Government of Water Resources Department

Madhya Pradesh Water Sector Restructuring Project

NATIONAL COMPETITIVE BIDDING

Restructuring and Modernization work of Atari and Kanhaiya Tank and their Canal System

Chief Engineer Ganga Basin Water Resources Department Rewa (M.P.)

1 GOVERNMENT OF MADHYA PRADESH MADHYA PRADESH WATER SECTOR RESTRUCTURING PROJECT

AGREEMENT NO:-……………………………

NATIONAL COMPETITIVE BIDDING

(CIVIL WORKS)

Name Of Work : Restructuring and Modernization work of Atari and Kanhaiya Tank and their Canal System.

Period of Sale of Bidding Document : From 01.03.2013 To 05.04.2013

Time, Date and Office of Pre-Bid : Date 20.03.2013 Time15.00 Hours At Conference Office of the Project Director, World Bank Projects, SWaRA Bhawan Link Road no- 3,Water Resources Department, Bhopal (M. P.)

Last Date and Time For Receipt of : Date 06.04.2013 Time 15.00Hours Bids

Time and Date of Opening of Bids : Date 06.04.2013 Time 15.30 Hours

Place of Opening of Bids : Office of the Project Director, World Bank Projects, SWaRA Bhawan Link Road no- 3,Water Resources Department, Bhopal (M. P.)

Officer Inviting Bids : Chief Engineer, Procurement Cell, O/O The Engineer-in-Chief, Water Resources Department, Bhopal (M. P.)

2

INVITATION FOR BID

(IFB)

3

GOVERNMENT OF MADHYA PRADESH MADHYA PRADESH WATER SECTOR RESTRUCTURING PROJECT INVITATIONS FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING

Date: 28/02/2013 Bid No.: 43/MPWSRP

1. The Government of has received a loan from the International Bank for Reconstruction & Development (IBRD) towards the cost of Madhya Pradesh Water Sector Restructuring Project and intends a part of the funds to cover eligible payments under the contracts for construction of works as detailed below. Bidding is open to all bidders from eligible source countries as defined in the IBRD Guidelines for Procurement. Bidders from India should, however, be registered with the Government of Madhya Pradesh, WRD or other State Governments/Government of India, or State/Central Government Undertakings. Bidders are advised to note the minimum qualification criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award of the contract.

2. The Chief Engineer, Procurement Cell, O/o the Engineer-in-Chief, Water Resources Department, Bhopal (M. P.) invites bids for the construction of works detailed in the table. The bidders may submit bids for all of the following works

3. Bidding documents (and additional copies) may be purchased from the office of The Executive Engineer, Bahaya Vitta Poshit Pariyojna, SWaRA Bhawan Link Road no-3,Water Resources Department, Bhopal (M. P.)and Chief Engineer, Ganga Basin Rewa from 01.03.2013 to 05.04.2013 for a non-refundable fee (three sets) as indicated, in the form of cash or Demand Draft on any Scheduled bank payable at Bhopal in favor of office of The Executive Engineer, Bahaya Vitta Poshit Pariyojna, SWaRA Bhawan Link Road no- 3,Water Resources Department, Bhopal (M. P.) Interested bidders may obtain further information at the same address. Bidding documents requested by mail will be dispatched by registered/speed post on payment of an extra amount of Rs. 500/- The Executive Engineer, will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same.

4.Bids must be accompanied by security of the amount specified for the work in the table below, drawn in favor of Office of The Executive Engineer, Bahaya Vitta Poshit Pariyojna, SWaRA Bhawan Link Road no- 3,Water Resources Department, Bhopal (M. P.). Bid security will have to be in any one of the forms as specified in the bidding document and shall have to be valid for 45 days beyond the validity of the bid.

5.Bids must be delivered to Office of The Executive Engineer, Bahaya Vitta Poshit Pariyojna, SWaRA Bhawan Link Road no-3,Water Resources Department, Bhopal (M. P.) on or before 15.00 hours on 06.04.2013 and will be opened on the same day at 15.30 hours, in the presence of the bidders who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same time and venue. 6. A pre bid meeting will be held on 20.03.2013 at 15.00 hrs. at at office of the Project Director, World Bank Projects, SWaRA Bhawan Link Road no-3,Water Resources Department, Bhopal (M. P.) to clarify the issues and to answer questions on any matter that may be raised at that stage as stated in Clause 9.2 of ‘Instructions to Bidders’ of the bidding document.

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

4

TABLE

Package Name of work Approximate Bid Cost of Period of No. value security Bid completion of work (Lakh documen (Lakhs Rs.) Rs.) t (Rs.) 1 2 3 4 5 6 GB/3 Restructuring and 227.96 Lakhs 4.56 15000/- 24 months modernization work of Lacks Rs for (including Atari and Kanhaiya Three Irrigation and Tank Schemes and their Copies Rainy season) canal system

Chief Engineer, Procurement Cell, O/o the Engineer-in-Chief, Water Resources Department, Bhopal (M. P.)

5

SECTION I: INSTRUCTIONS TO BIDDERS (ITB)

6

Section 1: Instructions to Bidders

Table of Clauses

S. No. Particulars Page No. S. No. Particulars Page No.

A. General 8 D. Submission of Bids 16

1 Scope of Bid 8 19 Sealing and Marking of Bids 16

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

3 Eligible Bidders 8 21 Late Bids 16

4 Qualification of the Bidder 9 22 Modification and Withdrawal of 16 Bids 5 One Bid per Bidder 11 E. Bid Opening and Evaluation 17

6 Cost of Bidding 11 23 Bid Opening 17

7 Site Visit 11 24 Process to be Confidential 17

B. Bidding Documents 12 25 Clarification of Bids 18

8 Content of Bidding Documents 12 26 Examination of Bids and 18 Determination of Responsiveness 9 Clarification of Bidding Documents 12 27 Correction of Errors 18

10 Amendment of Bidding Documents 12 28 Currency for Bid Evaluation 19

C. Preparation of Bids 13 29 Evaluation and Comparison of Bids 19

11 Language of Bid 13 30 Preference for Domestic Bidders 19

12 Documents Comprising the Bid 13 F. Award of Contract 20

13 Bid Prices 13 31 Award Criteria 20

14 Currencies of Bid and Payment 13 32 Employer's Right to Accept any Bid 20 and to Reject any or all Bids 15 Bid Validity 14 33 Notification of Award 20

16 Bid Security 14 34 Performance Security 21

17 Alternative Proposals by Bidders 15 35 Advance Payment and Security 21

18 Format and Signing of Bid 15 36 Adjudicator 21

37 Corrupt or Fraudulent Practices 21

7 A. General 1. Scope of Bid

1.1 The Government of Madhya Pradesh Water Resources Department, Chief Engineer, Procurement Cell, O/o the Engineer-in-Chief, Water Resources Department, Bhopal (M. P.) Invites bids for the construction of works (as defined in these documents and referred to as "the works") detailed in the table given in IFB. The bidders may submit bids for all of the work detailed in the table given in IFB.

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

2. Source of Funds

2.1 The Government of India has received a loan from the International Bank for Reconstruction and Development (hereinafter interchangeably called “the Bank”) towards the cost of Madhya Pradesh Water Sector Restructuring Project and intends to apply a part of the funds to cover eligible payments under the contract for the Works. Payments by the Bank will be made only at the request of the borrower and upon approval of the Bank in accordance with the Loan Agreement, and will be subject in all respects to the terms and conditions of the Agreement. Except as the Bank may specifically otherwise agree, no party other than the borrower shall derive any rights from the Loan Agreement or have any rights to the Loan proceeds.

2.2 The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD Guidelines for Procurement. Any materials, equipment, and services to be used in the performance of the Contract shall have their origin in the eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services for the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.

3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally and financially autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-borrower.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in accordance with sub-clause 37.1.

8 4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from pre- qualified bidders will be considered for award for Contract. These qualified bidders should submit with their bids any information updating their original prequalification applications or, alternatively, confirm in their bids that the originally submitted prequalification information remains essentially correct as of date of bid submission. The update or confirmation should be provided in Section 2.

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following information and documents with their bids in Section 2:

(a) Copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) Total monetary value of construction work performed for each of the last five years; (c) Experience in works of a similar nature and size for each of the last five years, and details of works under way or contractually committed; and clients who may be contacted for further information on those contracts; (d) Major items of construction equipment proposed to carry out the Contract; (e) Qualifications and experience of key site management and technical personnel proposed for the Contract; (f) Reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for the past five years; (g) Evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of other financial resources); (h) Authority to seek references from the Bidder's bankers; (i) Information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the last five years or currently under execution. The information shall include the names of the parties concerned, the disputed amount, cause of litigation, and matter in dispute; (j) Proposals for subcontracting components of the Works which in aggregate add to more than 20 percent of the Bid Price (for each, the qualifications and experience of the identified sub- contractor in the relevant field should be annexed; no vertical splitting of work for sub- contracting is acceptable); and (k) The proposed methodology and program of construction including Environmental Management Plan, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their Capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones. 9

4.4 Bids from Joint ventures are not acceptable.

4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five years i.e 2007-08 to 2011-12.

(a) Achieved, in at least two financial years, a minimum annual financial turnover (in all classes of civil engineering construction works only) of Rs 228.00 Lakhs

(b) Satisfactorily completed (not less than 90% of contract value), as a prime contractor (or as sub contractor duly certified by the employer/main contractor), at least one similar work of value not less than Rs. 183.00 Lakhs

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

Cement concrete (including RCC and PCC lining,) 1100.00 cum - Earthwork in both excavation and embankment (Combined quantities) 20500.00 cum

(d) Deleted

(e) Deleted

@ At 2012-13 price level Financial turn over and cost of completed work of previous years shall be given weight age of 5% per year based on rupee value to bring them to 2012-13 price level.

4.5 B. Each bidder should further demonstrate: (a) Availability (either owned or leased or by procurement against mobilization advances) of the following key and critical equipment for this work:

1 Hydraulic Excavator ( 0.93 Cum Bucket Capacity) - 04 Nos 2 Tippers/Truck (10 tones) -06 Nos 3 Dozer (D-6) - 04 No 4 Vibratory roller 8-10 tones -04 Nos 5 Water Tanker(5000 liters) – 06 Nos 6 Transit Mixture (4 cum) 04 Nos 7 Compaction Unit - 4 No 8 Plate Vibrator -4 Nos

Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the completion of works in accordance with the prescribed construction schedule is shown in the above list. The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and calculations (detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The numbers, types and capacities of each plant/equipment shall

10 be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements.

(b) Availability for this work of a Project Manager with no less than five years' experience in construction of similar civil engineering works and other key personnel with adequate experience as required; and (c) Liquid assets and/or availability of credit facilities, of not less than Rs. 29.00 Lakhs in the format given in Section-2. (Credit lines/letter of credit/certificates from Banks for meeting the funds requirement etc.) 4.5 C. To qualify for a package of contracts made up of this and other contracts for which bids are invited in the IFB. The bidder must demonstrate having experience and resources sufficient to meet the aggregate of the qualifying criteria for the individual contracts 4.6 Sub-contractors' experience and resources shall not be taken into account in determining the bidder’s compliance with the qualifying criteria except to the extent stated in 4.5 (A) (b) above.

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under:

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

A = Maximum value of civil engineering works executed in any one year during the last five years (updated to 2012-13 price level) taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the works for which bids are invited. B = Value, at 2012-2013 price level, of existing commitments and on-going works to be completed during the next 24 Months (period of completion of the works for which bids are invited)

Note: The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer in charge, not below the rank of an Executive Engineer or equivalent.

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

- Made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or - Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or - Participated in the previous bidding for the same work and had quoted unreasonably high bid prices and could not furnish rational justification to the employer.

5. One Bid per Bidder

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

6. Cost of Bidding

11 6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will in no case be responsible and liable for those costs.

7. Site visit

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

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with Clause 10. Invitation for Bids Section 1 Instruction to Bidders 2 Forms of Bid and Qualification Information 3 Conditions of Contract 4 Contract Data 5 Specifications 6 Drawings 7 Bills of Quantities 8 Forms of Securities 8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the invitation to bid. The Employer will respond to any request for clarification, which he received earlier than 15 days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting, which will take place at Office of the Project Director, World Bank Projects, SWaRA Bhawan Link Road no-3,Water Resources Department, Bhopal (M. P.) on 20.03.2013 at 15.00 Hrs.

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

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

12 9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents listed in Sub-Clause 8.1, which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 10 and not through the minutes of the pre-bid meeting.

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

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda. 10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or by cable to all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by cable to the Employer. 10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-Clause 20.2 below.

C. Preparation of Bids

11. Language of the Bid

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

12. Documents comprising the Bid

12.1 The bid submitted by the bidder shall comprise the following: (a) The Bid (in the format indicated in Section 2). (b) Bid Security; (c) Priced Bill of Quantities; (d) Qualification Information Form and Documents;

and any other materials required to be completed and submitted by bidders in accordance with these instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without exception.

12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so indicate in the bid together with any discounts offered for the award of more than one contract.

13. Bid Prices

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

13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the works described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting.

13.3 All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.

13 Note: “Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts financed under World Bank loan/credits. They are solely responsible for obtaining such benefits, which they have considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not compensate the bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all information required for issue of certificates in terms of such notifications as per form attached to the Qualification Information in the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in view the bill of quantities, construction program and methodology, the certificates will be issued and no subsequent changes will be permitted. No certificate will be issued for items where no quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above provisions will be treated as non-responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as a result of the above shall not be a cause for granting any extension of time.”

13.4 The rates and prices quoted by the bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of Clause 47 of the Conditions of Contract.

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

15. Bid Validity 15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidders' responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid except as provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all respects.

15.3 Deleted 15.4 Deleted

16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of IFB for this particular work. This bid security shall be in favor of: Office of The Executive Engineer, Bahaya Vitta Poshit Pariyojna, SWaRA Bhawan Link Road no-3,Water Resources Department, Bhopal (M. P.) and may be in one of the following forms:

A bank guarantee issued by a nationalized / scheduled bank located in India. Or Certified cheque, Bank draft or Letter of Credit in favour of Office of The Executive Engineer, Bahaya Vitta Poshit Pariyojna, SWaRA Bhawan Link Road no-3,Water Resources Department, Bhopal (M. P.) Payable at Bhopal; 16.2 Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.

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

14 16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period specified in Sub-Clause 15.1.

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

16.6 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity; (b) If the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or (c) In the case of a successful Bidder, if the Bidder fails within the specified time limit to (i) Sign the Agreement; or (ii) Furnish the required Performance Security.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawing and specifications. Alternatives will not be considered.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked “ORIGINAL” and “COPY” as appropriate. In the event of discrepancy between them, the original shall prevail.

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid.

18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract. D. Submission of Bids

19. Sealing and Marking of Bids

19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY”. These envelopes (called as inner envelopes) shall then be put inside one outer envelope.

19.2 The inner and outer envelopes shall (a) Be addressed to the C.E. Procurement and submitted at the following address:

15 Office of The Executive Engineer, Bahaya Vitta Poshit Pariyojna, SWaRA Bhawan Link Road no-3, Water Resources Department, Bhopal (M. P.)

(b) Bear the following identification:

- Bid for Bid for Restructuring and Modernization work of Atari & Kanhaiya Tank in District Rewa - Bid Reference No- 43/MPWSRP/28.02.2013

- DO NOT OPEN BEFORE 06.04.2013 at 15:30 Hours.

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause 21.

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid.

20. Deadline for Submission of the Bids

20.1 Bids must be received by the Employer at the address specified above no later than 06.04.2013 up to 15:00 hrs. In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will be received up to the appointed time on the next working day.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline. 21. Late Bids

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

22. Modification and Withdrawal of Bids

22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause 20.

22.2 Each Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL”, as appropriate.

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

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

22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in accordance with this clause, or included in the original Bid submission.

16 E. Bid Opening and Evaluation 23. Bid Opening

23.1 The Employer will open all the Bids received (except those received late), including modifications made pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at 15:30 hours on 06.04.2013 and the place specified in Clause 20. In the event of the specified date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day.

23.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all envelopes marked “Modification” shall be opened and the submissions therein read out in appropriate detail.

23.3 The Bidders’ names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid security, and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause 21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will not be considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be returned un-opened to bidders.

23.4 The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-Clause 23.3.

24. Process to Be Confidential

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

25. Clarification of Bids

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in accordance with Clause 27.

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing.

25.3 Any effort by the Bidder to influence the Employer in the Employer’s bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidders’ bid.

17 26. Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Bidding documents.

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

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

27. Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows:

(a) where there is a discrepancy between the rates in figures and in words, the rate in words will govern; and (b) Where there is a discrepancy between the unit and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.

27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited in accordance with Sub-Clause 16.6 (b). 28. (Deleted) 29. Evaluation and Comparison of Bids

29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Clause 26.

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

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

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

18 (c) Making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub Clause 22.5.

29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation.

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation.

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

30. (Deleted) F. Award of Contract

31. Award Criteria

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause 4.

31.2 If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest evaluated Bid Price will be determined when evaluating this contract in conjunction with other contracts to be awarded concurrently, taking into account any discounts offered by the bidders for the award of more than one contract.

32. Employer’s Right to accept any Bid and to reject any or all Bids

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

19

33. Notification of Award and Signing of Agreement

33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”). 33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Clause 34.

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and kept ready for signature of the successful bidder in the office of employer within 28 days following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it to the Employer. 33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful. 34. Performance Security 34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of Contract:

- A Bank Guarantee in the form given in Section 8; or - Certified Cheque/Bank draft, in favor of Executive Engineer Water Resources Division, Rewa (M.P.) payable at Rewa 34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued either (a) at the Bidder’s option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India [scheduled or nationalized]. 34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of contract, cause for annulment of the award, forfeiture of the bid security and any such other remedy the Employer may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder. 35 Advance Payment and Security 35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to maximum amount, as stated in the Contract Data. 36. Adjudicator 36.1 The Employer proposes that Mr V.P. Khare. Rtd C.E. WRD. Gali No-7 Rajendra Nagar be appointed as Adjudicator under the Contract, at a daily fee of Rs. 2000/- plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the

20 Adjudicator, the Adjudicator shall be appointed by Chairman, Institution of Engineers, M.P. Chapter, Bhopal (M.P.) at the request of either party.

37. Fraud and Corruption 37.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), bidders, suppliers, contractors and their agents (whether declared or not), sub-contractors, sub-consultants, service providers or suppliers, and any personnel thereof, observe the highest standard of ethics during the procurement and execution of Bank-financed contracts . In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party1; (ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation2; (iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party3; (iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party4; (v) “obstructive practice” is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or (bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under paragraph 1.16(e) below. (b) will reject a proposal for award if it determines that the bidder recommended for award, or any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; (c) will declare misprocurement and cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive or obstructive practices during the procurement or the implementation of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;

1 For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 2 For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution. 3 For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process (including public officials) attempting either themselves, or through another person or entity not participating in the procurement or selection process, to simulate competition or to establish bid prices at artificial, non competitive levels, or are privy to each other’s bid prices or other conditions. 4 For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or contract execution.

21 (d) will sanction a firm or individual, at any time, in accordance with prevailing Bank’s sanctions procedures , including by publicly declaring such firm or individual ineligible, either indefinitely or for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominated sub-contractor, consultant, supplier or services provider of an otherwise eligible firm being awarded a Bank-financed contract;

37.2 In further pursuance of this policy, bidders, suppliers and contractors, and their sub-contractors, agents, personnel, consultants, service providers or suppliers, shall permit the Bank to inspect all accounts, records and other documents relating to the submission of bid and contract performance, and to have them audited by auditors appointed by the Bank.

