0% found this document useful (0 votes)
39 views148 pages

Tender Document (1)

Uploaded by

rajiitm96
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
39 views148 pages

Tender Document (1)

Uploaded by

rajiitm96
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 148

STANDARD

RD BIDDING DOCUMENT
MENT
PROC
PROCUREMENT OF
CIVIL WORKS

SARDAR SAROVAR NARMADA NIGAM LTD.


(A WHOLLY OWNED GOVERNMENT OF GUJARAT UNDERTAKING)

COMPLETE BIDDING DOCUMENT FOR


MAINTENANCE AND REPAIR WORK
FOR NARMADA MAIN CANAL BETWEEN
CH. 184.926 TO 220.907 KM FOR
YEAR 2023-24.

GOVERNMENT OF GUJARAT
Water Resources Department

1
Index

Sr No Section Description Page No


1 Invitation for Bid (IFB) 3-5
2 Section -1 Instructions to Bidders 6-26
3 Section -2 Qualification Information 27-34
4 Section -3 Conditions of Contract 35-63
5 Section -4 Contract Data 64-73
6 Section -5 General Specification 74-78
Technical Specification 79-122

7 Section -6 Form of Bid 123-125


8 Section -7 Bill of Quantities 126-132
9 Section -8 Securities and Other Forms 133-144
10 Section -9 Drawings 145
11 Section -10 Documents to be furnished by Bidder 146

2
INSTRUCTIONS TO BIDDERS
(ITB)

3
NATIONAL COMPETITIVE BIDDING

1. The Superintending Engineer(O&M), SSNNL, Gandhinagar invites bids for the


construction of works detailed in the table.
The bidders may submit bids for any or all of the following works.

1. TABLE
Sr. Name of work Approximate Bid security Cost of Period of #Class of
No. value of (Rs.) document completion Registration /
works (Rs.) (Rs.) Category of
contractor if
required
1 2 3 4 5 6 7
1 Maintenance and Repair 99,27,561=10 1,00,000/- Rs.2400/- + 11 Months Class-A” and
work for Narmada Main GST 18% above
Canal between ch. Rs.432/- =
184.926 to 220.907 km Rs.2832/-
for year 2023-24.

2. Prospective / Interested bidder may download the Bid Documents from website
https://tender.nprocure.com free of cost till the Time and Date as mentioned on
online NIT at website https://tender.nprocure.com

3. However, Bidder who is submitting the Bid Online will have to pay the Bid Document
Fee / Tender Fee through Demand Draft only of any Schedule Bank payable at
Gandhinagar and in favour of ‘Sardar Sarovar Narmada Nigam Limited,
Gandhinagar’. Once the Bid is received online, Bid Document / Tender Fee will not be
refundable.

The Demand Draft for Bid Document / Tender fee and FDR / Bank Guarantee against
Bid Security / EMD shall be submitted in electronic format through online (by
scanning) while uploading the bid, this submission shall mean that bid document /
tender fee and Bid Security / EMD has been received. Accordingly, the offer of only
those shall be opened whose Bid Document / Tender Fee and Bid Security / EMD
have been received electronically. However, for the purpose of realization of
Demand Draft, and FDR / Bank Guarantee bidder shall send the same in original
through R.P.A.D. so as to reach to Deputy General Manager(CPC), SSNNL,
Gandhinagar within 07 days from the last day of bid submission.
Penaltative action for not submitting Demand Draft / FDR / Bank Guarantee in
original to Executive Engineer / Tender Inviting Authority by bidder shall be
initiated.

4. Bids received online, will be opened on the time, date and place as specified in the
online NIT at website https://www.nprocure.com in the presence of the bidders or
their authorized representatives, who wish to remain present.
If the office happens to be closed on the day of opening of the bids as specified, the
bids will be opened on the next working day at the same time and venue.

5. A pre bid meeting will be held on ………………………………at ………………………..hrs. at


5th Floor, Committee Room, Block No.12, SSNNL, New Sachivalaya, Gandhinagar to clarify
the issues and to answer questions on any matter that may be raised at that stage as
stated in clause 9.2 of ‘instructions to Bidders’ of the bidding documents.

6. Bid Security (EMD) is equal to 1% of Estimated Amount put to bid / tender and
should be rounded off to the next thousand rupees.

7. Other Information is as under:

4
A. Agencies can prepare and edit their offers a number of times before the end of the
tender submission date and time. After the tender submission date and time, the
bidder cannot modify / edit / withdraw their submitted offer in any case. No written
or online request in this regard shall be granted.
B. Offers in physical form will not be accepted in any case.
C. Demand Draft purchased by the other then bidder and issued after the last date of
submission of Bids, will not be considered or accepted.
D. The cost incurred by the contractor for this offer for clarification or attending
discussion, conferences or site visits will not be reimbursed by the Employer or
Engineer-in-Charge.
E. Conditional tender shall not be accepted.
F. Any changes, addition, alternation made in the prescribed form attached with tender
are liable to be rejected.
G. Any change in format or conditional Bank Guarantee will not be accepted and the
bidder will be considered non-responsive.
H. All the bidders are instructed to fill in information strictly in accordance with the
format given in the checklist /qualification document / tender document.
I. It is mandatory for the bidders to supply each and every information as asked strictly
in electronic format at appropriate places only.
J. Blank / insufficient information shall be treated as nil information and shall result in
disqualification.
K. Even if the bidder has been qualified in a similar or larger size of project in the past,
it shall not be deemed to be a ground / reason for not giving required information for
this work / bid.
L. Information supplied for earlier projects shall not be considered while evaluation of
this bid. The Government will not ask for any other information, unless it is found
absolutely necessary by the competent authority.
M. If found necessary, the contractor will be intimated for negotiation,
For the works costing under Rs. 7.5 crore for Construction work of Water Resources
Department, Rs. 7.0 crore for Roads, Bridges and Building and Rs. 050 crore for Electrical
work following documents shall be submitted in electronic format only through online
by scanning and the (i) Bid Document Fee / Tender Fee (ii) Bid Security / EMD should be
sent in original to the Tender opening authority through RPAD, so as to reach the
Executive Engineer, Narmada Project Main Canal Dn.No.2, Gandhinagar within 7
days from last day of submission of Bid.
1. Scanned copy of DD of Tender Fee (of amount as prescribed in tender notice)
2. Scanned copy of EMD (of amount as prescribed in tender notice)
3. Scanned copy of Valid Registration certificate/renewal receipt of registration fee (for
those bidders who are registered in equivalent to class "A and above)" of Gujarat State).
4. Scanned copy of Valid Bank certificate and Undertaking (as per Format specified in
QUALIFICATION INFORMATION)
5. Scanned copy of Current Calendar Solvency Certificate (20% value of Estimated Cost
put to tender).
6. Scanned copies of client certificate showing Performance of the Bidder
a. Completed & ongoing works of SSNNL in Form (G) (with yearly breakup of
PHYSICAL AND FINANCIAL PERFORMANCE)
b. Completed & ongoing works Other than SSNNL in Form (G) (or in any format
with yearly breakup OF PHYSICAL AND FINANCIAL PERFORMANCE)
c. Client certificate showing cost of work done (in SSNNL and other than SSNNL)
for completed as well as ongoing works.
7. Scanned copies of a Power of Attorney duly authorized by a notary public, if power is
delegated for signing the Bid to other person by the Bidder.
8. Scanned copy of GST Certificate.
9. Scanned copy of Labour License (if applicable)
10. Details of Technical Staff employed along with educational qualification certificate and
appointment letter.
5
VOLUME-I

SECTION - 1
INSTRUCTIONS TO BIDDERS
(ITB)

6
Section 1: Instructions to Bidders
Table of Clauses

Page No. Page No.


A. General D. Submission of Bids
1. Scope of Bid 8 19. Sealing & Marking of Bids 18
2. Source of Funds 8 20. Deadline for Submission of 18
Bids
3. Eligible Bidders 8 21. Late Bids 18
4. Qualification of the 8 22. Modification and 18
Bidder Withdrawal of Bids
5. One Bid per Bidder 12
6. Cost of Bidding 12 E. Bid Opening and Evaluation
7. Site Visit 12 23. Bid Opening 19
24. Process to be Confidential 20
B. Bidding Documents 25. Clarification of Financial 20
Bids
8. Content of Bidding 13 26. Examination of Bids and 20
Documents Determination of
Responsiveness
9. Clarification of Bidding 13 27. Correction of Errors 20
Documents
10. Amendment of Bidding 14 28. Deleted 21
Documents
29. Evaluation and Comparison 21
of Financial Bids
C. Preparation of Bids 30. Deleted 21
11. Language of Bid 15
12. Documents Comprising 15 F. Award of Contract
the Bid
13. Bid Prices 15 31. Award Criteria 22
14. Currencies of Bid and 16 32. Employer’s Right to Accept 22
Payment any Bid and to Reject any
or all Bids
15. Bid Validity 16 33. Notification of Award and 22
Signing of Agreement
16. Bid Security 16 34. Performance Security 22
17. Alternative Proposals By 17 35. Advance Payment and 23
Bidders Security

18. Format and Signing of Bid 17 36. Dispute Review Expert 23


37. Correct or Fraudulent 23
Practices

7
A. GENERAL

1. Scope of Bid
1.1 The Employer (Named in Appendix to ITB) invites bids for the Construction of works
(as defined in these documents and referred to as ‘the works”) detailed in the table
given in IFB. The bidders may submit bids for any or all of the works detailed in the
table given in IFB.
1.2 The successful bidder will be expected to complete the works by the intended
completion date specified in the Contract data.

1.3 Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their
derivatives (bidder/ tenderer, bid / tender, bidding/ tendering, etc.) are
synonymous.
2. Source of Funds

2.1 The expenditure on this project will be met from the budget of Govt. of Gujarat /
Govt. of India for centrally sponsored projects.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all eligible bidders.


3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a
statement that the Bidder is neither associated, nor has been associated, directly or
indirectly, with the consultant or any other entity that has prepared the design,
specifications, and other documents for the Project or being proposed as Project
Manager for the Contract. A firm that has been engaged by the Employer to provide
consulting services for the preparation or supervision of the works, and any of its
affiliates, shall not be eligible to bid.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a
preliminary description of the proposed work method and schedule, including
drawings and charts, as necessary. The proposed methodology should include a
program of construction backed with equipment planning and deployment duly
supported with broad calculations and quality assurance procedures proposed to be
adopted justifying their capability of execution and completion of work as per
technical specifications, within stipulated period of completion.
4.2 Deleted
4.3 Deleted
4.4 Deleted
4.5 QUALIFICATION CRITERIA:
(Applicable for the works which require Pre Qualification)

4.5.1 Qualification will be based on Applicant’s meeting all the following minimum pass/
fail criteria regarding the Applicant’s general and particular experience, personnel
and equipment capabilities and financial positions, as demonstrated by the
applicant’s responses in the forms attached to the letter of application ( specified
requirement for joint ventures are given under para 4.6 below ) Subcontractors
experience and resources shall not be taken in to account in determining the
applicants compliance with the qualifying criteria

8
To qualify for more than one contract, the applicant must demonstrate having
experience and resources sufficient to meet the aggregate of the qualification criteria for
each contract given in paragraphs 4.5.4, 4.5.5 and 4.5.9 below

4.5.2 Base year and Escalation


The base year shall be taken as Current financial year
Following enhancement factors will be used for the costs of works executed and the
financial figure to a common base value for works completed in India.

Year Financial Year Multiplying factor


Base year of inviting tender 2022-2023 1.00
-1 2021-2022 1.10
-2 2020-2021 1.21
-3 2019-2020 1.33
-4 2018-2019 1.46
-5 2017-2018 1.61
Applicant should indicate actual figures of costs and amount for the works
executed by them without accounting for the above-mentioned factors.
In case the financial figures and value of completed works are in foreign currency
the above enhanced multiplying factors will not be applied. Instead, the current market
exchange rate (State Bank of India BC Selling rate as on the last date of submission of
the bid) will be applied for the purpose of conversion of the amount
in foreign currency into India rupees.

4.5.3. General Experience.

The Applicant shall meet with the following minimum criteria:

(a) Achieved a minimum annual financial turnover of Rs.----Crore for works in


progress and completed in all classes of civil engineering construction works in any
one year, over the last five financial years.

(b) Experience in successfully completing or substantially completing at least one


contract of similar work (……………………) of at least 40 percent of the value of
proposed contract within the last five financial years.

The works may have been executed by the applicant as prime contractor or as a
member of a joint venture or as a nominated sub-contractor. As subcontractor, he
should have acquired the experience of execution of all major items of works under
the proposed contract. In case a project has been executed by a joint venture,
weight towards experience of the project would be given to each joint venture in
proportion to their financial participation in the joint venture if work executed
jointly otherwise as per the scope of work define in Joint Venture agreement.

Substantially completed works means those works which are at least 90 %


completed as on the date of submission (i.e. gross value of work done up to the last
date of submission is 90 % or more of the original contract price) and continuing
satisfactorily.
For these, a certificate from the employers shall be submitted along with the
application incorporating clearly the name of the work, contract value, billing
amount, date of commencement of works, satisfactory performance of the
contractor and any other relevant information.

9
4.5.4. Personnel Capabilities.
Availability for his work of personnel with adequate experience as required; as per
Appendix.

4.5.5. Equipment Capabilities


Based on the studies carried out by the Engineer, the minimum suggested major
equipment to attain the completion of works in accordance with the prescribed
construction schedule are shown in the Appendix.
The bidders should, however, undertake their own studies and furnish with
their bid, a detailed construction planning and methodology supported with layout
and necessary drawings and calculations to allow the employer to review their
proposals. The numbers, types and capacities of each plant/equipment shall be
shown in the proposals along with the cycle time for each operation for the given
production capacity to match the requirements.

4.5.6. Financial Position


The Applicant should give undertaking that he has access to, or has available, liquid
assets (aggregate of working capital, cash in hand and uncommitted bank guarantees)
and / or credit facilities up to 25 percent of the value of the contract / contracts
applied.

4.5.7. The audited balance sheets for the last five years should be submitted, which must
demonstrate the soundness of the applicant’s financial position, showing long – term
profitability including an estimated financial projection for the next two years If
necessary, the employer will make inquiries with the applicant’s bankers.

4.5.8. Litigation History


The Applicant should provide accurate information on any litigation or arbitration
resulting from contracts completed or under execution by him over the last five
financial years. A consistent history of awards against the Applicant or any partner
of a joint venture may result in failure of the applicant.

4.5.9. Disqualification
Even though the applicants meet the above criteria, they are subject to be
disqualified if they have:
Made misleading or false representation in the forms, statements submitted, and / or
Record of poor performance such as abandoning the work, rescinding of contract for
which the reasons are attributable to the non – performance of the contractor;
consistent history of litigation awarded against the applicant or financial failure due
to bankruptcy. The rescinding of contract of a joint venture on account of reasons
other than non – performance, such as Most Experienced partner of joint venture
pulling out, court directions leading to breaking up of a joint venture before the start
of work, which are not attributable to the poor performance of the contractor will,
however, not affect the qualification of the individual partners.

10
4.6 JOINT VENTURE: (Maximum 3 Members i.e. 1 Lead & 2 Others)
(Not Applicable)

4.6.1. Joint ventures must comply with the following requirement:

(a) Following are the minimum qualification requirements:

(i) The lead partner shall meet not less than 50 percent of all criteria given in para
4.5.3 & 4.5.6 above. The joint venture must collectively satisfy the criteria of para
4.5.3 & 4.5.6 above. The experience of the other joint venture partners shall be
considered if it is not less than 30 percent of the qualifying criteria in para 4.5.3 &
4.5.6 above.

(ii) Individually each member must satisfy the requirements of para 4.5.7 & 4.5.8
above.

(b) Bid shall be signed so as to legally bind all partners, jointly and severally, and shall
be submitted with a copy of the joint venture agreement providing the joint and
several liabilities with respect to the contract.
4.6.2. Qualification of a joint venture does not necessarily qualify any of its partners
individually or as a partner in any other joint venture. In case dissolution of a joint
venture, each one of the constituent firms may qualify if they meet all the qualification
requirements, subject to the written approval of the Employer.

4.7. Bid Capacity.

Applicants who meet the minimum qualification criteria will be qualified only if their
available bid capacity at the expected time of bidding is more than the total
estimated cost of the works. The available bid capacity will be calculated as under:

Assessed Available Bid Capacity = ( A*N*2-B), where

A = Maximum value of work executed in any one year during the last five years
(updated to the price level of the year indicated in appendix) taking into
account the completed as well as works in Progress.

B = Value at current price level of the existing commitments and ongoing works to
be completed during the next (period of completion of work for which bids are
invited); and

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

Note :- In Case of joint venture, the available bid capacity will be applied
for each partner to the extent of his proposed participation in the
execution of the work.

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

- Made misleading or false representation in the forms, statements and


Attachments the submitted in proof the qualification requirements; and / or

11
- Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delay in completion, litigation history, or
financial failures etc.; and/ or
- Participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to the
employer.

5. One bid per bidder

5.1. Each bidder shall submit only one bid for one package. A bidder who submits or
participates in more than one bid (other than as a subcontractor or in cases of
alternatives that have been permitted or requested) will cause all the proposals with
the bidder’s participation to be disqualified.

6. Cost of Bidding

6.1. The bidder shall bear all costs associated with the preparation and submission of his
Bid, and the Employer will in no case be responsible and liable for those costs.

7. Site Visit

7.1. The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and
examine the Site of work and its surrounding and obtain all information that may be
necessary for preparing the Bid and entering into a contract for construction of the
Works.
The costs of visiting the site shall be at the Bidder’s own expense.

12
B. BIDDING DOCUMENTS

8. Content of Bidding Documents


8.1 The set of bidding documents comprises the documents listed below and addenda
issued in accordance with Clause 10:
Section Particulars Volume No.
- Invitation for Bids I
1 Instructions to Bidders
2 Qualification Information, and other forms
3 Conditions of Contract
4 Contract Data
5 Technical Specifications II
6 Form of Bid III
7 Bill of Quantities
8 Securities and other forms
9 Drawings IV
10 Documents to be furnished by bidder V

8.2. Volumes I, II, III and IV are available online and documents to be furnished by the
bidder in compliance to section 2 will be prepared by him and furnished as Volume-
V in two parts (refer clause 12).

8.3. The bidder is expected to examine carefully all instructions, conditions of contract,
contract data, forms, terms, technical specifications, bill of quantities, forms, Annexes
and drawings in the Bid Document. Failure to comply with the requirements of Bid
Documents shall be at the bidder’s own risk. Pursuant to clause 26 hereof, bids
which are not substantially responsive to the requirements of the Bid Documents
shall be rejected.

9. Clarification Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may
notify the Employer in writing or through E-mail at the Employer’s address indicated
in the invitation to bid. The Employer will respond to any request for clarification
which he received earlier than 15 days prior to the deadline for submission of bids.
Employer’s response will be published on website including a description of the
enquiry but without identifying its source.

9.2. Pre-bid meeting

9.2.1. The bidder or his official representative is invited to attend a pre-bid meeting
which will take place at the address, venue, time and date as indicated in the
appendix.

13
9.2.2. The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.

9.2.3. The bidder shall be required to submit any questions in writing or e-mail to reach
the Employer not later than 03 days before the meeting.

9.2.4 Minutes of the meeting, including the question raised (Without identifying the
source of enquiry) and the responses given will be published without delay on the
tender website i.e. www.tender.nprocure.com. Any modification of the
bidding documents listed in sub-Clause 8.1 which may become necessary as a
result of the pre-bid meeting shall be made by the Employer exclusively through
the issue of an Addendum pursuant to Clause 10 and not through the minutes of
the pre-bid meeting.

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

10. Amendment of Bidding Documents

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

10.2. Any addendum thus issued shall be part of the bidding documents. The Employer
will assume no responsibility for the same.

10.3. To give prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may, at his discretion, extend as
necessary the deadline for submission of bids, in accordance with Sub-Clause 20.2
below.

14
C. PREPARATION OF BIDS

11. Language of the Bid

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

12. Documents Comprising the Bid

12.1. The bid be submitted by the bidder as Volume V of the bid document (refer Clause
8.1) shall be in two separate parts:

Part I shall be named “Technical Bid” and shall comprise

(i) Bid Security in the form specified in Section 8

(ii) Qualification Information and supporting documents as specified in Section 2

(iii) Certificates, undertakings, affidavits as specified in Section 2

(iv) Any other information pursuant to Clause 4.5 of these instructions

(v) Undertaking that the bid shall remain valid for the period specified in Clause
15.1

Part II shall be named “Financial Bid” and shall comprise

(i) Form of Bid as specified in Section 6

(ii) Priced Bill of Quantities for items specified in Section 7

12.2. The Bidder shall submit the details / information pertaining to each part i.e.
technical as well as financial and must be submitted online only.
12.3. Following documents will be deemed to be part of the bid.

Section Particulars Volume No.

Invitation for Bids (IFB)


1 Instruction to Bidders
Volume I
3 Conditions of Contract
4 Contract Data
5 Specifications Volume II
9 Drawings Volume IV

13. Bid Prices

13.1 The Contract shall be for the whole works as described in Sub-Clause 1.1, based on
the priced Bill of Quantities submitted by the Bidder.

13.2 The bidder shall fill in rates and prices and line item total (both in figures and words)
for all items of the Works described in the Bill of Quantities along with total bid price
(Both in figures and words). Items for which no rate or price is entered by the bidder
will not be paid for by the Bill of Quantities.
15
13.3 All duties, taxes, and other levies except GST payable by the contractor under the
contract, or for any other cause shall be included in the rates, prices and total Bid
Price submitted by the Bidder. (GST will be paid extra)

13.4 Deleted

13.5 The rates and prices quoted by the bidder are subject to adjustment during the
performance of the Contract in accordance with the provisions of Clause 47 of the
Condition of Contract (Irrespective of the time limit and Bid Amount)

14. Currencies of Bid and Payment

14.1 The unit rates and the prices quoted by the bidder shall be entirely in Indian Rupees.
All payments shall be made in Indian Rupees.

15. Bid Validity

15.1 Bids shall remain valid for a period of not less than 120 days after the deadline date
forbid submission specified in Clause 20.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer
may request that the bidders may extend the period of validity for a specified period.
A bidder may refuse the request without forfeiting his bid security. A bidder agreeing
to the request will not be required or permitted to modify his bid, but will be
required to extend the validity of his security for a period of the extension, and in
compliance with Clause 16 in all respects.

16. Bid Security

16.1. The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in
column 4 of the table of IFB for this particular work. This Bid security shall be in
favor of Executive Engineer, Narmada Project Main Canal Dn.No.2, Gandhinagar
in Appendix and may be in one of the following forms;
a. Bank Guarantee from any scheduled Indian bank, in the format given in
Volume III. (Bank Guarantee is applicable only for Bid Estimated Amount of 01
Crore and above) and Bank Guarantee of Schedule and Private Banks shall be
considered as per GoG Finance Department’s Circular No. FD/MSM/e-
file/4/2023/0057/D.M.O. Date 21/04/2023 or as per their latest amendment.

b. Fixed Deposit Receipt issued by any Scheduled Indian Bank or a foreign Bank
approved by the Reserve Bank of India.
OR
A Valid Bid Security / EMD Exemption Certificate issued by (1) Road & Building
Department or (2) Narmada Water Resources, Water Supply and Kalpsar
Department of Govt of Gujarat.

16.2. Bank guarantees (and other instruments having fixed validity) issued as surety for
the bid shall be valid for 45 days beyond the validity of the bid i.e. total validity of
120+45 = 165 Days

16.3. Any bid not accompanied by an acceptable Bid Security and not secured as
indicated in Sub-Clauses 16.1 and 16.2 above shall be rejected by the Employer as
non-responsive.

16
16.4. The Bid Security of unsuccessful bidders will be returned within 28 days of the end
of the bid validity period specified in Sub-Clause 15.1

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

16.6. The bid Security may be forfeited

(a) If the Bidder withdraws the bid after Bid opening during the period of Bid
validity.
(b) If the Bidder does not accept the correction of the Bid Price, if any or
(c) In the case of a successful Bidders, if the Bidder fails the specified time limit to
(i) Sign the Agreement; or
(ii) Furnish the requirement Performance Security.
(d) #If found necessary, the bidder will be intimated for negotiation, He will be
intimated maximum three times within the validity period for negotiation, If
contractor does not respond in time, his Bid Security (EMD) will be forfeited and his
tender will be rejected. Punitive action will be taken on such contractors. (As per GoG
R&B Dept’s Gr. No. S/22/2017/639/D, Dt.08/06/2018)

17. Alternative Proposals by Bidders.

17.1. Bidders shall submit offers that fully comply with the requirements of the bidding
documents, including the conditions of contract (including mobilization advance or
time for completion), basic technical design as indicated in the drawing and
specifications. Conditional offers or alternative offers will not be considered further
in the process of tender evaluation.

18. Format and Signing of Bid

18.1. The Bidder shall prepare documents comprising the bid as described in Clause 12 of
these Instructions to bidder as the “Technical Bid “and “Financial Bid” in separate
parts to be uploaded.

17
D. SUBMISSION OF BIDS

19. Deleted

20. Deadline for Submission of the Bids

20.1. Complete Bids must be received online by the Employer at the tender website
specified above not later than the date indicated in appendix.

20.2. The Employer may extend the deadline for submission of bids by issuing an
amendment in accordance with Clause 10, in which case all right and obligation of
the Employer and the bidders previously subject to the original deadline will then be
subject to the new deadline.

21. Deleted

22. Modification and Withdrawal of Bids

22.1. Bidders may modify or withdraw their bids online before the deadline prescribed in
Clause 20 or pursuant to Clause 23.
22.2 Deleted

22.3. No bid shall be modified or withdrawn after the deadline for submission of Bid.

22.4. Withdrawal or modification of a bid between the deadline for submission of bids
and the expiration of the original period of bid validity specified in Clause 15.1
above or as extended pursuant to Clause 15.2 may result in the forfeiture of the Bid
security pursuant to Clause 16.

18
E. BID OPENING AND EVALUATION
23. Bid Opening

23.1 The Employer will open all the Bids received including modifications made pursuant
to Clause 22, in the presence of the Bidders or their representatives who choose to
attend at time, date and the place specified in Appendix in the manner specified in
Clauses 20 and 23.3, In the event of the specified date of Bid opening being declared
a holiday for the Employer, the Bids will be opened at the appointed time and
location on the next working day.
23.2. Deleted.
23.3. The “Technical Bid” shall be opened. The amount, form and validity of the bid
security furnished with each bid will be announced. If the bid security furnished does
not conform to the amount and validity period as specified in the invitation for bid
(ref. Column 4 and paragraph 3), and has not been furnished in the form specified in
Clause 16, the technical bid will not be opened.
23.4. (i) Subject to confirmation of the bid security by the issuing Bank, the bids
accompanied with valid bid security will be taken up for evaluation with
respect to the Qualification information and other information furnished in
part I of the bid pursuant to Clause 12.1.
(ii) If required, the bidder will be asked in writing to clarify his Qualification
Documents with respect to any required clarification.
(iii) The bidders will respond in not more than 7 days of issue of the clarification
letter.
(iv) Immediately (usually within 3 or 4 days), on receipt of these clarification the
Evaluation Committee will finalize the list of responsive bidders whose
financial bids are eligible for consideration.
23.5. Deleted
23.6 At the time of opening of “Financial Bid”, the names of the bidders were found
responsive in accordance with Clause 23.4(iv) will be announced. The bids of only
these bidders will be opened. The responsive Bidders’ names, the Bid prices, the
total amount of each bid, any discount and such other details as the Employer may
consider appropriate, will be announced by the Employer at the opening.
23.7 the time of opening of “Financial Bid”, the names of the bidders were found
responsive in accordance with Clause 23.4(iv) will be announced. The bids of only
these bidders will be opened. The responsive Bidders’ names, the Bid prices, the
total amount of each bid, any discount, and such other details as the Employer may
consider appropriate, will be announced by the Employer at the opening.
23.8 In case bids are invited for more than one package, the order for opening of the
“Financial Bid” shall be in order of Estimated amount of Bids from highest to lowest.

23.9 The Employer shall prepare minutes of the Bid opening, including the information
disclosed to those present in accordance with Sub-Clause 23.6.

19
24 Process to be Confidential
24.1 Information relating to the examination, clarification, evaluation, and comparison of
Bids and recommendations for the award of a contract shall not be disclosed to
Bidders or any other persons not officially concerned with such process until the
award to the successful Bidder has been announced. Any effort by Bidder to
influence the Employer’s processing of Bids or award decisions may result in the
rejection of his Bid.

