Tender 4
Tender 4
CIVIL WORK
Govt. of Jharkhand
Water Resources Department
(Minor Irrigation Division, Chaibasa.)
Annexure 1
OFFICE OF THE EXECUTIVE ENGINEER
MINOR IRRIGATION DIVISION,CHAIBASA
e-Procurement Tender Notice
Executive Engineer,
Minor Irrigation Division,
Chaibasa
Letter no. :- Chaibasa / Dated : -
Copy submitted to Information and Public Relation Officer Chaibasa With C.D. for advertisement in
National/local News Paper. There is no difference in hard copy And C.D.
Executive Engineer,
Minor Irrigation Division, Chaibasa
MINOR IRRIGATION DIVISION, CHAIBASA
e-Tender Notice Inviting Tender
E-Tender Reference No. MID/CHAIBASA/F2-12/2024-25(2nd Call) (GR. NO-04) Dated : -----------
The undersigned, on behalf of the Government of Jharkhand, invites percentage rate bids for the
work mentioned in table below through e-Procurement from eligible and approved Contractors,
registered in appropriate class as mentioned in Column 6 of the table with W.R.D. or R.W.D.
Government of Jharkhand. The bid shall be submitted online in the Website
http://jharkhandtenders.gov.in The bidder(s) should have necessary portal enrolment with their own
Digital Signature Certificate:
Sl. Name of the Estimated Cost Earnest Cost of Class of Time of Name of the
No. work (Rs. in Lakh) money (Rs. in Tender Contracto Completi Concerned
Lakh) Paper r eligibility on office
(Rs.)
1 2 3 4 5 6 7 8
CONSTRUCTIO
N OF PCC ROAD
FROM SUNDAY
MARKET TO Rs.
1,43,83,635.18 Executive
CHHOTA Rs.
(Rs. One Crore Engineer,
BHAGABILA IN 2,88,000.00 Rs.
VILLAGE Forty Three Minor
(Rs. Two 10,000.00
1 CHHOTA Lakh Eighty Class-2 8 Month Irrigation
Lakh Eighty (Rs. Ten
TORLO AT Three Thousand WRD Division,
BARATORLO Six Hundred
Eight Thousand)
/RWD Chaibasa
PANCHAYAT Thirty Five and Thousand) Only.
UNDER BLOCK Only. Jharkhand
Eighteen
- MANJHARI,
DISTRICT-
Paisa)Only.
WEST
SINGHBHUM.
2. Period of availability of tenders online/date & time of bidding on-line/last date of seeking
clarification/date of opening of tender papers are as given below -
Sl. Procurement Place of Opening Availability of tender on-line for bidding Date & Time of
No. Officer opening of
Technical Bid
1 2 3 4 5 6
Bid
Bid downloading/ downloading/ 27.02.2025
Executive uploading period uploading period 11:00 A.M
Executive Engineer,
Engineer, 15.02.2025 15.02.2025 Executive
1 Minor Irrigation
Minor Irrigation
Division,Chaibasa (11:00A.M) to (11:00A.M) to Engineer,
Division,Chaibasa 25.02.2025 25.02.2025 Minor Irrigation
(Upto 05:00 P.M) (Upto 05:00 Division,Chaibasa
P.M)
3. Agreement with Bidders selected through e-procurement shall be eventually drawn in PWD Form
No. F2.
4. Financial bid of only those bidders will be opened who qualify in technical bid. Bidders are
requested to lodge their objections in writing, if any, within 05 (Five) days after technical evaluation.
Objections received after five days will not be entertained.
5. The work shall be completed in all respect in 8 Month (mention the time of completion) from the
date of written order to commence the work. The items of work, plan, specifications or any
information in connection with the work can be seen in the office of the Executive Engineer, Minor
Irrigation division Chaibasa on any working day during office hours before submitting bid.
6. Tender fee and EMD will be received through Online mode only. Bidders can use internet banking
facility for faster processing of tender fee and EMD. Alternatively bidders can use NEFT/RTGS
Challan generated for the tender from jharkhand tenders.gov.in Portal.
7(1) Refund will only be issued to the originated bank account used for the payment of tender fee and
EMD. so, bidders are advised Not to close bank account fee for online payment of tender fee and
EMD.
7(2) No hard copy/physical copy is required to be submitted for tender opening/evaluation, . However
department may ask original document for verification before award of contract.
7(3) The illegible uploaded tenders document will not be considered.
7(4) Tender not accompanied with required Earnest Money in the prescribed manner shall be rejected
outright and will not be evaluated.
7(5) Tenderer’s who are exempted from depositing E.M. must deposit photo state copy of the exemption
certificate issued by the competent authority in such to Executive Engineer (Procurement Officer).
7(6) Bid Document is to be uploaded by the bidder. The bidder has to give affidavit stating that he/she
agrees with the conditions mentioned in the Bid Document. The bidder who disagrees with the
conditions of Bid Document. cannot participate in the tender.
7(7) All bidders will have to furnish following details (Applicable for tender amount more than one crore
only)
(a) Total monetary value of civil construction works performed for each of the last five years.
(Applicable for tender amount more than one crore only)
(b) Experience in works of similar nature and size for each of the last five years, and details of works in
progress or contractually committed with certificates from the concerned officer of the minimum
rank of Nodal /Executive Engineer or equivalent; (Applicable for tender amount more than one
crore only)
(c) Reports on the financial standing of the Bidder, such as profit and loss statements and auditor’s
reports for the last three years.
(i) Unique Document Identification Number (UDIN) has been made mandatory by ICAI from 1 st
July 2019 for all audit/Assurance/Attest Function, Hence, Audited Turnover and Balance
sheet containing UDIN No from Financial year 2019-20 is mandatory for bidders. Audited
Turnover Summary must Contain UDIN No. (Applicable for tender amount more than one
crore only)
(ii) 26 AS of Income Tax. (Applicable for tender amount more than one crore only)
5(7) Relevant clauses of Tender fee & Bid Security shall be in adherence to the order issued vide memo
No-120, dated-03.10.2023 of information Technology & e-government Department, Gov. of
Jharkhand and shall Supersede the extant clauses of uploaded bidding document and shall be
accordingly deemed amended to that extent.
6. >kj[kaM iFk fuekZ.k foHkkx] jk¡ph dk ladYi la0 2146 (S) fnukad 09-09-2020 ds dafMdk&01 ds vkyksd esa
%&
(a) >kj[kaM yksd fuekZ.k foHkkx lafgrk dh dafMdk&163¼aa½ }kjk d`r izko/kku dks voØfer djrs gq, 10 izfr’kr
dh U;wure vf/klhek dks lekIr fd;k tkrk gSA lEizfr 10 izfr’kr ls uhps ds nj dh fufonk;sa vuqekU;
gksxkA lkFk gh JPWD Code ds Clause 163(a) dks Delete fd;k tkrk gSA 10 ¼nl½ izfr'kr ls U;wure
fufonkvksa ds fy;s Additional Performance Security ds Øe esa ifjek.k foi= dh jkf'k ls &(i) 10 ls 20
izfr'kr Below rd dh jkf'k dk 20 izfr'kr rFkk (ii) 20 izfr'kr ls vf/kd Below dh jkf'k dk 30 izfr'kr
vfrfjDr tekur dk izko/kku ykxw gksxkA ;g >kj[kaM yksd fuekZ.k foHkkx lafgrk ds fu;e 172(a) ds :i esa
lekfgr gksxkA iwoZ ds lafgrk@fu;e@ifji= }kjk d`r lHkh izko/kku voØfer le>sa tk;saxsA ;g izko/kku
>kj[kaM yksd fuekZ.k foHkkx lafgrk dafMdk 163(e) ds :i esa lekfgr gksxk rFkk mDr gn~ rd iwoZ ds
lafgrk@fu;e@ifji= }kjk d`r lHkh izko/kku voØfer le>sa tk;saxsA
7. It will be obligatory on the part of the tenderer to keep their offer open for acceptance for a period of
180 days from the date of opening of the tender.
8.(i) Tenderer(s) shall upload scanned copy of his/her/their registration & exemption certificate (if any)
in absence of which the tender(s) may not be considered.
8.(ii) mik;qDr] fi'peh flagHkwe dk i=kad 1679] fnukad 23-12-2022 ds vkyksd esa fufonk Mkyus ds le;
pkbZcklk ftykUrxZr fdlh Hkh ize.My@foHkkx }kjk vkoafVr dk;Z ,djkfjr vof/k chr tkus ds ckn yafcr
ugh gksus laca/kh 'kiFk&i= ¼Affidavit½ nsuk gksxkA ;fn ,slk ik;k tkrk gS rks dk;Zikyd vfHk;Urk] y?kq
flapkbZ ize.My] pkbZcklk if'peh flagHkwe muds fo:) dkjokbZ djus gsrq Lora= gksxsaA
8.(iii) Complete GST Registration Certificate papers of Contractors (with GST 3B up-to-date ) Shall be
submitted by the tenderer.
8.(iv) Bidders are supposed to get the valid labour license after their allotment of work vide labour
Department Notification No-814, Ranchi dated 27.04.2012.
8.(v) It is obligatory for Contractor to follow all the rules/acts/circulars etc. pertaining to labour such as
minimum wages, working period etc.
8.(vi) The Contractor shall bear the cost of test for quality of Construction materials from the government
laboratory The payment shall be made for the bill raise against the executed work after receiving the
quality test report.
8.(vii) Tenderer shall satisty itself and acquainted with the site conditions before participating in the
tender.
8.(viii) It shall be essential to pay the minimum labour wages fixed by the labour department to the
labour engaged in the construction work.
8.(ix) It shall be essential to provide the work programme (bar chart) at the time of tender which shall be
a part of agreement and the work shall be executed as per the submitted work programme.
8.(x) UCAN registration is mandatory for the bidder registered with Government of Jharkhand. They
shall enclose scanned copy of his/her/their UCAN registration, in absence of which the bidders bid
may not be considered. The registration in the department using which bidder is taking part in the
bid must be included in UCAN certificate. (Expired UCAN Certificates will not be considered and
bidders bid may be rejected)
8.(xi) 1% Labourcess shall be deducted as per the order of Government besider deduction of Income Tax,
GST, Royalty rules of State/Central Government.
9. Scanned copy of Demand Draft/Earnest Money/Vat Registration/Income Tax Return of last three
assessment years, GST Registration & Form 3B, Ucan no. & Letter of Registration as contractor shall
be uploaded by the tenderer or otherwise it may be rejected.
10. Authority reserves the right to reject any or all the tender(s) received or to allot the work to one
or more contractor(s) without assigning any reasons thereof.
11. In the case of successful tenderer (hereinafter called contractor) the amount of E.M. will be
transferred towards Initial Security Deposit in such a manner so that the security deposit will form part
of 5% of the approval amount of the approved tender & the remaining 5% shall be recoverable from
the subsequent bills of the contractor.
12. The Earnest Money of the successful tenderer (hereinafter called the contractor) which accompany
the tender will be forfeited in case the tenderer declines to sign the agreement or fails to deposit
Security Money within 10 days of being called upon to do so.
Those contractors, who are exempted from depositing E.M., will deposit initial security money within
10 days of being called upon to do so. If they fail to do so or decline to sign the agreement within the
stipulated period, the requisite sum of money will be forfeited by way of adjustment from any sum to
be paid to him by the department for other works, including his security money and in addition he
may be Black Listed and subsequently his registration may be cancelled.
13. The N.I.T. along with general rules, conditions of contract and special conditions of contract copies
of which are available on the website :-
http://jharkhandtenders.gov.in will form part for the Contract Document.
14. It is essential for the tenderer(s) to have ownership/deed of hireship of the following Machineries in
working condition :-
16. All Papers of bidding documents being submitted in the office of procurement officer must signed
by bidder.
Executive Engineer
Minor Irrigation Division,
Chaibasa
GENERAL RULES
2.1 Bidders have to fill in all such information as required in the tender documents.
2.2 Scanned Copies of the Certificates showing details of civil construction works in hand should be
uploaded after converting the same to. Pdf format.(applicable for more than 2.5 cr)
2.3 Similar nature of works executed (Applicable for tender amount more than 2.5 cr)
2.4 Work in hand & bids already submitted(Applicable for tender amount more than 2.5 cr)
2.5 The rates quoted by the tenderer shall be inclusive of Income Tax, GST, Royalty or any other
Provincial and Central Taxes applicable at that time. Provisional or conditional tender shall not be
accepted.
2.6 The tenderer shall be presumed to have carefully examined the conditions of the contract and
specifications of the work. The tenderer will also be deemed to have inspected the work site and
to have satisfied himself/herself/themselves independently as to the nature, extent and practically
of all works and required road approaches & other means of communication & access to the site,
lands, building, available for accommodation that may be required for temporary purpose in
connection with the contract of work, as also availability of construction materials, location of
work site including its climate & other geological characteristics, availability of skilled, semi
skilled & un-skilled labourers. The consequences of the lack of necessary knowledge will be
borne entirely by tenderer.
2.7 Works of item of works, which are involved, shall be executed with Circle
specification/Technical specifications of Water Resources Department.
2.8 The tenderer shall submit a program of the execution of the work along with the tender.
2.9 The tenderer will maintain watch guards for the safety of the materials, if any, supplied by the
department at his own cost.
2.10 All labourers engaged in the work are to be paid wages as per Minimum Wages Act in force at
the time of execution of this work.
2.11 The tenderer will provide to the labourers, huts for shelter, drinking water and medical facilities at
site and keep the site clean at his own cost.
2.12 Extension of time may be granted on valid ground by the competent authorities as per
Government rules and circulars in force and as received from time to time.
2.13 On receipt of the written order from the Executive Engineer, (Name of Division) Minor Irrigation
Division Chaibasathe successful tenderer will first deposit the balance amount of initial security
deposit (ISD) within the specified period of ten days and then enter into an agreement with
Executive Engineer on the basis of the stipulated in the approved tender documents before the
issue of work order.
2.14 (a) If the rate quoted by the tenderer is above the BOQ rate and the competent officer has
approved above the BOQ rate, then the enhancement over the BOQ rates shall not be
applicable over the cost of bitumen.
(b) If the tenderer quotes the rate below the BOQ rate and the competent officer approves it,
then the reduction over the BOQ rate shall be applicable on all items or work including
the cost of bitumen.
Executive Engineer
Minor Irrigation Division Chaibasa
Annexure 4
PercentageBoQ
Percentage BoQ
Tender Inviting Authority:
Bidder Name :
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be
uploaded after filling the relevent columns, else the bidder is liable to be rejected for this
tender. Bidders are allowed to enter the Bidder Name and Values only )
NUMBER # TEXT # NUMBE TEXT # NUMBER NUMBER # TEXT #
R#
Sl. Item Quantity Units Estimate TOTAL TOTAL
No. Description d Rate AMOUNT AMOUNT
In Words
1 2 4 5 6 7 8
Total in
Figures
Quoted Rate in Figures INR Zero
Select Only
Quoted Rate INR Zero Only
in Words
Annexure 5
Name of the
Procurement Officer
Sl. No. Name and address of the Quoted Rates Amount of award of
successful bidders work
WHEREAS, .................................... [name of Bidder] (hereinafter called “the Bidder”) has submitted his
Bid dated.............. [date] for the construction of
........................................[name of Contract hereinafter called “the Bid”].
