Tender for Kanikakata Improvement Work
Tender for Kanikakata Improvement Work
GOVERNMENT OF ODISHA
DEPARTMENT OF WATER RESOURCES
MINOR IRRIGATION
(BID DOCUMENT)
( Single cover )
SUPERINTENDING ENGINEER
M.I. DIVISION, SUNDARGARH
2. Forms in
i) Annexure „C (1)‟
ii) Annexure „ E (1)‟
iii) Annexure „ E (2)‟
******
E-mail : eemisundargarh@[Link]
GOVERNMENT OF ODISHA
OFFICE OF THE SUPERINTENDING ENGINEER
MINOR IRRIGATION DIVISION, SUNDARGARH.
„e‟ Procurement Notice
Bid Reference No. SE MID SNG16/2023-24
Bid documents consisting name of Works, Estimated cost, Cost of tender paper, EMD,
time of completion, Class of Contractor, the set of terms and conditions of contract and other
necessary documents can be seen in e-procurement portal [Link]
Sd/- 28.02.2024
Superintending Engineer
[Link], Sundargarh.
Sl. Name of the Project & Location Approx. Bid Security Cost of Bid Date of on line Class of Completion
No Estd. @ 1% of Estd. Documents Sale & Receipt Contractors Period
Cost Rs. Cost (In Rs.) (In Rs.) of Tender
In Lakh (Online) (Online)
1 2 3 4 5 6 7 8
01 Improvement to Kanikakata in 44.60 44600/- 6,000/- Dt.07.03.2024 “B” 04 (Four)
Hemgir Block of Sundargarh at.10.00 AM to Calendar
District under DMF Grant 2023- dt.16.03.2024 Months
24. up to 5.30 PM
Sd/- 28.02.2024
Superintending Engineer
[Link], Sundargarh.
1. Bid Documents consisting of Plans, Specifications, Schedule of Quantities and the Set of Terms and
Conditions of Contract and other necessary documents can be seen in the website www.
[Link]
2. The bidders must possess Compatible Digital Signature Certificate (DSC) of Class II or Class III.
3. The Authority will not be held responsible for any technical snag or network failure during online
bidding.
4. The Cost of Bid Documents and initial bid security to be deposited on electronically transfer system as
per provision of e-tender.
5. The Bidder may ask questions in the e-procurement portal using his/her DSC from
Dt.07.03.2024 at 10.00 AM to Dt.16.03.2024 up to 5.30 PM.
6. Bidders desirous to hire machineries or equipments from outside the State or owned but deployed
outside the state are required to furnish 2% of the amount put to tender as Bid Security (Col-4)
instead of 1%.
7. Subsequent corrigendum/addendum if required shall only be available in web site indicated above.
8. Scanned clear copies should be uploaded. Non-visible copies of documents may be liable for
rejection.
9. The Amendments made vide Works Dept. Memorandum No.12366 Dated. 8.11.2013 will be followed
scrupulously.
10. General Instructions to Contractors issued vide Lr. No 20415/DOWR Dt14.09.2015 will be adhered
strictly.
11. Other details can be seen in the online bidding documents from the e- Procurement market place
http:// [Link].
12. Works will be taken up as per the availability of Funds.
13. Additional Performance Security shall be obtained from the bidder when the bid amount is less than
estimated cost put to tender. The successful bidder who has quoted less bid price/rates than the
CONTRACTOR SUPERINTENDING ENGINEER
- 5 -
estimated cost put to tender shall have to furnish the Additional Performance Security at following rate
as per [Link].4559 Dated. 05.04.2021 of works Department Govt. of Odisha.
The Additional Performance Security (APS) shall have to furnish in shape of N.S.C/Post Office
Savings Bank Account/ Post Office Time Deposit Account/ KisanVikashPatra/ Bank Guarantee in
favour of the Divisional Officer from any Nationalized Scheduled Bank in India counter guaranteed by
its local Branch at Bhubaneswar/ e-Bank Guarantee executed on the National e-Governance Services
Limited (NeSL) Digital Document Execution Portal within seven days of issue of letter of Acceptance
(LoA) by the Divisional Officer (by e-mail) to the successful bidder otherwise the bid of the successful
bidder shall be cancelled and the Earnest Money Deposit/Bid Security shall be forfeited. Further,
processing for blacklisting shall be initiated against the bidder.
14. The contractor should have registered his/her name in Contractors Database Management System
(CDMS) irrespective of tender amount in concurrence to Letter No.30613, dt.22.07.2019 of Engineer-in-
Chief (Civil), Odisha, Bhubaneswar. Non registration in CDMS portal is liable for rejection of the tender.
15. The amount quoted by bidders shall remain valid for 90 (ninety) days from the date of opening of
financial bid. If any bidder backs out from the bidding process, or make any request for alteration or
modification in terms & conditions of the bid shall debar the bidder from participating in the online
bidding system and his portal registration shall be blocked including recommendation to registering
authority for cancellation of his/her registration as contractor including forfeiture of bid security
deposited.
16. The bidder shall have to furnish No relation certificate along with the bid documents to the effect that
no officer of the Department to the rank of Assistant Engineer or above is related to him.
17. If rate quoted by a bidder is less than 15% of the tendered amount, then such a bid shall be rejected
and tender shall be finalized basing on merits of rest of bids. But if more than one bid is quoted
(Decimal up to two numbers will be taken for all practical purposes) either at the estimated cost put to
tender or less than the estimated cost put to tender, the tender accepting authority will finalize the
tender through a transparent lottery system where all bidders/ their authorized representatives, the
concerned Superintending Engineer of concerned Division and DAO will remain present.
18. The Tender will be opened on the next working day if the Date of Opening happens to be holiday.
19. Engineering contractors desirous to avail EMD exemption have to submit affidavit with uploading the
same in e-portal tender declaring therein to the effect that they have not yet availed 3 (three) nos. of
EMD exemption during the financial year 2023-24, else his/her tender may be rejected and to show
the original Registration Certificate to the tender opening authority for confirmation at the time of
opening.
20. Affidavit regarding authenticity of document and affidavit to avail price preference in case of SC/ST
contractor, should be uploaded for each work separately, else his/her tender may be rejected.
21. This Notice is to be read with all clauses / addendum to the „Procedure to participate in on-line
Biddings‟.
22. If any intending bidders wish to withdraw from participation in the bid, He/ She can freely withdraw
from the participation before scheduled date and time of closure, in case the 1st lowest bidder & next
lowest bidder withdraw after opening of the bid, they shall be penalized with adequate disincentives
with forfeiture of EMD/ Bid security unless adequate justification for such back out is furnished.
Appropriate action for blacklisting the bidder shall also be taken apart from disincentivizing the bidder.
23. GST to be imposed as per Govt. guidelines from time to time.
24. Valid GSTIN certificate should be uploaded else his/her tender may be rejected.
25. The bid documents should be uploaded by the bidder accompanying copies of E.M.D, valid
contractor Registration Certificate, valid GSTIN Certificate, PAN Card, Labour License, Cost of
tender papers, No Relation Certificate &Affidavit about the authenticity of the tender
documents for each work separately else the bid will liable for rejection.
26. Before acceptance of tender, the successful bidder will be required to submit a work programme and
milestone basing on the financial achievement so as to complete the work within the stipulated time
and incase of failure on the part of the agency to achieve the milestone, liquidated damage will be
imposed.
27. Quality control tests as per specification for all items of the work executed will be taken up in nearby
Government Quality Control Laboratories of Minor / Medium / Major Irrigation Organization. It is
binding on successful bidder to extend all necessary support in getting the tests done till completion of
the work in all respects at his own cost.
28. Penalty will be imposed as per agreement condition if the work is not completed within the stipulated
period or the progress of work is not as per the work programme.
29. Authority reserves the rights to reject any or all the tenders without assigning any reason thereof.
30. The bidder must provide the mobile no. and e-mail ID along with the tender documents for
official correspondence, if any. No paper correspondence shall be made in this regard to avoid
delay in finalization of tender. In case of lottery need to be conducted in accordance with the
works department order no. 12366 dtd. 8.11.2013. THIS OFFICE WILL NOT BE HELD
RESPONSIBLE FOR NON-INTIMATION OF MOBILE NO/ E-mail ID OF BIDDER along with tender
documents.
Sd/- 28.02.2024
Superintending Engineer
[Link], Sundargarh.
PARTICULARS OF TENDER
a. To log on to the portal the Contractor/Bidder is required to type his/her username and password. The system will again
ask to select the DSC and confirm it with the password of DSC. 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 ID, password and DSC combination and authenticates the login process for use of portal.
b. The tender documents uploaded by the Tender Inviting Officer in the website [Link] will appear in
the section of “Upcoming Tender” before the due date of tender sale. Once the due date has arrived, the tender will move to
“Active Tender” Section of the homepage. Only a small notification will be published in the newspaper specifying the work
details along with mention of the specific website for details. The publication of the tender will be for specific period of time till
the last date of submission of bids as mentioned in the „Invitation for Bid‟ after which the same will be removed from the list
of Active tenders. Any bidder can view or down load the bid documents from the web site.
c. Contractor exempted from payment of EMD will be able to participate in the tender directly by uploading documentary
evidences towards his eligibility for such exemption.
d. The software application has the provision of payment of cost of tender document through payment gateways of
authorized bankers by directly debiting the account of the bidders.
1.1. Furnishing scanned copy of such documents is mandatory along with the tender documents otherwise his/her bid shall
be declared as non-responsive and thus liable for rejection. Bidders participating through Joint Venture shall declare the
authorized signatory through Memorandum of Understanding duly registered and enrol 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.
1.2. In the case of any failure, malfunction, or breakdown of the electronic system used during the e-procurement process,
the tender inviting officer shall not accept any responsibility for failures or breakdowns other than in those systems strictly
within their own control.
1.3. 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 processes that are undertaken
through the e-procurement system irrespective of who operates the system.
1.4. For submission of Bids through the E-Procurement Portal, the bidder shall up load the scanned copy/copies of
document in prescribed format wherever warranted in support of eligibility criteria and qualification information. The on line
bidder shall have to produce the original documents in support of the scanned copies and statements uploaded in the portal
before the specified date as per DTCN.
1.5. Each bidder shall submit only one bid for one package. A bid is said to be complete if accompanied by cost of bid
document and appropriate bid security. The system shall consider only the last bid submitted through the E-Procurement
portal.
1.6. 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 quarries related to the tender.
1.7. The details of drawings and documents pertaining to the works available with the officer inviting the Bid as well as in the
office of the Superintending Engineer and Superintending Engineer as mentioned in the Contract Data will be open for
inspection by the bidders. The bidder is required to down load all the documents for preparation of his bid. It is not necessary
for the part of the Bidder to up-load other Bid documents (after signing) while up-loading his bid. He is required to up load
documents related to his eligibility criteria and qualification information and Bill of Quantities duly filled in. It is assumed that
while participating in the bid, the bidder has referred all the drawings and documents. Seeking any revision of rates or
backing out of the bid claiming for not having referred to any or all documents provided in the Bid by the Officer Inviting the
Bid will be construed as plea to disrupt the bidding process and in such cases the bid security shall be forfeited.
1.8. Any addendum / corrigendum/ cancellation of tender shall be published in the website [Link] ,
notice board and through paper publication and such notice shall form part of the bidding documents.
1.8.1. The system generates a mail to those bidders who have already uploaded their tenders and those bidders if they wish
can modify their tenders. The bidders are required to which the website till last date and time of bid submission for any
addendum/ corrigendum/ cancellation thereof. Tender inviting authority is not responsible for communication failure of
system generated mail. All the volumes/documents shall be uploaded / provided in the portal by the Officer inviting the bid.
The bidder shall carefully go through the document and prepare the required documents and up load the scanned
documents in Portable Document Format to the portal in the designated locations of Technical Bid. He will fill up the rates of
items or percentage in the BOQ down loaded for the work in designated Cell and up loads the same in designated locations
of Financial Bid. Bidders are to submit only the original BoQ uploaded by publisher after entering the relevant fields without
any alteration/deletion/modification. Multiple BoQ submission 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. In the percentage rate tender, the bidder quoting
Zero value is valid and will be taken as Schedule of Rates. Submission of document shall be effected by using DSC of
appropriate class.
2. PAYMENT OF EMD/ BID SECURITY AND COST OF BID DOCUMENTS: The Bidder shall furnish, as part of his Bid, a
Bid security for the amount mentioned under NIT/Contract Data in online mode. Non-submission of bid security within the
designated period shall debar the bidder from participating in the online bidding system and his portal registration shall be
cancelled. His name shall also be informed to the registering authority for cancellation of his registration.
2.1 The EMD or Bid Security payable along with the bid is 1% of the estimated contract value (ECV) or as mentioned in the
bid document.
2.2 Deleted.
2.3 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 (price bid). In the eventuality of failure on the part of the lowest successful bidder to
procedure 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 as situation, successful L-2 bidder will be required to produce his original documents for
consideration of his tender at the negotiated rate equal to L1 bidder.
2.4 Contractor exempted from payment of EMD will be able to participate in the tender directly by uploading documentary
evidences towards his eligibility for such exemption.
2.5 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”. .
3. FORMAT AND SIGNING OF BID: (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 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. The bidder can download the tender of his choice
and save it in his system and undertake the necessary preparatory work off-line and upload the completed tender at his
convenience within the final date and time of submission. The bidder shall only submit single copy of the required
documents and Price Bid in the portal. In the Financial bid, the bidder can not leave any figure blank. He has to only write
the figures, the words will be self generated. The Bidders are advised to up load the completed Bid document well ahead of
the last date & time of receipt to avoid any last moment problem of power failures etc.
3.1. The Bidder shall go through the Bid carefully and list the documents those are asked for submission. He shall prepare
all documents including Declaration form, price bid etc and store in the system.
3.2. The bidder shall log on to the portal with his DSC and move to the desired tender for up loading the documents in
appropriate place one by one simultaneously checking the documents. Once the Bidder makes sure that all the documents
have been up-loaded in appropriate place he clicks the submit button to submit the bid to the portal.
3.2.1. The bids once submitted can not be retrieved or corrected. Tender cannot be pre-opened and cannot be submitted
after due date and time. Therefore only after satisfying that all the documents have been uploaded, the Bidder should
activate submit button.
3.2.2. In the e-procurement process each processes are time stamped. The system can identify each
individual who has entered in to the portal for any bid and the time of entering in to the portal.
3.2.3. The Bidder should ensure clarity of the document up loaded by him to the portal especially the scanned documents by
taking out sample printing. Non-submission of legible documents may render the bid non-responsive. However, the Officer
inviting the Bid if so desires can ask for legible copies or original copies for verification with in a stipulated period provided
such document in no way alters the Bidder‟s price bid. If the Bidder fails to submit the original documents with in the
stipulated date, his bid security shall be forfeited.
SUBMISSION OF BIDS:-
3.3. The bidder shall carefully go through the tender and prepare the required documents. The bid shall have a Technical
Bid and a Financial Bid. The Technical bid generally consists of GSTIN, PAN, Registration Certificate, Affidavits, Profit Loss
statement, Joint venture agreement, List of similar nature of works, work in hand , list of machineries and any other
information required by OIT. The Financial Bid shall consist of the Bill of Quantities (BOQ) and any other price related
information/ undertaking including rebates.
3.4. 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 items 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.
3.5. 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.
3.6. 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 items(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.
3.7. The bidder shall log 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.
3.8. 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 summery of
submission to confirm successful uploading of bid. The bids can not be opened even by the OIT or the Procurement Officer
Publisher/ opener before the due date and time of opening.
3.9. Each process in the e-procurement is time stamped and the system can defect the time of log in of each user including
the Bidder.
3.10. The Bidder should ensure clarity/ legibility of the document uploaded by him to the portal.
3.11. The system shall require all the mandatory forms and fields filled up by the contractor during the process of submission
of the bid/ tender.
3.12. The bidder should check the system generated confirmation statement on the status of the submission.
3.13. The bidder should upload sufficiently ahead of the bid closure time to avoid traffic rush and failure in the network.
3.14. The Tender Inviting Officer is not responsible for any failure, malfunction or breakdown of the electronic system used
during the e-procurement process.
3.15. The Bidder is required to upload documents related to his eligibility criteria and qualification information and Bill of
Quantity duly filled in. It is not necessary for the part of the bidder to upload the drawing and the other Bid documents (after
signing) while uploading his bid. It is assumed that the bidder has referred all the drawings and documents uploaded by the
Officer Inviting the Bid.
3.16. The Bidder will not be able to submit his bid after expiry of the date and time of submission of bid (server time). The
date and time of bid submission shall remain unaltered even if the specified date for the submission of bids declared as a
holiday for the Officer Inviting the Bid.
3.17. The „Online bidder‟ shall digitally sign on all statements documents, certificates uploaded by him, owning responsibility
for their correctness/ authenticity as per IT ACT 2000. If any of the information furnished by the bidder is found to be false/
fabricated/ bogus, his EMD/BID Security shall stand forfeited and his registration in the portal shall be blocked and the
bidder is liable to be blacklisted.
4.1. All bid data uploaded by the Bidder to the portal will be encrypted by the DSC of the opener(s). The system shall require
all the mandatory forms and fields filled up by the contractor during the process of submission of the bid/tender.
4.2. The Bid shall be received in encrypted format by the system which can only be decrypted / opened by the authorized
openers only on or after the due date and time.
5.1. The online bidding will remain active till the last date and time of the bid submission. Once the date and time (Server
date and time) is over, the bidder will not be able to submit the bid. The date & time of bid submission shall remain unaltered
even if the specified date for the submission of bids declared as a holiday for the Officer inviting the Bid.
5.2. Resubmission of bid by the Bidders for any number of times before the final date and time of submission is allowed.
5.3. Resubmission of bid shall require uploading of all documents including price bid afresh.
5.4. If the bidder fails to submit his modified bids within the pre-defined time of receipt, the system shall consider only the
last bid submitted.
6. LATE BIDS :
6.1. The system shall reject submission of any bid through portal after closure of the receipt time. For all purpose the server
time displayed in the e-procurement portal shall be the time to be followed by the bidder and concerned officers.
7.1. In the E-Procurement Portal, it is allowed to modify the bid any number of times before the final date and time of
submission. The bidder shall have to log on to the system and resubmit the documents as asked for by the system including
the price bid. In doing so, the bids already submitted by the bidder will be removed automatically from the system and the
latest bid only will be admitted. But the bidder should avoid modification of bid at the last moment to avoid system failure or
malfunction of internet or traffic jam or power failure. If the bidder fails to submit his modified bids with in the designated time
of receipt, the bid already in the system shall be taken for evaluation.
7.2. In the E-Procurement Portal, withdrawal of bid is allowed. But in such case he has to write a letter with appropriate
reasons for his withdrawal addressed to the Officer inviting the bid and up load the scanned document to portal in the
respective bid before the closure date and time of receipt of the bid. The system shall not allow any withdrawal after expiry of
the closure time of the bid.
8.1. Bid opening date is specified during tender creation or can be extended with corrigendum. This date is available in IFB,
tender document as well as the home page of portal. Bid opening can be done by the authorized users which are defined
during the tender publication / approval stage. The bids are encrypted using there public keys and can be decrypted only on
or after the Bid Opening due date and time. The bid openers private key will be required to open the bids and all the openers
have to log on to the portal during that time.
8.1.1. The bidders who participated in the on line bidding can witness opening of the bid from any system logging on to the
portal with the DSC away from opening place. Contractors are not required to be present during the bid opening at the
opening location if they so desire.
8.1.2. Each activity is date and time stamped with user details. For time stamping, server time is taken as the reference.
8.2. In the event of the specified date of bid opening being declared a holiday for the Officer inviting the Bid/Engineer-in-
Charge, the bids will be opened at the appointed time on the next working day.
8.3. In case bids are invited for more than one package, the order for opening of the “Bid” shall be that in which they appear
in the “Invitation for Bid”.
8.4. The Bid openers; who have been pre-defined shall log on to the portal with their respective DSC. Unless all the Officers
who have been declared as Opening officers, log on the portal with their DSC the Tender cannot be opened.
8.5. In case of non-responsive tender the officer Inviting tender should complete the e-Procurement process by uploading
the official letter for cancellation/ re-tender.
EVALUATION OF BIDS:-
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”.
8.5.1. After opening of technical bid, the bidder may be asked in writing / online (in their registered e-mail ID) to clarify on the
uploaded documents provided in the Technical Bid, if necessary, with respect to any doubts or illegible documents required
for Technical Evaluation. 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 document in no way alters the bidders 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.
8.5.2. The bidders will respond in not more than 7 days of issue of the clarification letter, failing which the bid of the bidder
will be evaluated on its own merit
8.5.3. Immediately, on receipt of these clarifications, the Evaluating Officers; predefined in the system for the bid, will finalize
the list of responsive bidders. They will log on to the site with their DSC and record their comments on the Technical
evaluation page in the system. The Officer Inviting the Bid if also the accepting authority, shall log on to the system with his
digital signature and check the technical evaluation. He can either accept or pass on to the evaluating officers for re-
evaluation. Upon
acceptance of technical evaluation by the Accepting authority in the system, the system shall automatically generate letter to
all the responsive bidders and the system shall forward the letter to all
the responsive bidder that their technical bid has been evaluated responsive with respect to the data/information furnished
by him and the letter shall also intimate him the date & time of opening of financial bid. The system shall also inform the non-
responsive bidders in their e-mail ID that their bid has been found non-responsive.
8.6. The Technical evaluation of all the bids shall be carried out up as per the information furnished by the Bidders. But
evaluation of the bid does not exonerate the bidders from checking their original documents and if at a later date the bidder
is found to have misled the evaluation through wrong information, action as per relevant clause of DTCN shall be taken
against the bidder/contractor.
8.7 The Procurement officer-Evaluators will evaluate bid and finalized list of responsive bidders. Opening of price bid and
evaluation of lowest bidder is subject to satisfaction of other qualification information.
8.7.1 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.
8.7.2 The Financial Bid will be opened on the notified date & time in the presence of bidders or their authorised
representative who wish to be present.
8.7.3 At the time of opening of “Financial Bid”, the names of the bidders whose technical bids were found responsive will be
announced and the bids of only those bidders will be opened. The remaining bids will be rejected.
8.7.4 The responsive bidders‟ name, the bid prices, the item wise rates, the total amount of each item in case the item rate
tender and percentage above or less in case of percentage rate tenders will be announced. any discounts and withdrawals,
and such other details as the officer inviting the tender may consider appropriate, will be announced by him or his authorized
representatives at the time of opening.
8.7.5 Rebate/discount offer if any uploaded to the system shall be declared and recorded first.
8.7.6 The Financial bid of the bidders shall be opened one by one by the designated officers. The system shall auto-
generate the Comparative statement.
8.7.7 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.
8.7.8 Procurement Officer-Openers shall sign on each page of the download BOQ and the Comparative Statement and
furnish a certificate to that respect.
8.7.9 System provides an option to Procurement Officer Publisher for reconsidering the rejected bid with the approval of
concern Chief Engineer/ Head of Department.
9.1. For examination, evaluation, and comparison of bids, the officer inviting the bid may, at his discretion, ask the lowest
bidder for clarification of his rates including reduction of rate on negotiation and breakdowns of unit rates.
9.2. On opening of the price bid the system shall arrange the financial bids in order of their value (L1 first, followed by L2, L3
….) for subsequent evaluation. The evaluation status (Sheet) will be visible to all the participating bidders after opening on
their respective logins. Each activity is recorded in the system with date and time stamping.
10.1. In the E-Procurement Portal, the system shall generate the template of award letter and the Officer Inviting the Bid
shall mention the amount of Performance Security and additional security required to be furnished in the letter and intimate
the bidders in his e-mail ID.
10.2. The Employer/ Engineer-in-Charge shall notify acceptance of the work prior to expiry of the validity period by cable,
telex or facsimile or e-mail confirmed by registered letter. This letter of Acceptance will state the sum that the Engineer-in-
Charge will pay the contractor in consideration of execution and completion of the works by the contractor as prescribed by
the contract and the amount of performance security and Additional Performance Security required to be furnished. The
issue of the letter of Acceptance shall be treated as closure of the Bid process and commencement of the contract.
10.3. The Contractor after furnishing the required acceptable Performance Security and Additional Performance Security, “
Letter of 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 summery and declare the process as complete.
10.4. If the L1 bidder does not turn up for agreement after finalisation of the tender then he shall be debarred from
participation in bidding for three years and action will be taken to blacklist the contractor. 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 wll
be initiated to blacklist him/ them. In that case, the L2 bidder, if fulfils other required criteria would be called for drawing
agreement for execution of work subject to condition that the L2 bidder negotiates at par with the quoted by the L1 bidder,
otherwise the tender will be cancelled.
11.1 If the registration Certificate of the contractor is cancelled/ suspended by the registering authority/ blacklisted by the
competent authority his portal registration shall be blocked automatically on receipt of information to that effect.
11.2 The portal registration blocked in the ground mentioned in the above Para- 11.1 shall be unblocked automatically in
receipt of revocation order of cancellation/ suspension/ blacklisting from the concerned authority.
11.3 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 (Tech) 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.
11.3.1 Fails to furnish original Technical Documents before the designated officer within the stipulated
date and time.
11.3.2 Backs out from the bid on any day after the last date of receipt of tender till expiry of the bid validity period (including
till the extended bid validity period)
11.3.4 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 (Tech) State Procurement Cell, Odisha for blocking of portal registration of
bidder and simultaneously action shall also be initiated by OFFICER INVITING TENDER for blacklisting as per Appendix-
XXXIV of OPWD code Volume-II. The minimum period of blocking of Portal Registration shall in no case be less than 180
days.
Procedure for Electronic receipt, accounting and reporting of Cost of Tender Paper on submission of bids
1. The State Government have formulated rules and procedures for Electronic receipt, accounting and reporting of the
receipt- of Cost of Tender Paper on submission of bids through the e-procurement portal of Government of Odisha i.e.
"[Link]
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 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
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 into 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 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 ([Link]
b) The Designated Banks participating in Electronic receipt, accounting and reporting of Cost of Tender Paper 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 by bidder:
a) Log on to e-Procurement Portal: The bidders have to log onto the Odisha e-Procurement portal
([Link] 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/Financial 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, dt.23.07.2013.
c) Electronic payment of tender paper cost: 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.
ii. A bidder having account in other Banks can make payment using NEFT/RTGS facility of designated Banks. • Online
NEFT/RTGS payment using internet banking of the bank in which the bidder holds his account, by adding the account
number as mentioned in the challan as an interbank beneficiary.
d) Bid submission: Only after receipt of intimation at the e-Procurement portal regarding successful transaction by bidder
the system will activate the 'Freeze Bid Submission' button to conclude the bid submission process.
e) System generated acknowledgement receipt for successful bid submission: System will generate an
acknowledgement receipt for successful bid submission. The bidder should make a note of 'Bid ID' generated in the
acknowledgement receipt for tracking their bid status.
b) For the time being, the State Procurement Cell (SPC) will use over the counter payment facility of the Odisha Treasury
portal. Thereafter, remittance through NEFT & RTGS will be facilitated through the Odisha Treasury portal.
c) Similarly, in case of State PSUs, Statutory Corporations, Autonomous Bodies and Local Bodies etc., Cost of Tender
Paper, the e-Procurement portal shall generate a MIS for the State Procurement Cell (SPC). The MIS will contain an
abstract of the cost of tender paper collected with reference to Bid Identification Number. The State Procurement Cell shall
generate Bank-wise list of challans and instruct the designated Banks to remit the money through the Odisha Treasury
portal. The cost of tender papers will be credited to the registered Bank account of the concerned State PSUs, Statutory
Corporations, Autonomous Bodies and Local Bodies etc.
d) Bank will refund (in case the Tender Inviting Authority (TIA) issues such instructions) the tender fee, EMD to the bidder, in
case the tender is cancelled before opening of Bid as per direction received from TIA through e-procurement system.
e) Back-end Transaction Matrix of Electronic receipt of Cost of Tender Paper and Earnest Money Deposit on submission of
bids is enclosed in the Annexure.