25. Clarification of Financial Bids

25.1. To assist in the examination, evaluation, and comparison of Bids, the Employer may,
at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of
unit rates. The request for clarification and the response shall be in writing or by e-
mail, but no change in the price or substances of the Bid shall be sought, offered, or
permitted except as required to confirm the correction of arithmetic errors
discovered by the Employer in the evaluation of the Bids.
25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter
relating to his Bid opening to the contract is awarded. If the Bidder wishes to bring
additional information to the notice of the Employer, it should do so in writing.
25.3. Any effort by the Bidder to influence the Employer in the Employer's bid evaluation,
bid comparison or contract award decision may result in the rejection of the Bidders’
bid.

26. Examinations of Bids and Determination of Responsiveness

26.1 During the detail evaluation of "Technical Bid", the Employer will determine whether
each Bid (a) meets the eligibility criteria defined in Clause 3 and 4; (b) has been
properly signed; (c) is accompanied by the required securities and; (d) is
substantially responsive to the requirements of the Bidding document. During the
detailed evaluation of the “Financial Bid”, the responsiveness of the bids will be
further determined with respect to the remaining bid conditions, i.e., priced bill of
quantities, technical specifications, and drawings.

26.2 A substantially responsive “Financial Bid” is one which confirms all the terms,
conditions and specifications of bidding documents, without material deviation or
reservation. A material deviation or reservation is one (a) which affects in any
substantial way the scope, quality, or performance of the Works; (b) which limits in
any substantial way, inconsistent with the Bidding documents, the Employer’s rights
or the Bidder’s obligations under the Contract; or (c) whose rectification would affect
unfairly the competitive position of other Bidders presenting substantially
responsive Bids.

26.3 If a “Financial Bid” is not substantially responsive, it will be rejected by the


Employer, and may not subsequently be made responsive by correction or
withdrawal of the non-conforming deviation or reservation.

27. Deleted

20
28. Deleted

29. Evaluation and Comparison of Financial Bids

29.1. The Employer will evaluate and compare only the Bids determined to be
substantially responsive in accordance with Sub-Clause 26.2.
29.2. Deleted.
29.3. The Employer reserves the right to accept or reject any variation or deviation.
Variation and deviations and other factors, which are in excess of the requirements
of the Bidding documents or otherwise result in unsolicited benefits for the
Employer, shall not be taken in to account in Bid evaluation.
29.4. The estimated effect of the price adjustment conditions under Clause 47 of the
Conditions of Contact, during the period of implementation of the Contract, will not
be taken in to account in Bid evaluation.

29.5. If the Bid of the successful Bidder is seriously unbalanced in relation to the
Engineer’s estimate of the cost of work to be performed under the contract the
Employer may require the Bidder to produce detailed consistency of those prices
with the construction methods and schedule proposed. After evaluation of the price
analyses, the Employer may require that the amount of the performance security set
forth in Clause 34 be increased at the expense of the successful /bidder to a level
sufficient to protect the Employer against financial loss in the event of default of the
successful Bidder under the Contract.

29.6. A bid which contains several items in the bill of Quantities which are unrealistically
priced low and which cannot be substantiated satisfactorily by the bidder may be
rejected as non-responsive.

30. Deleted

21
F. AWARD OF CONTRACT

31. Award Criteria

31.1. Subject to Clause 32, the Employer will award the contract to the Bidder whose Bid
has been determined.
(i) to be substantially responsive to the Bidding documents and who has offered
the lowest evaluated Bid Price; and
(ii) to be within the available bid capacity adjusted to account for his bid price
which is the lowest evaluation in any of the packages opened earlier than the
one consideration.
In no case, the contract shall be awarded to any bidder whose available bid
capacity is less than the evaluated bid price, even if the said bid is the lowest
evaluated bid. The contract will in such cases be awarded to the next lowest bidder
at his evaluation bid price.

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

32.1. Notwithstanding Clause 31, the Employer reserves the right to accept or reject any
Bid, and to cancel the Bidding process and reject all Bids, at any time prior to the
award of contract, without thereby incurring any liability to the affected bidder or
Bidder or any obligation to inform the affected Bidder or Bidders of the grounds for
the Employer’s action.

33. Notification of Award and Signing of Agreement

33.1. The Bidder whose Bid has been accepted will be notified of the award by the
Employer prior to expiration of the Bid validity period by cable, telex or facsimile
confirmed by registered letter. This letter (hereinafter and in the condition of
contract called the “Letter of Acceptance”) will state the sum that the Employer will
pay the Contractor in consideration of the execution, completion, and maintenance of
the Works by the Contractor as prescribed by the Contract (hereinafter and in the
Contract called the “Contract Price”).

33.2 The notification of award will constitute the formation of the contract, subject only to
the furnishing of a performance security in accordance with the provisions of Clause.

33.3. The Agreement will incorporate all agreements between the Employer and the
successful Bidder. It will be signed by the Employer and to the successful Bidder,
within 28 days following the notification of award along with the Letter of
Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement
and deliver it to the Employer.
33.4. Upon the furnishing by the successful Bidder of the Performance Security, the
Employer will promptly notify the other Bidders that their Bids have been
unsuccessful.

34. Performance Security

34.1. (A) Within 10 (Ten) days of receipt of Letter of Acceptance, the successful Bidder
shall furnish to the Employer an irrevocable and unconditional guarantee from a
Bank in the form set forth in Section 8 (the “Performance Security”) for an
amount equal to 5% (five percent) of its Contract Price. In case of bids
mentioned below, the successful Bidder, along with the Performance Security,

22
shall also furnish to the Authority an irrevocable and unconditional guarantee
from a Bank in the same form given at Section 8 towards an Additional
Performance Security (The “Additional Performance Security”) for an amount
calculated as under:

(a) If the Contract Price offered by the Selected Bidder is lower than 10% but
upto 20% of the Estimated Project Cost, then the Additional Performance
Security shall be calculated @ 20% of the difference in the (i) Estimated
Project Cost (as mentioned in Bid Document) - Minus 10% of the
Estimated Project Cost and (ii) Contract Price offered by the selected
Bidder.
(b) If the Contract Price offered by the Selected Bidder is lower than 20% of
the Estimated Project Cost, then the Additional Performance Security
shall be calculated @ 30% of the difference in the (i) Estimated Project
Cost (as mentioned in Bid Document) - Minus 10% of the Estimated
Project Cost and (ii) Contract Price offered by the selected Bidder.
(c) This Additional Performance Security shall be treated as part of the
Performance Security.
(B) The Performance Security shall be valid beyond 60(sixty) days of the Defects
Liability Period and the Additional Performance Security shall be valid
beyond 28 (twenty-eight) days of Project Completion Date.

34.2. If the performance security is provided by the successful Bidder in the form of a
Bank Guarantee, it shall be issued either (a) at the Bidder’s option, by a
Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and
acceptable to the Employer. As per GoG Finance Department’s Circular No.
FD/MSM/e-file/4/2023/0057/D.M.O. Date 21/04/2023 or as per their latest
amendment.

34.3. Failure of the successful Bidder to comply with the requirement of Sub-Clause 34.1
shall constitute sufficient grounds for cancellation of the award and forfeiture of
the Bid Security.

35 Advance Payment and Security

35.1 The Employer will provide an Advance payment on the Contract Price as stipulated
in the Conditions of Contract, subject to maximum amount, as stated in the
Contract Data.

36. Deleted

37. Corrupt of Fraudulent Practices

37.1 The Employer will reject a proposal if it determines that the Bidder recommended
for award has engaged in corrupt or fraudulent practices in completing for the
contract in question and will declare the firm ineligible, either indefinitely or for a
stated period of time, to be awarded a contract with National Highways Authority of
India/ State PWD and any other agencies, if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in completing for the contractor, or
in execution.
37.2 Furthermore, Bidders shall be aware of the provision stated in Sub- Clause 59.2 of
the Conditions of Contract.

23
APPENDIX TO ITB
Clause Reference With
respect to Section –I

1. The Name of the Employer is Executive Engineer, Narmada [ Cl.1.1]


Project Main Canal Dn.No.2, Gandhinagar
2. The last five financial years.
2022 – 2023
2021 – 2022
2020 – 2021
2019– 2020
2018 – 2019
3. This Annual Financial Turnover Amount is Rs. [Cl.4.5.3 (a)]
……….
4. Value of Work is Rs. ………….
5. Deleted
6. The cost of electric work is Rs. ………….
7. The cost of water supply / sanitary works is Rs. ………….
8. Liquid assets and / or availability of credit [Cl.4.5.6 ]
facilities is Rs.99,27,561=10
9. Price level of the financial year 2023-2024 [Cl. 4.5.2]
10. The pre-bid meeting will take place : N.A. [Cl. 9.2.1]

11. The technical Bid will be opened at the office of


the ………………… on dt....................... at …………….
…...........AM/PM
12. Address of the Employer: Block No.9, 6th Floor,, New
Sachivalaya, Gandhinagar
13. Deleted
14. The bid should be submitted latest by [Cl. 20.1 & 20.2]
As stated on online NIT
15. The bid will be opened at Superintending Engineer(O&M), [Cl. 23.1 ]
SSNNL, Gandhinagar
16. As stated
The Bank on online
Draft NIT of Executive Engineer, N.P.Main Canal
in favor
Dn.No.2, Gandhinagar.
17. Deleted
18. Escalation factors (for the cost of works [Cl.4.5.2]
executed and financial figure to a common base
value) for works completed

Year Financial Year Multiplying factor

Base year of inviting tender 20 -20 1.00

-1 20 -20 1.10

-2 20 -20 1.21

-3 20 -20 1.33

-4 20 -20 1.46

-5 20 -20 1.61
24
#LIST OF KEY PLANT & EQUIPMENT TO BE DEPLOYED ON CONTRACT WORK
[Reference CL. 4.5.5]

The contractors shall also give a list of machineries in his possession and which they
propose to use on the work.

Sr. Plant or Location Age of Make Capacity Approximate Remark


No. Machinery Machinery Value
(maximum
15
years)
1 2(a) 2(b) 3 4 5 6 7

25
List of Key Personnel to be deployed on Contract Work
(Reference Cl. 4.5.4)

# Employment of a qualified site Engineer by the Contractor.


The Contractor shall employ full-time technically qualified staff during the execution of this
work as under: -
1. Two graduate Civil Engineers and three diploma Civil Engineers when cost of the work
to be executed is more than Rs.50 lakhs.
2. One graduate & two Diploma, Civil Engineers when the cost of the work to be executed
is more than Rs.15 lakhs but less than Rs.50 lakhs.
3. Minimum Two Diploma Civil Engineer when the cost of work is less than Rs.15 lakhs
but more than Rs.5 lakhs.
4. Minimum One Diploma Civil Engineers for the work when the cost of work to be
executed is less than Rs. 5 lakhs. The Engineer so employed for the Government work
must have sufficient experience to handle the work independently. Such an Engineer
shall have to stay at the site of work and he shall not be entrusted with other duty
except this work.

In case the contractor or partner of the contractor firm is a Civil Graduate Engineer,
Employment of a separate Engineer will not be necessary provided that the Engineer
partner himself attends the execution of the work on the site.

Within 15 days of issue of work-order the Contractor will have to furnish to the
Deputy Executive Engineer-in-charge of the work the Name, Qualifications, copy of
marksheet, Color Photograph and the appointment order issued such engineers
engaged for this contract work. If 15 days after issue of work order such designated
Site Engineers do not resume or do not remain present on site of work, the recovery at
the rate of Rs.15,000-00 per month per Engineer will be made from the
bills/deposit/dues of the contractor. Such recovery shall be non-refundable.

26
SECTION - 2
QUALIFICATION INFORMATION

27
QUALIFICATION INFORMATION

The information to be filled in by the Bidder in the following pages will be used for
the purpose of post qualification as provided for in Clause 4 of the Instruction to Bidders.
This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder


(Attach Copy)

Place of registration

Principal place of business

Power of attorney of signatory of Bid

(Attach)

1.2 Total value of Civil engineering constructions 2022-2023


Work performed in the last five years 2021-2022
( in Rs. Lakhs) 2020-2021
2019-2020
2018-2019

1.3.1 Work performed as prime contractor, work performed in the past as a nominated
sub-contractor will also be considered the sub-contract involved execution of all
main items of work described in the bid documents, provided further that all other
qualification criteria are satisfied (in the same name) on works of a similar nature
over the last five years** and in current year before the submission of the bid.

Project Name of Description Contract Value of Date Stipulated Actual date Remark
Name the of work No. contract of period of of explaining
Employer (Rs. issue completion completion* reasons for
Crore) of delay &
work work
order Completed

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


** Immediately preceding the financial year in which bids are received.

28
#1.3.2 Quantities of work executed as prime contractor, work performed, in the past as a
nominated sub-contractor, will also be considered provided the sub-contract
involved execution of all main items of work described in the bid document,
provided, further that all other qualification criteria are called (in the same name and
style) in the last five years** and in current year before the submission of the bid.
*To be modified as per the nature and scope of work

Year Name Name of Quantity of work performed (Cum/MT) Remarks*


of the the Cement Masonry Earth Bituminous (indicate

work Employer Concrete ITEM 2 Works Work contract Ref)


(Including ITEM 3 ITEM 4
RCC &
PCC)
ITEM 1
20 -20
20 -20
20 -20
20 -20
20 -20

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

(A) Existing commitments and on-going works:

Description Place Contract Name & Value Stipulated Value of Anticipated


of works & No. Address Contract Period of Works* of
State of (Rs. Cr) Completion remaining completion
Employer to be
completed
(Rs. Cr)
1 2 3 4 5 6 7 8

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


** Immediately preceding the financial year in which bids are received.

1.5 Availability of key items of Contractors Equipment for carrying out the works (Ref.
Clause 4.5.5). The Bidder should list all the information requested below.

Item of Requirement Availability Proposals Remarks


Equipment NO Capacity Owned/ Nos/. Age/ (from
Leased to be Capacity Conditions whom to
procured be
purchased

29
1.6 Qualifications and experience of key personnel required for administration and
execution of the contract. Attach biographical data. Refer also to Sub Clause 9.1 of
the Conditions of Contract.

Position Name Qualification Year of Year of


Experience experience in
(General) the proposed
position
Project Manager

Etc.

1.7 Proposed sub-contract and firms involved


Sections of the Value of Sub- Sub-Contractor Experience in
works Contractor (Name & similar work
Address)

Attach copies of certificates on possession of valid license for executing water


supply/ sanitary work/ building electrification works.

30
1.8 Financial reports for the last five years: balance sheets, profit and loss statements,
auditors’ reports (in case of companies/corporations), etc. List them below and
attach copies.

1.9 Evidence of access to financial resources to meet the qualification requirements:


cash in hand, lines of credit, etc. List them below and attach copied documents.

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

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

Other Party Employer Cause of Amount Remarks


(ies) Dispute Involved showing
Present Status

1.12. Statement of compliance under the requirements of Sub Clause 3.2 of the instruction
to Bidders. (Name of Consultant engaged for project preparations is * ...........................)

1.13 Proposed work method and schedule. The Bidder should attach descriptions,
drawings and charts as necessary to comply with the requirements of the Bidding
documents. (Refer ITB Clause 4.1)

1.14 Programme

2. Deleted
3. Additional Requirements
3.1 Bidders should provide any additional information required to fulfill the
requirements of Clause 4 of the Instructions to the Bidders, if applicable.
(i) Affidavit
(ii) Undertaking

* Fill the name of Consultant

31
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR
AVAILABILITY OF CREDIT FACILITIES

(CLAUSE 4.5.6 OF ITB)

BANK CERTIFICATE

This is to certify that M/s. is a reputed company


with a good financial standing.

If the contract for the work, namely is awarded to the


above firm, we shall be able to provide overdraft/credit facilities to the extent of
Rs. to meet their working capital requirements for executing the above
during the contract period.

(Signature)

Name of Bank

Senior Bank Manager

Address of the Bank

32
AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct.

2. The undersigned also hereby certifies that neither our firm M/s.
have not abandoned any work of
Government of Gujarat/Government of India/any Board or Corporation under
Government of Gujarat/Government of India nor any contract awarded to us for
such works have been rescinded, during last five years prior to the date of this
bid.

3. The undersigned hereby authorize(s) and request (s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested by
the Department to verify this statement or regarding any (our) competence and
general reputation.

4. The Undersigned understands and agrees that further qualifying information


may be requested, and agrees to furnish any such information at the request of
the Department/ Project implementing agency.

(Signed by an Authorized Officer of the Firm)

Title of Officer

Name of Firm

Date

33
UNDERTAKING

I, the undersigned do hereby undertake ......... that our


firm M/s................................................................................................................... .would invest a
minimum cash up to 25% of the value of the work during implementation of the contract.

(Signed by an Authorized officer of the firm)

Title of officer

Name of firm

DATE

34
SECTION - 3
CONDITIONS OF CONTRACT

35
Conditions of Contract
Table of Contents

A General Page D. Cost Control


No.
1 Definitions 37 37 Bill of Quantities 50
2 Interpretation 38 38 Changes in the Quantities 50
3 Language and Law 39 39 Variations 50
4 Engineer’s Decisions 39 40 Payments for Variations 50
5 Delegations 39 41 Cash Flow Forecasts 51
6 Communications 39 42 Payment Certificates 52
7 Sub-Contractors 39 43 Payments 52
8 Other Contractors 39 44 Compensations Events 52
9 Personnel 40 45 Tax 53
10 Employer’s & Contractor Risk 40 46 Currencies 53
11 Employers Risks 40 47 Price Adjustment 53
12 Contractor’s Risk 40 48 Retention 53
13 Insurance 40 49 Liquidated damages 54
14 Site Investigations Reports 41 50 Bonus 55
15 Queries about the Contract 41 51 Advance Payment 55
16 Contractors to Construct the 41 52 Securities 56
works
17 The Works to be Completed By 41 53 Deleted 56
the Intended Completion Date
18 Approval by the Engineer 41 54 Cost of Repair 56
19 Safety 41
20 Discoveries 42 E. Finishing the Contract
21 Possession of the Site 42 55 Completion 57
22 Access to the Site 42 56 Taking Over 57
23 Instructions 42 57 Final Account 57
24 Disputes 42 58 Operating and Maintenance 57
manuals
25 Procedure for Disputes 43
26 Deleted 43 59 Terminations 57
60 Payment upon Terminations 58
B. Time Control 61 Property 59
27 Programme 44 62 Release from Performance 59
28 Extensions of the Intended 44
completion date
29 Deleted 44 F. Special Conditions of
Contract
30 Delays Ordered by The 44 63 Labour 60
Engineer 64 Compliance with labour 60
regulations
31 Management Meetings 45 65 Arbitration 63
32 Early Warning 45
C. Quality Control
33 Identifying Defects 46
34 Tests 49
35 Correction of Defects 49
36 Uncorrected Defects 49

36
CONDITIONS OF CONTRACT
A. GENERAL.
1. Definitions

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

Bill of Quantities means the priced and completed Bill of Quantities


forming part of the Bid

Compensation Events are those defined in Clause 44 hereunder

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


the Engineer in accordance with Sub Clause 55.1

The Contract is the contract between the Employer and Contractor to


execute, complete and maintain the Works till the completion of Defects
Liability Period. It consists of the documents listed in Clause 2.3 below.

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

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

The Contractor’s Bid is the completed Bidding document submitted by the


Contractor to the Employer and includes Technical and Financial Bids.

The Contract Price is the price stated in the Letter of Acceptance and
thereafter as adjusted in accordance with the provisions of the Contract.

Days are calendar days: months are calendar months.

The Defects Liability Period is the period named in the Contract Data and
calculated from the Completion Date.
The Employer is the party who will employ the Contractor to carry out the
Works.

The Engineer is the person named in the Contract Data (or any other
competent person appointed and notified to the contractor to act in replacement of
the Engineer) who is responsible for supervising the Contractor, administering the
Contract, certifying payments due to the Contractor, issuing and valuing Variations
to the Contract, awarding extensions of time, and valuing the Compensations
Events.

Equipment is Contractor’s machinery and vehicles brought temporarily to


the site to construct the Works.

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

37
The Intended Completion Date is the date on which it is intended that the
Contractor shall complete the Works. The Intended Completion Date is specified in
the Contract Data. The Intended Completion Date may be revised only by the
Engineer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for
incorporation in the works.
Plant is any integral part of the work which is to have mechanical, electrical,
electronic or chemical or biological functions.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding
documents and are factual interpretive reports about the surface and subsurface
conditions at the site.
Specifications means the Specifications of the works included in the Contract
and any modification or addition made or approved by the Engineer.

The Start Date is given in the Contract Data. It is the date when the
Contractor shall commence execution of the works. It does not necessarily coincide
with any of the Site Possession Dates.

A Subcontractor is a person or corporate body who has a Contract with the


Contractor to carry out a part of the work in the Contract which includes work on the
Site.

Temporary Works are works designed, constructed, installed, and removed


by the Contractor which are needed for construction or installation of the Works.

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

The Works are what the Contract requires the Contractor to construct, install,
and turn over to the Employer, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male
also means female or neuter and the other way around. Heading have no
significance. Words have their normal meaning under the language of the
Contract unless specifically defined. The Engineer will provide instructions
clarifying queries about Conditions of Contract.

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


Conditions of Contract to the Works, the Completion date, and Intended
Completion Date apply to any Section of the Works (other than references to
the Completion Date and Intended Completion date for the whole works)

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

(1) Agreement
(2) Letter of Acceptance, notice to proceed with works
(3) Contractor’s Bid

38
(4) Contract Data
(5) Conditions of Contract including Conditions of Contract
(6) Specifications
(7) Drawings
(8) Bills of quantities and
(9) Any other document listed in the Contract Data as forming part of the
Contract.

3. Language and Law

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

4. Engineers Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide
contractual matters between the Employer and the Contractor in the role
representing the Employer.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other
people after notifying the Contractor and may cancel any delegation after
notifying the Contractor.

6. Communications

6.1 Communications between parties which are referred to in the conditions are
effective only when in writing. A notice shall be effective only when it is
delivered (in terms of Indian Contract Act).

7. Sub-Contracting

7.1 The Contractor may subcontract any portion of work, up to a limit specified in
contract data, with the approval of the engineer but may not assign the
Contract without the approval of the Employer in writing. Subcontracting
shall not alter the Contractor’s obligations. Sub-contracting of supply or
specific items of work is not allowed.

7.2 The sub-contractor must be registered in appropriate class and category for
the part of work to be subcontracted.

8. Other Contractors
8.1 The Contractor shall cooperate and share the Site with other contractors,
public authorities, utilities and the Employer between the dates given in the
Schedule of other Contractor. The Contractors shall as refer to in the Contract
Data, also provide facilities and services for them as described in the
Schedule. The employer may modify the schedule of other contractors and
shall notify the contractor of any such modifications.

39
9. Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key
Personnel as referred to in the Contract Data to carry out the functions stated
in the Schedule or other personnel approved by the Engineer. The Engineer
will approve any proposed replacement of key personnel only if their
qualifications, abilities, and relevant experience are substantially equal to or
better than those of the personnel listed in the Schedule.
9.2 If the engineer asks the Contractor to remove a person who is a member of
the Contractor Staff or his work force stating the reasons the Contractor shall
ensure that the person leaves the Site within seven days and has no further
connection with the work in the Contract.

10. Employer’s and Contractors Risks

10.1 The Employer carries the risk which these Contract states are Employer’s
risks, and the Contractor carries the risks which these Contracts states are
Contractors risk.
11. Employer’s Risks

11.1 The employer is responsible for the excepted risks which are (a) in so far as
they directly affect the execution of the Works, the risks of war, hostilities,
invasion, act of foreign enemies, rebellion, revolution, insurrection or military
or usurped power, civil war, riot commotion or disorder (unless restricted to
the Contractor’s employees), and contamination from any nuclear fuel or
nuclear waste or radioactive toxic explosive.

12. Contractor’s Risks


12.1 All risks of loss of or damages to physical property and of personal injury and
death which arise during and in consequence of the performance of the
Contract other than the excepted risks are the responsibility of the
Contractor.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start date to the end of the Defects
Liability Period, in the amounts and deductibles stated in the Contract data
for the following events which are due to the Contractor’s risks:

(a) Loss of or damage to the works, Plant and materials,

(b) Loss of or damage to Equipment


(c) Loss of or damages of property (expect the Works, Plant, Materials and
Equipment) in connection with the Contract; and
(d) Personal injury or death.
13.2 Policies and certificates for insurance shall be delivered by the Contractor to
the Engineer for the Engineer’s approval before the Start Date. All such
insurance shall provide for compensation to be payable in the types and
proportions of currencies required to rectify the loss or damage incurred.

40
13.3 If the Contractor does not provide any of the policies and certificates
required, the Employer may affect the insurance which the Contractor should
have provided and recover the premiums the Employer has paid from
payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debt due.
13.4 Alterations to the terms of an insurance shall not be made without the
approval of the Engineer.

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

14. Site Investigation Report


14.1 The Contractor in preparing the Bid shall rely on any site Investigation
reports referred to in the Contract Data, supplemented by any information
available to the Bidder.
15. Queries about the Contract data

15.1 The engineer will clarify queries on the Contract Data

16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the works in accordance with the
specification and Drawings.

17. The Works to be completed by the Intended Completion Date


17.1 The Contractor may commence execution of the Works on the Start Date and
shall carry out the Works in accordance with the programme submitted by
the Contractor, as updated with the approval of the Engineer, and complete
them by the Intended Completion date

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the
proposed Temporary works to the Engineer, who is to approve them if they
comply with the Specifications and drawings.

18.2 The Contractor shall be responsible for design of temporary works.

18.3 The Engineer’s approval shall not alter the contractor responsibility for
design of the Temporary works.

18.4 The Contractor shall obtain approval of third parties to the design of the
Temporary works where required.
18.5 All Drawings prepared by the Contractors for the execution of the temporary
or permanent work are subject to prior approval by the Engineer before their
use.

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

41
20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly
discovered on the site is the property of the Employer. The contractor is to
notify the engineer of such discoveries and carry out the Engineer’s
instructions for dealing with them.
21. Possession of the Site
21.1 The Employer shall give possession of all parts of the site to the Contractor. If
possession of a part is not given by the date stated in the Contract Data the
Employer is deemed to have delayed the start of the relevant activities and
this will be a Compensation Event.
21.2 If within 25% of the time limit of the project, 80% of possession of the site is
not handed over to the Contractor, then contractor/ Employer may fore-close
the contract. Contractor/Employer has to foreclose the work within 30 days
after lapse of 25%-time limit and after 30 days foreclosure option will be
closed.

22. Access to the Site


22.1 The Contractor shall allow the Engineer and any person authorized by the
Engineer access to the Site, to any place where work in connection with the
Contract is being carried out or is intended to be carried out and to any place
where materials or plants are being manufactured/ fabricated/ assembled for
the works.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer pertaining to
works which comply with the applicable laws where the site is located.
23.2 The Contractor shall permit the Employer to inspect the Contractor’s
accounts and records relating to the performance of the Contractor and to
have them audited by auditors appointed by the Employer, if so required by
the Employer.

24. Disputes
24.1 If the Contractor is of the view that a decision taken by the Engineer was
either outside the authority given to the Engineer by the Contract or that the
decision was wrongly taken, the decision shall be referred to
Superintending Engineer (O&M), SSNNL, Gandhinagar within 14 days of
the notification of the Engineer's decision. If the issue is not resolved, any
party can refer the matter for conciliation within 15 days from the
decision given by the Superintending Engineer (O&M), SSNNL,
Gandhinagar.
24.2
(a) For the work up to Rs.100 Cr., if any of the parties is not satisfied with
the decision of the Superintending Engineer (O&M), SSNNL,
Gandhinagar, both the parties have to refer to the Chief Engineer
concern for the conciliation process.

(b) For the work more than Rs.100 Cr., if any of the parties is not satisfied
with the decision of the Superintending Engineer (O&M), SSNNL,
Gandhinagar, both the parties have to refer to the #Secretary,
Water Resources Department, Government of Gujarat for the conciliation
process.
42
If the dispute is not resolved through the conciliation process, he may refer
the dispute to Gujarat Public Works Contract Dispute Arbitration Tribunal. If
the Contractor fails to refer a claim / dispute to the Higher Authority within
14 days of the notification of the Engineer's decision, the Contractor shall not
be entitled to any additional payment/claim if he doesn’t follow the above
sequence in stipulated time and he should not stop the work.
25. Procedure for Disputers

25.1 The arbitration shall be conducted in accordance with the arbitration


procedure stated in the Special Conditions of Contract.

