bulk bitumen at the IOC / BPLC depot at nearest
center on the day 28 days prior to date of opening of Bids.
B1 =The official retail price of bulk bitumen at IOC / BPCL depot at nearest center for
the 15th day of the month under consideration.
Pb = Percentage of bitumen component of the work.
Pi 0 =All India whole sale price index of pipe on 28 days preceding the date of
opening of Bids as published by the Ministry of Commerce and industry,
Government of India, New Delhi.
F1 =The official retail price of HSD at the existing consumer pumps of IOC / BPCL /
HPCL at nearest center for the 15th day of the month under consideration.
P1 =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.
P1 = The all India whole sale price index for manufacture of machinery for mining,
quarrying and construction for the month under construction as published by
the Ministry of Commerce and Industry, Government of India, New Delhi.
Regarding wholesale price index (WPI) for appropriate commodity for payment of
price adjustment, due to change of base year of WPI from 1993-94 to 2004 - 05 &
2011 - 12, it is observed that, the commodity ‘Bars and Rod’, ‘Cement’, Heavy
machinery and parts’ included in the list of WPI 1993 - 94 series are not mentioned
as such in the WPI 2004 - 05 & 2011 - 12 series. Therefore, the following items in
the WPI 2004 - 05 & 2011 - 12 series shall be considered corresponding to items in
WPI 1993 - 94 series.
SL. Item in WPI 1993 - 94 Item in WPI 2004 - Item in WPI 2011 - 12 Series
No. Series 05 Series
1 Cement Grey Cement Ordinary Portland Cement
2 Bars & rods Rebars Mild steel long products
3 Heavy Machinery & Construction Manufacture of Machinery for
parts Machinery mining, quarrying &
construction.
Percentage Table
Appendix to Bid
Schedule of Adjustment Data
{For all works, adjustment factor for Labour and POL shall be considered @ 5% each
Steel, Cement, Pipes, Other materials and Machinery shall contribute to 90% of Price
Adjustment and shall be calculated for each work separately during preparation of
estimate, shall be approved by the authority during technical sanction as a “Schedule
of Adjustment Data” and shall form part of the Bid Document}
Name of the Work - - “Construction of Baisinga Branch Canal from RD 58.00 KM to
RD 62.02 KM including all structures with Cement concrete lining and Service road
(Package- XXVI)”
Date of Opening of Financial Bid –
Commerce and
Industry.
31(b) Labour Minimum Wage notified by
the Labour and Employee’s
State Insurance Department 311.00 5 %
of Government of Odisha,
India
31( c) POL Official retail price of HSD
at nearest IOCL / GPCL / 5 %
BPCL Consumer pump depot.
31(d) Plants and Whole sale price index for
Manufacture of Machinery
Machinery
for Mining, Quarrying and
Construction as published 15.99 %
by the office of the
Economic Advisor to the
Govt. of India, Ministry of
Commerce and Industry.
Total 100 %
2) “Fair Wages” means wages whether for time or piece work prescribed
by the State Public Works Department provided that where higher percentage
rate have been prescribed under the minimum wages Act, 1948 wages at such
higher percentage rate should constitute fair wages.
i. The contractor shall fix the wage period in respect of which the
wages be payable.
ii. No wage period shall exceed one month.
iii. Wages of every workman employed on the contract shall be paid
before the expiry of ten days, after the last day of the wage period
in respect of which the wages are payable.
The wage register, the wage cards and the register of fines deduction
required to be maintained under the regulations shall be preserved for 12 months
after date of the last entry made in them.
10. Power of Labour Welfare Officers to make investigation or enquiry:
The Labour Welfare Officers or any other persons authorized by the Govt.
of Orissa on their behalf shall have power to make enquiries with a view to
ascertaining and enforcing due and proper observance of the fair wage clauses and
the provisions of these regulations. He shall investigate into any complaint
regarding default by the contractor, sub-contractor in regard to such provisions.
11. Report of Labour Welfare Officers:
The contractor shall allow inspection of the wage book and wage cards to any
of his workers or to his agent at a convenient time and place after due notice is
received or to the Labour Commission or any other person authorized by the Govt.
of Orissa on his behalf.
The contractor shall submit periodical returns may be specified from time
to time.
15. Amendments:
The Government of Orissa may from time to time add to or amend these
regulations and on any question as to the application, interpretation of effect of
these regulations, the decision of the Labour Commission or any other person
authorized by the Govt. of Orissa in that behalf shall be final.
Clause 34. The term and condition of the agreements have been read/ explained
to me and certified that I have clearly understand them.
WITNESS CONTRACTOR
2. TIME CONTROL.
Government shall without prejudice to any other right or remedy available in law,
be at liberty to forfeit the earnest money and performance guarantee/security
deposit absolutely.
2.2.2 As soon as possible after the contract is concluded the contractor shall
submit a time and progress chart for each milestone and get it approved by the
Department. The chart shall be prepared in direct relation to the time stated in
the contract documents for completion of items of the works, it shall indicates the
forecast of the dates of commencement and completion of various trades of
section of the work and may be amended as necessary by agreement between the
Engineer-in-charge and the Contractor within the limitation of time imposed in the
contract documents, and further to ensure good progress during the execution of
the work the contractor shall in all cases in which the time allowed for any work,
exceeds one month (save for special jobs for which a separate programme has
been agreed upon) complete the work as per milestone given in contract data.
2.2.3 In case of delay occurred due to any of the reasons mentioned below, the
contractor shall immediately give notice therefore in writing to the Engineer-in-
charge but shall nevertheless use constantly his best endeavors to prevent or make
good the delay and shall do all that may be reasonably required to the satisfaction
of the Engineer-in-charge to proceed with the works.
i. Force major, or
ii. Abnormally bad weather or –
iii) Serous loss or damage by fire, or
iv) Civil commotion, local commotion of workmen, strike or lockout, officers
any of the heads employed on the work or
v) Delay on the part of other contractors or tradesmen engaged by
Engineer-in-charge, in executing work not forming part of the contract.
vi) In case of 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 or
vii) Any other cause, which, in the absolute discretion of the authority
mentioned, in contract date is beyond the contractor’s control.
2.2.4 Request for re-schedule and extension of time to be eligible for
consideration shall be made by the contractor in writing within fourteen days of
the happening of the event causing delay. The contractor may also, if practicable,
indicate in such a request the period for which extension is desired.
2.2.5 In any such case a fair and reasonable extension of time for completion of
work may be given. Such extension shall be communicated to the contractor by the
Engineer-in-charge in writing. Within 3 months of the date of receipt of such
request, Non application by the contractor for extension of time shall not be a bar
for giving a fair and reasonable extension by the Engineer-in-charge and this shall
be binding on the contractor.
The incentive for timely completion should be on a graduated scale of 1 (one) percent to 5
(five) percent of the contract value. Assessment of incentives may be worked out for earlier
completion of work in all respect in the following scale;
The amount of bonus, if payable, shall be paid along with final bill after
completion of work.
The Bonus / Incentive should be paid in respect of individual project for new
construction / substantial additional improvement works, the minimum value for
which the Bonus / Incentive applicable is given below.
2.5.1 Either the Engineer or the contractor may require the other to attend a
management meeting. The business of a management meeting shall be review the
plans for remaining work and to deal with matters raised in accordance with the
early warning procedure.
2.5.2 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.
NOTE: The Existing relevant provisions in this contract shall stand modified
accordingly.
SPECIAL CONDITIONS
1. The contractor is to supply labour for giving section and profiles. All materials
necessary for such work will be supplied by the Contractor at his own cost and
responsibility and profiles are to be maintained till the work is completed.
2. It must be definitely understood that the Government do not accept any
responsibility for the correctness and completeness of the trial borings shown in
the cross sections.
3. Excavated materials and debris unused in the area are to be removed from the site
by the contractor at his own cost and responsibility as per the direction of
Engineer-in-charge.
4. No claim whatsoever on account of interest will be entertained under any
circumstances.
5. The Contractor will remain responsible to arrange all mechanical means whenever
required to complete the work in time at his own cost.
6. Unutilized Metal, Chips, Sand and stones outside the specific alignment will not be
taken into consideration for measurement.
7. Any damage caused to the work due to any cause except major natural calamity
whatsoever during the execution will be made good by the contractor until it is
handed over to the Department in complete shape.
8. The quantities provided in the tender schedule are tentative which is likely to vary
during execution as directed by the Engineer-in- charge. Before starting the work,
the initial levels will be taken for his acceptance.
9. Borrowing earth for the Embankment is the responsibility of the Contractor. The
type of soil to be used in the embankment is to be got approved by the Engineer-in-
Charge before use.
10. If use of explosives is necessary for the purpose of blasting of rock required at
any stage of the execution, the contractor is to obtain necessary area license from
the appropriate authorities and procure the explosives and store them at his own
responsibility and arrange in the work sites. The procurement and storage of the
explosives is the sole responsibility of the contractor he shall abide by all the laws
of explosive act.
11. The approach road to work site will be maintained by the contractor.
12. If departmental land is available the contractor will be allowed to use the same for
accommodation of his labourers, stores and machineries free of rent. If
department land is not available the contractor will made his own arrangement to
land at his own cost.
13. The tenderer should obtain equipment for the work. However, some
equipment if available in the department will be given on hire and condition
to be fixed by the Engineer-in-charge. Time for charging of cost of hire will
be reckoned from the date on which equipment will be handed over to the
contractor to the date of its return to the department after the work is
completed or the contract is rescinded, or when the contractor is not
required the same finally. The daily hire charges of the machineries will be
realized from the contractor’s bill on the basis of each day the machines will
be under his custody. The contractor will return the equipment in perfect
running condition as it was at the time of issue. While the departmental
machineries given on hire are with the contractor, compensation towards any
loss or damage of the same shall be paid by the contractor to make good the
loss or damage. The amount of compensation will be decided by the
Engineer-in – charge. The contractor shall not remove the equipment from
the site while the same is in his custody. If any equipment or any part
thereof is required to be sent out from the site for repair or otherwise,
written permission from the Engineer-in-charge shall be taken. The
contractor should maintain repair, overhaul and the equipment with due
diligence and care. Proper grades of fuel, oil and lubricants should be used.
Only good and genuine parts should be used. The equipment shall be made
available for inspection by the Engineer-in-charge or other competent
authority. If the equipments are not maintained, repaired or used properly,
the contractor is liable to pay compensation to the department towards the
damage caused to the equipment for improper use. The Amount of
compensation shall be assessed by the Engineer-in-charge which will be final.
The equipment shall be handed over initially as they are.
14. The quantity mentioned can be increased or reduced to the extent of 10%
for individual items subject to a maximum of 5% over the estimated cost. If
it exceeds the limit stated above, prior approval of competent authority is
mandatory before making any payment.
15. The period of completion is fixed and can not be altered except in case of
exceptional circumstances with due approval of next higher authority.
16. Royalty for stone products, sand and Borrow earth are to be recovered from
the contractor’s bill as follows:-
i) Stone products @ Rs 130.00 per cum.
ii) Sand/ Borrow area earth / Moorum @ Rs.35.00 Per cum
Statutory increase in the rate of royalty, if any, shall be reimbursed. On
the other hand, the same shall be recovered if there is any decrease in rate.
17. The rates of cement and steel have been adopted as follows in preparation
of the estimate. The rates of the other materials have been adopted as per
current schedule of rate for preparing the estimate under this bid. The
minimum prevailing labour rates of the state has been adopted in framing
the estimate.
Material Basic Rate:-
Cement Rs.534.90 per qntl (excluding GST)
Steel Rs. 6019.98 per qntl. (Average) (excluding GST)
The contractor has to utilize the available good quality stones from the
canal excavation first in the work. Then only he may procure additional
quantity if required. The cost of stone is to be recovered as follows:-
(a) Cost of stone = Rs. 187.77/Cum,
(b) Carriage of stone in the estimate = Rs. 1068.15/Cum
(c) Royalty as applicable.
(ii) All the testing of concrete works shall be carried out as per the direction of
the Executive Engineer, Baisinga Canal Division, Laxmiposi or his authorized field
functionaries and in case of any dispute arises on this aspect, the decision of the
Executive Engineer, Baisinga Canal Division, Laxmiposi is final and binding on the
contractor. Testing of all the concrete works of all grade required for structures,
Cement Concrete lining and in any other construction activities of the work shall be
tested in the Department Laboratory at the cost of the contractor. The
contractor shall supply all the required samples at his own cost including
transportation and bear all the testing charges of the concrete. The cost for the
testing as charged by the Chief Research Officer, Quality Control Division,
Laxmiposi shall be final and
binding on the contractor. If, in the opinion of the Executive Engineer, Baisinga
Canal Division, Laxmiposi, a Field Laboratory for acceleration of testing of
concrete is required, the contractor shall install it at the work site at his own cost
with all the required machineries and equipments as per the direction of the
Executive Engineer, Baisinga Canal Division, Laxmiposi and cement testing work
shall be carried out in the Field Laboratory under the direct supervision of the
Field functionaries of the Quality Control Division, Laxmiposi under guidance of
the Chief Research Officer, Quality Control Division, Laxmiposi.
CHAPTER –V
TECHNICAL SPECIFICATION
SECTION –1
GENERAL SPECIFICATION
(I) CEMENT
1. Specification to ordinary and
Low heat Portland cement (Reaffirmed 1998) 269-1989
(IV) CONCRETE
1. Method of Measurement of building and Civil Engineer
works cement concrete works 1200-1968
(Part-II)
2. Code of practice for plain and reinforced concrete 456-2000
3. Specification for pre cast
concrete coping blocks (Reaffirmed 1997) 5751-1984
4. Methods of tests for
strength of concrete (Reaffirmed 1999) 516-1959
5. Code of practice for laying in situ cement concrete
lining on canals 3873-1993
6. Specification for Admixtures
for concrete (Reaffirmed 1992) 9103-1978
7. Method of Test for Autoclaved cellular
concrete products (Reaffirmed 1997) 6441-1972-73
(Part-I to IX)
8. Method of Sampling and Analysis
of concrete (Reaffirmed 1991) 1199-1959
9. Specification of Batch type concrete mixtures 1791-1963
10. General requirements for Concrete Vibrators
(Second revision)
14. Asbestos cement pressure pipe (Second revision) IS: 1592-1980
15. Preformed filler for expansion test in concrete payment IS: 1838-1961
and structures (non extruding and resilient type)
16. Cast iron detachable joints for use with asbestos cement IS:8794-1978
pressure pipes.