8. Forfeiture of EMD : Forfeiture of Earnest Money Deposit on submission of bid of defaulting bidder is occasioned for
various reasons.
CONTRACTOR SUPERINTENDING ENGINEER
- 15 -
a) In case the Earnest Money Deposit on submission of bid is forfeited, the e-Procurement portal will direct the Bank to
transfer the EMD value from the Pooling Account of SPC to the registered account of the tender inviting authority.
b) The Tender inviting authorities of the Government Departments will deposit the forfeited Earnest Money Deposit on
submission of bid, in the State Government Treasury under the appropriate head (8782-Cash Remittances and
Adjustments between the officers rendering accounts to the same Accounts [Link]-1683-
Remittances-91028-Remittances into Treasury) after taking the amount as a revenue receipt in their Cash Book under the
head 0075-Misc. General Services-00-101 –Unclaimed Deposits-0097-Misc, Receipts-02080-Misc. Deposits and submit the
detail account to DAG (Puri) as a deposit of the Division.
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.
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.
b) In every working day, the State Procurement Cell shall generate MIS from the e-Procurement portal to ascertain the
tender paper cost received in the e-Tendering process separately bank-wise for the Government Department and the
PSUs/ULBs. The SPC shall generate bank-wise separate online challans from the Odisha Treasury portal and make the
remittance through over the counter facility or NEFT/RTGS (as and when this functionality is available in Treasury portal)
and issue instruction to the bank for remittance of the receipt to the State Government account.
c) The State Procurement Cell shall be responsible for providing challan details and MIS in respect of the remittance towards
tender paper cost to the Tender inviting authorities for their record.
d) State Procurement Cell shall monitor the progress of e-Tendering by different Government departments / State PSUs/
Autonomous Bodies / ULBs through an MIS. State Procurement Cell shall monitor and send monthly progress reports to the
Government.
e) The e-Procurement system will generate a consolidated refund & settlement XML file as an end of the day activity.
f) e-procurement system will provide a web service for payment gateway (PG) provider to pull the encrypted refund and
settlement details in XML file against a day.
g) Similarly, payment gateway (PG) provider will provide a web service to pull the refund and settlement status against a day
h) e-procurement system will update the status accordingly for reconciliation report.
b) The NIC, Odisha will modify / rectify the errors in electronic data relating to the Chart of Account.
c) NIC will provide an interface to organisations to download the electronic receipt data.
d) Enable automatic generation of daily XML files from e-Procurement system and ensure delivery of the same to the
authorised 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.
12. Role of Cyber Treasury :
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.
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.
ANNXURE-I
Back-end Transaction Matrix of Electronic receipt and remittance of Cost of Tender Paper and
Earnest Money Deposit on submission of bids.
LETTER OF TRANSMITTAL
To
The Superintending Engineer
MI Division, Sundargarh.
Having examined the details given in invitation and bid for - “As per DTCN.”
3. We have furnished all information and details necessary as per check list for bid and have
no further pertinent information to supply.
4. We submit the requisite certified liquid asset/ credit facility certificate and authorize the
Superintending Engineer, Minor Irrigation Division, Sundargarh to approach the Bank
issuing the Liquid asset/credit facility certificate to verify the correctness thereof. We also
authorize the Superintending Engineer, Minor Irrigation Division, Sundargarh to approach
individuals, employers, firms and corporations to verify our competence and general
reputation.
5. We submit the following certificates in support of our suitability, technical knowledge, and
capability for having successfully completed the following works.
6. We submit requisite affidavit as mentioned in Tender Call Notice.
Name of work. Client / Owner
1.
Signature of Bidder
Enclosures:
Seal of Bidder
Date of submission
FORM – A
STRUCTURE AND ORGANISATION
1. Name Bidder.
6. The bidder is
a. An individual
b. A proprietary firm.
d. A member of a group of companies (If yes, give names, address and present description of
other companies.)
If the company is a subsidiary, state what involvement if any, will the parent company
have in the project.
Attach the organization chart showing the structure of the organization including the
names of the Directors & position of officer.
a. As a prime contractor
I. In own country
b. In a Joint venture
I. In own country
c. As a subcontractor
I. In own country
8. Name of the address of any associates the bidder has in India who are knowledgeable
in the procedure of customs, immigration takes and other information 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 add new field (if any)?
10. Were you ever required 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
reasons for not completing the work.
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 technology for
manufacture and quality control.
Signature of bidder
ANNEXURE – C (1)
(No Relationship Certificate)
I/We hereby certify that I/We* am/are* related/not related (*) to any officer of Water Resources
Department of the rank of Assistant Engineer & above and any officer of the rank of Assistant / Under
Secretary and above of the Water Resources Department of I/We* am/are* aware that, if the facts
subsequently proved to be false, my/our* contract will be rescinded with forfeiture of E.M.D and
security deposit and I/We* shall be liable to make good the loss or damage resulting from such
cancellation. I//We also note that, non-submission of this certificate will render my / our tender liable
for rejection.
Signature of Bidder
ANNEXURE- E (1)
AFFIDAVIT
i) That, I / We possess a valid license for execution of works contract issued by *………………………………..
belongs to …………… Class …………… contractor & is valid up to * *……………….…………
I am submitting tenders before the Superintending Engineer, Minor Irrigation Division, Sundargarh for
execution of following works in response to Tender Call Notice No. ……………….….
1. ……………………………………………………………….* * *
ii) I am the authorized signatory on behalf of contractor for the tender for the work / works mentioned
above.
iii) That I am not related to any officer in the rank of Asst. Engineer and above in the department of water
resources Govt. of Odisha. I am aware that if the facts subsequently provide to be false, my contract will
be rescinded with forfeiture of EMD and Security deposit and I shall be liable to make good the loss or
damage resulting from such cancellation. I also note that, non-submission of this certificate will render
my tender liable for rejection.
iv) I am swearing this affidavit that all tender documents and accompanying papers those being submitted
by me before the Superintending Engineer, Minor Irrigation Division, Sundargarh including E.M.D. in
any shape are all authentic and bonafied documents in the eyes of the law of the land.
v) I undertake that in case of any information furnished by me found to be incorrect, the authority has
right to reject the bid.
vi) I hereby certify that all the statements made in the required attachments are true and correct.
That the facts stated in the affidavit are true to the best of my knowledge and belief.
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.
i) That, I / We possess a valid license for execution of works contract issued by *……………………..………..
belongs to ………… Class …………….. Engineer contractor & is valid up to * *……………………
I am submitting tenders before the Superintending Engineer, Minor Irrigation Division, Sundargarh for
execution of following works in response to Tender Call Notice No. …………………..…….
1. …………………………………….………………….* * *
ii) I am the authorized signatory on behalf of contractor for the tender for the work / works mentioned
above.
iii) That, I am ………….. class ……………………….. Engineer Contractor and I have not exhausted the facility
available to me an Engineer contractor during the year ……………………… for exemption of EMD as per
works Department Guideline & OPWD Code.
iv) That I should be given privilege as per OPWD code in this regard as a …………………………. Engg.
Contractor.
v) That I am not related to any officer in the rank of Asst. Engineer and above in the department of water
resources Govt. of Odisha. I am aware that if the facts subsequently provide to be false, my contract
will be rescinded with forfeiture of EMD and Security deposit and I shall be liable to make good the loss
or damage resulting from such cancellation. I also note that, non-submission of this certificate will
render my tender liable for rejection.
vi) I am swearing this affidavit that all tender documents and accompanying papers those being submitted
by me before the Superintending Engineer, Minor Irrigation Division, Sundargarh are all authentic and
bonafied documents in the eyes of the law of the land.
vii) I undertake that in case of any information furnished by me found to be incorrect, the authority has
right to reject the bid.
viii) I hereby certify that all the statements made in the required attachments are true and correct.
That the facts stated in the affidavit are true to the best of my knowledge and belief.
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- E(2)
AFFIDAVIT
I, Sri……………………………………….................... Aged …………….. Years,
Son/ Daughter/ Wife of Sri…………………………………......................................... at present residing At
………………………….................... P.O................................... P.S………………........................
Dist…………………............. Pin………………. ………………. do here by declare that , I have not registered
under the G.S.T. act in the state of Orissa as I have not started any business in the state and I have no
liability under the act.
In the event of this contract is awarded to me, I will register my self in the G.S.T. Act in the
State of Orissa and I will produce the G.S.T. clearance certificate in form G.S.T. 612 before drawl of
agreement.
That the facts stated in the affidavit are true to the best of my knowledge and belief.
Signature of Contractor /
Authorized Signatory
Note-: This certificate is required to be furnished by the outside contractor who has not started any
business in the state of Odisha.
PART-II
CHAPTER – I
1. All works proposed for execution by contract will be notified in a form of invitation to tender
pasted on a board hung up in the office and signed by the Sub-divisional Officer / Superintending
Engineer.
This notice will state the work to be carried out, the items and approximate quantities thereof
as well as the date for submitting and opening tenders also the amount of earnest money to be
deposited and the amount of the security deposit to be deposited by the successful bidder and the
percentage if any, to be deducted from bills. Copies of the specification, designs, and drawings and
any other documents required in connection with the submission of tender signed for the purpose of
identification by the Sub-divisional Officer / Superintending Engineer shall also be open for
inspection by the contractor at the office of the Sub-divisional Officer/ Superintending Engineer
during office hours.
2. In the event of the tender being submitted by a firm it must be signed separately by each
member thereof, or in the event of the absence of any partner, it must be signed on his behalf by a
person holding a power of attorney authorizing him to do so.
3. Receipts for payments made on account of work, when executed by a firm, must also be
signed by the several partners, except where the contractors are described in their tender as a firm in
which case the receipt must be signed in the name of the firm by one of the partners, or by some
other person having authority to give effectual receipts for the firm.
4. The memorandum of work tendered for and the memorandum of materials to be supplied by
the Public Works Department and their issue rates shall be filled in and completed in the office of the
Sub-divisional Officer/ Superintending Engineer before the tender form is issued if a form is issued
to an intending tendered without having been so filled in a completed he shall request the office to
have this done before he completes and delivers his tender.
5. Any person who submits a tender shall fill up the usual printed form stating at what rate he
is willing to undertake each item of 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 a treasury challan for 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
work shall submit a separate tender for each. Tender shall bear the name of the work to which they
refer written outside the envelope. Cash deposits for earnest money herein before mentioned shall be
made in Govt. treasuries and the challan thereof should be enclosed with the tender.
6. 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
challan for the earnest money forwarded therewith shall there upon be returned to the bidder with a
pay order for the amount of the earnest money.
7. The Engineer shall have the right of rejecting all or any of the tenders.
8. 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 bidder 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 bidder of the selected tender shall also
deposit the required amount of the security money within the prescribed time. If the bidder fails to
deposit the required amount of the security money within the prescribed time, the Engineer may
reject the tender.
If the Engineer is not competent to accept the tender himself, he will inform the bidder of the
tender which he decides to recommend for acceptance. Such bidder shall there upon sign forthwith
copies of the specification and other documents mentioned in rules 1 to 4 shall deposit the required
amount of the security money within the prescribed time, the tender with the specification and other
documents signed by the bidder will then be forwarded for acceptance to the Engineer competent to
accept the same in case he rejects the tender the security money deposited shall be refunded to
bidder.
9. When a tender is selected for acceptance the bidder shall deposit the required amount of the
security money in cash in the treasury and shall forward the challan to the Superintending Engineer
Govt. securities may be endorsed to the Superintending Engineer in lieu of a cash deposit of the
CONTRACTOR SUPERINTENDING ENGINEER
- 26 -
required amount of the security money. No tender shall be finally accepted until the required amount
of the security money has been deposited.
10. The amount of security money to be deposited by the bidder whose tender is selected for
acceptance shall be 2 percent of the estimated value of the work and towards this amount, the
earnest money already deposited by him shall be credited. At least half this security inclusive of the
earnest money shall be deposited by the bidder within such time as may be notified to him in writing
by the office opening the tender, failing which tender shall be liable to rejection.
Any balance of the Security money outstanding after completion of the contract with the
bidder may be made up by deductions of 5 percent of the amount of each payment to be made to him
under clause 6 of the conditions of contract for the work done under the contract.
11. 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.
12. (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 Superintending 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.
I/We hereby tender for the execution for the Governor of Odisha of the work specified in the
underwritten memorandum at the specified therein within a period of “As per DTCN” from the date of
written order to commence and complete in all respect with the specifications, designs, drawings and
other documents referred to in rule-1 there of and subject to the annexed conditions of contract and
with such material as are provided for by and in all other respects in accordance with such
conditions so far as applicable.
MEMORANDUM
d) Earnest money
deposit : i. 1% of the tender value As per DTCN
e) The deposit will be 2% i) Initial Security deposit As per DTCN
of the estimated cost (including earnest money)
of the work to be deposited at the
time agreement:
ii)
Additional Performance
Security
f) This percentage i) Percentage to be
deduction from bills of deducted from bills SD @
CONTRACTOR SUPERINTENDING ENGINEER
- 27 -
Should this tender be accepted I/We hereby agree to abide by and fulfill all
the terms and provisions of the said conditions of contract annexed here to so far as
applicable, or in default thereof to forfeit and pay to the Governor of Odisha or his
successors in office the sums of money mentioned in the said conditions.
Dated the …………….. day of ……………20…..
Witness:
Address:
Occupation:
Superintending Engineer
Signature of the Officer
Minor Irrigation Division,
by whom accepted
Sundargarh
CONDITIONS OF CONTRACT
Clause-1 : All compensation or other sums of money payable by the contractor to Government under the terms of his
contract may be deducted from or paid by, the sale of a sufficient part of his security deposit or from the interest arising
Compensation there from, or from any sums which may be due or may become due to the contractor by Government on any account
for delay 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 shape of NSC/ KVP/ Deposit receipt of schedule Bank
Pledged in favour of the Superintending Engineer 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 on which the written order to commence work is given to the contractor.
The work should The work shall throughout the stipulated period of the contract, be carried on with all due diligence (time being deemed
to be essence of the contract on the part of the contractor) and the contractor shall pay, as compensation, an amount
not be considered equal to 1/2 percent of the amount of the estimated cost, if the whole work as shown by the tender for every day that the
finished until such work remains un-commenced, or un-finished after the proper dates (The work should not be considered finished until
such date as the Superintending Engineer shall certify as the date on which the work is finished after necessary
date as the
rectification of defects as pointed out by the Superintending Engineer or his authorised agents, are fully complied with
Superintending by the contractor to the Superintending Engineer’s satisfaction). And further to ensure good progress during the
Engineer shall 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
certify as the date has elapsed, one half of the work, before the half of such time has elapsed, and three fourth of work before three fourths
as on which the of such time has elapsed. In the event of the contractor failing to comply with the condition he shall be liable to pay as
work is finished compensation an amount equal to one-third percent on 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
after necessary provision of this clause shall not exceed 10 percent of the estimated cost of the work as shown in the tender.
rectification of (b) If there are possibilities of exceeding this compensation amount as mentioned in clause (a) 10% of the
defects as pointed estimated cost, or in any case in which under any clause or clauses of this contract, the contractor shall have rendered
himself liable to pay compensation amounting to the whole of his security deposit in the hands of Government (whether
out by the paid in the sum or deducted by installments) the Superintending Engineer on behalf of the Governor of Odisha, shall
Superintending have power to adopt any of the following courses, as he may deem best suited to the interest of the Government.
Engineer or his i) To rescind the contract (of which recession notice in writing to the contractor under the hand of the
authorised agents Superintending Engineer shall be conclusive evidence) 20% of the value of the left over work will be realised from
the contractor as penalty .
are fully complied
ii) To employ labour paid by Deptt. of Water Resources and to supply materials to carry out the work, or any part
with by the of the work, debiting the contractor with the cost of the labour and the price of the materials (of the amount of which
contractor to the the cost and price certificate of the Superintending Engineer shall be final and conclusive against the contractor) and
Superintending crediting him with the value of the work done, in all respect in the same manner and at the same rates as if it had
been carried out by the contractor under the terms of his contract; the certificate of the Superintending Engineer as to
Engineer’s the value of the work done shall be final and conclusive against the contractor.
satisfaction :
iii) To measure up the work of the contractor and to take such part of the work of the contract, as shall be
unexecuted out of his hands and to give it to another contractor to complete, in which case any expenses which may
be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been
executed by him (of the amount of which excess the certificate in writing of the Superintending Engineer shall be
final and conclusive) shall be borne and paid by the original contractor and may be deducted from any money due to
him by Government under the contract or otherwise or from his security deposit or the proceeds of sale thereof or a
sufficient part thereof.
In the event of any of the above courses being adopted by the Superintending Engineer the contractor shall
have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any
materials, or entered into any engagements, or made any advance on account of with a view to the execution of the
work or the performance of the contract. And in case the contract shall be rescinded under the provision aforesaid,
the contractor shall not be entitled to recover or be paid any sum for any work there to for actually performed under
this contract, unless and until the Superintending Engineer shall have certified in writing the performance of such
work and the value payable in-respect thereof and he shall only be entitled to be paid the value so Certified.
iv) Security deposit of the contractor shall be refunded only one year after the date of completion of the work
provided the final bill has been paid and defects, if any rectified. In case, however where refund of security is
Actions when
delayed for non payment of final bill, two percent of the security deposit recovered as earnest money and initial
whole security security shall be refunded and the balance of the security deposit shall be refunded after payment of the final bill.
deposit is forfeited: However, the security deposit less any amount due, shall be returned to the contractor subject to the Engineer-in-
Charge certifying that no liability attaches to the contractor.
Clause-3 : In any case in which any of the powers, conferred upon the Superintending Engineer by clause 3 here of,
Contractor shall have become exercisable if the same shall not be exercised. The non-exercise thereof shall not constitute a waiver
remains liable to of any of the conditions in the event any further here of and such powers shall not with standing to be exercisable.
pay compensation In the event of any future case of default by the contractor of which by any clause or clauses hereof he is declared liable
to pay compensation amounting to the whole of his security deposit, and the liability of the contractor for past and future
if action not taken compensation shall remain unaffected. In the event of the Superintending Engineer putting in force the powers vested in
under him under the preceding clauses, he may if he so desires, take possession of all or any tools, plants, materials and stores,
clause – 5 in or upon the works, or the site thereof or belonging to the Contractor, or procured by him and intended to be used for
the execution of the work or any part thereof, paying or allowing for the same in the account at the contract rates, or in
case of these not being applicable, at current market rates to be certified by the Superintending Engineer whose
certificate thereof shall be final, otherwise the Superintending Engineer may notice in writing to the contractor or his
Power to take clerk of the works, foreman or other authorised agent require him to remove such tools, plants, materials, or stores from
possession of a the premises (within a time to be specified in such notice) and in the event of the contractor failing to comply with any
require removal of such requisition, the Superintending Engineer may remove them at the contractor’s expense or sell them by auction or
or sell contractor‟s private sale on account of the contractor and at his risk in all respects, and the certificate of the Superintending Engineer
plants as to the expense of any such removal and the amount of the proceeds and expense of any such sale shall be final and
conclusive against the contractor.
Clause - 4 : If the contractor shall desire an extension of the time for completion of the work, on the ground of his
Extension of time having been unavoidably hindered in its execution or any other ground, he shall apply in writing to the Superintending
Engineer within 30 days of the date of the hindrance on account of which he desires such extension as aforesaid and,
the Superintending Engineer shall, if in his opinion (which shall be final) reasonable grounds be shown therefore,
authorise such extension of time, if any, as may in his opinion be necessary or proper. The Superintending Engineer
shall at the same time inform the contractor whether he claims compensation for delay.
In case where the sanction of higher authority to grant extension of time is necessary, the Superintending
Engineer will send his recommendation to higher authority. If the order of the competent authority is not received
within 60 days from the date of receipt of recommendation of the Superintending Engineer, the Superintending
Engineer shall grant extension of time under intimation to the concerned authorities so that the contract shall remain in
force, but while communicating this extension of time he must inform the contractor that extension is granted without
prejudice to Government’s right to levy compensation under relevant clause of the Agreement.
General instruction to Contractors:- (As per Lr. No. 20415 dated 14.09.2015 of FA-cum-Joint Secretary to
Government, DOWR, Govt of Odisha)–
1. Any Agency or Contractor executing a work should be aware about the local festivals like Makar Sankranti, Raja
Sankranti, Chaiti Parba, Danda Nata or any such festivals which may affect the work schedule. Therefore, the Contractor
should engage more work forces during working period available at his disposal to complete the work as per schedule.
2. In the peak summer season, working hour is curtailed by the Labour Department to avoid exposure to personnel to
the scorching sun and heat. It is the duty of the agency to increase the number of workforce and to employ the exsting
workforce during morning and afternoon hours as per Government orders.
3. Rainfall is a normal occurrence during monsoon in Odisha. So, unless there is unusually heavy rainfall resulting in a
declared calamity, the Contractor is not eligible for any extension of time. The Contractor should plan the deployment of
workforce and machinery, so as to complete the work as per schedule considering ordinary vagaries of the nature.
The same applies for borrow areas ponding also. The Contractor should foresee possible ponding of borrow area in
monsoon and likewise lift more quantity of soil/other materials during dry period, so as to complete the work as per
schedule.
4. The Contractor should take up the work with due diligence in the acquired land without waiting for acquisition of
the entire land. This should be completed in proportionally less period depending on the quantum of available work
front.
5. The Agency should plan his work programme and mobilize men and machineries considering the canal closure
programme of a particular system or area. Khariff / Rabi closure can’t be imposed arbitrarily on the farmers as per the
convenience of the agency. Closure of canal for the interest of work will be solely at the discretion of the Engineer-in-
Charge and can’t be claimed as a matter of right.
6. There will always be standing crop before harvesting season as per crop schedule and this fact has to be clearly
understood by the agency. Extension of time on this ground may not be considered by Divisional Officers.
7. Only the day(s) of elections to the Local Bodies / Assembly / Parliament will be treated as a non-working day(s).
Clause-5 : On completion of the work, the contractor shall be furnished with a certificate by the Superintending
Final Certificate Engineer (hereinafter called the Engineer-in-charge) of such completion, but no such certificate be given nor shall the
work be considered to be completed until the contractor shall have removed from the area of the premises (to be
distinctly marked by the Superintending Engineer in the site plan) on which the work shall be executed all scaffolding
surplus materials and rubbish, and cleared off the dirt from all wood-work, doors, windows, walls, floors or other parts
of any building in upon or about which the work is to be executed, or of which he may have had possession for the
purpose of the execution thereof, nor until the work shall have been measured by the Officer of the Department of
Water Resources in accordance with the rules of the department whose measurements shall be binding and conclusive
against the contractor, if the contractor shall fail to comply with the requirements of this clause as to removal of
scaffolding surplus materials and rubbish and cleaning off dirt on or before the date fixed for the completion of the
work, the Engineer-in-charge may at the expense of the contractor remove such scaffoldings surplus materials and
rubbish and dispose of the same as he thinks fit and clean off such dirt as aforesaid and the contractor shall forthwith
pay the amount of all expenses incurred and shall have no claim in respect of any such scaffolding or surplus materials;
as aforesaid except for any sum actually realised by the sale thereof.
Sub-Clause - 5 : If in the opinion of Engineer-in-Charge, which shall be final and binding on the contractor,
occupation or utilisation of a portion of the work completed in no way interferes with progress of the work the same
may be occupied or utilised by on behalf of the Govt. under the written order of the Engineer-in-Charge and to get the
defects, if any rectified by the contractor at his (Contractor) own cost within six months from the date of completion of
the whole work provided that the contractor will not be allowed any concession either in the shape of extension of
stipulated period or any other monetary compensation on account of such occupation or use.
Clause-6 : A bill shall be submitted by the contractor each month on or before the date fixed by the Engineer-in-charge
Payment on for all works executed in the previous month and the Engineer-in-Charge or his subordinate shall take the requisite
intermediate measurement for the purpose having the same verified and the claim as far as admissible, adjusted, if possible, before
the expiry of ten days from the presentation of the bill. If the contractor does not submit the bill within the time fixed as
certificate be
aforesaid, the Engineer-in-Charge or his subordinate shall measure up the said work in the presence of the contractor
regarded as whose counter signature to the measurement list will be sufficient warrant, and the Engineer-in-Charge or his
advances and bill subordinate shall prepare a bill from such list which shall be binding on the contractor in all respects.
to be submitted Provided that, if any balance of the 7% security, outstanding from each such payment shall be deducted so as to,
monthly. not exceeding 5% as may be necessary to make up the balance of the security. All such intermediate payments to the
contractor shall be regarded as payments by way of advance against the final payment only and not as payments for
work actually done and completed and shall not preclude the requiring of bad, unsound and imperfect or unskillful
work to be removed and taken away and reconstructed or erected, or any part thereof in any respect, or the accrual of
any claim nor shall it conclude, determine, or effect in any way the powers of the Engineer-in-Charge under these
conditions or any of them as to the final settlement or adjustment of the accounts or otherwise, or in any other way vary
or affect the contract.
Clause-7 : The final bill shall be prepared by the officers of the Department of Water Resources in accordance with the
rules of the Department in the presence of the contractor within one month of the date fixed for completion of the work.
Clause-8 : If the specification or estimate of the work provides for the use of any special description of materials to be
Stores supplied supplied from the Engineer-in-Charge’s store, or if it is required that the contractor shall use certain stores to be
by Government. provided by the Engineer-in-Charge under the conditions of this contract (such materials and stores and the prices to be
charged therefore as hereinafter mentioned being so far as practicable for the convenience of the contractor, but not so
as in any way to control the meaning or effect of this contract or are specified in the schedule or memorandum hereto
annexed) the contractor shall be supplied with such materials and stores noted in the annexed schedule as are required
from time to time to be used by him for the purposes of the contract only, and the value of the full quantity of materials
and stores so supplied at the rates specified in the said schedule may be set off or deducted from any sums then, due or
thereafter to become due to the contractor under the contract or otherwise, or against or from the security deposit, or the
proceeds of sale thereof if the same is held in Government securities, the same or a sufficient portion thereof being in
this case sold for the purpose. All materials supplied to the contractor shall remain the absolute property of Government
and shall not on any account be removed from the site of the work and shall at all times be open to inspection by the
Engineer-in-Charge. Any such materials unused and in perfectly good condition at the time of the completion or
determination of the contract shall be returned to the Engineer-in-Charge’s store, at the prevailing market rate or at the
issue rate whichever is less if by a notice in writing under his hand he shall so require, but the contractor shall not be
entitled to return any such materials unless with such consent, and shall have no claim for compensation on account of
any such materials so supplied to him as aforesaid being unused by him, or for any wastage in or damage to any such
materials.