26. Deleted

43
B. TIME CONTROL
27. Programme

27.1 Within the time stated in the Contract Data the Contractor shall submit to the
Engineer for approval a Programme showing the general methods,
arrangements orders, and timing for all the activities in the works along with
monthly cash flow forecast.

27.2 An update of the Programme shall be a programme showing the actual


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

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

27.4 The Engineer’s approval of the programme shall not alter the Contractor’s
obligations. The Contractor may revise the programme and submit it to the
Engineer again at any time. A revised programme is to show the effect of
Variations and Compensations events.

28. Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date if a compensation
Event occurs or a Variation is issued which makes it impossible for
completion to be achieved by the Intended Completion Date without the
Contractor taking steps to accelerate the remaining work and which would
cause the Contractor to incur additional cost.

28.2 The Engineer shall decide whether and by how much to extend the Intended
Completion Date within 35 days of the Contractor asking the Engineer for a
decision upon the effect of a compensation event or Variation and submitting
full supporting information. If the Contractor has failed to give early warning
of a delay or has failed to cooperate in dealing with a delay, the delay by this
failure shall not be considered in assessing the new Intended Completion
Date.

28.3 The Engineer shall within 14 days of receiving full justification from the
contractor for extension of Intended Completion Date refer to the Employer
his decision. The employer shall in not more than 21 days communicate to the
engineer the acceptance or otherwise of the Engineer’s decision. If the
employer fails to give his acceptance, the Engineer shall not grant the
extension and the contractor may refer the matter under Clause 24.1

29. Deleted

30. Delays Ordered by the Engineer


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

44
31. Management Meetings
31.1 Either the Engineer or the Contractor may require the other to attend a
management meeting. The business of a management meeting shall be to
review the plans for remaining work and to deal with matters raised in
accordance with the early warning procedure.

31.2 The Engineer shall record the business of management meetings and is to
provide copies of his record to those attending the meeting and to the
Employer. The responsibility of the parties for actions to be taken is to be
decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific
likely future events or circumstances that may adversely affect the quality of
the work, increase the Contract price or delay the execution of works. The
Engineer may require the contractor to provide an estimate of the expected
effect of the future event or circumstance on the contract price and
completion date. The estimate is to be provided by the Contractor as soon as
reasonably possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering
proposals for how the effect of such an event or circumstance can be avoided
or reduced by anyone involved in the work and in carrying out any resulting
instruction of the Engineer.

45
C. QUALITY CONTROL

33. Identifying Defects/ Defect liability period

33.1 : Defect liability period: The contractor shall be responsible to make good and
remedy at his own expense any defect which may develop or may be noticed
before the period mentioned hereunder from the certified date of completion.
The Engineer in charge shall give the contractor a notice in writing about the
defects and the contractor shall make good the same within 15 days of receipt
of the notice. In the case of failure on the part of the contractor, the Engineer-
in-charge may rectify or remove or re-execute the work at the risk & cost of
the contractor. The Engineer-in-charge shall be entitled to appropriate the
whole or any part of the amount of security deposit towards the expenses, if
any, Incurred by him in rectification, removal or re- execution. The Defects
Liability period shall be as under....
(a) For all works costing up to Rs. 50,000 (amount put to tender), the period shall
be 3 Months from the certified date of completion.
(b) For all works costing more than Rs. 50,000 and up to Rs. 1 crore (amount put
tender), the period shall be 12 (Twelve) months from the certified date of
completion or one monsoon, whichever is later.
(c) For major projects costing more than Rs. 1 crore, the period shall be 36
Months from the certified date of completion which should include three
monsoons.
(d) For original building works the defect liability period will be 4 years or elapse
of 4 monsoon period following date of possession of building taken over by
user agency following the certified date of completion, whichever is later.

For the purpose of deciding the monsoon period, the 30th September shall be
treate as the last date.

Modified vide R & B D Circular No. PAC-11-102008-2076-N dated 31/8/2009,


PRCH/102013(2976) 2759-N, Dated 27/05/2013 and Circular
No.TNC/10/2016/Clause 17A (Correction/(1)C Dated 12/05/2016]

33.2 Free maintenance guarantee period for works of Road/Bridge construction


(a) For resurfacing work of road free maintenance guarantee period one year
from the date of completion.
(b) In case of widening of the road/strengthening of the road/bridge, the
contractor shall have to give four years free maintenance guarantee from the
certified date of completion. During this period the contractor shall visit the
site every three months along with the concerned Section Officer / Deputy
Executive Engineer and will examine the work already carried out in this
contract like road work, jungle cutting, side shoulders, side gutter, road
furniture, patta etc. and will prepare Km. wise inspection report duly signed
by all concerned and any defect observed shall be done within 15 days by the
contractor at his risk and cost as per the direction of Engineer in charge. The
contractor needs to do videography of these visits and require to submit at the
time of release of FMG. If B.T. the surface during the maintenance period of 4
years is worn out then agency shall have to provide renewal coating as per
tender item as directed by the Engineer-in-charge. The amount equivalent to
5% of each running bill shall be withheld and will be released after the free
maintenance guarantee period (i.e. 4 years) is over.
However, this amount shall be released against fixed deposit or bank
guarantee pledged in the name of Executive Engineer after completion
certificate of work is issued.

46
(1) The flakiness and elongation index (combined) for coarse aggregates under no
circumstances shall exceed the allowable limit set forth in the relevant clause
for the material in question.
(2) 2% of the amount eligible for the payment of bituminous iterns shall be
withheld till the miscellaneous items like earthwork in embankment / cutting
for side shoulders, side gutters, kilometer / indicator/guard stones, sign
boards etc. are completed in all respect by the contractor. After completion of
the miscellaneous items, the above said 2% withheld amount shall be released.
(3) Videography for the surface under Maintenance Guarantee is to be done as per
Govt. letter No.: SSR/10/2015-16/26/C, Dtd. 26/11/15 for the work costing
more than Rs. 5.00 Crore.
(4) Setting up of adequate laboratory & deployment of quality engineers. The
contractor shall have to set up the laboratory with adequate equipment. Till the
setting up of adequate laboratory is completed & reported of this to the
engineer (subject to due verification by engineer's representative) by
contractor in writing, Rs.2,00,000/- shall be withheld. The qualified quality
Engineer shall be deployed exclusively for this contract by the contractors. If
quality Engineer is not deployed by contractor within one month after the date
of work order, the amount equivalent to Rs.20,000 per month shall be
recovered till the actual deployment of quality engineer. The amount so
recovered towards the deployment of quality engineers shall not be refunded.
(5) Asphalt work will have to be cross checked as per G.R. No.: RGN/60/
2006/35/C, dtd.31/05/07 before final bill is paid.
(6) Maintenance during Construction Period

During the Construction Period, the Contractor shall maintain, at his own risk
and cost, the existing lane(s) of the road so that the traffic worthiness and
safety thereof are at no time materially inferior as compared to their condition
10 (ten) days prior to the date of the Agreement, and shall undertake the
necessary repair and maintenance works for this purpose; provided that the
Contractor may, at his cost, interrupt and divert the flow of traffic if such
interruption and diversion is necessary for the efficient progress of works and
conforms to Good Industry Practice; provided further that such interruption
and diversion shall be undertaken by the Contractor only with the prior
written approval of the Executive Engineer which approval shall not be
unreasonably withheld. For the avoidance of doubt, it is agreed that the
Contractor shall at all times be responsible for ensuring safe operation of the
road.
33.3 The Engineer shall check the Contractor’s work and notify the Contractor of
any defects that are found. Such checking shall not affect the Contractor’s
responsibilities the Engineer may instruct the Contractor to search for a
Defect and to uncover and test any work that the Engineer considers may
have a Defect.
33.4 Free maintenance guarantee period for works of construction of Canals/
(including UGPL), Canal Structures, Canal Roads, Hydro Electrical &
Mechanical works, Solar, Building Works and Maintenance and Operations.
(a) For the work of Canals (including UGPL), Canal Structures, Canal Roads,
Hydro Electrical & Mechanical works, Solar, Building Works and
Maintenance and Operations free maintenance guarantee period one year
from the date of completion.
(b) During this period the contractor shall visit the site every three months
along with the concerned Section Officer / Deputy Executive Engineer and
will examine the work already carried out in this contract and attend all
defects such as filling rain cuts in banks, jungle cutting, side gutter and all
other defects in all structures and its components etc. and will prepare
reach wise inspection report duly signed by all concerned and any defect
47
observed shall be done within 15 days by the contractor at his risk and
cost as per the direction of Engineer in charge. The contractor needs to do
videography of these visits and require to submit at the time of release of
Performance Bond/Performance Security related to Free Maintenance
Guarantee The amount equivalent to 5% of each running bill shall be
withheld and will be released after the free maintenance guarantee period
(i.e. 01 years) is over.
However, this amount shall be released against fixed deposit or bank
guarantee pledged in the name of Executive Engineer after completion
certificate of work is issued
(1) The materials used for the works during construction shall be as per
Indian standards/Technical Specifications of the respective item and all
the test as per respective Indian Standards/ Technical Specifications of the
respective item shall be conducted and ensured that the test results shall
be meet the criteria specified in the relevant clause/specifications for the
material in question.
(2) 2% of the amount shall be withheld till the miscellaneous items like WBM
road, testing of canals, side gutters, km stones, canal data board, marble
data plates, gauge plates, gate work etc. and in case of UGPL works, trial
run, other ancillary work viz. strainer, ladder, pump, well-cover,
performance test / trial run of Hydro Mechanical and Electrical works etc,
are completed in all respect by the contractor. After completion of the
miscellaneous items, the above said 2% withheld amount shall be
released.
(3) Videography for the works under Maintenance Guarantee is to be done as
per Govt. letter No.: SSR/10/2015-16/26/C, Dtd. 26/11/15 for the work
costing more than estimated cost of Rs. 5.00 Crore.
(4) Setting up of adequate laboratory & deployment of quality engineers The
contractor shall have to set up the laboratory with adequate equipment.
Till the setting up of adequate laboratory is completed & reported of this
to the engineer (subject to due verification by engineer's representative)
by contractor in writing, Rs.2,00,000/- shall be withheld. The qualified
quality Engineer shall be deployed exclusively for this contract by the
contractors. If quality Engineer is not deployed by contractor within one
month after the date of work order, the amount equivalent to Rs.20,000
per month shall be recovered till the actual deployment of quality
engineer. The amount so recovered towards the deployment of quality
engineers shall not be refunded.
(5) For finalizing the work, the work carried-out shall be randomly checked
by core test for the canal lining works and density tests for embankment
works shall have been performed randomly as per SSNNL G.R. No.:
Mui/Guni/Narmada G.N./PB-2 /68/2011, Date:2/6/2011 before final bill
is paid.
(6) Maintenance during Construction Period During the Construction Period,
the Contractor shall maintain; at his own risk and cost; works for safety
are at no time materially inferior as compared to their condition 10 (ten)
days prior to the date of the Agreement, and shall undertake the necessary
repair and maintenance works for this purpose, provided that the
Contractor may. at his cost is necessary for the efficient progress of works
and conforms to Good Industry Practice: provided further that such
interruption and diversion shall be undertaken by the Contractor only
with the prior written approval of the Executive Engineer which approval
shall not be unreasonably withheld. For the avoidance of doubt, it is
agreed that the Contractor shall at all times be responsible for ensuring
safe operation of the work.

48
34. Tests
34.1 If the engineer instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the test shows that
it does, the Contractor shall pay for the test and any samples. If there is no
defect the test shall be a Compensation Event.

34.2 For Confirmatory tests of the testing done by the agencies 1% of the amount of
work done should be deducted from R.A. bill of the contractor for testing
the quality of material workmanship, irrespective of actual charges.

34.3 Agency has to establish testing laboratory on site for the various test to be
carried out in the work for this purpose agency shall construct a pukka
laboratory building with all facility on site at location specified by the
engineer in charge.

35. Correction of defects

35.1 The engineer shall give notice to the Contractor of any defects before the end
of the defects Liability Period, which begins at Completion and is defined in
the contract data. The Defects Liability Period shall be extended for as long as
Defects remain to be corrected.
35.2 Every time notice of a Defect is given, the Contractor shall correct the notified
defect within the length of time specified by the Engineer’s notice.
36. Uncorrected Defects
36.1 If the Contractor has not corrected a defect within the time specified in the
Engineer’s notice, the Engineer will assess the cost of having the Defect
corrected, and the Contractor will pay this amount.

49
D. COST CONTROL

37. Bill of Quantities

37.1 The bill of Quantities shall contain items for the constructions, installation,
testing and commissioning work to be done by the Contractor.

37.2 The bill of Quantities is used to calculate the Contract price. The Contractor is
paid for the quantity of the work done at the rate in the Bill of Quantities for
each item.

38. Change in the Quantities

38.1 The Engineer shall have power to make any alterations in or addition to the
original specifications , drawings, designs and instructions that may appear to
him to be necessary or advisable during the progress of the work and the
contractor shall be bound to carry out the work in accordance with any
instruction in this connection which may be given to him in writing signed by
the Engineer 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 rate as are specified in the tender for the main work.

Except that when the quantity of any item exceeds the quantity as in the
tender by more than 130%, the contractor will be paid for the quantity in
excess of 130%, at the rate entered in the SOR of the year during which the
excess in quantity is first executed.

39. Variations

39.1 All Variations shall be included in updated programmes produced by the


Contractor.

40. Payments for Variations

40.1 If the additional or altered work includes any class of work for which no rate
is specified in this contract, then such class of work shall be carried out as
under.

(i) At the rate derived from the item within the contract which is comparable to
the one involving additional or altered class of work; where there are more
than one comparable items, the item of the contract which is nearest in
comparison with regard to class or classes of the work involved shall be
selected and the decision of the Superintending Engineer as to the nearest
comparable item shall be final and binding on the contractor.

(ii) If the rate cannot be derived in accordance with (i) above, such class of works
shall be carried out at the rate entered in the Schedule of Rates of the division

50
for the year in which the tender was received, increased or decreased by the
percentage by which the tender amount is more or less as compared to the
amount arrived at the rates in the “Schedule of Rates” of the Division in the
year in which the tender was received. If the Schedule of rates of the Division
does not contain all the items, the percentage increase or decrease of the
tender shall be calculated considering such items which were included in the
“Scheduled Rates” of the division for the year and for materials consumed on
such item the rate to be charged would be the basic rate taken into account
for fixing the rate in S.O.R. referred to above.

(iii) If it is not possible to arrive at the rate from (i) and (ii) above, such class of
work shall be carried out at the rate decided by the competent authorities on
the basis of detailed rate analysis after hearing the contractor before a
Committee of two Superintending Engineers stationed at the same place or
the nearest place.

40.2 If the additional or altered work, for which no rate is entered in the “Schedule
of Rates” of the Division is ordered to be carried out before the rate is agreed
upon, then the contractor shall within seven days of the date of receipt by him
of the order to carry out the work, inform the Engineer-in-charge of the rate,
which it is his intention to charge for such class of work and if the Engineer in
charge does not agree to this rates, he shall by notice in writing be at liberty
to cancel his order to carry out such class of work and arrange to carry it out
in such manner as he may consider it advisable, provided always that if the
contractor shall commence work or incur any expenditure in regard thereof
before the rates shall have been determined as lastly herein before
mentioned, then in such cases he shall only be entitled to be paid in respect of
the work carried out or expenditure incurred by him prior to the date of the
determination of the rate as aforesaid according to such rate or rates as shall
be fixed by the Engineer-in-charge. In the event of the dispute, the decision of
the Superintending Engineer of the Circle shall be final.
Where, however, the work is to be executed according to the designs,
drawings and specifications recommended by the contractor and accepted by
the competent authority, the alternation above referred to shall be within the
scope of such designs, drawings and specifications appended to the tenders.
The time limit for the completion of the work shall be extended in the
proportion that the increase in the cost occasioned by alterations bears to the
cost of the original work and the certificate of the Engineer-in-charge as to
such proportion shall be final and conclusive.

41. Cash Flow Forecasts

41.1 When the programme is updated, the contractor is to provide the engineer
with an updated cash flow forecast.

51
42. Payment certificates.

42.1 The Contractor shall submit to the Engineer monthly statements of the
estimated value of the work completed less the cumulative amount certified
previously.

42.2 The Engineer shall check the Contractor’s monthly statement within 14 days
and certify the amount to be paid to the Contractor after taking in to account
any credit or debit for the month in question in respect of materials for the
works in the relevant amounts and under conditions set forth in sub-clause
32.3 of the Contract Data (secured Advance).

42.3 The value of work executed shall be determined by the Engineer.

42.4 The value of work executed shall comprise the value of the quantities of the
items in the Bill of Quantities completed.
42.5 The value of work executed shall include the valuation of variations and
compensation events.
42.6 The Engineer may exclude any item certified in a previous certificate or
reduce the proportion of any item previously certified in any certificate in the
light of later information

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments, retention,
other recoveries in terms of the contract and taxes at source, as applicable
under the law. The Employer shall pay the Contractor the amounts certified
by the Engineer within 28 days of the date of each certificate.
43.2 Payment of GST (prevailing rates) on the amount payable under the contract
to the Contractor will be made by the Employer. Hence, it is the responsibility
of the contractor to pay the GST to the concerned Authority.
43.3 Items of the works for which no rate or price has been entered in will not be
paid by the Employer and shall be deemed covered by other rates and prices
in the Contract.

44. Compensation events

44.1 The following are compensation Events unless they are caused by the
Contractor:
(a) The Employer does not give access to a part of the Site by the site
Possession date stated in Contract data to the Contractor

44.2 In case of compensation event occurs and it prevents the work being
completed beyond the Intended Completion Date then Authority will approve
EOT with eligible contractual price escalation.

52
45. Tax

45.1 The rates quoted by the Contractor must be inclusive of all taxes prevailing on
due date of bid submission except GST. However, any subsequent changes in
the tax structure by Government after due date of bid submission will be
compensated (+/-) on availability or submission of actual documentation.
Contractor will have to intimate Engineer regarding changes occurred in the
tax structure after bid submission. If the contractor fails to provide such
information and if any financial obligation may arise due to change in tax
structure, same will be recovered from the contractor.

45.2 GST will be paid separately on the bills. Hence, it is the responsibility of the
contractor to pay the GST to the concerned Authority.

46. Currencies.
46.1 All payment shall be made in Indian Rupees.

47. Price Adjustment

47.1 Contract price shall be adjusted for increase or decrease in rates and price of
labour, materials, fuels and lubricants in accordance with the following
principles and procedures and as per formula given in the contract data:

(a) The price adjustment shall apply for the work done from the start date
given in the contract data up to end of the initial intended completion date
or extensions granted by the Engineer and shall not apply to the work
carried out beyond the stipulated time for reasons attributable to the
contractor.
(b) The price adjustment shall be determined during each month from the
formula given in the contract data.
(c) Following expressions and meanings during 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 under variations for which price
adjustment will be worked separately based on the terms mutually
agreed.

47.2 To the extent that full compensation for any rise or fall in costs to the
contractor is not covered by the provisions of this or other clause in the
contract, the unit rates and prices included in the contract shall be deemed to
include amounts to cover the contingency of such other rise or fall in costs.

48. Retention

48.1 The Employer shall retain from each payment due to Contractor the
proportion stated in the Contract Data until Completion of the whole of the
Works.

53
48.2 On Completion of the whole of the Works half the total amount retained is
repaid to the Contractor and half when the Defects Liability Period has passed
and the Engineer has certified that all Defects notified by the Engineer to the
Contractor before the end of this period have been corrected.

48.3 On completion of the whole works, the contractor may substitute retention
money with an “on demand” Bank guarantee.

In case, Contractor requests for refund of the Retention Money


deducted by the Employer under the provision of this clause, Employer shall
consider the said request of the Contractor provided that the refund
hereunder shall be made in tranches of not less than 1% (One Percent) of the
Contract Price and Contractor furnishes an irrevocable and unconditional
Bank guarantee for an equal amount substantially in the format of Bank
Guarantee for Performance Guarantee enclosed with SBD and valid up to 60
day beyond the scheduled / extended Defects Liability Period. On completion
of the whole works, the contractor has however an option to submit a fresh
irrevocable and unconditional Bank Guarantee for an amount equal to 5% of
the total value of work executed substantially in the format of Bank Guarantee
for Performance Guarantee enclosed with SBD and valid up to 60 days beyond
the Defect Liability Period and yet refund the Retention Money Bank
Guarantee submitted for refund of Retention Money.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per
day stated in the Contract Data for each day that the Completion Date is later
than the Intended Completion Date (for the whole works or the milestone as
stated in the contract data). The total amount of liquidated damages shall not
exceed the amount defined in the Contract Data. The Employer may deduct
liquidated damages from payment due to the Contractor. Payment of
liquidated damages does not affect the Contractor’s liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have
been paid, the Engineer shall correct any overpayment of liquidated damages
by the Contractor by adjusting the next payment certificate. The Contractor
shall not be entitled for any interest on the over payment calculated from the
date of payment to the date of repayment.

49.3 If the contractor fails to comply with the time for completion as stipulated in
the tender, then the contractor shall pay to the employer the relevant sum
stated in the Contract Data as Liquidated damages for such default and not as
penalty for everyday or part of day which shall elapse between relevant time
for completion and the date stated in the taking over certificate of the whole
of the works on the relevant section, subject to the limit stated in the contract
data.
The employer may, without prejudice to any other method of recovery
deduct the amount of such damages from any monies due or to become due to
the contractor. The payment or deduction of such damages shall not relieve

54
the contractor from his obligation to complete the works on from any other of
his obligations and liabilities under the contract.

49.4 If, before the Time for Completion of the whole of the Works or, if applicable
any Section, a Taking Over Certificate has been issued for any part of the
Works or of a Section, the liquidated damages for delay in completion of the
remainder of the Works or of that Section shall, for any period of delay after
the date stated in such Taking-Over-Certificate, and in the absence of
alternative provisions in the Contract, be reduced in the proportion which the
value of the part so certified bears to the value of the whole of the Works or
Section, as applicable. The provisions of this Sub-clause shall only apply to the
rate of liquidated damages and shall not affect the limit thereof.

50 Bonus

50.1 If the contractor achieves completion of the whole of the works prior to the
intended Completion Date prescribed in Contract Data the Employer shall pay
to the contractor a sum stated in Contract Data as bonus for every completed
month but subjected to maximum amount as stated in Contract Data;
which shall elapse between the date of completion of all items of works as
stipulated in the contract, including variations ordered by the Engineer and
the time prescribed in Clause 17.

50.2 Bonus shall be paid only to works amounting to above INR 5 crore with time
limit of the works is equal or more than 6 months. The bonus would be paid
as under

% of Time Saved % of Initial Contract Price


entitled for Bonus

50 % 5%
40 % 4%
30 % 3%
20 % 2%
10 % 1%
Less than 10% 0%

51. Advance Payment.

51.1 The Employer shall make advance payment (not to be paid less than two
installments except in special circumstances for which the reason to be
Recorded in writing) to the Contractor of the amounts stated in the Contract
Date by the date stated in the Contract Date, against provision by the
Contactor of an Unconditional Bank Guarantee in a form and by a bank
acceptable to the Employer in amounts and currencies equal to be at least
110% of the advance payment. The guarantee shall remain effective until the

55
advance payment has been repaid, but the amount of the guarantee shall be
progressively reduced by the amounts repaid by the Contractor. The
Mobilization advance would be deemed as interest bearing advance at an
interest rate of 10 % to be compounded, quarterly.

51.2 The Contractor is to use the advance payment only to pay for Equipment,
plant and Mobilization expenses required specifically for execution of the
Works. The Contractor shall demonstrate that advance payment has been
used in this way by supplying copies of invoices or other documents to the
engineer.

51.3 The advance payment shall be repaid by deduction proportionate amount


from payments otherwise due to the Contractor, following the schedule of
completed percentages of the Works on a payment basis. No account shall be
taken of the advance payment or its repayment in assessing valuations of
work done, variations, price adjustments, Compensation Events, or
Liquidated damages.

51.4 Deleted

52. Securities

52.1 The performance Security (including additional security for unbalanced bids)
shall be provided to the Employer no later than the date specified in the
Letter of Acceptance and shall be issued in an amount and form and by a bank
or surety acceptable to the Employer, and denominated in Indian Rupees. The
performance Security shall be valid until a date 60 days from the date of
expiry of Defects Liability Period and the additional security for unbalanced
bids shall be valid until a date 28 days from the date of issue of the certificate
of completion.

53. Deleted

54. Cost of Repairs.

54.1 Loss or damage to the Works or Materials to be incorporated in the Works


between the Start date and the end of Defects Correction periods shall be
remedied by the Contractor at the Contractor’s cost if the loss or damages
arises from the Contractor’s acts or omissions.

56
E. FINISHING THE CONTRACT

55. Completion

55.1 The Contractor shall request the Engineer to issue a Certificate of Completion
of the works and the Engineer will do so upon deciding that the work is
completed.

56. Taking Over

56.1 The Employer shall take over the Site and the Works within seven days of the
Engineer issuing a certificate of Completion.

57. Final Account

57.1 The Contractor shall supply to the Engineer a detailed final account of the
total amount that the Contractor considers payable as full and final settlement
of all claims under the Contract for items before the end of the Defects
Liability Period. The Engineer shall issue a Defect Liability Certificate and
certify any final payment that is due to the Contractor within 56 days of
receiving the Contractor's account if it is correct and complete. If it is not, the
Engineer shall issue within 56 days a schedule that states the scope of the
corrections or additions that are necessary. If the Final Account is still
unsatisfactory after it has been resubmitted, the Engineer shall decide on the
amount payable to the Contractor and issue a payment certificate, within 56
days of receiving the Contractor’s revised account.
57.2 If reversal in characteristic of tender (L1 becoming L2) on account of excesses
and savings in final account is observed, the Engineer/Employer shall be at
liberty to restrict the final payment of BOQ items to the lowest amount
evaluated of the bids considering the final quantities and the rates quoted
including the rebates if any. Payment of variation items shall however be
made at the rates approved by the Employer, within 90 days from the
physical completion of work.

58. Operating and Maintenance Manuals

58.1 If “as built” drawings and/or operating and maintenance manuals are
required, the Contractor shall supply them by the dates stated in the Contract
data.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates
stated in the Contract data, or they do not receive the Engineer’s approval, the
Engineer shall withhold the amount stated in the Contract Data from
payments due to the Contractor.

59. Termination
59.1 The Employer or the Contractor may terminate the Contract if the other party
causes a fundamental breach of the Contract.

57
59.2 Fundamental breaches of Contract include, but shall not be limited to the
following:

1. The contractor stops work for 28 days when no stoppage of work is


shown on the current programme and the stoppage has not been
authorized by the Engineer

2. The Engineer instructs the Contractor to delay the progress of the Works
and the instructions is not withdrawn within 28 days;

3. The Employer or the Contractor is made bankrupt or goes into liquidation


other than for a reconstructions or amalgamation

4. A payment certified by the Engineer is not paid by the Employer to the


Contractor within 56 days of the date of the Engineer’s certificate

5. The Engineer gives Notice that failure to correct a particular Defect is a


fundamental breach of Contract and the Contractor fails to correct it
within a reasonable period of time determined by the Engineer;

6. The Contractor does not maintain a security which is required;

7. The Contractor has delayed the completion of works by the number of


days for which the maximum amount of liquidated damages can be paid as
defined in the Contract data; and

8. If the Contractor, in the judgment of the Employer has engaged in corrupt


or fraudulent practices in competing for or in executing the Contract.

For the purpose of this paragraph: “corrupt practice” means the


offering, giving, receiving or soliciting of anything of value to influence the
action of a public official in the procurement process or in contract execution.
“Fraudulent practice” means a misrepresentation of facts in order to influence
a procurement process or the execution of a contract to the detriment of the
borrower, and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the Borrower of the benefits of free and open
competition.

59.3 When either party to the Contract gives notice of a breach of contract to the
Engineer for a cause other than those listed under Sub Clause 59.2 above, the
Engineer shall decide whether the breach is fundamental or not.

59.4 Notwithstanding the above, the employer may terminate the Contract for
convenience.

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by


the Contractor, the Engineer shall issue a Certificate for the value of the work
done less advance payments received up to the date of the issue of the

58
certificate, less other recoveries due in terms of the contract, less taxes due to
deducted at source as per applicable law and less the percentage to apply to
the work not completed as indicated in the Contract data. Additional
Liquidated Damages shall not apply. If the total amount due to the Employer
exceeds any payment due to the Contractor the difference shall be a debt
payable to the Employer.
60.2 If the Contract is terminated at the Employer’s convenience or because of a
fundamental breach of Contract by the Employer, the Engineer shall issue a
certificate for the value of the work done, the cost of balance material brought
by the contractor and available at site, the reasonable cost of removal of
equipment, repatriation of the Contractor’s personnel employed solely on the
works, and the Contractor’s cost of protecting and securing the Works and
less advance payment received up to the date of the certificate, less other
recoveries due in terms of the contract and less taxes due to deducted at
source as per applicable law.