17. Structural steel (Fusion welding quality) (Second revision) IS: 2062-1980
18. Code of practice for laying of cast iron pipe IS: 3114-1994
(With amendment No. I)
19. Methods of testing for concrete pipes IS 3597-1966
20. Rubber sealing rings for gas mains water mains and sewers IS: 5382-1969
21. Centrifugally cast (spun) iron low pressure pipes for waterIS: 6163-1978
gas and sewage (First revision)
22. Code of practice for laying of asbestos
cement pressure pipes IS: 6530-1972
23. Cast iron detachable joints for use with
asbestos cement pressure pipes. IS: 8794-1978
24. Other Publications:
Ministry of shipping and transport
Specification for Road and Bridge works No. 7900
(VII) STONE PITCHING AND LAUNCHING APRON
1. Methods of test for determination of strength properties of
natural building stone. (Reaffirmed 1998) IS: 1121-1975
(Part-1 to 4)
2. Method of test determination of true specific gravity of IS: 1122-1974
natural building stone (First revision) (Reaffirmed 1998)
3. Method of identification of
natural building stone (Reaffirmed 1998) IS: 1123-1975
(Part-I)
11. Rubble stone masonry (Reaffirmed 1996) IS: 1597-1992
(Part II)
12. Method for determination of resistance to wear by abrasion of
natural building stones (1st Revision) IS: 1706-1972
13. Sand for masonry mortars
(1st Revision) (Reaffirmed 1998) IS: 2116-1980
14. Code of practice for preparation and use of masonry mortars
(1st Revision) IS: 2250-1981
15. Stone facing (Reaffirmed 1995) IS: 4101-1967
(Part-I)
16. Method of test for determination of water transmission IS: 4121-1967
rate by capillary action through natural building stones
17. Method of test for surface softening of natural building stones
by exposure to acidic atmospheres IS: 4120-1967
18. Methods of test for determination of permeability of natural
building stones (1st Revision) IS: 4348-1973
19. Method of test for toughness of natural building stones IS: 5218-1969
20. Gujarat State, Section 2, Engineering properties of
building stones IS: 7779-1975
(Part1/Sec.2)
21. Recommendation practice for quarrying stones
for construction purpose. IS: 8881-1977
SECTION-2
2.0 General Specification.
2.1 The enclosed drawing in the bid document gives board dimensions and
outline of the works to be executed through this contract. These drawings
may however be revised/ modified from time to time and supplementary
additional drawing(s) may also be issued as per necessity. During the course
of execution there may be changes in dimensions, specifications and shapes
of components. The changes in the drawings can be done without any way
deviating the terms of the contract and the contractor is to execute the
work as per revised drawings and specifications at the same rate as agreed
upon for the work awarded under the original contract. The contractor shall
do no work without proper drawings. He shall check all drawings and
specifications carefully and advise the Engineer-in-charge if any error and
omission are discovered where upon the Executive Engineer will prepare
revised additional drawings and specifications as may be required to suit the
stage of the work.
2.2 Where the drawings are not consistent with the text of the specifications,
the text shall govern.
2.3 The percentage rate shall be for finished items of works as per description
in schedule of quantities and according to drawings specification and
conditions of contract. The percentage rate quoted shall be for execution of
finished items of work & the specifications of which confirm to the details
furnished in the Agreement and provisions in Bureau of Indian Standards
and shall include all general and incidental charges which will not be paid
separately. Such general and incidental charges are listed in succeeding Para
for the convenience of the tenders but are not exhaustive. Omission of any
such items here in but required for delivering finished items of work, shall
not be plea, that such items are not covered by the percentage rate quoted.
2.3.1 Formation and maintenance of haul roads including river and drainage
crossings within the work site is to be made by the Contractor at his own
cost. The existing approaches and haul roads, if any under the control of the
Department may be used but improvement, if required, shall be done by the
contractor at his own cost.
2.3.2 Labour and materials required for construction of reference points,
benchmark pillars etc. for setting out work shall be at contractor’s cost.
2.3.3 Scaffolding and gang-ways as and when required for the work will be done by
the contractors at his own cost. No additional payment on this score, will be
entertained.
2.3.4 The rate includes leads, lifts & de-lifts as specified in the Bill of Quantity in
the respective items of work.
2.3.5 Form work complete includes cost of materials, labour, maintenance,
erection and removal.
2.3.6 Construction of coffer dam and dewatering required if any during execution
of work is the responsibility of the contractor.
2.3.7 Protection of components of work during the rainy season shall be the
responsibility of the contractor. The responsibility for the safety of the
structure rests, entirely on the contractor and any damages that may occur
has to be made good by the contractor at his own cost.
2.4 The sequence of construction adopted by the Contractor shall have to be
approved by the Engineer-in-Charge.
2.5 The contractor has to make his own design for coffer dam or any type of
cross bund required during course of execution. All materials for the coffer
dam or cross bund shall be arranged by the Contractor at his own cost. The
contractor shall maintain the coffer dam till completion of the work.
2.6 QUALITY CONTROL.
2.6.1 Before collecting materials required for execution of the respective items
of work as laid down in the schedule of quantities and in the detailed
specifications descried hereafter in the subsequent sections, the contractor
shall ensure that samples of materials proposed to be used are first
approved by the Engineer-in-charge. When directed the samples of
materials proposed to be used should be furnished to the Departmental
laboratory for testing.
2.6.2 All such testing charges shall be borne by contractor. The contractor will
provide necessary assistance if required for collection of samples & sending
to out site laboratory for testing if required.
2.6.3 On the basis of satisfactory test results confirming to technical
specification collection of materials shall be started in the field. The testing
of materials shall be checked in the field Laboratory by the Department as
well as staff of Quality Control Organization. If the field test result is
found unsatisfactory, the materials shall be rejected and action taken to
remove the same from work site by the contractor at his own cost. In no
case the defective materials shall be used in the work.
2.6.4 On receipt of notice from the Engineer-in-Charge and on observation of
Quality Control Division, in charge of the project, the contractor will rectify
the defect in stipulated period at his own cost. If the defects are not
rectified in the stipulated period. The Engineer-in-charge shall assess the
cost, get the defect rectified and recover the cost for the same from the
dues of the contractor.
2.7 A quarry chart indicating possible source of materials may be seen in the
office of the Executive Engineer, Baisinga Canal Division, Laxmiposi. The
contractor must however satisfy himself that the materials as will be made
due to non-availability materials as per required specification and quality in
the quarries shown in the departmental quarry chart. The quarry chart is
only an indication of source of material and the department does not accept
the responsibility if the materials are not available in full quantity and
quality.
2.8 No claim for carriage of water whatsoever will be entertained.
2.9 Decision regarding usefulness of excavated materials rests fully on the
Engineer-in- charge.
2.10 The item marked “N/A” Not Applicable “do not apply in this contract.
SECTION 2.1 DISCHARGE RECORDS
RECORDS 2.1.1. DISCHARGE
The Hydrological data, pertaining to the canal and the streams crossing the
canal furnished in the relevant report and drawings, are for information of bidders
and contractors. It should be noted that the data used in preparing these
particulars were recorded at locations different from the work site. The
Government (that is Govt. of Orissa) does not guarantee the reliability or accuracy
of any of the data, shall assume no responsibilities for any conclusions or
interpretations that may be made from them. The contractor shall undertake at
his expense such studies as are necessary to assess the reliabilities and accuracy
of the information presented in the Data.
SECTION- 2.2. SETTING OUT OF WORK
(A) Temporary bench marks shall be fixed at suitable location connecting G.T.S.
bench marks fixed by Survey of India. Temporary Bench Marks shall be set up by
the Department at every 0.5 Km .interval at convenient locations along the canal to
serve as reference levels. The contractor shall establish additional reference
Bench Marks as may be needed at his own cost for facilitating the setting out and
taking levels for measurement of work, with the approval of the Engineer-in-
Charge. The bench mark shall be marked on a concrete pillar 30 cm. (1) x 30 cm (b)
x 75 cm (d) which shall be embedded 55 cm into firm ground and projecting 20 cm
above the ground. The Bench Mark pillar shall be constructed in plain cement
concrete of M-10. The pillar shall be protected from being disturbed. The RL of
bench marks shall be conspicuously carved and painted on the pillar.
(B) Before starting any work and during execution (if required), the contractor
shall erect reference Bench Marks. Reference lines and check profiles at
convenient locations as per the direction of the Engineer-in-Charge. The centerline
of the canal and the reference line for all alignments for demarcation purpose shall
be laid by dug belling on the ground. The reference line shall comprise the base
line properly dug belled on the ground with the numbered concrete/masonry RD
pillar suitably spaced.
(C) Center line of the canal shall be marked by fixing pillar/stone at 30M
intervals profiles of the canal in filling and in moderate cutting shall be marked at
50 M. intervals in straight reaches and at 25M intervals in curves. A reference
line shall also be marked on ground away from the outer edges of cutting and filling
with pillars at suitable intervals for future reference.
To ensure correctness of execution, the edges of cutting the outer toe lines
of canal in filling should be marked by fixing pillars or pegs at suitable intervals or
by dug belling.
(D) The check profiles shall be located 15 meter apart or longer as directed by
the Engineer-in-Charge to serve as a guide for execution of all slopes and steps to
the elevations and profile or profiles indicated in the approved drawings. All
important levels and all reference points with respect to bench marks and
reference shall be fixed and co-related by the contractor as per directions of the
Engineer-in-charge.
(E) The zones of full cutting section, full filling section, partial cutting and
filling section shall be separated by conspicuous demarcation in the field.
The curves stipulated in construction drawings shall be carefully laid in the
field by adopting approved method of curve layout. The curves shall be marked on
the ground by fixing pegs at very closer intervals and joining the peg points by dug
belling to a suitable depth.
The locations of different structures indicated in construction drawing shall
also be clearly marked on the ground along the alignment of the canal. The control
structure locations of off taking canals shall also be clearly demarcated, so that
unnecessary excavation or filling at these locations can be avoided.
The spoils dumping zones shall clearly be demarcated in the field. These
zones should be at least 2m. beyond the location of catch water drains.
(F) To ensure accuracy in execution of cutting, the canal embankment, spoil
banks and the structures, their layout shall be given in an appropriate manner with
pegs and pillars suitably placed in relation to outer dimensions of these elements.
(G) All materials and labour for setting out works including construction of
reference bench marks, reference lines, check profiles and surveys as may be
required at the various states of the construction, shall be supplied by the
contractor at his own cost. The cost of such works shall be deemed to have
included in the cost of items in schedule.
SECTION 2.3 CLEARING AND GRUBBING:
A. CLEARING AND LEVELING SITE.
The portion of the right of way where required for constructing the work
under these specifications shall be cleared of all trees bushes, rubbish and other
objectionable materials. Trees designated by the Engineer-in-charge shall not be
cut and shall be protected from injury. Such cleared materials shall be disposed
off as provided in the 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 IS: 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 area described or shown on the relevant site plan shall be cleared of all
obstructions loose stones, non required materials and rubbish of all kinds. All
brushwood shall be cleared and the roots grubbed up. No trees shall be cut down
and removed without the instructions of the Engineer-in-Charge. Those which are
cut down shall be grubbed up. The same remarks apply to jungle clearance. Trees
to be preserved will be designated by the Engineer-in-Charge.
The products of the clearing shall be stacked in such place and manner as
may be ordered by the Engineer-in-Charge and the ground shall be left in a
perfectly clean condition all products of the clearing shall be property of Govt. and
shall be disposed of as per the direction of the Engineer-in-Charge.
All holes or hollows, whether originally existing or produced by digging up
roots shall be carefully filled up with earth, well rammed to the design density and
leveled off as directed.
PREPARATION OF BED:
Ant hills shall be completely dug out before earth work is started. Loose
stones and digging of anthills involved in the preparation of bed, the contract rate
for the earth work shall be deemed to include all the work to be done in
accordance with this clause. In cases where the work of preparation of bed is
rather extensive, the Engineer-in-charge will usually provide a separate schedule
item of such preparation, but in the absence of such schedule provision, the
contractor shall understand that his tender rate is inclusive of all such work
without extra charge.
The contractor shall therefore examine the site before tendering and
provided for all items to be done under his earth work tender rate. Old bunds will
be benched or sloped as directed by Engineer-in-charge before addition of earth,
the benches being 500 mm x 500 mm unless other sizes are specified. The benches
or slope shall be inspected by the Engineer-in-charge or engineer designated for
the purpose and approved before new earth work is keyed into them.
C. DISPOSAL OF CLEARED AND GRUBBED MATERIAL.
The disposal of cleared and grubbed materials shall be in accordance with
clause 4.1.1. of IS 470-1982 code of practice for earth work on canals. All waste
materials to be burnt shall be pilled neatly and when in suitable condition shall be
burnt completely to ashes. Pilling of waste material for burning shall be done at
such a location and in such a manner as would not cause any fire risk. Suitable
materials and equipments for prevention and suppression of the fire shall be kept
available at all times.
The materials to be disposed off shall be buried.
D. PAYMENT
For the clearance of light jungles, heavy jungle with or without uprooting
etc., payment will be made as provided for in the bill of quantities. No payment
towards removal of small stones and boulders of size less than 0.5 cubic meter will
be made, and the rate quoted for excavation will be considered to include this
item. However, payment will made for the removal of surface boulders of sizes
greater than 0.5 cubic meter. Either loose or partly embedded in the ground, at
the rate quoted in bill of quantities for the actual quantity so removed based on
stack measurement applicable for the relevant strata classification after
deducting 40% towards voids.
SECTION 2.4.1: USE OF WATER:
2.4.1 WATER FOR DUST ABETMENT.
A. GENERAL
The contractor shall procure and apply water for dust abatement.
Water applied for dust abatement will not be eligible for payment. The cost
of procuring and applying water including all expenses for all means of conveying
water to the point of use their collection, usage, and all other incidental expenses
will not be paid separately including creation of source of water and the cost shall
be deemed to have been included in the concerned unit price bid in the bill of
quantities of the contract for the relevant finished item of work for which water
for dust abatement is required.
So also the cost of procuring and applying water required for the works hall
be included in the price bid in the bills of quantities for the items of work for
which the water is used.
2.4.2 PREWETTING OF CANAL PREMISES AND ADJACENT AREAS:
A. GENERAL
The contractor shall furnish all labour, materials and equipment and shall
procure and apply water required for pre-wetting the areas under canal and
embankment.
Water applied for pre-wetting areas as detailed above will not be eligible for
payment. The cost of procuring and applying water including all expenses for all
means of conveying the water to the point of use, their collection, usage and all
incidental charges shall be included by the contractor in the concerned unit price
bid in the bill of quantities for that item of work where the water shall be used
and no separate payment for the same will be made.
longitudinal drainage system will be led into out fall drains to prevent stagnation of
water at the place of construction. The drains shall be constructed to the section
designed and shall be either open or filled up with material to ensure free flow of
water without clogging of the filled materials.
2.5.2 DRAINS, BERM DRAINS AND DOWEL BANKS:
A. DRAINS:
In connection with excavation for the canal and structures, the contractor
shall perform excavation for the construction of drains, beam drains and chutes
and any other drains as directed by the Engineer-in-charge.
The location grades and sections of the drains shall be as shown on the
drawings and or as directed. Payment for excavation for the above drains,
channels and embankment will be made at the unit price bid in the bill of quantities
for execution of canal, which unit price shall include the cost of placing the
materials in embankment or otherwise disposing of the excavated materials and all
work necessary to maintain the work in good order during construction.
B. BERM DRAINAGE AND DOWEL BANKS:
Berm drainage including drainage along the berms and Banks of the canal and
longitudinal Berm drains shall be constructed where shown on the drawings as
directed. The Berm drains shall be constructed to dimensions and grades shown on
the drawings or as directed.
The surface of the berms shall be sloped transversely and dowel banks shall
be made along with sides of the banks and berms where shown on the drawings and
elsewhere where directed. The dowel banks may be made by balding of material in
place following completion of a canal reach.
Payment will be made for construing Dowel banks and sloping berms and cost
there of shall be included in the unit price per cubic meter bid in the bill of
quantities for construction for canal embankment including reconstructing and
remodeling.
SECTION- 3
EARTH WORK
allowing additional time for drying, stock piling and re-handling the
excavated materials which have been deposited temporarily and stock piled.
h) When cutting on cross sloping ground the contractor shall cut a catch water
drain on the higher side to prevent water from flowing down the cutting
slope.
3.2.2.1 EXCAVATION OF SOIL AND DISINTEGRATED (DI.) ROCK.
a. Excavation of soil shall comprise of all kinds of soil such as vegetable or organic
soil, turf, sand, silt, loam, clay mud, peat, black cotton soil, loose or compact
moorum, soft stiff/heavy/hard shale, stony earth mixed with gravel and boulder up
to 0.5 cum size. Excavation of D.I. shall comprise of soling of roads/paths, hard
core, macadam surface, soft conglomerate, and other types of D. I. rock, which
does not require blasting and can be quarried or split with pick axe and crow bars.