Clause - 8(a) : “If a contractor removes any materials or stock so supplied to him from the site of the work in
contravention of the provision of this clause with a view to dispose of the same dishonestly, he shall, in addition to any
other liability, civil or criminal arising out of this contract be liable to pay a penalty equivalent to five times the price of
the said materials or stock, according to the stipulated rate. The penalty so imposed shall be recoverable from any sum
that be then or at any time thereafter may become due to the contractor, or from his security deposit, or the proceeds of
sale thereof”.
Clause-8(b) : Owing to difficulty in obtaining certain materials in the open market the Government have undertaken to
supply materials specified in the schedule hereto annexed. There may be delay in obtaining materials by the
Department and the contractor is therefore required to keep himself in touch with the day to day position regarding the
supply of materials from the Engineer-in-Charge and to so adjust the progress of the work that their labour may not
remain idle nor may there be any other claim due to or arising from delay in obtaining the materials. It should be clearly
understood that no monetary claim whatsoever shall be entertained by the Government on account of delay in
supplying materials. However, extension of time for completion of work can be granted on timely application by the
contractor vide also Clause-4.
Clause - 9 : The contractor shall execute the whole and every part of the work in the most substantial and workmanlike
manner, and both as regards materials and otherwise in every respect in strict accordance with the specifications. The
Works to be contractor shall also confirm exactly, fully and faithfully to the designs, drawings and instructions in writing relating to
executed in 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 requires, be
accordance with entitled at his own expenses to make or cause to be made copies of the specification, and of all such designs, drawings
specification, and instructions as aforesaid.
drawing and
orders etc. Clause-10 : The Engineer-in-Charge shall have power to make any alterations in or additions to the original
specifications, drawings, designs and instructions that may appear to him necessary and advisable during the progress of
work and the contractor shall be bound to carry out the work in accordance with any instructions which may be given to
him in writing signed by the Engineer-in-Charge and such alteration shall not invalidate the contract, and any additional
work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out
by the contractor on the same conditions in all respects on which he agreed to do the main work, and at the same rates as
Do not invalidate are specified in the tender for the main work. The time for the completion of the work shall be extended in the
Contract. proportion that the additional work differs to the original contract work and the certificate of the Engineer-in-Charge
shall be conclusive as to, such proportion. And if the additional work includes any class of work, for which no rate is
specified in this contract, then such class of work shall be carried out at the rates entered in the sanctioned schedule of
rates of the locality during the period when the work is being carried on and if such last mentioned class of work is not
CONTRACTOR SUPERINTENDING ENGINEER
- 31 -
entered on the schedule of rates of the district, then the contractor shall within seven days of the date of his receipt of the
order to carry out the work inform the Engineer-in-Charge of the rate which it is his intension to charge for such class of
work, and if the Engineer-in-Charge does not agree to this rate he shall by notice in writing be at liberty to cancel his
Extension of order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable.
time in
consequence of No deviations from the specification stipulated in the contract or additional items of work shall ordinarily be
carried out by the contractor, nor shall any altered, additional or substituted work be carried out by him, unless the rates
alterations. of the substituted, altered or additional items have been approved and fixed in writing by the Engineer-in-Charge.
The contractor shall be bound to submit his claim for any additional work done during any month on or before
Rates of work not the 15th day of the following month accompanied by a copy of the order in writing of the Engineer-in-Charge for the
in estimate or additional work and that the contractor shall not be entitled to any payment in respect of such additional work if he fails
to submit his claim within he aforesaid period.
schedule Provided always that if the contractor shall commence work or incur any expenditure in regard thereof before
of rates of the the rates shall have been determined as lastly herein before mentioned, in such case he shall only be entitled to be paid in
district respect of the work carried out or expenditure incurred by him prior to the date of the determination of the rates as
aforesaid according to such rates as shall be fixed by the Engineer-in-Charge. In the event of a dispute, the decision of
the Superintending Engineer of the Circle will be final
No compensation Clause-11 : If at any time after the commencement of the work the Governor of Odisha shall for any reason whatsoever
not required the whole thereof as specified in the tender to be carried out, the Engineer-in-Charge shall give notice in
for alteration in or writing of the fact to the contractor who shall have no claim to any payment or compensation whatsoever on account of
restriction of wok any profit or advantage, which he might have derived from the execution of the work in full which he did not derive in
consequence of the full amount of the work not having been carried out neither shall he have any claim for
to be carried out.
compensation by reason of any alterations having been made in the original specification drawings, designs and
instruction which shall involve any curtailment of the work as originally contemplated.
Clause -12 : If it shall appear to the Engineer-in-charge or his sub-ordinate-in-charge of the work, that any work, that
any work has been executed with unsound, imperfect or unskillful workmanship or with materials of any inferior
Action and description, or that any materials or articles provided by him for the execution of the work are unsound or of a quality
compensation inferior to that contracted for or otherwise not in accordance with the contract, the contractor, shall on demand in writing
payable in case of from the Engineer-in-Charge specifying the work, materials or articles complained of notwithstanding that the same may
bad work. have been inadvertently passed certified and paid for, forthwith rectify or remove and reconstruct the work so specified
in whole or in part, as the case may require or as the case may be, remove the materials or articles so specified and
provide other proper and suitable materials or articles at his own proper charge and cost, and in the event of his failing to
do so within a period to be specified by the Engineer-in-charge in his demand aforesaid, then the contractor shall be
Work to be open liable to pay compensation at the rate of one percent on the amount of the estimate for every day not exceeding ten days,
for inspection. while his failure to do so shall continue and in the case of any such failure the Engineer - in -charge may rectify or
remove, and re-execute the work or remove and replace with others, the materials or articles complained of as the case
may be at the risk and expense in all respects of the contractor.
Contractor or
responsible Clause - 13: All work under or in course of execution or executed in pursuance of the contract shall at all times be
Agents to be opened to the inspection and supervision of the Engineer - in-charge and his subordinates and the contractor shall at all
present. times during the usual working hours, and at all other times at which reasonable notice of the intention of the Engineer -
in-charge or his subordinate to visit the works shall have been given to the contractor either himself be present to receive
orders and instruction, or have a responsible agent duly accredited in writing, present for that purposes. Orders given to
the contractor’s agent shall be considered to have the same force as if they had been given to the contractor himself.
Notice to be given Clause -14: The contractor shall give not less than five days notice in writing to Engineer-in-charge or his subordinate -
before work is in charge of the work before covering up or otherwise placing beyond the reach of measurement of any work in order
covered up. that the same may be measured and correct dimensions thereof be taken before the same is so covered up or placed
beyond the reach of measurement and shall not cover up or place beyond the reach of measurement, any work without
the consent in writing of the Engineer in charge or his subordinate - in charge of the work and if any work shall be
covered up or placed beyond the reach of measurement without such notice having been given or consent obtained,, the
same shall be uncovered at the contractor’s expense, or in default thereof no payment or allowance shall be made for
Contractor is such work of the materials with which same was executed.
liable for
damages dine Clause -15: If the contractor or his work people, or servants shall break, deface injure or destroy any part of a building
and for in which they may be working or any building, road, fence, enclosure, or grass land or cultivated ground continuous to
the premises on which the work of any part of it is being executed or if any damages shall happen to the work while in
imperfection for 3
progress, from any cause whatever or any imperfection became apparent in it within three months from the date of final
months after certificate of its completion shall have been given by the Engineer-in-Charge, as aforesaid the contractor shall make the
certificate. same to be made good by other workmen and deduct the expenses (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 there of and the contractor shall be liable to pay
Contractor to any part of the expenses not so recovered by the Engineer-in-charge.
supply Clause -16 : The contractor shall supply at his own cost all materials (except such special materials, if any as may in
plant, ladders, accordance with the contract be supplied from the Engineer -in -charges stores), Plant, tools, appliances, Implements,
scaffolding etc. ladders, cordage, tackle scaffolding and temporary works requisite or proper for ) the proper execution of the work
whether original, altered or substituted, and whether included in the specification or other documents forming part of the
And is liable for contract or referred to in these conditions or not to which may be necessary for the purpose of satisfying or complying
with the requirement of the Engineer-in Charge as to any matter as to which under this conditions be is entitled to be
CONTRACTOR SUPERINTENDING ENGINEER
- 32 -
damages arising satisfied which he is entitled to require together with carriage therefore to and from the work. The contractor shall also
supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting
from provision of out works, and counting, weighing and assisting in the measurement of examination at any time and from time to time of
lights fencing etc. the work or the materials. Failing him so doing the same may be provided by the Engineer-in-Charge at the expense of
the contractor under the contract or from his security deposit or the proceeds of sale thereof, or of a sufficient portion
thereof. The contractor shall also provide all necessary fencing and lights required to protect the public from accident,
and shall be bound to bear the expenses of defense of every suit, action or other proceedings at law that may be brought
any person for injury sustained owing to neglect of the above precautions, and to pay damages and cost which may be
awarded in any such suit, action or proceedings to any such person or which may with the consent or the contractor be
paid to compromise any claim by any such person.
Clause-17: No female labourer shall be employed within the limits of a cantonment.
The contractor shall not employ for the purpose of this contract any person who is below the age of twelve years, and
shall pay to each labourer for the work done by such labourer, wages not less than the wages paid for similar work in the
neighborhood.
The Superintending Engineer shall have the right to enquire into and decide any complaint alleging that the wages paid
by the contractor to any labourer for the work done, by such labourer is less than the wages paid for similar work in the
neighborhood.
Explanation - Fair wages means wages whether for time of piecework prescribed by the State DOWR provided that
where higher rates have been prescribed under the minimum wages Act. 1948 wages at such higher rates would
constitute Fair Wages. The Superintending Engineer shall have the right to enquire into and decide any complaint
alleging that the wages paid by the contractor to any labour for the work done by such labour is less than the wages paid
for similar work in the neighbourhood.
The officer-in-charge of the work shall have the right to decide whether any labourer employed by the contractor is
below the age of twelve years and to refuse to allow any labourer whom he decides to be below the age of twelve years
to be employed by the contractor.
Clause-17(a) – The contractor shall if so required by the Engineer-in-Charge employ one or more Engineering
Graduates or Diploma holders as apprentices at his own cost of the work as shown in the tender exceed Rs.2,50 Cr. The
Chief Engineer will select the apprentices. The period of employment will commence within one month after the date of
work order and would last until the date when 90% of the work is completed. The stipend to be paid to the apprentices
should not be less than Rs. 200/- per month in the case of graduate Engineers and less than Rs.150/- per month in case of
Diploma holders. The number of apprentice to be employed shall be fixed by the Chief Engineer in a manner so that the
expenditure does not exceed 1 % of the tendered cost of the work.
Clause-18: The contractor shall not be assigned or sublet without the written approval of the Superintending Engineer.
And if the contractor shall assign or sublet his contract or attempt to do so or become insolvent or commence any
Work not to be insolvency, proceedings or make any composition with his creditor or attempt to do so or if any bride, gratuity, gift,
sublet. loan, perquisite reward, or advance, pecuniary or otherwise, shall either directly or indirectly be given, promised, or
offered by the contractor, or any of his servants or agents to any public officer or persons in the employ of Government
in any way relating to his office employment, or if any such officer or person shall become in any way directly or
indirectly interested in the contract, the Superintending Engineer may there upon by notice in writing rescind the
Contract may be contract and the security deposit of the contractor shall there upon stand forfeited and be absolutely at the disposal of
rescinded and Government and the same consequences shall ensure if he contract had been rescinded under the clause 2 thereof, and
in addition the contractor, shall not be entitled to recover or be paid for any work thereto for actually performed under
security deposit
the contract.
forfeited for Clause-19: All sums payable by way of compensation under any of these conditions shall be considered as reasonable
subletting, bribing compensation to be applied to the use of Government without reference to the actual loss or damage sustained and
or if contractor whether or not any damage shall have been sustained.
becomes
insolvent. Clause-20: In the case of a tender by partners, any change in the constitution of the firm shall be forth with notified by
the contractor to the Engineer-in-charge for his information.
In case of failure to notify the change in the constitution within fifteen days the Engineer-in-charge may by
Sum payable by notice in writing rescind the contracts and the security deposit of the contractor shall thereupon stand forfeited and be
way of absolutely at the disposal of Government and the same consequences shall ensure as if the contract had been rescinded
under clause-2 hereof, and in addition the contractor shall not be entitled to recover or be paid for any works therefore
compensation to actually performed under the contract.
be considered as Clause-21: All works to be executed under the contract shall be executed under the direction and subject to the approval
reasonable in all respects of the Superintending Engineer of the Circle for the time being who shall be entitled to direct at what
compensation point or points and in what manner they are to be commenced and from time to time carried on.
without reference Clause-22: Deleted.
to actual loss. Clause-23: When the estimate on which a tender is made includes lump sums in respect of parts of the work the
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 rates 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
Changes in
amounts entered in the estimate, and the certificate in writing of the Engineer-in-charge shall be final and conclusive
constitution of against the contractor with regard to any sum or sums payable to him under the provisions of this clause.
firm.
Clause-24: In the case of any class of work for which there is no such specification as is mentioned in the rule I, such
Lump sums in work shall be carried out in accordance with Circle specification and in the event of there being no circle specification,
CONTRACTOR SUPERINTENDING ENGINEER
- 33 -
estimates. then in such case the work shall be carried out in all respect in accordance with the instructions and requirements of the
Engineer-in-charge.
Clause-25 : The expression “work” or “work” where used in these conditions shall, unless there be something either in
the subject or context repugnant to such construction, be construed, and taken to mean the works by or by virtue of the
Action where no
contract contracted to be executed, whether temporary or permanent, and whether original, altered, substituted or
specification. additional.
Clause-26: Government shall be entitled to recover in full from the contractor any amount that the Government may be
Definition of liable to pay under Workman’s compensation Act-VII of 1923 to any workmen employed in course of execution of any
works. part of the work covered by these contract.
Clause-27 : That the purpose of jurisdiction in the event dispute if any, the contract should be deemed to have been
entered into within the state of Orissa and it is agreed that neither party to the contract or of agreement will be competent
to bring a suit in regard to the matters covered by this contract at any place outside the state of Orissa.
Clause-28: The department will have the right to inspect the scaffolding and centering made for the work and can reject
partly or fully such structure if found defective in their opinion.
Clause-29 : Sanitary arrangements will be made by the contractor at this own cost for his labour camp.
Clause-30 : The contractor shall bear all taxes including sales tax, Income tax, royalty, fair-weather charges and tollage,
where necessary.
Clause-31 : Price Adjustment
31.1 : Contract price shall be adjusted for increase or decrease in rates and price of labour,
materials, fuels and lubricants in accordance with the following principles and procedures
and as per formula given in the 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 or extensions granted by the Engineer and
shall not apply to the work carried our 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 the
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
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 executed 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 pther clauses in the conytract, the unit rates and prices
includes in the contract shall be deemed to include amounts to cover the contingency of
such other rise or fall in costs.
The formula (e) for adjustment of prices are:
31 (a) (i): Adjustment of other materials Component
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:
VM= 0.85 × Pm/100 × R × (M1-M0)/ M0
VM= Increase or decrease in the cost of work during the month under consideration due to
changes in rates for local materials other than cement, steel, bitumen and POL.
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.
31 (a) (ii): Adjustment of Cement Component
Price adjustment for increase or decrease in the cost of cement,
produced by the contractor shall be paid in accordance with
the following formula:
VC= 0.85 × PC/100 × R × (C1-C0)/ C0
VC= Increase or decrease in the cost of work during the month under consideration due to
CONTRACTOR SUPERINTENDING ENGINEER
- 34 -
Note: For the application of this clause, index of (Mile Steel long products) has been chosen to represent
steel group.
31 (a) (iv): Adjustment of Bitumen Component
Price adjustment for increase or decrease in the cost of bitumen shall be paid in
accordance with the following formula:
Vb= 0.85 × Pb/100 × R × (B1-B0)/ B0
Vb= Increase or decrease in the cost of work during the month under consideration due to
changes in rate for bitumen.
B0 = The official retail price of bulk bitumen at the IOC / BPCL 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 the IOC / BPCL depot at nearest center for the
day 15 day of the month under consideration.
Pb=Percentage of bitumen Component of the work.
Price adjustment for increase or decrease in the cost due to labour shall be pain in
accordance with the following formula:
VL =0.85 × Pl/100 × R × (L1-L0)/ L0
VL = Increase or decrease in the cost of work during the month under consideration due to
changes in rates for local labour.
L0= The minimum wages for unskilled labour as notified by Government of Odisha as prevailed
on the last stipulated date of receipt of tender including extension, if any.
L1= The minimum wages for unskilled labour as notified by Government of Odisha as prevailed
CONTRACTOR SUPERINTENDING ENGINEER
- 35 -
on the last date of the month previous to the one under consideration.
P1= Percentage of labour Component of the work.
31 (c) : Adjustment of POL (fuel and lubricant) Component
Price adjustment for increase or decrease in cost POL (fuel and lubricant) shall be pain in
accordance with the following formula:
Vf =0.85 × Pf/100 × R × (F1-F0)/ F0
Vf = Increase or decrease in the cost of work during the month under consideration due to
changes in the rates for fuel and lubricants.
F0 = The official retail price of High Speed Diesel (HSD) at the existing consumer pumps of IOC/
BPCL/ HPCL at nearest center on the day 28 days prior to the date of opening Bids.
F1= The official retail price of HSD at the existing consumer pumps of IOC/
th
BPCL/ HPCL at nearest center for the 15 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.
31 (d) : Adjustment for plant and Machinery Spares Component
Price adjustment for increase or decrease in cost of plant and machinery spares procured
by the Contractor shall be paid in accordance with the following formula:
Vp -0.85 × Pp/100 × R × (P1-P0)/ P0
Vp -Increase or decrease in the cost of work during the month under consideration due to
changes in the rates for plant and machinery spares.
P0 - The all India wholesale price index for manufacture of machinery for mining, quarrying and
construction on 28 days preceding the date of opening Bids as published by the Ministry of
Commerce and Industry, Government of India, New Delhi.
P1 - The all India wholesale price index for manufacture of machinery for mining, quarrying and
construction for the month under consideration as published by the Ministry of
Commerce and Industry, Government of India, New Delhi.
P1 - Percentage of plant and machinery spares component of the work.
Note: For the application of this clause, index for manufacturing of machinery for mining, quarrying and
construction has been chosen to represent fuel and lubricants group.
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 2004-05 Item in WPI 2011-12 series
No. series series
1. Cement Grey Cement Ordinary Port land cement
2. Bars & rods Rebars Mild steel long products
Note:- Further break up may be worked out considering the consumption of cement, steel, Bitumen, pipe
and plant & Machinery Spare Component in the concerned works and shall be provided in the bid
document in shape of “ Schedule of Adjustment Data” as an “Appendix to Bid”. (enclosed herewith)
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
to each work separately during preparation of estimate, shall be approved by the authority during
technical sanction as a “Schedule of Adjustment Data” and shall from part of the Bid Document]
IOC/HPCL depot.
31 (a) (v) Pipes Whole Sale price index for
the type of pipe under
consideration, as published
by the office of the
Economic Adviser to the
Govt. of India, Ministry of
Commerce and Industry.
31 (b) Labour Minimum Wages notified by 5%
the Labour and Employee’s
State Insurance Department
of Government of Odisha,
India.
31 (c) POL Official retail price of HSD 5%
at nearest IOCL/HPCL/BPCL
Consumer pump depot.
31 (d) Plant and Whole Sale price index for
Machinery Manufacture of Machinery
for mining, Quarrying and
construction as published by
the office of the Economic
Adviser to the Govt. of India,
Ministry of Commerce and
Industry.
Clause-32 : After the work is finished all surplus materials and debris are to be removed by the contractor and preliminary works
such as vats, mixing platforms, etc. are to be dismantled and all materials removed from the site. The ground up to 100’-0” wide
from the building should be cleared and dressed.
FAIR WAGE CLAUSE
Clause-33
(a) The contractor shall pay the wages not less than fair wages to labourers engaged by him on the work.
Explanation : “ Fair Wage” means wages, whether for time or piece work prescribed by the state Public Works
Department, provided that where higher rates have been prescribed under the Minimum Wages Act.1948, wages at such
higher rates would constitute “Fair Wages”.(WD No.22059 dt:16.8.77)
(b) The contractor shall, not withstanding the provisions of any contract to contrary, cause to be paid a fair wage to
labourer indirectly engaged on the work including any labour engaged by his subcontractors in connection with the
said work, as if the labourers had been immediately employed by him.
(c) In respect of all labour directly or indirectly employed in the works for the performance of the contractors part of
this agreement, the contractor shall comply with or cause to be complied with all regulations made by the
Government in regard to payment of wages, wage period deductions from wages, recovery of wages not paid and
un authorised deductions made, maintenance of wage register, wage cards, publication of scale of wages and other
terms of employment, inspection and submission of periodical returns and all other matters of a like nature.
(d) The Superintending Engineer or Sub-Divisional Officer concerned shall have the right to deduct, from the money
due to the contractor, any sum required or estimated to be required for making good the loss suffered by a worker or
workers by reason of non-fulfilment of wages or of deductions made from their wages, which are not justified by
their terms of the contract or non-observance of the regulations. Money so deducted should be transferred to the
workers concerned.
(e) Vis-à-vis the Government of Odisha, the contractor shall be primarily liable for all payments to be made under and
for the observance of the regulations aforesaid without prejudice to his right to claim indemnity from his sub-
contractors.
(f) The regulations aforesaid shall be deemed to be part of this contract and any breach thereof shall be breach of this
contract.
(g) Under the provision of the Minimum Wages Act 1948 and the minimum wages (Central Rules, 1950) the contractor
is bound to allow or cause to be allowed to the labourers directly or indirectly employed in the work one day rest
for six days continuous work and pay wages at the same rate as for duty. In the event of default, the Superintending
Engineer of Sub-Divisional Officer concerned shall have the right to deduct the sum not paid on account of wages
for weekly holiday to any labourers and pay the same to the persons entitled thereto from any money due from the
contractor.
(h) The contractor shall at his own expense provide or arrange for the provision of footwear for any labour doing
cement mixing work and black topping work of roads (the contractor has under taken to execute under this contract)
to the satisfaction of the Engineer-in-Charge, and on his failure to do so, the Government shall be entitled to
provide the same and recover the cost from the contractor.
(i) The contractor shall submit by the 4th and 19th of every month, to the Engineer-in-Charge a true statement showing
in respect of the second half of the preceding month and the first half of the current month respectively:
i.) The number of labourer employed by him on the work.
ii.) Their working hours.
iii.) The wages paid to them
iv.) The accident if any occurred during the said fortnight showing the circumstances under which they
happened and the content of damage and injury caused by them and;
v.) The number of female workers who have been maternity benefit according to clause (K) and the amount
paid to them, failing which the contractor shall be liable to pay the Government a sum not exceeding
Rs.50/- for each default of materially incorrect statement. The decision of the Superintending Engineer
shall be final in deducting from any bill due to the contractor, amount levied as fine.
(j) In respect of all labour directly or indirectly employed in the works for the performance of the contractors part of
this agreement, the contractor shall comply with or cause to be complied with all regulations made by the
Government from time to time for the protection of health and sanitary arrangement for the workers employed by
the Odisha Public Works Department and this will apply to work place having 50 or more workers.
(k) Maternity benefit rules for female workers employed by the contractor, leave and pay during leave shall be
regulated as follows:
a) Leave: In respect of Delivery: Maternity leave not exceeding 8 weeks ( 4 weeks up to and including the day of
delivery of 4th weeks following that day,.
ii.) Pay: In case of Delivery: Leave pay during maternity leave will be at the rate of the woman’s average daily
earnings calculated on the total wages earned on the days when full time work was done during the period of three
months immediately proceeding the date of which she gives notice that she expects to be confined or at the rate of
Rs.52.50 a day whichever is greater.
In case of miscarriage: Leave pay at the rate of average daily earning calculated on the total wages
earned on the days when full time work was done during a period of three months immediately preceding the date
of miscarriage.
Condition of the grant of maternity leave: No maternity leave benefit shall be admissible to a woman unless she
has been employed for a total not less than 6 months immediately proceeding the date on which she proceeding on
leave.
MODEL RULES
FOR HEALTH & SANITARY ARRANGEMENTS FOR WORKERS EMPLOYED
BY ORISSA [Link]
1. APPLICATION: These rules shall apply to all construction work in-charge of Odisha Public Works Department,
which is expected to continue for a year or more.
2. DEFINITIONS:
i. “Work Place” means a place at which an average of fifty or more workers is employed in connection with
construction work.
ii. “Large Work Place” means a place at which an average of 500 or more workers is employed in connection
with a work.
3. FIRST AID:
i. At every work place, there shall be maintained in a readily accessible place for first-aid appliances
including an adequate supply of sterilizer dressings and sterilized cotton wool. The appliances shall be kept
in good order and in large work places, which shall be readily available during working hours.
ii. At Large Work Places, where hospital facilities are not available within easy distance of works, first aid
posts shall be established and run by a trained Compounder.
iii. Where Large Work Places are remote from regular hospitals an indoor ward shall be provided with one bed
for every 250 employees.
iv. Where Large Work Places are situated in cities, towns or in their suburbs and no beds are considered
necessary owing to the proximity of the city, town hospitals, an ambulance shall be provided to facilitate
removal of urgent cases to these hospitals. At the work place, some conveyance facilities, such as a car,
shall be kept readily available to take injured person or persons suddenly taken ill to the nearest hospital.
4. DRINKING EATER:
i. In every work places there shall be provide and maintained at suitable places, easily accessible to labour, a
sufficient supply of water fit for drinking.
ii. Where drinking water is obtained from an intermittent public water supply, each work place shall be
provided with storage where such drinking water shall be stored.
iii. Every water supply of storage shall be at distance of not less than 50 feet from any latrine, drain or other
sources of pollution. Where water has to be drawn from an existing well, which is within such proximity of
latrine, drain or any other source of pollution, the well shall be properly chlorinated before water is drawn
from it for drinking. All such wells shall be entirely closed in and be provided with a trap door, which shall
be dust and waterproof.
iv. A reliable pump shall be fitted to each covered well and trap door shall be kept locked and opened only for
cleaning or inspection which shall be done at least once a month.
v. The temperature of the drinking water supplied to worker shall not exceed 90° F.
i. Where the number of person employed does not exceed 50 [Link] seats 2.
ii. Where the number of person employed does exceed 50 but [Link] seats 3.
not exceed 50
iii. For every additional 100 employees ( in particular cases, the [Link] seats 3 per 100
Superintending Engineer shall have the power to vary the scale
where necessary)
9. CONSTRUCTION OF LATRINES:
The inside wall shall be constructed of masonry or stone materials and shall be cement washed inside and
outside at least once a year. The dates of cement washing shall be noted in register maintained for this purpose
and kept this available for inspection.