61. Property

61.1 All materials on the Site, Plant Equipments, Temporary Works and Works are
deemed to be property of the Employer, if the Contract is terminated because
of a Contractor’s default.

62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war of by any other event
entirely outside the control of either the Employer or the Contractor the
Engineer shall certify that the Contract has been frustrated. The Contractor
shall make the Site safe and stop work as quickly as possible after receiving
this certificate and shall be paid for all work carried out before receiving it
and for any work carried out afterwards to which commitment was made.

59
F. SPECIAL CONDITIONS OF CONTRACT

63. LABOUR

The Contractor shall, unless otherwise provided in the Contract, make


his own arrangements for the engagement of all staff and labour, local or
other, and for their payment of housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the


Engineer a return in detail, in such form and at such intervals as the Engineer
may prescribe, showing the staff and the numbers of the several classes of
labour from time to time employed by the Contractor on the site and such
other information as the Engineer may require.

64. COMPLIANCE WITH LABOUR REGULATIONS


During continuance of the contact, the Contractor and his sub-
contractor shall abide at all times by all existing labour enactments and rules
made thereunder, regulations, notification and bye laws of the State or central
Government or local authority and any other labour law (including rules),
regulations, bye laws that may be passed or notifications that may be issued
under any labour law in future either by the State or the Central Government or
the local authority. Salient features of some of the major labour laws that are
applicable to the construction industry are given below. The Contractor shall
keep the Employer indemnified in case any action is taken against the
Employer by the competent authority on account of contravention of any of
the provisions of any Act or rules made thereunder, regulations or
notifications including amendments. If the Employer is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for
observance of the provisions stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of the
Contractor, the Engineer/employer shall have the right to deduct any money
due to the Contractor including his amount of performance security. The
Employer/Engineer shall also have the right to recover from the Contractor any
sum required or estimated to be required for making good the loss or damage
suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be
treated as the employees of the Employer at any point to time.

60
SALIENT FEATURES OF SOME MAJOR LABOUR AND OTHER LAWS APPLICABLE TO
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTIONS WORK

A) Workmen Compensation Act 1923 :- The Act provides for compensation in


case of injury by accident arising out of and during the course of employment.

B) Payment of Gratuity Act. 1972 :- Gratuity is payable to an employee under the


Act on satisfaction of certain conditions on separation if an employee has
completed 5 years service or more on death, the rate of 15 days wages for every
completed year of service. The Act is applicable to all establishments employing
10 or more employees.

C) Employees P.F. and Miscellaneous Provision Act 1952:- The Act Provides for
monthly contributions by the employer plus workers @ 10% or 8.33% The
benefits payable under the Act are :

1. Pension or family pension on retirement or death, as the case may be.


2. Deposit linked insurance on the death in harness of the worker.
3. Payment of P.F. accumulation on retirement/death etc.

D) Maternity Benefit Act 1951 :- The Act provides for leave and some other
benefits to women employees in case of confinement or miscarriage etc.

E) Contract Labour (Regulation & Abolition) Act 1970 : The Act provides for
certain welfare measures to be provided by the Contractor to contract labour and
in case the Contractor fails to provide, the same are required to be provided, by
the Principal Employer by Law. The principal Employer is required to take
Certificate of Registration and the Contractor is required to take license from the
designated Officer. The Act is applicable to the establishments or Contractor of
Principal Employer, if they employ 20 or more contract labour.

F) Minimum Wages Act 1948 :- The Employer is supposed to pay not less than the
Minimum Wages fixed by appropriate Government as per provisions of the Act, if
the employment is a scheduled employment. Construction of Building, Roads,
Runways are scheduled employment.

G) Payments of wages Act 1936:- It lays down as to by what date the wages are to
be paid, when it will be paid and what deductions can be made from the wages
of the workers.

H) Equal remunerations Act 1979 :- The Act provides for payment of equal
wages for work of equal nature to Male and Female workers and for not making
discrimination against female employees in the matter of transfer, training and
promotions etc.

I) Payments of Bonus Act 1965 :- The Act is applicable to all establishments


employing 20 or more employees. The Act provides for payments of annual
bonus subject to a minimum of 8.33% of wages and maximum of 20 % of wages
to employees drawing Rs. 3500/- per month or less. The bonus to be paid to
employees getting Rs, 2500/- per month or above Rs. 3500/- per month shall be
worked out by taking wages as Rs. 2500/- per month only. The Act does not

61
apply to certain establishments. The newly set-up establishments are exempted
for five years in certain circumstances. Some of the State Governments have
reduced the employment size from 20 to 10 for the purpose of applicability of
this Act.

J) Industrial Disputes Act 1947 :- The Act lays down the machinery and
procedure for resolutions of Industrial disputes, in what situations a strike or
lock-out becomes illegal and what are the requirements for laying off or
retrenching the employees or closing down the establishment.

K) Industrial employment (standing Orders) Act 1946 :- It is applicable to all


establishments employing 100 or more workmen (employment size reduced by
some of the State and Central Government to 50). The Act provides for laying
down rules governing the conditions of employment by the Employer on
matters provided in the Act and get the same certified by the designated
Authority.

L) Trade Unions Act 1926:- The Act lays the procedure for registration of trade
unions of workmen and employers. The Trade Unions registered under the Act
have given certain immunities from civil and criminal liabilities.

M) Child Labour (Prohibition & Regulation Act 1986 :- The Act prohibits
employment of children below 14 years of age in certain occupations and
process and provides for regulation of employment of children in all other
occupations and processes. Employment of Child labour is prohibited in Building
and Construction Industry.

N) Inter – St at e M igra nt wo rkmen’s (Regul a t ion of Emp lo yment &


Conditions of service) Act 1979:- The Act is applicable to an establishment
which employs
5 or more inter-state migrant workmen through an intermediary (who has
recruited workmen in one state for employment in the establishment situated in
another state).The inter-state migrant workmen, is an establishment to which
this Act becomes applicable, are required to be provided certain facilities such as
housing, medical aid, traveling expenses from home upto the establishment and
back, etc.

O) The Building and Other Construction workers (Regulation of employment


and Conditions of Service) Act 1996 and the Cess Act of 1996:- All the
establishments who carry on any building or other constructions work and
employ 10 or more workers are covered under this Act.
All such establishments are required to pay cess at the rate not exceeding 2% of
the cost of construction as may be modified by the government. The Employer of
the establishment is required to provide safety measures at the Building or
construction work and other welfare measures, such as canteens, First Aid
facilities, Ambulance, Housing accommodations for workers near the workplace
etc. The Employer to whom the Act applies has to obtain a registration
certificate from the Registering Officers appointed by the Government.

62
P) Factories Act 1948 :- The Act lays down the procedure for approval of plans
before setting up a factory, health and safety provisions, welfare provisions,
working hours, annual earned leave and rendering information regarding
accidents or dangerous occurrences to designated authorities. It is applicable to
premises employing 10 persons or more with aid of power or 20 or more
persons without the aid of power engaged in the manufacturing process.

Q) Royalty charges-The contractor shall pay the royalty to the competent


authority as per rule. The royalty charges paid shall be borne by the
contractor and shall not be reimbursed by the Employer.

R) Following Pollution control Acts and amendments made thereof


from time to time shall be applicable.

1. Water (Preservation and control of Pollution) Act, 1974


2. Air (Prevention and Control of Pollution Act 1981
3. Environmental (Protection) Act 1986

The contractor must commit to adopting Environmental


management plan for best energy use, waste management, the reduction
of pollution as in EMS (Environmental Management system)ISO-14001-
2015

65. ARBITRATION (GCC Clause 24)


The procedure for arbitration will be as follows: -

24.1 If the Contractor is of the view that a decision taken by the Engineer was either
outside the authority given to the Engineer by the Contract or that the decision
was wrongly taken, the decision shall be referred to Superintending Engineer
(O&M), SSNNL, Gandhinagar within 14 days of the notification of the
Engineer's decision. If the issue is not resolved, any party can refer the matter
for conciliation within 15 days from the decision given by the
Superintending Engineer.
24.2
(a) For the work up to Rs.100 Cr., if any of the parties is not satisfied with the
decision of the Superintending Engineer (O&M), SSNNL, Gandhinagar,
both the parties have to refer to the Chief Engineer (NMC), SSNNL,
Gandhinagar concerned for the conciliation process.
(b) For the work more than Rs.100 Cr., if any of the parties is not satisfied
with the decision of the Superintending Engineer, both parties have to
refer to the Director (CAD), SSNNL, Gandhinagar for the conciliation
process.
If the dispute is not resolved through the conciliation process,
contractor may refer the dispute to Gujarat Public Works Contract Dispute
Arbitration Tribunal. If the Contractor fails to refer a claim / dispute to the
Higher Authority within 14 days of the notification of the Engineer's
decision, the Contractor shall not be entitled to any additional
payment/claim if he doesn’t follow the above sequence in stipulated time.
However, during such period, he would not stop the work in any case.

63
SECTION - 4
CONTRACT DATA

64
CONTRACT DATA
Clause Reference With
respect To section 3
Item marked “N/A” do not apply to this Contract.
1. The Employers is [CL.1.1]
Name: Executive Engineer
Address: Block No.9, 6th Floor, New Sachivalaya, Gandhinagar
Name of authorized Representative (will be intimated later)
2. The Engineer is Executive Engineer, N.P.Main Canal Dn.No.2,
Gandhiangar
Name of Authorized Representative: Shri N.V.Bhavsar
3. The Defects Liability Period is 01 years from the date of [CL.1.1&33]
completion.
4. The Start Date shall be 1st days for the date of issue of the Notice [CL.1.1]
to proceed with the work.
5. The Intended Completion Date for the whole of the works is [CL.1.1,17&2]
11 Months after start of work with the following milestones:
Milestone dates: [CL.2.2& 49.1]
Physical works to be completed Period from the start date
Milestone 1 i.e. 25 %83 days.
Milestone 2 i.e. 50 % 165 days.
Milestone 3 i.e. 75 % 248 days.
Milestone 4 i.e. 100 % 334 days.
6. The Site is located at Narmada Main Canal, Vill.Fatiabad to Raipur, [CL.1.1]
Ta.Kapadwanj, Kheda, Dehgam & Gandhnagar & Dist. Kheda &
Gandhinagar
7. The name and identification number of the Contract is: As per tender [CL.1.1]
notice
8. The works consist of M&R for NMC between ch.184.926 to [CL.1.1]
220.907 km with items as per B.O.Q. The works shall, inter alia,
include the following, as Specified or as directed:

65
(A) Road Works :
Site clearance; setting out and layout widening of existing carriageway and
strengthening including camber corrections; construction of new road/ Parallel
service road; bituminous pavements remodeling/construction of Junctions,
intersections, bus bays, lay-bays; supplying and placing of drainage Channels,
flumes, guard posts and guard other related items; construction/extension of cross
drainage works, bridge, approaches and other related stones; protective works for
roads/bridge; all aspects of quality assurance of various components of the
works; rectification of The defects in the completed works during the Defects
Liability Period; submission of “As- built’’ drawings and any other related
documents; and other item of work as may be required to be carried out for
completing the work in accordance with the drawings and the provisions of the
contract and to ensure safety.

( B ) Bridge Works
provision of foundations, piers abutments and bearing; prestressed/reinforced
cement concrete superstructure; wearing coat, hand railings, expansion joints,
approach slabs, drainages spouts/ downtake pipes, arrangements for fixing light
posts, water mains, utilities etc; provision of suitably designed protective works;
providing wing/return walls; provision of road markings, road signs etc.; all aspects
of quality assurance; clearing the site and handing over the works on
completion; rectification of the defects during the Defects Liability Period and
submission of “As-built” drawings and other related documents; and other items
of work as may be required to be carried out for completing the works in accordance
with the drawings and the provisions of the contract and to Insure safety

66
(C) Other Items [CL.1.1]

Any Other Items as required to fulfill all contractual obligations as per the Bid
documents.
10. The following documents also form part of the Contract: [CL.2.3(9)]
As per clause 2-3

11. The law which applies to the Contract is the law of Union of India [CL.3.1]

12. The language of the Contract documents is English [CL.3.1]

13. Limit of subcontracting 25% of the Initial Contract Price [CL.7.1]

14. The Schedule of Other Contractors [CL.8]

15. The Schedule of Key Personnel As per Annex – II to Section I [CL.9]


16. The minimum insurance cover for physical property, injury and death [CL13]
is Rs. 5 lakhs per occurrence with the number of occurrences limited
to four. After each occurrence, the contractor will pay an additional
premium necessary to make insurance valid for four occurrences
always.

17. Site Investigation report [CL.14]


18. The Site Possession dates shall be 2nd day from Letter of Acceptance [CL.21]
19. The period for submission of programme for approval of the engineer [CL. 27.1]
shall be 21 days from the issue of Letter of Acceptance.
20. The period between program updates will be 01 days. [CL.27.3]
21. The amount to be withheld for late submission of an updated [CL. 27.3]
programme shall be Rs 0.50 lakhs
22. The following events shall also be Compensation Events [CL. 44]
Substantially adverse ground conditions encountered during the
course of execution of work not provided for in the bidding document.
(i) Removal of underground utilities detected subsequently
(ii) Significant changes in classification of soil requiring
additional mobilization by the contractor, e.g. ordinary soil
to rock excavation,
(iii) Removal of unsuitable material like marsh, debris dumps,
etc. not caused by the contractor.
(iv) Artesian conditions
(v) Seepage, erosion landslide
(vi) River training requiring protection of permanent work
(vii) Presence of historical, archeological or religious structures, monuments
interfering with the works
(viii) Restriction of access to ground imposed by civil, judicial, or military authority

67
23. The currency of the Contract is Indian Rupees [CL. 46]
24. The formula (e) for adjustment of prices are as under: [CL.47]
 If any of the commodities like Cement, Steel or Bitumen are not
found applicable in a work, the weight component of that
commodities {i.e. ‘Cement’ (Pc), ‘Steel’ (Ps) or ‘Bitumen' (Pb) as
indicated in SBD for the purpose of Price Adjustment} shall be
clubbed with the weight component of ‘Other Material’ (Pm), such
that the gross % weight of the components shall remain as 100% .
R = value of work as defined in Clause 47.1 of Conditions of Contract
Adjustment for labour component
(i) Price adjustment for increase or decrease in the cost due to
labour shall be paid in accordance with the following formula:

VL = 0.85 x (Pl/100) x R x (Li – 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 consumer price index for industrial workers for the
State on 28 days preceding the scheduled date of
opening of technical Bids as published by Labour
Bureau, Ministry of Labour, Government of India
Li = The consumer price index for industrial workers for the
State for the month under consideration as published by
the Labour Bureau, Ministry of Labour, Government of
India.
Pl = Percentage of labor component of the work.

Adjustment for cement component.

(ii) Prices adjustment for increase or decrease in the cost of


cement procured by the contractor
Vc= 0.85 x (Pc/100) x R x (Ci – C0)/C0
Vc = Increase or decrease in the cost of work during the
month under consideration due to changes in rates
for cement.
C0 = The all India wholesale price index for Ordinary
Portland Cement on 28 days preceding the
scheduled date of opening of technical bid as
published by the Office of the Economic Adviser,
Department for Promotion of Industry and Internal
Trade, Ministry of Commerce & Industry.
Ci = The all India average wholesale price index for
Ordinary Portland Cement for the month under
consideration as published by Office of the
Economic Adviser, Department for Promotion
of Industry and Internal Trade, Ministry of
Commerce & Industry.

Pc = Percentage of cement component of


the work
68
Adjustment for steel component
(iii) Price adjustment for increase or decrease in the cost of steel procured by the
contractor shall be paid in accordance with the following formula
Vs = 0.85 x (Ps/100) x R x (Si – S0)/S0

Vs= Increase or decrease in the cost of work during the month under
consideration due to changes in the rates for steel

So= The all India wholesale price index for steel (Mild Steel - Long Products
Rebars) on 28 days preceding the date of opening of Bids as published by the
Office of the Economic Adviser, Department for Promotion of Industry and
Internal Trade, Ministry of Commerce & Industry.

Si= The all India average wholesale price index for steel (Mild Steel - Long
Products Rebars) for the month under consideration as published by
Office of the Economic Adviser, Department for Promotion of Industry and
Internal Trade, Ministry of Commerce & Industry.

Ps = Percentage of steel component of the work

Note : For the application of this clause, the index of Mild Steel- Long
products Rebars has been chosen to represent the steel group.

Adjustments of bitumen component

(iv) Price adjustment for increase in the cost of bitumen shall be paid in
accordance with the following formula

Vb = 0.85 x (Pb/100) x R x (Bi – B0)/B0

Vb = Increase or decrease in the cost of work during the month under


consideration due to changes in rates for bitumen.

Bo = The official retail price of bitumen at the IOC depot at the nearest
centre on the day 28 days prior to the scheduled date of opening of
technical bid.

Bi = The official retail price of bitumen of IOC depot at the nearest


centre for the 15th day of the month under consideration.

Pb = Percentage of bitumen component of the work

69
Adjustment of POL (fuel and lubricant) component

(v) Price adjustment for increase or decrease in cost of POL (fuel and
lubricant) shall be paid in accordance with the following formula

Vf = 0.85 x (Pf/100) x R x (Fi – F0)/F0

Vf = Increase or decrease in the cost of work during the month under


consideration due to changes in rates for fuel and lubricants.

Fo = The official retail price of High Speed Diesel (HSD) at the existing
consumer pumps of IOC at the nearest centre on the day 28 prior to
the date of opening of Bids.

Fi = The official retail price of HSD at the existing consumer pumps of


IOC at the nearest centre for the 15th day of the month of the under
consideration.

Pf = Percentage of fuel and lubricants component of the work

Note: For the application of this clause, the price of High-Speed diesel Oil has
been chosen to represent the fuel and lubricants group.

Adjustment for Construction Machinery

(vi) Price adjustment for increase or decrease in the cost of plant and
Machinery spare procured by the Contractor shall be paid in
accordance with the following formula

Vp = 0.85 x (Pp/100) x R x (Pi – P0)/P0

Vp= Increase or decrease in the cost of work during the month under
consideration due to changes in rates for plant and machinery spares

P0 = The all India wholesale price index for manufacturer of


machinery for mining, quarrying and Construction for the month
under consideration as published Office of the Economic Adviser,
Department for Promotion of Industry and Internal Trade,
Ministry of Commerce & Industry.

Pi = The all India average wholesale price index for manufacturer of


machinery for mining, quarrying and Construction for the month
under consideration as published Office of the Economic Adviser,
Department for Promotion of Industry and Internal Trade,
Ministry of Commerce & Industry.

Pp = Percentage of plant and machinery spares component of the work.

Note: For the application of this clause, index of Heavy Machinery and parts
has been chosen to represent the Plant and Machinery Spares group

70
Adjustment of other materials Component

(vii) Price adjustment for increase or decrease in cost of local materials


other than cement, steel, bitumen and POL procured by the contractor
shall be paid in accordance with the following formula

Vm= 0.85x (Pm/100) x R x (Mi – M0)/M0

Vm = Increase or decrease in the cost of work during the month under


consideration due to change in rates for local materials other than
cement, steel, bitumen and POL.

M0 = The All Indian wholesale price index (all commodities) on 28


days preceding the scheduled date of opening of technical Bids, as
published by the Office of the Economic Adviser, Department for
Promotion of Industry and Internal Trade, Ministry of Commerce
& Industry.

Mi= The All India wholesale price index (all commodities) for the
month under consideration as published by the Office of the
Economic Adviser, Department for Promotion of Industry and
Internal Trade, Ministry of Commerce & Industry.

Pm = Percentage of local material components (other than cement,


steel, bitumen and POL) of the work.

The following percentage will govern the price adjustment for the
entire contract:
1. Labour - Pl .. 26.67 %
2. Cement – Pc 28.00 %
3. Steel - Ps 00.13 %
4. Bitumen - Pb 0.00 %
5. POL - Pf.. 0.00 %
6. Plant & Machinery Spares Pp. 1.41 %
7. Other Materials - Pm. 43.79 %
--------------
Total 100.00 %
--------------

25. The proportion of payments retained (retention money) shall be 6% {CL. 48}
from each bill subject to a maximum of 5% of final contract price.

26. Amount of Liquidated damages for For Whole of work {CL.49}


delay in completion of works (1/2000)th of the Initial contract
price, rounded off to the nearest
Thousand, per day. For sectional
Completion (wherever specified In
item 6 of Contract data) (1/2000)th of
initial contract price for #5 km
Section, rounded off to the nearest
thousand per day.

71
27. Maximum limit of liquidated damages 10 percent of the Initial {CL. 49}
For delay in completion work Contract Price rounded off to
the nearest thousand

28. Amount of Bonus for early completion Amount of bonus for early
completion of work shall be given
as per CL.50 of Section-3

29. Maximum limit of bonus for early 5 percent of the Contract {CL. 50}
Completion of work Price

30. The amount of the advance payment are: {CL. 51 & 52}

#Nature of Advances Amount (Rs.) Conditions to


Be fulfilled
i Mobilization 10% of the contract On submission of unconditional
Price Bank Guarantee. (to be drawn before
the end of 20% of the contract
period). The contractor may furnish
four bank guarantees of 2.5 % of
each valid for the full period.

ii Equipment 90% for new and 50% of After equipment is brought to site
depreciated value for old (provided the Engineer is
equipment. Total amount satisfied That the equipment is
will be subject to a required for performance of the
maximum of 5% of the contract) and on submission of
Contract Price unconditional Bank Guarantee for
amount of advance

iii Secured Deleted


Advance for
Non-persish
able material
Brought to site

(The advance payment will be paid to the Contractor no later than 28 days after
fulfillment of the above conditions).

31. Repayment of advance payment for mobilization and equipment {CL. 51.3}

The advance loan shall be repaid with percentage deduction from the interim
payments certified by the Engineer under the Contract. Deduction shall
commence in the next Interim Payment Certificate following that in which the

72
total of all such payments to the Contractor has reached not less than 20 percent
of the Contract Price or 6 (six) months from the date of payment of first
installment of advance, whichever period concludes earlier, and shall be made at
the rate of 20 percent (collectively for both Mobilization Advance and
Equipment Advance) of the amounts of all Interim Payment Certificate until
such time as the loan has been repaid, always provided that the loan shall be
completely repaid prior to the expiry of the original time for completion pursuant
to Clause 17 and 28.
32. Deleted
33. The securities shall be for the following minimum amounts equivalent {CL. 52}
As a percentage of the Contract Price:
Performance Security for 5 percent of contract price plus Rs. …………….. (to be
decided after evaluation of the bid) as additional security in terms of ITB Clause
29.5

The standard form of Performance security acceptable to the Employer shall be


an unconditional Bank Guarantee of the type as presented in Section 8 of the
Bidding Documents.
34. The Schedule of Operating and maintenance Manuals…..N/A. {CL. 58}
35. The date by which “as– built” drawings (in scale as directed) in 2 sets {CL. 58}
are required within 28 days of the issue of certificate of completion of the whole
or section of the work, as the case may be.
36. The amount to be withheld for failing to supply “as built” drawings {CL. 58} by
the Date required is Rs 5.0 Lakhs.
37. The following events shall also be fundamentals breach of contract: {CL.59.2}
“The Contractor has contravened Sub- clause 7.1 and Clause 9 of GCC”
38. The percentage to apply the value of the work not completed representing {Cl 60}
the Employer’s additional cost for completing the Works shall be 20 percent.

73
VOLUME-II

SECTION - 5
TECHNICAL SPECIFICATION

74
Name of work:- Maintenance and Repair work for Narmada Main Canal
between ch. 184.926 to 220.907 km for year 2023-24.

GENERAL SPECIFICATIONS

1.0 The work, in general, shall be carried out in workman like manner as well as
to the correct section, gradient; line and level as per drawing/Instruction give
by the SSNNL and to the entire satisfaction of the Engineer-In-Charge or his
authorized representative. The work has to be carried out where the water is
flowing/Stagnant condition in canal and AC/TC of drainage siphon and water
level will be depleted by the SSNNL as much as possible.
2.0 During this operation, the agency will have to make all the necessary
arrangements and expenses for the loading/unloading of heavy machinery in
the canal and disposal of mud & other waste outside the Main canal. If any
structure of the main canal is damaged during the said operation, the entire
responsibility will be on the agency.
3.0 The site shall be cleared off all rubbish materials and heaps etc. and shall be
handed over in neat and good condition after completion of work.
4.0 Proper arrangement for inspection of work shall be made by the contractor,
during execution and up to completion of work.
5.0 The contractor shall have to manage and provide at his own expenses the
necessary roads, approach roads and haul roads, diversion etc. during the
execution of work wherever necessary and maintain the same till the work is
completed. No extra payment shall be made for these activities.
6.0 Necessary night lamps and danger marks shall be provided by the contractor
to avoid accidents etc. at his own cost.
7.0 The contractor shall make his own arrangements at his cost for providing
labour and miscellaneous materials such as nails, pegs, coir string, forms,
templates etc. and engineering equipment’s like theodolite, automatic level,
measuring tape etc. for the purpose of leveling and for fixing the alignment,
line out and checking of work etc.
8.0 The work order book shall be maintained on site of work and the contractor
shall sign the orders and strictly follow the instructions given by the officers or

75
his representatives and he shall have to carry out the work properly as per the
instructions.
9.0 The contractor shall provide a store near the site of work for the materials with
locking arrangement. One key shall be given to the authorized representative
of Engineer-in-charge. All the expenses on this account shall be the cost of
the contractor.
10.0 The contractor shall engage an authorized representative having full authority
and also experienced qualified technical person capable of managing and
executing the work and he shall carry out the work as per the instructions
given by the supervisory staff of the Nigam from time to time. He shall clearly
and distinctly see that specifications are to be rigidly adhered to. No
relaxations on the ground of prevailing customs shall be allowed.
11.0 The work shall he carried out as per the specifications and in- case of conflict
the specifications given in P.W.D. Hand Book Volume I & H of latest edition or
as per Indian Standards shall be followed. The decision of Engineer-In-
Charge in case of dispute will be final and binding to the contractor.
12.0 Medical facilities including insurance shall be provided by the contractor at his
own cost in case of accident to labours working on site of work. Moreover
necessary first aid facilities shall also be provided by him on site of work. In
case of accident the rules regarding workman compensation shall be binding
to the contractor and shall undergo all procedures laid wherein. All prevailing
labour laws shall be followed by the agency.
13.0 The contractor or his authorized representative will sign on working
measurement of work etc.
14.0 The earthwork shall be carried out after making necessary profile as per
required sections as directed by engineer-in-charge.
15.0 The information board detailing out the work description as prescribed by the
SSNNL shall be exhibited and maintained on the work site.
16.0 The dismantled useful materials shall be the property of SSNNL and shall be
stacked and disposed off as directed by the Engineer-in-charge.
17.0 Before accepting the works of “Maintenance and Repair work for Narmada
Main Canal between ch. 184.926 to 220.907 km for year 2023-24.”

76
18.0 ”The work carried out shall be inspected jointly by the Engineer-In-charge and
authorized representative of contractor and all defects unevenness as
observed shall be repaired rectified by the contractor at his own cost to the
satisfaction of the Engineer-in-Charge.
19.0 The contractor shall have to submit the methodology of work to be executed &
his construction program schedule immediately after the date of work order
and shall be approved by the Engineer-in-Charge. In this type of work
contractor has to complete the work in specified time limit.

20.0 As the work is to be carried out near the canal hence proper safety measures
shall be taken by agency. The life jacket, ring buoys, rope etc. must be
provided by contractor for safety of labour / supervisor working near Canal.
21.0 Contractor shall bound latest rules, regulations & guide lines of SSNNL
regarding quality control aspects.
22.0 Agency must follow the rules and law of labour & Labour Wages.
23.0 The, work, in general shall be carried out in workman like manner as well as
to the entire satisfaction of the engineer-in-charge or his representative.
24.0 The contractor shall engage person capable of managing and executing the
work and they shall carry out the work as per the specifications / instructions
given by the supervisory staff of the Nigam from time to time.
25.0 The decision of Engineer-In-Charge in case of dispute will be final and binding
to the contractor.
26.0 The contractor or his representative shall remain present during the execution
of the work every day.
27.0 The agency shall not deploy any person in connection with any activity under
the scope of this work, who is minor according to the Law. The agency shall
not deploy any person whose age is less than 18 years.
28.0 In case of failure from part of contractor for attending the defects or
unevenness, the Engineer-in-charge may rectify or remove or re-execute the
work at the risk and cost of the contractor. The Engineer-In-Charge shall be
entitled to forfeit the whole or any part of amount of security deposit towards,
the expense, if any incurred by him in rectification, removal or re-execution of
defective work.