SEALED with the Common Seal of the said Bank this .................. day of .............,20..........
(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified;
OR
(2) If the Bidder having been notified of the acceptance of his bid by the E.E., (Name of
Division) .................................. during the period of Bid Validity:
We undertake to pay to the E.E., (Name of Division) ......................... up to the above amount upon
receipt of his first written demand, without the E.E., (Name of Division) ...........................................
having to substantiate his demand, provided that in his demand the E.E., (Name of Division)
......................... will note that the amount claimed by him is due to him owing to the occurrence of
one or any of the above mentioned two conditions and specify the occurred condition or conditions.
This Guarantee will remain in force up to and including the date ............................** days after the
deadline for submission of Bids as is stated in the instructions to Bidders or as it may be extended by
the E.E., (Name of Division) ......................... notice of which extension(s) to the Bank is hereby
waived and notice to the bidder would constitute sufficient notice to the Bank. Any demand in respect
of this guarantee should reach the Bank not later than the above date.
*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 the bid document.
1. All Works proposed for execution by contract will be notified in a form of invitation to tender passed on
a board hung up in the office of and signed by the Sub-divisional Office/Executive Engineer.
This notice will state the work to be carried out the items and approximate quantities thereof as well as the
date for submitting and opening tenders also, amount of earnest money to be deposited and the amount of the
security deposit to be deposited by the successful tenderer and the percentage if any to be deducted from bills,
copies of the specifications, designs and any other documents required in connection with this submission of
tender signed for the purpose of identification by the Sub-divisional Officer/Executive Engineer shall also be open
for inspection by the contractor at the office of the Sub-divisional Officer/Executive Engineer during office hours.
2. In the event of the tender being submitted by a firm, it must be signed separately by each member there
of or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power-
authorising him to do so.
3. Receipt for payments made on account of work when executed by a firm must also be signed by the
several partners, except where the contractors are described in their tender as a firm in which case the receipt must
be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual
receipt for the firm.
4. The memorandum of work tendered or and the memorandum of materials to be supplied by the Public
Works Department and their issue rates shall be filled in and completed in the Office of the Sub-divisional
Office/Executive Engineer before the tender form is issued. If a form is issued to a intending tender without having
been so filled in and completed, he shall request the office to have this done before he completed and delivers his
tender.
6. Any Person who submits a tender shall fill up the usual printed form stating there at what rate he is
willing to undertake each item of the work incomplete tender and tenders which propose any alteration in the work
specified in the said form of invitation tenders, or which contain any other conditions of any sort, or omit to note
the time within which the work can be finished, or which are not accompanied by the treasury challan for the
required earnest money will be liable to rejection. No single tender shall include more than one work, but
contractors who will to tender for two or more works shall submit a separate tender for each Tender shall bear the
name of the work to which they refer written outside the envelope. Cash deposits for earnest money here in before
mentioned shall be made in Government Treasuries and the challan there of should be enclosed with the tender.
7. The Engineer or his duly authorised assistant will open the tender in the presence of any intending
contractors who may be present at the time and will enter the amounts of the several tenders a comparative
statements in a suitable form. In the event of a tender being rejected the challan for the earnest money forwarded
therewith shall there upon returned to the tenderer with a pay order for the amount of the earnest money.
8. The Engineer shall have the right of rejecting all or any of the tenders.
9. In the event of a tender being selected for acceptance the Engineer who opened the tenders will, if he is
competent to accept the tender, inform the tenderer or the selected tender who shall thereupon sign copies of the
specification & other documents mentioned in rules 1 and 4 for the purpose of identification and for his acceptance
with the tender. The tender of the selected tender shall also deposit the required amount of the security money
within the prescribed time. If the tenderer falls to deposit the required amount of the security money within the
prescribed time, the Engineer may reject the tender.
If the Engineer is not competent to accept the tender himself, he will inform the tenderer of the tender
which he decides to recommend for acceptance. Such tenderer shall thereupon sign forth-with copies of the
specification and other documents mentioned in rules 1 and 4 and shall deposit the required amount of the security
money within the prescribed time. The tender with the specification and other documents signed by the tenderer
will then be forwarded for acceptance and the security money deposited shall be refundable to the tenderer.
10. When a tender is selected for acceptance the tender shall deposit the required amount of the security
money in cash in treasury and shall forward the challan to the Executive Engineer, Government securities may be
enclosed to the Executive Engineer lieu of a cash deposit of the required amount of the security money. No tender
shall be finally accepted until the required amount of the security money has been deposited.
11. The amount of security money to be deposited by the tenderer whose tender is selected for acceptance
shall be 10% to the estimated value of the work & towards this amount the earnest money already deposited by
him shall be credited. At least half of this security inclusive of the earnest money shall be deposited by the tenderer
within such time as may be notified to him in writing by the officer opening tender, failing which the tender shall
be liable to rejection.
Any balance of the security money outstanding after completion of the contract with the tenderer may be
made up by deductions of 5% of the amount of each payment to be made to him under clause 7 of the conditions of
contract for work done under the contract.
12. When a tender has been selected for acceptance & the required amount of the security money has been
deposited the Engineer shall scrutinise all pages of the form of item, rate tender & contract for works to see that the
form has been properly filled up and signed by the contractor & the signature witnessed. He shall then if he is
competent, to accept the tender, sign the acceptance of the tender, of, if he is not so competent shall send the form
for signature of the acceptance of the officer competent to accept it.
should this tender be accepted I/we hereby agree to abide by and fulfill all
the terms and provisions of the said conditions of contract annexed hereto so for as
applicable or insure in office the sum of money mentioned in the said conditions.
Dated the day of 200
Witness :-
Signature of contractor Address :-
before commission of Occupation
tender
Signature of witness to The above tender is hereby accepted by me on behalf of Governor of Jharkhand.
contractor’s signature Dated the day of 200
Signature of the office.
accenting the tender.
Acceptance communicated on .........................................................
(i) natural calamities, (ii) act of enemies, (iii) transport and procurement difficulties or (iv)
circumstances beyond the control of the State Government.
In case of such failure in delay in the supply of materials or stores on an application by the
contractor within 30 days from the date of such failure or delay such extension of time shall be
granted to the contractor for completion of the work as shall appears to the Engineer to be reasonable
in accordance with the circumstances of the case. The decision of the Executive Engineer as to the
extension of time shall be accepted as finally by the contractor.
Action and Clause 13 :- If it shall appear to the Engineer-in-charge or his subordinate in-charge of the
compensation work that any work has been executed with unsound, imperfect or skillful workmanship or with
payable in
case of work materials of any inferior description, or by any materials or articles provided by him for the execution
of the work are unsound or of a quality inferior to that contracted for at otherwise not in accordance
with the contract, the contractor shall on demand in writing form the Engineer-in-charge specifying
the inadverntaly passed certified and paid for, forthwith rectify or remove and re-contract the work so
specified in whole or in part as the case may remove the materials or articles so specified and
provided other proper and suitable materials or articles at his own proper charge and cost, and in the
event of failing to do son within period to be specified by the Engineer-in-charge in his demand
aforesaid the contractor shall be laible to pay compensation at the rate of one percent, on the amount
of the estimate for every day not exceeding ten days while his failure to do so shall continue and in
the case of any such failure the Engineer-in-charge may certify or remove and re-execute the work or
remove and replace with others, the materials or articles complained of as the case may be at the risk
and expense in all respects of the contractor.
Work to be Clause 14 :- All work under in course of execution or executed in presence of the contractor
taken to shall at the times to open to the inspection and supervision of the Engineer-in-charge and his
inspection
subordinates and the contractor shall at all times during the usual working hours and at all other time
at which reasonable notice of the intimation of the Engineer-in-charge or his subordinate to visit the
works shall have been given to the contractor, either himself to be present to receive orders and
instruction, or have a responsible agent duly credited in writing present for that purpose orders given
to the contractors agent all shall be considered to have the same force as if they had been given to the
contract himself.
Contractor or Clause 15 :- The contractor shall give not less than five days notice in writing to the
responsible Engineer-in-charge or his subordinate-in-charge of the work before covering up or otherwise placing
Agents to be
present beyond the reach of measurement of any work in order that the same may be measured and correct
dimensions there of the taken before the same is so covered up or placed beyond the reach of
measurement and shall not cover up or place beyond the reach of measurement of any work without
the consent in writing of the Engineer-in-charge or his subordinate-in-charge of the work shall be
covered up or placed beyond the reach of measurement without such notice having been given or
consent obtained, the same shall be uncovered at the contractors expenses or in default there on
payment or allowance shall made for such work on material with which the same was effected.
Notice to be Clause 16 :- If the contractor or his work-people, or servants shall break, deface injury or
taken before destroy any part of a building in which they may be working or any building, road, road curves, fence
work covered
up. enclosure water pipes, cables, drains, electric or telephone posts or wires, trees, grass or grassland or
cultivated ground contiguous on which the work or any part of it is being executed or if any damage
shall happen to the work, while in progress from any cause whatsoever or any imperfection become
apparent in if within three months (six months in the case of a road-work) after a certificate final or
other of its completion shall have been given by the Engineer-in-charge.
as a fore seal, the contractor shall make the same good at his own expense, or in default, the Contractor liable for
Engineer-in-charge may cause the same to be made be good by other worksmen and deduct the damage done and for
imperfection a
expense of which time thereafter may become due to the contractor, or from his security deposit, months and after
or the proceed of sale there of, or of a sufficient portion there of the security deposit at the certificate
contractor shall not be refunded before the expiry of three months (six months in the case of a
road work) after the issue of the certificate final or otherwise of completion of work provided that
in the case of a road work if in the opinion of the Engineer-in-charge behalf of the security
deposit will be refundable after three months of the issue of the said certificate of completion.
Clause 17 :- The contractor shall supply at his own cost all materials (except such special Contractor to supply
materials) if any as may in accordance with the contract by supplied from the Engineer-in- to plantiadder
scaffolding
charge’s stores). Plants, tools, application, implements, ladders, cordage jackal scaffolding and
temporary works requisites or proper for the proper execution of the work whether original,
altered or substituted and whether include in the specification or other documents forming part of
the contract or referred to in these conditions or not or which may be necessary for purpose of
satisfying or complying with the requirement of the Engineer-in-charge as to any matter as to
which under these conditions he is entitled to be satisfied which he is entitled to require together
with carriage therefore to and form the work. The contractor shall also supply without charge the
requisite number of persons with the means and materials necessary for the purpose of setting out
works, and counting, weighing and assisting in the measurement or examination at any time and And is liable for
damage arising for
form time to time of the work or materials failing his so doing the same may be provided by the non-provision of
Engineer-in-charge at the expense of the contractor and the expenses may be deducted from any light fencing etc.
money due to the contractor under the contract from his security deposit or the proceeds of sale
thereof or of a sufficient portion thereof. The contractor shall also provide all necessary fencing
and lights required to protect the public from accident, and shall be bound to bear to expenses of
defence of every suit action or other proceeding at law that may be brought by any person for
injury sustained owing to neglect of the above precautions and to any such person or which may
with the consent of the contractor be paid to compromise any claim by any such person.
Clause 18 :- No female labour shall be employed within the limits of cantonment. The
contractor shall not employ for the purpose of his contract any person who is below the age of
twelve years and shall pay to each labour for the work done by such labourer wages not less than
the wages paid by similar work in the neighborhood.
Work not to be
The Executive Engineer shall have the right to enquire into the case and decide any subject
complaint alleging that the wages paid by the contractor to any labouer for the work done by
such labour is less than the wages paid for similar work in the neighborhood.
The officer in-charge of the work shall have the right to decide whether any labourer
employed by contractor is below the age of twelve years and to refuse to allow any labourer
whom he decided to be below the age of twelve years to be employed by the contractor.
Clause 19 :- The contractor shall not be assigned or subject without the written approval
of the Executive Engineer. And if the contractor shall assign or subject his contract, or attempt so Contract may be
rescinded and
to do, or become insolvent proceedings to make any composition with his creditors or attempt so security deposit
to do, or if any bride, gratuity, gift loan, requisite, reward or advantage pecunairy of otherwise, forfeited for
shall either directly or indirectly be given promised, or offered by the contractor, or any of his subletting bribes or
servant or agents to any public officer, or person in the employ of Government in any way if contractor become
insolvent
relating to his officer or employment or if any such officer or person shall become in any way
directly or indirectly interested in the contract the Executive Engineer may there upon by notice
in writing rescind the contract. The security deposit of the contractor shall there upon stand
forfeited and be absolutely at the disposal of Government and the same consequence shall ensure
as if the contract had been rescinded under clause 3 here of, in addition the contractor shall not
entitled to recover or be paid to any work therefore actually performed the under the contract.
Such payable by way of Clause 20 :- All sums payable by way of compensation under any of these conditions
compensation to be shall be considered as reasonable compensation to be applied to the use of the Government
considered reasonable
compensation without without reference to the actual loss or damages sustained and there of not any damage shall have
reference to actual loss been sustained.
Clause 21 :- In the case of a sender by partners, any change in the constitution of the firm
shall be forthwith notified by the contractor to the Engineer-in-charge of this information.
Charges in constitution
of firm In case of failure to notify the change in the constitution within fifteen days the
Engineer-in-charge may be notice in writing rescind the contract and the security deposit of the
contractor shall thereupon stand forfeited and be absolutely at the disposal of Government and
the same consequences shall ensure as if the contract has been rescinded under clause 3 hereof,
and in addition the contractor shall not be entitled to recover or be paid for any work therefore
actually performed under the contractor.
Works to be under Clause 22 :- All work to be executed under the contract shall be executed under the
direction of direction and subject to the approval in all respect of Superintending Engineer of the circle for
Superintending
Engineer the time being who shall be entitled to direct at what point or points and in what manner they are
to be commenced, and from time to time carried on.
Clause 23 :- Deleted
Lump sum in estimate (a) Clause 24 :- When the estimate on which a tender is made includes lump sum in
respect of the contract shall be entitled to payment in respect of the items or work involved of the
work in question the same rates as are payable under this contract such terms, for if the part of
the work in question is not in the opinion of the Engineer-in-charge, capable of measurement the
Engineer-in-charge, may at his direction pay the lump sum amounts entered in the estimate, and
the certificate in writing of the Engineer-in-charge shall be final and conclusive against the
contractor with regard to any sum pay able to him under the provision of this clause.
Action where no Clause 25 :- In the case of any class of work for which there is no such specification as is
specification. mentioned in rule 1, such work shall be carried out in accordance with the circle specification
and in the event of there being no circle specification, then in such case the work shall be carried
out in all respects in accordance with the instructions and requirements of the Engineer-in-
charge.