37.3 Furthermore, bidders shall be aware of the provision stated in GCC Sub-Clauses 23.2 and 59.2 (h).

22

SECTION II : FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE

23

Section 2 : Forms of Bid, Qualification Information and Letter of Acceptance

Table of Forms

S. No. Particulars Page No.

1 Contractor’s Bid 25

2 Qualification Information 26

3 Letter of Acceptance 32

4 Notice To Proceed With The Work 33

5 Agreement Form 34

24

Contractor's Bid

Description of the Works: Restructuring and Modernization work of Atari and Kanahiya Tank and there Cana System District Rewa

BID

To : The Chief Engineer, Ganga Basin Water Resources Department, Rewa (M. P.)

GENTLEMEN, Having examined the bidding documents including addendum, we offer to execute the Works described above in accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid for the Contract Price of ______[in figures] (______) [in letters].

The advance Payment required is: Rupees ______. We accept the appointment of ______as the Adjudicator.

(OR)

We do not accept the appointment of ______as the Adjudicator and propose instead that ______be appointed as Adjudicator whose daily fees and biographical data are attached. This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery.

We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below : Name and address of agent Amount Purpose of Commission or gratuity

______

(if none, state “none”) We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding documents.

Yours faithfully,

Authorized Signature:

25 Name & Title of Signatory: ______Name of Bidder : ______Address :______

26 Qualification Information

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

1. For Individual Bidders 1.1 Constitution or legal status of Bidder [Attach copy]

Place of registration: ______Principal place of business: ______

Power of attorney of signatory of Bid [Attach] 1.2 Total value of Civil Engineering construction work executed and payments received in the last five years 2007 – 2008 (in Rs. Lakhs) 2008 – 2009 2009 – 2010 2010 – 2011 2011- 2012

1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over the last five years. i.e. 2007-08 to 2011-12

Project Name Description Contract Value of Date of Stipulated Actual date Remarks Name of the of work No. contract issue of period of of explaining Employer* (Rs. Lakhs) work order completion completion reasons for * delay and work completed

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years. i.e. . 2007-08 to 2011-12

Year Name of Name of the Quantity of work performed (cum) @ Remarks * the Work Employer* Earth work Cement concrete (indicate (including contract Ref) RCC&PCC) 2007-2008

2008-2009

2009-2010

2010-2011

2011-2012

*Attach certificate(s) from the Engineer(s)-in-Charge 27  Attach certificate from Chartered Accountant. @ The item of work for which data is required should tally with that specified in ITB clause 4.5 A (c)

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

(A) Existing commitments and on-going works: Description Place & Contract Name and Value of Stipulated Value of Anticipated of Work State No. & Date Address of Contract period of works* date of Employer (Rs. completion remaining to completion millions) be completed (Rs. millions) (1) (2) (3) (4) (5) (6) (7) (8)

(B) Works for which bids already submitted: Description of Place & State Name and Estimated Stipulated Date when Remarks Work Address of value of period of decision is if Employer works completion any expected (Rs. millions) (1) (2) (3) (4) (5) (6) (7)

* Attach certificate(s) from the Engineer(s)-in-Charge. 1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should list all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.

Item of Requirement Availability proposals Remarks equipment No. Capacity Owned/leased/ Nos / Age/ (From whom to to be procured capacity condition be purchased) Hydraulic 04 0.93 cum Excavator bucket Tippers/Truck 06 10 T

Dozer 04 D-6

Vibratory 8-10T roller 04 Water Tanker 06 5000 L

Plate Vibrator 04

Transit Mixer 04 6 cum Compaction 04 Unit

28

1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.

Position Name Qualifications Years of experience Years of experience (general) in the proposed position Project Manager..

Etc..

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

Sections of the works Value of Sub-contract Sub-contractor(name and Experience in similar work address)

1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in case of companies/corporation), etc. List them below and attach copies. 1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List them below and attach copies of support documents [sample format attached]. 1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if contacted by the Employer. 1.11 Information on litigation history in which the Bidder is involved.

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

1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders. 29 ______

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

2. Joint Ventures - Deleted

3. Additional Requirements

3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the Instructions to the Bidders, if applicable.

______

30

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

BANK CERTIFICATE

This is to certify that M/s.…………………………………………………………… is a reputed company with a good financial standing. If the contract for the work, namely restructuring and Modernization work of Atari and Kanahiya Tank and there canal system District Rewa [Funded by the World Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. ………………….…… to meet their working capital requirements for executing the above contract.

Name of Bank Senior Bank Manager Address of the Bank

31 Form ………. Restructuring and Modernization work of Atari and Kanahiya Tank and there canal system District Rewa

(Declaration regarding customs/excise duty exemption for materials/ Construction equipment bought for the work)

(Bidder’s Name and Address) M/S ……………………………………. ……………………………………. To: The Chief Engineer Ganga Basin, Water Resources Department, Rewa (M.P.) Dear Sir: Re: Restructuring and Modernization work of Atari and Kanahiya Tank and there canal system District Rewa

Certificate for Import/Procurement of Goods/Construction Equipment

1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have considered in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not compensate us. 2. We are furnishing below the information required by the Employer for issue of the necessary certificates in terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99. 3. The goods/construction equipment for which certificates are required are as under:

Items Make / Brand Capacity Quantity Value State whether it Remarks regarding Name [where will be procured justification for the applicable] locally or imported quantity and their [if so from which usage in works country] Goods

[a] Cement

[b] Steel

[b] Others

4. We agree that no modification to the above list is permitted after bids are opened. 5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the work, based on the Bill of Quantities and the construction programme and methodology as furnished by us along with the bid.

6. We confirm that the above goods will be exclusively used for the construction of the above work and construction equipment will not be sold or otherwise disposed of in any manner for a period 32 of five years from the date of acquisition. This certificate will be issued within 60 days of signing of contract & no sub sequent changes will be permitted.

Date: ______Place: ______

(Signature) ______(Printed Name) ______(Designation) ______(Common Seal) ______

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

33 Letter of Acceptance (letterhead paper of the Employer) ______[date]

To: ______[name and address of the Contractor]

Dear Sirs,

This is to notify you that your Bid dated ______for execution of the Restructuring and Modernization work of Atari and Kanahiya Tank and there canal system District Rewa GB/3 [name of the contract and identification number, as given in the Instructions to Bidders] for the Contract Price of Rupees ______(______) [amount in words and figures], as corrected and modified in accordance with the Instructions to Bidders1 is hereby accepted. We accept/do not accept that ______be appointed as the Adjudicator2. We note that as per bid, you do not intend to subcontract any component of work. [OR] We note that as per bid, you propose to employ M/s...... as sub-contractor for executing …...... [Delete whichever is not applicable] You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within 21 days of the receipt of this letter of acceptance valid up to 28 days from the date of expiry of Defects Liability Period i.e. up to ...... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken. We have reviewed the construction methodology submitted by you along with the bid in response to ITB Clause 4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this letter.

Yours faithfully,

Authorized Signature Name and Title of Signatory Name of Agency

1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified in accordance with the Instructions to Bidders" if corrections or modifications have not been effected. 2 To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the "Instructions to Bidders."

34 Issue of Notice to proceed with the work (letter head of the Employer)

————— (date) To

—————————————— (name and address of the Contractor) —————————————— ——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract agreement for the construction of Restructuring and Modernization work of Atari and Kanahiya Tank and there canal system District Rewa GB/3 @ a Bid Price of Rs.————————— ———, you are hereby instructed to proceed with the execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of signatory authorized to sign on behalf of Employer)

35 Agreement Form

Agreement

This agreement, made the ______day of ______2013, between The Executive Engineer, Water Resources Division, Rewa (M.P.) [name and address of Employer] (hereinafter called “the Employer)” of the one part and ______[name and address of contractor] (hereinafter called “the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute Restructuring and Modernization work of Atari and Kanahiya Tank and there Canal system District Rewa GB/3 [name and identification number of Contract] (Hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract price of Rs......

NOW THIS AGREEMENT WITNESSETH as follows:

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

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.: (i) Letter of Acceptance; (ii) Notice to proceed with the works; (iii) Contractor’s Bid; (iv) Contract Data; (v) Conditions of contract (including Special Conditions of Contract); (vi) Specifications; (vii) Drawings; (viii) Bill of Quantities and

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

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

The Common Seal of ______was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said ______in the presence of: Binding Signature of Employer ______Binding Signature of Contractor ______

37

SECTION III: CONDITIONS OF CONTRACT

38 Section 3 : Conditions of Contract

Table of Contents

A. General Page No. C. Quality Control Page No. 1 Definitions 38 33. Identifying Defects 46 2 Interpretation 40 34. Tests 46 3 Language and Law 40 35. Correction of Defects 46 4 Engineer's Decisions 40 36. Uncorrected Defects 46 5 Delegation 40 D. Cost Control 47 6 Communications 41 37 Bill of Quantities 47 7 Subcontracting 41 38 Changes in the Quantities 47 8 Other Contractors 41 39 Variations 47 9 Personnel 41 40 Payments for Variations 47 10 Employer’s & Contractor's Risks 41 41 Cash Flow Forecasts 48 11 Employer's Risks 41 42 Payment Certificates 48 12 Contractor’s Risks 42 43 Payments 48 13 Insurance 42 44 Compensation Events 48 14 Site Investigation Reports 42 45 Tax 50 15 Queries about the Contract Data 42 46 Currencies 50 16 Contractor to Construct the Works 42 47 Price Adjustments 50 17 The Works to Be Completed by the 43 48 Retention 50 Intended Completion Date 18 Approval by the Engineer 43 49 Liquidated Damages 50 19 Safety 43 50 Bonus 50 20 Discoveries 43 51 Advance Payment 50 21 Possession of the Site 43 52 Securities 51 22 Access to the Site 43 53 Day works 51 23 Instructions 44 54 Cost of Repairs 51 24 Disputes 44 E. Finishing the Contract 52 25 Procedure for Disputes 44 55. Completion 52 26 Replacement of Adjudicator 44 56 Taking Over 52 B. Time Control 44 57 Final Account 52 27 Program 44 58 Operating and Maintenance Manuals 52 28 Extension of the Intended 45 59 Termination 52 Completion Date 29 Acceleration 45 60 Payment upon Termination 53 30 Delays Ordered by the Engineer 45 61 Property 53 31 Management Meetings 45 62 Release from Performance 53 32 Early Warning 46 63 Suspension of World Bank Loan or 53 Credit 64 Fraud and corruption 54 F. Special Conditions of Contract 55

39 Conditions of Contract

A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms.

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the Contract Data.

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

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer in accordance with Sub Clause 55.1.

The Contract is the contract between the Employer and the Contractor to execute, complete and maintain the Works. It consists of the documents listed in Clause 2.3 below.

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

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

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

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

Days are calendar days; months are calendar months.

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

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

The Employer is the Govt. of M.P., Water Resources Department and its representative i.e. Chief Engineer, Ganga, Water Resources Deptt., Rewa.

40 The Engineer is the person named in the Contract Data (or any other competent person appointed and notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the execution of the works and administering the Contract.

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

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

The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time.

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

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

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

Site Investigation Reports are those which were included in the Bidding documents and are factual interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Engineer.

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

A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the Contractor which are needed for construction or installation of the Works.

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

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

41 2. Interpretation

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

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion date for the whole of the Works).

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

(1) Agreement

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

(3) Contractor’s Bid

(4) Contract Data

(5) Conditions of Contract including Special Conditions of Contract

(6) Specifications

(7) Drawings

(8) Bill of Quantities and

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

3. Language and Law

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

4. Engineer's Decisions

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

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor. 6. Communications 6.1 Communications between parties which are referred to in the conditions are effective only when in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act). 42 7. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract without the approval of the Employer in writing. Subcontracting does not alter the Contractor's obligations.

8. Other Contractors

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

9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Employer’s and Contractor's Risks

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

11. Employer's Risks

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

12. Contractor’s Risks

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

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the

43 amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor’s risks:

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

(b) loss of or damage to Equipment;

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

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may affect the insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

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

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

14. Site Investigation Reports

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

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings, and as per instructions of Engineer.

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

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

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Engineer, who is to approve them if they comply with the Specifications and Drawings. 44

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

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

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

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Engineer before their use.

19. Safety

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

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the Engineer's instructions for dealing with them.

21. Possession of the Site

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the relevant activities and this will be Compensation Event.

22. Access to the Site

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

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws where the Site is located.

23.2 The Contractor shall permit, and shall cause its Subcontractors and subconsultants to permit, the Bank and/or persons appointed by the Bank to inspect the Site and/or the accounts and records of the Contractor and its sub-contractors relating to the performance of the Contract and the submission of the bid, and to have such accounts and records audited by auditors appointed by the Bank if requested by the Bank. The Contractor’s and its Subcontractors’ and sub-consultants’ attention is drawn to Sub-Clause 64.1 which provides, inter alia, that acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 23.2 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility pursuant to the Bank’s prevailing sanctions procedures). 45 .

24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Engineer's decision.

25. Procedure for Disputes

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

25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable expenses of the types specified in the Contract Data and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special Conditions of Contract.

26. Replacement of Adjudicator

26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract; a new Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the Contract Data at the request of either party, within 14 days of receipt of such request.

B. Time Control

27. Program

27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a Program including Environmental Management Plan showing the general methods, arrangements, order, and timing for all the activities in the Works along with monthly cash flow forecast

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work including any changes to the sequence of the activities.

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount stated in the

46 Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may revise the Program and submit it to the Engineer again at any time. A revised Program is to show the effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

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

28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

29. Deleted

30. Delays Ordered by the Engineer

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

31. Management Meetings

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

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

32. Early Warning

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

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

47

C. Quality Control 33. Identifying Defects

33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect.

33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify the Engineer and Contractor of any defects that are found. Such a check shall not affect the Contractor’s or the Engineer’s responsibility as defined in the Contract Agreement.

34. Tests

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

35. Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Engineer’s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.

Note: Where in certain cases, the technical specifications provide for acceptance of works within specified tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing and commissioning work to be done by the contractor. 37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

48 38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided that change exceed 1% of Initial Contract Price, the Engineer shall adjust the rate to allow for the change.

38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by 15 percent, except with the Prior permission of the Employer.

38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of any rate in the Bill of Quantities. 39. Variations

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

40. Payments for Variations

40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer and before the Variation is ordered. 40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in form of new rates for the relevant items of work. 40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a quotation within a reasonable time specified by the engineer in accordance with Clause 40.1),, the Engineer may order the Variation and make a change to the Contract Price which shall be based on Engineer’s own forecast of the effects of the Variation on the Contractor's costs.

40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event. 40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

41. Cash flow forecasts

41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow forecast. 42. Payment Certificates 42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work completed less the cumulative amount certified previously. 42.2 The Engineer shall check the Contractor's monthly statement and within 14 days certify the amount to be paid to the Contractor after taking into account any credit or debit for the month in question in respect of materials for the works in the relevant amounts and under conditions set forth in sub-clause 51(3) of the Contract Data (Secured Advance). 49 42.3 The value of work executed shall be determined by the Engineer after due check measurement of the quantities claimed as executed by the contractor. 42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed.. 42.5 The value of work executed shall include the valuation of Variations and Compensation Events. 42.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made at 8% per annum. 43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which affects the work of the contractor under the contract.

(c) The Engineer orders a delay or does not issue drawings, specifications or instructions required for execution of works on time. (d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work which is then found to have no Defects. (e) The Engineer unreasonably does not approve for a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of Letter of Acceptance from the information issued to Bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.

50 (g) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities or the Employer does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effect on the Contractor of any of the Employer’s Risks.

(k) The Engineer unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date is extended. The Engineer shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are adversely affected by the Contractor not having given early warning or not having cooperated with the Engineer.

45. Tax

45.1(a) The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the Contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law.

46. Currencies

46.1 All payments shall be made in Indian Rupees.

51 47. Price Adjustment

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

(a) The price adjustment shall apply for the work done from the start date given in the contract data upto end of the initial intended completion date or extensions granted by the Engineer and shall not apply to the work carried out beyond the stipulated time for reasons attributable to the contractor. (b) The price adjustment shall be determined during each quarter from the formula given in the contract data.

(c) Following expressions and meanings are assigned to the work done during each quarter:

R = Total value of work done during the quarter. It would include the amount of secured advance for materials paid for (if any) during the quarter, less the amount of the secured advance recovered, during the quarter. It will exclude value for works executed under variations for which price adjustment will be worked separately based on the terms mutually agreed.

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs. 48. Retention

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

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

48.3 On completion of the whole works, the contractor may substitute retention money with an “on demand” Bank guarantee. 49. Liquidated Damages

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

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall correct any overpayment of liquidated damages by the Contractor by 52 adjusting the next payment certificate. The Contractor shall be paid interest on the over payment calculated from the date of payment to the date of repayment at the rates specified in Sub Clause 43.1.

50. Deleted

51. Advance Payment

51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest will not be charged on the advance payment.

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

51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance (mobilization and equipment only) payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated Damages. 51.4 Secured Advance:

The Engineer shall make advance payment in respect of materials intended for but not yet incorporated in the Works in accordance with conditions stipulated in the Contract Data. 52. Securities

52.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28 days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of completion. 53. Deleted 54. Cost of Repairs

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if the loss or damage arises from the Contractor's acts or omissions.

53 E. Finishing the Contract

55. Completion

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

56. Taking Over

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a certificate of Completion. 57. Final Account

57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the Contractor’s revised account.

58. Operating and Maintenance Manuals

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

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

59. Termination

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

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

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current program and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days of the date of the Engineer's certificate; 54

(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer;

(f) the Contractor does not maintain a security which is required;

(g) the Contractor has delayed the completion of works by the number of days for which the maximum amount of liquidated damages can be paid as defined in the Contract data; and

(h) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in GCC Clause 64, in competing for or in executing the Contract.

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is fundamental or not. 59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure and leave the Site as soon as reasonably possible.

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer shall issue a certificate for the value of the work done less advance payments received up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable law and less the percentage to apply to the work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply . If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer.

60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on the Works, and the Contractor's costs of protecting and securing the Works and less advance payments received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes due to be deducted at source as per applicable law.

61. Property

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

62. Release from Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as 55 possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which commitment was made.

63. Suspension of World Bank Loan

63.1 In the event that the World Bank suspends the Loan to the Employer, from which part of the payments to the Contractor are being made:

(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having received the World Bank’s suspension notice.

(b) If the Contractor has not received sums due to it upon the expiration of the 28 days for payment provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination notice.

56 64. Fraud and Corruption 64.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), bidders, suppliers, contractors and their agents (whether declared or not), sub-contractors, sub-consultants, service providers or suppliers, and any personnel thereof, observe the highest standard of ethics during the procurement and execution of Bank-financed contracts . In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party5; (ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation6; (iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party7; (iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party8; (v) “obstructive practice” is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or (bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under paragraph 1.16(e) below. (b) will reject a proposal for award if it determines that the bidder recommended for award, or any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; (c) will declare misprocurement and cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive or obstructive practices during the procurement or the implementation of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices; (d) will sanction a firm or individual, at any time, in accordance with prevailing Bank’s sanctions procedures , including by publicly declaring such firm or individual ineligible, either indefinitely or for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominated sub-contractor, consultant, supplier or services provider of an otherwise eligible firm being awarded a Bank-financed contract;

5 For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 6 For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution. 7 For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process (including public officials) attempting either themselves, or through another person or entity not participating in the procurement or selection process, to simulate competition or to establish bid prices at artificial, non competitive levels, or are privy to each other’s bid prices or other conditions. 8 For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or contract execution.

57 64.2 In further pursuance of this policy, bidders, suppliers and contractors, and their sub-contractors, agents, personnel, consultants, service providers or suppliers, shall permit the Bank to inspect all accounts, records and other documents relating to the submission of bid and contract performance, and to have them audited by auditors appointed by the Bank.

64.3 Furthermore, bidders shall be aware of the provision stated in GCC Sub-Clauses 23.2 and 59.2 (h).

58 F. Special Conditions of Contract

1. LABOUR : The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport. The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer may require. 2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the Employer at any point of time. SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK. (The law as current on the date of bid opening will apply)

(a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out of and during the course of employment. (b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees. (c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are : (i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit linked insurance on the death in harness of the worker. (iii) Payment of P.F. accumulation on retirement/death etc. 59 (d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc. (e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more contract labour. (f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled employments. (g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made from the wages of the workers. (h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male and Female workers and for not making discrimination against Female employees in the matters of transfers, training and promotions etc. (i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per month or above up to Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this Act. (j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment. (k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or more workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority. (l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities. (m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry. (n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, travelling expenses from home up to the establishment and back, etc.