77
29.0 The Agency will have to quote his own price while online tendering only after
seeing the condition of the place or site visit. The Estimate of this work will not
have to be referenced.

31.0 MONSOON DAMAGES:


Damages due to rain or flood either in cutting or in banks shall have to be
made good by the Contractor till the work is accepted by the SSNNL. The
responsibility of removing mud, dewatering and making good the damages
due to rain or flood rests with the Contractor, throughout the
construction/Tender period. No extra cost is payable for such operations and
the Contractor shall, therefore, has to take all necessary precautions to
protect the work done during the entire construction period. The provision
made in this para shall be applicable to all the components of the work under
this contract till completion of the entire work. The Contractor shall take all
precautionary measures well prior to onset of the monsoon to prevent entry of
flood waters of drains, nallas and other area. However any damage done to
the work or silting or slush caused shall have to be attended by the Contractor
without any extra cost to SSNNL.

78
1.0 Dismantling Work.
Item no.1 – Dismantling the existing cement concrete including shoring out the
dismantled stuff and stacking the useful material and removing the debris and
making good the damage etc. comp as and where directed.
1.1 GENERAL:
1.1.1 The damage C.C. work shall be dismantled properly as directed with all lead and lifts.
Utmost care shall be taken while dismantling, so that only demarked / directed
portion shall be removed and no damage shall occur to the good work. Suitable
breaking tools shall be used as directed. No blasting shall be allowed. The contractor
shall clean the site by removing the loose materials deposited on or near the
damaged portion for repairing the same and the removal of loose material shall be
disposed off with all leads and lifts as directed. No extra payment shall be made for
removal of demolished concrete.
1.1.2 If, any damage to the good work occurs while breaking the damaged concrete, the
contractor shall have to repair the damage caused to the good concrete at his own
cost.
1.1.3 The dismantling work is considered for repairing the damaged surface drain, parapet
wall and to dismantled cement concrete between B.T road and surface drain.
1.2 CONVEYANCE & DISPOSAL OF DISMANTLED MATERIAL:
1.2.1 The damaged cement concrete debris shall be disposed off at the specified place i.e.
from NMC structure to outside the canal bank with all lifts and leads including
disposed off unserviceable material as and where directed.
1.3 SPECIAL CARE:
1.3.1 The contractor shall exercise special care to avoid damage to good C.C. work and
Asphalt work. The contractor shall not adopt any blasting for demolishing the
damage concrete.
1.4 MEASUREMENT AND PAYMENT:
1.4.1 Measurement and payment for Cement Concrete shall be made on cubic meter
basis. The average length, width and depth shall be measured in case of uneven
shape of work area.
1.4.2 The payment of item shall be made at the quoted rate in Schedule-B.
1.4.3 The rate shall include the cost of demolishing, removing and disposing off
demolished concrete with all lead and all lifts including disposed off unserviceable
material as and where directed. The rate shall also include cost of all labours,
materials and all other incidental operations for carrying out the work in accordance
with the specifications.

2.0 Excavation.

ItemNo.2 - Excavation for foundation in all sorts of soil including yellow, sandy,
gravelly soil, soft murrum & hard murrum etc. including depositing the excavated

79
stuff in uniform layers in banks or as and where directed etc. complete for lead
upto 1 km and all lift.(above water table)

2. 1 GENERAL
2.1.1 The excavation for canal in soil and soft murrum shall be done according to the
dimensions and grade shown on the working drawing or as directed. Proud
equivalent to thickness of the lining on slope and in bed on underside of the lining
shall be left unexcavated temporarily and the removal of the proud shall be done just
before the trimming and placing the concrete lining and or as cross drain / cross
drain concrete.
2.1.2 All areas to be excavated for canal section shall be pre-wetted so that at the time of
excavation, moisture content shall be about optimum. However in case excavated
material from canal is not to be used for embankment, such pre-wetting need not be
done. The contractor shall not be entitled to any additional rate above the approved
rates in the Schedule-B. On account of the requirement for allowing additional time
for drying, stock piling and re-handling, no extra payment shall be made.
2.1.3 Degradation / excavation for tail / approach channels for structures and drains shall
be done according to the dimensions and grade as shown on the working drawings
or as directed. No payment shall be made for excavation done beyond the pay lines
on drawings.
2.1.4 In case of changes in canal sections and side slopes the contractor shall have to carry
out the work at the rates quoted for the item without clamming any extra rate.
2.1.5 The work is considered to excavate the 10cm thick lining portion which will be
executed in this tender.

2.2 CONVEYANCE AND DISPOSAL OF EXCAVATED MATERIALS:

The excavated materials shall be used to strengthen the embankment on either side
on canal or deposited in low areas on either side of the canal to fill up the local
depression or otherwise stacked in spoil banks in regular shape with suitable slopes
or spread in other approved location and manner as directed with a lead and lift as
specified in the item.

2.3 MEASUREMENT AND PAYMENT:

2.3.1 The payment shall be made on cubic meter basis for the quantities excavated to the
required extent and disposed off as directed. The rate of excavated shall be included
all conveyance and disposal excavated material in lead up to 1 km and for all lift.
2.3. 2 Rate of excavation includes providing all tools, machinery, equipments, labours etc.
to complete the work in accordance with the specification.

80
CONCRETE WORK ITEMS:

Item No. 3
Providing & laying plain / reinforced ordinary Portland cement concrete of various
grade with cement, sand, and coarse aggregates including centering, shuttering,
batching, mixing, transporting, placing, vibrating, smooth finishing, curing etc.
complete. (MANNUALLY WITH CONVENTIONAL MIXER) (EXCLUDING DEWATERING)
(A) Foundation (ii) M 10 grade.(Cement level-220 kg)

Item No. 4
Providing & laying plain / reinforced ordinary Portland cement concrete of various
grade with cement, sand, and coarse aggregates including centering, shuttering,
batching, mixing, transporting, placing, vibrating, smooth finishing, curing etc.
complete. (MANNUALLY WITH CONVENTIONAL MIXER) (EXCLUDING DEWATERING)
(D)Walls of barrels, breast wall, staunching rings, pedestals of bearing, stoplog
piers, well staining, transition wall, etc. ( i ) M 15 grade.(Cement level-280 kg)

Item No. 5
Providing & laying plain / reinforced ordinary Portland cement concrete of various
grade with cement, sand, and coarse aggregates including centering, shuttering,
batching, mixing, transporting, placing, vibrating, smooth finishing, curing etc.
complete. (MANNUALLY WITH CONVENTIONAL MIXER) (EXCLUDING DEWATERING)
(D)Walls of barrels, breast wall, staunching rings, pedestals of bearing, Stoplog
piers, well staining, transition wall, etc. ( ii ) M 20 grade.(Cement level-330 kg)

Item No. 15
Providing & laying plain / reinforced ordinary Portland cement concrete of various
grade with cement, sand, and coarse aggregates including centering, shuttering,
batching, mixing, transporting, placing, vibrating, smooth finishing, curing etc.
complete. (MANNUALLY WITH CONVENTIONAL MIXER) (EXCLUDING DEWATERING)
for Encasing of surrounding NP-3 pipe ( ii ) M 20 grade.(Cement level-330 kg)

Item No. 18
Providing & laying plain/reinforced ordinary Portland cement concrete of various
grade with cement, sand and coarse aggregate including centering, shuttering,
batching, mixing, transporting, placing, vibrating, smooth finishing, curing etc.
complete (Manually with conventional mixer) (Excluding dewatering)(E)Roadway
slab, kerb, hoisting platform, top slab of barrel, etc.( ii ) M 20 grade.(Cement level-
330 kg)

81
Item No. 21
Providing 7.5cm thick paved drain in M-15 concrete as per drawing for proper
drainage arrangement including embedding MS welded mesh (2.8 mm dia of 100
mm x 100 mm) and disposing off the excavated materials as directed.(MS weld
mesh to be paid separately)
Size-0.40 m X 0.30 m

3.1 COMPOSITION:
Concrete shall be composed of cement fine aggregates (natural sand), coarse
aggregates (crushed), and water well mixed in proportion and brought to the proper
consistency. The proportions shall be adjusted to produce a durable plastic and
workable concrete, suitable for specified conditions of placement and design
strength. However, no extra payment shall be made for either change in grade or
change in proportion of coarse and fine aggregates.
3.2 MATERIALS:

CEMENT:
(a) Only ordinary Portland bagged cement (OPC) confirming to IS : 269 – 1976 and IS :
8112 – 1989 and confirming to Indian standard code, and approved make shall be
used for concrete.
(b) Immediately, upon receipt at the site of the work. Cement bags shall be properly
stored. All storage facilities shall be subject to approval, sufficient cement shall be
kept in stock for completion of concreting on hand.
(c) Cement shall be used on order of receipt, cement older than 90 days shall not be
used unless the test satisfies the minimum strength requirements.
(e) The cement to be used on work shall be brought sufficient in advance before using the
cement in works so that SSNNL can conduct minimum required test to ascertain its
quality. The Contractor shall also furnish the manufacturer’s test results conducted
at the factory site in the manufacturer’s quality control laboratory for each lot/batch
of cement which is brought to the site.
Frequency for cement testing (Physical properties) are as under as per IS : 3535-1986.
Weight of lot in tone No. of Samples to Remarks
be taken
Up to 100 2 The frequency for chemical
101 to 200 3 testing for cement
201 to 300 4 to be decided by
301 to 500 5 the Engineer-In-
501 to 1000 6 Charge per
1001 to 2000 7 lot/batch

82
(d) Contractor shall procure the cement of the manufactures approved by the Nigam
only.
FINE AGGREGATE:
(i) General
(a) All the aggregates shall conform to IS : 383-1999, or its latest version and as directed
by Engineer-In-Charge. Sand to be used shall be natural as obtained from the river
bed and the maximum size shall be limited to 4.75 mm.
Fine aggregates will be tested for their gradation, specific gravity, water absorption, fineness
modulus, soundness, petro-graphic analysis, deleterious constituents and alkali
aggregate reactivity. Due allowance shall be made if at the time of mixing, the sand
is wet. The exact extent of such allowance or bulk age shall depend upon the
quantity of moisture in sand and it shall be decided by the Engineer-In-Charge.
(b) It may be pointed out in particular that the large quantity of sand is available in the
river Banas only. The Contractor shall procure approved quality of sand from any
other source if required at his own cost.
(ii) Quality
(a) Sand shall consist of hard, inert, dense, durable and uncoated siliceous gritty
materials. It shall be free from injurious amount of dust, lumps soft and flaky
particles, shale, alkali, organic matter, loam and other deleterious substances. The
maximum percentage of each of the deleterious substance in sand as delivered to
the mixer shall not exceed the following values.
Limits of deleterious material
(i) Coal & lignite 1.0 Percent by weight
(ii) Clay lumps 1.0 Percent by weight
(iii) Material finer than 75 micron I.S 3.0 Percent by weight
sieve
(iv) Shale 1.0 Percent by weight
(v) Total of percentages of all Percent by weight
deleterious material (except
Mica)

(b) Sand shall be free from injurious amount of organic impurities and sand that are
producing a colour (obtained by dissolving 9 grams of chemically pure (c.p.) ferric
chloride and 1 gram of (c.p.) cobalt chloride in 100 ml of water to which one third ml
of hydro chloric acid has been added) darken than the standard in the test (organic
test) for organic impurities shall be rejected.
(iii) Grading
(a) Sand shall be well graded so as to impart good workability and good finishing. Sieve
analysis of natural sand shall conform to the following limits of gradation.

83
IS Sieve Cumulative percentage of weight passing
through sieve
10 mm 100
4.75 mm 92-100
2.36 mm 75-92
1.18 mm 55-82
600 micron 30-64
300 micron 10-40
150 micron 3-10
(b) Deviations from the prescribed limits of cumulative percentage retained on sieve 10
mm, 4.75 mm, 2.36 mm, 1.18 mm, 600 micron, 300 micron and 150 micron IS sieves
shall be permitted provided total of such deviations do not exceed 5 percent. No
deviation from the prescribed limit shall be permitted for cumulative percentage
retained on 600 micron IS Sieve.
(iv) Fineness Modulus
(a) Sand shall have a fineness modulus between 2.4 to 3.0 subject to the gradation
specified in the preceding paragraph.
(b) The modulus shall be computed by adding cumulative percentage of sand retained
on the standard screens 4.75 mm, 2.36 mm, 1.18 mm, 600 micron, 300 micron, 150
micron IS sieves and dividing the sum by 100. Gradation of sand shall be so
controlled that the fineness modulus of at least 9 out of 10 consecutive test samples
of finished sand shall not vary by more than 0.10 from the average of 10 test
samples. Sand having any deviation from the specified range of gradation and
fineness modulus shall not be permitted to be used in work without the written
permission of the Engineer-In-Charge.
(v) Testing
The following testing frequencies shall be maintained for the same source of Fine
Aggregates:
Sr. Name of Test Minimum number of test specified
No.
1. Gradation for fineness Modulus Daily one test. If the variation of
daily F.M. values is more than 0.1,
then frequencies may be increased
2. Silt Content Daily one test
3. Moisture Content Daily one test
4. Sp. gravity and water absorption Twice in a concreting working
soundness, alkali-aggregate season.
reactivity, Petro graphic
examination

84
(vi) Storage
All sand shall be stored on the site of work in such a manner as to prevent intrusion
of foreign matter.
COURSE AGGREGATE:
(i) General
(a) Coarse aggregate for concrete shall consist of clean, hard, dense and durable
crushed metal free from vegetable matter and shall be free from thin elongated soft
pieces, organic or other deleterious matter. It shall have no adherent coating. It shall
be from a source approved by the Engineer-In-Charge. Coarse aggregates shall
confirmed to IS: 383-1970 and IS:515-1959. Predominantly flaky aggregates shall not
be used. All coarse aggregates shall be washed and/or screened by the Contractor, if
required. The percentage of deleterious substance in coarse aggregate shall not
exceed the following values.
Material passing 150 micron
IS sieve screen 1 percent by weight
Shale by weight 1 percent by weight
Coal and Lignite 1 percent by weight
Soft fragments 3 percent by weight
Other deleterious 1 percent by weight
substance
Clay lumps 1 percent by weight
Coarse aggregate will be tested for their gradation, specific gravity, water
absorption, impact and abrasion values, soundness, petro graphic analysis,
deleterious constituents, flakiness and elongation indices and alkali aggregate
reactivity.
(b) The sum of the percentage of all the deleterious substances shall however,
not exceed 5 percent by weight. The coarse aggregate shall satisfy abrasion,
soundness, crushing and alkali aggregate reactivity tests and water absorption
results as laid down in IS: 383 – 1970 and other relevant Indian Standard
Specifications.
(c) The flakiness and elongation index (Total) should not exceed 35% with
maximum independent limit of 20% for any types of concrete.
(ii) Source
The crushed aggregates are available in ample quantity from the quarries near
Vadagam, Kheduka & Raniwara (Sanchor). The Contractor should assess for sources
of availability of required quality and quantity of coarse aggregate before submitting
his offer. The Contractor shall procure approved quality of aggregates from any
other sources for which no extra claim shall be entertained.
(iii) Grading
(a) Coarse aggregate shall be well graded and shall have a maximum size of 20 mm.

85
(b) The gradation shall give a dense concrete of the specified strength and consistency
that will work readily into position without segregation and without the use of
excessive water content.
(c) The grading of coarse aggregate shall be in the nominal sizes as mentioned in Table II
of IS: 383 – 1970 reproduced below in respect of 40 MSA and 20 MSA.
Table-II of IS: 383 – 1999
IS Sieve Designation Percentage passing for aggregate of nominal
size.
40 mm 20 mm 10 mm
80 mm -- -- --
63 mm 100 -- --
40 mm 85-100 100 --
20 mm 0-20 85-100 --
16 mm -- -- --
12.5 mm -- -- 100
10 mm 0-5 0-20 85-100
4.75 mm -- 0-5 0-20
2.36 mm -- -- 0-5
(In concrete for canal lining, the percentage of 4.75 to 10 mm fraction shall be
reduced to about 5 to 10 percent of the total coarse aggregate ). However, the exact
gradation required to produce a dense concrete ( for C. C. Blocks )of specified
strength and desired workability shall be decided by the Engineer-In-Charge. In case
of no fines concrete, the percentage of fines fraction shall be determined by the
Engineer-In-Charge.
(d) The material passing through the screen shall be in grade ranging from 40 mm to
4.75 mm. Each grade of material shall be stacked 40 mm to 20 mm, 20 mm to 10 mm
and 10 mm to 4.75 mm.
(e) Coarse aggregate shall consist of inert, clean, hard, strong, durable and structurally
sound particles of crushed stone and shall be free from thin elongated soft pieces,
organic or other deleterious matter, capable of developing good bond with cement
paste and weather resisting, be unaffected by water. It shall have no adherent
coating of clay, silt, mud or any other adherent-coating. It shall be from a source
approved by the Engineer-In-Charge. Coarse aggregates shall confirm to IS:383-1999
and IS:515-1959.
(f) Coarse aggregates shall be washed and screened at the sources approved by the
Engineer-In-Charge. If necessary contractor shall remove all vegetation and other
perishable substances and objectionable amounts of other foreign and deleterious
matter. The cost of washing and screening at the source shall be borne by the
contractor. In case the coarse aggregate brought to the site of work is not washed
and screened at the source the contractor shall make necessary arrangements for

86
washing and screening at the B&M plant and its cost shall be borne by the
contractor.
(iv) Testing.
The following testing frequencies shall be maintained for the same source of coarse
aggregates.
Minimum number of test
Sr. No. Name of Test
specified.
1 Gradation Daily one test for each nominal
size of aggregates.
2 Water Content Daily one test for each nominal
size of aggregates.
3 Silt Content Daily one test for each nominal
size of aggregates.
4 Sp. gravity and water Absorption, Twice in a concreting working
Impact or Abrasion value, Density, season.
Soundness, Alkali aggregate reactivity,
Petro-graphic examination.

Flakiness and elongation Index :


Value of flakiness Index Value of elongation Remarks
Index
(A) PCC/RCC of all 20 % Maximum Combined maximum allowable
Grades. limits of both flakiness and
20 % Maximum elongation Index shall be 35 %

(v) Storage
(a) The aggregate shall be stacked in such a way as to prevent the admixture of foreign
materials such as soil, vegetable matter etc. Heaps of fine and coarse aggregates
shall be kept separate. When different sizes of fine or coarse aggregate are procured
separately, they shall be stored in separate stockpiles, sufficiently away from each
other to prevent the materials at the edge of the piles from getting intermixed.
(b) The aggregates shall be stockpiled adjacent to the mixer site so as to require
minimum rehandaling and labour when conveyed to the mixer.
(c) The aggregates shall be placed on a dry hard patch of ground if available otherwise a
platform of planks or plain galvanized iron sheets or alternatively on a floor of dry
bricks or a thin layer of lean concrete.
(d) The aggregates shall be kept free of dirt, rubbish, papers, vegetable matter etc.
collected by the people.
(e) To minimize moisture variations the stock piles shall be spread over as large in area
as possible but kept low and fairly uniform in height preferably 1.25 to 1.50 meter

87
and the lowest layer of about 30 cm height shall be allowed to act as drainage layer
and not used till the end.

WATER:
Water used for mixing of concrete and mortar shall be free from injurious amounts
of deleterious materials. Potable water is generally considered satisfactory for
mixing and curing.

3.2.1 Strength Requirement of Concrete


The compressive strength requirements for the various mixes by concrete shall be
as follows:
Type of Minimum Compressive strength in kg/cm²
concrete. Of 150 mm cubes
7 days 28 days
M-10 70 100
M-15 100 150
M-20 140 200
Note: Seven days test results give an early indication of a possible weak concrete. 28
days compressive strength specified in table shall alone be the criteria for
acceptance or rejection of the concrete. Where the strength of a concrete mix falls
short of the requirement mentioned in the table, such concrete shall be classified for
all purposes, as the concrete mix in above table which corresponds to that strength
ACCEPTANCE CRITERIA:
(a) The average strength of the group of cube cast for each day shall not be less than the
specified cube strength for the work. About 20% of the cube cast for each day may
have values less than the specified strength provided the lowest value is not less
than 85% of the specified strength.
(b) In case the concrete does not confirm to the acceptance criteria for strength as
specified above, the Engineer-in-Charge reserves the right to reject the work or
accept the same at a reduced rate derived from tender rate and as approved by him.
3.2.2 Proportioning Concrete
(a) The mix proportion shall be selected to ensure the workability of the fresh concrete
and when concrete is hardened, it shall have the required strength, durability and
surface finish.
(b) Except where it can be shown to the satisfaction of the Engineer-in-charge that
supply of properly graded aggregate of uniform quality can be maintained till the
completion of the work, grading of aggregate shall be controlled by obtaining the
coarse aggregate in different sizes and blending them in the right proportions as
required. Different sizes, however, shall be stacked in separate stock piles. Required
quantity of material shall be stock-piled several hours, preferably a day, before use.
Grading of coarse and fine aggregates shall be checked as frequently as possible.

88
Frequency for a given job being determined by the Engineer-in-Charge to ensure that
the suppliers are maintaining the uniform grading as approved for samples used in
the preliminary tests. In proportioning concrete, the quantity of both cement and
aggregate shall be determined by weight, water shall either be measured by volume
in calibrated tank or weighed. All measuring equipment shall be maintained in a
clean and serviceable condition. Their accuracy shall be periodically checked.
(c) Actual cement level required for the aggregates to be used shall have to be
determined by laboratory tests. The mix proportions shall be selected to ensure that
the workability of the fresh concrete is suitable for the conditions of handling and
placing, so that after compaction it surrounds all reinforcements and completely fills
the formwork. When concrete is hardened, it shall have the required strength,
durability and surface finish.
3.2.3 Mix Design and Testing:
For Design Mix Concrete the mix design shall be designed according to IS 10262 and
SP:23 to provide the grade of concrete having the required workability and
characteristics strength not less than appropriate values given in IS – 456. The design
mix shall be such that it is cohesive and does not segregate and should result in
dense and durable concrete and also capable of giving the finish as specified. For
water retaining structures the mix shall be also result in watertight concrete. The
contractor shall be exercise great care while designing the concrete mix and
executing the works to achieve the desired result.
The cement concrete for the controlled concrete shall be as under for the purpose of
working out the rates to be quoted in Schedule –B
Table – 1
(As Per Letter of NWRWS Dep’t Gandhinagar, MIS-102010/17/k-1 / dt.30/07/2018)

Sr.No. Type of Grade of Nominal Standard Compressive


Concrete Concrete Aggregate cement strength @
level (in kg.) 28 days
for one (in N/mm2 )
cubic meter
of concrete.
1 2 3 4 5 6
1 Plain M-10 40 MSA 220 10.00
2 Plain M-15 40 MSA 280 15.00
3 Plain M-15 20 MSA 300 15.00
4 Reinforced M-20 20 MSA 360 20.00
5 Reinforced M-20 40 MSA 330 20.00
6 Reinforced M-25 20 MSA 380 25.00
7 Reinforced M-25 40 MSA 360 25.00

89
However, depending on the technical requirement various size of aggregate may
be required to be used in various components of the structure. In that case, the
minimum cement level for various grade of concrete with various size of aggregate
shall be as per IS 456-2000.
Actual cement level required for the aggregate to be used shall be determined by
tests. The mix proportions shall be selected to ensure that the workability of the
fresh concrete is suitable for the conditions of handling and placing so that after
compaction it surrounds all reinforcement and completely fills the formwork.
When concrete is hardened, it shall have the required strength, durability and
surface finish.
(a) A mix shall be designed to produce the grade of concrete having the required
workability and cohesiveness and characteristic strength not less than that stipulated
in IS 456 -2000. However, due to change in design mix, if it becomes obligatory to
use less or more cement per cubic metre of concrete, the Contractor shall do the
same without claiming any extra cost for handling and using of cement. In case of
actual use being less than the cement level specified in table col. No.5 the SSNNL
shall deduct the cost of cement from the bill at the base price of star rates and rate
analysis is per ton of cement used at worksite for the reduced consumption of OPC.
The contractor will not be paid in any case any extra amount for the increase in use
of OPC cement. i.e. For more than the cement level specified in the column No.5 of
above table.
It shall be Contractor’s sole responsibility to carry out the mix designs at his own
cost. He shall furnish to Engineer at least 30 days before concreting operations, a
statement of proportions proposed to be used for the various concrete mixes and
the strength results obtained. The strength requirements of the concrete mixes
ascertained on 150 mm cubes as per IS:516 shall comply with the requirements of
IS:456.
(b) The quantity of water shall be just sufficient to produce a dense concrete of required
workability cohesiveness, durability and strength for the job. An accurate and strict
control shall be kept on the quantity of water.
(c) In the case of reinforced concrete work, workability shall be such that the concrete
surrounds and properly grips all reinforcement. The degree of consistency, which
shall depend upon the nature of work and methods of vibration of concrete, shall be
determined by regular slump tests. Following slumps shall be adopted for different
types of works.

Sr.No. Type of work Slumps allowed (without


any admixture
1 Mass concrete for RCC raft Foundation, 45mm to 55 mm
footing and retaining walls
2 Pier, Pier cap, Pedestal, Transition wall etc. 25mm to 40 mm

90
3 Thin RCC section with congested steel 60mm to 70 mm
4 Baffle wall, chute blocks and sills 25mm to 40mm
5 10cm Lining Works 50mm to 75 mm

3.2.4 Mixing
(a) The Concrete ingredients shall be mixed thoroughly in mixers of satisfactory type
and size which are so designed as to ensure uniform distribution of all the
constituent materials throughout the mass at the end of the mixing period.
The B & M plant/Fiori shall be so designed and operated that all materials entering
the mixer can be accurately proportioned and readily controlled. The entire batch
within the mixer shall be discharged before recharging. The volume of mixed
materials per batch shall not exceed the rated capacity. A mixer will be considered
unsatisfactory, if from three test of any one batch, a change in slump exceeding
25mm or a change in air content exceeding one percent is noticed between
representative samples taken at different portions of the mixer discharges.
(b) The first concrete batch at the start of continuous mixing operation or after a lapse
of 30 minutes in continuous mixing operation shall be made richer by the addition of
extra cement as directed.
(c) For any one batch, the difference between the unit weights of coarse aggregate
from concrete samples from the front and end of the mixer or mixer discharge, when
determined in accordance with the above mentioned mixer performance test shall
not exceed 10 percent of the mean value.
(d) The mixing of each batch shall continue, for not less than the period stated in Table-I
of IS: 457 – 1957 as shown below unless tests of mixer performance show that
variation in the prescribed time is necessary or acceptable. Each mixer shall have a
timing device for indicating the completion of the required mixing period

Table for time of mixing

Minimum time of mixing


Natural Aggregates Manufactured Aggregates
3 m3 or larger 2 minutes 2 ½ minutes
2 m3 1 ½ minutes 2 minutes
1 m3 or smaller 1 ¼ Minutes 1 ½ minutes

(f) The actual time of mixing shall be checked at least twice during each shift and the
timing device shall be adjusted if there is error. The timing device shall be so
interlocked with the discharge gate of the batch hopper that the timing does not
start until the discharge gate is fully closed and all ingredients are in the drum. A
suitable record shall be kept of the average time consumed in charging, mixing and
discharging a batch during each run.