Clause 26 :- The expression “work” or “works” where used in these conditions shall
Definition of works unless there be something either in the subject or context repugnant to such construction be
constructed and taken to mean the work by or virtue of the contract contracted to be executed
whether temporary or permanent, and whether original, altered, substituted or additional.
Clause 27 :- The terms and conditions of the agreement have been read/explained to me
and ............................. certify ............................ clearly understand them.
Witness Contractor
GENERAL CONDITIONS
TERMS AND CONDITIONS
1. All pages of the tender paper supplied by the Deptt. Shall be signed by the Contractor.
2. Estimate rates of each item of work has been mentioned in the bill of Quantity. Tenderers are
required to mention the overall rate, higher/lower than the estimated rate in terms of
percentage of the total estimated cost.
3. The tenderer should clearly write his full name and address in the specified space in the tender
paper for future correspondence and if the letter is dispatched to him at the mentioned
address, It would be deemed to have been served upon him.
4. The tenderer should clearly specify the completion time in the specified space in the tender
paper.
5. The rate quoted should be inclusive of all taxes royalties and incidental charges etc.
6. During the dam fill, the earth shall be laid for 1’10” width more on both side of the dam axis
than the designed width of the dam. After proper completion of dam fill, the dam section
shall be trimmed so as to achieve the compacted designed section the contractor shall
however, entitled for payment for the trimmed designed section only.
7. No claim will be entertained on account of idle labour or hindrance in the work on any
account.
8. The work shall be executed as per specification and in case of such items for which no
specification is available, it shall be executed as per directions of Engineer incharge.
9. 2.24% Income Tax will be deducted from all the bill in all the contract.
10. Necessary will be deducted from ‘on account’ bills and final bills on the quantity of materials
used in the works.
11. The final bill will be paid only after the contractor has prepared clearance certificate from the
District Mining Officer or the Assistant Minining Officers indicating that no dues are pending
against the contractor in respect of royalty and rent of mineral materials.
12. The tenderer will have to submit necessary docments in support if the fact that he has got
himself registered with labour deptt. Under labour law.
13. The tenderers shall be bound to pay all compensation arising out of workers compensation
not for all standing acts or rules of Govt. of Jharkhand and India. No separate payment shall,
be made by the deptt. Or such liabilities.
14. All payments of earthwork in filling in dam and canal will be made by the deptt. For such
liabilities.
15. Payment of pipe line works will be made after testing of functioning of pipeline.
16. Tenderer shall carefully examine the drawing, items of work and specification, visit the site
of works and fully acquaint, satisfy themselves with the nature and location of works, the
ground configuration, quantity of materials required, the type of equipments and facilities
needed before and during the execution of work and the general and local condition which
may affect the progress and cost of scheme, before tendering.
17. Payment of item of the completed item of works is to made on completion of the item.
18. No claim will be entertained for sudden fluctuation in rates of labour and materials in market
at any stage of work.
21. The agreement in part or complete may be closed at any stage without entertaining any
damage or claim if the work will be found unsatisfactory by the E/I. The deptt. Has
unquestionable right to get the defects rectified, if any discrepancies are found either
departmentally or be engaging any other agency of his choice and recover the cost from the
contractor.
22. The labour shall have to be paid as per minimum wage act of labour department of Govt. of
Jharkhand.
23. Lead and lift will paid as per actual measurement at site.
24. The authority reserves the right to accept or reject any or all the tenders or distribute the work
between two or more tenderers without assigning any reason, whatsoever.
25. In the earth fill embankment settelement, allowance of 10% will be provided. Accordingly
extra height shall be provided but payment for only designed section height will be made.
26. Specification of soil in excavation will be done by the E/I. Which will be binding to the
contractor.
27. All required constructional materials will have to be arranged by the contractor, except the
materials which are available in departmental Godown. In that case departmental materials
will be utilized in work by contractor on departmental case.
28. The compaction of earth on dam shall be done by the contractor at his own cost. Running
cost machine shall be deducted if decided by the department and agreed upon be the
contractor before starting the work.
29. Approximate lead of carriage of materials has been mentioned in the bill of Quantity. If the
materials are brought by shorter lead then payment shall made for shorter lead.
30. If the work is to be executed during night then arrangement for electricity to be done the
contractor at his own cost and no separate payment shall be made to the contractor by the
department on this account.
31. No extra payment for haulage road shall be made by the Deptt.
32. The agency shall mention type, number and capacity of machine which he has at his disposal
for execution of this works.
33. Sales tax shall be deducted from the bill of the agency as per Govt. order.
34. Quantity may increase or decrease but total work has to be competed for which no claim will
be entertained.
36. Work order will be issued after receiving allotment for this work.
37. SIDE ORDER BOOK : A abound site order with pages serially numbered and signed by the
sub-divisional officer shall be kept at the site of work for each contract agreement separately
and will remain in the charge of Junior Engineer in direct charge of the work in which all
orders and communications regarding the work are to be entered. All entries must be signed
and dated by the officers making the entry and by the contract or his accredited representative
in taken of acknowledgement the site order book which is the property the department shall
not be removed from the site of the work or the agreement the site order book will be
deposited in the officer of the Executive Engineer for final record and references.
38. Any notice served on the contractor shall be deemed to sufficiently served it delivered to him
or to his authorized agent in person or sent by registered post addressed to the contractor on
his address given in the tender or agreement for his best know place of business.
39. Contractors have to engage local unskilled labourers. In case non availability of such local
labourers, permission for engaging labourers from outside will have to be obtained from the
concerned D.C.
40. Payment of extra item/extra quantity will be made only on the basis of order approval of the
competent authority.
Executive Engineer
Minor Irrigation Division
Chaibasa
GENERAL CONDITIONS OF CONTRACT
1. Definitions :
In the contract (as hereinafter defined) the following expressions will have the meanings hereby
assigned to them.
(a) APPROVED/APPROVAL : Means approved in writing.
(b) CONSTRUCTION PLANT :
Means all equipments appliances of things of whatsoever nature required for the
execution, completion or maintenance of the work or temporary work but does not include
materials or other things intendent to from or forming part of the permanent work
(c) CONTRACT :
Means the instruction and information for tenderers, general and special conditions of
contract specifications, drawings, tender, (including the schedules of quantities and tender
prices) the formal agreement and agenda and attachments related to the above.
(d) CONTRACTOR :
Means the particular person, firm or corporation with whom the contract has been made
for executing the works.
(e) WORK :
The word “work (or works)” wherever used in this document shall be hold to comprise not
only works to be executed in accordance with contract but also accessories thereto.
(f) DAY :
Means a day from midnight to midnight.
(g) DRAWINGS :
Means the drawings referred to in the specifications any modifications of such drawings
approved in writing by the Executive Engineer and such other drawings as may from time
to time be furnished or approved in writing by the Executive Engineer.
(h) SPECIFICATONS :
The word “specification” shall mean, collectively all the terms and stipulations contained
in this documents.
(k) I.S.S. :
Means Indian Standard Specifications.
(l) MONTH:
Means from the beginning of a given date of a calendar month to the end of the
proceeding date of the next calendar month.
(m) SITE :
Means the lands and other places on, under in or through which the works are to be
executed or carried out and any other lands or places provided by the owner for the
purpose of the contract together with such other places as may be specifically designated
in the contract or subsequently approved as forming part of site.
(p) WEEK :
Means seven consecutive days.
(r) M.TON :
The word “M.Ton” used in the @ Specification shall mean a matric ton of
1,000 Kg.
(t) DEPARTMENT :
“Department” shall mean the Water Resources Department of the Government of
Jharkhand.
2. INTERPRETATIONS :
Words importing the singular only also include plural, he includes he and vice-versa unless this
repugnant to the context.
Wherever the terms “SPECIFICATIONS” is used apart form a specified specification, it
shall mean the specification or plan prepared for a particular item as instructions to the contractor
in executing that item of work.
3. PERIOD OF COMPLETION :
The period of completion shall be mentioned in the B.O.Q. irrespective of whether the contract
award is given in slices or in package.
9. MODIFICATION :
The Executive Engineer/Competent Authority may order modifications, at any time, before
the completion of the work no modifications shall be made unless so ordered.
Copies of the drawings, any modified or supplementary drawings and one specifications shall
be furnished free of cost to the contractor.
12. PLANS AND DRAWINGS :
The Contractor shall submit the following information, in triplicate, to the Executive Engineer
for approval within the time stipulated against each tem below
(a) A general layout plan of construction plant and equipment for the
execution of work within fourteen days from the date of notice to proceed
with the work and.
(b) Drawings or prints showing the location of major plants and other facilities
which he propose to put up at the site, including any changes in the general
layout, atleast, fourteen days prior to the commencement of the respective
work.
13. CONTRUCTION PROGRAMME :
The contractor shall submit a detailed year wise construction programme within ……..(Period
of days) of the date of notice to proceed with the work. This programme may be reviewed and
revised every year at the beginning of the working season.
35. LABOUR
The Contractor shall not employ child labour.
The Contractor shall furnish to the Executive Engineer information on the various
categories of labour employed by him in the form and at such internals as may be specified.
The Contractor shall in respect of labour employed must comply with or cause to be
complied wit5h the provision of the various labour was and regulations as applicable to them in
regard to all matters provided therein and shall indemnify the Government in respect of all
claims that may be made against the Government for non compliance thereof by the Contractor,
Not with standing anything containing herein, the Executive Engineer may take such action as
may necessary for compliance of the various labour laws and recover the cost thereof from the
Contractor.
In the event of the Contractor committing a default or breach of any of the provision of the
labout laws and ruled and regulations as applicable, the Contractor shall without prejudice to
any other liabilities under the acts pay to Govt. a sum not exceeding Rupees on hundred per day
for each day of default subject to a maximum of 1% of contract amount.
36. SAFETY PROVISIONS:
The Contractor shall at his own expense arrange for the safety in his operation as required
including the provision in the Safety Manual published by the Central Water Commission New
Delhi (latest edition). In case the Contractor fails to make the such arrangement the Executive
Engineer shall be entitled to cause them to be provided and to recover the cost thereof from the
Contractor.
For failure to comply with the provision of the safety manual the Contractor shall without
prejudice to any other liability pay to the Government……………(amount)/per day each day of
the default.
(a) to give such liquidator, receiver or the person in whom the contract may become vested the
option of carrying out the contract or a portion thereof to be determined by the Department
subject to his providing an appropriate guarantee for the performance of such contract or.
(b) to terminate the contract forthwith by notice in writing to the Contractor, the liquidator, the
receiver or person in whom the contract, any become vested and take further actions as
provided in the clause. Default by Contract treating as if this termination is order under the
clause.
41. FOR CLOSURE OF WORKS BY GOVERNMENT :
If at any time after award of the contract the Government at any reason what-sc ever does not
require the whole or any part of the work to be carried out the Executive Engineer, shall give
notice in writing to that effect to the Contractor. The contractor shall not have claim to any
compensation what-so-ever. on account of any profit or advantage which as certified by the
Executive Engineer for the items here under mentioned which could not fully utilized on the
work because of the for closure:
(a) Preliminary site work as temporary access roads temporary labour huts staff quarters
and the site offices, storage accommodation and water storage tanks.
(b) Contractor’s materials either brought to site or for which the Contractor is legally bound
to accept delivery from the suppliers, provided however, that the quantities of such
materials are not in excess of reasonable requirement of works. The decision of the
Executive Engineer in respect of reasonable quantity required for works will be final
and conclusive.
(c) Materials supplied by Government except for normal wastage shall be returned at rates
at which this were originally issued less allowance for any deterioration or damage
which may have been caused while those materials were in the custody of the
contractor. The Contractor shall also be paid the cost of transporting such materials from
Government stores to the site and from the site to Government stores, the case may be.
(d) Transporting of Contractor’s tools and plants from the Contractor’s permanent stores to
site and from the site to the Contractor’s permanent stores.
(e) Mobilization and repatriation of Contractor’s site and imported labour.
The Contractor shall, if required by the Executive Engineer furnish him books of
account and other relevant documents as may be necessary to enable him to certify the
reasonable amount payable under this condition.
46. SUB-LETTING :
The Contractor shall not without the written consent of the Executive Engineer sublet any portion
of the contract any subletting shall in no way absolve the Contractor of any of his responsibilities
under this contract.
56. The Schedule rate for carriage of materials has been derived from the nearest quarry, if the
Contractor brings good material from nearer quarry rate shall be reduced accordingly. No extra
payment shall be made, if the contractor bring from longer distance.
Executive Engineer
Minor Irrigation Division,
Chaibasa
SPECIAL CONDITION
1.0 INDENT OF PLANS AND SPECIFICATION
1.1 The work to be carried out under the contract shall except as otherwise provided in these special
conditions will be governed by terms and conditions of this agreement and shall include all labour,
materials, tools, plant, equipment and transport which may be required in preparations and in the full and
satisfactory execution and completion of the work. The descriptions given in the bill of quantities shall
unless otherwise stated, be held to include waste materials carriage and cartage, carrying in and return of
empties, hoisting, setting, fitting and fixing in position and all other labour necessary in and for the full
and entire execution and completion of the works as aforesaid in accordance with the practice and
recognised principles and any urgent and temporary works contingent upon the work.
3.1 Time is the essence of the contract and shall be clearly understood that the tenderer should
have a definite programme to carry out the work within the time limit given in N.I.T/IFB.
from the day of commencement of the work.
3.2 Immediately after acceptence of the tender and before the work is begun, the Contractor
will have to submit a detailed programme for all major items of the work (preferably a
detailed net work) for approval of the Engineer-in-Charge. The department shall make
every effort to secure the delivery of such of the construction materials that are controlled
commodities and generally help whenever the Contractor needs the assistance of the
Department to avoid delays in the performance of the works, should the department,
however, for any reason, fail to secure delivery of such materials or consider it not useful
to offer assistance in any matter the Contractor shall not be entitled to any damage or
compensation on this account. but he proposal for suitable completion may be considered
on individual merits.
3.3 The agreement on/or approval of the programming by the Engineer-in-Charge shall not
relieve the contractor of any of his responsibility to complete the whole of the work by the
prescribed time or extended time if any.
4.0 COMMENCEMENT OF WORK :
4.1 The contractor shall commence the work on site immediately on receipt of an order in
writing to this effect from the Engineer-in-Charge and shall proceed with the same with
due expedition without delay as may be expressly ordered by the Engineer-in-Charge.
The Contractor shall employ for the execution of works only such persons as are skilled and
experienced in their respective trades. in their first instance such personnel shall be recruited
through local employment exchanges and only in case of non availability, from other source so
that the local people are employed to the maximum extent possible.
5.2 The Engineer-in-Charge or any other officer authoriese by the Department is to have at all times
access to the work and the works shall be entirely under his control. He may require the
Contractor to dismiss any person employed by the Contractor on the works, who may be
incompetent or who may misconduct himself and the Contractor shall forthwith comply with such
instruction.