If however the contractor resorts to blasting in such strata and D.I. rocks for his
convenience, no extra payment shall be made and the materials shall not be
classified in higher grade.
Excavation for canal shall confirm to provisions of relevant I.S. Codes, Sides
slopes are to be provided as per the approved drawings, specification and provision
of I.S Code.
b. The laterite sheet rock, which cannot be removed by pick axe / crow bar and
normal excavator used for excavation of AKS and DI, when encountered, the
Engineer-in-Charge will apprise the fact to the concerned Superintending Engineer.
The Superintending Engineer will inspect the site and certify the initial level of
laterite sheet rock and excavation by rock breaker will proceed. Further, the final
level of laterite sheet rock will be certified by the Superintending Engineer.
3.2.2.2. EXCAVATION OF HARD ROCK.
This shall include all solid rock in place of such hardness and textures that it
can not be removed by pick axe and crowbars and only to be removed by means of
appropriate blasting/rock breakers. All boulders or detached pieces of solid rocks
having volume greater than 0.50 cum, can be classified as Hard Rock.
The excavated rock and debris so obtained shall be carried and dumped /
stacked separately with varying lead at places indicated by the Engineer.
The excavated materials shall be the property of the Department.
Payment for Hard Rock having continuous sheet shall be made as per level
section (pre & finished). A closer interval for leveling may be adopted if considered
necessary as per opinion of the Engineer-in-charge. Boulders having volume more
than 0.5 cum shall be pre- measured and will be paid as hard rock.
3.2.2.2 OVER EXCAVATION.
The canal shall be excavated to exact designed section in all kinds of soil and
D.I. rock No over excavation will be allowed in such reaches.
3.2.2.3 DEWATERING TRENCHES AND WET EXCAVATION.
Subsoil water met within canal excavation shall be diverted to nearby
drain/nallahs by cutting an open channel within the canal section to be excavated,
when the drain/nalla bed is higher than the subsoil water level met with, pumping
shall be resorted to for dewatering below the drain/ nalla bed level. In case where
topography of the area is such that surface water is not possible to be drained off
by excavating the channel, pumping shall be resorted to till completion of the work.
No distinction shall be made as to whether the materials being excavated are dry,
moist or wet. Care should be taken to discharge the drained water not to cause
damage to works, crops or any other property. No separate payment shall be made
for dewatering by pumping of by any other method.
3.2.2.5 MEASUREMRENT AND PAYMENT
The payment shall be made on volumetric basis for the quantities excavated
to the required extent. The cross sections shall be taken initially before
commencement of work as stipulated in earlier Para. On completion of excavation,
final cross sections shall be taken at the same points longitudinally and
transversely. These cross sections shall be marked on the initial cross sections and
the quantities between initial and final cross section shall be worked out and paid.
The initial and final level of laterite sheet rock requiring removal by rock
breaker will be certified by the Superintending Engineer and quantity so derived as
per level section will be paid.
In case of canal excavation in Hard Rock, cross sections, shall be taken at
30 m. interval longitudinally with transverse levels at 5 m. or closer intervals, as
decided by the Engineer-in-charge for initial and final sections, isolated boulders
having volume more than 0.50cum and not covered in section measurement shall be
pre-measured.
3.2.2.6 EXCAVATION FOR STRUCTUTRES.
A. GENERAL
Excavation for the foundation of structures shall be to the elevation shown
on the drawings or as directed by the Engineer-in- charge. In so far as practicable
the useful materials removed in excavation for structures shall be used for back
fill and embankment.
which the structures is to be placed. The contractor shall prepare the foundation
of the structures as shown on the respective drawings. The horizontal foundation
materials beneath the required excavation shall be moistened if required and
compacted in place.
If the Engineer-in-charge considers it’s necessary to consolidate the
foundation strata by grouting cement slurry, then drilling and grouting or any other
foundation treatment shall be done by the contractor as directed by the Engineer-
in-charge and the payment will be as per the general contract document in respect
of extra items. Densities of the compacted foundation materials and the testing
there of shall be in accordance with relevant IS specification.
When unsuitable materials are encountered in the foundation for structure
the Engineer-in-charge will direct additional excavation to remove the unsuitable
materials. The additional excavation shall be refilled as follows. The excavation of
soil, the over excavation shall be filled in by selected bedding materials and
compacted. In excavation of rock it shall be filled by cement concrete M-7.5.
Payment will be made as per unit rate as provided in the bill of quantities. Should
remains of old building be met with, the materials shall be removed with wedges
and levers. Blasting shall not be allowed, without the permission in writing of the
Engineer-in-charge, If bad ground of loose soil is met with the contractor shall
responsible for reporting the fact to the Engineer-in-charge who shall issue such
orders as may be necessary. For extra excavation, concrete and masonry arising
from bad ground, the contractors shall be paid treating this as additional quantity
as per the contract rate of contract documents. All excavated earth which is unfit
or surplus to the requirements for filling in canal embankments etc. shall be
spared, as instructed by the Engineer-in-charge at the contractor’s expenses.
C. OVER EXCAVATION.
If at any point in common excavation the foundation materials is excavated
beyond the lines required to receive the structure, or if at any point in common
excavation the natural foundation materials is disturbed or loosened during the
excavation process, it shall be compacted in place or where directed, it shall be
filled by cement concrete M-7.5. and all excess excavation or over excavation
performed by the contractor for any purpose or reason except as directed by the
Engineer-in-charge shall be at the expense of the contractor. Filling for such
excess excavation of over excavation shall also be at the expense of the
contractor.
D. DISPOSAL OF MATERIALS:
All suitable materials removed in excavation or as much thereof as may be
needed as directed by the Engineer-in-charge shall be used in the construction of
canal embankments, roadway embankments and for selected bedding materials or
for backfill and around structures. If there is an excess of materials in the
excavation, it shall be used to strengthen the embankment on either side of the
canal, deposited in low areas uphill of the canal to eliminate trapped drainage or
otherwise wasted as directed by the Engineer-in-charge. The disposal of the
excavated materials shall be accordance with clauses 8.1 and 8.2 of BIS 4701-
1982.
E. MEASUREMENT FOR PAYMENT:
Foundation for structures will be measured for payment as per drawing with
due consideration for shuttering. The payment shall be made on volumetric basis
for the quantities excavated to the required extent.
F. PAYMENT:
Payment for excavation for structure shall be made at the unit price per
cubic meter. The rate of excavation for structures shall include the cost of all
labour and materials and other temporary constructions, cost of all pumping and
dewatering, cost of all other work necessary to maintain the excavation in good
order during construction, cost of removing such temporary construction where
required and shall include the cost of disposal of the excavated material.
SECTION 3.2.2.7 BACK FILL.
3.2.2.7.1 BACK FILL AROUND STRUCTURES.
A. GENERAL
The item of the schedule for back fill around structures including pipe
portions of structures include all back fill required to place under these
specifications.
B. MATERIALS
The type of materials used for backfill, the amount thereof and the manner
of depositing the materials shall be subject to approval of Engineer-in-charge. In
so far as practicable back fill material shall be obtained from material removed
from excavation for structures. But when sufficient suitable material is not
available from this source or from adjacent canal excavation, additional material
shall be obtained from approved borrow areas. The borrow pit excavation shall be
accordance with clause 9.1 to 8.3 of BIS 4701-1982.
Where sand filling is specified, the same shall be clean, free from admixture
of foreign materials and approved by the Engineer-in-charge before filling is
commenced. Should there be a necessity to fill in a basement with sea sand, prior
written approval of the Engineer-in-charge shall be obtained. Sand filling should be
saturated with water before the construction is allowed to proceed.
Filling around structures shall have well consolidated in layers of 15 cm. by
ramming with iron rammers and cut ends of crowbars. When filling reaches the
finished level the surface shall be saturated with water for at least 24 hours,
allowed to dry and then rammed and consolidated.
Except as otherwise provided below, backfill materials to be compacted shall
contain no stones larger than 80 millimeters in diameter and if not be compacted
shall contain no stones larger than130 millimeters in diameter. If the excavation
for the foundations of the structure is in swelling soils, a layer of cohesive non-
swelling soil conforming to BIS 9451-1985 should be interposed between the
swelling soil and the structure
C. PLACING BACKFILL:
Backfill 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.
The surface to receive the filling shall be first prepare free from all roots,
vegetation or spoil and wetted.
All backfill shall be placed carefully and spread in uniform layers so that all
spaces around rocks and clods will be filed. Backfill shall be brought up as
uniformly as practicable on both sides of walls and all sides of structure to prevent
unequal loading. Backfill shall be placed to about the same elevation on both sides
of the pipe positions of the structures and sufficient earth cover over the top of
pipe to prevent damage from construction equipment loads. If a haul road is built
over a pipe all backfill about and over the pipe shall be placed to a uniform surface
and no humps or depressions will be permitted at the pipe crossing.
D. STRUCTURES OF 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 BIS 783 code of practice
for laying of concrete pipe.
charging with powdered explosives, a naked flame shall not be allowed. The tamping
rods shall have cylindrical ends. Bore hole must be of such size that the cartridges
can easily pass down & they shall not however be too big.
Only one cartridge shall be inserted at a time and gently pressed into hole
with the tamping rods, the sand, clay other temping material used for the holes
completely shall not be tampered too hard.
3.4.8. BLASTING:
Blasting shall be carried out during fixed hours of the day which shall have
the approval of the Engineer. The hours once fixed shall not be altered without
prior, written approval of the Engineer.
The site of blasting operations shall be prominently demarcated by red
danger flags. The order of fire shall be given only by the Contractor’s supervisor in
charge of the work and his order shall be given by only after giving the warning
signal three times, so as to enable all the labour, watchmen, etc to reach safe
shelters.
All the roads and foot paths leading to the blasting area shall be watched.
Road closing barriers should be provided to close the traffic on these roads at
least 400 meters away when the firing is to take place.
In special cases, suitable extra precautions shall be taken. The Engineer may
however permit blasting for under ground excavation, without restriction of fixed
time, provided that he is satisfied that proper precaution are taken to give
sufficient warning to all concerned and that work of other agencies on the site is
not hampered. For lighting the fuse, a lamp with strong flame such as carbide lamp
shall be used.
The Contractor’s Supervisor shall watch the required time for the firing of
the fuses and shall see that all the workmen are under safe shelters in good time.
3.4.9. ELECTRICAL FIRING:
Only the contractor’s Supervisor in charge shall possess key of the exploder
and short firing accessories and he shall keep it always with himself, special
apparatus shall be used as a source of current for the blasting operations. Power
lines shall not be tapped for the purpose.
The detonators shall be checked before use. For blast in series only
detonators of the same manufacture of the same group of electrical resistance
shall be used.
Such of electrical lines as could constitute danger for the work of charging
shall be removed from the site.
The firing cables shall have a proper, insulating cover so as to avoid short
circuiting due to contract with water, metallic parts of rock.
The use of the earth as a return line shall not be permitted.
The firing cables shall be connected to source of current only when no body
is in the area of blasting. Before, firing, the circuit shall be checked by a suitable
apparatus. After firing whether with or without an actual blast the contact
between the firing cables and the source of current shall be cutoff before any one
is allow to leave the shelter.
During storms charging with electrical detonators shall be suspended. The
charges already placed in the holes shall be blasted as quickly as possible but
taking all the safety precautions and giving necessary warning signals. If this is not
possible the sites shall be abandoned till the storm has passed.
carried out for the safety and stability of the public and property. Blasting
operations in the proximity of overhead power lines, communication lines, utility
lines or other structures shall not be carried on until the operator or the owner or
both of such lines have been notified and precautionary measures deemed
necessary have been taken.
Any damage to the neighboring buildings, properties, standing crops, and life
due to blasting shall be made good by the contractor at his cost.
shall strip the area under the embankment of such unsuitable material to such
depth as may be directed. The material so removed shall be disposed off as
provided in paragraph 3.3.4. Measurement for payment of stripping unsuitable
materials under embankments shall be made only to the lines and to such depth as
may be directed and payment therefore will be made at the unit prices per cubic
meter bid in the bill of quantities for excavation for canal/construction of
embankment.
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 if.
The depth of which top soil is removed shall be adequate to remove all
perishable material 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 underline table may offer as a guide for lines for finding
depth of stripping.
Type of vegetable cover in the soil Depth of stripping.
1. Soil containing light grass cover 10 cm to 15 centimeters
2. Agricultural Lands To bottom of ploughed zone 20.0 to 30.0
centimeters
The ground surface under all canal embankments excepting rock surface
where it is below the full supply level in the canal shall be scarified making open
furrows not less than 20 centimeters deep below natural ground surface at
intervals of not more than 1.0 (One ) meter. However, where the ground surface is
low, the bed level of the canal the entire surface of the foundation of
embankments shall be stripped to a depth of not less than 20 (twenty) centimeters
or as directed by Engineer-in-Charge.
Immediately after preparation of the embankment foundation, the
contractor shall excavate cut off trenches. Following this operation as soon as
feasible and as approved by the Engineer the contractor shall place and compact
embankment in the cut off trenches and place one meter of embankment over the
entire embankment foundation and 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 surfaces under the canal
embankments and other embankments shall be paid, if provided in the bill of
quantities for excavation of canal.
Payment for excavation for cut off trenches shall be made at the unit price
per cubic meter provided in the schedule of quantities for excavation for canal.
Payment for compacting embankment in the cut off trenches shall be
included in the unit price per cubic meter in the bill of quantities for watering and
compaction of 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 provided in the bill of quantities for excavation for
canal/construction of canal embankment under the canal embankment.
In case of existing canals, where the slopes in canals and embankment
portions are to be modified, benching of slopes/complete filling and then section
cutting shall be done or old bunds shall be sloped as directed by the Engineer duly
clearing the surface area under slopes from all roots and vegetable matter and
stumps shall be pulled or otherwise removed and roots grubbed. The stumps and
roots removed shall be suitably disposed off.
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 offsets of not less than 0.45 meters
beyond the finished profile on either side for compaction. No payment will be made
for the off sets or for the subsequent removal and unit price quoted for the
banking is deemed to be included. No additions will be allowed to the slope for full
design section of the bank after the bank is raised. The embankment shall be
compacted to 95% proctors density using pneumatic Tampers, frog rammers or
vibratory plate compactor or power roller.
Where the original ground surface is below the bottom of the canal and
where compacted fill below the bottom of the canal is prescribed such fill shall be
placed as compacted embankment. Where the original ground surface is below the
base of structures for where slopping concrete walls or slabs extend above the
original ground surface and it is practicable as determined by the Engineer-in-
charge to embankments shall be constructed to lines and grades as directed to
form suitable foundation for the structure of for the sloping or slabs.
3.5.3. BORROW AREA.
3.5.3.1. GENERAL.
a. All materials required for the construction of embankment and backfill for
cut-off trench and around the structures which are not available from canal
excavation, excavation for structure or from excavation of other ancillary works
shall be obtained from the designated borrow area after stripping and approved by
the Engineer-in-charge in consultation with field laboratory. The depth of cut in all
borrow areas shall be designated by the Engineer-in-charge and the cuts shall be
made up to such designated depths only. Shallow cut will be permitted in the
borrow areas if uncertified materials with uniform moisture contents are
encountered. Each designated borrow area shall be fully exploited before
switching over to the next designated borrow area. Half hazard exploitation of
borrow pits shall not be permitted. The type of equipment used and the operations
in the excavation of materials in borrow area shall be such as to produce the
required uniformity of the mixture of materials for the embankment. The
contractor has to arrange borrow earth at his own cost and responsibility within
the lead as specified in the Bill of Quantity in the respective item of work. The
borrow area shall not be designated within a distance of five times the height of
embankment from the other toe.
b. Borrow pits shall be operated so as not to impair the usefulness or mar the
appearance of any part of the work of any other property. The surfaces of wasted
materials shall be left in a reasonably level and even condition.