91
(g) The full contents of the drum shall be discharged quickly to avoid segregation.
(h) The minimum mixing periods specified are considered on the materials being fed
into the mixer in a manner which will facilitate efficient mixing and an operation of
the mixer at its designed speed. The following sequence of charging the mixer be
adopted.
i. Five to ten percent of the total quantity of water required for mixing, adequate to
wet the drum thoroughly, shall be introduced before the other ingredients in order
to prevent any caulking of the cement on the blades or sides of the mixer.
ii All dry ingredients (Cement, fine and coarse aggregate) shall be
simultaneously fed into the mixer in such a manner that the period of flow for each
ingredient is about the same. Eighty to ninety percent of the total quantity of water
required for mixing shall be added uniformly along with the dry ingredients.
iii The remaining quantity of water shall be added after all the other
ingredients are in the mixer.
iv Portion of the coarse aggregate, however, may be added last. This facilitates
clearance of the chutes and removes any fine aggregate or cement adhering to the
sides.
(i) Excessive mixing requiring additions of water to preserve the required concrete
consistency shall not be permitted. Concrete which has been kept unused for more
than 30 minutes after the addition of water shall be rejected
(j) When the mixer is stopped before placing again any ingredients
in the mixer, all hardened concrete or concrete shall be removed from the inner
surface of the mixer.
(k) The re-tempering of partially hardened concrete or concrete requiring renewed
mixing with or without the addition of cement, aggregate or water shall not be
permitted.
3.2.5 Temperature of Concrete and Weather Conditions
(a) The temperature of concrete at the time of placement shall not exceed 320 C.
Concreting operations shall be temporarily suspended during excessively hot
weather when the air temperature exceeds 450 C or when conditions are such that
the concrete cannot be placed at the required temperature. Wherever necessary,
exposed surfaces of fresh concrete shall be adequately shaded to the direct rays of
the sun and protected against premature setting or drying by curing under
continuous fine spray of water.
3.2.6 Transporting Concrete
a) Concrete shall be transported from the mixing plant or batch mixer to the placing
position as rapidly as practicable by methods that will prevent segregation or loss of
ingredients or slump loss in excess of 25mm and/or a loss in air content of more than
one percent before the concrete is placed in the works. Irrespective of haul distance,
suitable agitators or transit mixer shall be used for conveying concrete. Conveying
concrete by head load shall not be permitted in any case.

92
(b) If buckets are used for conveying low slump concrete they shall be capable of
promoting discharge in controlled quantities without splashing or segregating and
shall be of such capacity that there is no splitting of batches in loading buckets.
Buckets shall be of the bottom dump type permitting an even and controlled flow
into the forms or hopper without undue splashing or segregation. Conveying vehicles
shall be designed to facilitate uniform delivery rather than quick dumping. For major
pour use of crane and bucket for placement of concrete particularly in syphon
structure will not be allowed where only concrete pumps or belt creates to achieve a
minimum rate of placement of 15 to 20 cubic meter/ hour shall be used.
(c) Chutes used for conveying concrete shall be of such size and shapes as to ensure a
steady uniform flow of concrete in a compact mass without separation or loss of
ingredients and shall be protected from wind and sun where necessary to prevent
loss of slump by evaporation and shall be furnished with a discharge hopper. Free fall
or drop of concrete shall be limited to 150 cm. Chute section shall be made of or
lined with metal and all runs shall have approximately the same slopes not flatter
than 1 vertical to 2.5 horizontal. The required consistency of concrete shall not be
changed in order to facilitate chuting. Where it becomes necessary to change the
consistency, the mix shall be completely redesigned. Wherever there is a free fall
within the conveying system, suitable baffle plates, splash boards or down spouts
shall be provided to prevent segregation, splashing or loss of ingredients. Wherever
it is necessary to hold the discharge end of a chute more than 3 metres above the
level of the fresh concrete, a flexible down spout shall be used to break the fall and
confine the flow. The lower end of the spout shall be held closed to the place of
deposit. Wherever depositing is intermittent, a discharge hopper shall be provided.
All chutes shall be thoroughly cleaned before and after each run. All wash water and
debris shall be disposed off outside the forms. Use of chutes shall be allowed in
exceptional circumstances and adverse placement condition only.
(d) Placement of concrete by pumpcretes has made a rapid technological advancement.
It is an acceptable method if properly planned and backed with appropriate state of
art equipment and accessories. The principal requirement is to achieve requisite
workability and strength at the prescribed cement level. Slump is the critical factor in
concrete placement by pumpcretes. In the context of attaining designed strength at
the prescribed cement level and at the same time without raising water cement ratio
for making the concrete mix workable enough for smooth pumping use of super
plasticizers may become essential. If the Contractor chooses to deploy pump cretes
for concrete placement and uses super plasticizers for attaining the required
workability within the requisite parameters evolved through mix design studies to
the full satisfaction of Engineer-in-Charge, he shall be allowed to do so. Before using
super plasticizers necessary approval from the Engineer-in-Charge shall be taken. No
extra payment shall be made for such arrangements.
(e) Alternatively properly designed Belt-cretes capable to cover of one monolith shall be
allowed to be used for conveying concrete for placement in the structures. Belt-

93
cretes shall ensure an adequate and steady uniform flow of concrete in a compact
mass without any segregation and shall have a discharge hopper with a flexible down
spout as to ensure concrete placement as close to the place of deposit as possible
and in no case more than about a metre.
(f) Equipment used for transporting concrete from the mixer to the forms shall be
maintained free from deposits of stiff concrete and leakage of concrete. Batch
containers, transit mixers, agitators, chutes, concrete pumps, pipelines, belts and
discharge hoppers shall be thoroughly cleaned after each run. All wash water and
debris shall be disposed off outside the forms.
3.2.7 Curing
The concrete shall be cured profusely by water curing. Concrete cured with water
shall be kept continuously wet for at least 14 days after placement of the concrete.
(a) Water Curing:
Uniformed top surface of the canal shall be kept continuously moist by covering it
completely with wet burlap as soon as the concrete has hardened sufficiently, say 4
to 6 hours after concrete placement. The burlap shall be kept continuously wet by
spraying water at least for 12 hours. Thereafter, curing by ponding shall be resorted
too. Concrete cured with water shall be kept wet by evaporation shall be replenished
periodically to keep the surfaces continuously (not periodically) submerged under
water up to period of 14 days for concreting in OPC used. The concrete lining on
slopes including curvature portion at junction of slope and bed lining shall be moist
cured with jute cloth tied and spread over the slope soon after the concrete is laid
and shall be kept moist with light water spray. The jute cloth shall be kept
continuously wet for at least 14 days by supplying water through perforated pipe laid
along the top edge of the canal lining or by any other method approved. Adequate
care shall be taken to ensure that the perforations in the pipe do not get choked.
When the curing of concrete in the canal bed and slope is not found satisfactory, the
Engineer-in-charge may ask the contractor to resort to membrane curing without
any extra cost to SSNNL.
3.2.8 Testing of Concrete and Acceptance of work
(a) General
Testing of concrete shall be carried out preferably laboratory Division of SSNNL on
representative samples taken at the site of laying the concrete in accordance with
relevant Indian Standard Specifications
(b) Sampling Procedure and Frequency
(i) 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.
(ii) Frequency: The minimum frequency of sampling of concrete of each grade shall be in
accordance with the following:

94
Quantity of concrete m3 Number of samples
1 to 5 1(set)
6 to 15 2(set)
16 to 30 3(set)
31 to 50 4(set)
51 and above 4 Plus one additional sample (set) for
each additional 50 m3 or part there of
Note: (1) At least one sample (set) shall be taken during each shift.
(2) One set means three samples of standard concrete Cubes.
(3) However initially up to 15 m3of concrete, one set means six samples.
(c) Test Specimen.
Three test specimens shall be made from each sample for testing at 28 days.
Additional cubes may be required for various purpose, such as to determine
the strength of concrete at 7 days or at the time of starting of work, or to
determine the duration of curing or to check the testing cubes cured by
accelerated methods as described in IS: 9013 – 1978 The specimen shall be
tested as described in IS 516 – 1959.
(d) Test Strength of Samples
(i) The test strength of the samples shall be the average of three specimens,
individual variation shall not be more than 15 percent of the average.
(ii) Contractor shall provide necessary unskilled labour and facilities for transport
for collection of sample, cores, etc, And shall remain present at the time
when the Samples, cores, etc. are taken .Testing shall be carried out at the
testing laboratories set up at the site or all any other laboratory that the
Engineer in Charge may decide upon and the results given thereby to access
all operations.
(iii) The material and labour including transport for the materials for testing shall
be provided by the Contractor at his cost. He shall not be eligible for payment
for this. The testing of the cubes shall be carried out by the agency in
presence of the Nigam’s staff at his own cost.
(e) Acceptance Criteria.
(i) The Average strength of the group of cubes cost for each day shall not be less
than the specified cubes strength for the work. About 20 percent of the
cubes casted for each day may have values less than the specified strength
provided the lowest value is not less than 85 % of the specified strength
(ii) Incase the concrete does not conform to the accepted criteria for strength
has specified above, the Engineer-in-Charge reserves the right to reject the
work or accept the same at a reduce rate derived from tendered rate and as
approved by him whenever necessary for the purpose to obtain economy,
workability, density impermeability, durability or strength on account of
variation in the quality and gradation of aggregates or other materials, the

95
Engineer–in- Charge, in consultation with Laboratory Division, Shall after
testing make necessary changes in the proportion of mix. Contractor shall
have to effect these changes and will not be entitled to any compensation on
account of such changes.
(iii) In case of doubt regarding the grade of concrete used, either due to the poor
workmanship or based on result of cube strength test, the hardened concrete
may be accepted after carrying out the destructive or non destructive test as
specified in Para 17 of IS : 456-2000. The Engineer-in-charge will decide the
type of test and acceptance of concrete on the basis of test results so
obtained. The Engineer-in-charge will carry out the test in the presence of
authorized person of the contractor. All the facilities for carrying out such
test shall have be to provided by the contractor without any extra cost to the
SSNNL.
The cost of sampling and testing carrying out under this clause shall be borne
by the contractor.
3.2.9 Temperature of Concrete and Weather Conditions.
The temperature of concrete at the time of placement shall not exceed 320
including operations shall be temporally suspended during excessively hot
weather when the air temperature exceeds 450 C or when conditions are
such that the concrete cannot be placed at the required temperatures
.wherever necessary exposed surfaces of fresh or green concrete shall be
adequately saved from the direct rays of the sun and protected against
premature setting and curing under continuous fine spray of water.

3.2.10 FORMWORK
(a) General
(i) Forms shall be used wherever necessary to confine the concrete and shape it
to the required lines, or to ensure against contamination of the concrete by
material caving in or sloughing from adjacent surface left by excavation or
other features of the work. All exposed concrete surface left by excavation or
other features of the work and all exposed concrete surfaces having slope
steeper than that of two horizontal to one vertical shall be formed.
(ii) Form work shall be of timber, or steel, form work shall be substantially and
rigidly constructed to the shapes, lines and dimensions required, efficiently
propped and braced to prevent deformation due to placing, vibrating and
compacting concrete, other incidental loads or the effect of weather.
(iii) The surfaces of form work shall be made such as to produce the surface
finishes as specified. The form work joints shall be tight enough to prevent
loss of liquid from concrete. Joints between the form work and existing
concrete structures shall also be "grout tight". Form work shall be arranged
to facilitate easing and removing of the various parts in correct sequence,
without jarring or damaging the concrete. Fixing block bolts or similar devices

96
may be embedded in the concrete, provided they do not reduce the strength
or effective cover of any part of the structures below the required standard
but the use of through bolts shall be avoided whenever possible. Temporary
openings shall be provided at all points necessary in the forms to facilitate
cleaning and inspection immediately before placing of the concrete.
(iv) Forms shall overlap the hardened concrete in the lift previously placed by not
more than 75 mm and shall be tightened strongly against the hardened
concrete so that when concrete placement is resumed, the forms will not
spread and allow offset or loss of mortar at construction joints. Additional
bolts or form ties shall be used as necessary to hold forms tight against
hardened concrete. Particular attention shall be paid in setting and tightening
the forms for construction joints so as to get a smooth joint free from sharp
deviations or projections.
(v) Moulding strips shall be placed in the corners of forms so as to produce
chamfered edges as required on permanently exposed concrete surface.
3.2.12 Form, Centering and Temporary Works
(a) All centering, formwork and temporary works shall be constructed according
to the approved drawings and specifications.
(b) As soon as practicable, after the acceptance of the tender, the Contractor
shall submit a scheme showing the order of procedure and method by which
he proposes to carry out the work, together with such details as are
necessary to demonstrate the adequacy, stability and safety of the methods.
(c) The approval to the general scheme of centring as well as design criteria and
loading shall be obtained in good time to facilitate all preparatory works. Any
delay on this account shall be the responsibility of the Contractor.
(d) After approval of the general scheme, the contractor shall prepare detailed
designs and drawings for execution of the formwork, centering and
temporary work. These shall be forwarded to the Engineer-in-charge for
approval. No work shall be carried out without prior approval of the
Engineer-in-charge.
(e) The approval of the Engineer-in-charge is specified with a view to reasonably
ensure that the form work in general, is adequately designed. Not with
standing the approval given to the design criteria and loading and the general
scheme for the centering, the entire responsibility for the satisfactory
execution of the centering and all temporary works shall rest with the
Contractor and he shall be liable to pay all claims and compensation arising
from any loss or damage to life and property due to any deficiency, failure or
malfunctioning of the centering or the temporary works.
(f) Forms required to be used more than once shall be maintained in serviceable
condition and shall be thoroughly cleaned and repaired before reuse. Where
metal sheets are used for lining forms, the sheets shall be placed and

97
maintained in the forms without humps or other imperfections. All forms
shall be checked for shape and strength before reuse.
3.2.13 Cleaning and Treatment of Forms
At the time the Concrete is placed in the forms, the surface of the forms shall
be free from encrustations of mortar, grout or other foreign material. Before
the concrete is placed, the surface of the forms shall be oiled with
commercial form oil that will effectively prevent sticking and will not stain the
concrete surface. For timber forms, form oil shall consist of pure refined pale
paraffin mineral oil or other approved form oil. For steel forms, form oil shall
consist of refine mineral oil suitably compounded with one or more
ingredients which are appropriate for the purpose. Care shall be taken to
keep form oil out of contact with reinforcement.
3.2.14 Removal of Forms
(a) Except as otherwise provided in this sub-clause, forms shall be removed as soon as
the concrete has hardened sufficiently, for earliest practicable repair of surface
imperfections.
(b) Forms on upper sloping surfaces of concrete, such as forms on the water sides of
warped transition, shall be removed as soon as the concrete has attained sufficient
stiffness so as to prevent sagging. Any needed repair or treatment required on such
slopping surface shall be performed at once and be followed immediately by
specified curing.
(c) In order to avoid excessive stresses in the concrete that might result from swelling of
the forms, timber forms for wall openings shall be loosened as soon as this can be
accomplished without damage to the concrete.
(d) Subject to the approval, forms on concrete surface close to the excavated rock
surface may be left in place provided that the distance between the concrete surface
and the rock is less than 400 mm and that the forms are not exposed to view after
completion of the works.
(e) Forms shall be removed with care so as to avoid damage to the concrete. Damage if
any due to form removal shall be repaired immediately.
(f) For ordinary Portland cement concrete the following minimum intervals of time as
per specifications in IS : 456-2000 shall generally be allowed between placing the
concrete and striking the formwork. The period shall be modified if required, in case
of wet weather etc. as per direction of the Engineer-in-charge.
(i) Wall, columns and vertical faces. 24 to 48 hours
(ii) Slabs (Props left under) 3 days
(iii) Beam soffits (Props left under) 7 days
(iv) Removal of props under:
Slabs spanning up to 4.5m 7 days
Slabs spanning over 4.5 m 14 days
(v) Removal of props under beams and arches
spanning up to6 m 14 days

98
Spanning over 6 m 21 days
The number of props left under, their sizes and deposition shall be such as to be able
to safely carry full dead load of slab, beams or arch as the case may be together any
live load likely to occur during the curing or during further construction.
3.2.15 Consistency
The amount of water used in the concrete shall be fixed as required from time to
time during the course of concreting work to secure concrete of the proper
consistency and to adjust for any variation in the moisture content or grading of the
aggregates as it enters the mixer. Addition of water to compensate the stiffening of
the concrete resulting from over mixing or objectionable drying before placing shall
not be permitted. Uniformity in concrete consistency from batch to batch shall be
required. Where concrete is laid from the bottom to the top of the slope the
consistency shall be such that the concrete will just stay in place on the slope. A
slump shall be as per Para 1.2.6 (h). Workability should be checked at frequent
interval
3.2.16 Placing and Compaction
(a) Concrete shall be placed only in the presence of a duly authorized representative of
the SSNNL. Concrete shall be placed and compacted before initial setting of concrete
commences and should not be subsequently disturbed. Care should be taken to
avoid displacement of reinforcement or movement of formwork. As a general
guidance, the maximum permissible free fall of concrete may be taken as 1.5 m.
(b) Placing of concrete shall not be started until all form work, installation of parts to be
embedded, if any, and preparation of surface upon which concrete is to be laid, have
been completely inspected and then so directed by the Engineer-in-Charge. All
absorptive surfaces against which concrete is to be laid shall be moistened
adequately so that moisture will not be withdrawn from freshly placed concrete. The
surface, however, shall be free from standing water and mud.
(c) Concrete shall be deposited in all cases as nearly as practicable directly in its final
position and shall not be caused to flow in a manner to permit segregation. Excessive
separation of the coarse aggregate caused by allowing the concrete to fall freely
from too great a height or too great an angle from the vertical shall not be permitted
and where such separation would otherwise occur, the Contractor shall provide
suitable means to convey the concrete without allowing such separation.
(d) Concreting operations shall be temporarily suspended during excessively hot
weather when the ambient temperature exceeds 45ºC.
(e) Compaction
Concrete should be thoroughly compacted and full worked around the
reinforcement, around embedded fixtures and into corners of the formwork.
Concrete shall be compacted using mechanical vibrators complying with IS: 2505, IS :
2506, IS : 2514 and IS : 4656. Over vibration and under vibration of concrete are
harmful and should be avoided. Vibrations of very wet mixes should also be avoided.

99
Whenever vibration has to be applied externally, the design of formwork and the
disposition of vibration should receive special consideration to ensure efficient
compaction and to avoid surface blemishes.
(f) Concrete shall be deposited and spread on the bed and sides of the canal/drain as
indicated on the drawing with cutting grooves for panel joints in between them as
per drawing but such that in no case panel dimensions exceed3 m. Concrete may be
laid to facilitate placing, vibrating, finishing and curing operations. The side lining
concrete shall be screeded up the slope, the concrete being vibrated ahead of the
screed. Concrete required for keys as shown on the drawings shall be laid integrally
with the side slope lining.
3.2.17 Finishing
(a) All exposed concrete surface shall be cleared of impurities, lumps of mortar or grout
and unsightly stains. The finished surface shall be even, smooth and free from
pockets and equivalent to that obtainable by effective use of a long handle steel
trowel. Surface irregularities shall not exceed6 mm for bottom slab and 12 mm for
side slopes, when tested with a straightedge of 1.5 meter length.
(b) The surface of concrete finished shall be smooth and shall be free from projection,
honeycombing and other objectionable defects. 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.
Chipped openings shall be sharp and shall not be less than 75 mm in depth.
3.2.18 UNACCEPTABLE WORK:
All defective concreting work including but not limited to defects arising out of
honey-combing under sizing under strength etc are liable to be demolished and
rebuilt by the Contractor at his cost. In the event of such work being accepted by
carrying out repairs etc as specified by the Engineer-in-Charge the cost of repairs
shall be borne by the Contractor. Acceptance of such works will be in accordance
with the provisions of IS: 456-1978.
3.2.19 MEASUREMENT AND PAYMENT (ITEM NO.3,4,5,15,18,21):
The quantity of plain cement concrete / RCC (excluding reinforcement) lining shall
be measured on Cubic meter basis(item No 3,4,5,15,18) and item No 21 shall be
measured in Running Metre. Payment for PCC lining shall be made at the rate
approved vide Schedule-B.
The rate for PCC/RCC lining is inclusive of costs of all materials, transport with all
leads and lift, water, mixing, conveying, formwork, placing, compacting, smooth
finishing, labours, curing etc and also dewatering the section during placing of
concrete lining where required.
No over-run in concrete quantity shall be paid to the contractor.

100
Dry Rubble Pitching works

Item No. 6 - Providing and laying dry rubble pitching of various thickness to required
grade including trimming of earth work, hand packing the interstices with
spauls, filling earth in interstices panelling complete for all leads and lifts.
(B) 450 MM THICK

Item No. 17 - Providing and laying dry rubble pitching of various thickness to required
grade including trimming of earth work, hand packing the interstices with
spauls, filling earth in interstices panelling complete for all leads and
lifts.(a) 300 mm Thick.

6.1 INDIAN STANDARDS FOR REFERENCE


1 IS : 1597 – 1967 Code of practice for construction of stone masonry
2 IS : 1597 (Part-I) 1967 Rubble stone masonry
3 IS : 2116 – 1980 Sand masonry mortar

4 IS : 2250 - 1981 Code of practice for preparation and use of


masonry mortars
5 IS : 1124 - 1974 Method of test for determination of water
absorption, apparent specific gravity and porosity
of natural building stones.

6.2 MATERIALS:
Water, earth, Stone of under items of concrete lining shall apply.
6.2.1 Stone:
The provision made under specification of UCR masonry shall apply.
6.2.2 Material for Pitching:
The pitching material shall consist of the most durable rock fragments of approved
quality selected for the purpose. Stone shall be used from the approved quarries.
The quality of individual stones shall be dense, sound and resistant to abrasion and
shall be free from cracks, seams, shale partings, conglomerate, bends and other
defects that would tend to increase unduly their susceptibility to destruction by
water and weathering action. The shape of the individual stones shall be angular
6.2.3 Size of Stone:
At least 15% of stones to be used for pitching shall have depth equal to the thickness
of pitching. No stones shall have any dimensions less than 20 cm.
Stones with round surface shall not be used. The length of stone shall not exceed
three times its height and the breadth on base shall not be greater than three fourth
of the thickness of wall and in any case not less than 15 cm.

101
6.2.4 Slope Cutting:
The compacted embankment, the slope of which is to be protected with stone
pitching, shall be trimmed to the lines and slopes as prescribed on the drawings or as
directed. The earth obtained from this trimming shall be laid on top of the
embankment if required or as directed.
6.2.5 Thickness of Pitching:
Pitching shall be hard placed on slope of the canal embankment. The thickness of
pitching shall be as indicated on the drawings or as directed. The thickness shall be
measured normal to the slope of the embankment.
6.2.6 Method of Placing:
Before laying the pitching on level ground or on sides of the banks, the receiving
surface shall be trimmed to the required slopes and profiles put by means of lines
and pegs at regular intervals. Depressions shall be filled up & thoroughly compacted.
Pitching on inverted filter, if any, shall be started from the end and built in courses
upwards. Stones shall be placed by derrick or by hand and so placed that the largest
dimensions are perpendicular to the face of the slope. The lager stones shall be
placed in the bottom course and for use as headers for subsequent courses.
All interstices between adjacent stones shall be filled with spalls of proper sizes and
wedged in with hammer to ensure tight packing and thereafter, sand, murrum shall
be spread over the pitching work in order to fill up voids for dry rubble pitching.
6.2.7 Tests:
From the design mortar mix cubes using the approved material shall be cast in the
laboratory at suitable interval and their strengths found out. All laboratory testing
work be carried out by the SSNNL as per relevant Indian Standards and the
contractor shall be permitted to watch the test. However, arrangement for taking
test samples and transporting the same to the laboratory shall be the responsibility
of the Contractor.
6.2.8 Mode of Laying:
Stone shall be sufficiently wetted before laying to prevent absorption of water. The
bed width to receive the stones shall be cleaned, wetted. All stones shall be laid full
after PCC work done in bed and settled carefully in place with a wooden mallet
immediately on placement so that it is firmly bedded in before the same has set.
6.3 Measurement and Payment for Item No.06 & 17
Measurement for payment shall be made on the basis of square metre for the
completed work. The unit rate inclusive of trimming the earth to required profile,
slopes and grade and/or preparing level strips at suitable interval as directed to have
uniform base.
The above rates shall be inclusive of all the labours, materials, conveyance of
materials, tools, curing where required etc. and all the incidental operations required
to completing the work in accordance with the specification.

102
Earth work
7.0 Item No.7:
Earth work in embankment using selected soil, soft & hard murrum excavated from
approved borrow area / village tanks etc. Including royalty charges, conveying,
spreading in uniform layers, breaking clods and dressing to the designed canal
section etc. with lead upto 1 km and all lift .(For canals having capacity beyond 8.5
cumecs)
7.1 SCOPE OF WORK
(a) The section covers specification for item No.7.
(b) The work to be done under these specifications shall be for canal
embankment, road embankment, dowels, etc including furnishing all tools,
plants, labours and materials required for carry out the work as directed by
the Engineer-in-Charge.

7.2 GENERAL:
(a) The work includes the earthwork in embankment and filling the suitable earth
obtained from borrow area / village tank / spoil bank for all lift and lead as specified
in the item.
(b) For spreading materials in layers and bringing the appropriate moisture content, the
embankment materials shall be spread uniformly over the entire width of the
embankment in layers. Successive layers of embankment shall not be placed until
the layer under construction has been thoroughly compacted to the requirements
set down here under.
(c) After spreading the soil in loose thickness for compaction, water shall be sprinkled
directly from a hose line or from a truck mounted water tank in required quantity.
Then after the layer of earth shall be compacted by hand rammer of suitable weight
or as directed by the Engineer-in-Charge. The compaction shall be carried out
satisfactorily as directed by the representative of the Engineer-in-Charge. The labour
etc. shall be provided by the contractor at free of cost.
7.1.3 BORROW AREA:
All materials required for the construction of embankment shall be obtained from
the designated borrow area / spoil bank as directed. Contractor shall have to make
his own arrangement to get borrow area for borrowing earth of the approved
quality. No extra payment shall be made for borrow area stripping and for the
material wasted during carriage etc.
7.1.4 EMBANKMENT:
Bushed, roots or other perishable or unsuitable materials shall not be placed in the
embankment. thickness extending to the full width of embankment as per section.
The compaction shall be carried out manually by hand rammer or by other means in
uniform layers is properly watered and compacted up to required density as directed
by the representative of Engineer-in-Charge. No fresh layer shall be laid until
previous layer watered and compacted properly.

103
7.1.5 MOISTURE CONTROL:
Materials excavated from borrow area / spoil bank shall have adequate moisture
content. If required on the embankment sprinkling of water shall have to be carried
out as directed for which no extra payment shall be made.

7.1.6 MEASUREMENT AND PAYMENTS: (ITEM NO.15):


(a) Measurement shall be taken on LxBxD basis of the completed Item No.15.
(b) The rate quoted in Schedule-B includes cost of including all labour, water equipment,
fuel, hire charges, royalty charges, tools and all incidentals required to complete the
work in accordance with the specifications.
(c) The payment shall be made on cubic meter basis i.e. volume of compacted filling.
The rate includes all the cost of tools, plants, machinery, labours, materials etc.
required for excavation of earth from borrow area / village tank / spoil bank
including royalty, conveyance, fetching and sprinkling water, ramming, etc, complete
as directed.

8.0 ITEM NO.8

Compaction of earth work filling below damaged lining, in layers including watering,
ramming manually etc .Complete.

8.1 GENERAL
8.1.1 For spreading materials in layers and bringing the appropriate moisture content, the
materials shall be spread uniformly over the entire width of the stoplog platform and
surface drain in layers.
8.1.2 After spreading the soil in loose thickness for compaction, water shall be sprinkled
directly from a hose line or from a truck mounted water tanker, as may be necessary
and flooding shall not be permitted under any circumstances. Successive layers of
earth material shall not be placed until the layer under construction has been
thoroughly compacted to the requirements set down here under.
8.1.3 If the material delivered is too wet it shall be dried, by evaporation and exposure to
the sun till the moisture content is brought down to acceptable standard for
compaction. In case of wet weather, the moisture content cannot be reduced to the
required level by the above procedure; work of compaction shall be suspended.
8.1.4 After adding the required amount of water, the soil shall be processed by means of
harrows, or as otherwise approved until the layer is uniformly wet.

8.2 COMPACTION
8.2.1 Compaction shall be done manually using tampers or Rammers to the satisfaction of
EIC. Agency can utilize the compaction by mechanical means as desired by EIC If the

104
working space is available. No additional claim of cost will be entertained on this
account.

8.3 MEASUREMENT AND PAYMENTS: (ITEM NO.8):


8.3.1 The payment for the item of watering and compaction of earth work shall be made
on cum basis i.e. volume of compacted filling within the pay line. The rate quoted in
Schedule-B includes cost of all labour, equipment, required to complete the work in
accordance with the specifications.

Trimming
Item No. 9 - Trimming of the canal section manually for preparing sub grade for
laying cement concrete (C.C.) lining in all sorts of soil and murrum including
watering and compacting bed etc. complete.