Should the Contractor not comply within one week with the requisition of removal, the
Engineer-in-Charge will have the power of suspending or closing gown the works as
circumstances justify.
Provided that if the employees concerned is the Chief agent of the Contractor, an appeal
may be made by the Contractor to the Superintending Engineer against the order of dismissal
passed by the Engineer-in-Charge within seven days of the order and the decision of the
Superintending Engineer on this point shall be final and conclusive.
If the Superintending Engineer upholds the order of dismissal passed by the Engineer-in-
Charge and the Contractor does not comply within three days from the date of communication of
the Superintending Engineer order with requisition for dismissal, the works as the circumstances
justify.
When any work is closed down under the above provision the Contractor shall have no claim to any
compensation from the department either for loss of time, damage to materials, loss of time
damage to materials, loss of money , wages, hire, interest, etc. or for any cause whatsoever.
6.3. Site order book with machine numbered pages bearing the certificates of the Engineer-in-Charge
for containing so any pages shall be maintained by the Contractor at the work site and it will have
to be produced to the Engineer-in-Charge or inspecting office, if they so desire, for noting down
anything's concerning the work.
This shall be property of the Department and the Contractor shall deposit the same with
Engineer-in-Charge, after completion of the work.
6.4 The Engineer-in-Charge or the representative authorised by him shall communicate of confirm
his instruction to the Contractor in respect of the execution of the work in the site order Book' and
the Contractor or his authorised representative shall confirm receipt of such instruction by the
relevant entries in the book. If required, the Contractor shall be furnished certified true copy of
such instructions.
7. 0. FACILITIES TO OTHER CONTRACTOR:
The Contractor shall in accordance with the requirement of the Engineer-in-Charges afford all
reasonable facilities to other contractors engaged contemporaneously on separate contracts in
connection with the work and the departmental labour and labours of any other properly authrised
authority or statutory body which may be employed at the site on execution of any work not
included in the contract or of any contract which the department may enter into in connection
with or ancillary to the work.
8.0. INSPECTION OF WORKS:
8.1. CONTRACTORS SUPERVISION:
The Contractor may either supervise the execution of the works himself, if he is a qualified
Engineer or shall appoint a qualified and experienced Engineer to be approved by the Engineer-
in-Charge, to act as his agent. If the Contractor failed to appoint a suitable agent director by the
Engineer-Charge, the latter shall have full powers to suspend the execution of the works until and
unless a suitable agent is is appointed and the contractor shall be held responsible for the delay so
caused to the work.
8.2 In addition, the contractor shall employ suitable number or Engineers who have graduated from
engineering College and subordinate Engineer holding diploma from Government recognized
institute for management and supervision of work.
9.0 SUPERVISION AND APPROVAL BY ENGINEER-IN-CHARGE
9.1. All works embracing more than one stage or process shall be subject to examination and approval
at each stage thereof and Contractor shall give due notice to the Engineer-in-Charge or his
authorised representative when each stage is ready. In default of such notice, the Engineer-in-
Charge shall be entitle to appraise the quantity and extent thereof even at a later stage at the risk
and cost of the Contractor.
9.2. No work shall be covered up or put out view without the approval of the Engineer-in-Charge or
his authorised representative and the contractor shall afford full opportunity for examination and
measurement of any work which is about to be covered up or put out of view and for examination
of foundation before permanent work is placed there on. The Contractor shall give due notice to
the Engineer-in-Charge or his representative whenever any such work or foundation it ready for
examination and E/I or his authorised representative shall without unreasonable delay, unless
considers it unnecessary, advise the Contractor accordingly, to attend for the purpose of
examining and measuring such work or foundation. In the event of the failure of the Contractor
to give such notice, he shall, if required by the Engineer-in-Charge , uncover such work at the
Contractor's expenses.
9.3 Department officers concerned with the contract shall have powers at any time to inspect and
examine and part of the work and the contractor shall give such facilities as may be required for
such inspection and examination.
9.4. The Contractor shall uncover and part of the works and or make openings in or through the same
as the Engineer-in-charge may from time to time direct for his verification and shall reinstate and
make good such part to the satisfaction of the Engineer-in-Charge.
10.0 MATERIAL AND WORKMANSHIP:
10.1 The Contractor shall carry out the entire work in most workmen like manner by skilled careful
and efficient personnel and with the specified materials best of their respective kinds.
10.2 REMOVAL OF DEFECTIVE WORKS:
If in the opinion of the Engineer-in-Charge any of the work had been executed with improper
materials or defective workmanship, the Contractor, is when required by the Engineer-in-Charge
forthwith to re-execute same and substitute proper materials and workmanship and in case of
default of the Contractor in so doing within week the Engineer-in-Charge shall have full power to
re-execute the work and /or remove the reject materials at the cost of the Contractor. In case of
any difference between the Contractor and Engineer-in-Charge the decision of the Superintending
Engineer will be final and binding.
10.3. Test and samples:
All material and workshop shall be subject form time to time such tests as the Engineer-in-Charge
may direct at the place of manufacture of fabrication or on the site or in any laboratory or
institute. The Contractor shall provide such assistance instruments, machines, labour and
materials, as are usually required for examining, measuring, and testing any work and/or material
and shall supply samples of materials before incorporation in the work for testing as may be
selected and required by the Engineer-in-Charge. The Cost of making any such test cubes, moulds
etc. including cost of all materials required for the tests shall be borne by the Contractor. In case
of failure to do so by the Contractor, the same may be arranged by the Engineer-in-Charge or his
subordiantes at the expense of the Contractor under the contract or from his security deposit or
the proceeds of sale thereof, or a sufficient portion thereof.
11.0 ACCIDENT PRECAUTIONS :
The Contractor shall provide, erect and maintain all necessary barricades, notice boards,
watchman, guards, suitable sufficient red lights, danger signals and signs and exercise reasonable
and proper precaution for the safety of the work, people on works and the public, and shall
comply with the provisions of safety laws and building and construction codes of the State Govt.
and Government of India and ISI as may be applicable. All machinery and equipments and other
sources of physical hazards shall be guarded in accordance with the regulations or laws of the
State Govt. and Government of India. The Contractors shall be responsible for all risk to the lives
and property of people from whatsoever clause arising out of or in connection with the execution
of works during their progress. although all reasonable and proper precaution may have been
taken by the Contractor.
12.2 The Contractor shall at all times indemnify department against all claims, damage or
compensation under the provisions of payment of wages Act, 1936, the minimum Wages Act,
1948 the Maternity benefit Act, 1961 or any amendment thereof any other Law relating
thereto and rules made there under from time to time or as a consequence of any accident or
injury to any workmen or other persons in or about the work, whether in the employment of
the Contractor or not, save and except where such accident or injury has resulted from any
act of department, their agents or servants and also against all cost, charges, expense of any
suit action or proceeding arising out of such accident or injury and against all sum or sums
which may with the consent of the Contractor be paid to compromise or compound any such
claim. Without limiting his obligations and liabilities as above provided, the Contractor shall
ensure all claims, damages or compensation payable under workman’s compensation Act,
1923 or any amendments thereof and any other law relating thereto.
12.3 The Contractor shall during the progress of the work properly cover up and protect the plant
and work from injury by exposure to weather and shall take every reasonable, proper, timely
and useful precautions against accident or injury to the same from any cause and shall remain
answerable and liable for accidents, injuries thereto, which untill the same be or deemed to be
taken over may aries or be occasioned by the acts or omissions of the Contractor or his
worker or sub-contract and all losses and damages to the plant and work arising from such
accidents on injuries as aforesaid shall be made good in the most complete and all substantial
manner all the sole cost of the Contractor and to the reasonable satisfaction of the Engineer-
in-Charge.
12.4 Until the work shall be deemed to be taken over as aforesaid, the Contractor shall also, be
liable for and shall be deemed to have agreed to indemnify the department in respect of all
damaged to any property of department either occasioned by the negligence or fault of the
Contractor or his workmen, or representative or by defective design work or materials or
otherwise.
The Contractor shall during the progress of work be entirely responsible for the custody of
the stores and he shall make timely and appropriate precautions against accident or injury or
loss to the machinery and works from any cause whatsoever and shall remain answerable
and liable for all accidents or injuries as aforesaid shall be made good by the Contractor.
The Contractor shall arrange appropriate insurance for the above and also for the security of
the works completed but not taken over and/or works completed and under the custody of
the Contractor at his own cost.
12.5 In addition to requirement for handling and storing explosives and as provided for in
paragraphs on accident prevention the Contractor shall maintain an inventory for storage and
withdrawl of power, stocks and detonators and Engineer-in-charge shall be notified
immediately of any loss of theft of explosive. The Contractor shall provide such reasonable
and adequate protective facilities as may be necessary to prevent theft of explosive and to
minimise hazards, subversive, action, sabotage to properties etc. only reliable and
experienced personnel shall be permitted to store and handly explosive.
12.6 Blasting will be permitted only when the proper precautions are taken for protection of
persons, the work and public or private properties, and any damage caused to the work or
public or private properly by blasting shall be replaced or compensated for by the Contractor
at the Contractor’s expense.
12.7 No payment shall be made to Contractor for his performance of safety of life and properly as
described. The Contractor shall comply with above clauses for safety of life and property at
his own cost.
All fossils, coins, articles, of value of antiquity and structures and other remains of things
of geological and archaeological interest discovered on the site during excavation or
otherwise shall be made over to the Department and the Contractor shall take reasonable
precautions to prevent his workmen or any other persons from removing or damaging any
such articles or things and shall immediately upon discovery thereof and before removal
aquaint the engineer-in-Charge of such discovery and carry out his orders as to the
disposal of the same.
15.1 All materials to be used on work, such as cement, sand, coarse and fine aggregates, re-
inforcement sheet, piles etc. shall comply and shall pass the test and analysis required by his
or as specified by the code of I.S.I. specification or such recognised specification acceptable
to the Engineer-in-Charge as equivalent thereto or in the absence of such authorised
specifications such requirements, tests and analysis as may be specified by the Engineer-in-
Charge.
15.2 The Contractor shall at his risk and cost, make all arrangement and provide for all such
facilities for collecting, preparing and forwarding required number of samples for test for
analysis at such times and place or places as may be directed by the Engineer-in-Charge.
15.3 The Contractor shall if and when required submit samples of materials to be tested or
analysed and if so directed shall not make use of or incorporate in the works and materials to
the represented by the sample until the required test or analysis have been made and the
materials accepted by the Engineer-in-Charge.
16.0 SAMPLING AND TESTING OF MATERIALS :
17.0 PLANT AND MACHINERY :
No secured advance shall be given on any materials in any case.
17.1 GENERAL : The Contractor shall have to bring their own tools, plant and machineries
required for the execution of the work within the stipulated time as per tems of contract, if the
Department is able spare machines and in case the Contractor desired to use them, the hire
charge shall payable at the rate to be fixed by the Superintending Engineer.
17.2 CONDITION OF HIRE :
a) For the purpose of hire charges the working hours will be the actual hours the machine
might be working. The period spent in travel of the machine from the workshop/machine
yard to the site and back will be counted towards working hours, the records of all
working hours will be maintained in the machinery log book by authorised representative
of the Engineer-in-Charge and the Contractor or his authorised agent shall daily records in
taken of acceptance.
b) During the process of work the Engineer-in-Charge shall have access and powers to
examine the machines with a view to ascertain if they are properly used and maintained.
The Engineer-in-Charge shall have the right to withdraw machines which are not properly
used and maintained and the decision of the Engineer-in-Charge in this respect shall be
final and binding. The Contractor shall not have any claim for compensation on this score.
c) The machine shall be handed back to the Engineer-in-Charge after the work is completed
in a fair and working condition, Should the Engineer-in-Charge find that the machines are
not in a fair and working condition the repairs necessary as details by the Engineer-in-
Charge shall be carried out by the contractor before they are finally handed over. In case
the Contractor fails to repair the machines to the satisfaction of the Engineer-in-Charge
same shall be done by the Engineer-in-Charge at Contractor’s cost decision of Engineer-
in-Charge in this respect shall be final and be upon the Contractor.
The hire charges of the various machines shall be based on the following assumption :
i. The hire charge is excluding the cost of POL which will have to be supplied by the
Contractor at their own cost.
ii. The Departmental supervision charge is included in the hire of machines.
iii. Operation staff will be provided by the Department and this is included the hire charge
of the machines.
iv. Major overhauls and repairs of the machines found necessary due normal wear and
tear will be done by the Contractor.
v. Preventive maintenance specified by manufactures as also all m--- repairs if found
necessary shall also be done be the contractor.
vi. Any major break down due to fault in operation or due to lack or proper as timely
maintenance will be made good by the Contractor on his own account.
vii. In case of any difference in the classification of major vis-a-vis minor repairs, the
decision of the Superintending Engineer shall be final as binding.
18.1 GENERAL: The contractor shall make his own arrangements for his electric power
requirements. The department will assist in getting electric connection from B.S.E.B. it is
required.
The land for construction of camps to accommodate the construction staff and workmen
employed by the Contractor will be made available free of cost to the extent available.
20.0 CLAIMS :
20.1 Payments for any additional items or work shall be made at the rates mutually agreed as per
clause 33 of G.C.
20.2 No claim for idle labour, idle machinery etc. on any account will be entertained.
20.3 No Claim for increased in cost of labour and materials shall be entertained.
20.4 No claim shall be entertained for business loss or any such loss.
20.5 No claim shall be entertained for delays in communicating decision, drawings or
specification by the department. The Department may, however, consider the grant of
extension of time in completion of work, if there is any such reason for it.
20.6 In case it is possible for the Department to make the entire site available on the award of the
work the Contractor will have to arrange his working programme acccordingly. No claim
whatsoever for not giving the site on award of work and for giving the site gradually will be
entertained. However, suitable extension of time may be given at the discretion of the
Engineer-in-Charge considering the merits of the case.
26.0 Venue and Quantum of carriage of materials may vary subject to the availability of the materials.
Executive Engineer
Minor Irrigation Division,
Chaibasa
SECTION 5
TECHNICAL SPECIFICATION
T.S.-1
TECHNICAL SPECIFICATIONS
EARTH WORK
1.02 All shrubs etc. lying along the alignment, and in the entire width of canal area shall have to be
cut destumped, aprooted and removed by the Contractor within item rate of excavation or
stripping. The disposal of these materials shall have to be done as per direction of Engineer-in-
Charge.
1.03 The degbelling of the canal showing different location, like centre line edged of canal service
road spoil, bank drains, berms etc. shall have to be done in the field by the Contractor at his own
cost under the direction of the Engineer-in-Charge or his authorized representatives.
1.04 All measurements. Drawing and plans shall have to be prepared and kept for records. No
separate payment will be made for these works.
2.0 STRIPPING :
2.01 Wherever the canal runs in partial cutting or filling carthen embankment is to be provided as per
approved plan, drawings and directions of E/I. The area of land falling under the such
embankments with an additional margin of 3 meter on either side shall have to be stripped to
suitable depth by means of manual or Mechanical methods. All top soil, organic materials
weathered rocks, stumps and roots of trees upto 300mm girth, bushes etc. or these stripped
earth shall have to be done beyond 160 meters including all lifts and at places indicated by the
Engineer-in-Charge. The stripping works done with in the canal banks will be paid at item rates.