60 (o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction work and employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government. (p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10 persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing process.

3. SUB-CONTRACTING (GCC Clause 7) Please add the following as Clause 7.2:

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

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

(b) The provision of labour; and

(c) The purchase of materials which are in accordance with the standards specified in the Contract. Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Engineer will consider the following before according approval:

- The contractor shall not sub-contract the whole of the Works. - The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any such consent shall not relieve the contractor from any liability or obligations under the contract and he shall be responsible for the acts, defaults and neglects of any sub- contractor, his agents or workmen as fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen. - The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-contractors so proposed for the Work possess the experience, qualifications and equipment necessary for the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted. - If payments are proposed to be made directly to the Sub-contractor, this should be subject to specific authorization by the prime contractor so that this arrangement does not alter the contractors liability or obligation under the contract.

Note:-1- all bidders are excepted to indicate clearly in the bid if they proposed sub contracting element of the works amounting to more than 20% of the bid price. For each such proposal the qualification and the experience of the identified sub contractor in the relevant field should be furnished along with the Bid to enable the employer to satisfy him self about their qualification before agreeing for such sub contracting and include it in the contract. Ibn view of the above normally additional sub contracting should arise during execution of the contract. 2 -However[a]Sub Contracting for certain specialized element of the works is not unusual and acceptable for carrying out the works more affectively but vertical splitting of the works for sub contracting is not acceptable [b]In any case proposal for sub contracting in additional to what was specified in bid and stated in contract 61 agreement will not be acceptable if the value of such additional sub contracting exceed 25% of value of work which was to be executed by contractor without sub contracting. 3- Assignment of the contract may be acceptable only under exceptional circumstances such as insolvency/ Liquidation or merger of Companies etc.

. 4. ARBITRATION (GCC Clause 25.3) The procedure for arbitration will be as follows

1. Except where otherwise specified in the contract, for the claims valued less than Rs. 50,000/- , the decision of the Adjudicator for the time being in respect of all questions & disputes relating to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or material used on the work or as to any other question, claim, right matter or thing whatsoever, in any way arising out of or relating to the contract, designs, drawings specifications, estimates, instructions, order or those conditions or otherwise concerning the work of execution or failure the same whether arising during the progress of the work or after the completion or abandonment thereof shall be final, provided that Adjudicator before giving the decision in the matter gives an opportunity of being heard to the parties to the contract.

If any party to the contract is dissatisfied with the final decision of Adjudicator in respect of any matter, he may within 28 days after receiving notice of such decision, give notice in writing to Adjudicator requiring that the matter may be referred to Arbitration and furnishing detailed particulars of the dispute or difference and specifying clearly the points at issue. If any party fails to give such notice within the period of 28 days at stipulated above, the decision of Adjudicator already given shall be conclusive, final and binding on all the parties. In case arbitration is to be held it shall be affected by an Arbitrator to the appointed by the state Govt. whose decision shall be conclusive, final and binding on all the parties. If the work under the contract has not been completed when a dispute is referred to arbitration, work shall continue during the arbitration proceedings if it is reasonably possible and no payment due to contractor should be withheld on account of Arbitration proceedings, unless it is required Arbitrators.

2. Except where otherwise specified in the contract, for claims valued more than Rs. 50,000/- , or more the decision of Adjudicator of the Circle for the time being in respect of all questions and disputes relating to the meaning of the specifications, designs, drawings and instructions hereto before mentioned and as to the quality of workmanship or material used on the work or as to any other question, claim, right matter or thing whatsoever, in any way arising out of or relating to the contract, designs, drawings specifications, estimates, instructions, order or those conditions or otherwise concerning the work of execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof shall be final, provided that Adjudicator before giving the decision in writing in the matter gives an opportunity of being heard to the parties to the contract.

If any party to the contract is dissatisfied with the final decision of Adjudicator in respect of any matter, he may within 28 days after receiving notice of such decision, may refer such dispute to the Arbitration Tribunal constituted under the Madhya Pradesh Madhyastha Adhikaran Adhiniyam 1982 (No.2 of 1983).

5. PROTECTION OF ENVIRONMENT:

Add the following as GCC Clause 16.2:

62 The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation.

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing enactments on environmental protection and rules made there under, regulations, notifications and bye-laws of the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed or notification that may be issued in this respect in future by the State or Central Government or the local authority.

Salient features of some of the major laws that are applicable are given below :

The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such contamination of water or such alteration of the physical, chemical or biological properties of water or such discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life and health of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend to be injurious to human beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants and property. 'Environment' includes water, air and land and the inter-relationship which exists among and between water, air and land, and human beings, other living creatures, plants, microorganism and property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of providing immediate relief to the persons affected by accident occurring while handling hazardous substances and for matters connected herewith or incidental thereto. Hazardous substance means any substance or preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and exceeding such quantity as may be specified by notification by the Central Government.

[Employers should note that the Loan Agreement between IBRD and the borrowing country may establish specific measures to be taken during construction of the Works for the protection of the environment. Sub-clause 16.2 should be modified/expanded to take into account such specific measures or other measures considered appropriate by the Employer]

6. TAX: (GCC Clause 45)

Add the following Clauses: 45.1(b) “In the contract work for construction. The workers welfare cess @ 1.00% (one percent) shall be deducted at source while making payment by the E.E. and shall be deposited to workers welfare fund as per the provision of Building and other construction work welfare cess at 1996”

63 45.1(c) The Royalty charge shall be paid by the contractor as per rules which will not be refundable to the contractor. The Contractor shall however be paid his final bill for the work only upon production of the “No Royalty” charges outstanding certificate issued by the collector.

7. LIQUIDATED DAMAGES:

Sub-clause 49.1: Please substitute the last sentence with the following:

Time is the essence of the contract and the payment of liquidated damages does not affect the contractor liabilities and payment or deduction of liquidated damages shall not relieve the contractor from his obligation to complete the work as per agreed construction program and milestones or from any other of the contractor’s obligations and liabilities under the contract.”

8. Mile stones shown in the contract data are indicative only and may be decided mutually by the Engineer and the Contractor within 10 days of signing of agreement. In case this is not done the milestone shown in the contract data shall prevail.

---0---

64

SECTION IV : CONTRACT DATA

65 CONTRACT DATA

Items marked "N/A" do not apply in this Contract.

The following documents are also part of the Contract: Clause Reference

· The Schedule of Operating and Maintenance Manuals [58] (N/A)

· The Schedule of Other Contractors [8]

· The Schedule of Key Personnel [9]

· The Methodology and Program of Construction & Environmental Management Plan [27]

· The Schedule of Key and Critical equipment to be deployed [27] on the work as per agreed program of construction

· Site Investigation reports [14]

The Borrower is Government of India/ Govt. of M.P. [1.1]

The World Bank means International Bank for Reconstruction and Development (IBRD) [1.1] and loan refers to an I.B.R.D. Loan

The Employer is

Name: Government of Madhya Pradesh, Water Resources Department [1.1]

Address: Mantralaya, Bhopal.

Name of authorized Representative: Chief Engineer, Ganga Basin, Water Resources Department Rewa (M.P.).

The Engineer is [1.1]

Name: Executive Engineer,

Address: Water Resources Division, Rewa (M.P.)

Name of Authorized Representative: Sub Divisional Officer W. R. Survey Sub Dn Mauganj (M.P.)

The Adjudicator appointed jointly by the Employer and Contractor is:

*Name : Mr……………………………………………. [1.1]

*Address: ………………………………………………….

The name and identification number of the Contract is Restructuring & Modernization work of Atari and Kanhaiya Tank Schemes and their Canal System. (GB-3) [1.1]

66

The Works consist of- Restructuring & Modernization work of Atari and Kanhaiya Tank Schemes and their Canal System. (GB-3) including lining , earthwork, road work and other repairing of structure and other works. (1.1) The Start Date shall be the date of issue of notice to proceed with the work. [1.1] The Intended Completion Date for the whole of the Works is 24 months with the following milestones. [17, 28] Period from Milestone dates Financial progress to be the date of achieved issue of work order notice to proceed with the work Milestone-1 25% 08 Months

Milestone-2 60% 16 Months

Milestone-3 100 % 24 Months

The following documents also form part of the Contract: [2.3] NIL The Contractor shall submit a revised Program including Environmental Management Plan for the Works (in such form and detail as the Engineer shall reasonably prescribe) within 15 days of delivery of the Letter of Acceptance. [27] [This program should be in adequate detail and generally conform to the program submitted along with bid in response to ITB Clause 4.3 (k). Deviations if any from that should be clearly explained and should be satisfactory to the Engineer] The Site Possession Dates shall be: [21] Within 15 days after Issue of Work Order. The Site is located at

The Defects Liability Period is 365 days from the date of certification of completion of works. (Where sectional completion certificate is issued this will apply from those dates for those sections). [35] Insurance requirements are as under: [13] Minimum Cover for Insurance Maximum deductible for (Rs. lakhs) Insurance (Rs. lakhs) (i) Works and Plant and Materials 227.96 Lakhs 4. 6 Lakhs

(ii) Loss or damage to Equipment 23.00lakhs 0.46 lakhs

(iii) Other Property 2.3 lakhs 0.046 Lakhs

(iv) Personal injury or death Per occurrence 5.0 lakhs with insurance: minimum four occurrence at any a) for other people; given time. b) for Contractor’s Employees In accordance with the statutory requirements applicable to India

67 The following events shall also be Compensation Events: [44]

NIL

The period between Program updates shall be 90 days. [27] The amount to be withheld for late submission of an updated

Program shall be Rs. 50,000/- [27] The language of the Contract documents is English [3] The law which applies to the Contract is the laws of Union of India [3] The currency of the Contract is Indian Rupees. [46]

Fees and types of reimbursable expenses to be paid to the Adjudicator

Rs. 2000/- per day plus Transport, Lodging, Boarding and Report writing etc. will be paid as per actual [25]

Appointing Authority for the Adjudicator – Chairman, Institution of

Engineer M.P. Chapter, Bhopal [26] The formula(e) for adjustment of prices are: [47] R = Value of work as defined in Clause 47.1 of Conditions of Contract.

Adjustment for labour component

(i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the following formula:

VL = 0.85 x Pl/100 x R x (Li - Lo)/Lo

VL = increase or decrease in the cost of work during the quarter under consideration due to changes in rates for local labour.

Lo = the average consumer price index for industrial workers for Jabalpur centre for the quarter preceding the date of opening of Bids as published by Labour Bureau, Ministry of Labour, Government of India.

Li = The average consumer price index for industrial workers for Jabalpur centre for the quarter under consideration as published by Labour Bureau, Ministry of Labour, Government of India.

Pl = Percentage of labour component of the work.

Adjustment for cement component

(ii) Price adjustment for increase or decrease in the cost of cement procured by the contractor shall be paid in accordance with the following formula.

68 Vc = 0.85 x Pc/100 x R x (Ci - Co)/Co

Vc = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rates for cement

Co = The all India average wholesale price index for cement for the quarter preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi

Ci = The all India average wholesale price index for cement for the quarter under consideration as published by Ministry of Industrial Development, Government of India, New Delhi

Pc = Percentage of cement component of the work

Adjustment for steel component

(iii) Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be paid in accordance with the following formula:

Vs = 0.85 x Ps/100 x R x (Si - So)/So

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

So = The all India average wholesale price index for steel (Bars and Rods) for the quarter preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi

Si = The all India average wholesale price index for steel (Bars and Rods) for the quarter under consideration as published by Ministry of Industrial Development, New Delhi

Ps = Percentage of steel component of the work

Note: For the application of this clause, index of Bars and Rods has been chosen to represent steel group.

Adjustment of Bitumen component

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

Vb = 0.85 x Pb/100 x R x (Bi - Bo)/Bo

Vb = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rate for bitumen.

69 Bo = The average official retail price of bitumen at the IOC depot at Jabalpur on the day 30 days prior to date of opening of Bids.

Bi = The average official retail price of bitumen at IOC depot at Jabalpur for the 15th day of the middle calendar month of the quarter under consideration.

Pb = Percentage of bitumen component of the work.

Adjustment of POL (fuel and lubricant) component

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

Vf = 0.85 x Pf/100 x R x (Fi - Fo)/Fo

Vf = Increase or decrease in the cost of work during the quarter under consideration due to changes in rates for fuel and lubricants.

Fo = The average official retail price of High Speed Diesel (HSD) at the existing consumer pumps of IOC at Rewa on the day thirty days prior to the date of opening of Bids.

Fi = The average official retail price of HSD at the existing consumer pumps of IOC at Rewa for the 15th day of the middle calendar month of the quarter under consideration.

Pf = Percentage of fuel and lubricants component of the work.

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

Adjustment for Plant and Machinery Spares component

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

Vp = 0.85 x Pp/100 x R x (Pi - Po)/Po

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

Po = The all India average wholesale price index for heavy machinery and parts for the quarter preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi

Pi = The all India average wholesale price index for heavy machinery and parts for the quarter under consideration as published by Ministry of Industrial Development, New Delhi

70

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

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

Adjustment of Local materials

(vii) Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and POL procured by the contractor shall be paid in accordance with the following formula:

Vm = 0.85 x Pm/100 x R x (Mi - Mo)/Mo

Vm = Increase or decrease in the cost of work during the quarter under consideration due to changes in rates for local materials other than cement, steel, bitumen and POL.

Mo = The all India average wholesale price index (all commodities) for the quarter preceding the date of opening of Bids, as published by the Ministry of Industrial Development, Government of India, New Delhi.

Mi = The all India average wholesale price index (all commodities) for the quarter under consideration as published by Ministry of Industrial Development, Government of India, New Delhi.

Pm = Percentage of local material component (other than cement, steel, bitumen and POL) of the work.

The following percentages will govern the price adjustment for the entire contract: 1. Labour - Pl 22 % 2. Cement - Pc 15 % 3. Steel - Ps 01 % 4. Bitumen - Pb 00% 5. POL - Pf 12 % 6. Plant & Machinery Spares - PP 19% 7. Other materials - Pm 31%

Total 100% [26] The proportion of payments retained (retention money) shall be 6% from each bill subject to a maximum of 5% of final contract price [48]

Rs 11398 per day and that for the milestone are as under : [49] For milestone 1 Rs. 2850 per day For milestone 2 Rs. 3989 per day For milestone 3 Rs. 4559 per day

71

The deducted LD would be released to the contractor in the only event of the contractor completing the whole work within the period as mentioned in the agreement or within the extended time (Extension granted due to compensation event as defined in clause 44 of CC)."

The maximum amount of liquidated damages for the whole of the works is ten percent of final contract price. [49]

The amounts of the advance payment are: [51]

Nature of Advance Amount (Rs.) Conditions to be fulfilled 1. Mobilization 5% of the Contract On submission of un-conditional Bank Guarantee. price (to be drawn before end of 20% of Contract period) 2. Equipment 90% for new and After equipment is brought to site as per agreed (This advance is not 50% of depreciated construction program (provided the Engineer is satisfied applicable for value for old that the equipment is required for performance of the equipment already equipment. Total contract) and on submission of unconditional Bank owned or hired/ amount will be Guarantee for amount of advance. leased by the subject to a contractor.) maximum of 5% of the Contract price. 3. Secured advance 75% of Invoice a) The materials are in-accordance with the specification for non- value or Market for Works; perishable value - lower of the b) Such materials have been delivered to site, and are materials brought two. properly stored and protected against damage or to site deterioration to the satisfaction of the Engineer. The contractor shall store the bulk material in measurable stacks.; c) The Contractor’s records of the requirements, orders, receipt and use of materials are kept in a form approved by the Engineer and such records shall be available for inspection by the Engineer; d)The contractor has submitted with his monthly statement the estimated value of the materials on site together with such documents as may be required by the Engineer for the purpose of valuation of the materials and providing evidence of ownership and payment thereof; e) Ownership of such materials shall be deemed to vest in the Employer for which the Contractor has submitted an Indemnity Bond in an acceptable format; and f) The quantity of materials are not excessive and shall be used within a reasonable time as determined by the

72 Nature of Advance Amount (Rs.) Conditions to be fulfilled Engineer.

Repayment of advance payment for mobilization and equipment: [51] The advance shall be repaid with percentage deductions from the interim payments certified by the Engineer under the Contract. Deductions shall commence in the next Interim Payment Certificate following that in which the total of all such payments to the Contractor has reached not less than 15 percent of the Contract Price or 02 months from the date of payment of first installment of advance, whichever period concludes earlier, and shall be made at the rate of 15 percent of the amounts of all Interim Payment Certificates until such time as the advance has been repaid, always provided that the advance shall be completely repaid prior to the expiry of the original time for completion.

Repayment of secured advance:

The advance shall be repaid from each succeeding monthly payments to the extent materials [for which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of Contract Data on pre page] have been incorporated into the Works.

The Securities shall be for the following minimum amounts equivalent as a percentage of the Contract Price: [52]

Performance Security for 5 per cent of contract price Rs...... and for unbalanced bids “items for which the tendered has quoted rates higher than the overall percentage of the tender, the engineer in charge shall limit the payment of such items to the estimated rate of that item, plus or minus overall percentage above/below as the case may be of the estimated rate. All the balance payment of such items shall be retained by the Engineer in charge as additional security deposit, which shall be released only after the completion of entire work. If the contractor leaves the works incomplete for any reason, the addition security deposit so deducted shall stand forfeited to the govt.” [in terms of ITB Clause 29.5].

The standard form of Performance Security acceptable to the Employer shall be an unconditional Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.

The date by which "as-built" drawings (in scale 1 in 10) in 2 sets are required is within 28 days of issue of certificate of completion of the whole or section of the work, as the case may be. [58]

The amount to be withheld for failing to supply "as built" drawings by the date required is Rs. 50,000/-

The following events shall also be fundamental breach of contract: [59.2]

1. The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of GCC 2. The contractor does not adhere to the agreed construction program and agreed environmental management plan (Clause 27 of GCC) and also fails to take satisfactory remedial action as per agreements reached in the management meetings (Clause 31) for a period of 60 days.

73 3. The contractor fails to carry out of the instructions of Engineer within a reasonable time determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.

The percentage to apply to the value of the work not completed representing the Employer's [60], Additional cost for completing the Works shall be 20 percent.

---0---

74 SCOPE OF WORK

The Government of India has received a loan from the International Bank for reconstruction and development for Madhya Pradesh water sector Restructuring Project intends a part of the funds to cover eligible payments under this contract for construction of following works.

Restructuring & Modernization of Head works and Canals of Kanhaiya and Atari Tank Further Details are as below:

(A) HEAD WORKS :

Earth work:

Earth work includes Excavation of foundation of structures in D/S Protection work of dam, U/S Strengthening of Waste Weir and repair of Head Sluice of Main dam where ever required in order to make each component up to designed standard as shown in drawing, specification and bill of quantities.

Pucca works:

Contract includes construction of Pucca works with RCC, PCC and masonry in as D/S Protection work of dam, U/S Strengthening of Waste Weir of Main dam and Head Sluice.

Pitching:

22 cm thick dry stone Pitching and 15 cm thick stone chips under pitching has to be carried out on D/S Protection work of dam.

(B) CANAL WORK :

Earthwork:

Earth work includes earth work on canal system where ever required in order to make each component up to designed standard as shown in drawing, specification and bill of quantities.

Earth work in main canal and minors has to be carried out both in filling section as well as in cutting section as per details shown in drawing in reaches where section of canal are not as per design. Earth work in filling reaches of canal has to be commenced with all diligence i.e. cleaning of surface, removing all vegetable and roots, serrations and then filling in required depth with watering compaction complete with all specification from head to tail of the canal. Earth work in cutting of main canal has to be done up to designed profile with disposal of excavated material 10 m away from outer toe of the canal. Special care shall be taken to leave proper gaps for natural drainage.