9.1 GENERAL:
9.1.1 The provision of this paragraph applies to the preparation of sub grade upon which
paved drain is to be placed.
9.1.2 The work of trimming the paved drain for preparing the sub grade for C.C. includes
removal of proud, equivalent to the thickness of respective lining. This excavation for
trimming for preparing the base for concrete shall be carried out prior to laying of
the lining but in no case the time interval between the completion of trimming and
the placement of paved drain shall exceed 3 days in normal weather and 2 days in
adverse weather conditions. All along the canal alignment, the rain cuts if any on the
banks shall be filled up with approved excavated material and shall be compacted
adequately to required line and level. The bed and side slopes shall be trimmed to
the required section. The canal bed and slopes shall be dressed, watered and
compacted by suitable means. This item also includes dewatering the canal section
as and where required.
9.1.3 If at any point the material has been excavated beyond the pay line required to
receive the paved drain, the excess excavation shall be refilled in layers required in
thickness with selected moister material, if required and compacted. 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
material is disturbed or loosened during the excavation process or otherwise it shall
be moistened, if required and thoroughly compacted by tamping, rolling or other
approved methods, to form, a firm foundation for placing the paved drain. Before
placement of the lining on such a section, the geometry of the section shall again be
thoroughly checked and brought to the required dimensions with cutting or filling as
may be required with necessary watering and compaction.
9.1.4 At the end panels of existing paved drain against which the new paved drain is to be
placed, all loose materials shall be removed and all voids beneath the existing lining,
shall be refilled with cement mortar 1:3 and thoroughly compacted.

105
9.1.5 Suitable material trimmed from the paved drain shall be used to complete paved
drain embankment or to fill depressions on road surface or for back filling around
structures. Where material suitable for bedding as determined by the Engineer-in-
Charge is encountered during trimming operations and cannot be placed in one
continuous operation, such material shall be stock piled along the right of way where
directed by the Engineer-in-Charge and subsequently re-handled, if necessary. The
payment for such trimmed earth quantity shall not be entitled where same shall be
utilized in nearest place.
9.1.6 Compaction shall extend over the full width of the embankment and material in
slopes shall be compacted to the density equivalent to the rest of the bank. Material
used to fill depressions shall be thoroughly compacted and bonded to the original
surface. Slopes shall be maintained until final completion and acceptance. Any
material that is lost by rains, weathering or other causes shall be replaced by the
contractor at his own cost until completion of the work and taking over by the
S.S.N.N.L.

9.2 TOLERANCE IN PREPARATION OF SUB-GRADE:


9.2.1 Excavated profile provides the final base for paved drain and maximum permissible
tolerance i.e. departure from the earthwork lines shown on the drawings shall not
exceed values as indicated here in below.
± 15 mm on straight section.
± 30 mm on tangents.
± 50 mm on curves.
± 10 mm departure from levels shown on the drawings.
9.2.2 The above tolerance shall be negotiated gradually through smooth transition in a
length of 50 m. No overrun in the quantity of paved drain shall be paid to the
contractor. Sub grade shall be got approved from the representative of S.S.N.N.L. or
designated quality control staff before starting lining work. The above mentioned
tolerance limits are for the earthwork only and do not apply to the thickness of the
lining.
9.3 MEASUREMENT AND PAYMENT:
9.3.1 Measurement for payment for the trimming and preparation of sub grade shall be
made on square meter of the surface of the paved drain manually trimmed over
which concrete is to be placed. Payment shall be at the unit rate mentioned in
Schedule-B.
9.3.2 The rate includes cost of labour, equipments, backfilling for bed and side slopes if
required watering, compaction of bed and side slopes and all material works to
complete the work as per specification and also delisting and or desilting of the canal
section whenever and wherever required.

106
10.0 Lining Work
Item No. 10 - Providing and laying plain / reinforced cement concrete lining of M-
15 grade in bed, side slopes and curvature including batching, mixing, transporting,
placing, vibrating, smooth finishing, curing including dewatering where required.
(MANUALLY WITH CONVENTIONAL MIXER)
7.50 cm thick lining in slope.

Item No. 11 - Providing and laying plain / reinforced cement concrete lining of M-
15 grade in bed, side slopes and curvature including batching, mixing, transporting,
placing, vibrating, smooth finishing, curing including dewatering where required.
(MANUALLY WITH CONVENTIONAL MIXER)
12.5 cm thick lining in slope

Item No. 19 - Providing and laying plain / reinforced cement concrete lining of M-
15 grade in bed, side slopes and curvature including batching, mixing, transporting,
placing, vibrating, smooth finishing, curing including dewatering where required.
(MANUALLY WITH CONVENTIONAL MIXER)
10 cm thick lining in Bed

This item is considered for lining purpose on NMC of different chainage and as
directed by EIC.
10.1 COMPOSITION:
10.1.1 Concrete shall be composed of cement fine aggregates (natural sand), coarse
aggregates (crushed), and water well mixed in proportion and brought to the
proper consistency. The proportions shall be adjusted to produce a durable plastic
and workable concrete, suitable for specified conditions of placement and design
strength. However, no extra payment shall be made for either change in grade or
change in proportion of coarse and fine aggregates.
10.2 MATERIALS:
10.2.1 CEMENT:
(a) Only ordinary Portland bagged cement (OPC) confirming to IS: 269 – 1976 and IS:
8112 – 1989 and confirming to Indian standard code, and approved make shall be
used for concrete.
(b) Immediately, upon receipt at the site of the work. Cement bags shall be properly
stored. All storage facilities shall be subject to approval, sufficient cement shall be
kept in stock for completion of concreting on hand.
(c) Cement shall be used on order of receipt, cement older than 90 days shall not be
used unless the test satisfies the minimum strength requirements.
(d) Contractor shall procure the cement of the manufactures approved by the Nigam
only.

107
10.2.2 FINE AGGREGATE:
(a) Sand shall consist of hard, dense, durable and uncoated siliceous gritty materials. It
shall be free from injurious amount of dust, lumps, soft and flaky particles, shale,
alkali, organic matter, loam, and other deleterious substances
(b) Sand shall be free from injurious amount of organic impurities and sand that are
producing a colour darker than the standard in the test for organic impurities shall
be rejected.
(c) Sand shall well grade so as to impart good workability and good finishing. Sieve
analysis of natural sand shall confirm to the following limits of gradation.

Cumulative % age by weight


IS Sieve.
passing through sieve.
10 mm 100
4.75 mm 92 to 100
2.36 mm 75 to 92
1.18 mm 55 to 82
600 micron. 36 to 64
300 micron 10 to 40
150 micron. 3 to 10

(d) Sand shall have a fineness modulus between 2.4 to 3.0


10.2.3 COARSE AGGREGATE:
(a) Coarse aggregate for concrete shall consist of clean, hard, dense, free from vegetation
and durable, crushed metal.
(b) Pre-dominantly flaky aggregates shall not be used. All coarse aggregate shall be
washed and / or screened by the contractor if required. Coarse aggregates shall be
tested for their gradation Whereas, in case the quantity of concrete work more than
15 m3, the coarse aggregate shall be tested for flakiness and elongation indices, SP
gravity, water absorption, impart and abrasion values, soundness. The coarse
aggregate shall satisfy abrasion, soundness, crushing and water absorption results as
laid down in IS:383-1070 and other relevant IS: specification.
(c) Coarse aggregate shall be well graded and shall have a maximum size of 20 mm. The
gradation shall give a dense concrete of the specified strength and consistency that
shall work readily laid in to position without segregation and without the use of
excessive water content.
(d) The grading of coarse aggregate shall be in the nominal sizes as mentioned in table-II
of IS:383-1970 in respect of 20 MSA. The material passing through the screen shall be
in grade ranging from 20mm to 4.75 mm. Each grade of material shall be stacked
separately.
Table II of I.S.382-1070 reproduced below in respect of 20 MSA.
Table II of I.S. 383-1970.

108
Percentage passing for aggregate
IS Sieve designation
of Nominal size 20 mm
40 mm 100
20 mm 85-100
16 mm -
12.5 mm -
10 mm 0-20
4.75 mm 0-5
2.36 m -

10.2.4 WATER:
(a) Water used for mixing of concrete and mortar shall be free from injurious amounts
of deleterious materials. Potable water is generally considered satisfactory for mixing
and curing.
10.3 STRENGTH REQUIREMENT OF CONCRETE:
10.3.1 Ordinary Portland cement confirming to IS:269.1976 shall be used. The compressive
strength requirements for the various grades of concrete shall be as given in Table
given below.
Compressive test strength in
N/mm2 on 150 mm cube after
Grade of concrete
mixing conducted in accordance
with IS:456-2000
At 28 days
Nominal Mix 1:2:4 15
Note: In all cases, the 28 days compressive strength specified in Table shall alone be
the criteria for acceptance or rejection of the concrete.
ACCEPTANCE CRITERIA:
(a) The average strength of the group of cube cast for each day shall not be less
than the specified cube strength for the work. About 20% of the cube cast for
each day may have values less than the specified strength provided the
lowest value is not less than 85% of the specified strength.
(b) In case the concrete does not confirm to the acceptance criteria for strength
as specified above, the Engineer-in-Charge reserves the right to reject the
work or accept the same at a reduced rate derived from tender rate and as
approved by him.
10.3.2 PROPORTIONING CONCRETE:
(a) Ordinary Portland cement (OPC) shall be used as per mix design to obtain the
required strength.
(b) The volume of sand shall be corrected for bulkage due to moisture.
(c) The quantity of water shall be just sufficient to produce a dense concrete of
required workability and strength for the job.

109
(d) All measuring equipment shall be maintained in a clean and serviceable
condition. Their accuracy shall be checked periodically.
10.3.3 PRODUCTION OF CONCRETE:
10.3.3.1 BATCHING:
(a) The contractor shall provide such means and equipment as required to
determine accurately of the various materials including water, cement, sand
and each specified size of coarse aggregate required for the concrete. The
quantity of cement, sand, each size of coarse aggregate entering each batch
of concrete shall be determined by volume. The measuring equipment shall
operate within the limit of accuracy specified. The contractor shall provide
standard test volumes and other auxiliary equipments required for checking
their satisfactory performance. The equipment shall be capable of controlling
the delivery of material for volume measurements.
10.3.3.2 MIXING:
(a) concrete shall be done by mixing cement: sand: coarse aggregates on
volumetric basic.
(b) Concrete shall be mixed in a mechanical mixer and shall be as dense as
possible and plastic enough to consolidate well. However, if the quantity of
concrete is less than one m3 the manual mixing may be allowed as the
discretion of the representative of the Engineer-in-Charge.
(c) Mixing shall be continued until there is a uniform distribution of the materials
and the concrete is uniform in colour and consistency.
10.3.3.3 WATER CEMENT RATIO:
(a) Water – cement ratio will be regulated by the requirements of workability
strength and durability. The proportion of water to cement in any concrete
shall be such as to produce a mixture, which can work readily in to corners
and angles of the forms without segregation. Water – cement ratio shall be
adjusted as 0.5 to 0.6 as per grade or as directed. Workability shall be
maintained for easy lacing of concrete.
10.3.3.4 PLACING & COMPACTION:
(a) Concrete shall be placed only in the presence of a duly authorized
representative of the S.S.N.N.L. Concrete shall be placed and compacted
manually before initial setting time and should not be subsequently
disturbed. Placing of concrete shall not be started until all form work and
preparation of sub grade, (surface upon which concrete) is to be laid have
been completely inspected and approved by Engineer-in-Charge.
(b) All absorptive surfaces against which concrete is to be laid shall be moistened
adequately so that moistures shall not be withdrawn from freshly placed
concrete. The surface however, shall be free from standing water and mud.
(c) Concrete may be so laid as to facilitate placing, manual compaction, finishing
and curing operations, methods and equipment employed in placing concrete
shall ensure that aggregate shall not separate from the concrete. Concrete

110
shall be compacted to the maximum practicable density, in such a manner
that it is free from pockets of coarse aggregate and is in intimate contact with
surface of forms. Unless otherwise permitted, all concrete shall be
compacted manually.
(d) During placing and until curing is complete, the concrete shall be protected
against the harmful effect of exposure to sunlight, wind and rain as directed.
10.3.3.5 FORMWORK:
(a) Formwork shall be made of timber or steel plate close and tight to prevent
leakage. Formwork shall be substantially and rigidly constructed to the
shapes, lines and dimensions required, efficiently propped and braced to
prevent deformation due to placing, vibrating and compacting concrete,
other incidental load or the effect of weather.
(b) Before concrete is placed, the surfaces of the forms shall be oiled with
commercial form oil that will effectively prevent stacking and shall not stain
the concrete surface.
(c) Except otherwise mentioned form shall be removed as soon as the concrete
has hardened sufficiently, thus facilitating earliest practicable repair of
surface, forms shall be removed with care so as to avoid damage to the
concrete. Concrete damaged if any during form removal, shall be repaired by
the contractor.
10.3.3.6 CURING:
(a) Immediately after concrete work shall be protected from rain, running water,
shocks, vibration, traffic, rapid, temperature changes, frost any drying out
process. It shall be covered with wet soaking canvas, or other similar
absorbent material approved, soon after the initial set, and shall be kept
continuously upto curing period from the date of placement.
10.3.3.7 SAMPLING AND TESTING OF CONCRETE:
10.3.3.7.1 Samples from fresh concrete shall be taken as per IS:1199-1959m and cubes
shall be made, cured and tested at 28 days as per requirement in accordance
with IS:516-1959. A random sampling procedure shall be adopted to ensure
that each concrete batch shall have a reasonable chance of being tested, that
is the sampling should be spread over the entire period of concreting and
cover all mixing units. The minimum frequency of sampling of concrete of
each grade shall be in accordance with the following.
Quantity of concrete M3 No of set (3 samples)
Up to 5 1
6 to 15 2
16 to 30 3
31 to 50 4
51 and above 4 plus one additional sample for
Each additional 50m3 or part
thereof.

111
Note: At least one set shall be taken for a day when ever work has
been carried out. The testing shall be carried out in Nigam’s / any other
laboratory approved by the Engineer-in-Charge. The all testing charges shall
be born by the contractor. The contractor shall make all arrangement for
casting cubes, curing and transporting the same to the laboratory at his own
cost.
10.3.3.7.2 The concrete may be used in lining work of canal, surface drains of canal or
for any other structures work as directed by EIC.
10.4 MEASUREMENT AND PAYMENT:
10.4.1 The quantity of plain cement concrete / RCC (excluding reinforcement) lining
for Item No. 10, 11 & 19 shall be measured on square meter basis and The
quantity of plain cement concrete for Payment shall be made at the rate
approved vide Schedule-B.
10.4.2 The rate for PCC/RCC lining and Cement concrete is inclusive of costs of all
materials, transport with all leads and lift, water, mixing, conveying,
formwork, placing, compacting, smooth finishing, labours, curing etc and also
dewatering the section during placing of concrete lining where required.
10.4.5 No over-run in concrete quantity shall be paid to the contractor.

POLYSULPHIDE SEALANT

Item No.12 - Providing and filling the polysulphide joint sealant of the approved make
in the expansion and contraction joints in the c.c. lining including clearing
the joints with air water jet.

The item wise Specifications for material and workmanship shall be followed
as per Indian Standard IRC 57:2018, IS 11433 : 1995, BS 5212 : 1990, BS 4254 :
1983 & IS 12118 : 1987 published by the R&B Department of Govt. of Gujarat.

12.1 SCOPE
12.1.1 This standard (Part 1) covers general requirements of two grades of two-part
_polysulphide based sealants for use in general building applications, namely,
pouring grade and gun grade. Pouring grade sealants are intended for use in
horizontal joints. Gun grade sealants are intended for use in vertical and inclined
joints (that is, glazing applications).

12.2 GRADES OF SEALANTS


12.2.1 Pouring Grade - A sealant which flows sufficiently to give reasonably smooth level
surface when applied in a horizontal upward facing joint at ambient temperature.
12.2.2 Gun Grade - A sealant which, permits application in a suitable joint of any aspect or
inclination without appreciable slumping at ambient temperature.

112
12.3 SELECTION OF MATERIAL
12.3.1 This standard takes into account primer system used on certain two-part
polysulphide based joint sealants. The sealant shall cure at ambient temperature and
humidity when applied according to manufacturer-s instruction. If it is intended to
use the sealant in applications other than general building, it may necessitate special
performance tests considering substrate, conditions, etc. Primer systems are
recommended -for use with certain two-part polysulphide based sealants. The test
requirements in this standard take account of such systems. Where a particular
primer is recommended by a manufacturer for a specific surface, that test surface
shall be treated with the primer following the manufacturer’s instructions.

12.4 TEST CONDITIONS


12.4.1 General - All tests shall be carried out on material obtained from previously
unopened container.
12.4.2 The components shall be capable of being readily mixed to from a sealant complying
with the standard at any time up to the expiry date, when stored under the
conditions stated on the package.

12.5 TEST REQUIREMENTS


12.5.1 The material shall meet the requirements given in 5.1.1 to 5.1.7. The methods of
tests have been given in Part 2 of this standard.
12.5.1.1 Rheological Properties
12.5.1.1.1 Pouring grade sealants - The sealant shall exhibit a smooth and level surface,
when tested in accordance with 2 of Part 2 of this standard. 4 IS: 12118 (Part 1) -
1987
12.5.1.1.2 Gun grade sealant - The sealant shall not slump in vertical displacement by more
than 1’0 mm, when tested in a vertical position and shall not protrude in front of the
original profile in a horizontal position, when tested in accordance with 2 of Part 2 of
this standard.
12.5.1.2 Application Life - The sealant shall have an application life of not 1 less than 2 h,
when tested in accordance with 5 of Part 2 of this standard.
12.5.1.3 Staining - The sealant shall produce no staining on the primed or unprimed surface
of the test mortar, when: tested in accordance with 8 of Part 2 of this standard.

12.6 MARKING
12.6.1 The sealant shall bear the manufacturer’s name or his trade-mark, if any.
12.6.1.1 The sealants may also be marked with the Standard Mark. NOTE -The use of the
Standard Mark is governed by the provision of the Bureau of Indian Standard Act,
1986 and the Rules and Regulation made there under. The Standard Mark on
products covered by an Indian Standard conveys the assurance that they have been
produced 10 comply with the requirement of that standard under a well-defined
system of inspection, testing and quality control which is devised and supervised by

113
BIS and operated by the producer. Standard marked products also continuously
checked by BIS for conformity to that & standard as a further safeguard. Details of
conditions under which a license for the use of the Standard Mark-may be granted to
manufacture or producers, may be obtained from the Bureau of Indian Standards. 5
IS t 12118 ( Part 1) - 1987

12.7 PACKING
12.7.1 The sealant shall be suitably packed. Each package shall indicate the followings:
a) Manufacturer’s name or trade-mark,
b) Weight of the components,
c) Instructions for use and storage including primer system,
d) Type and grade of sealant,
e) Date of manufacture, and
f) Date of expiry.

12.8 SAMPLING
12.8.1 Representative samples of the material shall be taken and conformity of the material
to the requirements of this standard shall be determined according to the procedure
given in Appendix

114
A. APPENDIX A
(Clause 8.1)
SAMPLING OF TWO-PART POLYSULPHIDE BASED JOINT’ SEALANTS

A-l. SCALE OF SAMPLING


A-l.1 Lot - All the packages of the same type, same grade and belonging to the same batch
of manufacture shall be grouped together to constitute a lot.
A-l.2 For ascertaining the conformity of the material in the lot to the requirements of this
standard, samples shall be tested from each lot separately.
A-1.3 The number of packages to be selected from the lot shall depend on the size of the
lot and shall be according to Table 1.
A-1.3.1 these packages shall be-selected at random from the lot. In order to ensure the
randomness of selection, procedures given in IS -: 4905-1968; may be followed.
*Methods for random sampling.

TABLE 1 SCALE OF SAMPLING


(Clause A-1.3)

No of packages in the lot Sample size


(1) (2)
Up to 25 2.0
26 to 50 3.0
51 to 150 5.0
151 and above 8.0

A-2. TEST SAMPLES AND REFEREE SAMPLES


A-2.1 from each of the packages selected according. to A-I.3 approximately equal quantity
of material shall be taken by the suitable sampling instrument and shall be mixed
thoroughly so as to constitute the composite sample. The quantity of material in the
composite sample shall be sufficient for making triplicate determinations for all the
requirements given in this standard.
A-2.2 The composite sample shall be divided into three equal parts, one for the purchaser,
and another for the supplier and the third for the referee. Each of these parts shall
be transferred to thoroughly dried sample containers which are then sealed air-tight
and labeled with all the particulars of sampling.
A-2.3 Referee Sample - purchaser and the vendor. Referee sample shall bear the seals of
the This shall be kept in a cool and dry place as agreed to between the purchaser and
the vendor so as to be used in case of-dispute between the two.
A-3. NUMBER OF TESTS AND CRITERIA FOR CONFORMITY
A-3.1 All the characteristics given in the specification shall be tested on the composite
sample.

115
A-3.2 The lot shall be declared as conforming to the requirements of this standard if all the
test results on the composites ample meet the relevant specification requirements.

12.9 Mode of measurement and Payment for Item No. 12:


The payment shall be made as per the actual measurement of work done on Running
Meter Basis.

13.0 Back Filling.

Item No. 13 - Back filling the foundation trenches around the structures etc with
selected excavated stuff including watering, ramming, compacting etc. complete.

* The item is considered to backfill the foundation trenches of the inlet structures
which will be executed in this tender and as directed by EIC.
13.1.1 GENERAL:
(a) The type of material used for backfill or for earthwork in loop etc and the
manner of depositing the material, shall be subject to approval. As far as
practicable, backfill material shall be obtained from the excavated stuff of
structures or canal or other ancillary work or from spoil bank for lead upto 3
km and with all lifts as directed by EIC.
(b) The backfill material shall be placed to the line and grades as directed by the
Engineer-in-Charge.
(c) Backfill shall not be placed against retaining walls until the retaining wall is
cured adequately and is strong enough to take lateral pressure of the backfill.
(d) The backfill material shall be placed carefully and spread in uniform layers of
not more than 30 cm thickness. The backfill shall be brought up as uniformly
as practicable on both sides of walls wherever applicable and all sides of
structures to prevent unequal loading. The backfill material shall be placed at
about the same elevation on both sides of the pipe portions of the structures
and culverts and difference in elevation shall not exceed 30 cm at any time.
The contractor shall be responsible for providing adequate earth cover on
pipe to prevent damage due to loads of construction equipments.
(e) If a haul road is built over a pipe, all backfill around and over the pipe shall be
placed to a uniform surface and no humps or depressions shall be permitted
at the pipe crossings.
(f) Backfill placement and compaction around structures shall be restricted until
the structure is complete.
(g) Backfill placement and compaction above the lining key shall be done as per
drawings on completion of lining key.
(h) Compaction around the structure and over the lining key shall be done by
pneumatic rammers in thin layers.

116
(i) Normally the barrels of canal syphon, super passage structure, loops
structure and foundation of cross regulator are proposed on the natural
ground. But in approaches of structure, it may have been proposed on the
compacted back filled made up ground. In such cases the earthwork on which
the syphon barrel, loops structures and foundation of cross regulator other
component of structure rests, shall be prepared as per canal embankment
section.
The earthwork shall be carried out with all precautions necessary from safety
requirement and as per the method specified in the normal embankment
technique.

13.1.2 COMPACTION OF BACKFILL:


When compacting the soil against steep rock, abutment walls of masonry or
concrete structures, the construction surface of embankment shall be sloped
away from the masonry or concrete structure leaving a minimum distance of
0.6 meter and at an inclination of 3:1. Rollers shall not be used close to
structures as structural damage is very likely more particularly when
structures have not been fully cured. The size and weight of equipment will
depend on nature of material the height and load assumed in design of
structure. Profuse watering shall be done to pervious materials (sand) before
compaction as per instruction of the Engineer-in-charge. Compaction at
junction of earthwork and backfill around the structure or loops shall be
carried out with special care without claiming any extra cost.

13.1.3 MEASUREMENT AND PAYMENT:


Measurement shall be taken on Cubic meter basis.
The rate quoted in Schedule-B includes cost of including all labour, water
equipment, fuel, hire charges, royalty charges, tools and all incidentals
required to complete the work in accordance with the specifications.
The payment shall be made as describe above, i.e. volume of compacted
filling. The rate includes all the cost of tools, plants, machinery, labours,
materials etc. required for excavation of earth from borrow area / village
tank / spoil bank including royalty, conveyance, fetching and sprinkling water,
ramming, etc. complete as directed

NP-3 Pipe
Item No. 14 - Providing and fixing in position ( different diameter ) I.S.,NP-3 class
reinforced pipe with caulking the joints with cement mortar 1:1 proportion, using
jute string soaked in cement slurry, finishing joints and laying pipes to the designed
grade and levels, curing etc. complete for all leads and lifts. (a) NP-3 class 300 mm
dia pipe.

117
14.1 Supply of pipes
The Pipes shall be of specified diameter, NP-3 type conforming to IS 458-
1988. Minimum length of the pipe shall as per requirement. The Contractor
shall order for the pipes required for the work on the basis of the
construction drawings supplied to him by the Engineer-In-Charge.
14.2 Handling and Laying of pipes.
Work shall be done as per IS : 783-1985 or its latest edition. Utmost care shall
be exercised in loading, transporting and unloading of concrete pipes.
Handling shall be such as to avoid impact. All pipes shall be inspected
carefully before being laid. Broken or defective pipes shall not be used. Pipes
shall be lowered into the trenches by use of mechanical appliances. Pipe shall
be laid true to line and grade as specified on the construction drawings. The
two ends of pipe shall face each other properly. The sections of the pipes
shall be jointed together in such a manner that these shall produce perfect
even surface along the inside of the pipe.
14.3 Jointing of Pipes:
NP3 Class with collar joint:
The pipes shall be joined by collar joint or male/female joint. The collars shall
be R.C.C. 200 mm wide and having the same strength as the pipes to be
jointed. Caulking space shall be 19 mm minimum according to the diameter
of the pipes. Before caulking the collar shall be so placed that its centre
coincides with the joint and even annular space is left between the collar and
the pipes, care shall be taken to fill all voids and excess mortar shall be
removed. All joints shall be made with care so that their interior surface is
smooth and consistent.
14.4 Back Filling of Trenches
(a)Trenches shall be kept free from water until the material in the joints has
hardened.
(b)Trenches shall be backfilled after pipe has been laid subject to the
condition that jointing material has hardened.
14.5 Measurement and Payment
Measurement for Payment shall be on running meter basis of the pipeline
laid including joints. The unit rate of Schedule-B shall include cost of pipes
with collars, cost of laying, jointing and curing including all other incidental
operations needed to complete the work as per the specifications. The
payment for excavating trench and their backfilling shall be paid separately in
respective items of structures in Schedule-B.

118
Item No 16. - Sand filling in foundation in between top and bottom plug in layers including
compacting as directed.

16.1.1 Scope
This item is considered for the patchwork treatment. Sand should be
spreaded in uniform layer of the patchwork for sub base. This work shall
consist of laying and compacting well‐graded material as a backfill/filling
material in accordance with the requirements of these Specifications. The
material shall be laid in one layer as necessary according to lines, grades and
cross-sections shown on the drawings or as directed by the representative of
Engineer‐in‐charge.
16.1.2 Material
Sand:
The material to be used for the work shall be natural sand. The sand shall be
clean, naturally occurring or blended material free from any deleterious
substances, dry and well graded within the limits given in Table as under and
with other physical properties conforming to the requirements of this table.
TABLE - SAND, GRADING AND PHYSICAL REQUIREMENTS
Cumulative percentage by Weight of
Sieve Size in
total aggregate
mm
passing
9.5 100
4.75 85-100
2.36 80-100
1.18 70-98
0.60 55-95
0.30 36-75
0.15 10-40
0.075 4-10
Plasticity Index 6 Max
Sand equivalent(IS:2720, Part 37) 30 Min
Los Angeles Abrasion Value
40 Max
(IS:2386, Part 4)
The quantity of materials to be consumed such that 100mm compacted
thickness shall be achieved.
16.1.3 Construction Operations
Preparation of subgrade:
Immediately prior to the laying of the subgrade already finished shall be
prepared by removing all vegetation and other extraneous matter, lightly
sprinkled with water if necessary and rolled with required passes of 80 – 100
KN smooth wheeled roller.

119
Spreading and Compacting:
The sand shall be stacked and spread on the prepared surface with the help
of motor grader of adequate capacity or any other suitable means, for
maintaining the required slope and grade during the operation or other
means as approved by the Engineer‐in‐charge.
Moisture content of the loose material shall be checked in accordance with
IS: 2720 (Part 2) and suitably adjusted by sprinkling additional water from a
truck mounted or trailer mounted water tank and suitable for applying water
uniformly and at controlled quantities to variable widths of surface or other
means approved by the Engineer‐in‐charge While adding water, due
allowance shall be made for evaporation losses. After water has been added,
the material shall be processed by mechanical or other approved means like
disc harrows, rotavators until the layer is uniformly wet. Immediately
thereafter, rolling shall start.