For haulage of earth, the contractor shall construct ramps and haul roads of
sufficient width along the shortest but most practicable route and shall maintain
and illuminate them to a satisfactory manner. Watering of the haul road shall be
done by the contractor as often as necessary to prevent raising of dust, formation
of cuts and consequent deterioration of the surface. When ever service roads
meant for public through fare traverse through or run close to the borrow area,
the contractor shall direct the excavation and haulage operation in such a manner
as to ensure uninterrupted use of the service road and safety to the public. At the
haul road and service road crossing, the contractor shall install necessary check
gates and road signs.
No extra payment is admissible as this is deemed to have been included in
the unit bid price for earth work in the bill of quantities being contingent to the
main work.
3.5.4. EARTH FILL MATREIALS.
Canal embankment shall be constructed to the top width and side slopes as
shown on the drawings. Suitable excavated materials available from the canal
cutting, proud cutting, removal of ramps and excavation for structures shall be
used for construction of banks. If suitable and adequate materials for
constructing embankment is not available for excavations, the desired materials
shall be obtained from borrow area designated for the purpose as per the
instruction of the Engineer-in-charge.
The planning for execution should be such that all the useful excavated
materials are utilized in embankment prior to utilization of borrow earth from
outside. The embankment earth shall be borrowed only after getting written
instruction of the Engineer-in-charge.
Only suitable materials as per specification shall be excavated, loaded and
conveyed to the point of placement in the embankment. Unsuitable materials if
conveyed shall be removed and disposed clear of the work site as directed by the
Engineer-in-charge at the cost of the contractor. The maximum dimensions of
stones, pebbles and rock fragments etc. placed in the outside zone of the
embankment shall not be more than 15 cm. and the quantity of such stone shall not
exceed 5% of total quantity.
3.5.4.2. ZONED EARTHFILL:
i) When a embankment section is designed zoned section, the embankment
shall be divided into zones within which fill materials obtained from canal
excavations having different characteristics are to be placed. Placement of fill
within these zones as shown on the drawings shall be performed in orderly
sequences and in an efficient and workman like manner. The selected materials
shall be filled above the key of lining.
ii.) Chemical and physical tests of the soil in the embankment shall be carried
out to ensure that the soil does not contain soluble lime salt content or cohesion
less fines, and quantities harmful to the embankments. The useful materials
available from canal excavation, excavation of proud and excavation of structures
shall be transported over the required leads, as indicated in the respective items
of schedule of quantities and placed in then specified layers for embankment.
iii) In areas, where suitable and adequate materials for constructing the inner
zones of the embankment is not available from the canal excavation and excavation
of structures, the materials shall be obtained from the borrow areas fixed for the
purpose. The borrow areas shall be excavated to the dimensions and depths
actually required and as per the instructions of the Engineer-in-charge.
iv) The rest of compacted zone in the drawings shall be constructed of
materials having required percentage of clay so that it can be compacted at
optimum moisture content by suitable compacting equipment, to their maximum dry
density. The materials shall be compacted to a density as specified on the drawings
and as per standard proctor density. Water tightness of materials shall be
checked by carrying out in situ permeability tests. Permeability of impervious
materials shall not be greater than 10 cm /sec. The impervious material of inner
zone should preferably by free from large size particles. If this is not possible the
maximum size of gravels i.e. coarse particles to be permitted shall be 40 mm and in
that case gravel corrected density shall be considered for compaction standards.
In no case the quantity of gravel shall exceed 10% of total quantity.
iii) The rest of compacted zone may consist of any suitable material
which provides support to impervious core under various conditions of saturation
and draw down. If silty or sandy materials are used, compaction shall be done by
using proper machinery utilizing the principle of vibro-compaction. The distribution
of materials shall be such that the compacted material shall be homogeneous free
from cracks, pockets or other imperfections. The maximum dimensions of stone
placed in the embankment shall not be more than 15 cm. and the quantity of such
stone shall not exceed 5% The excavating and placing operations shall be such that
the materials when compacted shall be blended sufficiently to secure the best
practicable degree of compaction, impermeability and stability. The materials shall
be compacted to a density as specified on the drawings or as directed by the
Engineer-in-charge.
3.5.5.PLACING EARTHFILL:
A. The embankment shall be constructed with earth fill of required materials
as per drawing and specification. The fill shall before from lenses pockets, streaks
or layer of materials differing substantially in texture or gradation from the
surrounding materials. Then useful excavated materials shall be classified as
impervious and semi pervious by the Engineer-in-charge. Care shall be taken to
utilize the impervious materials towards the waterside of the embankment and
semi pervious materials towards outer zone of the embankment as per drawing.
B. Construction of embankment shall begin at the toe of the fill and in no case
shall embankment be widened by materials dumped from the top. The materials
shall be placed in the earth fill in the continuous horizontal layers not more than 15
cm. In thickness after being rolled as herein specified.
The thickness of the layer shall be adjusted by the Engineer-in-charge; if
the contractor satisfies the Department that the particular type of compactors
used by him give the required density by carrying out trial compaction and
requisite tests. The thickness of horizontal layers after compaction shall not be
more than 10 cm. if compaction is performed by mechanical tampers, not more than
15 cm. if by sheep foot roller and not more than 30 cm. if compaction is performed
by vibratory or pneumatic rollers or similar equipment. Initially the earth in the
embankment fill shall be laid in a greater width than the designed section.
Adequate extra width of about 0.6 m on either side of the embankment shall be
provides so that the earth fill, up to lines of the finished slopes shall have the
required compaction as per the drawing and specification. Such extra width shall
be removed and utilized in the upper layers of embankment along with slopes
dressing, for which no additional payment shall be made as it is deemed to have
been included in bid price of earth work in embankment in the bill of quantities.
The inside proud section shall not be removed if the lining work is not
included under the same contract such proud section made out of borrow earth
from outside only shall be paid as per bid price of the item in the bill of quantities.
No payment shall be made for compaction for such proud section left.
C. No fresh layer shall be laid until the previous layer is properly watered and
compacted as per the requirement. The surface of the prepared foundation or the
rolled surface of any layer of earth fill is too dry or smooth to bound properly with
the layer of materials to be placed thereon, it shall be moistened or worked with
harrow scarified or other suitable equipment in an approved
manner to a sufficient depth to provide a satisfactory bonding surface before the
next succeeding layer of earth fill materials is placed. If the rolled surface of any
earth fill is found to be too wet for proper compaction of the layer of earth fill
materials to be placed thereon. It shall be raked up and allowed to dry or be
worked with harrow. Scarified or any other suitable equipment to reduce the
moisture content to the required amount and then it shall be compacted before
the next succeeding layer of earth fill materials is placed.
D The materials shall be deposited in rows parallel to the axis and spread in
the uniform layers and shall be broken clods maximum up to 5 cm. in thickness or
such thickness as directed by Engineer. The work of spreading and compaction
shall be so adjusted as not to interfere with each other and in such a way that
neither of the operations is held up because of non completion of rolling and
watering. The excavation and placing operation shall be such that the materials
when compacted shall be blended sufficiently to secure the best practicable
degree of compaction, impermeability and stability. If the work is held up due to
failure of machinery no claim whatsoever shall be entertained even in case the
machinery is supplied by Department. The surface of banking shall at all time of
construction be maintained true to required cross section.
preferably at the borrow area and only in limited cases/extent. If required, on the
embankment by sprinkling water before rolling of a layer. If more moisture is
present than required, the material shall be spread and allowed to dry before
starting rolling. Moisture control shall be strictly adhering to. The moisture
content shall be relatively uniform throughout the layer of material, if necessary,
ploughing, disc harrowing or blending with other materials may have to be resorted
to obtain uniform moisture distribution. If the moisture content is more or less
than the range of optimum practicable moisture content or if it is not uniformly
distributed throughout the layer, rolling and adding of further layer shall be
stopped. Further work shall be started again only when the above conditions are
satisfied.
In order to have proper control of moisture content in the earth fill no
earth work shall be done during rainy days. No compensation shall be made to the
contractor due to held up to work for rain or fog.
SECTION 3.6. COMPACTING EARTH MATEIALS.
3.6.1. GENERAL.
B. Moisture control.
The water content of the earth fill material prior to and during compaction
shall be distributed uniformly throughout each layer of materials and it shall be
between -5% to +2% of the optimum moisture content. As far as possible and
practicable the moisture content of the materials should be brought to required
level by watering of borrow area before excavation. If additional moisture is
required the same should be sprinkled while laying the earth fill in layers, if the
moisture content is greater than required the material shall be allowed to dry and
if necessary ploughing, disc-harrowing or blending with other materials may have to
be resorted to obtain uniform moisture distribution . In order to have proper
Practice for determination of moisture content, dry density relation using light
compaction.
The dry density of soil in field shall be determined in accordance with I.S.
2720 (Part – XXVIII) 1974. Indian Code of Practice of determination of soil in
place by sand replacement or by I.S. 2720 (Part – XXIX) 1975 Indian Code of
Practice for determination of dry density of soils in place by the code cutter
method.
Moisture content of soil shall be determined in accordance with I.S. 2720
(Part-II) 1973Indian Code of Practice for determination of moisture content.
The optimum moisture content is the moisture content that corresponds of
the laboratory maximum dry density determined in accordance with I.S. 2720
(Part – VII ) 1973.
The above compaction tests will be conducted by contractor in the presence
of departmental officers at the cost and the contractor shall ensure compaction,
till the Engineer-in-charge or his authorized representative is satisfied that the
maximum dry density at optimum moisture content is obtained and permits the
laying of next layer.
3.6.3 COMPACTING COHESIONLESS MATERIALS
Where compaction of cohesion less, free draining materials, such as sands
and gravels is required the materials shall be deposited in horizontal layers and
compacted to the relative density specified below. The excavating and placing
operation shall be such that the materials when compacted will be blended
sufficiently to secure the best practicable degree of compaction and stability.
Water shall be added to the materials as may be required to obtain the specified
density by method of compaction being used.
As envisaged in clause 6.6.2.1 of IS 4701-1982 the thickness of the
embankment layer shall not exceed 25 cm. (loose layer) before compaction and it
should be spread over the full width of the embankment and compaction shall be
done by tampers or crawler tractors or vibrating rollers. If the compaction is
performed by Treads of crawler type tractor, surface vibrators or similar
equipment the thickness of the layer before compaction shall not be more than 4
cm. if compaction is performed by internal vibrators the thickness of the layer
shall not be more than the penetrating depth of the vibrator.
ii) Dry density using the relative density test as described in I.S. 2720 (Part
XIV)1983 Indian Code of Practice for determination of density index (relative
density) of cohesion less soils. The relative density of the compacted materials
obtained shall be not less than 70% determined in accordance with clause 6.6.3.1
of I.S. 4701 – 1982 the moisture content shall be maintained as per clause 6.6.4 of
I.S. 4701 – 1982.
Tampering rollers used for compaction of earth fill shall conform to the
following requirement.
A. Roller drums:
Double drum sheep foot vibratory rollers shall be used for compaction. Each
drum of a roller shall have an outside diameter not less than 142.25 cms. And shall
not be less than 122 cm. in length. The space between two adjacent drums when on
level surface shall not be less than 30 cms. and not more than 38 cms. Each drum
shall be free to pivot about an axis parallel to the direction of travel.
B. Roller Weight.
The weight of the roller when fully loaded shall not be less than 7091 Kgs.
And the ground pressure when fully loaded shall not be less than 40 Kgs/Sq.cm.
Appropriate equipment for hauling the rollers should be used which can pull the
rollers satisfactorily at a speed of 4 Kms. Per hour when drums are fully loaded.
The space between the tamping feet shall be kept clear of material striking the
drum as the same can reduce the effectiveness of the tamping roller.
C. Rolling.
When each layer of materials has been prepared to have the proper
moisture content uniformly distributed throughout the materials, it shall be
compacted by passing the tampering roller. The exact number of passes for each
layer to obtain specific density shall be designated by Field Laboratory tests and
tests conducted on the borrowed material. The layers shall be compacted in strips
over lapping not less than 0.6 m. rolling shall commence at edges and progress
towards centre longitudinally. The roller of loaded vehicles shall travel in a
direction parallel to the axis of the canal. Turns should be made carefully to
ensure uniform compaction. Rollers shall always be pulled.
3.6.6. TAMPING.
Roller will not be permitted to operate within one meter of concrete and
masonry structures in the following location where compaction of the earth fill
materials by means of roller is impracticable or undesirable the earth fill shall be
specially compacted as specified further below.
i. Porticos of the earth fill in embankment adjacent to masonry structures and
embankment foundation designated on the drawing as specially compacted earth
fill.
ii Earth fill embankment adjacent to steep abutments.
iii Earth fill at specially designated location.
Earth fill shall be spread in layers of not more than 10 (ten) cms. In
thickness when loose and shall be moistened to have the required moisture content
as specified. When each layer of materials has been conditioned to have the
required moisture content, it shall be compacted to the specified density by
special rollers, pneumatic/ hand tampers or by other approved methods. The
moisture control and compaction shall be equivalent to that obtained in the earth
fill actually placed in the embankment in accordance with specifications.
3.6.7 TESTING:
Density tests shall be carried out after rolling to ascertain the state of
compaction which should be measured in terms of dry density. Standard proctor
density tests shall be carried out at regular intervals to account for variations in
the borrow area material. Not less than three tests shall be conducted to indicate
variation in the standard Procter density attained in the laboratory.
Density tests shall be conducted from time to time at site to ascertain
whether compaction is attained as specified. For every 1500 cums of compacted
earth fill, at least one field density test shall be conducted. However, minimum
four density tests shall be made per day irrespective of quantity of earth work. In
case the tests show that the specified densities are not attained, suitable action
shall be taken either by moisture correction or by additional rolling, so as to obtain
the specified density which shall be checked again by taking fresh tests at the
same locations. The test locations should be so chosen as to represent the whole
layer under test. Each layer should be tested for proper compaction before a
fresh layer is allowed over it.
The density to be attained after compaction should be at least 95% of
proctor density predetermined by Laboratory tests.
3.6.8. SETTLEMENT ALLOWANCE:
In the mechanically compacted earth fill, settlement allowance of 2% should
be provided. In case of earth fill of canal which has not been mechanically
compacted, settlement allowance at 16% of height should be provided and
necessary adjustment should be made to take care of natural settlement due to
rains. Accordingly, extra height should be provided. Settlement allowance at 10%
shall be calculated after embankments are subjected to natural compaction of one
full monsoon rains. Settlement allowance of 2% shall be calculated after
embankments are subjected to natural compaction for 2 or more monsoon rains.
The base width of the embankment shall not be increase to maintain the design
slopes indicated in the drawings for additional height as settlement allowance, but
the following procedure shall be adopted.
Settlement allowance shall be calculated at various levels and the elevation
including settlement allowance shall be derived keeping the embankment width at
the designated levels unchanged. The edges of the embankment at the increased
elevations (including settlement) when joined with the point where the slope has
changed earlier below, shall give the slope to be adopted for construction.
SECTION - 4
CONCRETE WORKS
SECTION 4. 1
CONCRETE STRUCUTRES.
C. MIX PROPROTIONS:
The proportions of various ingredients to be used in the concrete for different
items of the work are given in the bill of quantities. In proportioning concrete, the
quantity of both cement and aggregate should be determined by weight / volume. Water
shall be either measured by volume in calibrate tanks or weighed. Batching plant shall
conform IS 4925-1968 (Indian Standard Specification for batching and mixing plant). All
measuring equipments shall be maintained in a clean serviceable condition and their
accuracy periodically checked. Adjustment shall be made as directed to obtain concrete
having suitable workability, impermeability, density, strength and durability without the
use of excessive cement. The acceptance or rejection of concrete shall be as per the
acceptance criteria laid down in clause 15 of IS 456-2000.