But no payments for stripping in borrow area will be as this rate is including in the rate of
borrowing of fill materials.
The sub-surface logging has been indicated in the longitudinal section of the canal as carried out
during explorations studies. This information is furnished only as an indication of nature of soil to
be met with – Payment will however, be made on actual classification of soil met with during
excavation.
T.S.-2
The item rates include the cost of dewatering and all other drainage arrangements. The
excavation rate also provides for the excavation to be done in most conditions which lie below
water table for no separate item rate is provided.
i) Any rock or cement concrete for the excavation of which the use of compressor, Jack
manner and blasting is required.
T.S.-3
ii) Reinforced cements concrete reinforcement thought but not separated from the concrete
below ground level.
iii) Boulders having minimum diameter of 300 mm. requiring blasting, Hard rock requiring
blasting as described above but where blasting is prohibited for any season. Excavation has
to be carried by chiseling, wedging or any other agreed method, blasting will be permitted
only when proper precautions are taken for the protect on of life and all other properties and
any damage done to the work or the property of life blasting shall be made good by the
Contractor at his expense. No extra Payment shall be made for this.
Blasting shall have to be done in case where removal of hard rock is necessary is bulk.
Blasting near the finished section shall be done with light changes so as not to disturb the sub
grade and the bed and slop finished. The blasting so done shall not create checks of fissures
lower down as this may result. In. the hard rock so obtained will be nearly stacked by the
contractor in sizeable and leveled stacks. No hard rock in such stake should be of size more
than 300 mm. in any direction. They will be subject to inspection and no extra payment for
stacking or further breaking shall be made. This material will be the property of the department.
The same may be issued to the contractor if required.
The rock needed for work of pitching, filter or stone chips etc. shall be utilized out of the
excavated hard rock and will be issued by the department at recovery rates decided by the
department.
The rock needed for work of pitching, filter or stone chips etc. shall be utilized out of the
excavated hard rock and will be issued by the department at recovery rates, decided by the
department.
Excavation in hard rock is supposed to be carried out by use of mechanical meaas in some and
by blasting in general case. The mode of measurement of excavation of hard rock shall be as
under:
i) If the area to be excavated comprises of visible hard rock this shall be marked out in specified
way in block level plan and the excavated hard rock as calculated by block level and as
calculated by stock measurement (deducting voids) shall be correlated by variation worked out.
The stack measurement of hard rock shall not ordinarily be less than 90% the maximum 10%
difference may be left out for wastage in blasting and carriage which stall be ascertained but the
Engineer-in-charge & a certificate therefore shall be recorded in measurement book. If a higher
variation is found after being got verified by the Executive Engineer, a report shall be forwarded
to the Superintending Engineer for approval.
ii) For mixed zone where ordinary (soft) rock, moorum etc. and hard rock are so mixed that
separate measurement of hard rock by block level is not possible, excavation shall be carried out
in usual way by ordinary tools and by blasting. The excavated rock shall be
T.S.-4
picked up to 150mm. size and properly stacked. For size 150mm. and below separatestacks
shall be made and accounted for which shall be the part of void as discounted and not payment
shall be allowed in it. Soft rock and murum etc. shall however be disposed off in suitable way as
instructed by Engineer-in-charge.
The total excavation shall measured by block level and quantity worked out for the
composite excavation, quantity of hard rock shall be permissible only to the extent of stack
measurement.
iii) In case of stack measurement of hard rock as mentioned para (i) and (ii) the volume shall be
computed after making 25% deduction for voids therefrom.
iv) Wherever blasting is done a proper account of blasting materials has to be kept by the agency
and shown to Engineer-in-charge whenever required.
The deep cutting, the side slopes above the 1st beam of the canal will depend upon the strata
conditions. Suitable berms and drains are to be provided as per approved drawings,
The side slope may be as follow between 1st berm and 2nd berm:
This cover will be removed only when lining work will be taken up.
T.S.-5
The formatting of spoil bank shall be made by disposing soil or soft in layers not exceeding 22
cm. (9”from the outer edge. After one layers is spread uniformly the next layers will be spread. The outer
slopes shall be finally dressed up when the spoil is brought to correct profiles and grade. The inner edge
of the spoil bank is to be kept straight as for as practicable
3.08 MODE OF MEASUREMENT AND PAYMENT FOR EARTH
WORK IN EXCAVATION:
The quoted rate for item of earth work shall include:
(a) Ground work including demarcation. layout measurement. making profile of canal selection etc.
(b) Removing grass vegetable organic matter and uprooting trees below 30 cm girth at ground level
Providing machine equipments and tools and plants required for the work
(c)Providing labour amenities. such as Hutments, Kitchen ,Latrines, Water Supply Lightning etc. as per
prevalent labour etc.
Final measurement shall be done on the basis of detailed sectional
measurement. For this longitudinal section at every 30 meters along the center line of the canal and
across section at every 15 meters (or at closer interval wherever required) shall be taken before starting
of the work. The cross selection will extend upto 15 meters beyond the proposed outer line of the bank.
The long section and cross selection shall be taken in the presence of the
T.S.-6
Contractor and plotted and got signed by the Contractor in token of acceptance of the correctness of
preconstruction level . Wherever . the original ground may have undulation . the cross section and level
shall from the basis for the final measurement , these shall be recorded on the measurement book and
got signed by Contractor before starting the work . All cutting should be initialed in full with date and no
erasing shall be done . the books containing such measurement along with the plottings, level books (in
original) shall be submitted to the superintent Engineer concerned, who will keep the same in safe
custody Certified copy of the same will be kept by the Executive Engineer, who be responsible for check
and payment after verification of the finally recorded measurement of the work actually executed. The
quantity of earth work to be paid finally will be worked out with reference to the initial section and the
final section limited to if the Engineer-in-charge thinks it proper it shall be got restored to the designed
section excess of work so found shall be removed departmentally at Contractors cost.
Payments at full rate shall be allowed only for the complete section of the embankment payment
for incomplete works on aforesaid sectional measurement basis can be made on reduced rate as
decided by the Engineer-in-Charge, if work is found acceptable otherwise.
The limits of each borrow area to be used in the various zones of embankment shall be lagged in
the field and materials from each borrow area shall be placed only in the zones for which it has been
specified.
The depth of cut in all borrow area will be designated by the E/I. and the cut shall be made to
such designated depth only. No shallow cuts will be permitted. Each designated borrow area shall be
fully excavated before switching over to the next designated borrow area. Haphazard excavation of
borrow pits shall not be permitted.
The type of equipment used and the operations in the excavation of materials in borrow area
shall be such as will produce the required uniformity of mixture of materials of the embankment. Borrow
pits shall not be opened with a distance of five times the height of the embankment from the outer toe.
Borrow pits shall be operated from the outer limit towards the inner limit of the borrow area so that the
distant materials will be utilized forest. The surface of wasted materials shall be left in reasonably
smooth and level condition.
Unless otherwise prohibited, initially earth for making canal embankments shall be obtained
manually from the adjoining area upto 160 m. leving an undisturb strip of 15m. from the cuter toe of the
embankments. As these areas will mainly be paddy fields, the depth of excavation shall not exceed
0.45m. ensuring the depth of good earth left for agriculture is in no case less than 0.5m. such adjoining
areas are not designated as borrow area, as discussed in the paragraph above and shall be left properly
leveled by the Contractor, so that it does not affect the subsequent use of the land for agriculture. If the
contractor leaves these areas unleveled, it will made good by the department at the cost of the
contractor.
T.S.-7
The initial moisture content of materials in the borrow area shall be estimated with the help of
laboratory tests. The optimum moisture content for the materials in the particular borrow area shall be
obtained from the field laboratory. From the optimum moisture content and initial moisture content the
amount of additional water required shall be decided. The required additional moisture so decided shall
be introduced into the borrow area by watering well in advance of the excavation of ensure uniformity of
misture content. If in any location of a borrow area before or during excavation there is excessive
moisture, step shall be taken reduce the moisture closest to the optimum by excavation of drainage
ditches, by allowing adequate tune for drying for by any other means to aboard formation of pools in the
borrow area. During excavation operation drainage ditches from borrow area to the outlet shall be
excavated wherever necessary.
No extra a payment shall be admissible for stripping the borrow area of top soil etc as indicated.
Construction and maintenance of approach roads and haulage road will be the responsibility of
the contractor for which no extra payment will be made. The department would have full right of way to
those roads for inspection purpose. Proper roads signs as directed have to be provided for safety at no
extra cost. Contractor shall as directed provide adequate lighting in borrow area and on haulroad. No
extra payment will be made for extension of L.T. power line to the borrow area.
4.04 DAM/EMBANKMENT:
The embankment shall be constructed to the lone and grades shown in the drawings. The Dam/canal
embankment is divided into zones within which fill materials having different characters area to be
placed. The placement of fill within those zones as per the drawings shall be performed in an ordinary
sequence and in efficient and workmen like manner, so as to
T.S.-8
produce with each zone, fill having such qualities of density strength and permeability as will ensure he
highest practicable of stability and performance or the whole embankment.
No bushes, roots suds or other perishable or unsuitable materials shall be placed in the embankment.
The suitability of each part of the foundation for placing embankment materials there on and on all
materials which are to be used in embankment construction will be determined by the field laboratory.
The difference in elevation between core and shall zones of the embankment at any cross section
above the embankment foundation shall not exceed 0.6m unless specifically authorized by the
Executive Engineer.
The embankment for each zone shall be maintained in continuous and approximately horizontal layers
in the reach programme for construction in that section. The embankment may be constructed in the
discontinuous portion or reaches provided that the slopes of the benching surface parallel to canal exist
between previously completed portion of the embankment and materials to be placed in such zone shall
not be steeper than 3 to 1 core and 21/2 to 1 in the other zones having suitable benches in intervals.
The striping over old existing earth work also includes benching as an where required as per the
direction of Engineer Incharge.
The movement of trucks, tippers shall be so guided that they do not pass along the same route,
otherwise no proper bond between successive layers will be achieved. The vehicle should have
separate to and from path of travel at the levels. Particular care shall be taken to ensure the materials
are not so placed as will be conductive to the formation of intermittent relatively impervious blankets in
the shall zones, which will interfere with the satisfactory drainage.
No stones, pebbles or rock fragments, having maximum dimension of more than 13 cms.(5”) shall be
allowed to get mixed with the earthfill. Such stones and pebbles shall be removed either at the borrow
pits or canal excavation before being transported to the embankments in any case this shall be removed
before materials in the earthfill are rolled and compacted. Such stones or pebbles shall be used in the
rip-rap or rock toe of the embankment it suitable or wasted as directed. The materials shall be placed in
the earthfill in the continuous horizontal layers, is not more than 22 cms. In thickness to be rolled to 15
cim. or minimum of specified proctors efficiency. The layers shall be so laid to avoid pools of water from
in the embankment due to rains. If it is felt that the rolled surface of any layer of earthfill is too dry or
smooth to bond properly with the layers of materials to e placed on it the same shall be moistened or be
worked with borrower, scarifier or any other suitable equipment, to a sufficient depth as directed
Engineer-in-charge, so as to provide satisfactory bonding before the next succeeding layer or earthfill
materials is placed. If the rolled surface of any earthfills found to be too wet for proper
T.S.-9
compaction of the layers of earthfill materials to be placed thereon, it shall be rocked up and allowed to
dry or be worked with borrower scarifier or any other suitable equipment to reduce the moisture content
to the required amount, and than it shall be compacted before the next succeeding layer of earthfill
materials is placed, when compacting the soil against step rock abutment or wells or masonry or
concrete structure and if the foundation surface is too irregular to allow the used of large roller directly
against a structure of rock out crop the large roller shall be used to compact the soil as close to the
structure of the out crop as possible and the portion of the embankment directly against the rock or the
structure shall be completed with pneumatic hand tempers within layers contents of the earthfill placed
against the rock or the structure shall be slightly above the optimum to allow it to be compacted in all
irregularities of the rock ad this shall be determined b the ield laboratory. In placing the earthfill or rock
foundation the foundation shall first be prepared as detailed earlier. Care shall be taken in placing the
first employed for compaction. The soil for the first layer shall be placed in embankment at moisture
content sufficient to enable satisfactory bonding of the fill with the bottom surface.
Tamping rollers use for compacting earthfill shall conform to the following requirement.
T.S.-10
4.09 ROLLER DRUMS:
Double drum sheep foot rollers shall be used for compaction. Each drum of a roller shall have an out
side diameter not less than 140.25cms. (56”) shall not be less than 122 cms. (48”) in length. The space
between two adjacent drums when on level surface shall not be less than 30 cms. (12”) not more than
33 cms. (15”). Each drum shall be free to pivot about an axis parallel to the direction of travel.
The loading use in the roller drum shall be required to obtain the desired compaction.
Tractor use for pulling rollers shall be 50 HP to 65 HP power to pull the rollers satisfactorily at speed of 5
km. per hour when the drums are fully loaded with wet sand blast during operation of rolling. The spaces
between the tamping foot shall be kept clear of materials sticking to the drum which could impair the
effectiveness of the tamping rollers.
4.12 ROLLING:
When each layer of materials has been conditioned so as to have the proper moisture content uniformly
distributed throughout the material, it shall be compacted by passing the sheep foot rollers, the exact
number of passes shall be designated by the field laboratory after necessary test. The layers shall be
compacted in strips overlapping not less than 0.6 m. The rollers or loaded vehicles shall travel in a
direction parallel to the axis of the dam/canal. Turns shall be made carefully to ensure uniform
compaction, rollers shall always pulled. Density test shall be made after rolling. Dry density obtained
shall satisfy the compaction standards specified on catteries for control of compacted canal
embankment of U.S. Bureau of Recalmation (Table-4, Page-275 of earth manual of Bureau of
reclamation).
4.13 TAMPING:
Rollers will not be permitted to operate within 1 metre of concrete and masonry structures.
The locations where compaction of the earthfill materials by means of the roller is impracticable or
undesirable, the earthfill shall be compacted as specified here under.
1. Portions of the earthfill in dam/canal embankment adjacent to masonry structures and
embankment foundation designated to be treated as specially compacted earthfill.
2. Earthfill in dam/canal embankment adjacent to sheep abutments.
3. Earthfill in location specially designated.
T.S.-11
Earthfill shall be spread in layers not greater than 15 cms. In thickness when loose and shall be
moistened to have the required moisture content in accordance with paragraph 4.6. when each layer of
materials has been conditioned to the required moisture content. It shall be compacted to specific
density by special rollers, pneumatic tampers or by other approved equipment based on evidence of
actual performance and filled compaction tests. The moisture control and compaction shall be
equivalent to that obtained in earthfill actually placed in the canal embankment in accordance with para
4.6.