Pucca works:

Contract includes construction of Pucca structure with RCC, PCC and Masonry in Head sluice in main canal, Falls, VRB’s, C.D works as shown in drawing, specification and bill of quantities.

Repairing of old structures:

Repair of old structure after dismantling damaged parts such as masonry, coping and RCC where ever required as per site conditions.

Lining:

75 Lining work has the done in main canal C.C. with 20 mm graded metal in panels as per drawing and specification after bringing the canal section up to design profile. The P.C.C. lining is also to be carried out U/S and D/S of structures after making canal section up to designed profile as per drawing and specification enclosed.

Pitching:

Pitching work has to be carried out on canal where old pitching has disturbed and settled. Old pitching has to be removed first completely and then new pitching is to be laid. The same method is to be followed for pitching in canal banks.

Monsoon Period:

Monsoon period is from 15 June to 15 Oct. contractor has to planned his entire E/W before Monsoon period.

Canal Closure and Non-closure period:

Canal Non-closure period is generally November to March and remaining period is closure period.

Work during Monsoon Period:

Where ever there is a long dry spell of Monsoon period contractor can resume the pucca work left in complete provided sufficient collection of material has been done by him in dry season.

The work during non-closure period:

Contractor can plan his work during non-closure period which is not effected by the Running of canal.

Detailed Construction Program:

The bidder / contractor shall furnish his construction program for non-monsoon and monsoon periods separately on the basis of actual assessment of quantities duly backed with complete equipment mobilization and deployment thereof on works along with broad calculations to justify his capacity to achieve completion of works. Submission of the above construction program is mandatory. The construction program along with material management / procurement program shall be given in complete detail showing name of his technical person in-charge having degree or diploma in Civil Engineering for each components of work and other responsible personnel’s involved thereon. The list of proposed equipment for each system with labour component (skilled/semi-skilled/un-skilled) shall be given in detail. The justification/calculation will have to be given for executing the works as per the construction program, separately for each work.

Methodology of Work:

The works under the contract comprises of Rehabilitation and modernization of Restructuring & Modernization of Head works and Canals of Kanhaiya and Atari Tank Further Details are as below: The rehabilitation of dam involves concreting, relaying of pitching where ever disturbed, The Rehabilitation of canal includes re-sectioning to bring them to design profile, lining in initial reach and near structures, repair of old structures and construction of new structures.

(1) The contractor has to plan the whole work in such a way so as to achieve maximum efficiency and progress as the major work has to be carried out in Non-Monsoon period. During first

76 season contractor has to plan entire E/W on main canal so that in second season lining work can be completed. Pucca work has to be carried out from the very beginning so as to complete along with E/W. Before commencement of E/W pre-commencement levels @ 15 M. interval shall be taken by the contractor in presence of departmental officer such as Assistant Engineer/Sub Engineer. The authorized representative of the contractor shall have to accord acceptance of levels taken on M.B. level book before start of E/W. The initial levels shall be duly checked by the officer or representative of the department. Final cross sections shall be taken at the same location after completion of the work. All measures to facilitate recording of cross-sections, pre- commencement measurement of work on Dam and structures in canal and setting out of works, arrangement for necessary equipment and labour etc. shall be done by the contractor at his own cost. levels recorded on M.B. or level book shall be used for preparation of cross-sections. Reference pillar for B.M. and setting out of works shall be constructed by the contractor before commencement of actual work. (3) Selected earth for filling shall be arranged by the contractor at his own cost. He will submit samples from the proposed borrow area for testing before actual work.

(4) In case of cutting of canals to bring them to design profile the disposal of E/W shall be done away from canal toe leaving gaps for natural drainage and shall be dressed in desired shape.

(5) Canal section where E/W has been done shall be got tested for compaction and arrangement has to be made by the contractor for testing before commencement of lining work. All ingredients of lining shall be got tested at contractors cost before actual use. All lining work shall be carried out as per specifications and drawings.

(6) Rehabilitation of old structures shall be taken up in consultation and as per mutually agreed program duly signed by both the parties. First of all defective / damaged portion of structures shall be identified and after certification by the Engineer-in-charge, actual repair work shall be taken up. (7) Location of pitching on dam and canal where old pitching has to be dismantled and fresh pitching is to be laid, shall be decided jointly by the representative of the department and the contractor. As mutually agreed, common drawings indicating locations shall be prepared duly signed by both the parties before commencement of work.

(8) The earth work and all pucca works in the canal system shall be completed in the stipulated period in entire length as detailed in description of works / scope of works.

(9) O.K. card system shall be introduced by the department and the contractor shall strictly follow and implement this system.

(10) The works executed by the contractor shall be subjected to departmental checks and third party checks by independent technical examination / quality control agency. Compliance against such observations, made by the checking agency, will have to be ensured by the contractor within the time specified by checking agency. The views of beneficiaries of the area shall also be considered during execution of work.

(11) Before carrying out any repairs, the structure should be thoroughly cleaned by air / water – jet to remove any deleterious material so that the surface becomes free of any loose material, as per specifications / instructions for repair work and directions of Engineer-in-charge.

77 (12) Due care shall be taken by contractor to ensure conservation of nearby water bodies and environmental and social safe guards.

(13) Suggestions of WUA/stake holders and social/environmental safeguards shall be incorporated in the construction activities to the extent possible.

--0--

78

SECTION V: SPECIFICATIONS

79 SECTION 5: SPECIFICATIONS

Table of Chapter

S. Chapter Pages No. from To 1 CHAPTER- I : REHABILITATION OF CANAL SYSTEM 73 77

2 CHAPTER- II : PLAIN AND REINFORCED CONCRETE 78 95 SPECIFICATION FOR CONCRETE MIX INGREDIENTS 3 CHAPTER- III : CANAL LINING 96 106

4 CHAPTER – IV: REPAIRS OF CANAL STRUCTURES 107 169

5 CHAPTER- V: REPAIR / REPLACEMENT OF MECHANICAL 170 180 FIXTURES 6 CHAPTER – VI: FORM WORK 181 184

7 CHAPTER – VII: STEEL REINFORCEMENT 185 190

8 CHAPTER – VIII: SPECIFICATIONS FOR DAMS 191 206

9 CHAPTER – X: EXCAVATION AND EARTHWORK AND SPECIAL 207 214 ITEMS OF EARTH/MASONRY DAM AND CANALS 10 CHAPTER – XI : DISMANTLING 215 218

80

Chapter I REHABILITATION OF CANAL SYSTEM

Earth work, Excavation, Re-Sectioning, Strengthening & Raising of Canal sections, Embankments. - 1. The earth work shall include constructing and maintaining haul roads, furnishing all required tools, plants and equipments, labour & material stripping of borrow areas, excavating the material from the borrow areas, or canal excavation , conveying the same to place of work and placing it in specified layers for embankments including moistening and compacting mechanically to specified density & moisture content for each type of material and performing all operations necessary and ancillary there- to.

2. Haul Roads Temporary paths/roads leading to and from respective borrow areas including any nalla/stream crossings to the site of canal where the materials / soil are required to the deposited shall be constructed and maintained by the contractor at his own cost.

3. Borrow Areas i) Suitable excavated material available from canal cutting, foundation excavation of structure and any other associated excavations within economic leads approved by the engineer-in-charge may be used for strengthening of canal sections/embankment. However, where suitable material from such features is not of adequate quantity, additional soil required shall be procured from the borrow pits. The location of borrow pits will depend upon the type of material that is being sought and accordingly, it will be necessary to conduct “Soil survey" to determine the suitability of soil to be brought for the strengthening of canal sections and raising of the embankments. ii) Before any borrow area is opened to obtain the material from the borrow area to be used, it shall be got approved from the Engineer-in-Charge. iii) All areas required for borrowing earth shall be cleaned off all vegetation, trees, stumps, roots, bushes, and other objectionable material. Particular care shall be taken to exclude all organic matter which be disposed off as directed by Engineer-in-Charge. The cleaned area shall be maintained free of vegetative growth during the progress of work. iv) Borrow area shall be stripped of top soil, sod and any other matter which is unsuitable for the purpose for which the borrow pits are to be excavated. Materials from the stripping shall be disposed off in the exhausted borrow areas, or in the approved adjacent areas, as directed. v) No borrow pits shall be dug within 3 m of the toe of canal embankment or such distance as is determined by the Engineer-in-Charge. Their depth is normally restricted to 0.5m. The top layers of earth having grass, roots and vegetable matter of any kind shall be stripped to a suitable depth to the satisfaction of Engineers-in-Charge.

81 vi) Borrow area watering, if needed, based on laboratory tests shall be done. The placement moisture content for proper compaction of earthwork shall be as near as practicable to the optimum moisture content (OMC) as obtained from the laboratory tests. Where ever practicable and especially during dry season, periodical watering of the borrow pits, shall be done, as approved by the Engineer-in-Charge.

4. Preparation of surface for strengthening canal sections/embankment.

Prior to any earth fill placement, the surface to be occupied shall be cleared off all roots and vegetative matter of any kind and stripped to a suitable depth as directed by the Engineer-in-Charge. Normally, the depth of stripping shall vary from 7.5 cm to 20.00 cm. The depth to which top soil is stripped shall be adequate to removal all perishable material and any soil which may become unstable on saturation or may interface with development of proper bond between the existing surface and new embankments.

Benching of Existing Earthwork.

Wherever earth fill placement is to be done against the existing inner slope of canal sections for strengthening of the embankments, suitable benching of slopes shall be done with a little slope towards the inside in benches so as to give a good grip / bond to the embankment soil with the sub grade. The benches shall normally be 0.30 m x 0.60 m on the front and rear slopes of the embankments. These can be appropriately varied, whenever so warranted, in consultation with the Engineer- in - Charge. Before benching, canal slopes shall be cleared off all vegetation, roots and rubbish etc. Pre-wetting of areas cleaned and benched shall be done prior to commencement of earth fill placement for construction of embankment.

5. Earth fill placement and compaction

The fill material shall be deposited in horizontal layers. The thickness of each horizontal layer before compaction shall normally be about 22.5 cm to 25.00 cm or as determined by the Engineer-in- Charge depending up on the type of compaction equipment. It may be possible to place thicker layers if heavy duty vibratory power rollers are deployed for compaction. The initial moisture content should be maintained to almost OMC (optimum moisture content). Water may be added through fine spray nozzles, whenever so warranted, in order to achieve OMC. The placing operation shall be such that the soil layers when compacted will be blended sufficiently to secure the highest practicable density and best impermeability and stability. Clouds and stones of size more than 7.5 cm shall be removed from the layer prior to compaction. If the surface of any compacted layer or earth fill is too dry or too smooth to bond properly with the layer to be placed there-on, it shall be moistened and/or scarified in an approved manner to provide a satisfactory bonding surface before the next/succeeding layers is placed. 6. Compaction of Cohesive soil (Soil with clay & slit)

Prior to any compaction, the earth fill layers shall have optimum moisture content as required in clause 6.6.4 of Indian Standard IS 4701-1982. This moisture content shall be fairly uniform throughout 82 the layer. Optimum moisture content (OMC) is the moisture content that corresponds to the laboratory maximum dry density determined in accordance with IS 2720 (Part VII) 1973. In so far as practicable, the moistening of the material shall be performed at the site of excavation (borrow pits) but such moistening shall be supplemented, as required, by sprinkling water (Through fine water spray nozzle) at the site for compaction if necessary, If the moisture content is greater than OMC, the compaction operations shall be delayed until time the earth fill layer has dried to OMC. The moisture content of soils shall be determined in accordance with IS 2720 (Part III) 1982. Compaction shall preferably, be done by 8-10 T vibratory power rollers, non vibratory 8 - 10 Tonne power rollers or sheep foot rollers or other appropriate compaction equipment can also be deployed for compaction, as directed by the Engineer-in-Charge. Manual compaction shall not be allowed. Density tests shall be taken after compaction of each layer. The dry bulk density of the compacted layer shall be not less than 98% of the maximum dry bulk density at optimum moisture content (via 98% of proctor density). The dry density of soils in fill shall be determined in accordance with IS 2720 (Part XXVIII) 1974 by the sand replacement method or by IS (Part XXIX) 1975 by the core cutter method. The contractor has to ensure compaction to the specified density to the satisfaction of Engineer-in- Charge/his authorized representative. Permission for placement of next layer shall be given only after the earlier layer has been compacted to the specified density. The Engineer-in-Charge or his authorized representative may deploy "Portable electronic/Nuclear gauge density Testers" for rapid on site determination of compaction parameters (Moisture content, in place density and compaction efficiency in terms of % age of proctor density) to ensure requisite implementation of specification by the contactor.

7. Compaction of Cohesion less materials

Where compaction of sandy soil is involved, the soil shall be spread in horizontal layers of thickness not exceeding 25 cm, saturating the same, and deploying 8-10 vibratory power rollers for compaction. As envisaged in clause 6.6.3.1 of IS 4701-1982, the "Relative Density" of the compaction layer shall preferably 70% but not less than 65% when tested in accordance with IS 2720 (Part-XIV) 1983. (Indian Code of practice for determination of density index (relative density) of cohesion less soils.)

8. Rollers and other compaction Equipment IS 4701-1982

Appendix C is referred which shows the earth fill compaction equipment for compacting various types of soils.

9. Important points for Rehabilitation of canal Embankments.

For rehabilitation of existing/old canal embankment, the following points shall be taken care of to ensure proper bonding of the freshly laid earth fill with the old embankment. 83 i) All trees, bushes, roots and other vegetation growth from the existing embankment shall be fully removed. ii) The base of the extension portion of embankment shall be stripped dully removing all vegetative growth & rubbish material. iii) The slope of existing embankment shall be suitably benched for proper bonding of the freshly laid earth fill (in layers duly compacted) with the existing/old embankment. iv) Clods/stones of size more than 7.5 cm in layers shall be broken/removed. v) Under no circumstances, the embankment is to be widened by dumping the earth fill from the top pf existing embankment. Embankment strengthening is to commerce from the top through placement of earth fill in layers and compacting each layer. vi) Adequate moistening/watering shall be done at the junction of freshly laid soil with the old embankment for effective bonding. vii) Compaction shall be done through deployment of 8010 Vibratory power rollers. Power rollers of different roller widths are now readily available in the market. Compaction of each layer shall be done to 98% proctor Density before allowing the placement of next layer. This in-place density relates to the compaction of cohesive soils.

11. Treatment of Expansive (Swelling) Black cotton soils. i) Treatment of sub grade in swelling black cotton soil must be done prior to placement of lining. The requisite treatment shall conform to the Indian Standard, IS 9451:1994 which requires introduction of a "Cohesive Non Swelling (NS) soil layers of suitable thickness between the expansive soil mass and the underside of lining to counter-act the swelling pressure.

The CNS material shall be laid in suitable layers (22.5 cm to 25.0) and compacted to 98% Proctor Density through deployment of 8-10 vibratory Power Rollers or other appropriate compacting equipment approved by the Engineer-in-charge. In order that proper compaction by the power roller can be done upto the edges of the designed section, the section shall be appropriately widened by depositing (in layer) extra soil for this purpose at the section. The whole section shall than be compacted and there-after trimmed/dressed and brought to the required section/slopes. Necessary extra quantity required to be handled for this purpose shall not be paid for and is considered to be included in the rate of the item. iv) CNS soils should in the following broad range as per IS 9491: 1994.

Property/ Size Percent Clay (less than 2 microns) 15 to 20 Silt (0.06mm-0.002mm) 30 to 40 Sand (2 mm - 0.06mm) 30 to 40 Gravel (Greater than 2 mm) 0-10 Liquid limit Greater than 30, but less than 50 Plasticity index Greater than 15 but less than 30

84 If given CNS material is not available, designed mix to produce blended, CNS may be used. The artificial CNS should satisfy all the requirements of CNS. If stabilized material is to be used, special mix design needs to be evolved. CNS material should be non-swelling with a maximum swelling pressure of 10 KN/Sq m when tested in accordance with IS 2720 (Part 42): 1977 at optimum moisture content and minimum cohesion (unconfined compression strength on saturated compacted soil, remolded at OMC and compacted to standard proctor density) should be 10KN/Sqm when tested according to IS 2720 (Part 10): 1991. Annex. I Tests and their Frequencies for Embankment Construction S. Test Frequency of test Purpose Test Designation No. 1. Grain size analysis One test per day or To know the clarification IS : 2720-IV-1995. for classification periodically as directed of soil actually put in by Engineer embankment 2. Atterberg test limit One test per day To know the clarification IS : 2720-V-1970 of soil actually put in embankment 3. Specific gravity One test per day To know the clarification IS :2720-III-1964 of soil actually put in embankment 4. Field density and One test in 300 m3 of To determine MDD and IS : 2720-XXVIII-1974 moisture content earth work or in each OMC of the soil and IS : 2720-XXIX-1996 layer laid on conference the result with IS : 2720-XXXIII-1971 embankment laboratory value. 5. Moisture content One test on each To know the moisture IS : 2720-XVII-1996 sample content in the sample 6. Relative density One test in 300 m3 of To know the RD of IS : 2720-VII-1970 test earth work placement Cohesion less soil

Note:- The expenditure towards all the above test will be borne by the contractor. The rate quoted by the contractor shall be inclusive of this expenditure and no refund on any ground of such expenditure will be admissible.

85

Chapter II Plain and Reinforced Concrete Specification for Concrete mix ingredients A. Cement 1.0 Cement as per IS code: 456 shall be used on work ,subject to the approval of the Engineer-in- Charge.

2.0 Cement Procurement and Storage. i) The contractor shall make his own arrangements to procure cement of specified/required specifications for the works from reputed cement factories to the satisfaction of the Engineer-in-Charge. He shall make his safer arrangements for adequate storage and transportation of cement. ii) The contractor shall produce the proof of purchase of cement from the Cement Factory/Authorized Agents. The purchase bill supported by delivery challan and excise gate pass shall constitute adequate proof of purchase. The cement shall be stored in such a way as to allow the removal and use of cement in chronological order of receipt i.e. first received being first used. iii) If go down facilities are available with the government the same may be utilized by the contractor as per the terms and conditions laid down by the Government. The contractor will have to produce the test certificate for the quality of the cement procured by him. If department desires it can independently test the cement sample. The cement sample will be provided free of cost by the contractor as and when desired for testing. iv) The contractor shall provide satisfactory storage at site of work for adequate quantity and shall keep the cement stored in a manner that will satisfy the Engineer-in-Charge. The cement arrangement of storage and utilization shall be such as to assure the utilization of cement in the order of it arrival at the storage and the contractor shall maintain satisfactory records which would at all times show the dates of receipt and proposed utilization of cement laying in the stores at site. v) The Engineer-in-Charge or his representative shall at all times have excess to the storage and the sites of the contractor and shall have authority to check and examine the method of storage, records, accounting and security provided by the contractor. The contractor shall comply with instructions that may be given by the Engineer-in-Charge. vi) The contractor shall not be allowed to use the damaged cement on the work. vii) He shall produce the test certificates issued by the manufactures. He shall make his own arrangements for transportation and adequate storage of cement. viii) The contractor shall create a suitable and adequate infrastructure for handling, storing and conveying bulk of bagged cement procured by him with advance planning of work to be done during the next two weeks to four weeks, duly approved by the Engineer-in-Charge. Bagged cement shall be stored above the ground level in perfectly dry and leak proof sheds and shall be stacked not more than eight bags high. Cement more than 3months old shall invariable be tested to ascertain its suitability for use in terms of acceptability requirements.

86 3.0 Delivery of Cement.