The water cement ratio exclusive of water absorbed by the aggregate shall be
sufficiently low to provide adequate durability in concrete. The water cement ratio of
various grades of concrete shall as determined and ordered by the Engineer-in-charge.
Admixture of Pozzolanas, if ordered, shall conform to the requirements specified in IS
9103-1979 (Indian Standard Specification for Admixtures for concrete).
D. CONSISTENCIES:
The slump of concrete at the placement shall be as follows :
II. For plain concrete work, slump requirements mentioned in item 1 above are
applicable.
III. Lining with slip form machine 60 to 70 mm slump for concrete paver finish.
TEST FACILITIES:
The contractor shall furnish free of cost samples of all ingredients of
concrete for testing. He should also supply free of cost the samples of all the
ingredients of concrete used in the work for the test to be conducted by the
Engineer-in-charge or any officer nominated by him at the cost of the contractor.
B. ACCEPTANCE OF CEMENT.
Portland cement shall be supplied by the contractor according to clause 10.1
of IS 269-1976.
C. ACCEPTANCE OF POZZOLANA:
Pozzolana added to the concrete as an admixture shall be sampled and
tested as per IS 9103-1979
D. RECOVERY OF COST OF CEMENT IN WASTED CONCRETE ETC:
The cost of cement used in wasted concrete in replacement of damaged or
defective concrete and extra concrete required as a result of over excavation
intentionally performed by the contractor’s shall be borne by the contractor
himself. No extra payment shall be made to the contractors for such additional
quantity.
4.2.4 ADMIXTURES:
The contractor shall use Air entraining admixtures as directed by the
Engineer. Admixtures shall be of uniform consistency and quality and shall be
maintained at the job site at uniform strength of solution. Admixtures shall be
batched separately in liquid form in containers capable of measuring at one time
the full quantity of each admixture required for each batch. Chemical admixtures
which harm the quality and strength of concrete shall not be used in the concrete.
4.2.5. WATER.
The water used in making and curing of concrete mortar and grout shall be
free from objectionably quantities of silt, organic matter, injurious amounts of
oils, acids, salts and other impurities etc. as per IS specification No.456-2000.
The Engineer-in-charge will determine whether or not such quantities of
impurities are objectionable.
Such determination will unusually be made by comparison of compressive
strength water requirement, time of set and other properties of concrete made
with distilled or very clean water and concrete made with the water proposed for
use. Permissible limits for solids when tested in accordance with IS 3025-1964
shall be as tabulated below.
PERMISSIBLE LIMITS FOR SOLIDS IN WATER.
1. Organic Maximum permissible limit 200 mg. /ltr.
2. Inorganic 300 mg. /ltr.
3. Sulphate (as 504) 500 mg. /ltr.
4. Chlorides (as CL) 2000 mg. /ltr for plain concrete work and 1000 mg/ltr for
RCC work.
5. Suspended matter 2000 mg. /ltr.
The PH value of water shall generally be not less than 6 (six)
If any water to be used in concrete mortar or grout is suspected by the
Engineer-in-charge of exceeding the permissible limits for solids, samples, of
water shall be obtained and tested by the Engineer-in-charge in accordance with
IS 3025-1964.
C. GRADING.
The sand as batched shall be well graded and when tested by means of
standard sieves shall confirm to the limits given in table 4 of IS 383-1970 and
shall be described as fine aggregates. Grading zones. I, II, III and IV. Sand
complying with the requirements of any of the four grading zones is suitable for
concrete. But sand confirming to the requirements of grading zone IV shall not be
used for reinforced cement concrete work.
3. SOUNDNESS TEST.
The coarse aggregates to be used for all concrete works shall pass a sodium
or magnesium sulphate accelerated soundness test specified IS 2386 (Part V)
1963 and the average loss or weight after 5 cycles shall not exceed the limits
specified in clause 3.6 of IS 383 – 1970.
4. SPECIFIC GRAVITY:
The coarse aggregates shall have specific gravity of 2.60 minimum.
5. DELETERIOUS MATERIALS.
The maximum quantity of deleterious materials in coarse aggregates shall
not exceed the limits specified in Table of I.S. 383-1970 when tested in
accordance with IS 2386-1963
C. SEPARATION.
The coarse aggregates shall be separated into nominal sizes during
production of the aggregate. Just prior to batching, the coarse aggregates shall be
rewashed by pressure spray and finish screened on multi-desk vibrating screen
capable of simultaneously removing undersized and over sized aggregate from each
of the nominal aggregate entering the batches occur during intermittent batching
then a dewatering screen will be required after the finish screens to remove
the excess free moisture. Finish screens shall be mounted over the batching plant
or on the ground adjacent to be batching plant. Finish screens shall be so mounted
that the vibration of the screen will not be transmitted to the batching bins or
scales and will not affect the accuracy of the weighing equipment in any other
manner.
The method and rate of feed for finish screening shall be such that the
screens will not be over loaded and will result in a finished product which meets
the grading requirements of these specifications. Coarse aggregate shall be fed to
the finish screens in a combination of alternations of nominal sizes which will not
cause noticeable accumulation of poorly graded coarse aggregates in any bin. The
finish screened aggregates shall passes directly to the individual batching bin in
such a manner as to minimize breakage. Below 2.36 mm. materials passing through
the finish screens shall be wasted unless it is routed back through a sand classifier
in a manner which causes uniform blending with the natural sand being processed.
Water from finish screening shall be drained in such a manner as to prevent
aggregate wash water from entering the batching bins and weighing hoppers
washing and finish screening requirements shall be subject to approval by the
Engineer-in-charge.
Coarse aggregates for concrete shall be separated into various nominal
maximum sizes specified in the relevant paragraph. Separation of the coarse
aggregate into the specified sizes after finish screening shall conform to the
grading requirements specified in Table 2 of IS 383 – 1970 when tested in
accordance with IS 2386 (Part II) 1963 (Method of test for aggregates for
concrete part I) particles size and shape.
Coarse aggregate for mass concrete may be separated as previously herein
specified. Separation of the coarse aggregates into the various sizes shall be such
that when tested in accordance with IS 2386 (Part I ) 1963 shall conform to the
requirements specified in Table 3 of IS 383 – 1970.
Sieves used in grading tests shall be standard mesh sieves conforming to IS
460 (Part I) 1978 (specification for test sieves part I wire cloth test sieves)
interfere with the operations of other contractor who are also using any given
source.
C. PROCESSING RAW MATERIALS.
Processing of the raw materials shall include screening and washing as
necessary to produce sand and coarse aggregate conforming to the requirements
of paragraph 4.2.6 and 4.2.7 Processing of aggregate produced from any source
owned by the State Government and controlled by the Department of Mines and
Geology shall be done at an approved site. Water used for washing aggregate shall
be free from objectionable quantities of salts, organic matter and other
impurities. Oversize metal may be crushed to correct aggregate particle size and
excess material in individual coarse aggregate size fractions may be crushed to
given the largest practical yield of usable concrete aggregate.
Suitable types of crushers shall be used with the prior approval of the
Engineer-in-charge for producing coarse aggregates. Crusher fines produced in the
manufacture of coarse aggregates may be used in sand. Crushed stone, sand,
crushed gravels and crusher fines if used shall be predominantly cubical in shape
and shall be blended uniformly with natural sand by routing them together through
sand classifier. Crusher coarse aggregate shall be blended uniformly with natural
coarse aggregate by routing both together through the classifying screens.
D. COST.
This shall be included in the applicable price bid in the schedule for concrete
filter and other works in which the aggregates are used .
4.2.9. BATCHING.
The contractor shall notify the Engineer-in-charge 24 hours before batching
concrete. Unless inspection is waived in each case, batching shall be performed
only in the presence of an Engineer authorized by Engineer-in-charge.
The contractor shall provide maintain and operate the equipment as required
to accurately determine and control the prescribed amounts of the various
materials entering the concrete mixtures. The quantities of cement sand and each
size of coarse aggregate entering each batch of concrete shall be determined by
individual volume measurement or by weight as the case may be. Cement has to be
weighted / measured in volume separately from the aggregates. Sand and coarse
aggregates may be weighed with separate scale and hoppers.
The grading of aggregates shall be controlled by obtaining the coarse
aggregate in different sizes and blending them in the right proportions the
different sizes being stacked in separate stock piles, the materials shall be stock
piled a day before use. The grading of coarse and fine aggregates will be checked
as frequently as directed by the Engineer in charge. Water shall be added by
weight or measured by volume in calibrated tanks. The amount of added water shall
be adjusted to compensate for any observed variations in the moisture contents.
Determinations of moisture content in the aggregate shall be in accordance with
I.S. 2386 (Part
III) 1963 (Indian Standard Method of test for aggregate of concrete Part III).
The amount of surface water carried by aggregates will be determined in
accordance with Table 4 of I.S. 456-2000.
Cement and aggregates are hauled from a central batching plant to the
mixture each batch shall be protected during transit to prevent loss and to limit
the pre-hydration of cement. Separate compartments with suitable covers shall be
provided to protect the cements or they shall be completely enfolded in and
covered by the aggregates to prevent wind loss. If cement are enfolded in moist
aggregates or otherwise expressed to moisture and delays occur between batching
and mixing extra cement shall be added to each batch. The extent of such extra
cement will be so as to attain the required quality. No separate payment for this
addition of extra cement shall be made.
4.2.10. MIXING.
A. GENERAL.
The concrete ingredients shall be thoroughly mixed in mechanical mixers
designed to positively insure uniform distribution of all the component materials
through out the concrete at the end of the mixing period. Mixing shall be done as
per clause 9 of IS 456-2000. The mixer should comply with IS 1971-1985 (IS
Specifications for batch type concrete mixers)
The concrete as discharged from the mixer shall be uniform in composition
and consistency from batch to batch. Workability shall be checked at frequent
intervals as IS 1199-1959. Mixer shall be examined regularly by the Engineer-in-
charge or his authorized Engineer for changes in conditions due to accumulation of
hardened concrete or mortar or to wear of blades. The mixing shall be continued
until there is a uniform in colour and consistency and to the satisfaction of the
Engineer. If there is aggregation after unloading the concrete should be remixed.
After mixer that at any time produces unsatisfactory mix, shall not be used
until repaired. If repair attempts are unsuccessful a defective mixer shall be
replaced. Batch capacity shall be at least 10% of but not in excess of the rate
capacity of the mixer unless otherwise authorized by the Engineer-in-charge.
B. CENTRAL MIXERS.
Water shall be admitted prior to and during charging of the mixer with all
other concrete ingredients. After all materials are in the mixer, each batch shall
be mixed for not less than the time specified by the Engineer-in-charge. The
minimum mixing time shall be 2 minutes. The minimum mixing time specified is
based on average mixer performance. The Engineer-in-charge will adjust the
minimum mixing time as required by the observations of the mix delivered from
mixer. Excessive over mixing which require addition of water to maintain the
required concrete consistency shall not be permitted.
In addition to IS 1791-1985 the mixing equipment shall conform to the
following further requirements.
1. Plant configuration shall be such that the mixing of each mixer can be
observed from the safe location which can be easily reached from the
4.2.12 FORMS:
a. GENERAL
From shall be used wherever necessary to confine the concrete and shaping
it to the required lines. If a type of form does into consistently perform in an
acceptable manner as determined by the Engineer-in-charge the type of form shall
be changed and method of erection shall be modified by the contractor subject to
approval of the Engineer-in-charge.
Plumb and string lines shall be installed before and maintained during
concrete placement. Such lines shall be used by the contractor’s personnel and by
the Engineer-in-charge and shall be in sufficient number and properly installed as
determined by the Engineer-in-charge. During concrete placement the contractor
shall continuously monitor plumb and string line form positions and immediately
correct deficiencies.
Forms shall have sufficient strength to withstand the pressure resulting
from placement and vibration of the concrete and shall be maintained rigidly in
position. Where form vibrators are to be used forms shall be sufficiently rigid to
effectively transit energy from the form vibrators to the concrete while not
damaging or altering the positions of forms. Forms shall be sufficiently tight to
prevent of loss of mortar from the concrete. Chamfer strips shall be placed to
produce beveled edges on permanently exposed concrete surfaces. Interior angle
of inter setting concrete surfaces and edges of construction joints shall not be
beveled except where indicated on the drawings.
Suitable struts or stiffeners or ties shall be used for the form work
wherever necessary. All supports shall be braced and cross braced into two
direction. All splices and braces shall be secured by bolting unless specially
intended otherwise. All struts shall be firmly supported against settlement and
slipping, by suitable means as directed. All supports shall be cut square at both
ends and firmly supported against settlement and slipping. When the form work is
supported on soil, sleepers etc. shall be used to properly disperse the loads. In
case the supports rest on already completed beam or slab suitable props shall be
provided under the latter.
b. The form work shall be of well seasoned timber or steel. When timber forms
are used they shall be lined with MS sheet or other suitable smooth faced non
absorbent materials as specified. Supports may be timber of steel. Suitable
wedges in pairs to facilitate adjustment and subsequent releasing of forms shall be
provided preferably at the upper end of the supports. The details of the proposed
form work and supports shall be submitted to the Engineer-in-charge and got
approved before erection.
c. In case of columns, retaining walls or deep vertical component the height of
the column shall facilitate shall placement and compaction of concrete and suitable
arrangement may be made for securing the forms to the already poured concrete
for placing the subsequent lifts. No steel tie or wires used for securing this form
work shall be left exposed of the face of the finished work.
d. Suitable inserts for block outs for electrical and other service fixtures
where necessary shall be provided in the required locations as specified.
e. Cleaning and oiling of forms:- At the time the concrete is placed in forms,
the surfaces of the forms shall be free from encrustations of mortar grout or
other foreign material. Before concrete is placed the surface of the forms shall be
oiled with commercial forms of oil.
f. Removal of forms
The steeping of form work shall conform to clause 10.3 of IS 456-2000. The
contractor shall be liable for damage and injury caused by removing forms before
the concrete has gained sufficient strength. Forms on upper sloping faces of
concrete such as forms on the water sides of wrapped transitions shall be removed
as soon as the concrete ha attained sufficient stiffness prevent sagging. Any
needed repairs or treatment required on such slopping surfaces shall be performed
at once and be followed immediately by permitted curing.
To avoid incessant appearance in concrete that might result from swelling of
forms, wood forms for wall openings shall be loosened as soon as the loosening can
be accomplished without damages to the concrete. Forms for the opening shall be
constructed to facilitate such loosening. Forms shall be removed with care so as to
avoid injury to concrete and any concrete so damaged shall be repaired in
accordance with paragraph 6.2.21.
g. Cost.
The cost of furnishing all materials and performing all works for
constructing forms including any necessary treatment or coating of forms is
indicated in the item of form work provided in the bill of quantities.
4.2.13 TOLERANCES FOR CONCRETE CONSTRUCTION.
A. GENERAL.
Tolerances are defined as allowable variations from specified lines, grades,
and dimensions and as the allowable magnitude of the surface irregularities.
Allowable variations from specified lines, grades and dimensions are listed as given
under sub paragraph (B) below.
The intent of this paragraph is to establish tolerances that are consistent
with modern construction practice that is governed by the effect that permissible
variations may have upon a structure. The Govt. reserves the right to diminish the
tolerances set forth therein if such tolerances impair the structural action
operational function or architectural appearance of a structure or position
thereof.