The mode of measurement and payment will be the same as described in clause-3.8 of this
chapter (mode of measurement and payment and payment for earth work by excavation) The earthfill
will involve earth work by head load up to 160m. from the outer toe of embankment as well as
transportation by truck or tipper for load up to 160 m. from the outer toe of embankment as well as rate
for earthfill shall include all lifts for work done manually or by machine. The designed particulars such
as hed width top width. hed level bank formation level etc. and the existing around level have been
indicated in the drawing attached with tender Document. The Contractors are required to quote the rate
after complete analysis of the lead and inspecting side condition the contractor shall be required to use
the quantity of earthfill available within manual lead and only after utilizing all such quantity earthfill
should be transported by truck or tipper first the quantity available up to ½ Km. lead will be utillised. If
the quality within ½ km. lead is exhausted than only earthfill shall be throught from lead exceeding ½
Km. & upto 1 Km only on written order of the Engineer-in-charge
T.S.-12
4.17 INSPECTION FAND TESTS:
It is necessary to maintain a through check on the quantity of fill materials delivered to the
embankment and that the data and in situ properties of the materials after compaction be obtained for
compairs on with design assumptions. To achieve these objective programme of fill testing and
inspection shall be planned to effect quality control.
When as appreciable change in materials occurs, additional rest sections should be made during
construction. He procedure for construction of test embankment section is as follows :
i) Select a location the embankment where additional test are being performed. The area
15 M x 30 M (about 50’ x 100’ ) should be carefully marked and referenced so that its
limits will be easily recognized. In order to expedite the determination of moisture content
to be used. More than one set section may be established on the embankment at the
same time.
ii) During construction of the test section which will most probably continue for several
shifts, a complete record of the procedure should be kept. This record should include the
number of layer placed and the spread thickness of each layer the moisture content at
which the materials were rolled, the designation (No 1, No 2 etc.) of the rollers used, the
conditions of the rolers (clean or dirty) condition of the materials being rolled such as
under the rollers, amount of penetration of the materials being same.
iii) Check the rollers to make certain that they meet all the requirements of the
specifications.
T.S.-13
iv) Determine the required spread layer that will compact to the specified thickness after
rolling specified number of ties and maintain this thickness as long as number of rollers
passes is kept the same.
v) Using the available data from borrow pit investigation of the materials to be used in the
test section, the optimum moisture content as determined by laboratory test will be known
and 3 percent less than this moisture content should be used in the 3 or 4 layers rolled.
vi) After 3 or 4 layers have been placed at 3% less than the laboratory optimum moisture
content, filed density test should be made throught the section. These test should be
made for at least each 93 sq. metres (1000 sq. ft.) of test section area and should be so
distributed over the area that they will detect the effects of different compaction
conditions encountered during construction for example of the section is located near
abutment certain parts of the area will receive more compaction form travel than others,
hence some tests should be made in the portion compacted only by the roller and as
reported.
vii) The next step is to compact another 3 to 4 layers at the moisture content slightly higher
(1% or 2%) than the moisture content previously used, maintaining the same rolled
thickness of layer density tests are again made over the test section
viii) If the resulting field dry densities (or material passing no 4 seive) from (vii) above show
an increase with increase of moisture than increases the moisture again by another 1%
or 2% and repeat the test. If an increase in moisture results in a decrease in field density
than place to next layers slightly dry of the original moisture content used and repeat the
test. This procedure is nothing more than developing on the embankment a moisture
density
ix) relation or compaction curve for a certain roller, thickness of layers and a given umber of
roller, passes it special studies during investigation have indicated that the materials
being tested should placed within certain moisture limits to be used have been specified.
The producers outlined above should include tests at these
x) moisture contents or a moisture contents both greater and smaller than the specified
limits
xi) The roller compaction corve is now compared with the standard laboratory compaction
curve. If the field density of materials passing the no. 4 sieve (from
the roller curve) is greater than the standard compaction density at the specified moisture
content the test section should be continued decreasing the number of roller trips while
maintaining the specified desirable moisture content until the most economical
compactive effect is determined when the roller strips are decreased, the required spread
thickness of layer than will compact to the specified thickness of compacted material
should be rekoned.
4.17.3 BEFORE COMPACTION :
Materials delivered to the fill shall be visually examined and their properties estimated by way of
inspection. These checks shall include.
T.S.-14
4.18.5 EMBANKMENT:
i) Water content tests shall be carried out in the laboratory while placing the fill
materials.
ii) Moisture content shall be controlled by adding water or aerating the soil according in
laboratory tests.
iii) It shall be ensured that the methods of dumping, spreading and moisture conditions
are such that which results in reducing segregation and or variation moisture content
to a minimum.
ii) That the fill is compacted by the specified number of passes of the specific machinery
iii) That no excessive cutting weaving and scaling of the fill occure during compaction.
5.0 TURFING:
The outer slope of the embankment shall have to be turfed with humous-sods of 6” thick dub or
Jamarah grass. Light tamping with proper watering shall have to be done true to the profile and
slope. Suitable precautions will be necessary for giving watering facilities to ensure quick growth
of turfs at least for a fortnight. Final payment for turfing will be made after the sods catch root.
The humous-sods used shall be in rectangular shape 6” thick and laid so that their edges
are in close contact, they shall be gently rammed till they from a level and compact mat. The
item rate includes the cost of turf. Homous-sods, their transportation and placing with all leads &
lifts.
T.S.-16
Successive loads of materials shall be dumped so as to ensure the best practicable distribution
to the materials as determined by the Engineer-in-charge to the extent practicable the large rock
fragments shall be placed on the outer slopes and the smaller rock fragment approximately
horizontal layers not exceeding 90 cm. in thickness. The rock fragments need not be hand
placed but shall be dumped and roughly leveled in manner to maintain a reasonably spaces with
the fill. The voids between the bigger stones after rough leveling shall be filled up. The exposed
surface of the rock toe shall be neatly finished as to conform to the designed lines and grades as
shown in the drawings.
7.0 DRAINS:
Longitudinal drains as per plan and detailed drawings shall be necessary for leading the rain
water away from the canal to the natural valleys. The drains shall be constructed in the
prescribed slope and grade. The longitudinal and the side drain leading transversely will be
pitched with stone boulders hand packed and flush pointed with cement mortar (1:4). Necessary
provision will be made at the toe to transverse drains to dissipate the energy of the falling water
wherever leading channels are necessary the same shall have to be constructed. The
measurement of earth in drain will be volumetric.
The pitching stone shall have the average volume of not less than 3.4. cubic feet the
boulder shall be roughly squared and single hammered chisel hand placed, with close joints to
the line and grade established by the Engineer in Charge and spaces between stones shall be
filled with required size of metal.
i. Setting out the works including surveying and making of level and co-ordinate with help of
reference pillars.
ii. Providing, fencing, light post, sign board, notice board watchmen, guards barricades
ragmen, signals etc. for guarding against accident.
iii. Proving necessary scaffolding for excavation of work upto completion
iv. Site clearance including cleaning of fence, logs stumps vegetation rubbish, slush etc.
including stacking of serviceable materials as directed by the Engineer-in-charge
T.S.-17
v. Filling of unauthorized excavation hed with concrete pf approved mix as direction by the
engineer-in-charge.
vi. Removal of earth slips
vii. Removal of slush and dewatering during and after earth work or at any stage of
construction till the construction is completed.
viii. Provision of divertion or surface drains, surface roads and fencing.
ix. Stripping in the borrow areas.
x. Extra earth bed for the settlement allowance @ 290 of the height.
xi. Dewatering and drainage works.
xii. Curing works:
CLASSIFICATION OF SOIL
All Materials involved in excavation shall be classified by the Engineer Incharge in the following
groups:-
(A) Ordinary soil.
This shall comprises of vegetables or organic soil, turf sand silt loam, clay, mud,
peat, back, cotton soil, soft shale or loose moorum mixture of these and similar materials which
yield to the ordinary application of pick and shovel rake or other ordinary digging implement.
Removal of Gravel or any other nodular materials having diameter in any one direction not
exceeding 75mm occurring such strata shall be deemed to be covered under this category.
T.S.-18
(iv) Any rock which in dry state may be hard requiring blasting but which when wet becomes
soft and manageable by means other than blasting.
(v)
(D) Hard Rock: ) (Requiring Blasting
This shall comprise of :-
(i) Any rock of cement concrete for the excavation of which the use of mechanical plant of
blasting is required.
(ii) Reinforced cement concrete (Reinforcement out through but not separated from
concrete) below ground level.
(iii) Bouders requiring blasting.
(iv)
(E) Hard Rock (Blasting prohibited)
Hard Rock requiring blasting as described under (D), but where blasting is prohibited for any
reason and excavation has to be carried out by chiseling, wedging or any other agreed method.
MODE OF MEASUREMENT
(A) Earth Work (As per T.E.C.Letter No. 147 dt. 08.04.1976):
(i) Pit measurement shall apply to routine maintenance and repair works as well as to
widening and strengthening work.
(ii) Sectional measurement shall apply to the construction of new embankments and other
works which shall be applicable to compacted section.
As per decision taken in the meeting of central schedule rate committee held on 15/16.03.1985):
(i) Stacks of boulder of specified size and weight shall be 300mm. for 375 mm. height (25%
deduction for voids shall be made)
(ii) Stacks of graded stone metal as per design (size 50 mm, and above) shall be 300mm, for
350mm. height (14% deduction for voids shall be made).
(iii) Stacks of stone chips (Size 50mm, and down) and stone metal of grade III shall be
300mm. for 325mm, height (8% deduction for voids shall be made.
(As per decision taken in the meeting of central schedule rate committee held on 15/16.03.1985):
(i) 10% deduction shall be made for voids in pitching works on slope & apron under water.
(ii) 5% deduction shall be made for voids in pitching works o slope & apron above water.
(D) Procedure for the measurement of blasted hard rock/soft rock.
Excavation in hard rock is supposed to be carried out by use of mechanical means in some and
by blasting in general case. The mode of measurement of excavated hard rock shall be as
under:
(i) if the area to be excavated comprises of visible hard rock, this shall be marked out in
specified way in block level plan and the excavated hard rock as calculated by block level and as
calculated by stack measurement (deducting voids) shall be correlated and variation worked out.
This stack measurement of hard rock, shall not ordinarily be less than 90%. The maximum ten
percent (10%) difference may be leftout for wastages in blasting and carriage which shall be as
ascertained by the engineer-in-charge and a certificate there from shall be recorded in
measurement book. If a higher variation is found, after being got verified by the Executive
Engineer, report shall be forwarded to the Superintending Engineer for approval.
(ii) For mixed zone where ordinary (soft rock, moorum, etc. and hard rock are so mixed that
separate measurement of hard rock by block level is not possible, excavation shall be carried out
in usual way by ordinary tools and by blasting. The excavated rock shall be made and accounted
or which shall form the part of void as discounted and no payment shall be allowed for it. Soft
rock and moorum etc. shall however, be disposed off in suitable way as instructed by Engineer-
in-charge.
The total excavation shall be measured by block level and quantity worked out for the composite
excavation. Quantity of hard rock shall be permissible only to the extent of stack measurement
after deducting voids.
(iii) In case of stack measurement of hard rock as mentioned in para (i) and (ii) the volume
shall be computed after making 25% deduction for voids therefrom. No extra payment for
stacking shall be made. Hard rock so obtained will be the property of the department and that
shall be used in the work as required and the cost of hard rock will be recovered from the
contractors bill at prevalent departmental rates. The department has the right to use the hard
rock so obtained for any other construction work or in the work if required.
TECHNICAL SPECIFICATION
(STRUCTURE)
1.0 PREPARATION OF WORK AREAS:
All rubbish ,jungles ,bushes ,bush wood and trees etc. shall be cleared and disposed of
as per disposal plan approved by the E/I.All roots of trees ,stumps shall be grubbed out
to a minium depth of 600mm ,belfow ground level or foundation level and wholes so
form to be filled with earth and well rimmed.The clearerd and grubbed areas shall be
maintained free of vegetables growth during the progress of work.
No separate payment be made for this item
2.0. LAY-OUT :
For lay-out pags ,strings ,flags pillers and labour required
for setting out work ,in lines and levels as per approved drawing or construction of bench
marks may be required shall be provide by the contractor at his own cost,no separate
payment will be made to the contractor on this account and the charge or lay out as above
will be taken to be included in the tendered rates for the item or works specified in the
bill of quantity .
3.0 EXCAVATION OF FOUNDATION:
Trenches for foundation shall be taken out to full width of lowest course of
footing in exat length and depth as shown in the drawings or as directed by the E/I.A
working space if at all needed will be permitted up to 0,.50M at the foundation level
whereevewr necessary.The side shall be plumb where nature of the soil permit it , but
they must be steeped back or shored up carefully where they show a tendency to fall
in.Th e excavated materials shall be disposed of only in the manner and at the place
approved by the E/I.otherwise it will entitle the department not only to reject the quantity
for the purpose of payment but also to recover from the contractor the cost involved in
removal of the same .In case excavation is done deeper or wider than shown in the
drawing the contractor shall have to fill up the extra depth or width so cut at his own
expense with concrete or sand ,watered and rammed to the satisfaction and direction of
E/I.Bottom of foundation trenches shall be dressed and beveled both longitudinally and
transversally and shall be watered and well rammed .Where stepping is indicated in
drawing or order by E/I.,it must be squarely benched out .If any soft place comes to
light on inspection of exposed foundation they shall be dug out or dealt with as order by
the E/I.All superfluous water in trenches or water coming from ground water table etc.
shall be removed before
putting concrete .The foundation trenches shall be inspected ,checked and approved in
writing by the E/I.before starting concrete or masonary work .No separate payment will
be made to contractor on account of removal of water of for dewatering .The contractor
supposed to include the charges on this account in the tender rates for the items of work
specified in the bill of quantity.
3.1EXCAVATION OF SOIL:
(a)ORDINARY SOIL: This shall include vegetable or organic soil ,turf ,san,silt ,loam
,clay,mud ,peat,blackcotton soil,soft shale or loose moorum ,a mixture of these and
similar materials which yields to ordinary application of pick –axe and shovel,rake or
any other ordinary digging tools or equipments ,removal of gravel or any other bquildery
materials having diameter in anyh one direction not more than 300mm shall be deemed to
be covered under this category.
(T.S.-2)
b) HARD SOIL: this shall include :
i) stiff heavy clay,hard shale or compact moorum,requiring tools orpicks or both and
closely applied shovel .
ii) gravel and cobble stone having 300mm maximum diameter in anyone direction .
iii)Soling or roads,path,etc.and hardf core .
iv)Macadam surface such as water –bond and bitumen /tar bond.
v)Lime concrete ,stone masonry in lime mortar and brick work in lime cement mortar or
mud mortar below ground level.
vi)Soft conglometer ,where the stone may be detached from the matrix with picks.
vii)Generally any materials which require close application of picks scarifies to loosen
and not offering resistance to digging greater than the hardness of any soil mentioned in
(i) to (vi) above .