The cement shall be packed in Polythene bags bearing manufacturer name or his registered trade mark. The words 33grade or 43 grade or 53 grade as the case may be (or the trade mark of the other type of cement, such as Cement as per IS code 456).Bags shall be in good condition at the time of inspection. 4.0 Sampling (IS: 3535-1986) The samples shall be taken after the delivery of cement and the tests as considered necessary by the Engineer, shall be done. 5.0 Physical requirement 5.1 Fineness When tested for fineness by “Blains” air permeability analysis method (IS:4031,Part-2-1988) the specific surface of cement shall not be less than 2250 cm2/g(225m2/kg). For determination of fineness the fineness, by dry sieving (as per IS: 4031-Part-I 1988), the residue should not exceed 10%. 5.2 Soundness When tested by ’Le-chateleir’ method (IS: 4301,Part 3-1988) and autoclave method (for cement having a moisture content more than 3%), the cement shall not have an expansion of more than 10mm and 0.8 percent respectively. 5.3 Consistency Normal consistency is about 30% 5.4 Setting Time. When tested by Vicat apparatus method (IS: 4031, Part-5-1988) the setting time of cement shall confirm to the following requirements. a) Initial setting time- Not less than 30 minutes. b) Final setting time- Not more than 600 minutes. The ratio of final penetration measured after 5 minutes of completion of mixing period to the initial penetration measured exactly after 20 seconds of completion of mixing period shall be not less than 50 percent.

5.5 Compressive Strength. The average compressive strength of 43 grade OPC cement tested as per IS:403 Part-6 1988 shall be as follows: a) 71+ 1 hour - Not less than 230 kg/cm2 (23mpa) b) 168+ 2 hours - Not less than 330 kg/cm2 c) 672+ 4 hours(28days)- Not less than 430 kg/cm2 (43mpa) Cement shall show a continuous increase in strength from the strength at 72hr.

6.0 Chemical requirement. 6.1 When tested in accordance with the method given in IS:4032-1985 the ordinary Portland cement shall comply with the chemical requirement as given below: i. Total loss on ignition - Not more than 5 percent ii. Total sulphate content - Not more than 2.5 percent

87 iii. Magnesia (by mass) - Not more than 6 percent iv. Insolute residue (by mass) - Not more than 5 percent v. Ratio of percentage of alumina to that from oxide - Not more than 0.66 percent vi. Ration of percentage of lime - Between 0.66 and 1.02 to silice, alumnia or iron oxi 6.2 Tests The sample of cement to be used in works shall be tested for fineness, soundness, consistency, setting time, and compressive strength in order to exercise proper control on quality in the manner as per following Indian Standards: Test IS specifications * Fineness by dry sieving 4031 (Part-I) -1998 * Fineness, Blain air permeability 4031 (Part-II)-1998 method * Soundness by: Le-Chatelier method * Consistency 4031 (Part-IV)1998 * Setting time 4031 (Part-V)1998 * Compressive strength 4031 (Part-VI)1998 The temperature for testing shall be 27+2o C as far as possible. 7.0 Rejection Cement may be rejected if it does not comply with the Indian Standard requirements. Cement in bags stored for more than 3months shall be retested before use and may be rejected and shall not be used on works if it fail to confirm to any of the requirement. 8.0 Tolerance Average net mass of cement packed in bags in a sample shall be equal to or more than 50kg. If and as desired by the Engineer-in-Charge, the number of samples to be checked for net mass of cement per bag, in a given number of bags shall be as given below: 100 to 150 bags : 20 sample 150 to 280 bags : 32 sample 281 to 500 bags : 50 sample 501 to 1200 bags : 80 sample 1201 to 3200 bags : 125 sample 3201 and above : 200 sample The bags in a sample shall be selected at random.

B- Sand (Fine Aggregate) 1.0 The sand shall be tested for grain size, specific gravity, water absorption, fineness modulus, petrographic analysis, deleterious constituents etc. The presence of impurities, if any, is to be tested by chemical analysis. Quick color test shall also be conducted in the field to determine the presence of any harmful organic impurities in sand with 3% solution of sodium hydroxide (caustic soda), as under: i. A colour less liquid indicates clean sand free from organic matter.

88 ii. A straw coloured liquid indicates some organic matter but not enough to be seriously objectionable; iii. A dark colour will mean that the sand contains injurious amount of organic impurities and shall not be used unless it is washed and a retest then shows that it is satisfactory. iv. Sand to be used shall be well graded with maximum size limit to 4.75mm. Well v. graded sand is essential to impart good workability and good finish. The gradation requirement of sand for concrete work is indicated below:

Percentage Passing for IS sieve Grading Grading Grading Grading Designation Zone-I Zone-II Zone-III Zone-IV 10mm 100 100 100 100 4.75mm 90-100 90-100 90-100 95-100 2.36mm 60-95 75-100 85-100 95-100 1.18mm 30-70 55-90 75-100 90-100 600 micron 15-34 35-39 60-79 80-100 300 micron 5-20 8-30 12-40 15-50 150 micron 0-10 0-10 0-10 0-15

Note: Sand of zone 4 shall not be used in the reinforced concrete work. i. Fineness Modulus Sand shall have FM between 2.2 to 3.2. The sand content shall be proportioned to be around 33 to 35% of total aggregate. However, the actual proportioning shall be fixed on the basis of lab tests. It shall preferably be natural sand and confirm to IS:2116-1965. It shall be got approved from the Engineer-in- Charge before use. The Engineer-in-Charge may allow the use of crusher fines/crushed stone sand with natural sand after his full satisfaction that the mixture meets the specified criteria. ii. The amount of deleterious substances shall not exceed the percentage given below: Deleterious substances Percentage more than Shale 1.00 Coal and ignite 1.00 Clay lumps 1.00 Cinders and clinkers 0.50 Material passing 75 Micron sieve 3.00 Alkali, mica and coated grain 2.00 The sum of the percentage of all deleterious substances shall not exceed 5% by weight. The sand shall also be sound and free from any amounts of organic impurities.

89

iii. Specific Gravity. The sand shall have a minimum specific gravity of 2.6 iv. The sum of the percentages of all deleterious substances in the sand shall not exceed 5% by weight. The sand shall also be sound and free from organic impurities. v. Quality. The sans shall consist of hard, dense, durable, unquoted rock fragments and shall be free from dust, lumps, soft or flaky particles, shale, alkali, loam, mica and other deleterious substances. 3.0 Allowance of Bulk age. If the sand as obtained from quarry or after its washing is found to be moist, bulk age will be measured and allowed, provided sand is stacked at the site at least for 48 hours before use. Bulk age of such a stack will be measured regularly as directed by the Engineer-in-Charge and allowed according to these observation allowance for bulk age will be made as per Indian Standard procedure and allowance ill be made as under: - Bulk age observed Allowance to be made. Below 5% Nil 5 to 10 5% 10 to 15 10% 15 to 20 15% Sand of bulk age 20% shall not be used.

C. Coarse Aggregate. 1.0 General. The coarse aggregate to be used shall be hard and well graded to produce a dense concrete of the specified strength and consistency that will work readily in to position without segregation. It shall be tested for specific gravity, water absorption, deleterious materials, crushing, impact, and abrasion values. Representative samples shall also be got tested for any alkali-aggregate reaction potential if warranted by the Engineer-in-Charge. Minimum specific gravity shall be 2.6.

2.0 Size The nominal maximum size of aggregate shall be as large as possible within the limits specified but in no case greater than one-fourth of the minimum thickness of the member, provided at the concrete can be placed without difficulty so as to surround all reinforcement thoroughly and fill the corners of the form work. For most works, 20mm aggregate shall be used and where there is no restriction to the flow of concrete into sections, 40mm size (MSA) shall be used. For any heavily reinforced concrete members, the nominal maximum size of aggregate shall usually be restricted to 5mm less than the minimum cover to the reinforcement or 5mm less than the minimum clear distance between the main bars. Coarse aggregate shall of all aggregate particles of size greater than 4.75mm. The aggregate shall conform to IS: 383- 1970 clause 3.1,3.2 and 3.2.1 (Table-I) The nominal maximum size of coarse aggregate to be used shall be as per drawing/as determined by Engineer-in-charge. 2.1 Tests

90 The different test and the zone of acceptability limits and given below: Name of test IS code Acceptance criteria. Sieve analysis IS: 2386-Par-I 1963 As per concrete design Deleterious materials IS: 2386-Par-II 1963 Less than 5%

Specific gravity IS:2386 Part-III 1963 2.5 to 3.00 Absorption value IS:2386-Part-III 1963 Less than 5% by weight Aggregate crushing IS:2386-Part-IV 1963 For wearing surface, less value. 30%- for concrete other than 45% Impact value IS:2386-Part-IV 1963 As above. Abrasion value IS:2386-Part-IV 1963 For wearing surface, less 30%- for concrete other than 50% Soundness(Sodium IS:2386-Part-V 1963 Less than 12% Sulphate method) Pictographic IS:2386-Part-VIII 1963 Deleterious constituence + examination Silt shall not exceed 5%

Note: - The expenditure towards all the above tests will be borne by the contractor. The rates quoted by the contractors shall be inclusive of this expenditure and no refund on any ground of such expenditure will be admissible.

3.0 Grading. The coarse aggregate as delivered to the mixer, shall be well graded as per IS specifications. Maximum size of aggregate used for the work shall be 20mm or 40mm or as specified in items in the bill of quantities and it shall confirm to IS: 383-1970, clause 4.2 (Table-2) However, the exact gradation required to produce a dense concrete of specified strength and desired workability shall be decided as per laboratory test by the Engineer. Coarse aggregate for use in concrete shall be well graded and shall conform to IS: 383-1970 requirements (as per Table-II) given below: Percentage Passing by weight for graded aggregate of nominal IS sieve size. Designation 40mm 20mm 16mm 12.5mm 63mm 100 - - - 40mm 95-100 100 - - 20mm 30-70 95-100 100 - 16mm - - 90-100 100 12.5 - - - 90-100 10.00 10-35 25-55 30-70 40-85 4.75mm 0-5 0-10 0-10 0-10

4.0 Impurities.

91 The broken stone shall be free from dust and dirt and shall be washed as necessary to ensure that all faces of the stones are perfectly clean. The minimum individual percentages by weight of deleterious substance in any size of coarse aggregate shall not exceed the following values: Materials passing through No.100 screen (ASTM) 1% Shale 1% Coal 1% Soft fragments 1% Clay lumps 1% Other deleterious substances 1% The sum of the percentage by weight of all deleterious substances in any size shall not exceed 5%. 4.0 Storage. Aggregate shall be stacked in such a way as to prevent the intrusion of any foreign materials such as soil, rubbish, vegetation etc. Heaps of fine and coarse aggregate shall be kept separate. When different sizes of fine and coarse aggregates are procured separately, they shall be stored in separate stock-piles, so that they do not get intermixed. The aggregate shall be stock piled near to the mixer site/B&M plant so as to require minimum re- handling when conveyed to the mixer. The aggregate shall be placed on a dry hard patch of ground if available, otherwise a platform or plain galvanized iron sheets or alter natively a floor of dry bricks shall be prepared, or a floor of thin layer of lean concrete. To minimize moisture variations the stock piles shall be as large in area as possible but left low and fairly uniform in height preferably 1.25 to 1.5 m and the lowest layer of about 30cm height shall be allowed to act as drainage layer and not be used till the end. D. Water:-

1.0 The water used in concrete shall be clean and free from objectionable quantities of silt, salts, organic matter, alkali and other impurities. Normally potable water is considered satisfactory for mixing concrete. As a guide, the following concentrations represent the maximum permissible values. a) The neutralize 100 ml sample of water, using phenolphthalein as an indicator, it should not require more than 5ml of 0.20 normal NaOH. The details of test are given in 8.1 of IS:3025 (Part-22). b) To neutralize 100 ml sample of water, using mixed indicator, it should not require more than 25ml of 0.02 normal H2SO4. The details of test shall be as given in 8 of IS:3025 (Part-23).

92 c) Permissible limits for solids shall be given in the following table.

Percentage of solids should not exceed the following. Test as per Organic - 200mg/liter IS: 3025(Part-18) Inorganic - 3000mg/liter IS: 3025(Part-18) Sulphates - 400mg/liter IS: 3025(Part-24) Chloride (as CI) - 2000 mg/litter for concrete not containing embedded steel and for reinforced concrete work. 500mg /litre IS: 3025(Part-32) Suspended matter - 2000mg/liter IS: 3025(Part-17)

2.0 PH value of water shall not be less than 6.0 and be within the range of 6.0 to 9.0

3.0 Water found satisfactory for mixing concrete is also suitable for curing the concrete. However, water used for curing should not produce any objectionable stain or unsightly deposit on the concrete surface.

Plain and Reinforced Concrete:-

General.

Plain and reinforced concrete work shall be carried out generally in conformity with the latest Indian Standard IS 456-2000. 1.0 Scope of work. The work covered by this shall consists of – i. Furnishing all materials, equipment and labour for the manufacture, transport, placing, compaction and curing of concrete and performing all the functions necessary and ancillary thereto, including finishing the concrete to the require shape as per drawing. ii. Providing and removal of all form work, furnishing all materials, equipment and labour for the manufacture, transport, erection, keeping in placing with necessary fixture and supports, oiling complete. iii. All concrete involved in the RCC work also stands including in this item. 2.0 Design Mix concrete. Design Mix concrete (Controlled concrete) shall be used for concrete of grade M-10 and higher. In proportioning concrete, the quantity of both cement and aggregate shall be determined by mass. Water shall be weighed or calibrated by volume concrete shall be manufactured in mechanical mixers either in batching mixing plants or mechanical mixers of various capacities (14/10 or 10/7), when the quantity of concrete is small and allowed by the Engineer-in-Charge. Self-loading, weigh batching, mixing and transporting mixers of suitable drum capacity, can also be used, both for mixing and transporting concrete to supplement the batching and mixing plant. The mix

93

proportions shall be such as to ensure the workability of the fresh concrete and when concrete is hardened, it shall have the required strength, durability, and surface finish. The mix shall be designed to produce the grade of concrete having the required workability and characteristic strength not less than appropriate values given below:

Grade Designation of Concrete. Specified characteristic compressive strength of 150mm cube at 28 days in N/mm2 M-10 10 M-15 15 M-20 20 M-25 25

The concrete mix shall be designed for the target mean strength. The target mean strength of concrete mix should be equal to characteristic strength plus 1.65 times the standard deviation. Target Mean Strength = Characteristic strength (28 days compressive strength)+1.65x Standard deviation. Where sufficient tests results for a particular grade of concrete are not available, the value of standard deviation given below shall be assumed for design mix of concrete in the first instance. As soon as the results of samples are available, actual standard deviation shall be used and the mix designed accordingly. (The total number of test strength of samples required to constitute an acceptable record for calculation of standard deviation shall be not less than 30) Assumed standard deviation (as per IS: 456-2000)

Grade of Concrete Assumed standard deviation M-10 3.5 M-15 3.5 M-20 4.0 M-25 4.0

3.0 Ingredients. All ingredients namely, cement, sand, coarse aggregate and water shall comply with the specifications already listed.

4.0 Water cement ratio (W/C) Water cement ratio is one of the key elements for a durable and sound concrete of adequate strength. Accordingly, water cement ratio shall be maintained at correct value. The water contents in both fine and coarse aggregates shall be determined regularly. The amount of added water shall

94 be adjusted to compensate for any observed variation in moisture content. The amount of surface water may be estimated from the following table in the absence of exact data: Surface water carried by aggregate

S.No. Approx. quantity of surface water Aggregate % by mass Litre/M3 1 Very wet sand 7.5 120 2 Moderately wet sand 5.0 80 3 Moist sand 2.5 40 4 Moist sand/crushed 1.25 to 2.5 20 to 40 rock

5.0 Durability of Concrete. It is essential that the concrete be durable viz. It should perform satisfactorily in the working environment during its anticipated exposure conditions during service. The materials and mix proportions are to be such as to maintain its integrity, and (where ever applicable), to protect embedded metal/ reinforcement from corrosion. The different environmental exposure conditions are given below: Environmental exposure conditions (as per Table 3 of IS 456-:2000)

No. Environment Exposure Conditions 1. Mild Concrete surfaces protected against weather or aggressive conditions, except those situated in coastal area. 2. Moderate - Concrete surfaces sheltered from severe rain of freezing whilst wet. -Concrete exposed to condensation and rain. -Concrete continuously under water. -Concrete in contact or buried under non-aggressive soil/ground water. -Concrete surfaces sheltered from saturated salt air in coastal area.

3 Severe -Concrete surfaces exposed to severe rain alternate wetting and drying, or occasional freezing whilst wet or severe condensation. - Concrete completely immersed in seawater. - Concrete exposed to coastal environment.

4 Very severe - Concrete surfaces exposed to seawater spray, corrosive fumes or severe freezing conditions whilst wet. - Concrete in contact with or buried under aggressive subsoil/ground water. 5 Extreme -Surface of members in tidal zone. -Members in direct contact with liquid/solid aggressive chemicals. The minimum cement content and maximum water cement ratio to be adopted for different exposure conditions for coarse aggregate of 20mm MSA are outlined below, as per Indian Standard IS:

95 456-2000. Accordingly, the design mix shall be duly checked from consideration of durability of concrete.

S.N Exposure Plain cement concrete Reinforced cement concrete o Condition Minimum Max. Min. Minimum Max. Min. cement free w/c Grade of cement free w/c Grade of content ratio concrete content ratio concrete Kg/m3 Kg/m3 1 Mild 220 0.60 ------300 0.55 M20 2 Moderate 240 0.60 M15 300 0.50 M25 3 Severe 250 0.50 M20 320 0.45 M30 4 Very Severe 260 0.45 M20 340 0.45 M35 5 Extreme 280 0.40 M25 360 0.40 M40

The cement contents given above are irrespective of the grades of cement used. The above cement contents are for the coarse aggregate of maximum nominal size of 20mm Adjustments to these minimum cement contents for aggregates other than 20mm MSA aggregates shall be as per following table:

S.No. Nominal maximum size Adjustments to minimum cement aggregate mm. contents kg/m3 1 10 +40 2 20 0 3 40 -30

The severity level in MPWSRP works may be assumed Mild, except in such environment which is associated with corrosive fumes or where the concrete work is exposed to coastal environment or buried under aggressive sub soil/ground water however, Severity level shall be assessed by the Engineer-in-Charge.

6.0 Workability of concrete. The concrete mix proportions chosen shall be such that the concrete is of adequate workability for the placing conditions of the concrete and can be properly compacted. Following ranges of workability and slump of concrete, measured in accordance with IS: 1199, shall be broadly adopted:

96

Placing conditions Degree of workability Slump (mm) * Mass concrete * Lightly reinforced section in slabs, beams, walls, and Low 25-75 columns. * Floor *Footings *Heavily reinforced sections in slabs, beams, walls, and Medium 50-100 columns.

For canal lining, slumps range 50-65 mm is considered adequate. It can be increased unto 75mm, if considered necessary in particular situations for practical usage.

7.0 Admixture Admixture such as air-entraining agents (AEA), plasticizers etc. shall only be added after the approval of the Engineer-in-Charge. The cost of the admixture, mixing with concrete and placing the admixed finished concrete shall be done by the contractor without any extra cost and shall stand covered in the unit rate of concrete. AEA shall be used in the concrete mix for the in-situ cc lining.

8.0 Mixing. Concrete ingredients shall be mixed thoroughly in the mechanical mixer and the mixing shall be continued until there is a uniform distribution of the ingredients and the mass is uniform in colour and consistency. Minimum mixing time shall be 2 minutes or as determined by the Engineer. The accuracy of the measuring equipment shall be within +2 percent of the quantity of cement being measured and within +3 percent of the quantity of aggregate and water being measured.

9.0 Transporting and Placing. 9.1 Transporting and Handling. After mixing, concrete shall be transported to the formwork as rapidly as possible by methods, which will prevent the segregating, or loss of any of the ingredients or ingress of foreign matter or water and maintaining the required workability.

9.2 During hot or cold weather, concrete shall be transported in deep containers. Other suitable methods to reduce the loss of water by evaporation in hot weather and heat loss in cold weather may also be adopted as per instructions of Engineer-in-Charge.