Concrete shall be within all stated tolerances even though more than one
tolerance may be specified for a particular concrete structure. Provided that the
specified variation for one element of the structure shall not apply when it will
permit another element of the structure to exceed its alterable variation where
tolerance are not specified for particular structure tolerances shall be those
specified for a similar work. As an exception to clause 2 of the general provisions,
specific tolerance shown here in connection with any dimension shall govern. The
contractor shall be responsible for finishing the concrete forms with in the limit
necessary to insure that the completed work will be within the tolerance limit
specified. The defective work where the tolerance limit is exceeded shall be
remedied in accordance with the sub paragraph b and c.
held firmly against the concrete surface over the irregularity and the magnitude
of the offset is determined by direct measurement.
c. GRADUAL SURACE IRREGULARITIES:
Gradual surface irregularities are defined herein as bulges and depressions
resulting in gradual changes on the concrete surface. Gradual surface irregularities
are measured using a suitable template conforming to the design profile of the
concrete surface being examined. The magnitude of the gradual surface
irregularities is defined herein as measures of the rate of change in slopes of the
concrete surface.
The surface irregularities shall not exceed 6 mm for bottom slab and 12 mm
for side slopes when tested with a straight edge of 1.5 meter in length.
The magnitude of gradual surface irregularities on concrete shall be
checked by the contractor to ensure that the surfaces are within the specified
tolerance. The Engineer-in-charge will also make such checks of hardened concrete
surfaces as determined and ensure necessary compliance with such specifications.
d. REPAIR OF HARDENED CONCRETE NOT WITHIN SPECIFIED
TOLERANCES:
Hardened concrete which is not within specified tolerances shall be repaired
to bring it within those tolerances. Such repair shall be in accordance with
paragraph 6.2.21 and shall be accomplished in a manner approved by the Engineer-
in-charge. Concrete repair to bring concrete with the tolerance shall be done only
after consultation with a representative of Engineer-in-charge regarding the
method of repair. The Engineer-in-charge shall notify as to the time when repair
will be performed.
Concrete shall be finished in a manner which will result in concrete surface
with a uniform appearance. The fins and any rough projections can then be rubbed
down and the whole surface brought to an even finish by rubbing with a wooden
float using a mortar of one part cement by two parts of coarse sand as an abrasive,
the mortar at the same time filling the voids. A neat cement works shall than be
applied to give a smooth surface. If the concrete has set hard, the fins and rough
projections, if any shall be removed by using carborandum brick or a paved grinding
machine by chipping, before finishing off with the smoothing wash. If the work of
chipping is not done with care or if the surface exposed after removal of the
forms can not be satisfactorily dealt with in this manner due to bad work or for
other reasons, a coat of cement plaster of 1:2 of thickness as ordered by engineer
shall be applied. No extra payment will be given for finishing concrete surface as
instructed above in this clause.
e. PREVENTION OF REPEATED FAILURE TO MEET TOLERANCES:
When concrete placements result in hardened concrete that does not meet
the specified tolerance the contractor shall submit to the Engineer-in-charge an
outline of all prevention actions such as modification to form, modified procedure
for setting screeds and different finishing techniques to be implemented by the
contractor to avoid repeated failure.
REINFORCING BARS:
The contractor shall make his own arrangement for procurement of steel of
required specification of reputed factory such as SAIL/TATA/JINDAL
STEEL/SHYAM STEEL etc for the work. Transportation from the place of supply
to work site and all incidental charges will be borne by the contractor.
Reinforcing bars shall be placed in the concrete as shown in the drawings or
as directed. For concrete canal lining the reinforcement rods as provided for in
the drawing shall be placed.
For anchoring the concrete canal lining to the hard rock provision of anchor
road is made in the drawing and contractor shall place these anchor rods to the
spacing and depth shown in the drawings.
B. MATERIALS:
Unless shown otherwise on the drawings the reinforcement to be used shall
be High Yield strength deformed bars of grade FE 500 conforming to IS 1786-
1985 specification for high yield strength deformed steel bars and wire for
concrete reinforcement.
C. PLACING:
Reinforcement shall be bent and fixed in accordance with the procedure
specified in IS 2502 – 1963 (code of practice for bending and fixing of bars for
concrete reinforcement). All reinforcement shall be placed and maintained in the
position shown in the drawings splices shall be located where shown in the drawing
provided that the location of the splice may altered subject to written approval of
the Engineer-in-charge.
Subject to the written approval the Engineer-in-charge, the contractor may
for his convenience, splice bars at additional locations other than those shown on
the drawings. In order to meet design and space limitation on placing some bent
bars may exceed usual clearance cutting and bending of such bars from stock
lengths may be required at the site.
Unless otherwise prescribed, placement dimensions shall be to the center
line of the bars. Reinforcement will be inspected for compliance with requirement
as to size, shape, length, splicing.
Before reinforcement is embedded in concrete the surface of the bars shall
be cleaned of heavy flaky Rusk, loose scale, dirt grease or other foreign
substances which in the opinion of the Engineer-in-charge are objectionable. Heavy
flaky rust that can be removed by firm rubbing with bar lap or equivalent
treatment in considered objectionable.
prior to placement of other concrete or back fill against those surfaces. Only
sufficient time to prepare construction joint surfaces and to bring them to a
surface dry condition shall be allowed between discontinuance of curing and
placement of adjacent concrete.
Forms shall be removed within 24 hours after the concrete has hardened
sufficiently conforming to IS 456-2000 to prevent structural collapse or other
damage by careful form removal. Where required repair of all minor surface
imperfection shall be made immediately after form removal and prior to curing,
minor surface repair shall be completed within 2 hours after form removal and
shall be immediately followed by the initiation of curing by the applicable method
specified herein. Concrete surfaces shall be kept continuously moist after form
removal until initiation of curing.
B. MATERIALS:
Concrete cured with water shall be kept wet at least for 28 days from the
time the concrete has attained sufficient set to prevent detrimental efforts to
the concrete surfaces. The concrete surfaces to be cured shall be kept wet
covering them with water saturated materials by using a system of perforated
pipes, mechanical sprinklers or porous hose or by other methods which will keep all
surface continuously wet. All curing methods are subject to approval of Engineer-
in-charge.
C. COST:
The cost of furnishing all materials and performing all work for curing
concrete shall be included in the price bid in the bill of quantities for the concrete
on the particular curing methods are required.
4.2.16. MEASUREMENT OF CONCRETE:
Measurement for payment of concrete required to be placed directly upon
or against surfaces of excavation will be made to the lines for which payment for
excavation is made.
The unit measurement will be cubic meter. In measuring concrete for
payment the volume of all opening, fixtures embedded pipes and metal work each
of which is larger than 0.1 square meter in cross section will be deducted.
4.2.17. PAYMENT FOR CONCRETE:
Payment for concrete shall be made at the applicable unit price in therefore
in the bill of quantities, which unit price shall include the cost of furnishing all
materials and performing all works required for the concrete construction except
that payment for furnishing and placing reinforcement bars and form work which
shall be made at the respective unit price’s bid thereof in the schedule.
SUPPLY OF PIPES:
Providing and fixing R.C.C. NP2/NP3/NP4 class pipes as per drawings.
Pipes shall be specified diameter non pressure type conforming to IS 458-
1971. Maximum length of the pipe shall not be less than 2.5m. or otherwise
directed by the Engineer-in-charge. The contractor shall order the pipes required
for the work on the basis of the construction drawings supplied to him by the
Engineer-in-charge. Pipe marked with the following information on each type shall
only be accepted for the work.
A. Class Pipe
B. Date of Manufacture
C. Name of Manufacturers or his trade mark or both
D. IS Specification mark.
SECTION-5
5.0 EARTH WORK EXCAVATION / STONE WORKS
5.1. The contractors shall execute the work to the lines, grade and section as per
drawing and in accordance with the specification and relevant clause / clauses
of relevant Indian Standard codes unless otherwise specified. Construction of
all approaches and haul roads coffer dam and de-watering if required and
their maintenance shall be the responsibility of the contractor. The
contractor shall ensure good workmanship and quality and shall ensure besides
other aspects fulfillment of the following specific requirements to the
satisfaction of the Engineer- In –Charge.
The work is to be executed as per design, drawing and specifications
and direction of the Engineer-in-Charge.
5.2 PLACEMENT (EARTHWORK)
i) Choice of equipment shall be governed by the site conditions, nature of job /
space etc. and it shall be got approved from the Engineer- in – Charge.
ii) Earth work beyond the required design section will not be paid for
iii) Earth work quantity will be assessed from cross section taken at suitable
intervals as decided by the Engineer-in-charge. Initial levels will be taken and
recorded in level book with reference to the bench mark which should be kept
at site till finalization of the work. The initial of the cross section papers
should be signed by both the parties before starting the work. Final level is to
be taken and recorded in level book after completion of the work in all
respect and the contractor is to sign the final levels taken in level book as
acceptance of final measurement.
5.0 R. R. STONE PACKING
5.1. GENERAL
The packing shall consist of boulders and blasted rock and it shall be hand
placed. The thickness of the packing shall be measured normal to the slope of
the embankment.
5.2. QUALITY OF PACKING STONE
i) Packing stone shall be controlled in quarry for quality, gradation and size.
ii) Stone and spalls obtained from rock excavation shall be checked for quality,
gradation and size before lifting.
iii) The stone for packing should be dense, resistant to abrasion and is free from
cracks, seams, shale partings, conglomerate bonds and other defects that
would tend to increase their susceptibility to destruction by the action of
water and weather.
iv) The stone shall be closely packed and the interstices shall be filled with
moorum. The finished surface of packing should be reasonably uniform free
from loose stones.
5.3. Test for Stone
i) Soundness - The rock fragments shall be tested for its soundness as per IS-
2386-Part-II.
ii) Abrasion - The rock fragments shall be tested for its abrasion as per IS-
2386-Part IV.
iii) Water absorption test – As per IS-2386.
iv) Quality of stone should confirm following standards
1 Soundness Maximum 12 %
2. Abrasion Maximum 40 %
3. Water absorption Maximum 5 %
5.4. THICKNESS OF STONE PACKING
In no case the minimum thickness of hand placed packing shall be less than 30
cm.
5.5. PLACEMENT OF RIP RAP / LAUNCHING APPRON
Hand placed Packing
The hand placed packing stone shall consists of size 0.02 cum and above size
and laid on edge starting from the bottom. The stone shall be laid compactly
with staggered joints and so matched & interlocked that, they shall be keyed
together with minimum of joint space. Then rock fragments and spalls shall be
driven by a hammer into interstices to wedge the packing in place.The hand
placed packing shall preferably be laid in one course and the layer thickness is
same at the stone size. If two layers of stones are used the header stone
extending through both layer and spaced at about 1.5m. shall be used. In two
layers placing the top layer stones shall be larger.
5.6. MEASUREMENT AND PAYMENT
Thickness of packing shall be measured at a number of locations and the
payment shall be made towards the average thickness arrived out of the
measurements. Payment for packing shall be made at the applicable unit price
per cubic meter in the bill of quantities for packing which unit price shall
include the cost of procuring or finishing, hauling and placing the rock for
packing including the rock spalls.
SLOPE PROTECTION
6.1.1 RIPRAP AND COARSE GRAVEL PROTECTION
A. GENERAL
The Contractor shall furnish and place riprap and coarse gravel protection to the
prescribed outlines and thickness provided in the drawings for the protection of
the dam and structures and elsewhere as required.
B. MATERIALS
The stone required for riprap shall be in accordance with clause 4.1 of I.S. 8237 -
1976 Indian code of practice for protection of slopes for reservoir embankments.
The stones for riprap shall be hard and durable and shall not crumble on long
exposure to water and air. The gravel protection shall be reasonably well graded
and shall conform to clauses 5.15.1.1, 5.1.2, 5.1.3 and 5.2 of I.S 8237- 1976. The
thickness of the stone to be used in the riprap shall be in accordance with clauses
6.3, 6.4.1 of I.S. 8237-1976, Indian code of practice for protection of slopes for
reservoir embankments.The Contractor shall unless otherwise specifically stated
in the contract be responsible for payment wherever payable of all import duties,
tools, octrai duties, seignorages, quarry fees etc. on all materials and article that
he may use.
(C) PLACING
The placing and laying of riprap with coarse gravel protection shall be, in
accordance with clauses 6.1.6.2,6.2.1 and 6.2.2 of l.S. 8237-1985 in case the riprap
hand placed riprap, and in accordance with clause 7.1, 7.2 of I.S. 8237-1976 in
case the riprap is dumped riprap.
Minimum Thickness or Hand Placed Riprap
larger than the diameter) is more than 5 times that of 15% size of the layer
above.
vi. The requirement for grading of the filters shall be established by the field
laboratory on the basis at mechanical analysis of the adjacent fill material.
Mechanical analysis shall be performed on samples, which have been compacted.
The test is to be conducted by the Contractor at his cost in the presence of
Department Engineers to be nominated by the Engineer-in-Charge.
vii. The following gradation is however tentatively and roughly indicated for the
Contractor's information.
FINE SAND
At least 15% particles should be less than 0.3mm to 0.5mm in diameter.
COURSE SAND
At least 15% particles should be less than 2.50mm to 3mm in diameter.
AGGREGATE
10mm to 75mm rock aggregate: At least 15% particles could be less than 20mm in
size.
viii. Representative samples of these filter materials should be submitted by the
Contractor to the Engineer-in-Charge of the work so that the mechanical analysis
of the same could be carried out in the field laboratory and its gradation got
tested and declared as permissible. In the event of the samples not conforming
with the required gradation, the Contractor shall take such steps and perform such
operation as to result in obtaining the materials of the required gradation without
claiming any extra consideration beyond his quoted rate.
(C) ROCK TOE
i. The rock fill at the downstream toe of the bank shall be constructed to the
finished lines and grades shown in the drawings.
ii. The rock fill shall be placed in layers not exceeding 0.30 meter thickness at a
time. The large rock fragments shall be placed on the outer faces of rock toe and
shall be closely and firmly set with hand with their broadest side down-wards and
face normal to the finished slope. At least 25% of these stones of the outer
faces, should be 300mm in depth in normal to the slope and to be well embedded
in the mass and should be laid with breaking joints as far as possible, so as to
secure a firm and stable rock mass. For the sloping surface away from the
embankment interstices between the adjacent stone on the slope shall be well
filled with stones of the proper size. and tightly wedged by wooden mallets or
crowbars to ensure firm packing to result in a neat and well packed surface true
to the finished slope. For earth side slope the surface stones need not be thus
wedged with smaller stones so as to allow free drainage of the embankment.
Profiles of strings and pegs should be used to ensure that rock toe is done true,
straight and to confirm neatly to the designed slopes throughout
iii. Rock spall and stones not less than 0.014 cum in volume shall then be dumped in
the interior portion so as to claim a free draining, properly graded fill with the
best practicable distribution of materials and prevent large unfilled spaces being
left within the rock mass. The inclusion of rock spall in the mass to amount in
excess of the required to fill the voids between the large stones shall be
permissible. The stones used shall consist of sound dense and durable rocks and
shall be reasonably well graded.
(D) SLOPE AND BED FILTER TO ROCK TOE --
i. Slope and bed filter should be laid for the rock toe consisting of filter materials
of specified thickness and types shown in the drawings.
ii. The specification of the materials mentioned shall be the same as given in
paragraph (B) above.
iii. The thickness of the various types of filter materials shall be specified in the
plans.
(E) MEASUREMENT AND PAYMENT
Measurement and payment for filters shall be in the units of cubic meter. The
payment shall be made on the relevant unit price bid in bill of quantities and the
unit price shall include cost of furnishing, hauling of the materials and labour
involved in all the operations specified for formation of filters.
6.1.3 ROUGH STONE DRY PACKING FOR APRONS AND REVETMENTS
1. The bed or slopes to receive the packing shall first be provided as specified and
passed by the Engineer-in-Charge. In case where the work of preparation of bed
and slopes such as cutting out high bound, filling in hollows, etc. or the digging of
the well foundations is rather extensive, separate items should usually be
provided for such subsidiary kinds of work. in the schedule the agreement. But if
the work involved in such subsidiary item is very little, no separate provision need
made and in the absence of such provision, the Contractor shall understand that
his tender rate is inclusive of all such work without extra charge. If the backing is
to be laid on made up ground which is objectionable it shall, so far as possible, not
to be laid till the ground has completely settled if a backing of gravel, quarry
rubbish or other material is to be given, it will be specified in a separate schedule
item. The size of the stone to be used for dry stone revetment should be 225 mm
and 300mm thick or as specified.