Director of public Health of Municipal, Medical Officer of Health as the case may be in whose jurisdiction the
work place is situated. Alternatively, excreta may be disposed off by putting a layer of light soil at the bottom of
pucca tank prepared for the purpose and covering it with a layer of waste or refuse and then covering it up with
a layer of earth for a fortnight (when it will turn into manure).
11. PROVISIONS OF SHELTERS DURING REST:
At every work place, there shall be provided free of cost, two suitable sheds one for meals and other for
rest or use of the labourers. The height of the shelter shall not be less than 11 feet from the floor level to the
lowest part of the roof.
12. CRECHE:
a. At every work place at which more than 50 women workers are employed, there shall be provide only hut for
the use of children under the age of 6 years, belonging to such women and shall be used for infant’s games
and play and their bed room. The huts shall not be constructed on the lower standard than the following:
i. Thatched roofs.
ii. Mud floors and walls.
iii. Plants spread over the mud floor and covered with mat.
iv. The hut shall be provided with suitable and sufficient opening for light and ventilation. There shall be
adequate provision for sweepers to keep the place clean. There shall be two Dhais in attendance. Sanitary
utensils shall be provided to the satisfaction of the Health Officer of the area concerned. The use of the
hut shall be restricted to children, their attendants and mothers of the children.
b. Where the number of women is more than 50, the contractor shall provide one hut and one Dhai to look after
the children of women workers.
c. The size of the crèche shall vary according to the number of women workers.
d. The crèche shall be properly maintained and necessary equipments like toys etc. shall be provided.
13. CANTEEN:
A cooked food canteen on a moderate scale shall be provided for the benefit of workers whenever it is
considered expedient.
***
1) Short title: These regulations may be called “Odisha Public Works Department Contractor‟s
Regulations”.
iii. Wages of every workmen 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.
iv. When the employment of any worker is terminated by or on behalf of the contractor,
the wages earned by him shall be paid before the expiry of the day succeeding the one
on which his employment is terminated.
v. All payments of wages shall be made on a working day.
6) Wage book and Wages cards etc:
6.1 The contractor shall maintain a wage book of each worker in such forms as be convenient,
but the same shall include the following particulars-
a. Rate of daily or monthly wages.
b. Nature of work on which employed.
c. Total number of days worked during each wage period.
d. Total amount payable for the work during each wage period.
e. All deductions made from the wages with an indication in each case of the ground for
which the deduction is made.
f. Wage actually paid for each wage period.
6.2 The contractor shall also maintain a wage card for each worker employed on the work.
6.3 The Superintending Engineer may grant an exemption, from the maintenance of wage bond,
wages cards to a contractor who, in his opinion may not directly or indirectly employ more
than 100 persons on the work.
7) Fines and deduction which may be made from wages:
7.1 The wages of a worker shall be paid to him without any deduction of any kind except the
following-
a. Fines.
b. Deductions for absence from duty, i.e., from the place or places where the terms of
his employment he is required to work. The amount of deductions shall be in
proportion to the period for which he was absent.
c. Deduction for damage to or loss of good expressly entrusted to the employed person
for custody or for loss of money for which he is required to account where such
damage or loss is directly attributable to his neglect or default.
d. Any other deductions which the Odisha Government may from time to time allow.
7.2 No fines shall be imposed on a worker and no deduction for damage or loss shall be made
from his wages until the worker has been given an opportunity of showing cause against such
fines or deduction.
7.3 The total amount of fines which may be imposed in any one wage period on a work shall not
exceed an amount equal to 10% in a rupee of the wages payable to him in respect of that
wage period.
7.4 No fine imposed on any worker shall be recovered from him by installments or after the expiry
of 60 days from the date on which it was imposed.
8) Register of Fines, etc:
8.1 The contractor shall maintain a register of fines and of all deductions for the damage or loss.
Such register shall mention the reason for which fine was imposed or deduction for damage
or loss was made.
8.2 The contractor shall maintain a list in English and in the local Indian language, clearly
defining the acts and omissions for which penalty of fine can be imposed. It shall display
such list and maintain it in a clean and legible condition in conspicuous places on the work.
9) Preservation of Register:
The wage register, the wage cards and the register of fines, deductions required to be
maintained under these regulations shall be preserved for 12 months after the date of last
entry made in them.
10) Powers of Labour Welfare Officer to make investigation or enquiry:
The labour Welfare Officers or any other persons authorised by the Government of Odisha on
their behalf shall have the 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 at liberty to investigate into any complain regarding default made by the contractor,
sub-contractor in regard to such provisions.
11) Report of Labour Welfare Officers:
The Labour Welfare Officers or others authorised as aforesaid shall submit a report of the
result of his investigation or enquiry to the Superintending Engineer concerned, indicating
the extent, if any, to which the default has been committed with a note that necessary
deductions from the contractor‟s bill be made and the wages and other dues be paid to the
labourer concerned.
12) Appeal against the decision of Labour Welfare Officer:
Any person aggrieved by the decision and recommendation of the Labour welfare Officer or
other authorised person, may appeal against such decisions to the Labour Commissioner
within 30 days from the date of the decision forwarding simultaneously a copy of his appeal
to the Superintending Engineer concerned but subject to such appeal, the decision of the
Officer shall be final and binding upon the contractor.
13) Inspection of Registers:
The contractor shall allow inspection of the wage book and wage cards of any of his workers
at a convenient time and place after due notice is received or to the Labour Commissioner or
any other person authorised by the Government of Odisha on his behalf.
14) Submission of Return:
The contractor shall submit periodical returns as may be specified from time to time.
15) Amendments:
The Government of Odisha 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 Commissioner or any other person authorised by the Government of Odisha on
that behalf shall be final and binding on that effect.
Clause-34 Additional Performance Security
Additional Performance Security shall be deposited by the successful bidder when the bid
amount is less than the estimated cost as per prevailing rules and guidelines.
Clause-35 The terms and conditions of the agreements have been read/ explained to me and I
Sri/Smt ………………………………………….. certify that I clearly understand them and
agreed to abide by these rules.
2. TIME CONTROL.
2.1.1. Before acceptance of tender, the successful bidder will be submit a work programme and
milestone basing on the financial achievement so as to complete the work within the stipulated time
and in case of failure on part of the agency to achieve the milestone liquidated damage will be
imposed.
2.1.2. The Superintending Engineer/Engineer in charge shall issue the letter of acceptance to the
successful contractor. The issue of the letter of acceptance shall be treated as closure of the Bid
process and commencement of the contract.
2.1.3. To ensure good progress during the execution of the work the contractors shall be bound in
all cases in which the time allowed for any work exceeds one month to complete, 1/4 th of the whole
of the work before 1/4th of the whole time allowed under the contract has elapsed, ½ of the whole of
the work before ½ of the whole time allowed under the contract has elapsed, 3/4 th of the whole of the
work before 3/4th of the whole time allowed under the contract has elapsed.
2.1.4 If at any time it should appear to the Engineer-in-charge that the actual progress of the
works does not conform to the programme to which consent has been given, the contractor shall
produce, at the request of the Engineer-in-charge a revised programme showing the modifications to
such programme necessary to ensure completion of the works within the time for completion. If the
contractor does not submit an updated programme within this period, the Engineer-in-charge may
withhold hold the amount of 1% of the contract value from the next payment certificate and continue
to withhold this amount until the next payment after the date on which the over dues programme
has been submitted.
2.1.5 An update of the programme shall be a programme showing the act all progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining work including
any changes to the sequence of the activities.
2.1.6 The Engineer-in-charge‟s approval of the programme shall not after the contractor‟s
obligations. The contractor may revise the programme submit it to the Engineer-in-charge again at
any time. A revised programme is to show the effect of variations and compensation events.
2.2. Extension of the Completion date.
2.2.1 The time allowed for execution of the work as specified in contract data shall be the essence
of the contract. The execution of the works shall commence from the 15th day or such time period as
mentioned in letter of award after the date on which the Engineer-in-charge issue written orders to
commence the work or from the date of handing over of the site whichever is later. If the contractor
commits default in commencing the execution of the work as aforesaid, 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 for:
i. Abnormally bad weather or –
ii) Serous loss or damage by fire or
iii) Civil commotion, local commotion of workmen, strike or lockout, officers any of the heads
employed on the work or
iv) Delay on the part of other contractors or tradesmen engaged by Engineer-in-charge, in
executing work not forming part of the contract.
v) 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 incurred additional cost or
vi) 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.
2.3 Compensation for delay.
2.3.1 If the contractor fails to maintain the required progress in terms of clause-2 or to complete
the work and clear the site on or before the contract or extended date of completion he shall without
prejudice to any other right or remedy available under the law to the Government on account of such
breach pay as agreed compensation the amount calculated at the rates stipulated below as the
Superintending Engineer (whose decision in writing shall be final and binding ) may decide on the
CONTRACTOR SUPERINTENDING ENGINEER
- 44 -
amount of tendered value of the work for every complied day/ month (as applicable) that the
progress remains below that specified in clause-2 or that the work remains incomplete.
This will also apply to items or group of items for which a separate period of completion has
been specified.
Provided always that the total amount of compensation for delay to be paid under this
condition shall not exceed 10% of the tendered value of work or to the tendered value of the item or
group of item of work for which a separate period of completion is originally given.
The amount of compensation may be adjusted or set off against any sum payable to the
contractor under this or any other contract with the Government. In case the contractor does not
achieve a particulars milestone mentioned in contract date, or the rescheduled milestone(s) in terms
of clause 2.5 the amount shown against that milestone shall be withheld, to be adjusted against the
compensation levied at the final grant of extension of time. Withholding of this amount on failure to
achieve a milestone, shall be automatic without any notice to the contract. However, if the contractor
catches up with the progress of work on the subsequent milestone(s) the withheld amount shall be
released. In case the contractor fails to make up for the delay in subsequent milestone(s) amount
mentioned against such milestone missed subsequently also shall be withheld. However no interest,
whatsoever, shall be payable on such withheld amount.
Incentive will be paid with approval of next higher authority of tender accepting authority on
completion of original work before original time schedule as per Amendment to para-3.5.5(V) Note-III
of OPWD Code Vol-I.
2.5 Management of Meetings.
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 to 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.
CHAPTER – II
SPECIAL CONDITIONS OF CONTRACT
1. DEFINITIONS
In the Contract (as hereinafter defined) the following words and expressions will have the
meanings here by assigned to them:
a) Approved/Approval - Means approved in writing.
b) Construction Plant - Means all equipments, appliances or things of whatsoever nature
required for the executing, or completion, maintenance of the works or temporary works but
do not include materials or other things intended to form or forming part of the permanent
work.
c) Contract - Means the instruction and information for tenderers General and Special
conditions of the contract, Technical specification, drawings, tender (including the schedule
of quantities and tender prices) the formal agreement and all agenda and attachment related
to the above.
d) Contractor - Means the particular person, firm or Corporation with whom the contract has
been made for executing the work.
e) Drawing - Means the drawings referred to in the specifications, any modifications of such
drawings approved in writing by the Engineer–in -charge and such other drawings as may
from time to time be furnished or approved in writing by the Engineer-in-charge.
f) Engineer-in-charge - Means the Superintending Engineer, in-charge of the work specified or
parts of the works under the contract, or such other departmental assistants or sub-
ordinates to whom the Superintending Engineer, in-charge may have delegated certain
duties, acting separately within the scope of particular duties entrusted to them.
g) Government - Means Government of Odisha, Department of Water Resources.
h) I.S.S/B.I.S - Means Indian Standard Specifications/ Bureau of Indian Standard.
i) Temporary works - Means all temporary works of every kind required for the performance of
the contract.
j) Specification - Whenever the terms “ Specification “ is used, apart from a specified standard
specification, it shall mean the specification or plan prepared for a particular site as
instructed to the contractor in executing that item of work.
2. EARNEST MONEY DEPOSIT.
i) Bidders including Govt. undertakings are required to deposit Earnest Money @ 1% of the
amount put to tender.
ii) Bidders desirous to hire machineries or equipments from outside the State or owned but
deployed outside the state are required to furnish 2% of the amount put to tender as Bid
Security instead of 1%.
3. TAX CERTIFICATES
The bidders are also required to furnish Xerox/attested copy of the valid PAN CARD, ITCC (if
any), GST along with tender documents failing which the tender may not be considered. The original
are to be shown at the time of opening. The bidders registered out side the State are required to
submit an undertaking in the form of an affidavit that they are not registered under the GST Act in
the state of Odisha as they have not started any business in the state and they have no liability
under the act. But Bidder has to produce GST registration certificate before signing of the agreement.
4. TIME OF COMPLETION
The work is to be completed within with in the period indicated in the detailed tender call
notice which includes the period of monsoon commencing from the date of issue of order to proceed
with the work.
CONTRACTOR SUPERINTENDING ENGINEER
- 46 -
6.9 The tender is to be decided as per prevailing codal provisions taking into consideration the
capacity of the bidder and equipments available with him for the work. The authority reserves the
right to reject any or all tenders without assigning any reason thereto.
6.10 In order to qualify for consideration for award of the contract the bidder should satisfy the
Bid criteria as stipulated in the technical Bid. To substantiate the bidder is required to submit
authentic records duly certified by the Superintending Engineer of the Department in support of
such experience.
6.11 Rate to be quoted by the contractor for various items of work should be consistent and
rational. Tenders with in consistent rates and/ or speculative rates shall be liable for rejection.
6.12 The payment for RA bill will be made in level section measurement and no string section
measurement will be considered.
6.13 All the bidder are required to submit along with their tenders declaration about the names of
their relatives employed in Water Resources Department in the prescribed proforma appended. In
case they have no relation in Water Resources Department a certificate to that effect shall have to be
furnished.
6.14 An affidavit shall be furnished by the contractor at the time of submission of tender paper
about the authentication of tender documents including E.M.D.
6.15 The conditions in this detailed tender call notice will form part of the agreement to be drawn
by the contractor.
7. AWARD OF CONTRACT
7.1 The bidder whose tender is selected for acceptance shall within a period of fifteen days upon
written intimation being given to him by Registered post deposit, initial security deposit so that the
EMD and initial security deposit will be 2% (two percentage) +additional security 1% in case of
machineries to be hired from outside, of the accepted tender amount and sign the agreement in the
PWD form F-2 (Schedule SLV. No.61) for fulfillment of the contract in the office of the Engineer-in -
charge. This initial security deposit together with the EMD and the amount of 5% deduction from
each running bill as per P1 agreement shall be retained as security deposit for the fulfillment of this
contract. This security deposit will carry no interest. Failure to enter into the required agreement and
to pay the security deposit as above within the specified period shall entail forfeiture of the earnest
money. No tender shall be finally accepted until the required amount of security money is
deposited. The written agreement to be entered into between the Contractor and the Govt. shall be
the foundation of the rights of both the parties and the contract shall be deemed to be incomplete
until the agreement is first signed by the Contractor and then by the Superintending Engineer, the
department will accept the initial security deposit in the accepted from prescribed in clauses as
above pledged in favor of the Engineer-in -Charge and in no other form. The Security deposit
deducted from each running bill will be 5%.If the contractor express his request in writing he will be
permitted to convert the security deposit of 5% into interest bearing securities ( for an amount not
less than Rs. 10.00 lakh in each case which will be pledged in favour of the Superintending
Engineer)
Successful bidder registered under other state government/ MES/ Railways/ CPWD has to
register under the State PWD before signing of the agreement.
7.2 The work may be splitted up and distributed among several contractors if considered
necessary in urgency of circumstances of the work and the contractor will not be entitled to any
compensation on this account.
7.3 In case of delay in acquisition of land no compensation will be admissible but extension of
time will be granted.
7.4 The earnest money deposited by the unsuccessful bidders will be refunded as per relevant
rules in force.
7.5 Super/ Special Class contractors shall employ under him one Graduate Engineer and two
Diploma holders belonging to the State of Odisha. Likewise an „A‟ Class contractor shall employ
under him one Graduate Engineer or two Diploma holders belonging to state of Odisha. The
employment of such graduate Engineer and Diploma holders under the Contractor shall be full time
and continuous and they shall not be superannuated, retired, dismissed or removed personnel from
any State Government/Central Government Service / Public Sector Undertakings /Private
companies and firm or be ineligible for appointment to Govt. service. The contractor shall pay them
monthly emoluments, which shall not be less than the emoluments of the personnel of equivalent
qualification employed under the State Govt. of Odisha. The Chief Engineer Roads, Odisha may
however assist the contractor with names of such unemployed Graduate Engineers and Diploma
holders if the contractor seeks for such help.
The name of such Engineering personnel appointed by the contractor who would be supervising the
works should be intimated to the tender receiving authority along with each tender. Each bill of the
CONTRACTOR SUPERINTENDING ENGINEER
- 48 -
12. TAXES:
a. The rates quoted by the Contractor shall be deemed to include all taxes including royalties of
all materials that the contractor will have to purchase for performances of this contract but
excluding GST.
b. During the course of contract period deductions of GST on works contract turn over at the
source, shall be made from each bill at such rate and conditions as may be required under the
provision of GST Act and Rules from time to time.
c. GST:
GST will be deducted from each RA bill of the contractor as per the prevailing rate. In case any
amendment to the existing provisions is made during the tenure of the contracts, the same will
be applicable to this contract.
d. INCOME TAX:
Two percent (2% + 12% Surcharge) of the gross amount of each on going account will be
recovered from the contractor towards Income Tax (Provisional or as advised by Income Tax
Department)
13. INTEREST:
Under no circumstances interest is payable for dues of the Contractor if any lying unpaid or
payable for the work.
The Engineer-in-charge may from time to time by written orders without in any way deviating
the contract, direct the contractor to suspend the work or any part thereof at such time and the
contractor shall not after receiving such written order proceed with the work or items thereof ordered
to be suspended until he shall have received a written notice from the Engineer-in-charge to proceed
with the work again.
Should the work be ordered to be suspended directly in the interest of safety of the work due
to acts of God or major war or indirectly as a result of the contractor not complying with any of the
provisions of the contract in respect of the quality of the materials, workmanship programmed of
execution he shall not be entitled to claim any compensation for any loss he may be put to directly or
indirectly for such suspension of work.
During the period of suspension of the work the contractor shall properly protect and secure
the works as necessary in the opinion of the Engineer-in-charge.
18. ITEMS NOT COVERED IN THE SCHEDULE:
The items of work not covered in the agreement shall be paid in the current schedule of rate
of the State and those not covered by the said schedule of rates will be paid on actual analysis
approved by competent authority.
19. FORCE MAJUORE:
The contractor shall take all precautions to protect the work from damages due to rains,
flood, cyclones, fire or by any other natural calamity, public agitation or riots etc and also
make good 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 on account of idle
laborers due to above reason.
20. TOOLS AND PLANT:
The contractor should arrange necessary tools, plant and machineries for the efficient
execution of work at his own cost and the rates quoted should be inclusive of such charges. The
department may lend on hire some machinery for use in the work subject to their availability on
terms and condition 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.
21. 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 other wise
restricted by the Engineer-in-charge.
22. DEPARTMENTAL STOCK MATERIALS:
The contractor may be issued stock materials as per terms and conditions specified under
Clause - 8 of F-2 contract for bonafied use in the work. It shall be his responsibility to make all
arrangements for proper transport, safe storage, watch and ward of materials and all other charges
incidental there on. No payment shall be made on this account to the contractor separately.
He shall be responsible for any loss or damage of departmental materials and machinery
during transit and execution of work. The stock materials to be issued by the Department and
details there of is annexed separately Annexure-IV.
23. CONSTRUCTION SHEDS:
Temporary structures may be erected by the contractor at his expenses for storage sheds,
office, residence, labour hutments etc. on the land available with the Department with the
permission of the Engineer-in-charge. On completion of the work these structures should be
dismantled and the site cleared and handed over to the Department.
23.1. In the event of delay in supply of departmental materials or supply of detailed structural
designs for unavoidable reasons, reasonable extension of time will be granted on the
application of the contractor. But no claim for monetary compensation will be entertained
under any circumstances.
23.2. 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
rates quoted by the contractor shall be inclusive of all such contingencies.
23.3. 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 at any
time during progress of work.
23.4. 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 and
the department accepts no liability whatsoever for damage or loss on this context.
24. SITE CLEARANCE:
Such portion of the site of work as may be considered necessary for the purpose of alignment
and demarcation shall be cleared of jungle, if any by the contractor at his own cost.
The limits of the structure within which work will be carried out within the scope of the
contractor shall be suitably demarcated by the Department.
The contractor has to supply necessary labour at his own cost fixing benchmark
pillars/alignment pillars / alignment and pegs and also for layout, leveling and profiling and
maintaining the same till completion of the work. The contractor at his own cost will supply cement
concrete pillars required for layout. The generally layout and Bench mark pillars already laid out by
the Department is to indicate generally this alignment of Canal in the field. The contractor while
taking up excavation works will preserve original pillars.
24.1. The contractor should kept himself in touch with the Engineer-in-charge for smooth
execution of work and arrange adequate labour depending upon the work load and working
space available. No claim whatsoever for detention / idle of labour will be entertained.
25. OTHER CONTRACTORS:
Contractor‟s operations shall be so planned as to prevent water from his work flowing or
finding way in to the neighboring reaches. In the event of water from his reach flowing of finding way
into the neighboring or subsequent reaches, the respective contractor shall be liable to pay
compensation towards any expenditure incurred and loss or damage sustained by the concerned
contractor(s) on account of the said reasons unless they otherwise mutually settle the issue amongst
themselves. Provided that if there, by any dispute among the contractors on the account of such
compensation arises, the decision of the Engineer-in-charge shall be final and conclusive and
binding on concerned contractor.
26. ORDER BOOK:
An order book with pages serially numbered will be issued by the Superintending Engineer
shall be maintained by the Sectional Officer systematically till completion of the work and there after
surrender it, to the Engineer-in-charge for record. The order book shall be available at the site during
work hours for recording instructions relating to the work. Order regarding the work as and when
necessary shall be entered in this book by the Superintending Engineer or his superiors in office with
their dated signature in exercise of statutory power vested on them which shall be duly noted by the
contractor or his authorized agent with his dated signature. The Superintending Sub-ordinate, the in
charge of work shall also record his observation of defective work and such orders / observation
entered in this book, and noted by the contractor agent shall be considered to 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 for the contract.
27. CLAIM BOOK:
A claim book of pages serially numbered shall be issued by the Superintending Engineer to
the contractor who shall maintain it systematically and securely, and shall record in it such items as
are not covered by his contract and or claimable as 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 him along with those claims to the effect that beyond the
claims entered in the book, the contractor has no other claims up-to-date. If in any month there are
no claims, a recorded a certificate to that effect should be furnished by the contractor in the claim
book. Each claim must be definite and should give also as far as possible the quantities as well as
the total amount claimed. 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.
28. RULE TO VERBAL ORDER:
It shall be the contractors responsibility to get any verbal orders, instructions or directions
confirmed in writing without which no cognizance will be taken of such verbal orders, instructions or
directions for settlement of any claim arising thereof.
29. STATUTORY OBLIGATIONS OF CONTRACTOR:
The contractor shall have to arrange water required for the work at his own cost.
29.1. The contractor shall have to construct and maintain coffer dam as required for the work
during execution at his own cost.
29.2. Bailing out water from foundation, construction of cross bund dewatering wherever necessary
during execution of the work shall have to be done by the contractor at his own cost.
CONTRACTOR SUPERINTENDING ENGINEER
- 52 -
29.3. 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 will
have the right to inspect such arrangement made for the work and reject partly or fully such
structures found defective in opinion of the Engineer-In-Charge.
29.4. Department shall not pay compensation to the contractor for the damage occurred to the
materials and work entrusted to his due to natural calamities.
34.1. The Engineer-in-charge shall decide the contractual matters in accordance with codes, rules
and acts in vogue which shall be binding on both parties.
35. REMOVAL OF CONTRACTOR‟S MEN:
The contractor shall on the written direction of the Superintending Engineer immediately
removed from the works any person employed thereon, who may, in the opinion of the Engineer-in-
charge, be incompetent or has misconduct himself. Such person shall not be employed again on the
works without the written permission of the Engineer-in-charge.
36. DETAILS CALL NOTICE BEING PART OF CONTRACT:
The detail Tender Call Notice and all the Annexure there to 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.
50. BITUMEN:
Bitumen manufactured by Indian Oil Corporation Ltd. (IOCL) is to be used. (Refer clause 31
of condition of contract).
CHAPTER – III
TECHNICAL SPECIFICATION
CONTRACTOR SUPERINTENDING ENGINEER
- 55 -
SECTION - 1
GENERAL SPECIFICATION
The terms the India Standard Specification herein after referred to as BIS as used therein means the
relevant Bureau of Indian Standard codes with all amendments published up to the date of Submission of
tenders. A statement of relevant BIS is applicable to this contest is enclosed.
LIST OF INDIAN STANDARDS
Sl.
Short Title B.I.S Number
No.
I. CEMENT
1. Specification to ordinary Portland cement 33 grade (4th Rev) 269-1989
2. Specification for Portland Pozzolana Cement 1489-1976
3. Portland Slag Cement (Fourth revision) 455-1989
4. Method for physical tests for hydraulic cement (Reaffirmed 1980) 4031-1968
5. Method of Chemical analysis for hydraulic cement (First revision) 4032-1985
6. Rapid hardening Portland cement 8041-1978
7. Hydrophobic Portland cement 8043-1978
8. High Strength ordinary Portland cement 8112-1976
II. AGGREGATES
1. Specification for coarse and fine Aggregates from natural source for 383-1970
concrete (Second Revision)
2. Specification for sand for masonry mortars 2116-1965
3. Method of Tests for aggregates for concrete 2385-1969 (Part- I
to Part- VIV)
4. Standard sand for testing of cement (First revision) with amendment 1 650-1966
and 2 Reaffirmed 1980
5. Methods for sampling of aggregates for concrete 2430 -1969
6. Method of test for determining aggregates impact value of soft coarse 5640-1970
aggregates
III. STEEL
1. Code of practice for bending and fixing of bars 2502-1963
2. Specification for cold worked steel deformed bars for concrete 1786-1979
reinforcement
3. Code of practice for welding of MS Bars used for reinforced concrete 2751-1966
construction.
4. Code for practice for use of Metal are welding for general construction 818-1989
of mild steel
5. Deformed bars for concrete reinforcement hot rolled mild steel and 1139-1966
medium tensile steel (Revised)
6. Recommendations for detailing of reinforcement in reinforced 5525-1969
concreted works
7. Specification for Mild Steel and medium tensile steel Bars for 432-1966(Part I)
Concrete reinforcement.