10.0 Placing.

97 The concrete shall be deposited as nearly as practicable in its final position to avoid re handling. The concrete shall be placed and compacted before initial setting of concrete commences and should not be subsequently disturbed. Methods of placing shall be such as to preclude segregation. Care shall be taken to avoid displacement of reinforcement or movement of formwork. The maximum permissible free fall of concrete shall not be more than 1.5m.

11.0 Compaction. 11.1 Concrete shall be thoroughly compacted and fully worked around the reinforcement, around embedded fixtures and into corners of the formwork. 11.2 Concrete shall be compacted using mechanical vibrators complying with IS 2505, IS 2506, IS 2514 and IS:4656. Over vibration and under vibration of concrete are harm full and shall be avoided. Vibration of very wet mixes shall also be avoided. Whenever vibration has to be applied externally, the design of formwork and the disposition of vibrators shall receive special consideration to ensure efficient compaction and to avoid surface blemishes.

12.0 Construction joints and cold joints. Joints are a common source of weakness and, therefore, it is desirable to avoid them. If this is not possible, their number shall be minimized. Concreting shall be carried out continuously up to construction joints, the position and arrangement of which shall be indicated on the drawings/or as directed by the Engineer-in-Charge. Construction joints shall be placed at accessible locations to permit cleaning out of laitance, cement slurry and unsound concrete in order to create rough/uneven surface. It is essential to clean out laitance and cement slurry by using wire brush on the surface of joint immediately after initial setting of concrete and to clean out the same immediately thereafter. The prepared surface shall be in a clean saturated surface dry condition when fresh concrete is placed against it. In the case of construction joints at locations where the previous pour has been cast against shuttering the correct method of obtaining of rough surface for the previously poured concrete to be adopted is to expose the aggregate with a high pressure water jet or any other appropriate means such as sand blasting/chipping. Fresh concrete shall be thoroughly vibrated near construction joints so that mortar from the new concrete flows between large aggregates and develop proper bond with old concrete.

13.0 CURING. 13.1 Effective curing shall be needed to prevent the loss of moisture from the concrete whilst maintaining a satisfactory temperature regime. The curing regime is to prevent the development of high temperature gradients within the concrete.

13.2 MOIST CURING. Exposed surfaces of concrete shall be kept continuously in a damp or wet condition by pounding or by covering with a layer of sacking, canvas, Hessian or similarly materials and kept constantly wet for at least 21 days from the date of placing concrete. 98 13.3 MEMBRANE CURING: Approved curing compounds shall be used in lieu of moist curing for achieving foolproof curing. Such compounds shall be applied to all exposed surfaces of the concrete as soon as possible after the concrete has set. Impermeable membranes such as polyethylene sheet covering closed to the concrete surface may also be used to provide effective barrier against evaporation. (Refer canal lining chapter for specifications of “Membrane-forming curing compound).

14.1 GENERAL: Finishing of formed and unformed surface shall be performed only by skilled workmen, all exposed concrete surfaces shall be cleaned of all incrustations of cement mortar or grout and unsightly stains shall be removed.

14.2 FORMED SURFACES Surfaces of concrete finished against forms shall be smooth, free from projections and filed thoroughly with mortar. Immediately upon removal of forms all unsightly ridges of fines shall be removed and any local bulging on exposed surfaces shall be remedied by tooling and rubbing, All holes left by the removal of fasteners, shall after being reamed with reamer, be neatly filled with dry packing mortar. All porous and fractured concrete and surface concrete to which additions are required to bring it to the prescribed lines shall be sharp edged and shall be filled to required lines with fresh concrete or dry packing mortar. Where concrete is used for filling the chipped openings, these shall not be less than 8cm in depth and the concrete filling shall be reinforced and dowelled to the surface of the opening. Honey combed surfaces and surfaces which give a hollow sound shall be rectified by grinding at the contractors cost, within the unit rate accepted for concrete.

14.3 DRY PACKING. Dry packing mortar shall consist of one part of cement to 2 parts of sand by volume and just enough water so that the mortar as used, will stick together on being molded into a ball by a slight pressure on the hands and will not exclude water when pressed but will leave the hands damp. The mortar shall be placed in layers of not more that 25mm thickness. After being compacted, each layer shall be roughed by being scratched to provide an effective bond with the succeeding layers. The last or finishing layer shall be smooth to form a surface continuous with the surrounding concrete. All patches shall be bonded thoroughly to the surface of the chipped opening and shall be sound and free from shrinkage cracks.

14.4 FINISHING PERMANENTLY EXPOSED SURFACE. Except and otherwise specified or directed, all permanently exposed concrete surface and other water way surface requiring durability under water (except the outlet) shall be finished in the following manner. Immediately upon the removal of the forms, the surface shall be wetted and all surface pit and air bubbles filled by rubbing mortar composed or cement and fine sand in

99 proportion (1:2) into the pits with burlap so as to secure a uniformly dense smooth face. The rubbing shall be performed in such a manner as to leave the surface free of extra mortar not used for filling the pits. If the filling operations be unduly delayed and the surface of the pits become coated with dirt or other contaminating material, they shall be thoroughly cleaned and washed and shall be maintained in moist condition until the mortar filling is placed. Such cleaning shall be done by means of air and water jet and chipping or brushing or other satisfactory means without damaging concrete. All operations in connection with the filling of surface pits shall be handled as quickly as practicable to minimize the period during which the concrete and mortar filling are exposed to drying. When the treatment of surface has been completed the surface shall be neat and of the same colour and texture as the adjoining concrete.

14.5 FINISHING CONCEALLED SURFACE: For exterior concealed surfaces below ground or backfill level or like surface not otherwise specified, no finish is necessary except that sand streaks metal pockets, honey combing or other imperfections which are of consequence affecting strength, water tightness or protection of reinforcing steel from corrosion, shall be corrected and repaired as prescribed for formed surface.

14.6 FINISHING UNFORMED SURFACE: Unformed surface shall be finished by one or more of the operations of screening, floating and trowelling. Working of the surfaces should be done at proper time employing experienced men and should be just sufficient to produce the desired finish. Screeding which gives the surface its approximate shape by striking off surplus concrete immediately after compaction shall be accomplished by moving a straight edge or template with a sawing motion across wood on metal strip that have been established as guides. Where the surface is curved, a special screed should be used. Softly after the concrete is screed the surface should be brought true to form and grade by working in sparingly with wooden float. If a coarse textured finished is desired or if the surface is to be steel troweled, a second or final floating should be performed after some stiffening has occurred and the surface moisture film or shine has disappeared. Where a smooth dense finish is desired, floating shall has disappeared from the floated surface and when the concrete has hardened sufficiently to prevent fine materials and water from being worked out to the surface. Excessive trowelling particularly at an early time shall be avoided.

15.0 DAMAGE DUE TO FLOODS GOVT. NOT RESPONSIBLE: In case of damage of any of the concrete works due to Rains, floods, Govt. will not be responsible and whatever corrective measures are required to be adopted shall be done by the contractor at his cost.

16.0 SAMPLING AND STRENGTH OF DESIGNED MIX CONCRETE.

(i) SAMPLING OF CONCRETE. A random sampling procedure shall be adopted to ensure that each concrete batch shall have reasonable change of being tested, viz. the sampling should be spread over the entire period of concreting and cover all mixing units (concrete production units)

100 (ii) FREQUENCY OF SAMPLING. The minimum frequency of sampling of concrete of each grade shall be in accordance with the following:

Quantity of concrete in the Number of samples. work m3 1-5 1 6-15 2 16-30 3 31-50 4 51 and above 4 plus one additional sample for each additional 50m3 or part there of

At least on sample shall be taken from each shift.

(iii) TEST SPECIMEN. Three test specimens shall be made for each sample for testing at 28 days. Additional specimens may be taken to determine the strength of concrete at 7 days. Test results of the sample shall be the average of the strength of 3 specimens. The individual variation should not be more than + 15% of the average strength of 3 specimens. It more, the test results of the sample are considered invalid.

(iv) ACCEPTANCE CRITERIA OF COMPRESSIVE STRENGTH The concrete shall be deemed to comply with the strength requirement when both the following conditions are met, as per IS: 456-2000:

(a) The man strength determined from any group of 4 non overlapping consecutive test results complies with the appropriate limits in Colum 2 of following table. (b)Any individual test result complies with the appropriate limits in column 3 of the following table.

Characteristic compressive strength compliance requirement

Specified Mean of group of 4 no overlapping Individual test grade consecutive test results in N/mm2 results in N/mm2 M 15 fck +0.825 X established standard deviation fck - 3 N/mm2 (rounded off to nearest 0.5 N/mm2) Or fck + 3 N/mm2 whichever is greater M 20 or above fck + 0.825 X established standard fck - 4 N/mm2 deviation (rounded off to nearest 0.5 N/mm2) Or fck + 4 N/mm2 whichever is greater Note: > means greater than or equal to

101 In the absence of established value of standard deviation, the following value may be assumed in the first instance and, thereafter, established values based on the requisite number of test results.(not less than 30)

Grade of concrete Assumed standard deviation M10 and M 15 3.5 N/mm2 M20 and M 25 4.0 N/mm2 fck = Characteristic compressive strength of 150 mm cube at 28 days in N/mm2. For M 15 & M 20 grades fck is 15 N/mm2 and 20 N/mm2 respectively. For M 10 concrete fck is 10N/mm2. In respect of CC lining with a minimum cement level of 250 kg/M3. Minimum fck envisaged is 15 N/mm2. Based on the assumed standard of deviation values of 2 N/mm2 and 3 N/mm2 for M10 and M15 respectively their acceptance criteria of compressive strength can be envisaged as :

Specified grade Mean of the group of 4 non- Individual test results overlapping consecutive test in N/mm2 results in N/mm2 M10 -fck + 0.825 X standard  - fck -2 N/mm2 deviation M15 (CC lining with -fck + 0.825 X standard  - fck -205 N/mm2 minimum cement level of 250 deviation kg/m3

Note: The minimum cement level of 250 kg/m3 for plain cement concrete lining is from the durability consideration and not on the 28 day characteristic strength basis alone. Standard Deviation: It is calculated from the following equation : SD = √ (x- x¯) 2 N-1 N = No. of samples (30 samples are generally considered) X = Sum of the mean value of 3 test specimens of each sample divided by the number of samples. viz overall average strength. X = Difference between overall average strength and the mean strength of 3 test specimens of each sample.

Requirement of cement to resist sulphate attack.

Table 4 on page 19 of Indian Standard IS 456: 2000 gives recommendations for the type of cement, maximum free water-cement ratio, and minimum cement content, which are required for different sulphate concentrations in near neutral ground water having pH of 6 to 9.

(v) TESTS AND THEIR FREQUENCY The various tests and their frequencies for concrete work shall be carried out as per following table

102 S.N Name of test Frequency Purpose Indian standard No. 1 Coarse Aggregates : One test for To know the IS 2386- Part -I 1963 Sieve analysis every 150 m3 or gradation less Specific gravity, bulk --do-- To assess the IS 2386 - Part III 1963 density, moisture content suitability of and absorption aggregate an to utilize data for mix design Soundness )Sodium --do-- To assess the IS 2386 - Part-V 1963 sulphate method) quality of materials Abrasion impact crushing --do-- --do- Is 2386 - Part IV 1963 values Organic impurities --do-- --do-- IS 2386 - Part II 1963 Petro graphic Twice in one To know the IS 2386 Part VIII 1963 examination season extent of deleterious materials & silt content 2. Fine Aggregate One test for To know IS 2386 Part Screen analysis every 150m3 of grain size and IS- I 1963 sand used in fineness modulus concrete of sand Unit Weight and bulk age --do-- To know the IS 2386- Part-III 1983 Unit Weight and bulk age

Organic impurities --do-- To assess the IS 2386 - Part - II 1963 quality Specific gravity moisture --do-- To utilize data IS 2386- Part-III 1963 content for mix design 3. Cement One test for each To know the IS 4031- 1988 brand of cement quality of cement Fineness test used during the used in working season construction preferably at 3 months interval Normal consistency --do-- --do-- IS 4032-1988 Setting time --do-- --do-- IS 4032-1988 Soundness --do-- --do-- IS 4031-1988 Compressive strength --do-- --do-- IS 4031-1988 Chemical analysis --do-- --do- IS 4032-1988 4. Finished concrete : One test in each To check Is - 1199-1959

103 S.N Name of test Frequency Purpose Indian standard No. Slump test shift or at workability of frequent concrete / water intervals to cement ratio check workability Compressive strength Refer sampling To know the IS 516-1959 & strength of strength of designed mix concrete concrete 5. Finished Lining work in One core each To know the The density of concrete Canals from bed & both density of shall not be less than Density of Concrete; the slopes for concrete used for ±2300 kg/Cum; Refer Thickness of lining; 250 m reach, or lining; to know lining chapter for Honey combing; & as directed by lining thickness, acceptance criteria; compressive strength Engineer to examine by these should be no any honey- honey - combing. combine; and to test compressive strength of cores.

Note: The expenditure towards making available the samples for testing as well as the expenditure on such test taken on samples / materials will be borne by the contractors, and the rates quoted by the contractor shall be inclusive of all such expenditure and no reimbursement on any such account will be admissible to the contractor.

17.0 MODE OF MEASUREMENTS AND PAYMENT

Payment shall be one the net quantity of concrete after deducting quantities for openings and other class of work. No deduction shall be made for anchor bars reinforcement grout holes and bore or weep holes. Measurements of concrete shall be taken within the specified pay lines for the structure or as indicated on the drawings. Any concrete placed in the excavation beyond the line of structures to avoid use of forms shall not be paid for. The quantity of item shall be computed by using prismoidal formula only. If block outs and slots are necessary for embedding the foundation bolt and other embedded parts shall be provided by the contractor without any extra cost. The payment for work required for it, shall be presumed to be included in the payment of concrete item.

104 CHAPTER III CANAL LINING 1.0 SCOPE OF WORKS 1. The item shall include furnishing all materials; equipment and labour for providing and laying cement concrete lining. 2. It also includes providing and placing (a) reinforcement whenever necessary (b) porous plugs (c) expansion/contraction and construction joints. 3. It also includes providing and removal of all form work (whenever necessary), furnishing all materials, equipment and labor for transportation, erection, keeping in place with necessary fixture and supports, oiling etc. complete. 4. It also includes curing of bed and slopes of lining.

2.0 CLEARING SITE 2.1 The area proposed for lining, as a whole shall be cleared of all objectionable material. Any waste materials obtained from such site clearance shall be disposed off in a manner directed by the Engineer- in-charge. The cost of this operation shall be deemed to have been covered under the rated quoted for canal lining.

3.0 GENERAL The provision of this paragraph applies to the preparation of all sub grade/foundation upon which lining is to be placed. The lining shall be in-site cement concrete lining or of other type as shown in the drawing. The items of schedule for preparing the sub grade for lining includes dewatering of canal section, carrying out all excavation below the underside of lining required for placing selected bedding materials, wetting the surfaces; furnishing or procuring soils from stock piles, placing, moistening and compacting the selected bedding materials to specified density by power rollers/ appropriate compaction equipment/slope compactors, and trimming the canal section. The item also includes excavation and preparation of foundation for providing necessary under drainage facilities/filter blanket and pressure relief arrangement wherever required including placing test sections to verify that the procedures result in acceptable results. If during construction, it is found necessary to alter the canal sections and side slopes without altering the thickness of lining, the contractor shall be informed in writing of such change. The rates quoted being on one square meter basis for the lining thickness, the contractor shall have to execute the work at the same bid rate as quoted in bill of quantities without any extra claim for change in the section of the canal. Whereas the work of trimming the canal section up to underside of lining of lining shall be carried out well in advance, the trimming of proud section equivalent to the thickness of lining (for base preparation of lining) shall be carried out immediately prior to laying of lining but in no case the time interval shall exceed 3 days in normal weather and 2 days in adverse conditions. The preparation of sub grade in different soils for laying the cement concrete lining shall conform to clauses 4.1, 4.2, 4.3, 4.4, 4.5, of Indian standard IS: 3873-1978 (Indian code of Practice for laying in- situ cement concrete lining on canal). It shall also hold good for laying masonry lining it shall be

105 ensured that the sub grade is made adequately moist with fine water spray through nozzle to a depth of about 15 cm.

4.0 PREPARATION OF SUBGRADE CONSISTING OF EARTH (i) The sub grade shall be prepared, dressed, and rolled true to level and according to the required cross section of the canal to form a firm compacted bed for lining. (ii) Sample profiles true to cross section of the canal shall be made at suitable intervals, as directed by the Engineer, to ensure correct formation of sub grade. The contractor shall place selected bedding materials in test profile true to the cross section of canal at times and place designated by the Engineer to show the adequacy of his construction procedures for laying bedding materials. The test sections shall conform to clause 4.3.2 of IS: 3873-1993 Modification shall be made as necessary, until it is demonstrated that acceptable results are being consistently obtained. The cost of the operation shall be deemed to have been covered in his quoted rates. (iii) If at any point, material of sub grade has been excavated beyond the neat lines required to receive lining, the excess excavation shall be refilled in horizontal layers with material compatible with sub grade material, moistened if required and thoroughly compacted. Graded filter materials, compatible with the sub grade material, may by used and compacted to specified density. (iv) When partial filling of existing canal sections is necessary to reduce the cross sectional area to that required for lined canal, the fill shall be placed and suitably compacted by rolling/compactors/mechanical tampers to form firm foundation for placing the lining to avoid its settlement. Slope compactors shall also be used as required for effective compaction of sub grade to the specified smoothness, hardness, and density. (v) The consolidation of bed in sandy reaches shall be done by saturating the bed with water before lining is placed. The consolidation of side slopes in such reaches shall be done by over cutting the sub grade in slopes by 15 cm and refilling it with earth and compacting by vibro-compactors/appropriate mechanical compactors. (vi) The compaction of sub grade in other than predominantly sandy reaches shall be done at optimum moisture content in layers not more than 22.5 cm to 25.00 cm thick to obtain a dry bulk density of 98% of the density at optimum moisture content obtained in accordance with IS: 2720 (Part VII) - 1963. Consolidation shall be done by power rollers / vibratory power rollers / suitable compactors. In the sandy reaches, compaction shall be governed by 'relative density test' and the relative density shall not be less than 65%. (vii) Where placing and compacting bedding materials in on sloping foundation, the layers shall be placed parallel to the surface of the foundation. If at any point, the foundation material is disturbed or loosened it shall be moistened if necessary and thoroughly compacted to form firm foundation for placing the lining. (viii) All along the canal alignment, the rain cuts on the inner slopes on the banks shall be filled up with approved soil and shall be compacted thoroughly to required lines, dimensions, and levels. (ix) If at any place, placement of bedding material below the proposed lining is required, due care shall be taken by the contractor to place the bedding material on scientifically approved surface adequately moistened (to be moist to a depth of 15 cm or the depth up to impermeable layer below,

106 whichever is less) in layers not exceeding 15 cm in depth in a single operation and thoroughly compacted. (x) All loose material likely to be present at the end panel of existing lining adjacent to which lining is to be placed shall be removed and all voids beneath the existing linking shall the refilled and compacted thoroughly, No extra payment shall be made on this account.

5.0 PREPARATION OF SUBGRADE CONSISTING OF ROCK

(i) The sub grade shall be prepared and dressed true to level and according to the required cross- section of the canal. (ii) Final cutting for 300 mm-450 mm in hard rock shall be carried out by wedging, barring, controlled blasting or trimming with pavement breakers etc. No extra payment will be made for this. (iii) The bed and side slopes of the canal excavation profile over which the bedding material, under- drainage and pressure relief arrangements (Where ever so required) are to be placed and over laid with lining shall be furnished accurately to true and even surfaces and to the dimensions shown on the drawings. (iv) All excavation including over breakage below the lines of underside of lining shall be back- filled completely up to the lines of underside of lining with suitable bedding materials as under or as directed by the Engineer- - The bedding materials shall be lean concrete (1:5:10) in bed and sides for thickness of filling less than about 25 cm; and RR masonry in cement mortar (1:5) if thickness is more than 25 cm. OR In Slopes : In slopes, the selected material shall be suitable semi pervious material/gravelly soil and a layer or pea gravel as binding materials duly moistened and compacted by appropriate compactors/tapers to form a firm backing for the lining. In Bed: In bed, the selected bedding materials shall be rock spalls and chips to form a firm backing. Selected bedding materials to be used over fractured rock or rubble shall be such as would resist piping and consequent washing of fines into the sub grade voids and thus losing support. The material shall be approved by the Engineer for its impermeability and care of placement.