16.1.4 Measurement for Payment


(i) The work shall be measured as finished work in position in cubic meters.
Rate
(i)The Contract unit rate for the item shall be payment in full for carrying out
the required operations including full compensation for:
(ii)Furnishing all materials to be incorporated in the work including all
royalties, fees, rents Where necessary and all leads and lifts;
(iii)All labour, tools, equipment and incidentals to complete the work to the
Specifications.
Carrying out the work in part widths where directed; and
(iv)Carrying out the required tests for quality control
The contract unit rate for a unit of one cubic metre basis for completed item
as directed.

Item No 20. - Clearing of surface drain or cross drain by deploying the labour to the
required bed level of drain and gradient including depositing the leaves,
debris, earth etc. for all lead and lifts as directed.

20.0 General
20.1.1 The contractor shall clear the silt/debris from the paved gutter / toe drain /
cross drain provided on NMC, Guide bund and structures by digging as
directed which includes depositing the removed material / silt, earth, debris
etc for lead upto 50 mt& minimum 10m away from the surface drain and all
lift.
20.1.2 Pre measurements of silt deposited in the paved gutter or toe drain shall be
taken as per site conditions. The measurement shall be taken in the presence
of the contractor or his authorized representative and shall be binding to

120
both the parties. If contractor may not remain present, the measurement
shall be taken by authorized person of S.S.N.N.L. and it shall be binding to the
agency. The contractor has to provide the labours, equipment’s and materials
required for taking measurements. No extra payment shall be made to
contractor for the same.
20.2 Excavation of silt:
20.2.1 The contractor shall plan the removal of silt deposited in the gutter or toe
drain or cross drain in such a manner that the final section is achieved as
directed by the representative of E.I.C.
20.2.2 The contractor shall clear the silt deposited from the gutter or toe drain in
dry or wet condition whatever the case may be and dispose off such
materials as directed for leads upto 50mt and all lifts as mentioned. Before
commencement of work shall be taken as decided by the EIC.
20.2.3 During removal of silt deposited, the contractor shall take extra care and
precaution for maintaining concrete work to its original shape. Any damage
occurred to the existing paved gutter or toe drain or Cross Drain, concrete
shall have to be made good by the agency at his risk and cost for which no
claim or no extra payment shall be made.
20.2.4 The excavated materials shall be deposited in low areas on either side of the
canal, to fill up local depressions or otherwise stacked in spoil banks in
regular shape with suitable slopes or spread on other approved locations and
manner as directed within a lead upto 50mt and lift as specified.
20.3 MEASUREMENT AND PAYMENT
Measurement will be on the basis of Rmt.
The rate of Desilting includes for providing all tools, machinery equipments,
labours, excavation of the silt from drain, conveyance and disposal of
excavated material to complete the work in accordance to the specifications.

22.0 Welded Mash


Item No.22 Providing & fixing MS welded mesh of size as specified below including
cutting in required sizes, fixing in canal prism etc. completed as directed. 2.8 mm
dia of 100 mm x 100 mm

22.1 SCOPE OF WORK


The section covers specifications for item no. 22. The scope for these items
includes supplying of materials, labours, fixing in concrete drain work etc.
22.1.1 General
The item includes providing 2.8 mm dia M.S. welded mesh and 100 mm x 100
mm size as required and fixing in position in line and level in surface drain
concrete work. The Contractor shall be responsible for the accuracy of the
cutting, bending and placing of the welded mesh shall be inspected for
compliance with the requirements as to grade, size, shape, length, splicing

121
and locations after it has been placed. Before the welded wire mesh is
placed, the surface of the wire mesh shall be cleaned of the rust, scale dirt,
grease and other objectionable foreign substances. After being placed, the
welded mesh shall be maintained in a clean condition until they are
completely embedded in the concrete. The welded mesh shall not be
displaced during the placing of concrete. The overlapping shall be done such
as that no distance lapse between sequentially laid weld mesh. Sufficient
overlap i.e. at least one square size of welded mesh should be provided. For
jointing the wire mesh, G.I. biding wire should be used. No extra payment will
be made for the overlapping area of wire mesh, jointing work and material
used for jointing. The completely laid welded mesh shall be properly covered
with concrete for anticorrosion effect. The welded mesh shall be laid in such
a way that it rest in mid portion of surface drain thickness as directed by
engineer in charge.

22.2 MEASUREMENT AND PAYMENT


Payment shall be made at unit tendered rate per Sqm. This shall include all
cost of materials, labour, tools and equipments, incidentals, etc. and placing
in position.

122
VOLUME-III

SECTION - 6
FORM OF BID

123
FORM OF BID

Description of the Works:

-------------------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------------

-------------------------------------------------------------------------------------------------------------

BID

To :

Address :

1. We offer to execute the Works described above and remedy any defects therein in
conformity with the conditions of Contract, specification, drawings, Bill of Quantities
and Addenda for the sum (s) of

(------------------------------------------------------------------------------------------------------ )

2. We undertake, if our Bid is accepted, to commence the Works as soon as is


reasonably possible after the receipt of the Engineer’s notice to commence, and to
complete the whole of the Works in the Contact within the time stated in the
document.

3. We agree to abide by this Bid for the period of 120 Days from the date fixed for
receiving the same, and it shall remain binding upon it and may be accepted at any
time before the expiration of that period.

4. Unless and until a formal Agreement is prepared and executed this Bid, together
with your written acceptance thereof, shall constitute a binding contract between
us.

5. We understand that you are not bound to accept the lowest or any tender you may
receive.

Dated this ------------------------- day of ------------------------------------20

Signature ----------------------------------------------- in the capacity of ---------------------

------- duly authorized to sign bids for and on behalf of -----------------------------------

-------------

(in block capitals or typed)

124
Address

Witness

Address

Occupation

125
SECTION - 7
BILL OF QUANTITIES

126
BILL OF QUANTITIES

Preamble

1. The bill of Quantities shall be read in conjunction with the Instructions to Bidder,
Conditions of Contract, Technical Specifications and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and
are given to provide a common basis for bidding. The basis of payment will be the
actual quantities of work ordered and carried out, as measured by the Contractor
and verified by the Engineer and valued at the rates and prices tendered in the
priced Bill of Quantities, where applicable, and otherwise at such rates and prices
as the Engineer may fix within the terms of the Contract.

3. The rates and prices tendered in the priced Bill of Quantities shall, except in so
far as it is otherwise provided under the Contract, include all constructional
plant, layout, supervision, materials, erection, maintenance, insurance, profit,
taxes and duties, together with all general risks, liabilities and obligations set out
or implied in the Contract.

4. The rates and prices shall be quoted entirely in Indian Currency.

5. A rate or prices shall be entered against each item in the Bill Quantities, whether
quantities are stated or not. The cost of Items against which Contractor has failed
to enter a rate or price shall be deemed to be covered by other rates and prices
entered in the Bill of Quantities (in case of Item rate contract).

6. The whole cost of complying with the provisions of the Contract shall be included
in the items provided in the priced Bill of Quantities, and where no Items are
provided the cost shall be deemed to be distributed among the rates and prices
entered for the related items of Work.

7. General direction and descriptions of work and materials are not necessarily
repeated or summarized in the Bill of Quantities. References to the relevant
sections of the contract documentation shall be made before entering rates or
prices against each item in the Bill of Quantities.

8. The method of completed work of payment shall be in accordance with the


specification for Road and Bridge works. For building works specifications for
building are to be followed.

9. Errors will be corrected by the Employer for any arithmetic errors pursuant to
Clause 29 of the Instructions to Bidder.

10. Rock is defined as all materials which, in the opinion of the Engineer, required
blasting, or the use of metal wedges and sledgehammers, or the use of
compressed air drilling for its removal, and which cannot be extracted by ripping
with a tractor of at least 150 kw with a single rear mounted heavy duty ripper.

127
BILL OF QUANTITIES
(A) Percentage Rate Tender (Up to INR 50 Cr. )
Item Description of Item (with brief Quantity Unit Rate In Amount
No. specification and reference to book figures
of specifications)
1 Dismantaling the existing cement
concrete including shoring out the
dismantalled stuff and stacking the
393.000 Cum 789.30 310194.90
useful material and removing the debris
and making good the damage etc. comp
as and where directed
Excavation for foundation in all sorts of
soil including yellow, sandy, gravelly soil,
soft murrum & hard murrum etc.
2 including depositing the excavated stuff 363.220 Cum 63.60 23100.79
in uniform layers in banks or as and
where directed etc. complete for lead
upto 1 km and all lift.(above water table)
Providing & laying plain / reinforced
ordinary portland cement concrete of
various grade with cement, sand, and
coarse aggregates including centering,
shuttering, batching, mixing,
3 transporting, placing, vibrating, smooth 438.170 Cum 4718.00 2067286.06
finishing, curing etc. complate. (
MANNUALLY WITH CONVENTIONAL
MIXER ) (EXCLUDING DEWATERING) (A)
Foundation (ii) M 10 grade.(Cement
level-220 kg)
Providing & laying plain / reinforced
ordinary portland cement concrete of
various grade with cement, sand, and
coarse aggregates including centering,
shuttering, batching, mixing,
transporting, placing, vibrating, smooth
finishing, curing etc. complate. (
4 1192.680 Cum 5459.00 6510840.12
MANNUALLY WITH CONVENTIONAL
MIXER ) (EXCLUDING DEWATERING)
(D)Walls of barrels, breastwall,
staunching rings, pedestals of bearing,
stoplog piers, well staining,
transitionwall, etc. ( i ) M 15
grade.(Cement level-280 kg)
Providing & laying plain / reinforced
ordinary portland cement concrete of
various grade with cement, sand, and
5 coarse aggregates including centering, 3.840 Cum 5717.00 21953.28
shuttering, batching, mixing,
transporting, placing, vibrating, smooth
finishing, curing etc. complate. (
128
MANNUALLY WITH CONVENTIONAL
MIXER ) (EXCLUDING DEWATERING)
(D)Walls of barrels, breastwall,
staunching rings, pedestals of bearing,
stoplog piers, well staining,
transitionwall, etc. ( ii ) M 20
grade.(Cement level-330 kg)
Providing and laying dry rubble pitching
of various thickness to required grade
including trimming of earth work, hand
6 206.000 Sqm 747.50 153985.00
packing the interstices with spauls, filling
earth in interstices pannelling complete
for all leads and lifts. (b)450 MM THICK
Earth work in embankment using
selected soil, soft & hard murrum
excavated from approved borrow area /
village tanks etc. Including royalty
7 charges, conveying, spreading in uniform 31.000 Cum 72.75 2255.25
layers, breaking clods and dressing to
the designed canal section etc. with lead
upto 1 km and all lift .(For canals having
capacity beyond 8.5 cumecs)
Compaction of earth work filling below
damaged lining , in layers including
8 31.000 Cum 21.00 651.00
watering, rammming manually etc .
Complete.
9 Trimming of the canal section manually
for preparing sub grade for laying
cement concrete (C.C.) lining in all sorts 541.000 Sqm 69.65 37680.65
of soil and murrum including watering
and compacting bed etc. complete.
Providing and laying plain / reinforced
cement concrete lining of M-15 grade in
bed, side slopes and curvature including
batching, mixing, transporting, placing,
10 65.000 Sqm 413.10 26851.50
vibrating, smooth finishing, curing
including dewatering where required. (
MANUALLY WITH CONVENTIONAL
MIXER ) (E) 7.5 cm thick lining in slope
Providing and laying plain / reinforced
cement concrete lining of M-15 grade in
bed, side slopes and curvature including
batching, mixing, transporting, placing,
11 206.000 Sqm 619.60 127637.60
vibrating, smooth finishing, curing
including dewatering where required. (
MANUALLY WITH CONVENTIONAL
MIXER ) (G) 12.5 cm thick lining in slope
Providing and filling the polysulphide
12 joint sealent of the approved make in 600.000 Rmt 259.35 155610.00
the expansion and contraction joints in
129
the c.c. lining including clearing the
joints with air water jet.
Back filling the foundation trenches
around the structures etc with selected
13 80.000 Cum 12.30 984.00
excavated stuff including watering,
ramming, compacting etc. complete.
Providing and fixing in position (
different diameter ) I.S.,NP-3 class
reinforced pipe with caulking the joints
with cement mortar 1:1
14 proportion,using jute string soaked in 50.000 Rmt 3316.55 165827.50
cement slurry, finishing joints and laying
pipes to the designed grade and levels,
curing etc. complete for all leads and
lifts. (a) NP-3 class 300 mm dia pipe.
Providing & laying plain / reinforced
ordinary portland cement concrete of
various grade with cement, sand, and
coarse aggregates including centering,
shuttering, batching, mixing,
15 transporting, placing, vibrating, smooth 12.970 Cum 5128.00 66510.16
finishing, curing etc. complete. (
MANNUALLY WITH CONVENTIONAL
MIXER ) (EXCLUDING DEWATERING) for
Encasing of surrounding NP-3 pipe ( ii )
M 20 grade.(Cement level-330 kg)
Sand filling in foundation in between top
16 and bottom plug in layers including 5.210 Cum 1137.00 5923.77
compacting as directed.
Providing and laying dry rubble pitching
of various thickness to required grade
including trimming of earth work, hand
17 packing the interstices with spauls, filling 34.750 Sqm 527.20 18320.20
earth in interstices pannelling complete
for all leads and lifts.
(a) 300 mm Thick.
Providing & laying plain/reinforced
ordinary portland cement concrete of
various grade with cement, sand and
coarse aggregate including centering,
shuttering, batching, mixing,
transporting, placing, vibrating, smooth
18 5.210 Cum 5522.00 28769.62
finishing, curing etc. complete (Manually
with convetional mixer) (Excluding
dewatering)(E)Roadway slab, kerb,
hoisting platform, top slab of barrel,
etc.( ii ) M 20 grade.(Cement level-330
kg)
Providing and laying plain / reinforced
19 270.000 Sqm 494.00 133380.00
cement concrete lining of M-15 grade in
130
bed, side slopes and curvature including
batching, mixing, transporting, placing,
vibrating, smooth finishing, curing
including dewatering where required. (
MANUALLY WITH CONVENTIONAL
MIXER ) (B) 10 cm thick lining in Bed
Clearing of surface drain or cross drain
by deploying the labour to the required
20 bed level of drain and gradient including 125.000 Rmt 24.10 3012.50
depositing the leaves, debris, earth etc.
for all lead and lifts as directed.
21 Providing 7.5cm thick paved drain in M-
15 concrete as per drawing for proper
drainage arrangement including
embedding MS welded mesh (2.8 mm
dia of 100 mm x 100 mm) and disposing 100.000 Rmt 535.50 53550.00
off the excavated materials as
directed.(MS weld mesh to be paid
separately)
size-0.40 m X 0.30 m
Providing & fixing MS welded mesh of
size as specified below including cutting
22 in required sizes,fixing in canal prism etc. 147.080 Sqm 90.00 13237.20
completed as directed. 2.8 mm dia of
100 mm x 100 mm
Total Rs. 9927561.10

I/We am/are willing to carry out the work at… ...................... % above/below
percent(Should be written in figures and words) of the estimated rate mentioned above.
Amount of my /our tender works out as under.

Estimated amount put to tender Estimated amount put to tender


Deduct………% below Add………% Above
Net Net
In words In words

131
(B) For Item Rate Tender (For above INR 50 Cr.):

Item Description of Item Quantity Unit Rate Amount


No (with brief specification
and reference to book of In In
specifications) figures Words

(A) Total Tendered Amount


(B) Rebate on above tendered amount (if any) % (in figure)
……………………………… (in
words)………………………………………………….………………………………………………...
(C)Net Tendered Amount (A-B) (in figure) ………………………………
(in words)………………………………………………….………………………………………………...

#
1. The Contractor shall exhibit a board with brief details of work as directed by
the Engineer-In-Charge for which no extra payment shall be made.
2. The labour cess will be deducted as per prevailing rules i.e. 1% of the work done.
3. GST and Income tax TDS will be deducted at a source while making payments of
bills.
4. In all R.C.C. Items in Rate Analysis Standard Cement Consumption has been taken as
per Govt. G.R. NO.: MIS102010/17/K1 Dated:30/07/2018 as stated in S.O.R.
therefore in R.C.C. items where there is a change as per actual mix design the
cost of difference of cement consumption have been deducted from the rate of
original item at the rate of input rate mentioned in all the tender.

132
SECTION - 8
SECURITIES AND OTHER FORMS

133
BID SECURITY (BANK GUARANTEE)

WHEREAS, ---------------------------------------- (name of Bidder) (hereinafter called the


“The Bidder”) has submitted his bid Dated ------------------------ (Date) for the
construction of ------------- (Name of Contractor hereinafter called “the Bid”)

KNOW ALL PEOPLE by these presents that We -------------------------------------------------


(name of Bank) of-----------------------------------------------(name of country) having our
registered office at -------------------------------------------------------( hereinafter called
“the bank”) are bound unto --------------------------------------------(name of Employer)
(hereinafter called “The Employer”) in the sum of ------------------------------------------ *
for which payment well and truly to be made to the said Employer the Bank itself, his
successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ---------------------- day of -------20

THE CONDITIONS of these obligations are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity
specified in the Form of Bid;
Or

(2) If the Bidder has been notified of the acceptance of his bid by the Employer
during the period of Bid Validity:

A Fails or refuses to execute the Form of Agreement in accordance with the


Instructions to Bidders, if required; or

B. Fails or refuse to furnish the Performance Security, in accordance with the


Instructions to Bidders; or

C. does not accept the correction of the Bid Price pursuant to Clause 27
(Correction of Errors)

We undertake to pay to the Employer up to the above amount upon


receipt of his first written demand, without the employer having to substantiate
his demand, provided that in his demand the Employer will note that the
amount claimed by him is due to him owing to the occurrence of one or any of
the three conditions, specifying the occurred conditions or conditions.

134
This Guarantee will remain in force up to and including the date ------------------- **
days after the deadline for submission of Bids as such the deadline is stated in the
Instructions to Bidders or as it may be extended by the Employer, notice of which
extension (s) to the Bank is hereby waived. Any demand in respect of this
guarantee should reach the Bank not later than the above date

DATE --------------------------------------- SIGNATURE------------------------------

WITNESS --------------------------------- SEAL --------------------------------------

(Signature, name and address)

* The Bidder should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as shown in
Clause 16.1(Bid Security) of the Instructions to Bidders.

**45 days after the end of the validity period of the Bid. Date should be
inserted by the Employer before the Bidding documents are issued.

135
PERFORMANCE SECURITY

TO,
- -----------------------------------------------------------------(Name of Employer)
- ------------------------------------------------------------------ (Address of Employer)
-------------------------------------------------------------------

WHEREAS ----------------------------------------------------------- (name and address of


contractor) (hereafter called “the Contractor”) has undertaken, in pursuance of
Contracts No. ------------------------- dates -------------------------- to execute -----------------
--------- (name of Contract and brief description of Works) (hereinafter called “The
Contract”)

AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with
the Contract.

AND WHEREAS we have agreed to give the Contractors such a bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you on behalf of the Contractor, up to a total of ------------------------------------------
(amount of guarantee)* ----------------------------- (in words), such sum being payable in
types and proportions of currencies in which the Contract prices is payable, and we
undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of ----------------------------------------
(amount of guarantee) as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor
before presenting is with the demand.

We further agree that no change or addition to or other modification of the terms of


the Contract to of the Works to be performed thereunder or of any of the Contract
documents which may be made between your and the Contractor shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any
such charge, addition or modifications.

This guarantee shall be valid until 60 days from the date of expiring of the
Defect Liabilities period.

Signature and Seal of the guarantor -----------------------------

Name of Bank -----------------------------------------------

Address ------------------------------------------------
Date ---------------------------------------------------

*An amount shall be inserted by the Guarantor, representing the percentage the
Contract price specified in the Contract denominated in Indian Rupees.

136
ADDITIONAL PERFORMANCE SECURITY
[Clause 34.1. (A)]

TO,
- -----------------------------------------------------------------(Name of Employer)
- ------------------------------------------------------------------ (Address of Employer)
-------------------------------------------------------------------

WHEREAS ----------------------------------------------------------- (Name and address of


contractor) (hereafter called “The Contractor”) has undertaken, in pursuance of
Contracts No. ------------------------- dates -------------------------- to execute -----------------
--------- (Name of Contract and brief description of Works) (hereinafter called “The
Contract”)

AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with
the Contract.

AND WHEREAS we have agreed to give the Contractors such a bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you on behalf of the Contractor, up to a total of ------------------------------------------
(amount of guarantee) ----------------------------- (in words), such sum being payable in
types and proportions of currencies in which the Contract prices is payable, and we
undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of ----------------------------------------
(amount of guarantee) as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor
before presenting is with the demand

We further agree that no change or addition to or other modification of the terms of


the Contract to of the Works to be performed thereunder or of any of the Contract
documents which may be made between your and the Contractor shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any
such charge, addition or modifications.

This guarantee shall be valid until 28 days from the project completion date.

Signature and Seal of the guarantor -----------------------------

Name of Bank -----------------------------------------------

Address ------------------------------------------------

Date ---------------------------------------------------

137
BANK GUARANTEE FOR ADVANCE PAYMENT

TO,

- ------------------------------------------------------------------------------- (Name of Employer)

- ------------------------------------------------------------------------------ (Address of Employer)

- ------------------------------------------------------------------------------- (Name of Contractor)

Gentlemen:

In accordance with the provisions of the Conditions of Contract, sub-clause


51.1 (“Advance Payment”) of the above mentioned Contract, -------------------------------
------------------- (name and address of Contractor) (hereinafter called “the
Contractor”) shall deposit with--------------------------------------------------------- (name of
Employer) a bank guarantee his proper and faithful performance under the said
Clause of the Contract in an amount of --------------------------- (amount of Guarantee)* -
- -----------------------------------in words).

We, the---------------------------------- (bank of financial institution), as instructed


by the Contractor, agree unconditionally and irrevocably to guarantee as primary
obligator and not as Surety merely, the payment to ----------------------------------------
(name of Employer) on his first demand without whatsoever right of obligation on
our part and without his first claim to the Contractor, in the amount not exceeding ---
---------------------- (amount of guarantee)* - --------------------------------------------- (in
words)

We further agree that no change or addition to or other modifications of the terms of


the Contractor or Works to be performed thereunder or of any of the Contract
documents which may be made between --------------------------------- (name of
Employer) and the Contractor, shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or
modifications.
This guarantee shall remain valid and in full effect from the date of the
advance payment under the Contract until -------------------------------------- (name of
employer) receives full repayment of the same amount from the contractor.

YOUR’S TRULY

Signature and Seal


Name of Bank/ Financial Institution
Address
Date

* An amount shall be inserted by that Bank or Financial Institution representing the


amount of the Advance Payment, and denominated in Indian Rupees.

138
Letter of Acceptance
(Letter head paper of the Employer)

(date)
To,
(Name and address of the Contractor)

Dear Sirs,

This is to notify you that your Bid dated for execution of


the (Name of the contract and identification number, as
given in the Instructions to Bidders) for the Contract Price of Rupees
( ) (amount in words and figures) as corrected and modified in
accordance with the Instructions to Bidders* is hereby accepted by our organization.
You are requested to furnish performance security, in the form detailed in
para 34.1 of ITB for an amount equivalent to Rs. within 10 days of the receipt
of this letter of acceptance up to beyond 60 days from the date of expiry of defects
Liability period i.e. up to and the Additional Performance Security for an
amount equivalent to Rs. shall be valid beyond 28 (twenty-eight) days of
Project Completion Date i.e. up to and sign the contract, failing which
action as stated in Para 34.3 of ITB will be taken.

Yours Faithfully

Authorized Signature
Name and title of Signatory
Name of Employer

* Delete “Corrected and” or and modified if only one of these actions applies. Delete as
corrected and modified in accordance with the Instructions to Bidders, if corrections or
modifications have not been affected.

139
Issue of Notice to proceed with the work
(Letterhead of the Employer)

------------------------------- (date)
To,

(Name and address of the Contractor)

Dear Sirs,

Pursuant to your furnishing the requisite security in ITB Clause 34.1 and
signing of the Contract for the construction of

at a bid Price of Rs.


.

You are hereby instructed to proceed with the execution of the said works in
accordance with the contract documents.

Yours faithfully

(Signature, name and title of signatory authorized


To sign on behalf of Employer)

140
AGREEMENT FORM

This agreement, made on the day of between


(name and address of Employer) (Hereinafter called “the
Employer) and (name and address of
contractor) hereinafter called “the Contractor” of the other part.

Whereas the Employer is desirous that the Contractor execute

Name and identification number of contract (hereinafter called “the works”) and the
employer has accepted the Bid by the Contractor for the execution and completion of
such works and the remedying of any defects therein, at a cost of Rs.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS

1. In this Agreement, words and expression shall have the same meanings as are
respectively assigned to them in the conditions of contract hereinafter referred to
and they shall be deemed to form and be read construed as part of this
Agreement.

2. In Consideration of the payment to be made by the Employer to the contractor as


hereinafter mentioned, the Contractor hereby covenants with the Employer to
executive and complete the works and remedy any defects therein in conformity
in all aspects with the provisions of the contracts.

3. The employer hereby covenants to pay the Contractor in consideration of the


execution and completion of the works and the remedying the defects wherein
contract price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the contract.

4. The Following documents shall be deemed to form and be ready and construed as
part of this Agreement viz

i) letter of Acceptance
ii ) Notice to proceed with the works:
iii ) Contractor’s Bid

141
iv ) Conditions of contract: General and Special
v) Contract Data
vi) Additional conditions
vii ) Drawings
viii ) Bill of Quantities and
ix ) Any other documents listed in the Contract
data as forming part of the Contract.

In witness whereof the parties there to have caused this Agreement to be


executed the day and year first before written

The Common seal of


Was hereunto affixed in the presence of :

Signed, sealed and Delivered by the said

In the presence of

Binding signature of Employer

Binding Signature of Contractor

142
UNDERTAKING
(For Investment)

I, the undersigned do hereby undertake that our firm M/s


…………………………………………………..……………………………….. would invest a minimum cash up
to 25% of the value of the work during implementation of the contract.

(Signed by an Authorized officer of the firm)

Title of officer

Name of firm

DATE

143
UNDERTAKING
(For Validity)

I, the undersigned do hereby undertake that our firm M/s ……………………………………


……………..……………………………….. agree to abide by this bid for a period...................................days
for date fixed for receiving the same and it shall be binding on us and may be accepted at
any time before the expiration of that period.

(Signed by an Authorized officer of the firm)

Title of officer

Name of firm

DATE

144
VOLUME-IV

SECTION - 9
DRAWINGS

145
VOLUME-V

SECTION - 10

DOCUMENTS TO BE FURNISHED BY
BIDDER

146
ANNEXURE-I
List of Documents required for the work (For reference only)
PART A-COMPULSORY DOCUMENTS
,

1. Scanned copy of DD of Tender Fee (of amount as prescribed in tender notice)


2. Scanned copy of EMD (of amount as prescribed in tender notice)
3. Scanned copy of Valid Registration certificate/renewal receipt of registration fee
(for those bidders who are registered in equivalent to class " and above)" of Gujarat
State).
4. Scanned copy of Valid Bank certificate and Undertaking (as per Format specified in
QUALIFICATION INFORMATION)
5. Scanned copy of Current Calendar Solvency Certificate (20% value of Estimated Cost
put to tender).

PART B-DOCUMENTS REQUIRED FOR PRE-QUALIFICATION-

As per Requirement of Tender/ DTP

6. Notarized Copy of Joint Venture Agreement (when applicable)


7. Scanned copies of client certificate showing Performance of the Bidder
a. Completed & ongoing works of SSNNL in Form (G) (with yearly breakup of
PHYSICAL AND FINANCIAL PERFORMANCE)
b. Completed & ongoing works Other than SSNNL in Form (G) (or in any format
with yearly breakup OF PHYSICAL AND FINANCIAL PERFORMANCE)
c. Client certificate showing cost of work done (in SSNNL and other than
SSNNL) for completed as well as on going works.
8. Scanned copies of a Power of Attorney duly authorized by a notary public, if power
is delegated for signing the Bid to other person by the Bidder.
9. Scanned copy of the Audited Balance Sheets of last Five years.
10. Scanned copy of GST Certificate.
11. Scanned copy of Labour License (if applicable)
12. Scanned copy of EPF and ESI Registration certificate with paid challan for
(Month)(Year) which is paid before end of (Month) (Year) of (Nos)
13. Details of Technical Staff employed along with educational qualification certificate
and appointment letter.
14. Scanned copy of security license.

147

You might also like