8. Code for practice for safety and health requirement in Electric and Gas 818-1968
welding and cutting operations
9. Code for practice for fire precautions in welding and cutting operation. 3016-1965
10. Measurement of building and Civil Engineering works, method part 1200-1974
VIII steel work and iron work (Part VIII)
Sl.
Short Title B.I.S Number
No.
11. Code of procedure for manual or metal ARC and welding of Mild steel 823-1964
12. Specification for filler rods and wires for gas welding 1278-1972
13. Recommendations for welding cold worked steel bars for reinforced 9417-1979
concrete construction
14. Hard drawn steel wire fabrics for concrete reinforcement 1566-1982
IV. CONCRETE
1. Method of Measurement of building and Civil Engineer work Part-II 1200-1968
cement concrete works. (Part-II)
2. Code of practice for plain and reinforced concrete 456-2000
3. Specification for pre cast concrete coping blocks. 5751-1969
4. Methods of tests for strength of concrete 516-1959
5. Code of practice for laying in situ cement concrete lining on canals 3873-1993
12. Specification for mild steel tubes, tubular and other wrought Steel IS:1239-1979
fittings Part-I mild steel tubes (fourth revision) (With Amendments No.
1 to 5)
13. Hard drawn steel wire fabric for concrete reinforcement (Second IS: 1566-1982
revision)
14. Asbestos cement pressure pipe (Second revision) IS: 1592-1980
15. Preformed filler for expansion test in concrete payment and structures IS: 1838-1961
(non extruding and resilient type)
16. Cast iron detachable joints for use with asbestos cement pressure IS:8794-1978
pipes.
17. Structural steel (Fusion welding quality) (Second revision) IS: 2062-1980
18. Code of practice for laying of cast iron pipe (With amendment No. I) IS: 3114-1965
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 water gas and IS: 6163-1978
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 IS: 8794-1978
pipes
24. Other Publications: Ministry of shipping and transport Specification No. 7900
for Road and Bridge works
18. Methods of test for determination of permeability of natural building IS: 4348-1973
stones (First revision)
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 IS: 8881-1977
purpose.
VIII. ROAD WORK
1. Paving bitumen (revised) (with Amendment No.1) IS: 73-1961
2. Cut back bitumen (Revised) IS: 217-1982
3. Glossary of terms relating to bitumen and tar(2nd revision) IS:454-1961
4. Digboi type cut back bitumen (revised) IS: 454-1961
5. Distributors for hot tar and bitumen (first revision) IS: 2093-1974
6. Heaters for tar and bitumen (first revision) IS: 2094-1974
7. Hot asphalt mixing plants (with amendment No.1) IS: 3066-1965
8. Bitumen emulsion for roads (anionic type) IS: 3117-1965
9. Asphalt pavers’ finisher (first revision with amendment No.1) IS: 3251-1965
10. Bitumen drums IS: 3575-1977
11. Recommendations on stacking and storage of construction materials at IS: 4082-1977
site (first revision)
12. Bitumen mastic for bridge decking and roads IS: 5317-1969
13. Method of test for determining aggregates impact value of soft coarse IS: 5640-1970
aggregates.
14. Safety code for construction involving use of hot bituminous IS: 5916-1970
materials.
15. Method of test for determination of stripping value of road aggregates. IS: 6241-1971
16. Coarse aggregates for water bound macadam (first revision) IS: 6579-1981
17. Adhesive, bitumen emulsion IS: 7393-1974
18. Code of practice for road gullies IS: 774-1975
19. Bitumen emulsion for roads (Cationic type) IS: 8887-1976
20. Methods for testing tar and bituminous materials IS: 9381-1976
21. Method for testing tar and bituminous materials Determination of IS: 9382-1979
effect of heat and air by thin film over test.
In addition to the relevant BIS code, the specifications prescribed and guidelines issued by Central
water Commission Standard Specifications shall also be followed where BIS specifications are not available.
All works of the contract shall be executed as per the specific and relevant clause/ clauses of relevant
I.S. code unless otherwise specified. Materials used should confirm to the desired standards prescribed in the
relevant codes. Wherever a Para of IS Code is cited in specification, it goes without saying that the latest
revision of the specification subsequently, shall apply. For the purpose of relevancy or otherwise of any
provision of the I.S. Code referred to, the decision of the Engineer-in-charge shall be final and binding.
SECTION – 2
SITE OF WORK
work site. The Government (i.e Govt. of Odisha) 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.
2.2.2 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 centreline 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.
2.2.3 Centre line of the canal shall be marked by fixing pillar/ stone at 30 m intervals. Profiles
of the canal in filling and in moderate cutting shall be marked at 50 m intervals in straight reaches
and at 25 m 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 and the outer toe lines of canal in
filling should be marked by fixing pillars or pegs at suitable intervals or by dug- belling.
2.2.4 The check profiles shall be located 15 m 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(s)
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.
2.2.5 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 2 m beyond the location of catch water drains.
2.2.6 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.
2.2.7 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 stages of
construction, shall be made by the contractor at his own cost. The cost of such works shall be
deemed to have been included in the cost of items in schedule.
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.
2.3.2 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. Trees to be preserved will be designated by the Engineer-in-charge. 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.
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 the property of Govt. and shall be disposed- off 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 levelled off as directed.
2.3.5 PAYMENT
For the clearance of light jungles, heavy jungle with or without up-rooting etc., payment will
be made as provided for in the bill of quantities. Separate payment will not be made for clearing of
site and grubbing including disposal of the cleared and grubbed materials required under the above
paragraphs as specified in the contract document. The contractor shall include the cost thereof in
the price bid in the bill of quantities of the contract for the relevant finished item of work for which
clearing and grubbing as mentioned in the above para are required. No payment towards removal of
small stones and boulders of size less than 0.5 cubic meters 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.
Benching will be paid as separate item, per cubic meter of excavation of bench at the rate
provided for in the tender documents.
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 shall be included in
the price bid in the bills of quantities for the items of work for which the water is used.
2.5.2 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. Measurement of excavation for the above drains will be made to the lines shown in the
drawings 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.
No direct payment will be made for construing Dowel banks and sloping berms and cost
thereof shall be included in the unit price per cubic meter bid in the bill of quantities for
construction for canal embankment including reconstructing and remodelling.
If the work is awarded to any agency, the level shall be recorded in the presence of the
contractor or his authorized agent. The contractor or his authorized agent shall sign each page of the
level book/ field book in token of acceptance. These cross sections shall form the basis of all future
measurements and payments. Each dimension shall be measured to the nearest 0.01m, areas shall
be computed to nearest 0.01sqm. Volume shall be computed to nearest 0.01 cubic m.
SECTION- 3
EARTH WORK
Drawing showing the typical section of the canal annexed to these specifications provides
such details as would enable the contractor to execute the work in general conformity there-with
under these specifications which have been prepared as definitely and in as much detail as possible
with regard to design data presently available. These drawings will be supplemented by such
additional, general and details drawings or directions as may be considered necessary or desirable as
the work progresses. For all changes in approved drawing/ design the recommendation of
Superintending Engineer and approval of Chief Engineer will be essential. Where details shown on
these drawings differ from the requirements of these specifications, the requirement of specifications
shall govern. 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 errors and omissions are
discovered where upon the Superintending Engineer will prepare and lodge such revised additional
drawings and specifications as may be required to suit the stage of the work. All such additional
general and detailed drawings whether original or revised lodged in the office of the Engineer-in-
charge and signed by him for the purpose of identification shall be open for inspection by the
contractor under the same terms and conditions as provided in agreement.
b) The excavation for canal in all kinds of soil and D.I. Rock shall be done according to the
dimensions and grades shown on the drawing. Proud equivalent to thickness of the lining on
sides and in bed on the underside of the lining shall be left unexcavated temporarily and the
removal of this proud shall be done just before trimming and placing concrete for lining.
c) Blasting shall be done in such a manner as not to cause over break, which in the opinion of the
Engineer-in-charge is excessive. Special care shall be taken to prevent over break or loosening
of material on bottom and side slopes against which concrete lining is to be placed. The method
of drilling and blasting to be resorted to for rock excavation, shall be got approved from the
Engineer-in-charge.
d) Except for the area of rock, all areas to be excavated for canal sections shall be pre-wetted so
that at the time of excavation moisture content shall be at about optimum. However in case the
excavated material from canal is not to be used for embankment, such pre-wetting is not
necessary.
e) The excavation shall be allowed to progress from the valley ends of the reach towards the ridge
in conformity with the layout given. All useful earth from excavation shall be used in for filling
the banking section, with varying leads and with all lifts either manually or mechanically.
Excavated materials which is not useful for banking or which is in excess after meeting the
banking requirement of the reach shall be disposed as specified at Para 8.1 and 8.2 of I.S. Code
4701-1982 either by head lead or by mechanical means or by both in spoil bank or at any
specified place with all lifts and with varying leads.
f) The re-gradation for tail channel and approach channel for structures and diversion of drains,
nallah shall be done according to the dimension and grade as shown on the drawings or as
instructed by the Engineer-in-charge.
g) The contractor shall not be entitled to any additional rate above the rates quoted in the
schedule on account of the requirement for 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.
Excavation for canal shall confirm to provisions of relevant [Link]. Side slopes are to be
provided as per the approved drawings, specification and provision of [Link].
The excavated rock and debris so obtained shall be carried and dumped / stacked separately
with varying lead at the places indicated by the Engineer-in-charge. The volume shall be calculated
after deduction of suitable void percentage and compared & co-related with the pre-measured
volume.
The excavated materials shall be the property of the Department. The same shall be issued to
the contractor for the works such as pitching, filter, rock toe, masonry works etc under this work if
required, at the issue rate fixed by the department from time to time which is applicable and binding
on the contractor.
Payment for Medium/ Hard Rock by means of appropriate blasting shall be made as per level
section (pre & finished) at such closer intervals considered necessary for levelling as per opinion of
the Engineer-in-charge. Isolated boulders having volume more than 3.0 cum and can‟t be covered
under section measurement, shall be pre-measured. However, the excavated rock as measured by
the above method and as calculated by stack measurement (deducting voids) shall be co-related and
variation worked out. The volume from stack measurement of rock shall not ordinarily be less than
70%, which shall be ascertained by the Engineer-in-charge and certified in the measurement book. If
a higher variation is found after verification, a report in this effect shall be forwarded to the
Superintending Engineer for approval.
In canal sections where expansive type of soil such as CH type of soil is encountered and over
which concrete lining can not be directly laid, the canal prism shall be over excavated to the extent
as directed by the Engineer-in-charge and such over excavated section shall be filled with cohesive-
non-swelling (CNS) type of soil to be placed in uniformly compacted layers as directed by the
Engineer-in-charge. The over excavation made in such strata, filling by suitable soil, watering &
compacting will be paid under respective items at the quoted rate.
Excavation for the foundation of structures shall be to the level 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.
All trenches in soil other than rock or hard compact soil more than 1.5 m depth and soft of
fissured rock exceeding 2.0 m depth in which men enter shall be securely shored and shuttered and
timbered. All loose stones, projecting clumps of earth, pockets of materials which might come down
on the workers in the trenches or any condition which is hazardous, shall be either removed or the
excavated, sides adequately braced and the trench suitably guarded. On stiff slopes, workmen shall
not be permitted to work one above the other.
The contractor shall prepare the foundations of structure sites by method which will provide
firm foundation for the structures. The bottom and the side slopes of common excavation upon or
against which the structure is to be placed shall be finished to the prescribed dimensions and the
surfaces so prepared shall be moistened and tamped with suitable tools to form a firm foundation
upon or against 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.
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 in soils, 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. No Payment will be made for the over-excavation and the resulting backfill. Should remains of
old building be met with, the materials shall be removed with wedges and levers. Blasting shall not
be allowed, with out the permission in writing of the Engineer-in-charge. If bad ground of loose soil is
met with, the contractor shall be 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 for 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-
CONTRACTOR SUPERINTENDING ENGINEER
- 67 -
[Link] PAYMENT
Payment for excavation for structures shall be made at the unit price per cubic metre. 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 also include the cost of disposal of the excavated material.
The type of material used for backfill, the amount thereof and the manner of depositing the
material shall be subject to approval of Engineer-in-charge. In so far as practicable backfill 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 in accordance with
clauses 9.1 to 9.3 of B.I.S. 4701 - 1982.
Where sand filling is specified, the sand shall be clean, free from admixture of foreign
material 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 material to be compacted shall contain no stones
larger than 80 millimetres in diameter and if not be compacted shall contain no stones larger than
130 millimetres in diameter. If the excavation for the foundations of the structure is in swelling soils,
a layer of cohesive non-swelling (CNS) soil conforming to B.I.S. 9451-1985 should be interposed
CONTRACTOR SUPERINTENDING ENGINEER
- 68 -
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 B.I.S. 783 code of
practice for laying of concrete pipe.
Payment for backfill about structure will be made as provided in the unit price bid in the bill
of quantities which shall include cost of backfill about the structure up to ground level. The cost of
backfill shall be included in the applicable price bid in the fill of quantities of contract for excavation
of foundation of the structure for which backfill is required.
Blasting operation, when considered necessary shall be resorted to only with the written
permission of the Engineer-in-charge. Prior inspection shall be 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 neighbouring buildings, properties, standing crops, and life due to
blasting shall be made good by the contractor at his cost.
3.4 EMBANKMENTS
3.4.1 PREPARATION OF SURFACES UNDER EMBANKMENTS
The preparation of surfaces under embankment shall be in accordance with clause 6.1 & 6.5
of IS 4701-1982.
Before commencing the work, the toe of the slope on each side of the Banks shall be lock
spitted (dog belled) and marked by pegs firmly driven into the ground at intervals of about 15 meter.
Profiles made by bamboos, earth, or other convenient materials and strings shall be set up for the
guidance of the workmen about 15 meters apart over straight reaches and about 7.5 meters apart at
curves & payment therefore will be made at the unit prices.
Except in areas of rock, the areas under canal embankments shall be pre-wetted by
sprinkling water before cleaning, grubbing or excavation operations or construction of embankment
begin. The moisture content shall be optimum to a depth of one meter below the original ground
surface or to impervious material whichever less as directed by the Engineer-in-charge. Whenever
possible, all water shall be added uniformly in one application. Areas, on the sides of the canal
banks upon which the Engineer-in-charge may direct spoil banks to be constructed will not require
application of water.
The contractor is cautioned to control carefully the application of water and to check on the
depth and amount of water penetration during application so as to avoid over watering,
accumulation of water in depressions or excessive run-off.
If at any location on embankment foundations, before and during embankment construction,
there is excessive moisture as determined by the Engineer-in-charge; steps shall be taken to reduce
the moisture by excavating drains, by allowing adequate drain time or by any other approved means.
The contractor shall not be entitled for any additional allowance above the unit prices bid in
the schedule, on account of the requirement for allowing additional time for drying, delays or
increased costs due to poor traffic ability on the embankment, foundations or on the haul roads,
reduced efficiency of the equipment the contractor elects to use or on account of any other
operational difficulties caused by over wetting of embankment, foundation or haul roads.
Where the ground surface under any embankment is not suitable as determined by the
Engineer-in-charge for a foundation for the embankment, the contractor shall strip the area under
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 3.2.3. 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 there off 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 suitably disposed-off.
The depth to 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 heavy mat. The underline table may offer as a guideline for finding depth of
stripping.
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 (twenty)
centimetres deep below natural ground surface at intervals of not more than 1.0 (One) meter.
However, where the ground surface is below 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) centimetres.
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-in-
charge the contractor shall place and compact embankment in the cut-off trenches and place one
metre 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. Foundation surfaces under the canal embankments and other embankments shall be
scarified before laying earth.
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 the unit price bid per cubic
CONTRACTOR SUPERINTENDING ENGINEER
- 70 -
metre in the bill of quantities for excavation for canal and other embankments.
In case of existing canals and dams, where the slopes in canals and embankment portions
are to be modified, benching of slopes shall be done or old bunds shall be sloped as directed by the
Engineer-in-charge 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 measurement of benching operation if done shall be done separately and the payment
shall be made at unit price per cubic metre bid in the bill of quantities for that item.
Canal and dam embankments shall be constructed to top widths and side slopes as shown
on the drawings duly providing for compacted allowance of two centimetres per meter height of bank
for settlement. The embankment shall be built to heights as directed above those shown on the
drawings. The top of all the embankments shall be graded to be suitable for a road way in
accordance with subparagraph [Link] and the top of other embankments shall be graded or
scarified as directed.
Before commencing over haul of material from the borrow area, levels of the banks to be
formed in the sections where the over hauled material is proposed for construction of embankments
shall be taken. After completing the construction of embankment final cross section levels shall be
taken and the volume shall be arrived at and payment shall be made to that quantity only.
All materials shall be deposited in embankments so that cobbles, gravel and boulders are well
distributed through other materials and not nested in any position within or under the embankment
as enunciated in clause 6.4 of IS 4701 – 1982.
In area where required excavation does not furnish suitable or adequate material for
constructing embankment, material shall be obtained from area where material in excess of that
required to construct the adjacent embankment is available.
Where the original ground surface is below the grade of the canal and where construction of a
fill below the bottom of the canal is prescribed, such fill shall be placed as a compacted
embankment. Where the original ground surface is below the base of a structure, the fill required to
form a suitable foundation for the structure shall be placed as compacted embankment.
[Link] ROADS AND RAMPS
In conjunction with construction of canal embankments, the contractor shall construct
operate and maintain earth ramps adjacent to the canal and structures where shown on the
drawings and where directed at his own expense. Suitable materials obtained from excavation shall
be placed on embankment for the roads and ramps. If sufficient material is not available from
required excavation the Engineer-in-charge may direct Excavation from borrow areas.
[Link] EMBANKMENTS NOT TO BE COMPACTED
Embankment not be compacted shall be formed conforming to clause 6.6.1 of I.S. 4701-1982.
The material for these embankments shall have optimum moisture content before earth moving
equipment is routed over the embankment. The embankments shall be built in layers not exceeding
30 (thirty) cm in thickness. Embankments shall be built in approximately horizontal layers carried
across the entire width of the embankments to the required slopes. Embankments shall not be
widened with loose materials dumped from the top. Embankments may be built by excavation and
hauling equipment or by excavating and hauling equipment shall be made in horizontal layers and
shall be kept as close to level as practicable. The travel over the embankments during construction
shall be routed so as to distribute the compacting effect of the equipment to the best practicable
advantage.
[Link] DEPOSITING
Spoil from the pits shall be deposited on bank to each section as are shown on the relevant
plans specified or ordered by the Engineer-in-charge. Ramming, breaking clods and smooth surface
sectioning shall not be necessary, but a spoil bank with a neat straight toe, even slopes and even top
surface shall be formed as the depositing proceeds.
Embankment built by excavating machinery depositing the materials directly from the
excavation shall be made in horizontal layers having a thickness of 30 (thirty) cm. Finer portions of
the materials excavated shall be placed in that part of the embankment nearest to the water and
coarser materials shall be placed in the outer part of the embankment.
CONTRACTOR SUPERINTENDING ENGINEER
- 71 -
stripping shall be disposed off in exhausted borrow areas or in the approved adjacent areas as
directed. No extra payment shall be admissible for stripping the borrow areas as this is deemed to
have been included in the unit bid price for earth work in the bill of quantities.
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 shall 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 0.45 m on either
side of the embankment shall be provided, 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
trimmed & removed and utilized in the upper layers of embankment along with slope 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.
permit accurate control of the moisture content in the embankment materials. Before closing work
on embankment, in any continuous reach prior to setting of monsoon, the top surface shall be
graded and rolled with a smooth wheeled roller to facilitate run-off. Prior to resuming work, the top
surface shall be scarified and moistened or allowed to dry as necessary and approved by the
Engineer-in-charge for resumption.
The contractor shall provide suitable protection works to protect the slope from corrosion due
to rain water. No payment whatsoever shall be made for providing such protection work and
rectifying the monsoon damages.
incidental operation required for carrying out and completing the item of work in accordance with
the specification, drawing and as directed by Engineer-in-charge including
(i) site clearance
(ii) setting out works
(iii) cost component of construction and maintenance of cofferdam with diversion
arrangements for allowing to flow the excess water in coffer dam and removal of the
same after completion of the work
(iv) clearing trees, stumps and bushes, grubbing and stripping of the borrow area up to
required depth and scarifying etc.
(v) marking out, providing and forming model section, look spitting, string and stacks as
may be considered necessary by the Engineer-in-charge to guide the contractor in
embankment construction
(vi) maintaining borrowing area free from vegetation growth, drainage arrangement and
moisture control including watering
(vii) loading, conveyance from designated borrow area, unloading and spreading of suitable
fill materials including re-handling
(viii) construction and maintenance of approach roads and haul roads
(ix) cutting and trimming the extra fill as specified in paragraph 3.4.5 and dressing of the
slope in paragraph 3.5.9
(x) restricted working near site of structures
(xi) settlement allowance as per paragraph
(xii) spreading in thinner layers at required places
(xiii) removal of unsuitable materials like bushes, roots, sods, other perishable materials and
pebbles etc. from the fill materials
(xiv) providing labour for testing of samples (cost of testing shall be borne by the department)
(xv) the department might review the design, if necessary, on examination of density test
results and the contractor shall have no claim arising out of such a review and
consequent change, if any, in the design
(xvi) all safety measures.
3.5 COMPACTING EARTH MATEIALS
3.5.1 GENERAL
Where compaction of earth materials is required, the materials shall be deposited in
horizontal layers and compacted as specified in this paragraph. The excavation, placing moistening
and compacting operations shall be such that, the materials will be uniformly compacted to the
required density throughout the required section, and will be homogeneous, free from lenses,
pockets, streaks, voids, laminations or other imperfections.
Having decided on the filling materials to be used, standard compaction test will be
conducted on the materials proposed for embankment to indicate best type of equipment to be used
and the moisture content at which compaction should be done, thickness of layer and number of
passes etc.
The following guide lines are prescribed for compaction of different height of earth fill in
canals.
Having decided on the filling materials to be used, standard compaction test will be
conducted on the materials proposed for the embankment to indicate the best type of equipment to
be used and the moisture content at which the compaction would be done, thickness of the layers
and number of passes etc.
[Link] EARTH FILL HEIGHT MORE THAN 5 M.
Canal reaches having earth fill height more than 5 m shall always be compacted by any
approved method of compaction.
maximum dry density determined in accordance with I.S: 2720 (Part – VII) 1974.
The above compaction tests will be conducted by contractor in the presence of departmental
officers at his 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. Fine Grained 1. Silts (in organic) and very Smooth wheel roller, diesel Road
Soils, Soil having fine sands rock flour, silty Rollers of 8 to 10 tones capacity,
low or clayey fine sands with power rollers, and pneumatic tyred
compressibility slight plasticity. roller.
2. Clayey silts (inorganic) -do-
4. Soils having 1. Organic silts of low Sheep Foot Roller
medium plasticity
compressibility 2. Silty and sandy clays Frog rammer, power rammer
(Inorganic of medium
plasticity.)
3. Clays (inorganic of medium -do-
plasticity)
4. Organic clays of medium -do-
plasticity.
5. Soils having 1. Micaceous or diatomaceous Smooth wheel roller, diesel Road
higher fine sandy and silty soils, Rollers of 8 to 10 tones capacity
compressibility elastic silts. and pneumatic tyred roller.
2. Clay (Inorganic) -do-
A. ROLLER DRUMS:
Double drum sheep rollers shall be used for compaction. Each drum of a roller shall have an
outside diameter not less than 142.25 cm. 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 cm and not more than
38 cm. 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 Kg. and the ground
pressure when fully loaded shall not be less than 40 Kg/sq cm. Appropriate equipment for hauling
the rollers should be used which can pull the rollers satisfactorily at a speed of 4 Km. 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 material 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 overlapping not less than 0.6 m. Rolling shall commence at edges and progress towards
centre longitudinally. The rollers 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.
3.5.6 TAMPING
Roller will not be permitted to operate within one meter of concrete and masonry structures
in the following locations 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:
3.5.7 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.
In case of determination of maximum Dry/ Bulk Density viz: proctor density and optimum
moisture content (OMC) are sometimes not easily feasible, particularly on the jobs of strengthening of
canal sections, then these values may be assumed as have been outlined in table 2 of IS: 12169-
1987 for calculating the compaction efficiency of the compacted earth fill layers in terms of the
percentage of Proctor Density.
Density tests shall be conducted from time to time at site to ascertain whether compaction is
attained as specified. For every 1500 cum 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
3.6.1 MATER1ALS
The stone required for rip-rap shall be in accordance with clause 4.1. of I.S: 8237-1967
Indian Code of practice for protection of slopes for Reservoir embankments The stones for rip-rap
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 5.1, 5.1.1, 5.1.2, 5.1.3. and
5.2 of I.S: 8237-1976. The thickness of the stone to be used in the rip-rap shall be in accordance
with clauses 6.3, 6.4 and 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, tolls, octroi duties, seignorages, quarry fees etc. on
all materials and articles that he may use.
3.6.2 PLACING
The placing and laying of rip-rap with coarse gravel protection shall be, in accordance with
clause 6.1, 6.2, 6.2.1 and 6.2.2 of I.S: 8237-1985 in case the rip-rap is hand placed rip-rap, and in
accordance with clause 7.1, 7.2 of I.S: 8237-1976 in case the rip-rap is dumped rip-rap.
The dry rubble rock-toe along with filter shall be formed to the lines and grades as shown in
the drawing. The forming of dry rubble rock-toe filters consists of:
a. Excavation of foundation trench 45 cm deep for laying filters and forming rock toe.
b. Laying of filters
c. Laying of graded metal filters and
d. Forming of dry rubble rock-toe.
3.7.1 MATERIALS
The filter materials should be composed of layers of fine sand, coarse sand and hard rock
aggregate of thickness specified in the plan and in schedule.
The fine and coarse sand used shall be composed of clean sand, well graded, hard siliceous
material, free from injurious amounts of dust, lumps of clay, soft or flaky particles, shale, alkali,
loam, mica or other deleterious substance. If the same brought to the site is dirty, it must be washed
thoroughly and cleaned with water so as to get rid of all soluble impurities. The sand shall be
screened and the fine and coarse sand is stacked separately which materials shall conform to the
gradation specified as under.
The aggregate of 10 mm. to 75 mm. size rock fragments shall consist of broken stone which
are hard, dense and durable. The rock fragments shall be free of disintegrated and decomposed
stone, soft, flaky, salt, alkali, vegetable matter and other deleterious substance like clay lumps etc.
They should be washed clean and stacked separately as per the gradation defined hereafter.
Almost all the quantities of rock chips and spalls required breaking for the aggregate and
which are obtained from the spoil of canal; rock blasting will be available at site. It shall be
incumbent upon the contractor to first utilise this materials to the full and the recovery cost for the
material used from such spoil from canal excavation shall be fixed by the Engineer-in-charge, which
is binding on the contractor.