3.2EXCAVATION OF ORDINARY ROCK :
This type of excavation mayor may not need blasting .Soft rock excavation shall include
only excavation in rock of hardness and texture as can be qurried or split with crowbars or
with mild explosives .This shall inclue.
i)Lime stone ,sand stone,late rite hard congloment or other disint grated rock which may
be quarried or split with crowbars or with mild explosives.
ii)Boulders which do not required blasting maximum diameter in any direction of not
more than 300mm found laying as slope was and terrace materials of dissimilar organ.
Exavation is to be done in profiles and sections and grade .Any extra cut either in bed or
slope below sub bead should be refilled with plain cement of(1:5:10) (with 25cm.stone
chips) at the cost of the contractor.
3.3 EXCAVATION OF HARD ROCK :
This will include all solid rock in place which can not be rem untiloosend by blasting and
wedding out all boulders or detached pieces of solid rocks of having a dimension of not
less than 300mm .The rock should be of such hardness and texture that it can not be
loosend or broken down by sabals.Blasting shall be resorted only after it has been certified
by the E/I. that blasting in necessary.
THAT HARD ROCK SHALL COMPROMISE OF : i)Any rock or cement concrete
for the excavation of which the use compressor,jack hammer and blasting is required.
ii)Reinforced cement concrete or (re-inforcement out through
but not sepated from the concrete)below ground level .
iii)Boulders having minimum diameters of 300mm requiring blast .
Hard rock requiring blasting as described bove but where blasting is prohibited for any
reason ,excavation has to be carried out by chiseling wedding or any other agreed
method.Blasting will be permitted only when proper precautions are taken for the
protection of the life and all other properties and damage done to the work or the property
of life by blasting shall be made good by the contractor at his own expence,no extra
payment shall be made for this
(T.S.-3)
Blasting shall have to be done in case where removal of hard rock is necessary in
bulk.Blasting near the finished section shall be done with light charges so as not to
disturb the sub grade and bed and slope finished .
The blasting so done ,shall not creat creacks or fissures lower down as this may result
weakening the sub grade.The hard rock so obtained will be neatly stocked by the
contractor with all lifts and leads up to 160M at place indicated by the E/I.in sizeable and
level stacks .
THE MODE OF MEASUREMENT OF EXCAVATED HARD ROCK SHALL BE
AS UNDER:
i)If the area to be excavated comprises of visible hard work,this shall be marked out to
specified ‘Nay inb block level plan an as calculated by stock measurement (deducting
voids )shall be co-related and variation worked out.The stock measurement of hard rock
shall not ordinarily be less than 90%.The maximum 10% difference may be left out for
wastage in blasting and carriage which shall be ascertained by the E/I.and a certificate
thereof shallbe recorded in measurement book.If a higher variation is found after being
verified out by the Executive Engineer, a report shall be forwarded to Superinternding
Engineer for approval. The Quantity excavated shall be also calculated on the basis of
explosive quantity consumed and the minimum of the three will be payble .
ii)For mixed zone where ordinary(soft)rock,moorum etc.and hard rock are so mixed that
separate measurement hard rock by block level is not possible ,excavation shall be
carried out in usual way by ordinary tools and by blasting .The excavated rock shall be
picked
upto 150mm size and properly stacked .For size 150mm and below separate stacked shall
be made and accounted ,for which the part of voids shall be discounted and dndo payment
shall be made for it. Soft rock and moorum etc.shall how ever ,be di sposed of in suitable
way as instructed by E/I.
The total excavation shall be measured by block level and quantity work out for the
composit excavation ,quantity of hard rock shall be permissible only to theextent of
stock measurement after deducting voids .
iii)Incase of stock measurement of hard rock as mentioned in para(i)and(ii)the volume
shall be computed after making 25%deduction for voids therefrom .No extra payment
for stacking shall be made .Hard rock so obtained will be the property of Govt. which
shall be used in the works as required and the cost of hard rock will be recovered from
the contractor ‘s bill at Departmental rate. The department rerserve right to use the hard
rock so obtdained for any other construction or in the work if required. The rock needed
for work of pitching ,filter or stone etc.shall be uti lised out of the excavated hard rock
if so required .
3.4 PAYMENT:
The contractors rate shall include cutting ,filling and removing excavated materials etc.as
required during course of excavation.The quantity to be paid for excavation shall be as
per actual section excavated subject to the maximum section as specified above.
4.0 EARTHWORK IN FILLING:
The earthwork in filling will be of two types (a)Backfill(b)Fill other than backfill.
(T.S.-4)
4.1(A) BACKFILL
Backfill is defined as excavation refill which is required to be placed under these
specification and which can not be deposited around the structures or adjacent
embankment unit after the structures are completed .Such backfills may consist of either
s.Previous o r impervious earth .However the thickness of previous matewrials adjacent
to the structure in the backfill shall not be less than 600mm at any place.The thickness of
backfill with previous earth greater than 600mm will be depend upon availability of
previous materials at site and will be decided by the E/I.This will be laid in 9 inch layers
and compacted so as to give maximum dry density of not less than95% at optimum
moisture content .Payment for this type of work shall be made for cubical contents of
finished work.
5(B) FILLS OTHER THAN BACKFILLS:
This shall consists of either previous or impervious materials.Such fills shall be done
around the structures behind the back fill.The materials for the fill may be obtained from
the excavation of foundation ,or excavation of borrow areas.Attemptrsll be made to use
the materials obtained from founbdation directly ,in fills as far as practiciable. When ever
the materials of the fill is received from the direct disposal of the foundation excavation
as laid downin the clause 3.0,no extra payment will be made as the cost is included in item
of excavation of foundation trenches but when the materials is borrowed from the
outside and not received from the direct disposal of the foundation excavation , the cost
will be paid as per rates accepted in the item of filling. The unit of measurement will be
per cubic metre.
The fill lshall be paid in 9” layers and compacted so as to give maximum dry density of
85% at optimum moisture content,. The fill not conforming to above stipulation shall be
rejected and Contractor will have to be re-done without any extra payment for this
ltypwe of fill. Payment shall be made for cubical content of the finished work less the
cubical content directly utilized from the ltime of excavation of foundation trenches
.Contractor’s rate for the item work shall include the cost of carriage,disposal
,sprading,watering,rolling,compaction,leveling and dressing the same in suitable profile
llas per specification and direction of E/I,when soil shall be carried from the borrow area.
When disposal of excavated soil will be utilized in filling work then payment for
watering and rolling shall be made .The cost of other operation included in quoted rate
will be deducted.
5.0 DEWATERING:
The Tenderer are supposed to be will acquainted with site conditions and quote their
rate exclusive of cost of all arrangements and all operations of fdewatering.
Separate payment lwill be made for dewatering involved at any time during the
execution of work.
6.0 MATERIALS:
All materials to be used in the work shall co0nfirm with the requirement laid down
in the specificatgion or as per stipulation IS code for such type of materials. If any
special materials not covererd here is required to be used ,it shall confirm to relevant
Indian Standard if there are any,or to the lrequirement specified by the E/I.
6.1FIRST CLASS BRICKS:
First class bricks should be sound hard,well brunt,uniform deep,cherry red or copper
colour ,free from cracks ,flaws,stones or lumps of any kind.Thgese should be of good
shape. Sharp edged and capable of with standing of crushing stress 100kg /sq.cm.The
absorption of well burnt brick after 6 hours immersion on water should not exceedd of
1/6 th of its weight when dry.They should omita metallic pitched ringing sound when
struck.The size will be 24.5cmx12cmx7cm brick should be stdacked in such away that
each brick is vi sible l;and can be inspected.
6.2 CEMENT:
Cement lshall conform to the relevant lclause lof the I.S.O.P.C 33 grade or as latest
revision (Govt.Lt No.1135 dated 9.8.99)
Cement shall be used in approximately the same chrono-logical order in which it is
received from the factory.
Cement delivered in bags shall be transported under complete damp proof covers and
stored in damp proof structure with adequate provision for the provention of absorption
of moisture and stacked in a manner permitting inspection and identification of each
consignment .Stacking height of bagged cement shall not exceed 3 metres ,cement that
has been in storage for more than 4months shall not be used without special
inspection,testing and approval as per clause 3.6.1 of IS.457-1957
6.3 COARSE AGGREGATE:
Coarse aggregate shall consist of curshed stones of approved quality .Quarring
and screening to obtain aggregate of required size and grading shall be the responsibility
of the contractor.The
aggregate shall contain requisite fines to allow adequate finishing .Maximum size
of aggregate shall not exceed 40mmas stipulated in bill of quantity concrete
work.Grading of mix of for the concrete shall be approve by the E/I.Before the same is
used by the contractor .The contractor shall have to make is own arrangement for
quarrying ,crushing to size ,washing and transporting of aggregate of required sizes to
work site at his own cost .Coarse aggregate shall confirm to 1.8.383-1970.The aggregate
shall be properly graded so as to produce a compact concrete .Thge gradation shall be
finally approved by the E/I.The fibre particles and deleterious materials passisng
4.75mm sieve shall not exceed 5 % in any case.The over size maximum size shall not
exceed 3%. QUALITY:
The coarse aggregate shall consist of hard ,dense ,durable ,uncoated rock fragments
and shall be free from injurious amount of soft ,friable ,thin and laminated pieces
,alkali,organic matter or other deleterious substance.Rounded peb Qles ,flaky laminated
land decayed stone are not to be used .
6.4 FINE AGGREGATE:
i)General :Fine aggregate or sand is the materials most of which passes through
4.75mm sieve .Fine aggregate for concrete ,mortar shall be natural fine aggregate or
coarse sand from river bed.Sand obtained from crushing of stone may also be used as
fine aggregate provided if it satisfied the Indian Stdandard Specification.
ii) Quality : The fine aggregate shall consist of clean ,hard,strong,sharp, durable
,uncoated particles,free from injurious(dust,mica,shales,softflaky
particles,alkalies,organic matters ,loam or other deleterious substances)the maximum
percentage of deleterious substance in the fine aggregates as delivered for use of work
shall not exceed the following values.
(T.S.-6)
Materials passing No. 200 sieve
Shale 1%
Coal 1%
Claylumps 1%
Total of other deleterious substance (such as alkali ,mica coated grains ,soft ,flaky
particles and loam ) shall not be more than 2%.Theum of percentage of all deleterious
substance shall not exceed 5% by weight.All sand to be used in the construction of the
structure shall confirm to specification and limit of grading by I.S.I.in R.C.C. work and
other of F.M.not less than 2.00 in r.C.C. work .Sand of F.M. 1.6 to 1.8 to 2.00 will be used
in masonry ,pointing and plastering work.the sand shall be screened and washed to
remove all foreign and deleterious materials before use in work.The fineness modueles
shall be computed by adding commulating percentage of fine aggregate retained on the
Indian Standard sieves and deviding the same by 100.the grading of the fine aggregates
shall be controlled in such a manner that the fineness modulus atleast nine out of ten test
samles will not very than 0.20 from the average fineness modulus of ten samples.
6. 5 RE-INFORCEMENT :
The re-inforcement bars,if provided will be on the departmental issue rate .The contractors
will have to submit the phasewise requirements of re-inforcement atleast a 15days before
use.The contractor will submit the reinforcement bnding schedule as per approved
drawings and after approval by E/I.,the cutting and bending of rods will be done .the re-
inforcement must be clean and free from scales of rust and dirt.If rusts are found they
shall be removed by rubbing with dry sand for which no extra payment will be made .All
re-inforcement must be bent cold as per details given in the drawings or as directed by the
E/I
6.6 WATER :
The water to be used in concrete and mortar shall be reasonably clear and free from
objectionable uatities of slits,organic metter,alkalies,salts and other impurities and has to
be arranged by the contractor at his own cost.
6.7 NP-2 HUME PIPE :
The pipe confirming to 1.8.1.158-1971 will be used and it will be laid as per
design,drawings or as direction on E/I.
6.8 BOULDERS :
The boulder shall be supplied by the departmental stack yard if available .However
,carriage as per requirement shall have to be done by contractor.
The stone boulder shall consists of varieties like granite ,basalt,sand,stone etc.conforming
to I.S.I.specification.
All stone shall be strong ,hard and durable as per I.S.I. specification.The stone shall be
free from defects like caijtious cracks,flaws,stone holes,viens patches of soft or loose
materials etc.The percentage of absorption shall not exceed 5%.Generally the stone should
not contain crystaaline silica or chartmica impurities etc.The minum crushing
(T.S.-7)
Strength of boulde shall not be less than the values given hereunder .
Sl. No. Type of stone Minimum crushing strength in kg./oper
sq.cm.
1 2 3
1 Granite 1000
2 Rasalt 400
3 Sand stone 300
Sand stone normally be of size 9’0 to 12’0 and the length of the stone shall not exceed
three times height .The specific gravity of stone shall be not less than 2.50.The minum
weight of such stone boulder shall be less than 40kg..The stone shall also conform to I.S.
1123-1957 and I.S. 1127-1957 for payment purpose 16’0 height of stack shall be
measurement at 12”.The stone boulder shall be properly stacked in rows in stack yard or
at site as per direction of E/I. or his representatives.The stack height should not exceed
1200mm in anycase and sufficient space shall be left all round the stacks to facilitate
inspection and measurmnent.
6.9 FILTER MATERIALS :
The filter materials shall be clean,sound well graded sand ,gravel or screened rock
fragment .No practicals of the decomposed rock,debris and vegetable materials or other
deleterious materials shall be permitted.
Specification in regard to gradation of the filter as mentioned in drawing or as per
direction of the E/I should be followed strictly .
6.10 FILTER MATERIALS AT EXPANSION JOINTS :
The materials used for filling expansion joint shall be bitumen impregnated felt or any
other similar material specificified on the drawing .Impregnated felt shal confirm to the
requirements of I.S.I.1988 and shall be approved by the E/I.
6.11 Copper SEAL/RUBBER SEAL :
For the constriction of expansion joints,the cooper seal/rubber seal shall confirm to the
latest I.S.I. specification and shall be got approved from the E/I.
7.0 BRICK WORK :
Brick,sand and ceent should be as per specification given in the specification of
materials.Unless otherwise specified brick work shall be first class laid in cement
mortar.Work shall be strickly as per drawing .Bricks shall be soaked in water for atleast 6
hours before use in masonry work.For this purpose the the contractor must construct at his
own cost brick lined tanks of approved size which shall be dismantled or filled by after
completion of work by the contractor at his own cost.
Cement and sand shall be measured and mixed dry.Minimum quantity of water tom
ensure workability is to be added ,the mortar turned over backwards and forwards as
approved by the E/I.All cement mortar shall be used within 30minutes of mixing.
The brick work is to be of English bond.No where half bricks shall be used than
these necessary to complete the bond.Great care shall be taken in the selection of the
bricks face which will be felt exposed .These brick shallbe uniform in size and appearance
and no mortar shall be smeared over the brick face exposed to view .