2. The stone shall be perfectly sound, as regular in shape as possible free from
cracks and decay and with their lengths equal to the thickness of the required
apron or revetments and each stone shall not be less in size than 0.05 cubic meter
unless otherwise specified or ordered by the Engineer-in-Charge having regard to
the nature of the stone along quarried. The smaller size stones required for filling
interstice and wedging shall only be supplied to the actual requirements for the
work as defined in clause (4) below and shall not be used in 2 or 3 layers as a
substitute for the full thickness stone specified in clause (3) below. The stone
shall be obtained from the quarry specified.
3. The stones shall be laid closely in position on the prepared bed and firmly set with
their broadest end 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 stone
shall be laid breaking joints so far as possible the direction of the flow of water.
CONTRACTOR 179 EXECUTIVE ENGINEER
180
rap comprises of sand and crushed aggregates as shown in the drawing and shall
satisfy filter criteria.
The filter materials shall not be placed until the sub grade has been inspected
and finally approved by the Engineer-in- charge. It shall be ensured that the
surface over which the filter is to be laid has been well consolidated to not less
than 96% of standard proctor density. The graded filter consisting of
aggregate and sand layers shall be laid to such thickness and line and tamped
into place in such a manner that mixing of sand with foundation or backfill
material will not occur.
c) The graded aggregates should be so placed that, the smaller sizes of it should
be adjacent to the sand layer to avoid intrusion and so as to provide a suitable
transition from sand to rock fill materials. No compensation whatsoever will be
due to the contractor for intrusion of aggregates and sand into coarser layer of
materials.
d) The filter materials shall consist of clean, sound and well graded sand with
tentatively specific gravity 2.6. Fineness modulus greater than 2.4, percentage
of silt less than 5%, bulk age not more than 20% (I:S Code 1498-1970) and
clean well graded crushed rock. The materials shall be free from debris, brush
wood, vegetable matter, decomposed rock and other deleterious matter. The
fine materials shall be laid next to the earth work to be followed by
progressively coarser material so as to form a graded filter.
The material shall be laid in layers not exceeding 15cm in thickness. The no. of
layers, the thickness of each layer and size of ingredients shall be as per final
design based on laboratory test for which no claim whatsoever from contractor
will be entertained. The gradation of each filter layer shall
meet the following requirements to satisfy the filter criteria with respect to
the materials to be protected and also with respect to adjacent filter layers.
i. D15 (f) > 4 < 20
D15 (b)
ii. D15 (f) < 5
D85 (b)
Where D10, D15, D30, D60 and D85 represent the particulars sizes at which 10, 15,
30, 60 and 85% of total particles by weight are finer respectively.
‘f’ denotes filter material,
‘b’ denotes base material,
6.1.5.1 Placing
The placement of the graded filter materials shall not be done at any part of the
dam until such surface has been duly approved by the Engineer-in-charge. For the
foundation the same shall be cleared, stripped etc. as specified in earlier
paragraph. For rip-rap the compacted embankment shall be trimmed neatly to the
slope and grades indicated in the drawings.For chimney the cutting should be done
to the dimensions of the drawing.The filter materials shall be laid in horizontal
layers not exceeding 15 cm. Thickness saturated with water and shall be lightly
rolled by light roller or by passes of chain tractors or by approved type
compactors. The thickness of filter layer could be increased to 30 cm if
In case of inclined filters, the filter shall be raised along the adjoining embankment
layers and shall be properly compacted by suitable means. In order to avoid
contamination of filter with adjoining earth full materials, the top of filter be kept
lightly higher than the adjacent embankment level and any contamination portion
shall be scrapped and removed before adding the new layer. For these operations
no extra payment will be made as the same is deemed to have been included in the
unit bid price of the items of filter work. During or immediately prior to
compaction, the material in each layer shall be thoroughly wetted. The relative
density of the compacted materials shall be not less than 70% as determined by
the standard U.S. Bureau of Reclamation relative density tests of cohesion less
free draining soils.
Rd = emax – e x 100
emax - emin
fill in the initial 60 cms. thickness shall be subjected to the same quality control
regarding to moisture content and dry density as for the rest of the embankment.
6.1.6 CHIMNEY FILTER
The vertical chimney filter with sand only of the dimension and specification of
drawings shall be constructed after excavation of compact earth fill on the down
stream of the axis of the dam to the levels dimensions and specifications. The
thickness of layers of the chimney filter shall be as shown on the drawing. The
specification of sand placing and compaction shall be as described above. The sand
should be compacted to an average relative density of 85% with a minimum relative
density of 70%. The work shall be carried out in one meter vertical lift. The top
of compacted surface (filter layer) shall be covered with impermeable B.P. Sheets
of GCI sheet or any other suitable materials where upon, the embankment shall
again be built to a height of about one metre and the process of construction shall
be repeated so as to have a continuous filter. No extra cost except covering, filter
material by BP sheets or GCI sheets for the above operations of laying filter in the
vertical chimney will be paid as the same is deemed to have been included in the
unit bid price for the filter items. During the entire period of above portion the
contactors is to plan and take all precautions to avoid hazards to the work and
workmen.
Each layer of sand filter in vertical chimney of about 1m depth shall be
carefully covered with impermeable BP sheets, GCI sheets or any other suitable
materials as approved by the Engineer-in-charge to avoid inter mincingly of
overlying soil particles. The covering sheets shall be removed after excavation of
the overlying compacted earth fill of 1m depth for re-use. Payment shall be made
on area basis in cum. as per schedule of quantities. The unit rate is deems to have
been included (i) Cost, carriage, all taxes of GCI sheets (ii) all labour for loading,
unloading, covering and removal and sheets (iii) cost of mobilization and
demobilization, (iv) Supplying, running and maintenance of machineries and
equipments if used (v) Supervision and all incidental charges to complete the work.
6.1.7 Graded filter under rip-rap/ rock toe
Graded filter shall be constructed underneath the rip-rap on the upstream and down
stream slopes of embankment as indicated in the drawing and specification. The
graded filter shall consist of sand and crushed stone as shown in the drawings. Sand
use shall be clean, sound and durable and shall be free from silt, roots, brush-wood
and other impurities. Sand used in the filter shall be of size passing 5mm. Screen
crushed stone used for filter shall consist of rock fragments reasonably well graded
up to 15 cms. in maximum dimensions. These should also satisfy the filter criteria as
given in para 6.7.4.
6.1.7.1 Placing filters under Rip-rap
Before the first layers of filter materials is placed, the embankment shall be
trimmed neatly to the slope and grade indicated on the drawings. The filter
materials shall be taken to avoid segregation of coarse and find materials in each
layer, formation of pockets and mixing of materials from one layer with material of
another layer of earth fill, the specification for inclined filter will be applicable here.
cut will be allowed and will be due for payment. The material so excavated in layer of
about one mtr. height shall be relevant in the construction of dam embankment
within a lead of 3 km. as per specification in relevant para. The Contractor should
make arrangement to prevent surface water running into vertical chimney excavation.
Payment will be made only for the cutting operation within the pay lines as per
drawing vide item No. 8. No extra payment for carriage will be made as the same is
deemed to have been included in the unit bid price of earth fill item i.e. items No. 3.
6.3 Fine dressing and turfing on the Down Stream Slope
The downstream slope of the dam as per line grades and dimension of the drawing
shall be protected by turfing the entire slope including the berms. After the slope
has been fine dressed to the line, it shall be roughed or raked evenly without any
additional cost. The entire surface shall then be covered with a layer of dub grass
sod consisting of blocks or strips of dense living grass growth as approved. The sod
shall include a mat of root and earth at least 5 cm thick. Sods containing an excess
amount of obnoxious growth shall be excluded. Sods shall be carefully handled in
transportation and transportation so that minimum amount of earth will be lost from
the root mass. The strips of blocks of sods shall be laid on the slope on close contact
and then tamped firmly in place so as to fill and close joint between the blocks.
Interval of time between collecting and laying shall be kept to a practically minimum,
and sods shall not be permitted to dry out. Immediately after placing the sods on
slopes, the slope shall be periodically moistned and if necessary for a sufficient
period to re-establish the plant growth. Sods shall be transplanted generally from
July to November. Arrangement of suitable sods is the responsibility of the
Contractor. The measurement is to be made on the covered area basis and item will
be paid at the bid price for finished item after survival of the turf for a reasonable
period as determined by the Engineer-in-charge. The unit bid price shall be for the
finished item including the collection, transportation within 5 kms. lead, all lifts and
de-lifts, loading, unloading, surface preparation, transplantation, tamping, water till
survival of sods, all labour, materials, taxes, tools, equipments and all incidental
operations necessary to complete the work as per specification and as per
specification and as per direction of Engineer-in-charge.
6.4 Inspections and Tests
6.4.1 General:
The Engineer-in-charge shall maintain and exercise a thorough check on the quality
of fill materials delivered to the dam embankment and will arrange to obtain the data
and in situ properties of the materials after compaction for comparison with design
assumptions. To achieve these objectives, a programme of field test and inspection
shall be planned to effect quality control.
6.4.2 Scope of Testing and Inspection Required
Field control of fill materials will require visual and laboratory checks. The checks on
the effectiveness of placement and compaction procedures shall be made by field
density tests at prescribed intervals. The control shall be both of the method type
and on an end result basis.
f) After 3 or 4 layers have been placed at 3 per cent less than the laboratory
optimum moisture content, field density tests should be made throughout the
section. This test should be made for at least each 100 square metre of test
section area, and should be so distributed over the area that they will depict the
effects of different compaction conditions encountered during construction. For
example, if the section is located near an abutment, certain parts of the area will
receive more compaction from track travel than other, hence some tests should
be made in the portion compacted only by the rollers and so reported.
g) The next step is to compact another 3 or 4 layers at the moisture content
slightly higher (1 percent or 2 percent) than the moisture content previously
used, maintaining the same rolled thickness of layer and number of roller passes
as in above. Field density tests are again made over the test section.
h) If the resulting field dry densities (of material passing the No. 4 sieve)
from (g) above shown a increase with increase of moisture, then increase the
moisture again by another 1 percent or 2 percent and repeat the test. If an
increase in moisture results in a decrease in field density, then place the next
layers slightly dry of the original moisture content used and repeat the test.
This procedure is nothing more than developing on the embankment, a moisture
density relation or compaction curve for a certain roller, thickness of layer, and a
given number of roller trips. If special studies during investigations have
indicated that the material being tested should be placed within certain moisture
limits, or if the moisture limits to be used have been specified, the procedure
outlined above should include test at these moisture contents or at moisture
contents both greater and smaller than the specified limits.
i) The roller compaction curve is now compared with the standard laboratory
compaction curve. If the field density of materials passing the No. 4 sieve (from
the roller curve) is greater than the standard compaction density at the specified
moisture content, the test section should be continued, decreasing the number of
roller trips while maintaining specified desirable moisture contents until the most
economical compactive efforts is determined. When the roller trips are
decreased, the required spread the thickness of layer that will compact to the
specified thickness of compacted materials should reckoned.
6.4.5 Before compaction
Material delivered to the fill shall be visually examined and their properties
estimated by way of inspection. These checks shall include
a) Borrow Areas
i. Excavation of borrow areas shall be limited in extent and depth as
indicated on plans and as per direction of the Engineer-in-charge.
ii. Estimation of moisture content of materials by visual examination and
feel.
iii. Samples shall be taken for laboratory analysis in case the soil is of
different characteristics.
The both outside slopes of filling reaches of canal as per line grades and
dimension of the drawing shall be protected by turfing the entire slope including
the berms. After the slope has been fine dressed to the line it shall be roughened
or racked evenly without any additional cost. The entire surface shall then be
covered with a layer of dub grass sods consisting of blocks or strips of density
living grass growth as approved.
The sods shall include a mat of root and earth at least 5cm. thick. Sods
containing an excess amount of obnoxious growth shall be excluded. Sods shall be
carefully handled in transportation and transplantation so that minimum amount of
earth will be lost from the root mass. The strips of blocks of sods shall be laid on
the slope of close contact and then tamped firmly in place so as to fill and close
joints between the blocks, Interval of time between collecting and laying shall be
kept to a practically minimum, and sods shall not be permitted to dry out.
Immediately after placing the sods slopes shall be periodically moisture and if
necessary for a sufficient period to re-establish the plant growth. Slopes shall be
transplanted generally from July to November. Arrangement of suitable sods in
the responsibility of the contractor.
The unit bid price shall be for the finished item including the collection,
transportation with all leads, lifts and delfts, unloading, surface preparation,
transplanting, tamping, watering till survival of sods, all labour, materials, taxes,
equipment and all incidental operations necessary to complete the work as per
specification and direction of Engineer in charge.
SECTION-7
1.0 INTRODUCTION
Irrigation canals are important infrastructure and contribute to the development
of sustainable agriculture and agricultural activities. At present, there are six (60) major
and medium irrigation projects and a good number of MIPs with vast canal networks are
operational in the state. Most of these projects are quite old and serve the state for more
than thirty (30) years. The canal systems of these projects are earthen and gets
deteriorated during course of its use. Seepage losses in these canals are prominent and
they are unable to carry the design discharge. Renovation, re-sectioning & reduction in
seepage loss are essential for smooth functioning of these canals. With this background,
department of the Water Resources has formulated a proposal viz. Canal Lining & system
Rehabilitation Program(CLSRP) during 2013 and placed it for approval of Government.
Considering its importance, the State Cabinet in this meeting held on 27.11.2013 approved
the scheme formulated by the department. Further, in the same meeting, Cabinet had also
taken a decision that all the new canals in the State will be designed as lined canals and
existing canals may also be considered to be converted to lined canals in due course in a
phased manner for prevention of seepage loss and for optimal and judicious use of water.
Table No.1
Thickness of in-Situ Concrete Lining (IS: 3873-1993)
Table No.2
Tolerance in Concrete thickness, Alignment, grade (IS: 3873-1993)
For water course & Field channels (CAD, rectangular RCC section with
bed with of 300mm along with provision of 8 mm diameter reinforcement @ 200 mm c/c on
both ways width a clear cover of 30mm may be made. The reinforcement is to be provided
on earthen side of both the walls and the bed. Thickness of the RCC should be 100 mm.
Table No.3
Recommended Side Slopes
Type of Soil Side Slopes (Horizontal : Vertical)
i Very light loose sand to 2:1 to 3:1
average sandy soil
Ii Sandy loam [Cutting - 1.5:1 to 2:1] [Embankment - 2:1]
Iii Sandy gravel / moorum [Cutting - 1.5:1] [Embankment - 1.5 to 2 :1 ]
iv Black cotton [Cutting - 1.5:1 to 2.5:1] [Embankment - 2:1 to
3.5:1]
v Clayey soils [Cutting - 1.5:1 to 2:1] [Embankment - 1.5:1 to 2.5:1]
vi Rock 0.25:1 to 0.5:1
(iv) BEAM
In deep cut reaches of canals with discharge capacity exceeding 10 cumes, beams
of 3m to 5m with should be providing in reach side for stability as well as for easy
maintenance. Turfing is to be done on the inner side slopes above the berms.
(v) COPING
The Engineer in charge should taken adequate measures so that no rainwater shall
be allowed to flow or percolate towards the canal slope behind lining. To check the ingress
of rain water behind the lining of side slopes of the canals, horizontal cement concrete
coping 100 mm to 150 mm thick, depending upon size of canal should be provided at the top
of lining. The width of coping at the top shall not be less than 225 mm for discharge more
than 3.00 cumecs, 350 mm for discharge more than 3 cumec and 550 mm for discharge
more than 10 cumec.