The gradation of each filter layer shall meet the following requirement with respect to the
materials in the adjacent filter layer. Each successive layer of material shall be composed of particles
such that the particle size of 15% of base materials (15% smaller than and 85% larger than the
diameter) is more than 5 times that of 15% size of the layer above.
CONTRACTOR SUPERINTENDING ENGINEER
- 82 -
The requirement for grading of the filters shall be established by the field laboratory on the
basis of mechanical analysis of the adjacent fill material. Mechanical analysis shall be performed on
samples which have been compacted. The test has to be conducted by the contractor at his cost in
the presence of Departmental Engineers to be nominated by the Engineer-in-charge.
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.
Coarse Sand: At least 15% particles should be less than 2.5mm to 3mm in diameter.
Aggregate: 10mm to 75mm with at least 15% particles are less than 20mm in diameter.
3.7.2 ROCK-TOE
The rock fill at the down stream toe of the bank shall be constructed to the finished lines and
grades shown in the drawing. The stones used shall consist of sound, dense and durable rocks and
shall be reasonably well graded.
The rock fill shall be placed in layers not exceeding 0.30 meter thickness at a time. The large
rock fragments shall be placed in 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 300 mm 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 that wedged with
small stones so as to allow free drainage of the embankment. Profile of strings and pegs should be
used to ensure that rock-toe is done true straight and conform neatly to the designed slopes
throughout.
Slope and bed filter should be laid for the rock toe consisting of filter materials of specified
thickness and types shown in the drawings. The specification of the materials mentioned shall be the
same as given in paragraph 3.7.1 above. The thickness of the various types of filter materials shall be
specified in the plans.
[Link] The size of the stone to be used for dry stone revetment should be of 225 mm. to 300 mm.
thick or as specified.
[Link] The stone shall be perfectly sound, as regular in shape as possible, free from cracks and
decay and with their length equal to the thickness of the required apron or revetments and
each stone shall not be less in size than 0.03 cubic meters unless other wise specified or
order by the Engineer-in-charge. Having regard to the nature of the stone along quarried,
the smaller size stones required for filling in interstices and wedging shall only be supplied
to the actual requirements for the work as defined in hereunder and shall not be used in
two or three layers as a substitute for the full thickness stone specified in following clauses.
The stone shall be obtained from the approved quarry.
[Link] 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 in the direction of the flow of water. The stones are to be placed
perpendicular to the finished surface ie perpendicular to the slope for revetments.
[Link] Interstices between adjacent stones shall be filled in with stones of the proper size, well
driven in with crowbars to ensure tight packing and complete filling of all interstices. Such
filing shall be carried simultaneously with the placing in position of large stones and shall
in no case be permitted to fall behind. The final wedging shall be done only after obtaining
the orders of the Engineer-in-charge. The final wedging shall be done with the largest sized
chip practicable, each chip being well driven home with a hammer so that no chip is
possible of being picked up or removed by hand.
[Link] Profiles of strings and pegs are to be put up to ensure that the pitching is done true straight
and to proper slope throughout and revetment are in all cases to be built up from the foot of
the bund. Care is necessary that, a strong toe wall or other protection is always given to the
revetment, of which protective measures shall be shown on the plans.
[Link] On the completion, the surfaces presented by the aprons or revetments shall be even
throughout, free from irregularities to the required length, breadth and slope as specified in
the plans.
Measurement and payment for rough stone dry packing for aprons and revetments will 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 all materials and labour
involved in all the operations specified for rough stone dry packing.
***
SECTION - 4
CONCRETE WORKS
The cost of furnishing of all materials and performing all work for installing timber, metal and
other accessories for which specific price are not provided in the schedule, shall be included in the
applicable prices bid in the schedule for the work to which such items are appurtenant.
For works in which water tightness is required the specification in IS: 3370-1965 Para 1 to 10
shall be adopted.
[Link] MIXING:
Concrete shall be mixed in a mechanical mixer and shall be as dense as possible, plastic
enough to consolidate, well and stiff enough to stay in place on the slopes.
Mixing shall be continued until there is a uniform mixing of the materials and the concrete is
uniform in colour and consistency. The time of mixing shall be as shown in table-1 of IS 457-1957
reproduced below.
Minimum time for Mixing
Capacity of Mixer
Natural Aggregates Manufactured Aggregates.
All mixers 2 minutes 2-1/2 minutes.
[Link] CONSISTENCIES:
The slump of concrete at the placement shall be as follows:
Sl. Degree of
Place condition Value of workability.
No. workability
1. Concreting of light reinforced Medium 25mm to 75mm slump
sections without vibration or heavily for 20 mm aggregate.
reinforced section with vibrations.
2. Plain concrete work -do- -do-
If the specified slump is exceeded at the placement, the concrete is unacceptable. The
Engineer-in-charge reserves the right to require lesser slump whenever concrete of such lesser slump
can be consolidated readily into place by means of vibration specified by the Engineer-in-charge. The
use of equipment, which will not readily handle and place concrete of the specified slump will not be
permitted.
To maintain concrete at proper consistency, the amount of water and sand batched for
concrete shall be adjusted to compensate for any variation in the moisture content or grading of the
aggregates as they enter the mixer. Addition of water to compensate for stiffening of the concrete
after mixing and before placing will not be permitted. Uniformity in concrete consistency from batch
to batch will be required.
4.2.3 CEMENT
[Link] GENERAL
Cement shall conform to clause 5.1 to 5.1.3 of IS 456-2000 for the purpose of specifications.
Cement used shall be any of the following with the prior approval of the Engineer-in-charge.
CONTRACTOR SUPERINTENDING ENGINEER
- 86 -
The provisions of this paragraph apply to cement for use in cast in place concrete required
under these specifications. Portland cement required for items such as concrete pipes, pre-cast
concrete structural members and other pre-cast concrete products for grout and mortar and for
other items provided for, under appropriate paragraph of these specifications covering items for
which such Portland cement is required.
The contractor shall make his own arrangements for the procurement of cement to required
specifications required for the work. Transportation from the place of supply to the batching plant
shall be in weather-tight rail cars, trucks, conveyors and other means, which will protect the cement
completely from exposure to moisture. Immediately upon receipt at the jobsite, bulk cement shall be
stored in dry, weather tight, properly ventilated bins until the cement is batched. The bins shall be
emptied and cleaned by the contractor when so directed by the Engineer-in-charge. However, the
intervals between required cleaning will normally be not less than 6 months. Each shipment of
bagged cement shall be stored separately so that it may readily be distinguished from other shipment
and shall be stored in a dry enclosed area protected from moisture. Storage of materials shall be as
described in IS: 4082-1996 (IS recommendation on staking and storage of construction materials at
site). To prevent under-aging of bagged cement after delivery, the contractor shall use bags of cement
in the chronological order in which they were delivered to the job site. All storage facilities shall be
subject to approval of the Engineer-in-charge.
[Link] ACCEPTANCE OF CEMENT.
Cement shall be supplied by the contractor according to clause 10.1 of IS: 269-1989.
[Link] ACCEPTANCE OF POZZOLANA:
Pozzolana added to the concrete as an admixture shall be sampled and tested as per IS:
9103-1999.
[Link] 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 because of over excavation and in concrete placed by the contractor in
excavations intentionally performed to facilitate the contractor‟s operation shall be borne by the
contractor himself. No extra payment shall be made to the contractor for such additional quantity.
4.2.4 ADMIXTURES
The contractor shall use air-entraining admixtures as directed by the Engineer-in-charge.
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
objectionable quantities of silt, organic matter, injurious amounts of oils, acids, salts and other
impurities etc. as per IS specification 456-2000.
The Engineer-in-charge will determine whether 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:
[Link] QUALITY:
The sand shall be clean, dense, durable, uncoated rock fragments as per IS: 383-1979. Sand
may be rejected if it fails to meet any of the following quality requirements:
Sand shall be screened before use. If sand brought to site is not clean, it must be washed clean in
water. Fine draft sand or sea sand or sand containing saline impurities shall on no account to be
used.
SPECIFIC GRAVITY:
The sand to be used shall have minimum specific gravity of 2.4
DELETERIOUS SUBSTANCE:
The amount of deleterious substances in sand shall not exceed maximum permissible limits
prescribed in table-1, clause 3.2.1 of IS: 383-1970 (Indian Standard Specification for coarse and fine
aggregates form natural source for concrete) when tested in accordance with IS: 2386-1963.
[Link] GRADING
The sand as batched shall be well graded and when tested by means of standard sieves, shall
conform 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. However, sand conforming to the requirements of grading zone IV shall
not be used for reinforced cement concrete work.
Sieve analysis of natural sand shall conform to the following limits of gradation.
Percentage of passing on Sieve
I.S. Sieve size
Grading Zone-I Grading Zone-II Grading Zone-III
It is recommended that the sand conforming to grading zone-I to III is suitable for use.
Aggregates crushing value, when determined in accordance with IS: 2386 (Part IV)-1963 shall not
exceed 45% for aggregates used for concrete other than wearing surface and 30% for wearing
surfaces. As an alternative to the crushing strength test of aggregates, impact value shall be found
out with the method specified in IS: 2386 (Part IV)-1963. The aggregates impact value shall not
exceed 45% by weight for aggregates used for concrete for other than wearing surfaces and 30% by
weight for concrete for wearing surface such as runways roads and pavements.
SOUNDNESS TEST
The coarse aggregates to be used for all concrete works shall pass a Sodium or Magnesium
Sulphate accelerated soundness test specified in IS: 2386 (Part V)-1963 and the average loss of
weight after 5-cycles shall not exceed the limits specified in clause 3.6 of IS: 383-1970.
SPECIFIC GRAVITY
The coarse aggregates shall have specific gravity of 2.60 minimum.
DELETORIOUS 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.
[Link] SEPARATION
CONTRACTOR SUPERINTENDING ENGINEER
- 89 -
The coarse aggregates shall be separated into nominal sizes during production of the
aggregates. Just prior to batching, the coarse aggregates shall be re-washed 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. Aggregates 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 the 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 are not over-
loaded and 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 pass 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)
No separate payment will be made for such tests. If sand and coarse aggregate are to be
obtained from a deposit not previously tested and approved by the Engineer-in-charge, the
contractor shall submit representative samples for pre-construction test and approval not less than
60 days before the sand and coarse aggregates are required for use. Each sample shall
approximately consist of 100 Kg. of material. In addition to pre-construction tests for the approval of
deposits, the Engineer-in-charge may test the aggregates for their suitability during their processing.
The contractor shall provide such facilities as may be necessary for procuring representative samples
free of cost at the aggregate processing plant and at the batch plant or mixing platform.
However, use and development of any such deposit shall be subject to the approval by the
Engineer-in-charge. Any royalties (seignorages or other charges) required for the materials taken
from deposits either owned by the State Government or controlled by the Department of Mines and
Geology, Govt. of India or owned by any other person shall be paid by the contractor.
Geology, the portion of the deposit used shall be located and operated so as not to detract the
usefulness of the deposit or any other property of the Government and so as to preserve, in so far as
practicable, the future usefulness or value of the deposit. The contractor shall carefully clear the
area of deposit from which the aggregates are to be produced, free from trees, roots, bushes, sods,
solid unsuitable sand, gravel and other objectionable matter. Materials including stripping, removed
from deposits owned by the Government, controlled by the Director of Mines and Geology,
Government of India, and not used in the work covered by these specifications shall be disposed-off
as directed.
Due to the overall construction programme, it is quite likely that more than one contractor
may elect to use of the sources named in the contract document. The contractor shall be responsible
for coordinating his work such that it does not interfere with the operations of other contractors who
are also using any given source.
[Link] 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 of which prices shall include the cost for stripping,
producing and transporting & storing the materials. The contractor shall not be entitled to any
additional compensation for materials wasted from a deposit including crushed fines and materials,
which have been discarded by the reasons of being above the maximum size specified for use or for
any other reasons.
4.2.9 BATCHING
The contractor shall notify the Engineer-in-charge 24 hours before batching of 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 weighed/ 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 IS: 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-5 of IS: 456-2000.
Cement and aggregates are hauled from a central batching plant to the mixer. 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 exposed to moisture and delay occurs between batching and the
mixing, then extra cement shall be added to each batch. The extent of such extra cement will be to
attain the required quality. No separate payment for this addition of extra cement shall be made.
4.2.10 MIXING
[Link] GENERAL
The concrete ingredients shall be thoroughly mixed in mechanical mixers designed to
positively ensure uniform distribution of all the component materials throughout 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 per 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-in-charge. If there is, aggregation after unloading, the concrete should then be remixed.
Any 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.
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 control station. Provisions shall be made so that
the operator can observe the concrete in the receiving hopper or bucket as it is being dumped
from the mixers.
2. Each mixer shall be controlled with timing device, which will indicate the mixing period and
assure compliance of required period of mixing.
3. The batch plant shall be equipped with an interlocking mechanism, which will prevent concrete
batches from entering mixers, which are not empty.
[Link] TRUCK MIXERS
Each truck mixer shall be equipped with accurate water meter located between the supply
tank and mixers with a dial or digital indicator and a reliable revolution counter, located near the
water meter, which can be readily reset to Zero for indicating the total number of revolutions of the
drum for each batch. Each mixer shall have affixed there to a metal plate on which the drum
operations in terms of volume for both mining and agitating and the maximum and minimum speeds
of rotation of the drum are mainly marked.
Mixing shall be continued for the minimum period specified and may be increased and
number of revolutions, speed of the drum may be such that the mixture as delivered from the mixer
has uniform colour and consistency to the satisfaction of Engineer-in-charge. In no case shall the
design water content be exceeded.
Concrete shall be discharged within half an hour after the introduction of the water and
cement into the mixer. Each batch of concrete when delivered at the job site from commercial ready
mix plants shall be accompanied by a written certificate of batch weights and time of batching.
Fresh structural concrete and fresh canal lining concrete shall be placed at temperature of
150 C to 300 C. During hot or cold weather the concreting should be done as per the procedure set in
IS: 7861 (Part I) 1975 or IS: 7861 (Part II).
The temperature will be determined by placing a thermometer in the concrete immediately
after sampling at the site of placement. The temperature of concrete at the batch plant shall be
adjusted to assure that the specified concrete temperature is attained at the placement.
In case of concrete in hot weather condition, the contractor shall employ effective means such
as pre-cooling of aggregates and mixing water and placing at nights as necessary to maintain the
temperature of the concrete as it is placed at the specified limit. The methods of pre-cooling shall be
subject to approval by the Engineer-in-charge.
Then contractor shall not be entitled for any additional compensation due to the foregoing
requirements.
4.2.12 FORMS
[Link] GENERAL
Form shall be used wherever necessary to confine the concrete and shaping it to the required
lines. If a type of form does not 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 lines, form positions and
immediately correct the 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 transmit 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 bevelled edges
on permanently exposed concrete surfaces. Interior angle intersecting concrete surfaces and edges of
construction joints shall not be bevelled except where indicated on the drawings.
Suitable struts, stiffeners, or ties shall be used for the formwork wherever necessary. All
supports shall be braced and cross-braced into two directions. 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 formwork 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.
The formwork 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 of 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 formwork and supports shall be submitted to the Engineer-in-charge and shall be
approved before erection.
In case of columns, retaining walls or deep vertical component, the height of the column shall
facilitate the 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 formwork shall be left exposed-off the face of the finished work.
Suitable inserts for block-outs for electrical and other service fixtures where necessary shall
be provided in the required locations as specified. 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.
[Link] REMOVAL OF FORMS
The stripping of formwork shall conform to clause-11.3 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 sloping faces of concrete, such as forms on the watersides of wrapped transitions
shall be removed as soon as the concrete has attained sufficient stiffness to 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 as 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.
[Link] COST
The cost of furnishing all materials and performing all works for constructing forms including
any necessary treatment or coating of forms is included in the price bid of item of form work provided
in the bill of quantities.
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 is 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 within the limit necessary to ensure 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 [Link] and [Link] as below.
Variation is defined as the distance between the actual position of the structure or any
element of the structure and the specified position in plan for the structure or the particular
element. Plus or minus variations shown as indicated or permitted from actual position up or down
and in or out from the specified position in plan. Variations not designated as plus or minus indicate
the minimum deviation permitted between designated successive points on the completed element of
construction.
Specified position in plan is defined as the lines, grade and dimensions described in those
specifications or shown on the drawings or as otherwise prescribed by the Engineer-in-charge.
Note: Tolerance applies to concrete dimensions only but not for positioning of
vertical reinforcing bars or dowels.
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.
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 of cement by two
parts of coarse sand as an abrasive. The mortar at the same time filling the voids, a neat cement
works shall then 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 cannot be satisfactorily dealt with in this manner
due to bad work or for other reasons, a coat of cement plaster of 1:2 mix of the thickness as ordered
by Engineer-in-charge shall be applied. No extra payment will be given for finishing concrete surface
as instructed above in this clause.
[Link] 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 preventive actions
such as modification to the form system, modified procedure for setting screeds and different
finishing techniques to be implemented by the contractor to avoid repeated failure.
The Engineer-in-charge reserves the right to delay concrete placement until the
contractor implements such preventive actions, which are approved by the Engineer-in-charge.
[Link] MATERIALS
Unless shown otherwise on the drawings the reinforcement to be used shall be High Yield
strength deformed bars of grade Fe-415 conforming to IS: 1786-1985 specification for high yield
strength deformed steel bars and wire for reinforced cement concrete.
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 be 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, alter splice bars at additional locations other than those shown on the drawings. All
additional splices allowed shall be at the expense of the contractor. In order to meet design and
space limitation on splicing, 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 centre line of the bars.
Reinforcement will be inspected for compliance with requirement as to size, shape, length, spacing
and splicing etc.
Before reinforcement is embedded in concrete, the surface of the bars shall be cleaned of
heavy flaky rust, 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
burlap or equivalent treatment is considered objectionable.
As specified in clause 12.3.1 of IS: 456-2000, unless otherwise specified by the Engineer-in-
charge, reinforcement shall be placed with the following tolerances.
a. For effective depth 200 mm or less + 10 mm
b. For effective depth more than 200 mm + 15 mm
CONTRACTOR SUPERINTENDING ENGINEER
- 96 -
The cover in no case be reduced by more than one third of specified cover or 5 mm whichever
is less. Reinforcement shall be securely held in position so that it will not be displaced during the
placing of the concrete and special care shall be exercised to prevent any disturbances of the
reinforcement in concrete that has already been placed. Welding of bars shall be done as directed by
the Engineer-in-charge and in conformity with the requirements of clause 12.4 of IS: 456-2000.
Concrete cover shall be maintained as shown on the drawings.
The Engineer-in-charge will supply drawings of reinforcement details and bar bending
schedules for adoption.
Measurement for payment of reinforcement bars will be based on the weight of the bars
placed in the concrete in accordance with the drawings supplied by the Engineer-in-charge when
conformance with these specifications drawings has been determined at the time of embedment.
Except as otherwise provided below, payment for furnishing and placing reinforcing bars will be
made at the unit price bid in the bill of quantities for furnishing and placing reinforcement bars
which unit price shall include the cost of reinforcing bars, attaching wire, cutting, bending, cleaning,
tying the grills, securing and maintaining in position of the reinforcing bars as shown in the
drawings.
The total weight of bars placed as reinforcement in concrete shall be arrived at by adding the
products of lengths each size and mass per meter (vide Table-1 and Para 6.2.1 of IS: 1786-1985) of
that size of rod.
All surfaces of forms and embedded materials shall be free from curing compound, dried
mortar of previous placements and foreign substance before the adjacent or surrounding concrete
placement is begun.
Prior to beginning concrete placement, the contractor shall make ready a sufficient number
of properly operating vibrators and operators, and shall have readily available additional vibrators to
replace defective one during the progress of the placement. The Engineer's representative at the
placement may delay the start of the concrete placement until the number of working vibrators
available is acceptable.
All surfaces upon or against which concrete is to be placed shall be free from frost, ice,
water, mud and debris. Rock surface shall be free from oil, objectionable coatings, and loose semi-
detached and unsound fragments. Immediately prior to placement of concrete, surfaces of rock shall
be washed with an air water jet and shall be brought to uniform surface dry condition.
Construction joints are defined as concrete surfaces upon or against which concrete is to be
placed and to which new concrete is to adhere, but which have become so rigged that the new
concrete can not be incorporated integral with that previously placed. The provision of construction
joints shall conform to clauses 12.4.1 and of IS: 456-978.
When the work has to be resumed on a surface, which has hardened, such surface shall be
roughed. It shall than be swept clean thoroughly and wetted. For vertical joints, neat cement slurry
shall be applied on the surface before it is dry. For horizontal joints the surface shall be covered with
a layer of mortar about 10 to 15 mm thick, composed of cement and sand in the same ratio as the
cement and sand in concrete mix. This layer of cement slurry or mortar shall be freshly mixed,
applied immediately before placing of the concrete.
Where the concrete has not fully hardened, all litanies shall be removed by scrubbing the
wet surface with wire or bristle, brushes, care being taken to avoid dislodgment of particles or
aggregate. The surfaces shall be thoroughly wetted and all free water removed. The surface shall then
be coated with neat cement slurry. On this surface, a layer of concrete not exceeding 15 mm. in
thickness shall first be placed and shall be well recommend against old work, particular attention
being paid to corners and close spots, and work thereafter shall proceed in the normal way.
Contraction joints serve to provide for volumetric shrinkage of monolithic concrete and or
movement between monolithic units at established joints, thus preventing formation of objectionable
shrinkage cracks elsewhere in concrete. Prior to application for wax based curing compound to
contraction joints, the surfaces of all joints shall be cleaned thoroughly of accretion of concrete or
other foreign material by scraping, chipping or other means approved by the Engineer-in-Charge.
Water stops, reinforcing bars and other embedded items shall be free of curing compound when
adjoining concrete is placed.
The contractor shall notify the Engineer-in-Charge before batching 'begins for placement of
concrete. Placing shall be performed only on the presence of an authorised Engineer's representative.
Placement shall not begin until after preparations are complete and the concrete placement check
out card has been signed by the contractor or his representative and the authorized representative of
the Engineer-in-Charge substantiating completion of all preparation for that placement.
All surface upon or against which concrete is to be placed shall be prepared in accordance
with paragraph 4.2.15.
Re-tampering of concrete will not be permitted for any concrete, which has become so stiff
that proper placing cannot be assured.
Concrete shall not be placed in standing water except with written permission of the
Engineer-in-Charge and the method of placing shall be subject to approval. Concrete shall not be
placed, in running water and shall not be subjected to running water until after the concrete has
hardened. Concrete shall be deposited as nearly as practical in its final position and shall not be
allowed flow in such a manner that the lateral movement will cause of the coarse aggregate
separated from the concrete mass. Methods and equipment employed in depositing concrete in forms
minimize clusters of coarse aggregates. Clusters that occur shall be scattered before the concrete is
vibrated. Forms shall be constantly monitored and their position adjusted as necessary during
concrete placement in accordance with paragraph 4.2.12 and 4.2.13.
All concrete except canal lining shall be placed in approximately horizontal layers. The
depth of layers shall not exceed 15 cm. The Engineer-in-Charge reserves the right to require lesser
depth of layers where concrete cannot otherwise be placed and consolidated in accordance with the
requirements of these specifications. All construction joints which intersect exposed concrete surface
shall be made straight and level to plumb except as shown otherwise on the drawings. The placing of
concrete shall be in accordance with clause 12.2 of IS: 456-1978.
If concrete is placed monolithically around openings having vertical dimensions grater than
60 cm or if concrete in decks, floor slabs or other similar part of structures is placed monolithically
with supporting concrete, the following requirements shall be strictly observed:
(1) Concrete shall be placed up to the top of the formed opening at which point further
placement will accommodate settlement of fresh concrete. If concrete levels are specified
beneath nearly horizontal structural members such as decks floor slabs, beams and
girders or the levels being between the nearly horizontal members and the vertical
supporting concrete below, concrete shall be placed to the bottom of the bevels before
delay of placement.
(2) The last 60 cm or more of concrete placed below horizontal members or bevels shall be
placed with a slump of 50 mm or less and shall be thoroughly consolidated.
In placing concrete on uniform slopes so steep as to make internal vibration of the concrete
impractical without footing, the concrete shall be placed in non-vibrating slip forms with screed
extending approximately 0.75 meters back from its leading edge. Concrete ahead of the slip form
screed shall be consolidated by internal vibrations so as to ensure complete filling under the slip
form.
A cold joint is an unplanned joint resulting when a concrete surface hardens before the
next batch is placed against it. Cold joints would be allowed only in the event of equipment break
down or other unavoidable prolonged interruption of continuous placing. If such unavoidable delay
in placing occurs, which make it that, unconsolidated concrete may harden to the extent that later
vibration will not fully consolidate it, the contractor shall immediately consolidate such concrete to a
stable and uniform slope. If the delay of placement is short enough to permit penetration of the
underlying concrete, placement shall resume with particular care being taken to thoroughly
penetrate and re-vibrate the concrete surface placed before the delay. If concrete cannot be
penetrated with vibrator, the cold joint shall be then treated as a construction joint. Care shall be
taken to prevent cold joints when placing concrete in any part of the work. The concrete placing rate
shall ensure concrete is placed while previously placed adjacent concrete is plastic, so that the
concrete can be made monolithic by normal use of vibrators/ tamping.
Concrete shall not be placed in rain sufficiently heavy or prolonged to wash mortar from
concrete. A cold joint may necessarily result from prolonged heavy rainfall.
There shall not be any additional payment, over the unit price bid in the schedule for
concrete by reason for any limitation in the placing of concrete, required under the provisions of this
paragraph.
[Link] TRANSPORTATION
The methods and equipment used for transporting concrete from the batch plant to its final
position in the placement and the time that elapses during transportation shall not cause
measurable segregation of coarse aggregate or slump loss during transportation exceeding 5
centimetres.
Concrete shall be deposited as practical to its final position. The use of Aluminium pipe or
Aluminium chutes for delivery of concrete will not be permitted. Concrete buckets shall be capable of
promptly discharging concrete of the specified mix design and the dumping mechanism shall be
capable of discharging at one location, small portions of concrete from a full bucket.
If used to transport concrete, the truck mixers shall meet the applicable requirements of
paragraph 4.2.10. The transporting equipment for placing concrete shall readily handle the place
CONTRACTOR SUPERINTENDING ENGINEER
- 99 -
concrete of the specified slump. The Contractor shall when directed, replace in-adequate
transporting equipment with acceptable equipment.
[Link] COMPACTION
Except as herein after provided, consolidation of all concrete shall be by immersion type
vibrators. Immersion type vibrators shall be operated in nearly vertical position and the vibrating
head shall penetrate and re-vibrate the concrete in the upper portion of the underlying layer. Care
shall be exercised to avoid contact of the vibrating head with embedded items and with formed
surfaces, which will later be exposed to view. Concrete shall not be placed upon either plastic
concrete until the previously placed concrete has been thoroughly consolidated.
Form vibrators shall be used in conjunction with slip form lining machines to consolidate
concrete in canal linings. Such vibrators shall be arranged for effective, uniform consolidation for the
concrete. The Engineer-in-Charge or his representative may remove samples of the hardened
concrete for testing and examination, and the Contractor shall repair, at no cost to the Government,
the concrete from which such samples are removed.