(T.S.-8)
In laying each coarse must be truly levelled and in perfect bond ,all bricks being
thoroughly bedded and flushed with mortar .No mortar joint is to exceed 10mm.thickness
.The wall must be carried up roughly
and no portion of work should be left more than 900mm lower than the other .Temporary
stops left during construction must be racked accoding to bond,so that when work is
contained the new brick will be laid over these previously laid.The contaractor shall
provide lank on which the wetted brick shall be stacked before they are laid on wall.
All brick work shall be kept wet for atleast a fortnight after it is laid .All brick work shall
be left floo ,deand the end of each days of work by making through with mortar fillets.
All the fixtre shall be built into walls in there correct position as work proceeded joints of
the brick work shall be racked while the mortar is still green,to a depth of 1/2”(12mm) to
ensure at good key to plaster .All scaffolding must be provided by the contractor.Double
scaffolding (post) should always be provided in important structures where exposed face
are reuired to be poited.The log holes must however,invariably be closed with bricks and
mortar after the scaffolding is removed and before plastering is done.The contractor shall
be responsible for any damage or injurios to labours resulting from improperly erected
scaffolding or by the other cases.The contractr ‘s rate for brick work shall include cost of
all scaffolding,curing,providing necessary set backs,splaye,projection,citting,string coarse
chiseling and making holes to various services as shown in drawing or as directed by the
E/I.
7.1 MODE OF PAYMENT :
Payment for brick work bill be made per meter cube .
7.2 RANDOM RUBBLE MASONRY WORK :
The boulders shall be hammer –dressed on the face ,sides and beds to such an extent
that the same will come into close proximity.No stones shall tail to a point and shall not
be of greater height than breath of face or length .The random rubble masonry shall be
laid uncoarsed in cement mortar 1:4 .The beds and joints shall not exceed 25mm
thicknes.The hearting stones shall not be less than 15cm in any direction ,carefully
laid,hammered down with wooden mallets into place and solidly bedded with mortar
,chips and spauls being wedged in to avoid thick beds of joints and mortar .Each
stone is to be punched into the number of sides to which it can be most convieniently
dressed ,and will then be so fitted into wall that joints shall never exceed 25mm
throughout random rubble masonry stone should be supplied with equal quoins and
should be coarse every 50mm of wall in height.One fifth of the face should be through
heared.
Every stone is to be well flushed in mortar as described for other forms of masonry
.All stones,which are not headers,should half bond or overlap one another at least one
third the wideth of the wall .All stones shall be thoroughly wetted before laying .The
masonry of the part is to be deleyed ,the work must be raked back at an angle not
exceeding 40degree .One non working days the top of all finished masonry is to be kept
flooded .The vertical face of walls should be carried truey to plumb and the inclined face
should be in one plane.The stone shall be fairy equal in size ,every stone shall be fitted to
adjacent stones.
Masonry dyring construction shall be protected from the effects of sun,frost and rain
by suitable covering and masonry shall be kept moist for a period of atleast 10 days .Unit
for measurement of stone masonry work shall be for per cubic meter of finished work.The
rate will include cost for carriage of stones from stacks to the place of work and their
place of work and their placing in position.
(T.S.-9)
8.0 CEMENT CONCRETE WORK :
COMPOSITIONS :
Cement concrete shall composed of cement sand .Sand aggregate and water in prescribed
proportion by volume.The specifivcation for these materials have been given under this
chapter previously .
8.1BATCHING :
The concrete ingredient shall be provided in specified quanties by volumetric
measurements.When moist sand is used due allowance shall be made for bulking as
directed by the E/I .Appropriate means of correct measurmnet of the concrete ingredients
shall be provided means of correct measurement of the concrete ingredients shall be
provided to the satisfaction of the E/I .The proportions of mixes have indicated in the item
of work.
8.2 MIXING :
The more thoroughly a concrete is mixed ,the greater is its strength.The mixing shall
therefore be done in mixer only. Wherever the quantity involved shall and other
conditions do not permit the mix by mixer,hand mixing may be done with the specific
approval of the E/I or his authorised representatives,it will be necessary for the contractor
to arrange sufficient mixers for the desered concrete mix at the end mixing period .correct
proportion of materials shall be loaded in the mixing machines in accordance with water
cement ratio desired.It should thenbe kept rotating for 1.5 to 2 minutes till all materials are
mixed thoroughly and then concrete should be disposed in one operation over a level
platform and turned over one before being conveyed.Each time the work is stopped for the
day ,the mixer should be cleared out and when next mixing is commenced the first batch
should have10% additional cement to allow for stacking losses.
Whenever the quantity of mix is so small and hand mixing has been permitted by the E/I
the mixing shall be done on awter tight brick platform of edequate size approved by the
E/Iwith strip fastened along there side to prevent materials being washed or shoveled off
during mixing where hand mixing is allowed cement and sand shall first be mixed dry
thoroughly by turning over backword and forward several times.This day mortar shall
thenbe spread over the top of premeasured stack of dry aggregate .The whole batchshall
then be thoroughly mixed by turning over and ovewrbackword and forward atleast 5 times
to ensure through mixing.To this water shall then be added from fitted with
ratehole/gradually and the whole mass turned over and again till every stone materials is
sufficiently coated with mortar.No excess water should be used .The bulking shall be made
.The concrete prepared after mixing must posses a good consistency and workability in
case this is found deficient the ingredients will be adjusted to improve the same with
approval of the E/I or his authorised representative,slump test will be carried out regulary
to check consistency and workblity.Theslump should be specified by the E/I .
(T.S.-10)
8.3 SURFACE PREPERATION :
When concrete has to be laid in consecutive layer and sufficient time has lapsed between
first ccarse and successive one the lower course should be well racke,brushed with wire to
the satisfaction of E/I .All loose aggregates and lactances should be removed .To ensure
bond and water tightness between the old concrete surface and the concrete to be placed
the surface should od of initial green cut and sand blasting.The the green cut method
consists of rubbing the concrete surface with a high velocity air water jet accompanied by
wire brushing and jobbing,chipping,surface layer to expose clean surface of sound
concrete usually about 8to 12hours after placing.
If the initial clean up can not be performed at the proper stage in the hardening process
.All defective and desirable concrete will be removed by either chipping and picking by
hammer if so required or by sand blasting .Thereafter the entire surface shall be
thoroughly washed and should be dry to permit smooth cleaning .Ordinary sand may not
be used even for smaller work but sand of size 1.7mm to 4.75will be have to be
5.63kg./sq.cm.After sand blasting and washing is over ,the surface shall have to be got
approved by the E/I.and therefore covered with a 10mm to 20mm layer of mortar but care
shall be taken that mortar does dry up excessively thus loosing its consistency .
8.4 PLACING :
Concrete shall be placed in aplanned manner along the span so as to avoid cold joint.For
this process the contractor shall arrange sufficient labour ,materials ,tools and appliances
to complete the work in suitable blocks as programmed .
NO CONCERETE SHALL BE PLACED WITHOUT FORM WORK :
Before depositing the concrete debris of all the kinds shall be removed from the site of
concreting .The surface shall be well cleaned and brought to lines and levels as per
drawing and specification .No concrete shall be placed up till form work and placing of
reinforcement have been completed where required andchecked by the E/I according to
drawing and specification .There after mixed concrete shall be laid (not thrown) in
suitable layers and compacted with vibrator,suitable for the purpose and approved by the
E/I.
8.5 PLACING CONCRETE UNDER WATER :
Concrete is being placed under water ,unless placement .The dewatering operation should
be stopped at the time for placing of concrete ,extra cement up to 20% shal be added in
the concrete under water.The admixture shall be added in the concrete under water ,the
mix shall be suitable incrossed on the specific written approval of the E/I.The total
quantity of such concreting will have to be got recorded by the E/I or his authorised agent
so that a check may be kept on extra cement consumed .
8.6 COMPACTION:
As concrete is being placed it should be compacted thoroughly and uniformaaly
.Compacting includes rodding ,spading,vibrating and such other operation as are
necessary to compact the concrete properly ,concrete bshall be worked well around ther in
for cement enclosed fixture and corners of forms.
(T.S.-11)
Sufficient equprnet together with necessary operation should be provided atsite for
compaction .As concrete starts setting immediately after it is placed ,consolidation should
be done when placing is going on.Exessivevibration cauaing segregation and formation of
laitances shall be avoided .
HAND TAMPING :
16mm M.S. rods should be used for tamping. The tools should penetrate the full depth of
layer being placed and should used at or near virticalform faces.For dry hand tamped
concrete the surface should be rammed with heavy flats face trowel till a thin film of
mortar appears at the surface showing that air pockets have been filled.
VIBRATION:
Mass concrete should be thoroughly compacted with the aid of vibrators .Immediately
after placing concrete the vibrators should be started and operated for a few second .Then
moved to the other without any hole or impression of the vibrator ,vibration should be
continued till the
entire batch gives uniform appearance and surface just start to glist,vibrator should
beinserted and drawn slowly and operated continuously while being withdrawn ,it should
be in such a manner that no voids are lift in plastic concrete .
Sufficient number of vibrators should be used to compact each batch properly before
placing the next one .A sufficient number of reserve vibrators in good
conditions,concreting shall not be allowed to proceed without proper compaction with the
vibrator,suitable for the perpose.Under no circumstances the vibrator should stick the face
of forms not shall reinforcement steel or embaded metal be jerked with sufficient force to
empire the bond between concete and metals .
7. STOPPING WORK :
If for any reason it is necessary to stop conreting in the middle of ajob,it should be
stopped as under:
FOR SLAB :
In a vertical plane at right angles to the span either middle span over the centre of the
supporting beam or girder .
FOR COLUMN :In horizontal at right angles to the length of the column.
FOR BEAM AND GIRDER :In vertical plane at right angle to the length of the beam or
girder either the mid span or over the centre of the support of the beam .In no case shall
the work be stopped in beams of slab where futureshearing action will be great as for
example near the end or direct under concentrated load.At place other than specified
above,should become necessary to stop cocreting for any unforeseen reasons,the same
shall be done at the locations directed by the E/I.In all such xases the edges of the
concrete shall be left and finished in a proper slope as per direction of the E/I.
Before commencing the work ,surface of the existing concrete must be carefully brushed
with stiff brush to remove particules and dust thick grout of neat cement must be poured
over it before new concrete is placed.
8.8 CURING AND PROTECTION OF CONCRETE :
The object of curing is to prevent or replenish the loss necessary of moisture during the
early relatively rapid stage of hydration .Minimum curing period for the concrete shall be
21 days and is to commence as
soon as the concrete has harened but not before that 24 hours the time of placement .The
curing shall be accomplished by keeping the exposed surface continuously moist
condition.
Where forms are used these shall be kept sprinkled with water until removal.Wooden
forms may be loosened wetted thoughly at frequent intervals so that water floods the
space between the forms and concrete .Merely having form in place will not keep the
concrete sufficiently moist for proper curing .When spray pipe system is used for
spraying,galvanized or alloy pipe shall be used .This will prevent rust stain that may be
formed by use of iron pipe.Construction joint shall be continuously kept wet for atleast 72
hours prior to the placing of additiona concretes.All water used in curing sall be free from
excessive amount of silt and other impurities.
8.9 TESTING :
The contractor shall provide all lanour required for making and cube test specimens
without any separate payments. 8.10 CLASSIFICATION :
Except where required to meet special conditions ,all concrete shall confirm to the
classification in the table given below defined according to maximum aggregate size arld
other approximate details.The mix proporations may have to be modified after detailed
laboratory test and field experiment.These mixes may fyrther be modified to suit the work
or the nature of materials used further be modified to suit the work or the nature of
materials used.The contractor’s rates are to bebased on the concrete of mixes of required
strength and quantity of cement specified in the table below. The vibrations in ingredients
will not be considered for adjustment in rates .
NOMINAL MIXPROPORTION AND EMENT CONSUMPTION
PER CUBIC METER OF FINISHED CEMENT
8.13 STAGING :
The contractor shall provide efficient and rigid temporary staging required for
constructing the structure .
The staging ,should be wide and strong enough to take two gang ways,one each side to
used bottle by workmen as well as for inspection purposes. It should also be strong
enough to permit working with vibrating and other machineries,as may be required for
concreting etc.Due allowance for sagging of shuttering and support should be made in the
design of the staging of the shuttering .On the completation of the work ,staging shall b
removed to the entire satisfaction of the E/I.
9.01 PLASTERING :
Good sand shall be used in plaster.The plaster is to be 12mm thick as specified but
contractor should make allowance in the rate for the extra cost involved owing to the
surface of wall being not very regular or plain.The proportion of sand and cement
mortar of the specified in the item of work.If the water proof plaster is indicated in
drawing or if the E/I.so dirtects,such plaster shall be provided in cement mortar of the
specified
proportion after adding the approved quality of water proofing compound .The quantity
of water ptoofing compound to be used shall be as directed by the E/I.Thecontractor’s
rate shall include the cost of all the materials together with cost of water proofing
compound and labour etc.
The materials should be thoroughly mixed and the mortar of plaster being used
within half an hour of being mixed .Joints of brick work to be plastered should be raked
out to 12mm deep before plastering .Plaster shall be kept wet for period of 14 days.
The rate of plaster shall include (a) plastering surface and corners and rounding at
angles (b)preparing,cleaning and watering surface(c) watering and protecting plaster
after completion(d)provisionof erection and removal of scaffolding.
FLUSH POINTING :
All joints in masonry shall be raked cut to a depth of atleast 12mm .these shall be
brushed and well watered .Pointing materials shall be one part of cement and three parts
of sand by volume or as may be specified .Perticular attention must be given to complete
filling of joints .
After filling the joints with the pointing mortar ,the flush pointing shall be done as per
specification ad direction of E/I .The pointing shall be kept moistfor atleast 10 days .
(T.S.-16)
11.0 PITCHING :
The boulder pitching shall be of good stone and shall confirm to the specification
given in the description of materials .The pitching shall be done as per drawing unless
otherwise specified .
The surface where boulder pitching has to be done shall be levelled and dressed up
before the boulders are laid.The boulder not be less than 40 kg.each or as directed by
E/I.and shall be selected as to size and shape to secure fairlylarge flat surfaced stone
which will lay up with even surface and minimum of voids .The top layer shall be levelled
and hand packed so as to press at as even surface .Rock fragments and spawls shall be
rightly driven in the intersticks to wedge the pitching in place and to as directed opening
to the under laying layers .
11.1 PAYMENT :
The item of work will be paid for at unit rates quoted which shall include the cost of
all materials and labour required for work as pointed in this specification.
The contractor shall the site work clear of all shades,soakingvats,mortar platform
debries ,surplus constraction materials etc.after construction work has been completed for
which nothing extra will be paid.
The Iron safety ladder shall be made with size 5/8” dia rod as per specification and
direction of E/I.
16 If any discrepancy is found between technical specifications and I.S Code, the
provisions of I.S Code will prevail
Executive Engineer.
Minor Irrigation Division, Chaibasa