5.1 TOLERANCE IN EXCAVATION Excavated, trimmed/dressed profile provides the final for lining and tolerance shall be comparable to the following.

Departure from established alignment ±20 mm on straight reach and ±50mm on tangents, and partial curves. Departure from established grade. ±20 mm on small canals

The above tolerance shall be negotiated gradually through smooth transition in a length of about 50m. No over run in excavation, filling with the materials as directed by the Engineer, shall be paid to the contractor. The selected bedding materials in the case of bed and sides of canal profile in normal soils shall be compatible with sub grade materials and thoroughly compacted.

5.2 TOLERANCE IN SURFACE IRREGULARITIES IN PREPARATION OF FINAL SUBGRADE 107 Surface irregularities shall be tested by the use of a long template consisting of a straight edge or the equivalent there-off for curved surfaces and shall not exceed the following limits. (i) 6.25 mm for sub grade in bed. (ii) 12.50 mm for sub grade in the side slopes. Final sub grade exceeding these limits shall not be accepted.

6.0 PREPARATION OF SUBGRADE CONSISTING OF EXPANSIVE SOILS (IS : 9451 - 1994) Field and laboratory tests shall be carried out to determine the physical, textural, engineering, and chemical properties of expansive soils and evaluate the swelling pressures of soils in various reaches to establish the thickness of CNS (Cohesive non-swelling solid) layer required so that the resulting deformation is within the permissible limit of 2 cm. The thickness of CNS layer to be provided normal to the sub grade shall be governed by the Indian Standard, IS: 9451 - 194, out lined below. CNS materials shall be non-swelling with a maximum swelling pressure of 10 KN/m2 when tested in accordance with IS 2720 (part-42): 1977 at optimum moisture content and minimum cohesion. Some of the soils which may be considered as cohesive non-swelling soils are all adequately compacted clayey soils, silty clays, sandy clays, gravelly sandy clays etc. exhibiting cohesive properties and containing predominantly non-expanding type clay minerals with liquid limit not exceeding 50 percent. Expansive soils are inorganic or organic plastic clays characterized by shrinkage, high compressibility and swelling properties. To counter act the swelling pressure and prevent deformation of lining, a CNS material of required thickness is sandwiched between the soil and lining. The thickness of CNS material is normal (perpendicular) to the sub grade. Guidelines for choosing the thickness of CNS materials (Cohesive Non-Swelling) required for balancing the different swelling pressures ins given in the following table corresponding to various discharge ranges in canals. Side slopes shall not be steeper than 1.5:1, though slopes of 2:1 shall be preferable.

Note: CNS soil is to be laid in layers and compacted, to at least 90% of Proctor Density.

6.1 Specification of CNS Soils

(i) General Gradation of CNS soil Clay (less than 0.002 mm) Silt (0.06 mm = 0.002 mm) Sand (2 mm - 0.06 mm) Gravel (greater than 2 m)

(ii) The CNS material shall be non-swelling with a maximum swelling pressure of 10 KN/n2 when tested in accordance with IS:2720 (part-42) 1997 at optimum moisture content and minimum cohesion. (iii) Index properties 108

Liquid limit Greater than 30, but less than 50% Plasticity Index Greater than 15, but less than 30%

If given CNS material is not available, designed soils mix to produce artificial CNS may be used. The artificial CNS shall satisfy the condition of swelling pressure mentioned in the sub Para (ii) above. In respect of the provision of CNS layer in the bed, it shall be as worked out from consideration of swelling pressure. However, the thickness of CNS layers to be provided on slopes shall, in addition be governed by the construction consideration i.e. from the Power Roller roll able width consideration of achieving effective compaction. CNS layers shall be compacted to at least 98.50 % proctor density.

6.2 DURING CONSTRUCTION, IT SHALL BE ENSURED THAT

(i) Serrations/steps/benches shall be provided in the side slopes of canal in cutting to provide a good bond between the CNS layers and expansive soil and to also prevent contact slides between CNS materials and expansive soil. (ii) Proper moisture shall be added to CNS material and expansive soil. (iii) CNS material shall be laid in layers (± 20 cm thickness) and compacted to 98% percent proctor Density, preferably, by vibratory Power Rollers viz fully mechanized compaction. No manual compaction will be allowed. (iv) To avoid slopping and rain cuts during the rainy season, it shall be advisable to provide CNS right up to the ground level. (v) The sub grade, on which CNS layer is to be laid shall, generally be not kept exposed for more than 3 to 4 days prior to the placement of CNS layer. (vi) Effective and mechanized compaction of sub grade for side lining on slopes and bed is very important in cutting or embankment. In addition to the designed thickness of CNS, 15 cm or more (perpendicular to side slope) of extra thickness (called pride) shall be provided and compacted. This pride shall be removed only just prior to the placement of lining (a time interval of say about one to two days), thus making a fresh and well-compacted surface available for lining. In small section channels, it shall be appropriate to over excavate the section and fill the entire section with CNS material (laid in successive layers and compacted to 98 % proctor density), and thereafter, scoop this section to the designed section for placement of lining. This PAD method ensures effective compaction by 8-10 T power rollers or equivalent vibratory power rollers. The CNS material so scooped out is utilized in the next reach through re-handling. However, this is deemed to be included in the item rate of providing CNS & will not be paid separately. (vii) Under drainage arrangement, through 'porous concrete plugs or any other device' as per drawing, shall be provided.

7.0 FINAL PREPARATION OF SUBGRADE FOR PLACEMENT OF CONCRETE LINING

109 The work of trimming canal section up to the underside of concrete lining and preparing sub grade for concrete placement include removal of pride section. Pride equivalent to the lining thickness on sides and bed on the underside of lining shall be left unexcavated and the removal of this pride shall be done prior to laying of lining but in no case shall the time interval exceed 3 days in normal weather and two days in adverse weather conditions. Sub grade surface shall be trimmed accurately so the underside dimensions of the lining; embankment and selected back fill placed in over excavated sections shall be moistened and compacted to 98% proctor density, so as to ensure a firm and unyielding sub grade. It shall be ensured that the final sub grade is made adequately moist with fine spray nozzles (or with gardener's cans) to a depth of about 15 cm, before placement of concrete to prevent it from absorbing water from the freshly laid concrete. Water direct from hoses, shall not be used for wetting of the sub grade to prevent erosion and slushy condition on the sub grade. 7.1 The rate for providing and laying embankment shall include the cost of final preparation of sub grade for placement of concrete lining & no separate payment on this account shall be admissible.

7.2 MODEL/SECTIONS/TEMPLATES

Model sections or templates of size 15cm X 7.5cm or any other size specified and shown in the drawing shall be constructed up to the bottom of lining at 18 m intervals in straight reaches and at 9 m interval in curves, or as directed by the Engineer-in-charge, so as to achieve a smooth straight/curved sub grade surface free from unsightly kinks and depressions. The model sections in the bed and sides shall be constructed in M15 cement concrete. The top level of templates will be the bottom level of lining.

Since the model sections are to be used as reference for excavation and trimming of sub-grade for seating to the lining initially and for laying and finishing to required profile and grade to a very close tolerance of 3 mm in a length of 3m any undulations in the model sections beyond the permissible tolerance shall have to removed and redone by the contractor. No separate payment shall be made for this view and shall be deemed to be included in the rate of lining.

8.0 INGREDIENTS

Ingredients i.e. cement, sand, coarse aggregates, water AEA, for cc lining should satisfy the specification of Concrete Mix Ingredients.

9.0 LAYING OF CEMENT CONCRETE LINING SELECTION OF LAYING METHODS (i) The concrete shall be generally governed by IS: 456-2000. The concrete shall also be governed by all the provisions of the technical specification included here. Concrete lining shall be laid in the canal prism as shown in the drawing. Maximum nominal size of coarse aggregate shall be 20 mm for a lining thickness of 75 mm. Cement as per IS code 456, Cement conforming to IS 1489 shall be used. (ii) It shall be result-oriented from considerations of speed and quality construction to optimize mechanized placement of cc lining. Accordingly, mechanized cement concrete lining of bed and side slopes of canal section through deployment of Concrete pavers shall be done.

110 (iii) For the concrete lining to be placed with concrete pavers, PVC strips shall be inserted in both the transverse and longitudinal contraction joints at 3.0 m spacing instead of cutting of grooves and filling with sealing compound. (iv) Placement of protective CC lining of 10 cm thickness (with MSA 20 mm) with nominal reinforcement in 10 m reach in upstream 15m in downstream of each canal structure, may be placed through conventional method (VIZ manually) if so warranted by the contractor, No contraction joints are needed in reinforced concrete lining.

(v) Placement of concrete in profile walls (60 cm X 30 cm) in unlined canal reached at 150 m interval may also be by manual conventional method.

Note: Since the CC lining has to be placed during the canal closure period, concrete toe walls ( 30 cm X 30 cm ±) shall be constructed at the end of the completed lining (both U/S to D/S) prior to release of water after each closure to ensure the safety of lining. (vi) The contractor may use "Baby Paver" (as against full Paver) in such reaches as are of small section and the slope length is up to about 3.5 m. In such reaches, insertion of PVC strips in contraction joints may not be possible and, accordingly, grooves would be cut by the cutters installed on the Baby Paver and contraction joints filled with approved sealing joints.

9.1 SLUMP A slump range of about 50 mm -65 mm shall be considered adequate at the placement site from considerations of proper discharge of concrete from the transit mixer/agitator cars, mechanical mixer, and ease of placement and attaining a well consolidated lining with a good finish.

9.2 AIR ENTRAINING AGENT AEA, as an admixture shall be added to the concrete batch in solution in such a manner as will ensure uniform distribution of admixture throughout the batch during the specified mixing period of about 2.5 minutes. The amount of AEA shall be such as to effect of about 5% air in the mix in order to have good workability and, thus, secure a good finish of concrete lining.

9.3 CONCRETE PRODUCTION AND TRANSPORTATION Concrete shall be produced in a stationary weigh batching plant/plants of adequate capacity installed at a suitable place/places by the contractor and concrete conveyed to the placement site/sites in mobile truck mounted transit mixers for placement of concrete lining with fully mechanized Concrete Paver /Pavers or Baby Paver wherever warranted) No manual concrete making shall be allowed. Alternatively, Or in addition to the stationary B&M Plants, mobile self-loading, weigh batching, mixing and transporting mixer with the mixer drum capacity of 2.8 m3 (or other suitable capacity) shall be deployed by the contractor for production of controlled concrete as well as transportation of the concrete to the placement sites. Concrete transported by the transit mixer or mobile batching-mixing and transporting equipment shall be delivered to the hopper of the side discharge conveyer of the concrete paver. The paver shall screed up the concrete and duly compact it (cylinder finishing).pavers will be fitted with the devices for insertion of PVC strips in contraction joints as lining progresses. Each 111 lining machine and the associate support equipment shall be capable of placing canal lining at an average advancement rate of not less than about 10 m so that insertion of P.V.C. strips in the contraction joints is achieved smoothly and efficiently when the concrete is still in a good plastic state. contraction joints shall be as shown in the drawing at 3.0 m spacing. However, an expansion joints as per design or as directed by the engineer-in-charge shall be provided between lining and the canal structure. Note: For mechanized placement of CC lining in small section channels/dust. System, arrow type or equivalent slip form steel gantries shall be used , the specification of which will be covered in a separate chapter. (i) Concrete shall be placed only in the presence of a duly authorized representative of the Engineer. (ii) Concrete shall be mixed in a mechanical mixer. Hand mixing of concrete shall not be permitted. (iii) When concrete placing operations are stayed for the day or are interrupted because of break down or are delayed by other causes or where the contractor elects to construct a joint, the edge of the fresh concrete lining shall be bulk headed to a surface normal to the lining along transverse and longitudinal lines. Before placing operations are resumed the surface of hardened concrete shall be prepared as a construction joint. Whenever a substantial break-down occurs in the concrete production or concrete transportation system, a joint should be formed as close to the face of the fresh concrete as possible. All concrete on the new side of the joint shall be removed. The fresh concrete shall than be placed against the existing concrete with the full groove for required contraction joint formed in between them. This is essential to eliminate cold joints.

10.0 UNDER DRAINAGE Wherever specified and shown in drawing, porous concrete plugs of 75 mm dia and 300 mm length shall be provided in bed and side slopes underlain by graded filter of size 350 mm by 350 mm or any other size directed by the Engineer-in- charge. Porous concrete shall be composed of one part of cement and 4 parts of coarse aggregate by weight with the size of coarse aggregate not more than 20mm .No sand is to be used .only so much water shall be used in concrete as is required to produce a paste which will coat the particles without filling the voids. In placing porous concrete in moulds, care shall be taken to ensure that it is not over tamped or compacted so as to reduce its porosity. The porous concrete hardens, it should be kept fully moist with water for at least 14 days age be such that water shall pass through slab or porous concrete 30 cm thick at a minimum rate of 500 liters/min/m2 with a constant 10 cm depth of water on the slab.

11.0 TOLERANCE IN LINING THICKNESS

The permissible tolerances for the canal lining shall be as under:- Variation in thickness of lining : +_10% provided average thickness is not less than designed thickness.

112 12.0 TEMPERATURE OF CONCRETE

Temperature of concrete as placed, critical to cracking control and durability, shall, preferably not exceed about 32.20 C (900 F). Accordingly, placement of concrete in hot weather shall be done during the morning and evening hours, extending to night hours as required. For work in extreme weather conditions, the procedure set out in IS 7861 (Part- 10 or IS 7861 (Part-2) be broadly followed.

13.0 CURING OF CONCRETE LINING

The concrete lining of the canal bed shall be cured in conventional manner with water by making small earth bunds of, say 20 cm to 30 cm height and ponding water. The side lining shall be cured with membrane-forming curing compound only.

13.1 SPECIFICATION OF MEMBRANE-FORMING CURING COMPOUND

The white pigmented curing compound conforming to ASTM designation of C-309-81 (or the Indian manufacture conforming to International Standard of C-309-81) shall be used to form water- retaining membranes on the surface of concrete. The curing compound shall be used only after it is approved by the Engineer. The curing compound shall be applied immediately after the bleeding water shine disappears leaving a dull appearance on concrete surface. The liquid compound shall be kept continuously stirred mechanically in a drum and sprayed uniformly over the concrete surface. One liter of curing compound shall normally cover about 4.00 m2 of concrete surface. Accurate coverage should be based on laboratory and fields trials. Laboratory test shall be carried out to check that with specified coverage, the loss of water does not exceed 0.55 kg/m2 over a period of 72 hours. Other tests relate to reflectance and drying time. Day light reflectance of white pigmented curing compound shall not be less than 60% of that of magnesium oxide. The drying time requirement specifies that the curing compound should be dry to touch in not more than 4 hours. When the curing of concrete lining is not found satisfactory, the Engineer-in-charge may direct the contractor in writing to resort to second layer of membrane curing.

14.0 CORE TESTS

Testing –SAMPLING AND STRENGTH OF DESIGNED MIX CONCRETE (i)SAMPLING OF CONCRETE

A random sampling procedure shall be adopted to ensure that each concrete batch shall have reasonable chance of being tested, viz. the sampling should be spread over the entire period of concreting and cover all mixing units (concrete production units)

FREQUENCY OF SAMPLING (ii)The minimum frequency of sampling of concrete of each grade shall be in accordance with the following:

113

S.No. Quantity of concrete in the work m3 Number of samples 1 1-5 1 2 6-15 2

3 16-30 3 4 31-50 4 5 51 and above 4 plus on additional sample

for each additional50m3 or part there of

At least on sample shall be taken from each shift. (iii) TEST SPECIMEN Three test specimens shall be made for each sample for testing at 28 days. Additional specimens may be taken to determine the strength of concrete at 7 days. Test results of the sample shall be the average of the strength of 3 specimens. The individual variation should not be more than + 15% of the average strength of 3 specimens. If more, the test results of the sample are considered invalid. ACCEPTANCE CRITERIA OF COMPRESSIVE STRENGTH Concrete shall be deemed to comply with the strength requirement when both the following conditions are met, as per IS: 456-2000: (a)The mean strength determined from any group of 4 non overlapping consecutive test results complies with the appropriate limits in column 2 of following table. (b)Any individual test result complies with the appropriate limits in column 3 of the following table TABLE Characteristic compressive strength compliance requirement

Specified grade Mean of group of 4 non overlapping Individual test results in N/mm2 consecutive test results in N/mm2 M 15  fck +0.825 x established standard fck – 3 N/mm2 deviation (rounded off to nearest 0.5 N/mm2) Or  fck + 3 N/mm2 whichever is greater M 20 or above fck + 0.825 x established standard fck – 4 deviation (rounded off to nearest 0.5 N/mm2 N/mm2) Or fck + 4 N/mm2 whichever is greater Note: means greater than or equal to

114 In the absence of established value of standard deviation, the following value may be assumed in the first instance and, thereafter, established values based on the requisite number of test results.(not less than 30)

Grade of concrete Assumed standard deviation M10 and M 15 3.5 N/mm2 M20 and M 25 4.0 N/mm2 fck = Characteristic compressive strength of 150 mm cube at 28 days in N/mm2. For M 15 & M20 grades fck is 15 N / mm2 and 20 N/mm2 respectively. For M 10 concrete fck is 10N/mm2. In respect of CC lining with a minimum cement level of 250 kg/M3. Minimum fck envisaged is 15N/mm2. Based on the assumed standard of deviation values of 2N/mm2 and 3Nmm2 for M10 and M15 respectively their hiseling criteria of compressive strength can be envisaged as:

Specified grade Mean of the group of 4 Individual test results in non-overlapping N/mm2 consecutive test results in N/mm2 M10  fck + 0.825 x standard fck – 2 N/mm2 deviation M 15 (CC lining fck + 0.825 x standard fck – 2.5 N/mm2 with minimum deviation cement level of 250 kg /m3)

Note : The minimum cement level of 317 kg/m3 for plain cement concrete lining is from the durability consideration and not on the 28 day characteristic strength basis alone. Standard Deviation: It is calculated from the following equation: SD = (x-x)2 N-1 N= No. of samples (30 samples are generally considered) X = Sum of the mean value of 3 test specimens of each sample divided by the number of samples. Viz overall average strength. X= Difference between overall average strength and the mean strength of 3 test specimens of each sample. Core test -In case of doubt regarding the grade of concrete used, either due to poor workmanship or based on results of cube strength test, Compressive strength tests of concrete on the basis of 14.1 may be carried out, 14.1 Core Test: - The points from which cores are to be taken and the number of cores required shall be at the discretion of the engineer- in charge and shall be representative of the whole of concrete concerned. In no case, however, shall fewer than three cores be tested

115 14.2 Cores shall be prepared and tested as described in IS: 516 14.3 Concrete in the member represented by a core test shall be considered acceptable if the average equivalent cube strength of the cores is equal to at least 85 percent of the cube strength of the grade of concrete specified for the corresponding age and no individual core has strength less than 75 percent. 14.4 Non-destructive Tests: - Non destructive tests are used to obtain estimation of the properties of concrete in the structure. The methods adopted include ultrasonic pulse velocity (see IS 1331) (part-1) and rebound hammer (IS 13311(Part2), probe penetration, pullout and maturity. Non- destructive test provide alternatives to core tests for estimation the strength of concrete in a structure, or can supplement the data obtained form a limited number of cores. These methods are based on measuring a concrete property that bears some relationship to strength. The accuracy of these methods, in part, is determined by the degree of correlation between strength and the physical quality measured by the non- destructive tests. Any of these methods may be adopted, in which case the acceptance criteria shall be agreed upon prior to testing.