Immersion type vibrators shall be operated at speeds of at least 7000 revolutions per
minute when immersed in concrete. Form vibrators shall operate at speeds of at least 8000
revolutions per minute when being used to consolidate concrete. The Contractor shall immediately
replace improperly operating vibrators with acceptable vibrators.
Finished concrete which is not within the specified tolerances shall be repaired in
accordance, with paragraph 4.2.20. Interior surfaces shall be sloped for drainage where shown on
the drawings or as directed. Surfaces which will be exposed to the weather and which would
normally be level shall be sloped for drainage.
Floating may be performed by use of hand or power driven equipment. Floating shall be
started as soon as the screed surface has stiffened sufficiently and shall be the minimum necessary
to produce a surface that is free from screed marks and is uniform in texture. Joints and edges shall
be tooled where shown on the drawing or as directed.
After the surface of roadway slabs of concrete bridges have been wood floated, the surfaces
shall be given a broom finish. The finish shall be applied when the water sheet has practically
disappeared. The broom shall be drawn transversely across the pavement with adjacent strokes
slightly overlapping. The brooming shall be completed before the concrete is in such a condition that
the surface will be torn or unduly roughened by the operation. The finished surfaces shall have a
uniform appearance and shall be free of corrugations exceeding 1.5 millimetres in depth. Broom
shall be of a quality, size and construction and be operated as to produce a surface finish of
satisfaction to the Engineer-in-Charge.
The finishing in lining be in accordance with Clause 5.7 of IS: 3873-1993. The finished
surface shall be equivalent in evenness, smoothness and free from rock pockets and surface voids to
that obtainable by effective use of a long handled steel trowel. Where the surface produced by lining
machine meets the specified requirements, no further finishing operations will be required.
4.2.18 PROTECTION
The contractor shall protect all concrete against damage until its final acceptance by the
Engineer-in-Charge. The contractor shall provide protection to prevent erosion to fresh concrete
whenever precipitation either periodic or sustaining is imminent or occurring.
When precipitation appears imminent, the contractor shall immediately make ready at the
placement site all materials, which may be required for protection of fresh concrete. The Engineer-in-
Charge may delay placement of concrete until adequate provisions for protection against weather are
made.
All fresh concrete surfaces shall be protected from contamination and from foot traffic until
concrete has hardened. Hardened concrete surfaces, which have to receive finish, shall be protected
against damage from foot traffic and the construction activity by covering with protective mats,
plywood, or by other effective means. Method of protection shall be subject to approval by the
Engineer-in-Charge.
4.2.19 CURING
[Link] GENERAL.
The contractor shall furnish all materials and perform all work required for curing concrete.
All concrete including bed and sides of canal lining shall be cured by water curing.
The pre-cast slab for canal lining shall be cured by keeping them immersed in water for seven
days and by sprinkling water for another 21 days with straw canvass, Hessian or similar materials
cover over slab.
The uniformed top surfaces of bridges decks shall be cured for 28 days with a damp sand
cover or curing mat cover. The sand or curing mats shall not be kept so wet as to allow water to
drain from them, which may stain other concrete. The sand or curing mats shall be removed after
expiry of the curing period.
All concrete surfaces shall be treated as specified to prevent loss of moisture from the
concrete until the required curing period elapsed or until immediately 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. 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.
[Link] 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 the Engineer-in-
charge.
[Link] COST
The cost of furnishing of 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.
Repair to concrete surfaces and addition where required shall be made by cutting regular
opening into the concrete and placing fresh concrete to the required lines. The chipped openings
shall be sharp and shall not be less than 70mm in depth. The fresh concrete shall be reinforced and
chipped and trowel to the surface of the openings. The mortar shall be placed in layers not more
than 20mm in thickness. After being completed, each layer shall be compacted thoroughly. All
exposed concrete surface shall be cleaned of impurities, lumps of mortar or grout and unsightly
stains.
The cost of furnishing all materials and performing all work required in the repair of
concrete shall be borne by the contractor.
In the case of P.V.C. water stop, the pieces should be jointed together at the site by
vulcanising thoroughly to make it water tight having sufficient strength to withstand the designed
water pressure exerted on it.
In case of copper seal, the thickness of the copper sheet should be of 16 gauge (1.63 mm) and
minimum of 0.6m wide with „V‟, „U‟ or „Z‟ groove of size 2.5 cm. at its longitudinal axis. The groove
should be perfectly straight and uniform. Adjacent copper sheet should be perfectly braced together
on both sides for the whole width by butting the two sheets against each other. If lapping between
adjacent sheet are given, the maximum lapping should be 5 cm. and should be held together tight.
Brazing should be done on both sides for the whole width. The joints should be braced, watertight
and should be capable of withstanding the hydraulic pressure exerted on it. M.S. anchor rods of 6
mm to 8mm dia and 30cm long with hook on outer side and should be braced with the copper sheet
@ 50 cm centre to centre approximately on both sides of copper sheet preferably staggered. The
minimum length of the rod to be brazed is minimum 5 cm. and brazing should be done on both side
of the rod.
The edges of the copper sheet should also be given a link at about 0.5 M. interval to have a
CONTRACTOR SUPERINTENDING ENGINEER
- 102 -
better grip with concrete. The brazing should be done as per relevant IS specification.
The P.V.C water stop shall be dense, homogeneous and free from holes and other
imperfections. The cross section of the water stop shall be uniform along its lengths and thickness
shall be symmetrical.
Location and embedment of the P.V.C./Copper water stops shall be as shown on the
drawings, with approximately one-half of the width. Water stops shall be embedded in the concrete
on each side of the joints. In order to eliminate faulty installation that may result leakage, care shall
be taken that the water stops shall be installed to form continuous watertight diaphragm in the
joints. Unless otherwise shown, adequate provision shall be made to protect the water stops during
the progress of the work.
Additional vibrations over and above that used for adjacent concrete placement shall be
carried out to assure complete embedment of the water stops in the concrete. Larger pieces of
aggregate near the water stops shall be removed by hand during embedment to assure complete
contact between the water stop and surrounding concrete.
****
SECTION -5
CEMENT CONCRETE LINING
5.1 SCOPE OF WORK
5.1.1 GENERAL
Canal lining shall be done with concrete paving and finishing machines, which will place,
compact and finish the concrete lining in bed and slopes. Plain cement concrete of M-15 grade, with
the maximum size of aggregate of 20mm shall be laid on the bed and slopes of the canal sections as
shown on relevant drawings. The thickness of lining shall be as indicated in paragraph [Link]. for
both in bed and slopes of the canal. If during construction it is found necessary to alter the canal
section and side slopes without altering the thickness of lining, the contractor shall be informed in
writing of such changes.
Each concrete paving machine and associated support equipment utilized under this contract
shall place canal lining at an average sustained rate of advancement of not less than 3.5 meters per
hour. This minimum rate shall be obtained for paving operation on the side slopes and on the bottom
of the canal while also meeting the requirements for lapsed time following trimming, consolidation of
concrete, finishes, joints and other requirements specified therein.
The equipment and operation for concrete lining includes foundation trimming, sub-grade
preparation, concrete production and delivery from point of production, placement of concrete, curing
and other associated activities. Supporting the placement of the canal lining shall be matched with
the lining equipments capability, so as not to impede the specified placement rate of lining operation.
The overall equipment deployment shall be such as to ensure the completion of canal lining within
the scheduled period specified in the contract.
The contractor can alternatively deploy longitudinally operating self aligning slip form Paver
with built-in vibrator attached to the mould/ forms, so as to effectively compact and finish the
concrete (alternative to concrete Paver finisher outlined above).
During the preparation of sub-grade for canal lining, the proud earth work shall be excavated
and trimmed by machine for better progress and to achieve the designed profile of the sub-grade.
This excavation for trimming for base preparation of lining shall be carried out immediately prior to
laying of the lining, but in no case the time interval should exceed 3 days in normal whether and 2
days in adverse weather conditions.
iii. Providing necessary under drainage arrangements consisting of filter blanket of graded
sand and pressure relief valves as per drawings.
iv. Providing filter materials of approved quality as per design.
v. Providing and fixing P.V.C. contraction joints forming water stops.
Area proposed for lining of the canal as a whole shall have to be cleared of all objectionable
materials, stumps, roots, bushes, and rubbish. Such materials, from clearing operation shall be
disposed-off from the working area clear of work site as per direction of the Engineer-in-charge.
5.3.1 GENERAL
a. Provision of this paragraph shall apply to the preparation of sub-grade on which concrete lining
is to be placed.
b. The work of trimming the canal section up to the bottom of concrete lining/ bottom of filter
materials to be provided as the case may be and preparing sub-grade for concrete lining
includes removal of proud from the slope and bed of the canal. The trimming operations is to be
carried out manually or by machines (Trimmer) of adequate capacity immediately prior to laying
of the lining but in no case the time interval between trimming and laying should exceed 3 days
in normal weather and 2 days in adverse weather conditions. Wherever rock is over excavated
the item of trimming and preparation of sub-grade includes filling the over excavated portion
with suitable semi pervious materials, watering and compaction and trimming up to bottom
level of the concrete lining. All along the canal alignment the rain cuts on inner slope of the
banks shall be filed up with approved excavated materials and shall be compacted adequately
to required line and grade and level. The material required for filling the over excavation in rock
and rain cuts, if not available during excavation in soils to be done under this item, shall be
hauled from stock piles or borrow area to be arranged by the contractor and placed in position.
c. If at any point, materials have been excavated beyond the pay line required to receive the
concrete lining the excess excavation shall be refilled on horizontal layer with selected materials
moistened if required and compacted using rollers and slope compactors. Where, placing and
compacting bedding material is on a sloping foundation, the layers may be placed parallel to the
surface of the foundation. If at any point the foundation materials disturbed or loosened during
the excavation process or otherwise, it shall be moistened if required and thoroughly compacted
by tamping, rolling or by other approved methods to form firm foundations for placing the
concrete lining.
d. If at any place, placement of bedding material below the concrete lining is required due care
shall be taken by the contractor to wet the surfaces of excavation and embankment to a depth
of 15 cm. or to a depth up to impermeable layer below whichever is less as per direction of the
Engineer-in-charge.
e. In the canal section requiring bedding material below the concrete lining due care shall be
taken by the contractor to place the bedding materials on scientifically approved surface
adequately wet as described above in layers not exceeding 15 cm. in depth in a single operation
and compacted till the bedding material attains a height where it can be trimmed to form a true
and even surface upon which the concrete for lining is to be placed. Each layer of bedding
material shall be moistened and thoroughly compacted.
f. All loose materials likely to be present at the end panel of existing lining adjacent of which
lining is to be placed under these specifications shall be removed and all voids beneath the
existing lining shall be refilled and compacted thoroughly. No extra payment shall be made to
the contractor on this account.
CONTRACTOR SUPERINTENDING ENGINEER
- 104 -
g. Suitable materials trimmed from the canal shall be judiciously utilized in canal embankment,
road embankments or in back filling of the structures or used as a bed material as per direction
of the Engineer-in-charge. The trimmed materials which can not be utilized in proper place
during one continuous operation shall be piled along the out of way where designated by the
Engineer-in-charge.
h. In all, the preparation of sub grade for concrete lining shall confirm to clauses 4.1. 4.2., 4.3.,
4.4 and 4.5. of IS 3873-1993 (Indian code of Practice for laying in situ cement concrete lining
on canal)
Excavated profile provides the final base for lining and tolerance departure from lines shown
on the drawings shall be as indicated here below:
+ 20 mm on straight section.
+ 50 mm on tangents.
+ 100 mm on curves.
Departure from levels shown on the drawings. + 20 mm
The above tolerance shall be negotiated gradually through smooth transition in a length of 50
m. No over-run in concrete quantity shall be paid to the contractor.
Lining be provided in high banking reaches and in all such reaches as are considered
“vulnerable” viz; associated with seepage, slippage of slopes and breaches etc.
Model Sections/ Profile Walls of Concrete of size 30cm x 30cm should be provided in the
balance portion of the unlined canal at intervals of 50m and at a closer spacing in curves.
Lining to be provided th`roughout the canal reaches passing through swelling B.C. soils. In such
case provision for CNS (Cohesive non-swelling) treatment of the sub-grade should be made prior to
placement of lining as per IS : 9451-1994. The CNS layers shall be in accordance as under:
The CNS soils to be used should be non-swelling with a maximum allowable swelling
pressure of 0.1 kg/cm2 (10 KN/ m2) when tested in accordance with Indian standard, IS: 2720 (Part-
41) – 1977. CNS soils are to be broadly conforming to the following range:
Clay 15 – 20 % Liquid Limit : More than 30% but less than 50%
Silt 30 – 40 % Plasticity Limit : More than 15% but less than 30%
Sand 30 – 40 %
Gravel 0 – 10 %
Note: Provision for mechanized compaction of CNS soil layers to at least 95% proctor density should be
made.
[Link] METHOD OF COMPACTION:
In small sectioned channels, provision for “fill & cut method” should be made in order to
achieve effective compaction. The channel section should be over excavated (to the extent governed
by the CNS thickness) say, in 300m long reach; CNS soil be placed in layers in the full section,
watered (as required), and each layer is to be compacted to at-least 95% proctor density through
deployment of, preferably, small width powered drum rollers or standard power rollers or fuel
operated plate compactors. This process of compaction should be continued right up to the top of
designed section. There-after, the compacted section should be scooped out to the proposed design
section and the CNS so scooped shall be re-used in the next 300m reach. Provision in the cost
estimate should accordingly be made for re-handling of the scooped out CNS and also some
percentage of wastage during re-handling is provided.
Note: This procedure should also be followed for the re-sectioning and strengthening of channels
(involving compaction of earth fill other than CNS fill) not passing through B.C. soils.
Discharge Capacity in
Depth of Flow in m Thickness of [Link] in mm
Cumecs (Cusecs)
0 – 5 ( 0 – 175) 0 – 1.0 m 50 – 60 mm
5 – 50 ( 175 -1750) 1.0 – 2.5 m 60 – 75 mm
50 – 200 ( 1750 – 7000) 2.5 – 4.5 m 75 – 100 mm
Note: Taking in to consideration the various factors including economy and ease/ practicability of
placement, it may be appropriate to adopt a lining thickness of 65 mm for channels of
discharging capacity up to 175 cusecs; 70 mm for the channels of discharging capacity up to
500 cusecs and 75 mm for channels of discharge beyond 500 cusecs up to 1750 cusecs.
[Link] CEMENT:
For area other than coastal, 43 Grade or 53 Grade Ordinary Portland cement is to be used. In
the coastal zones, Portland slag cement may be used.
Graded coarse aggregate with the maximum nominal size (MSA) of 20 mm down to IS grading
should be used in the concrete mix of lining.
Provision for using AEA in the concrete mix for C. C. lining is made in the cost estimate.
Concrete mix with AEA affords more” durability” as well as “better workability (viz: fluidity)” and
better “finish” to the surface.
Graded fine and coarse aggregates are to be used in the concrete mix and any slight deviation
in the requisite grading is compensated by air-entrainment in the mix by the addition of AEA.
Note: If the perimeter of canal section is equal to or less than 6.0 m, no longitudinal contraction joints
need to be provided. However, the transverse contraction joints across the canal section are to be
provided irrespective of the extent of the perimeter.
[Link] CONSOLIDATION OF CONCRETE LININGS:
Proper consolidation of concrete mix for the C. C. linings, as being placed on bed and sides is of
paramount importance.
Use of conventional needle vibrators may puncture the sub grade surface. One of the most
effective methods of consolidation comprises of deployment of “vibratory plate device” operated by a
fuel operated tiny motor.
Adequate and fool-proof curing is the most vital requirement for C. C. Lining.
The bed lining should be effectively cured by constructing small earth bunds of say, 30 cm high at
convenient intervals and ponding water on the bed between the successive bunds. The sloped lining
surfaces should be cured either by fully covering the concrete surface with Hessian cloth rolls/
gunny bags and keeping these wet with water throughout 28 days period.
[Link] UNDER-DRAINAGE:
Note: Whether cast-in-situ or pre-cast concrete lining is to be placed, the sub grade MUST be
hard, well compacted enough and smoothened prior to placement of lining. The “vibratory plate device”
mentioned in Paragraph [Link] above can be very effectively deployed for compaction of the sub
grade.
The surface irregularities (to be checked with a wooden template/ straight edge) should not exceed the
following limits:
CONTRACTOR SUPERINTENDING ENGINEER
- 108 -
The loading, handling, transportation and placing of the selected bedding material shall be
subjected to approval and shall be such as will result in a uniform mixture of the material being
placed without separation or segregation. Selected bedding shall be obtained from required
excavation in area where materials in excess of that required to construct the adjacent embankments
is available or available from borrow pits approved by the Engineer-in-charge.
5.4. MATERIALS
All materials including cement, fine aggregate and coarse aggregate, water admixture and
steel shall be as specified in Section 4.2 for concrete.
5.5. CAST IN SITU CONCRETE LINING
5.5.1. GENERAL
The work shall generally conform to IS 3873-1993. All concrete for lining shall be governed by
IS 456-2000. The concrete shall be of controlled grade with suitable admixtures of approved air
entraining agents using well graded aggregates with maximum size of aggregates of 20 mm. Ordinary
Portland cement or Portland Pozzolana Cement to be used shall be 321 Kg. per cubic meter of
concrete. However due to change in design mix, if it becomes obligatory to use lean/ richer mix, the
contractor shall comply with the same. In case of leaner mix the department shall deduct the cost of
cement from the bill of the contractor at the issue price of cement for short consumption of cement
and no other compensation on this account shall be allowed. In case of richer mix the contractor
shall be paid for the extra cement used at the issue price of cement.
a. For efficient placing and finishing of the concrete lining on slopes and in bed concrete laying
machines such as slip form pavers or concrete paver finisher of approved quality and design shall
be used. Each lining machine and associated support equipment utilized under this contract
shall place canal lining at an average sustained rate of advancement of not less than 10 meters
per hour. This minimum rate shall be obtained for paving operation on the side slopes and on the
bottom of the canal, while also meeting the requirements for lapse time following trimming
consolidation concrete thickness tolerances, finishes, joints and other requirements specified
herein.
b. The equipment of operations for foundation trimming, sub-grade preparation, concrete
production, concrete delivery, joints production, curing compound placement and other
associated activities supporting the placement of the canal lining shall be matched with the lining
equipment capability so as not to impede the specified placement rate of each lining operation.
The overall equipment development shall be such as to ensure in the completion of canal lining
within scheduled period specified in the contract.
c. Concrete lining shall be done in the canal prism as shown in the drawing. Mixing of concrete is to
be done in a stationery or mobile weigh-batching plant of capacity of one cubic meter to 3.5 cubic
meter installed at suitable places and concrete is to be conveyed to work spot in transit mixers to
be moved on canal banks and unloaded at site in the hopper of the Paver. The concrete in bed
and side is to be placed with mechanized Paver finisher ISI 456 CP 650 or any other Paver of
similar capacity. The concrete from transit mixer is to be unloaded into hopper and conveyed to
other bank, through side discharge conveyor. Then placed with Paver in bed and side and
vibrated, with plate joints which will be done with Groove cutter attached to the Paver. Panels
shall be as per drawing or as directed by the Engineer-in-charge. The above mechanized
procedure is to be followed for side lining where slant length is 2.70 M. and above. In case where
canal bed width is less than 2.00 M and where bed lining is not possible to be tackled with the
above mechanized Paver, concrete shall be laid by conventional method i.e. mixing by concrete
mixtures and laying the concrete manually in alternative panels of 3 m. width and 3 m length as
per drawing or as directed by Engineer-in-charge duly using steel form work to the required
thickness of concrete and vibrated with mechanical pan vibrators. The concrete for side lining
where the slant length is less than 2.70m shall be laid by using appropriate equipment with steel
guided form work and vibrated by mechanical vibrator fitted to gantry. If the concrete is laid
manually on slopes, compaction by suitable method as approved by Engineer-in-charge shall be
adopted. Concrete shall be mixed in stationery or mobile batching plant and conveyed through
transit mixers included for manual placement. Whenever necessary for the purpose of obtaining
economy, workability density, impermeability, durability, strength, mode of vibration and
gradation of aggregates or other materials, the Engineer-in-charge of quality control shall after
testing, make necessary changes in the proportion of the mix.
d. Concrete when deposited shall unless otherwise specified have placement temperature of not less
than 4.5o C and not more than 32 o C.
e. Concrete shall be so laid as to facilitate placing, vibrating, finishing and curing operations. The
side lining concrete shall be screed up on the slope while the concrete is being vibrated ahead of
the screed. Concrete required for key as shown on the drawings shall be laid integrally along with
the side slope lining.
Alternatively, the contractor can select to use longitudinally operating self alignment, slip form
machine with built-in vibrators attached to the slip forms, so as to effectively compact and finish
the slope and bed concrete lining.
5.5.5. FINISHING.
a. All exposed concrete surfaces shall be cleared of impurities, lumps of mortar or grout and
unsightly strains. The finished surface shall be even, smooth and free from pockets and
equivalent to that obtainable by effective use of long handle steel trowel. Where the surface
produced by lining machine meet the specified requirements, no further finishing operation shall
be required. Surface irregularities, when tested with a straight edge of 1.5 meter length shall not
exceed 6 mm in canal bed for bottom slab and 12mm on side slopes.
b. The surface of concrete finished against form shall be smooth and be free from projections, honey
combing and other objectionable effects. Immediately on removal of forms, all ridges or lips shall
be removed and undesirable local bulging on exposed surfaces shall be remedied by tooling and
rubbing.
c. Repairs to concrete surface and additions where required shall be made by cutting regular
openings into the concrete and placing fresh concrete to the required lines. Chopped openings
shall be sharp and shall not be less than 75 mm in depth.
5.5.6. CURING.
[Link] GENERAL.
The concrete lining on slopes including curvatures portion, at junction of slope and bed lining
shall be cured with specifications given in paragraph 4.2.19. The concrete lining in canal bed shall be
cured with water in accordance with the specifications given in Paragraph 4.2.19. If water curing of
lining in the canal bed is not carried out to the satisfaction of the Engineer-in-charge as per
specifications the contractor shall be directed to switch over to liquid membrane forming curing
compound for curing. Water curing of concrete is to follow strictly to spraying procedures and
specifications as per clause 5.8 of IS: 3873 of 1993.
All equipment material etc. needed for curing and protection of concrete shall be at site and
ready for installing before actual concreting begins. Detailed plans methods and procedures of curing
and protection of concrete lining shall be got approved in writing from the Engineer-in-charge
sufficiently in advance of the actual concreting in order to avoid interruption or damage to the work
of other agencies.
[Link] MEMBRANE CURING.
a. These specifications cover curing of concrete using membrane forming compound to retard the
loss of water during the early hardening period and to reduce the temperature rise in concrete
exposed to radiation from the sun. This compound shall be suitable for use as curing media for
fresh concrete and for further curing of concrete after removal of forms or after initial moist
curing.
b. Concrete of canal lining on slopes including key at the top and curved portion at the bottom of
the slope of canal shall be cured with liquid membrane forming white pigmented curing
compound which shall form water retaining surface to achieve the desired effect of water curing
at 28 days. The curing compound shall be white pigmented of approved qualify conforming to
ASTM-C-309-81 Type-2.
c. White pigmented compound (Type-2) shall consist of finely divided white pigments and particle
solids, ready mixed for immediate use without alteration. The compound shall present a uniform
white appearance when applied uniformly to a fresh concrete surface at a specified rate of
application. It shall be of such consistency that it can be readily applied by spraying to provide
uniform coating at temperatures above 4 degree Centigrade. If two coats are to be applied then it
shall be applied at an interval of approximately one hour. They shall adhere to freshly placed
concrete that has stiffened or sufficient to resist marking during the application and to damp
hardened concrete and shall form a continuous film when applied at the specified rate of
application. When dry the covering shall be continuous flexible and without visible breaks or pin
holes and shall remain as unbroken film for at least 28 days after application. It shall not react
and should not have deleterious effect on concrete.
d. The compound shall meet with the requirement of water retention test as per ASTM designation
C-150-80 .The loss of water in this test shall be restricted to not more than 0.55 Kg/ M 2 of
exposed solution of exposed surface in 72 hours.
e. The white pigmented compound (Type–2) when tested as specified in accordance with method E-
97 of ASTM shall exhibit a day light reflectance of not less than 60% of that of magnesium oxide.
f. It shall fulfil the requirement of drying time when tested in accordance with ASTM C-309-81. The
compound applied shall be dry to touch in not more than 4 hours. After 12 hours, it shall not be
tacky or track-off (peel off) concrete when walked upon nor shall it impart a slippery surface.
[Link] TESTING.
a. The liquid membrane forming curing compound to be brought in the manufacture‟s original clear
containers. Such container shall be legibly marked with the name of the manufactures the trade
name of the compound the type of compound and class of vehicle/solids the nominal
percentage of volatile material and batch or lot number. The lot number will be assigned to the
quantity of compound mixed sampled and tested as single product. The manufacturer shall
exercise the care in filling the container so that all are equally representative of the compound
produced.
b. Curing compound to be used on site shall be got tested at least 14 days in advance so that the
result of water retention tests reflectance test, drying etc. are available before it can be permitted
for use. All of the filled containers represented by the approved sample shall then be sealed to
prevent leakage substitution or dilution. The Engineer-in-charge or authorized representative
CONTRACTOR SUPERINTENDING ENGINEER
- 111 -
should mark each container represented by the samples with a suitable identification mark for
later identification and correlation and shall be kept in store with double lock arrangements. One
key shall be kept with the contractor and the other with Engineer-in-charge. Random samples
shall be collected from every batch of the compound. Frequency of random sampling shall be
done as directed by the Engineer-in-charge. The contractor shall provide samples and labour for
collecting samples free of cost. Testing shall be carried out by the department.
[Link] METOD OF APPLICATION.
The compound shall be sprayed using mechanical sprayer of approved design to ensure
uniform and continuous membrane on the concrete surface. The coverage shall be at the rate
specified by the manufacture or at the rate of 4 to 5 m. per litres. Field trials shall be conducted to
decide effective coverage rate which depends upon surface finish. With a view to ensure through and
complete coverage approximately on half of the compound for a given area should be applied by
moving the spray gun back and forth in one direction and the remaining half at right angles to this
direction. In case the application is still not found uniform the contractor shall have to apply the
second coat as and where directed by the Engineer-in-charge. If a second coat is to be applied it
should be applied approximately after an interval of one hour. The curing compound shall be applied
as soon as the bleeding water or shine disappears, leaving dull appearance. Equipment for spraying
curing compound shall be of pressure tank type (5 to 7 kg/cm2) with provision of continuous
agitation. A curing jumbo with multiple travelling spray guns shall be provided for effective spray.