While designing lining, critical velocity ratio should be aimed at higher than unity so that
silting will not take place in the lined canal.
Table No.5
Drainage Details
Sl Position of water table
No. Type of Sub-grade Bellow Canal bed Between Canal Above F.S.L.
Level Bed Level and
F.S.L.
1 Sub-grade free No drainage Drainage Drainage
drainage arrangement is arrangement is arrangement is
[Soil comprising required required. 150 mm required. 150 mm
gravel with sand, or to 200 mm thick to 200 mm thick,
sandy soil having layer of well layer of well
permeability designed filter designed filter
(K) greater than 10-4 below lining below lining
cm/sec] should be. should be
provided.
2 Sub-grade Poor Drainage Drainage Drainage
Draining arrangement arrangement arrangement is
[ Soil comprising required. 150 mm required. 150 mm required. 200 mm
very fine sand, to 200 mm thick to 200 mm thick to 300 mm thick
admixture of sand, layer of well layer of well layer of well
silt and clay or soil designed filter designed filter designed filter
having permeability below lining. below lining below lining
(K) between 10 -4 should be should be
cm.sec and 10-6 provided. provided..
cm/sec]
3 Sub-grade Drainage Drainage Drainage
Practically arrangement arrangement arrangement
Impervious required. The sub- required. The required. The
{Soil comprising of grade should be sub-grade should sub-grade should
homogeneous clay removed to a be removed to a be removed to a
with permeability depth of 600 mm depth of 600 mm depth of 600 mm
(K) less than 10-6 and replaced by and replaced by and replaced by
cm/sec] sand, moorum or sand, moorum or sand, moorum or
suitable pervious suitable pervious suitable pervious
material. material. material.
Table No. 6
Pressure relief arrangement details
Sl. Type of sub- Position of water table
No. grade Between Canal Bed
Between Canal Above Canal
Level Bed Level and F.S.L.
F.S.L.
1 Sub-grade free No pressure relief Bed – Longitudinal Bed –
drainage arrangement is & Transverse Longitudinal &
[Soil comprising required drains with Transverse
gravel with sand, pressure relief drains with
or sandy soil having valves provided. pressure relief
permeability Sides- Pressure valves provided.
(K) greater than relief valves in Sides Transverse
-4
10 cm/sec] pockets filed with drain pressure
filter material relief valves
should be provided should be
provided
2 Sub-grade Poor Bed – Longitudinal
Draining & Transverse
[ Soil comprising drains with
very fine sand, pressure relief
admixture of sand, valves provided.
silt and clay or soil Sides- Pressure -do- -do-
having permeability relief valves in
(K) between 10 -4 pockets filed with
cm.sec and 10-6 filter material
cm/sec] should be provided
3 Sub-grade
Practically
Impervious
[Soil comprising of -do- -do- -do-
homogeneous clay
with permeability
(K) less than 10-6
cm/sec]
bed of the canal, at list one drain for every 10 m width should be provided. The drains
should be placed symmetrically with reference to the centre line of canal. Care should be
taken that the filter does not get clogged during lining.
Table No. 7
Canal discharge less than 2 cumecs.
Discharge in Cumecs Thickness of CNS Layer in cm (Minimum)
Swell pressure 50- Swell pressure more than
2
150 KN/m 150KN/m2
1.4 – 2.0 60.0 75.0
0.7 – 1.4 50.0 60.0
0.3 – 0.7 40.0 50.0
0.03 – 0.3 30.0 40.0
B. Canal Embankment
Proper moisture should be added to CNS material and expansive soil surface.
Expansive soil and CNS Soil above GL should be compacted simultaneously in
layers with appropriate equipment to ensure proper density. The compaction
may be done either with sheep foot rollers or 8 to 10 ton ordinary roller.
A rock toe with inverted filter may be provided at either end of canal bank.
A thickness of 150-200mm CNS layer on rear slopes may be provided
simultaneously with expansive soil and proper turfing is to be provided to
protect slope.
CNS layer below sand blanket at rock toe portion shall be provided.
C. Pride
The problem of effective compacting the sub-grade for side lining on slope is
very important in case of black cotton expansive soil zone in cutting or
embankments, where backfill of CNS. Material is required to be placed for the
sides and bed, in addition to design thickness. Twenty (20) cm or so (perpendicular
to side slope) of extra pride may be removed only just to prior to the placement of
lining, thus making a fresh and well compacted surface available for bedding.
b. CURING
Curing of utmost important for any concrete. Curing by ponding water in the
canal up to minimum 14 days is to be done in case of available of water otherwise
curing compound shall be used for curing of in-situ concrete lining.
c. QUALITY CONTROL
Utmost care is to be taken for stringent quality control to get proper
strength and durability and to maintain the thickness of lining/ CNS layer if any as
well as to achieve the properly compacted base before lining.
1. Specification of Materials
The detailed specification of the materials to be used may not be described
in detail. Rather relevant IS Codes/ Manuals/ CBIP Publications may be described
in detail.
2. Specification of Work
Normal specification of works which are described in relevant IS Codes
need to be mentioned rather relevant IS Codes /Manuals/CBIP Publication may be
specified refer for this purpose. Any specific measures in this regard not covered
under above records of reference may be described in detail.
Annexure-VI
JOINTS
Joints shall be space and located as shown in the drawing or as directed by the
Engineering-in-charge. The grooves at the joints shall be of size and shape as
shown on the drawing and field with not applied sealing compound. Filling of the
joint with hot applied sealing compound should be taken up after completion of all
other canal work. In the mean time the grooves shall be filled with clean coarse
sand.
Construction Joint: Construction joints are placed at any location where it is suited
as an exigency to construction (interruption of work.) The construction joints are
provided in the canal lining, wherever there is discontinuity of work for period of
time leading to creating of cold joint. Generally, bed lining is executed in advance
of the laying side lining. As such construction joints are required on either side of
canal bed at the junction of bed and side lining. Normally longitudinal construction
joints are provided at about 500 to 1000 mm from the tangent point of the curve
at the junction of canal bed and the side slope on either side of the bed. In the
case of small channels, where bed and side lining are laid simultaneously,
longitudinal constructions of joints are not provided. Transverse construction
joints should be provided, where discontinuity of work for considerable time is
expected. 200 mm x 150 mm size CC M15 grade sleepers are provided under the
construction joints. The joint should be filled with hot pour sealing compound as
per specifications in IS:5256-1992.
SECTION-8
ROAD WORKS
8. ROAD WORKS
8.1 Scope of Work:
These specifications cover Construction of Water Bound Macadam Road followed
by Pre-mix Carpeting and Seal Coating as per clause 404 of MoSRT&H Specifications for
Road and Bridge Works.
(b) The stone metal shall be obtained from rock excavation in canal if available or quarries
as approved by the Engineer prior to collection. The metal shall be of approved quality
with all leads and lifts. The metal shall be obtained from hard, tough, sound, durable,
stone of close texture and reasonably free from decay and weathering. Places of the
stone shall be angular and roughly cubical in shape. Round, elongated or flaky materials
shall be rejected. No round or oblong pebbles or angular chips, larger or similar than
the specified size shall be allowed. The size of metal shall be as per the item specified
in the bill of quantities. All unsound, weathered or disintegrated stone obtained from
the upper surface layer of the quarry or other are not acceptable.
(c) Samples of metal, collected from the approved quarries shall be got tested by the
contractor at his cost in the laboratory. The test results shall conform to the
standard requirements laid down for metal to be used for WBM work.
(d) The physical requirements for standard size metal shall confirm to the lest results in
the Table below:
(e) The grading requirements of the metal and screening to be used for WBM shall be
as under.
Gr- II 63 mm to 45 mm 90 mm 100
63 mm 90-100
53 mm 25-75
45 mm 0-15
22.4 mm 0-5
(f) Wherever any doubt exists as to whether the above requirements are satisfied, whole
or any part of the collection of metal shall be got tested by the Contractor at his
cost, if so ordered by the Engineer.
(g) For road work complete stacking of metal as per requirement shall be carried out in
2km. length before spreading. Collection shall always commence at one end of thekm.
and be carried towards the other end unless the Engineer directs otherwise.
8.2.2 Measurement and Payment:
Measurement for payment will be made on cubic metre basis without any deduction for
voids on finished rolled surface. The rate includes cost of materials, all taxes, cess,
conveyance to the site with all leads and lifts and filling the boxes including all labour,
tolls, equipment testing and other incidental expenses and labour charges for
spreading the metal to the required grade and camber including filling interstices with
moorum including watering and consolidation and including hire running charges of all
machineries complete.
8.3 General:
(a) Metal shall not be spread without the permission of the Engineer. Metal should be
spread under careful supervision by trained coolies. The Contractor shall see that
uniform spreading as per collection of metal is done the Contractor shall spread the
metal fully from the stacks without keeping any balance, unless directed by the
Engineer to keep some stacks in balance for making good any unevenness or
depressions left during rolling work to ensure that the materials are spread to the
required thickness, the road surface shall be marked on length, over which the
contents of heaps are to be spreads. The bonds of earth or moorum one on either
side, shall be made along the outer edge of metalling simultaneously with spreading of
metal. These bonds shall be laid with a distance between them equal to the width of
the road to road to metal and shall be enough to prevent the loose metal from
spreading during consolidation as well as to retain water used for consolidation.
Payment for bonds will not be made.
(b) Metal shall be screened and rubbish, dust, grass etc, shall be removed and spread
evenly on the prepared approved surface in grade and camber by using camber boards.
The surface shall be checked at every 15m. by means of templates. While the
correctness of the camber in between shall tested by strings and corrected, as
required. Between the straight length and the curves and at the meeting points of the
convex and concave portions of reverse curves the change in camber of the road to
super elevation shall be made very gradually as my be directed by the Engineer.
(c) Spreading of metal shall proceed only 200m. (maximum) in advance of the rolling
operations. Collection and spreading of metal shall not be carried out in one and the
same kilometre. At the time of rolling, all surface irregularities, hollows, depressions,
humps shall be set right.
8.3.1 Measurement and Payment:
Measurement for payment will be made on cubic metre basis without any deduction for
voids on finished rolled surface. The rate includes cost of materials, all taxes, cess,
conveyance to the site with all leads and lifts and filling the boxes including all labour,
tolls, equipment testing and other incidental expenses and labour charges for
spreading the metal to the required grade and camber including filling interstices with
moorum including watering and consolidation and including hire running charges of all
machineries complete.
8.4 Collecting transporting and spreading moorum on road side as directed including
consolidation.
8.4.1 General:
(a) Material for the purpose shall be of approved quality. Any material which is found
inferior shall be rejected and the Contractor shall remove the rejected material
from the site at his cost the materials shall be collected from canal excavation if
surplus or from quarries approved by the Engineer. The material shall be granule
and giddy.
(b) Moorum:
As per CI.404.2.6 the moorum used for filling the voids in the coarse aggregate
shall have:
(a) Liquid Limit- Maxm. 20%
(b) Plasticity Index- Maxm. 6%
(c) Fraction passing 75 Micron Sieve
does not exceed Maxm. 10%
--------------------------------------------------------------------------------------------------
Grading Size of I.S. Sieve Percentage by
Classification Screening designation Wt. passing the
I.S. Sieve
--------------------------------------------------------------------------------------------------
A 15.2 mm. 13.2mm 100
11.2mm 95-100
5.6mm 15-35
100 microns 0-10
--------------------------------------------------------------------------------------------------
(c) The material shall be got approved by the Engineer prior to collection on the site.
It shall be free from all rubbish, dust and any organic materials as well as clods of
black cotton soils.
8.4.2 Measurement & Payment:
Measurement for payment will be made on cubic metre basis.
8.5 General:
Spreading of materials shall be started after the collection in a particular
kilometre is completed. Measured and recorded in the measurement books.
Permission of the Engineer shall be obtained before spreading moorum. Before
spreading, it shall be seen that the formation is dressed to the required camber
and grade. The moorum to be spread over the metalled surface shall be uniform. It
shall be used for filling the interstices of metal and for forming a smooth running
surface. Moorum blind age shall be spread evenly with a twisting motion of the
baskets. No more moorum blind age shall be spread evenly with a twisting motion
for gross measurements and no deduction of voids shall be made. If the moorum is
to be spread over earthen embankment as a sub base or for side shoulders or as
blind age, it shall be spread in a manner as directed by the Engineer to the required
width and thickness. The contractor shall make good all unevenness, depressions,
projection etc. during consolidation work.
8.5.1 Measurement and Payment:
Payment shall be made on cubic metre basis.
8.6 Consolidating WBM surface with rolling including watering.
8.6.1 General:
(a) Immediately following the spreading on the coarse aggregates, rolling shall be
started with three wheeled power roller of 8 to 10 tonne capacity or equivalent
vibratory roller. The weight of the roller shall depend upon the type of the
aggregate and shall be indicated by Engineer.
(b) On super elevated portions where the rolling shall proceed from inner edge to
outer, rolling shall begin from the edge and shall, be compacted with roller moving
forward and backward. The roller shall then move inwards parallel to the centre line
of the road, in successive passes uniformly lapping preceding tracks by atleast on
half wheel width.
(c) Rolling shall continue until the aggregate is thoroughly keyed and the dripping of
the aggregate ahead of the roller is no longer visible. During rolling slight sprinkling
of water may be done. If necessary rolling shall not be done when the sub grade is
soft or yielding or when it causes a wavelike motion in the sub-grade or sub-grade
or sub-base course.
(d) The rolled surface shall be checked transversely and longitudinally with templates
and any irregularities corrected by loosening the surface, adding or removing
necessary amounts of aggregates and rerolling till the entire surface conform to
desired camber and grade. In no case shall use of screening be permitted to make
up depression.
(e) Blind age material, where required to be used, shall be applied, successively in two
or more than layers a slow uniform role. After each application the surface shall be
capacity. Premixed with water the resulting alum swept in with hand brooms to fill
the voice properly and rolled fining which water shall be applied to the wheels of
the rollers. If necessary to wash down the binding material sucking to them these
operations shall continue until the resulting slurry after filling the voids forms a
wage ahead of the wheels of the moving roller.
(f) After final compaction of water bound macadam course the road shall be allowed to
dry overnight. Next morning hungry spots shall be filled with screening of blending
materials directed. Lighting sprinkling with water if necessary and rolled. No
traffic shall be allows on the road until the macadam has set. The Engineer shall
have the discretion to stop hauling traffic using the completed water bound
macadam course if in his opinion it would cause to the surface.
CONTRACTOR 219 EXECUTIVE ENGINEER
220
(c) Samples of stone chips collected from the approved quarries shall be got testes by
the contractor at his cost in laboratory. The test results shall confirm to the
standard requirement as laid down herein above. Collection of stone chips as per
approved samples shall be allowed by the engineer. Payment at full rates for the
stones chips will not made till the test results form the laboratory are received and
found acceptable.
(d) Collection shall always commence from the one of the kilometre and carried
continuously towards the other end,unless the engineer directs otherwise.
(a) Control or quality or material will be exercise by the engineer carrying out the
following tests as the frequencies shown against each.
--------------------------------------------------------------------------------------------------
Type of construction Test Frequency material
--------------------------------------------------------------------------------------------------
Chips/bajri (i) aggregate impact on test per 100 m2 of aggregate
For open graded (ii) Flakiness index of aggregate Carpet and seal coat
(iii) Strip ping value and water initially, one set of the 3
absorption of aggregates representative specimens for
each source of supply
Subsequently when warranted by
change in the quality of change in
the quality of aggregates.
SECTION 9
PILE FOUNDATION
CHAPTER-VI
DRAWINGS