Spraying on concrete lining shall be done in such a way that the green concrete is not disturbed or
damaged or any foot impressions left. Necessary schemes on spraying by mechanized means shall be
got approved from the Engineer-in-charge. However, in emergency for very small areas (Patches) it
can be applied with wire or bristle brush. Such compounds shall be used on the work only after
production of test results and approval of the schematic plan on spray curing compounds. Adequate
care shall be taken to prevent any movements on cured surface up to 28 days after application of
curing compound. Under unavoidable circumstances created by non availability or short supply of
specified curing compound, the contractor shall be allowed to resort to water curing of concrete lining
on slopes after obtaining prior approval of the Engineer-in-charge in writing. Such water curing shall
be carried out in accordance with the following specification.
[Link] WATER CURING.
The surface of invert of the canal shall be kept continuously moist by covering it completely
with wet burlap as soon as the concrete has hardened sufficiently. The burlap shall be kept
continuously wet by spraying water for at least 12 hours. Thereafter curing by ponding shall be
resorted to. The concrete to be cured with water shall be kept wet by ponding for at least 14 days.
Water lost by evaporation shall be replenished periodically to keep the surfaces continuously
submerged under water. The period of 14 days specified above shall be increased to 21 days when
Pozzolana has been used in the concrete as part of replacement of cement.
When the curing of concrete in the canal bed is not found satisfactory the Engineer-in-charge
may ask the contractor to resort to membrane curing.
5.6. TESTING OF CONCRETE AND ACCEPTANCE OF WORK:
5.6.1 GENERAL.
Testing of concrete shall be carried out at the cost of the department by the Quality Control
Division on representative samples taken at the site of laying the concrete in accordance with
relevant clauses of IS: [Link] samples to be provided by the contractor at his cost.
5.6.2 SAMPLING PROCEDURE AND FREQUENCY:
a. Sampling Procedure: A random sampling procedure shall be adopted to ensure that each concrete
batch has a reasonable chance of being tested i.e. the sampling should be spread over the entire
period of concreting and should cover all mixing units.
b. Frequency: The minimum frequency of sampling of concrete of each grade shall be in accordance
with the following.
b. Weight of the PVC strip shall be a minimum of 460gm/meter for the longitudinal strip and a
minimum of 420 gm/meter for the transverse strip.
c. The above determination shall be made in accordance with the specification of C.W.C. in vogue.
The surface finish of PVC strips shall be mat finish and of white colour.
d. Contractor shall arrange for getting the finished PVC crack inducing joint tested in recognized
Test Laboratories by the Government. The manufacturers shall furnish test sample of PVC crack
inducting joints in 30 cm. length reel, free of cost. Each sample shall be marked with the number
of the reel from which sample is obtained and with certificate that the samples are from the reels
to be furnished.
e. It is mandatory for the manufacturer of the PVC strips from whom the contractors shall procure
PVC strips to have a full-fledged testing laboratory in the factory to enable pre-despatch testing of
the products. Test reports from Government test laboratory shall also be binding on the
manufacturer based on samples drawn by the Engineer-in-charge from consignments received at
site. The contractor shall get the sample of PVC strip approved by the Engineer-in-charge. He
shall furnish the name of manufacturer the details of the in-house testing arrangements with the
manufacturer and shall also furnish a test report from the in-house testing facilities along with
the sample.
5.7.2 PLACING
a. The PVC crack inducing joints shall be inserted in the concrete lining when concrete is plastic.
The longitudinal PVC crack inducing joints shall be inserted before the transverse PVC cracks
inducing joints is inserted. The PVC crack inducing joints at edges shall be plastered in position
fixed with longitudinal channels by clips or such other arrangement prior to lying of concrete. The
PVC crack inducing joints shall be inserted in position in concrete lining as shown in drawings.
The insertion of the longitudinal and or transverse PVC crack inducing joints at the
predetermined locations of joints requires special attention to ensure proper location (depth is
especially important) plumb installation and consolidated concrete around the PVC crack
inducing joints. The longitudinal PVC crack inducing joint includes a cellular upper fin. The
inspection fin shown on the drawings shall be comparatively thin and shall remain above the top
surface of lining. It is important that top of the upper fin be at or near the concrete surface. The
manner of installation shall include mechanical vibration that produces through consolidation of
the concrete around the crack inducing joint and provides a continuous contact between the
concrete and all surfaces of the crack inducing joints. The longitudinal crack inducing joint shall
be fed into the fresh concrete from reels mounted in front of the pavers through guides and
tension rollers so placed as to ensure proper depth and orientation of the crack inducing joints.
Installation of transverse crack inducing joint shall be made by suitable joint inserted contrivance
capable to insert into freshly placed concrete lining.
b. At intersection of longitudinal and transverse joints containing PVC crack inducing joints the top
vertical members of the longitudinal crack inducing joints shall be removed for 10 to 15 cm. in
width without pulling the crack inducing joint from the concrete lining and transverse crack
inducing joint shall be placed within the notch so formed. Depression of the longitudinal cracks
inducing joint below the specified positions in the concrete shall be permitted at intersection only
to the extent necessary to place the transverse crack inducing joint to the specified depth.
However, tolerances and concrete consolidation requirements of the preceding paragraph shall
apply at intersections.
c. The manner of making the intersections shall produce transverse and longitudinal crack inducing
joints and provide a nearly continuous weakened plan normal to the lining surface in both
directions through the intersection.
5.7.3 JOINTS.
are not to be filled with sealants but only to be cut at specified intervals. The sealants shall be filled
in joints later but before functioning of canal. The tools to be used by the contractor for providing
joints shall be got approved from Engineer-in-charge.
a. The interest of this paragraph is to establish tolerances that are consistent with modern
construction practice and yet be governed by the effect that permissible deviations shall have
upon the structural action or operational function of the structure. Deviations from the
established lines, grades and dimensions shall be permitted to the extent set forth herein
provided that the department reserves the right to diminish the tolerance set forth herein if
such tolerance imparts the structural action or operational function of the lining.
Any departure from alignment or grade shall be uniform and no corrections in assignment be made
in less than 50m. No over run in concrete quantity shall be paid to the contractor.
5.9. DEWATERING.
In canal reaches where subsoil water is met with above the canal bed level, dewatering shall
be resorted to and continued during preparation of sub-grades, providing under drainage
arrangement and placing of concrete for lining till such period the concrete attains necessary
strength. No separate payment shall be made for dewatering operations as the same is deemed to
have been included in rate of related item in Schedule of quantities.
a. Measurement shall be on the basis of square meter/cum of plain concrete lining and payment
shall be at the unit rate bid in bill of quantities for concreting works. Payment for lining shall be
made for the thickness shown on the drawings and on square meter/cum basis of the
area/volume including key on both sides. The thickness of lining as shown in the drawing shall
be maintained by setting of paver machine in relation to final sub-grade on which lining is to be
laid. The thickness shall be cross checked by (i) volume of concrete placed and area covered (ii)
use of probe when concrete is being placed and (iii) coring if required. Any overrun in quantity of
concrete in lining shall not be paid to the contractor.
b. The unit rate for lining shall include cutting of grooves for crack inducing joints to specified depth
in panels as directed by the Engineer-in-charge including cost, carriage, royalty and taxes of all
materials with all leads, lifts, mixing, form work, conveying, placing, compacting, finishing, curing
and also dewatering during placing of concrete lining as required.
c. The unit rate of lining shall also include the cost of producing samples and cost of all incidental
work needed to make the cracks inducing joints cost of all operation equipment labour tools, etc.
required for carrying out this work.
The quantity of reinforced cement concrete lining shall be measured on square meter/cum
basis on the same lines as of plain concrete lining. Payment of RCC lining shall be made at the unit
rate as provided in the bill of quantities. Reinforcement shall be paid separately as per item rate in
bill of quantities. The rate for RCC lining is inclusive of costs of all other material, transport with all
leads, lifts, cutting of grooves, mixing, conveying, placing, vibrating, compacting, smooth finishing
curing etc. and also dewatering during the placing of reinforcement and concrete for lining as
required.
5.11.1 GENERAL
Safety ladders shall be measured by weight of M.S. bar. Payment therefore shall be made at
the unit rate in schedule of quantities. The rate shall include the cost, carriage, taxes for providing
and fixing the ladders as indicated on the drawings.
5.12.1 GENERAL
Lining of canals with pre-cast cement concrete slabs shall be adopted for rehabilitation of
the damaged pre-cast slab lining in canals or new lining in the old or new canals or in places as
shown in the drawings or as directed by the Engineer-in-Charge.
Model sections or templates of cement concrete M-15 shall be constructed in the bed and
sides of the canal to the required sections with the top of model section level to the finished surface
of the lined section of the canal portion. The spacing of the model sections shall be 15 meters in
straight reaches and 7.5 meters in curved reaches. The exposed face of the model sections
constructed with cement concrete M-15 or shall be plastered with cement mortar as shown in the
drawing or as directed by the Engineer-in-Charge. The dimensions of the model sections will be the
given in the drawings or as directed by the Engineer-in-Charge.
Suitable super elevation in curved reaches shall be given after the approval of the Engineer-
in- Charge.
Since the model sections are to be used as reference for excavation and trimming of sub
grade for the lining and for laying accordingly, finishing the lining of the required grade and profile, it
should be constructed with in a tolerance limit of 30 mm in a length of 3 meters. Model sections
beyond the permissible tolerance will be removed and redone by the Contractor at his own expense.
5.12.4 MATERIALS
All materials cement, sand, aggregate and water shall conform to specifications given in
section 4.2.
Mix for the slab shall be of cement concrete M-15 using 20mm hard machine broken stone
aggregates. The face of the slab shall be square or rectangular. The dimensions of the slab shall be
45 cm x 30 cm x 5 cm or 22.5 cm x 30 cm x 5 cm. Toe wall blocks shall be 15 cm x 20 cm x 30 cm or
as directed by the Engineer-in-charge. The permissible tolerance on length and width shall be + 5
mm. The difference in length of two diagonals of slab shall be not more than 4.5 mm. The thickness
shall not be less than the specified value. The permissible tolerance on thickness shall be ±2.0 mm.
The slabs shall be either with all its sides right angles to the faces or with two of its sides bevelled at
a particular angle to the faces or as directed by the Engineer-in-Charge. The bevelled slabs shall be
provided with tongues and grooves as per paragraph [Link] of I.S. 3860- 1966.
The slabs shall have minimum flexure strength as specified in I.S. 4060-1968.
[Link] EQUIPMENT
Manufacturing of slabs required for lining shall be done in the casting yard using concrete
mixers for mixing, steel moulds and table vibrators. They shall be cured in curing ponds. The casting
yard with the required infrastructure shall be constructed by the Contractor at his cost.
The measuring boxes for the ingredients shall be accurate and maintained in serviceable
conditions. The concrete mixer shall conform to I.S. 1971-1968.
The table vibrators to be used shall conform to I.S. 2514-1963. For all sizes of vibrating
table, the height of the table top from the ground level shall be sufficient to allow for easy placing
and removal of the moulds and shall not exceed 0.75 meter. The capacity of vibrating table shall be
indicated for the effective vibration by the maximum weight in tones of the mould plus the concrete
in the mould.
The frequency of vibration for the table operating at its maximum load capacity shall be
between 3000 to 6000 cycle per minute. The vibration acceleration of the table operating at its
maximum load capacity shall not be less than four times the acceleration due to gravity. The
minimum frequency of the table under loaded state for determining the acceleration shall not be less
than 3000 cycles per minute.
The reduction in amplitude of the table while operating from 'zero load' to full load condition
shall not exceed 25%.
A source for giving copious water, required for mixing, casting and curing concrete shall be
provided at the Contractor's cost. Sufficient numbers of steel moulds of required size with necessary
base plates shall be procured by the Contractor.
The payment shall be for finished work and the payment includes all materials, equipment,
machinery, casting yard and all other inputs including water supply etc. complete.
Prior to the batching operation, steel moulds and base plates shall be cleared of all dirt and
well oiled on all surfaces and kept ready for placement of concrete. The table vibrator and concrete
mixer should be checked to ensure that they are in working condition. Cement, sand and aggregate
shall be fed in to the mixer after measuring each volumetrically in required proportion. Required
water shall be added while the ingredients are fed into the drum from the hopper. The mixing time
shall not be less than two minutes and unloading of the mixed concrete to the platform shall be done
only after the steel mould and the table vibrator are ready to receive concrete. The concrete shall be
laid in the oiled steel moulds and vibrated using vibrating table with a frequency of not less than
3000 cycles per minute and the vibrating time shall not generally be less than 20 minutes for 10 sqm
of slab of size of 5 cm thick and 30 minutes for 10 sqm in the case of 7.5 cm thick slab.
After the specified vibration period is completed, the slab shall after finishing the top surface
be allowed to cure under polythene sheet of wet sack for 24 hours. After the lapse of 24 hours the
slabs shall be cured in curing ponds for 7 days. Before placing the slab in the curing ponds care
CONTRACTOR SUPERINTENDING ENGINEER
- 117 -
shall be taken to finish the top surface smooth and after 7 days of immersed curing under water, the
slabs shall be cured with sprinkling water for next 21 days covering the slab with straw, gunny etc.,
for keeping the surface always moist.
The slabs shall be removed to the canal site for lying only after they are cured for the
prescribed period. While loading, transporting and unloading at the site, care shall be taken to
prevent any damage to the slab. Slabs which are with rough damaged surfaces or with broken
corners or cracks or with irregular edges shall not be allowed to be used in lining.
The laying slab shall be commenced after completing the preliminary works namely
preparing the bed construction of model sections or templates, trimming the surface to the bottom
line of lining as specified in paragraph 7.12.2 and 7.12.3.
The slabs shall be laid on finished surface true to line and grade using model sections as a
guide starting from the bottom layer, the joints shall be filled in with cement mortar of mix 1:3 to the
full depth of joint, the width of the joint shall not exceed 12 mm. The joint should be flush pointed in
cement mortar 1 :3. Curing shall be done for a period not less than 14 days. Any portion of the work
not in line or grade, joints not packed with mortar and not cured for the prescribed period shall be
removed and redone at the Contractor's cost.
The measurement for the toe wall will be in cubic meter in the case of toe wall built cement
concrete blocks. The lining work slabs be measured in square meter.
The unit price bid in the bill of quantities shall include cost of all materials including water,
labour and charges for manufacture conveyance, laying furnishing, and casting. Payment shall be
made at unit price in the bill of quantities including manufacture and laying of slabs etc. complete.
*****
CHAPTER - 6
6.1 DESCRIPTION
This work shall consist of supplying and laying live sods on the slope and other locations as
ordered by the Engineer in accordance with the following specifications.
6.2 MATERIALS
The sods shall consist of a dense well rooted growth of permanent and desirable grasses.
Indigenous to the general locality where it is to be used, and shall be practically free from weeds or
undesirable grasses. At the time the sods is out. The grass on the sod shall have a length of
approximately 2 inches (if longer, the grass shall be cut to approximately this length and the sod
shall have been raked from debris.
The sod shall be cut in uniform strips cot larger than it is convenient for handling and
transport. The thickness of the sod shall be as uniform as possible approximately ¾ inch or more
depending on the nature of the sod, so that practically all of the dense root system of the grasses will
be retained but exposed in the sod strip and so that the sod can be handled without undue tearing
or breading.
In the event the sod which is to be cut is in a dry condition, so as to cause crumbling or
breaking during cutting operations, the contractor at his own expense, shall at least 12 hours before
cutting the sod, apply water to the same in sufficient quantity to provide a well moistened condition
of the sod to the depth to which it is to be cut.
Top soil of the area to be turfed shall consist of soil adapted to the sustenance‟s of plant life.
All areas desired to be covered with sod shall be fine dressed to required contour, to an extent
such that the finished work after laying sod with necessary top soil incorporated in the bed will be in
accordance with required lines, grades, slopes and cross section.
The area to sodden shall be free from stones, roots or other undesirable foreign materials. The
soil of the area to be sodden shall be loosened to a depth of approximately not less than and top soil
shall be spread evenly over the prepared bed to a depth of 2 inches and the clods and lumps shall be
broken down to provide a uniform texture to the soil.
The earth bed upon which the sod to be placed shall be moistened to the depth, manipulated,
if naturally not sufficiently moist, and the sod after the same has been cut and shall be properly
protected and sprinkled with water until placed be laid in horizontal strips beginning at the bottom
of the slopes and working onwards, when placing sods the length to the strips shall be laid at right
angles to the direction of flow of water. Sods shall be laid so that the joints caused by abutting ends
of sods strips were not continuous, each sod strip shall be so laid to about against the strip
previously laid.
As the sod is being laid shall be firmly and lightly tamped with suitable wooden or metal
tampers to press the sod into the underlying soil. After tamping, the sod shall present a smooth even
surface free from bumps or depressions, at such point. Where water will start flowing over a sodden
area the upper edge of the sod strip shall be turned into the soil and layer of earth placed over this,
which earth shall be thoroughly compacted to conduct the surface water over the upper edge of the
sod. No sods shall be laid during the dry months of March to July.
6.3.3 WATERING
The sod shall be thoroughly watered immediately after placing and shall be kept thoroughly
wet for a period of at least seven days after laying and shall be maintained in a satisfactory
condition.
Measurement of turfing shall be made after full and satisfactory growth of the turfing. The
unit and price shall contain all the specification as mentioned in the tender schedule.
Sod shall be measured by units of 100 square meters and will be paid for at the contract unit
price of 100 square meter/ square meter of sod in place which shall include all operation for
preparing the earth bed, for furnishing, placing, top dressing and watering the sod and for all labour,
equipment, tools and incidentals necessary to complete the work in accordance with contract.
CHAPTER -7
OTHER ITEMS
7. 1. WEEP HOLES
Providing weep holes and placing in position 10 cm dia Asbestos Cement pipes with
non-corroding jalli as per design and drawings.
7.2. GENERAL
a) Weep holes of the size as shown on the drawings shall be provided and they shall
extend through the full width of the masonry with a slope of about 1 vertical to 20
horizontal towards the draining face to drain moisture from the backfilling, the
spacing of holes shall be as per the drawings in either direction staggered. The sides
and bottom of weep holes in the interior shall be made up in the stones/ concrete
having fairly plain surface as a channel so formed slabbed over with stones/ concrete
lintels not less than 150 mm and each side including centring and shuttering. In
stone masonry, generally the height of weep holes shall be the same as the height of
the course in which they are formed. Filters behind weep holes with jally shall be
provided to the dimensions and grades as shown on the drawings with inverted
backing of approved quality filter materials in back filling side.
b) In case the length of the pipe falls short of the standard length of the pipe, it shall be
joined with necessary collars in cement mortar 1:3 of as per the instruction of the
Engineer to form continuous hole in the body of wall. Defective pipes or defective
work shall not be measured and paid. These shall be removed and replaced by the
contractor. The interior of all pipes shall be free from sand, mortar or dirt and other
foreign matter. Care shall be taken to prevent entrance of any foreign matter into the
pipes during progress of work.
****
Bid Prices
The rates should be written both in words In case of submission of Bids through the E-
and figures. In case of discrepancy in Procurement Portal, an intelligent Bill of Quantity
rates between words and figures, the rates in Microsoft Excel format shall be made available
written in words will govern. The tender to the bidder. The bidder shall download that
may also show the total amount of each particular excel sheet and fill in the rates in figures
item and the grand total of the whole at the appropriate locations. The line item total in
amount. The tender shall be written words and the total amount in case of item rate
legibly and free from erasures, overwriting tenders shall be calculated automatically and shall
and corrections. Corrections where be visible to the bidder. In case of percentage
unavoidable should be done by rewriting tender, the bidder will only fill in the designated
with dated initial of the tender. The cell and activate “less” or “excess” to indicate
contractor should sign on each & every whether his price offer is how much excess or less
page of tender documents in token of his than the estimate amount. The bidder is not
acceptance; otherwise it is liable for supposed to change or modify the format of the
rejection. The tendered amount shall be excel sheet in any form. The Bidders shall quote
worked out as per procedure laid down in the percentage up to two decimal point only.
para 22 (C ) Appendix IX of O.P.W.D Vo.-
II.
Bid Security
Earnest Money deposit @ 1% of the The bidder shall furnish, as part of his Bid, a
amount put to tender must accompany bid security for the amount as shown in Col-4 of
the tender. The earnest money shall be the table of Invitation of Tender for this particular
transfer the „bid security‟ through work. In case of submission of Bids through the E-
online as mentioned in the DTCN. Procurement Portal, the bidder shall scan all the
written pages of the bid security and up load to the
system in designated place. The bidder shall have
to transfer the „bid security‟ through online as
mentioned in the DTCN. The officer inviting the
bid shall not be responsible for any postal delay
and / or non-receipt due to any frivolous reasons.
Non-submission of bid security within the specified
period shall debar the bidder from participating in
the on-line bidding system and his portal
registration shall be cancelled. His name shall also
be informed to the registering authority for
cancellation of his registration.
ii) The EMD will be forfeited if the tenderer The EMD will be forfeited in any of the
backs out from offer before acceptance of following case.
tender by the competent authority (As
concurred in by law Deptt. & Finance Deptt. a) If the Bidder withdraws the Bid after Bid
in their UOR No. 848/L 31.05.97 & UOR Mp. opening during the period of Bid validity.
202/WFD dt. 06.03.98 respectively and b) If the Bidder does not accept the
(Works Deptt. Memo No. 9101/dt.30.03.98) correction of the Bid Price.
c) In the case of a successful Bidder, If the
Bidder fails within the specified time
limit to
i. Sign the Agreement or
ii. Furnish the required performance
Security
d) In case of submission of Bids through
the E-Procurement Portal, If any to the
statements, documents, certificate up
loaded by the bidder is found to be
false/fabricated/bogus, the bidder will
be blacklisted and his EMD/ Bid
security forfeited.
Additional Security Deposit
As per office memorandum no 5288 dated 04.05.2016 Additional Performance Security shall be obtained
of Works Department, Govt of Odisha. Ammendment from the bidder when the bid amount is less than
to Para-3.5.5 (V) of Note II of OPWD Code, Vol-I by estimated cost put to tender. The successful bidder
modification. who has quoted less bid price/rates than the estimated
cost put to tender shall have to furnish the Additional
Performance Security at following rate as per
[Link].4559 Dated. 05.04.2021 of works Department
Govt. of Odisha.
Submission of Bid
The tender is to be submitted in single cover. In case of submission of Bids through the E-
Procurement Portal, the bidder shall only
The bidders are not required to write their
submit single copy of the document. He is
name on the outer cover containing the bid
required to check the documents uploaded
documents. The tender submitted in the
with the requirement asked for in the bid.
wrong box shall not be taken into
Only after satisfying that all the documents
consideration.
have been uploaded, he should activate
Incase the bid document is down loaded from submit button. His bids shall not be
official web site the bidder will have to pay the considered responsive and action as per
cost of bid document as prescribed in tender relevant clause shall be taken if he does not
provide the required documents or provided
call notice in the form of demand draft kept
illegible document. Clarity of the document
inside a separate envelope marked “Cost of
may be ensured by taking out a sample
Tender document down loaded from internet.” printing.
Late Bids
Tender paper received after due date & time Incase of submission of Bids through the E-
will not be entertained. All tenders receive Procurement Portal, the system shall reject
will remain valid for 90 days from the date of submission of any bid through portal after
receipt of tenders and validity of tenders can closure of the receipt time. For all purpose
also be extended if required without any the portal time displayed in the system shall
monetary compensation. be the time to be followed by the bidder.
bidder or their authorised agents. In the logging on to the portal away from opening
event of the specified date of Bid opening place. The bids can only be opened by the
being declared a holiday the Bid will be pre-designated officials only after the
opened at the appointed time & location on opening time mentioned in the bid.
the next working day.
Award of work
The bidder whose tender is selected for In case of submission of Bids through the E-
acceptance shall deposit ISD within a period Procurement Portal, the system shall
of seven days on intimation, given to him on generate the award of Contract letter and
acceptance of his tender make an initial intimate the bidders in his e-mail
security deposit in the form specified
(including the amount already deposited as
earnest money which shall be 2% of the value
of the accepted tendered amount) and sign
agreement in the P.W.D. form No. F2
(Schedule XLV No.61) for the fulfillment of
the contract in the office of the
Superintending Engineer, Minor Irrigation
Division, Sundargarh.
The steps involved in submitting a tender bid through the E-Procurement portal include downloading the tender document, fulfilling all document requirements, uploading the bid security, cost of bid documents, and ensuring all documents meet clarity requirements. The bidder must ensure the documents are uploaded in the correct formats as specified (e.g., PDF for technical bids) and fill in the Bill of Quantities accurately before activating the submit button. The system will only consider the latest submitted bid in case of multiple submissions .
Failure to follow proper document upload procedures can lead to a bid being considered non-responsive. Such non-compliance may include not uploading required documents, submitting illegible documents, or multiple submissions of documents like the BoQ, leading to bid cancellation. As per the rules, only the final set of uploaded documents will be reviewed for bid evaluation .
Concrete should be placed in horizontal layers and compacted immediately to remove air voids. Compaction must be done using immersion vibrators to ensure dense, cohesive concrete without rock pockets. All prepared surfaces must be adequately moistened before placement to prevent moisture withdrawal from the concrete. Placement and compaction must be performed with a representative of the Engineer-in-Charge present to ensure compliance with standards .
When any addendum or corrigendum is published related to the tender, the system generates emails to bidders who uploaded tenders. If these bidders wish to modify their tenders in light of the changes, they can do so by accessing the portal. However, bidders are responsible for checking the portal for updates and ensuring timely modifications .
After initially submitting a bid on the E-Procurement portal, it can be modified before the bid submission deadline. To modify, a bidder must log in and resubmit the necessary documents. Bidders should avoid last-minute modifications to prevent issues such as system failures or network problems. The latest submission is the only one considered for evaluation .
Compensation for project delays is granted when the contractor fails to meet progress milestones or complete the project by the stipulated deadline. Such compensation is calculated at predetermined rates, and the decision made by the Superintending Engineer is binding. Factors contributing to such delays must be evaluated, and non-compliance with progress schedules can lead to financial penalties .
If bid security is not submitted in the designated period in the E-Procurement system, the bidder is debarred from participating in the online bidding, and their registration on the portal is cancelled. Additionally, the bidder's name is communicated to the registering authority for further cancellation of their registration .
For additional work to be considered for compensation, rates of the altered, additional or substituted items must be approved in writing by the Engineer-in-Charge prior to commencement. Claims must be submitted within the specified timeframe, accompanied by the necessary orders. Without fulfilling these conditions, a contractor cannot claim compensation for additional work .
A contractor can request an extension of time when delays occur due to factors beyond their control, such as abnormally bad weather, civil commotions, strikes, or delays caused by other contractors. The request must be made in writing within fourteen days of the event causing the delay. An extension will be granted only after evaluating the situation, and it must be communicated in writing by the Engineer-in-Charge .
If a contractor is instructed to suspend work for safety reasons, they must cease all work on the affected parts until receiving written instructions to resume. During the suspension, they must protect and secure the site appropriately, as determined by the Engineer-in-Charge. Compensation claims for losses incurred due to suspension are not entertained .