14.5 If the overall strength in a particular section is found less than 85% of specified strength, the agreement rate will be reduced by 30%in case Engineer-in-charge agrees to accept the work instead of dismantling it.

(iv) ACCEPTANCE CRITERIA OF COMPRESSIVE STRENGTH The concrete shall be deemed to comply with the strength requirement when both the following conditions are met, as per IS: 456-2000: (a)The mean strength determined from any group of 4 non overlapping consecutive test results complies with the appropriate limits in column 2 of following table. (b)Any individual test result complies with the appropriate limits in column 3 of the following table

15.0 JOINTS Contraction joints shall be provided and treated as shown in the drawings or as directed by the Engineer. Expansion joints shall be provided only where structure intersects the canal lining. No expansion joints are to be provided in CC lining at any other place. Both the Transverse and longitudinal contraction joints shall be spaced at a maximum spacing of 3.0 m centers with the first longitudinal joint at 18 times thickness of for lining below the top edge (viz about 1.35 m for 7.5 cm thick lining, For the lining placed with concrete paver, PVC strips shall be introduced in the contraction joints. In such small reaches where paver cannot be deployed and concrete lining is placed manually, contraction joints will be cut in grooves and filled with sealing compound. The Shape, spacing and dimensioning of contraction joints shall be as shown in the drawing. Broadly, the joints shall extend to at least 1/3 of lining thickness (viz. 2.5cm for 7.5 cm thick lining) with a top width 12 mm maximum and tapering to 9 mm to join a 450 groove at bottom. The contractor must ensure that the grooves are of specified dimensions, acceptable to the Engineer-in-charge. Longitudinal contraction joints are to be provided only where the wetted perimeter of canal section exceeds 6 m.

116

15.1 FILLING OF JOINTS Filling of contraction joints (in cc lining placed manually in small isolated reaches) shall be taken up only after a minimum of 28 days setting period of cc lining. The grooves shall be cleaned thoroughly to their full depth and width brush, air jet, water jet etc. All loose particles and foreign matter shall be removed and the grooves shall be thoroughly cleaned and dried to the satisfaction of Engineer-in-charge or his representative prior to pouring of sealing compound so as to ensure good adhesion to the sealant. The primer shall then be applied by means of brush or any other suitable applicator to cover the sides completely before the application of the sealing compound.

15.2 COMPOSITION OF SEALANT Unless otherwise specified, the sealant shall be prepared from the following materials. 1. Bitumen 85/25 : 55% 2. Sand (fineness modules 1.00 to 1.50) : 43% 3. Asbestos powder (of white color) : 2%

15.3 PROCEDURE The sealant shall be prepared by heating the bitumen to 3750 F and sand also to the small temperature separately. The sand shall be mixed with 2/3rd quality of bitumen first and then asbestos powder shall be added to it. The remaining 1/3rd quantity of bitumen shall then be added to this mix and stirred thoroughly. The groove shall be covered with wooden strip about 1 m long and held on slopes with the help of clay puddle put along the sides. The wooden strip shall be coated with grease on inner side so that it may not stick to the filler compound. The wooden strip shall be gently removed after about 30 minutes and the next joint shall than be filled in similar manner. The joint shall be finished with a hot trowel and any hole shall be refilled with sealant. Filling of joints shall commence from bottom of slopes. Alternatively, the sealant to be procured by the contractor shall confirm to the requisite Indian Standard, as approved by the Engineer-in-charge.

16.0 MEASUREMENT AND PAYMENT All linear measurements shall be in meters, correct to 0.01m. Areas shall be computed in square meters. The perimeter of lining shall be the tope finished surface of the lining. Payment for lining shall be made for the thickness shown on the drawings and on per square meter basis of the superficial area including horizontal coping on both sides at the lining top. The thickness of lining shall be crosschecked by (i) volume of concrete placed and area covered (ii) use of probe when concrete is green and plastic and (iii) random coring. Any over run in quantity of concrete in lining shall not be paid. Running payment will be made at 80% of the accepted unit rate. The final payment at 100% accepted rate will only be made after receipt of acceptable test results. The porous blocks provided for under drainage will be paid on per No. basis separately. Similarly payment of contraction joints, construction joints and expansion joints shall be on running meter basis and shall be paid separately.

117

118 CHAPTER - IV REPAIRS OF CANAL STRUCTURES.

General:

Canal Structures are to be repaired mainly for the damaged coping, parapet walls of road bridges, return walls of cross drainage structured, falls and aqueducts etc. In head regulators and falls, damaged floor concrete would be replaced. Hoist platforms of regulators are also damaged, which would need repairs/re-construction. In the aqueducts and cross drainage structures, there are leakages, which would be addressed through re-pointing/plastering of joints after racking of the joints. Also parapet and wing/return walls of masonry shall need to be strengthened.

4. STONE MASONRY STRUCTURE

4.1 SCOPE

This item shall include providing all material, labour and equipment required to construct the stone masonry and/or stonewalls including transporting material, Preparation of mortar and placing and curing of masonry. It also includes the form work and scaffolding if required.

4.1.1 MATERIAL

4.1.2 STONE The stones used for masonry shall be clean, hard, dense, durable, tough and sound and shall be free from decayed and weathered portions, veins flaws, cracks, soft seams, sharp corners and other defects. Stains on two out of six faces may however be allowed if such stains cannot be removed even after rubbing with hard wire brush. The rubble shall have, as far as possible, uniform color and texture and shall be quarried from approved quarries. The size of rubble stones shall be such that 75% stones are not less 15cm in size in any direction and weighing not less 23 kg.

Rejected stone shall be removed from the site within 3 days failing which department will remove the same at the cost of the contractor. Following IS codes shall generally apply to the stone masonry work.

IS 1597 (part-I) 1992 : Code of practice for construction of stonemasonry. IS 1127 1970 : Recommendation for dimension and workmanship of natural building stones for masonry work. IS 5218 1969 : Method of test for toughness of natural building stone. IS 1124 1974 : Method of test for determination of water 119 absorption, apparent specific gravity and porosity of natural building stones. IS 2250 1981 : Code of practice for preparation and use of masonry mortars. IS 1122 1974 : Method of test for determination of true specific gravity of natural building stones. IS 1121 1974 : Method of test for determination of strength properties of natural building stones. IS 2116 1983 : Specifications of sand for masonry mortar.

The stone shall be tested for water absorption, specific gravity, soundness, and compressive strength. The physical properties of stone shall meet the following requirements.

Test IS code Acceptance Criteria (i) Water absorption (when IS 1124 : 1974 Shall be less than 5% immersed in water for 24 hours) (ii) Specific gravity IS 1122 : 1974 Greater than 2.5% (iii) Soundness IS 1126 : 1974 Less than 10% (after 5 cycles)

4.2 SAND 4.2.1 GENERAL The sand shall be natural river sand washed and screened and the maximum size of particles being limited to 4.75mm for mortar. The second screening shall be done at site of work before use and no extra claim shall be entertained on this account.

The sand shall consist of hard, dense, durable uncoated rock fragments and shall be free from injurious amount of dust, lumps of soft or flaky particles, shale, alkali, loam, mica and other deleterious substances. The total percentage of all the deleterious substances shall not exceed 5%. The sand shall also be sound and free from deleterious amounts of organic impurities.

4.2.2 GRADING The sand shall be well graded and the grading shall be controlled in such a way that its fineness modules ranges between 2.20 to 3.20. It shall not have silt more than 3% by weight. The grading of the sand shall be controlled by mixing of sand from different sources, if necessary, so that the fineness modulus of at least 9 out of 10 consecutive test samples of finished sand, when samples are taken, will not vary more than 0.20 from the average fineness modulus of the 10 test samples. The contractor shall stack sand from different sources separately to facilities sampling and testing. At least 3 days stock shall be kept at site of the work to enable the department to take samples and test the material, in advance of its actual use. 120

The contractor shall take the approval of the sand stacks in advance. If unapproved sand is used the work shall be rejected and redone at the cost of the contractor. Sand shall confirm to provisions of : IS 2116 : 1980 Grading of sand for masonry work

IS sieve size % passing by weight

4.75 mm 100 2.36 mm 90-100 1.18 mm 70-100 600 mm 40-100 300 mm 5-70 150 mm 0-15

4.3 CEMENT Cement as per IS code 456:2000, Cement conforming to IS 1489, as per approval of the Engineer. Initial setting time shall not be less than 30 minutes and final setting time not be more than 600 minutes.

4.4 WATER The water used in masonry shall be free from objectionable quantities of silt, organic matter, alkali and other impurities. Normally, potable water is considered satisfactory for mixing and curing. % of solids shall not exceed the following as per IS : 456-2000.

Organic: 200mg/litre Inorganic : 3000 mg/liter Sulphates (as SO3) : 400 mg/liter Suspended matter : 2000 mg/liter Chlorides (as CI) : 2000 mg/liter for concrete

PH value of water shall be not less than 6 and acceptable range shall be between 6 to 9.

4.5 CEMENT MORTAR

The cement mortar shall consist of cement and sand each complying with its respective specification and shall be mixed in specified proportions given in drawings and bill of quantities. The code of practice for preparation and use of mortar, IS 2250-1981, shall be followed.

Mortar shall consist of Portland cement and sand in the specified proportion, by volume. Sand shall be natural sand and of grading as may be directed by Engineer. The mortar shall be mixed in suitable sized mixers. The quantity of sand and cement in each mix shall be determined by weight by conversion, into volume on the basis of bulk density as per directions of the Engineer-in-charge after making due allowance for bulk age of sand.

121 Only such quantity of mortar shall be prepared at a time as could be completely used up in masonry within thirty minutes of, mixing. Mortar that has remained longer, than this period or that has become stiff or set otherwise shall be wasted at the contractors cost.

The mortar shall be mixed intimately in suitable mechanical mixers (of tilting type). The first batch of mortar at the commencement of work with any mix shall be made richer by mixing 10% more cement over and above that required for the particular mix. The mortar prepared in the mechanical mixer shall be mixed for at least 3 minutes after addition of water.

4.5.1 Hand mixing of mortar shall not be allowed : Only in exceptional circumstances, such as mechanical breakdown of mixer, or when the quantity of work is very small, hand mixing may be permitted by the Engineer-in-charge for that restricted period and the restricted quantity. This shall be done on a smooth watertight platform large enough to allow efficient turning over of the ingredients before and after adding water. Mixing platform shall be so arranged that no foreign material gets mixed with water nor does the mixing water flow out. Dry sand and cement shall be mixed thoroughly by turning over to get a mixture of n\uniform color. Enough water shall then be added gradually and mixing continued until mortar of required consistency of 90 to 100 mm, as required in clause 9.1.1 of IS : 2250-1981 is obtained.

All ingredients shall be fed to the mixer simultaneously. The required quantity of water to achieve the required consistency shall be pre determined y trial mixes, and portion o water from 5 to 10 percent shall precede and the like quantity shall follow the introduction of other materials. The remainder of water quantity shall be added during mixing operation.

4.5.2 MORTAR CONTENT

As specified herein the mortar content in 1 cum of the masonry is expected to vary between 0.37 to 0.43 cum. The average being assumed as 0.42 cum per cum, viz. 42%. The actual consumption of mortar shall be recorded from day to day as equivalent to the volume of the sand fraction of the mortar before the sand enters the mixer. The mix shall be as per proportions specified/approved by Engineer-in-charge from time to time. Following general principles shall be followed.

(i) The ingredients shall be fed into the mixer simultaneously and in such a manner that the period of flow of each ingredient into the mixer is about the same. (ii) A portion of water 5% to 10% shall be fed in the mixer initially and like quantity shall follow the introduction of other ingredients. The remaining of the water would be adde4d uniformly and simultaneously with other ingredients. (iii) The thoroughness of mixing and adequacy of mixing time so as to give a uniform mortar, shall be tested at the start of the job and at such intervals as may be considered necessary. The variation in air free unit weights (range between max. and mix.) shall not be more than the limits given below for three samples, one each taken from the front, center and back of the batch

122 For one batch - 36.6 kg/cum. Average for three batches - 25.5 kg/cum Average of 20 batches - 19.1 kg/cum Average of 90 batches - 14.3 kg/cum

4.6 MASONRY GENERAL

Generally, the masonry shall consist of sound, tough, durable and as far as possible, fine or medium grained stone rubble of approved quality embedded in cement mortar. The mix proportion of mortar in the masonry shall be as shown in the drawings, or of proportion as required by design consideration the later being subject to approval of the Engineer-in-charge from time to time with due allowance for the season of the year and the time of the day when the mortar is used and based on experiments and experience gained. The mortar proportion may be varied if desired by the Engineer, which shall not be considered extra items. All stones shall be absolutely free from dirt and scale and well cleaned and washed before being laid. On no account shall masonry be allowed to present a dry surface during the curing period. At the end of the day's work the top shall be kept well flooded. The masonry shall be raised in courses and unless otherwise directed the next course shall not be laid earlier than 24 hours after the laying of the previous course. The rates given in the various items are based on standard consumption for purpose of computation of cement consumption. However, this shall be assumed as an average of 40% of finished masonry. A variation up to +_ 3% may be allowed in actual consumption on reasonable grounds without any change in rates. Variation of more than 3% on lower side will not be permitted and it will be considered as below specification of work. Variation of more than 3% on higher side will be at the risk and cost of contractor.

To keep a check on the quantity of mortar user, record shall be maintained of the mortar turned out from the mixers and corresponding quantity of masonry laid. The joints shall be well filled with mortar and suitable spalls shall be wedged to avoid excessive use of mortar. The stones shall be pressed and tamped.

4.7 TESTS ON MORTAR

Necessary tests to determine compressive strength of the mortar and for its consistency shall be carried out in accordance with IS: 2250-1981 (Appendix-A). A minimum of 3 test specimens shall be made for each 120 cubic meters of each class of mortar. There shall be at least 3 test specimens of mortar for each day of masonry work even if only a few cubic meter of particular mortar is manufactured and used in a day.

TEST AND FREQUENCY OF TESTING.

S.No. Material Test Frequency of test 123

1 Stone for Compressive strength One test in each working season of Masonry Water absorption individual quarry. Soundness

2 Cement Mortar Compressive strength Up to 120 m3 of masonry work per day = Cubes after 28 day curing of one sample per shift per mixer. For every mortar cubes. additional 1003 of masonry work per day = one sample per shift per mixer.

The strength of one sample shall be taken as average of at least 3 test specimens taken from single batch of mortar. The average strength of any 3 consecutive samples shall be equal to or greater than the specified strength. The overall co-efficient of variation for any 10 consecutive samples shall not be more than 15 percent. Not more than 10% of the specimens tested shall have a compressive strength less than 80% of the required and the average strength of all tests shall equal or exceed the required specified strength. The minimum compressive strengths for 1:5 and 1:4 cement mortar mixes shall be 50Kg./Sq.cm and 75Kg. /Sqcm respectively.

4.8 RANDOM RUBBLE MASONRY 4.8.1 DRESSING.

The stone shall be set in the work as received from the quarry, after merely knocking off weak corners and edges with the mason’s hammer and after cleaning scales of foreign matter, coating if any on the stone. Cleaning and washing of stones as specified earlier shall, however, be done in each case.

4.8.2 WASHING OF RUBBLE

All rubble to be used in masonry shall be thoroughly washed with good clean water. All stones shall be wetted and surface dry while being laid. There must be a good collection of stones, and spalls within easy reach of each mason to enable proper selection of stones to suit the individual locations while laying and these shall be kept continuously replenished.

4.8.3 BOND AND LAYING.

The stones shall be carefully laid so as to break joints as much as possible and shall be solidly bedded in mortar with close joints. No joint shall exceed 37mm nor shall be less than 12mm in thickness. Chips of stone and spalls shall be wedged in to the work, wherever necessary to avoid thick beds or joints of mortar and to give maximum density. No dry work or hollow space shall be allowed. Every stone, whether large or small, shall be set flush in mortar, shaken and hammered down by a mallet to sink in to it. The smaller stone used in the filling shall be carefully selected to fit smugly in to the interstices between the larger one.

124 Additional mortar to be added to fill the intervening space shall be worked by trowel and light hand bar, 12.5,, diameter, and 0.60m long to ensure proper mixing and bonding with the bottom mortar. Disturbing the mortar during the process of setting shall be avoided. After the stone and leave air pockets. Putting chips in the intervening space, between stones shall not be done before filling it with mortar and shaking it down to the full depth. Flat chips shall not be laid at top. They shall be driven on the ends vertically. The masonry surface shall be kept as rough as possible to secure good bond between successive layers.

4.8.4 HEADERS AND STRETCHERS.

Vertical headers shall be inserted every 1.5m to 2meters apart both along and across the masonry monolith. They shall run through the height of at least two courses. Their positions shall be staggered in to successive courses, so that any two courses shall be bonded with such vertical headers. Through stones shall be laid horizontally from the front face to the rear face every 1.5 to 2meter apart. The consecutive stones shall over lap each other at least 15cm, and shall be at least 60cm long each.

The overlap shall be staggered as stated herein above, wire brush the masonry to clean between 24 and 36 hours after it is laid. In case of long stoppages of work, leave construction joints two meters vide by 0.5meters deep to serve as cut –off. Important Requirement of Masonry Construction:

 No masonry works shall be allowed accept in night.  Clean the old masonry surface prior to starting of new masonry work.  Desired constituency of mortar shall be maintained.  Do not place mortar which bleeds excessively.  Surface of masonry shall be as rough as possible to secure good bond between successive layers  Wire brush the masonry surface after the mortar has set finally i.e. after 8hours to 12 hours to remove excessive mortar.  Only such quantity of mortar shall be prepared at a time as could be completely used within 30 minutes.  Only such quantity of mortar shall be prepared at a time as could be completely used within 30 minutes.

Adequate mechanical arrangements shall be made by the contractor to protect the fresh masonry against rapid drying and to cure the masonry as detailed below. Curing of the masonry shall comments after about 4 to 12 hours of construction (Depending up on weather, atmospheric temperature etc.) and water shall be gently sprayed to avoid damage.

All exposed surface of masonry shall be continuously kept moist for a minimum period of 28 days all methods used for curing shall leave the surface free from any dislocation of damage the surface should

125 be cleaned of all the materials after completion of work. Should the masonry in any part deteriorate for want of curing, it shall be pulled down and rebuilt with fresh materials at the cost of the contractor.

4.10 MEASUREMENT OF MASONRY:

Except as otherwise specifically provided in these specifications, measurement of masonry for payment will be made only to the neat lines of the structures as shown on the drawings or as established by the Engineer-in-Charge and on the basis of the thickness shown in the drawing. Where more than one thickness is shown the average. Thickness shown on the drawings will be used as the basis of measurement for payment.

4.11 TOLERANCES FOR MASONRY CONSTRUCTION:

(i) Variation of Construction time outline from established position in plan: In 5 meters – 10mm In 9 meters – 15mm

(ii) Variation of dimension to individual structural features from established position: In 25 meters or more – 50mm In buried construction twice the above amount.

(ii) Variation: from the plump and from the specified batter, for all structures : In 5 meters – 20mm In buried construction twice the above amount.

4.11.1 PRESSED POINTING:

The joints shall be pressed with special trowel Nayala” as soon as the mortar has begun to set and the hollow spaces refilled with fresh mortar to consolidate in. The joints shall be rubbed with Nayala till they are about 5mm deep into the masonry. After rubbing, the extra mortar of the edges of joints shall be carefully scrapped off with the nose of the trowel to give neat finish.

4.11.2 FINAL FINISH TO JOINTS:

The joints shall be neat defined, regular and of a uniform width. The joints shall be raised over the surface of the masonry. In coursed masonry, the joints shall be truly horizontal and vertical. The work pointed should be kept wet for 21days after pointing is completed.

4.11.3 MODEOF MEASUREMENT AND PAYMENT:

126 The item covers all the pointing work required for different classes of masonry the work shall be measured and paid at specific rate mentioned by the contractor in the bill of quantities on square meter, basis. The rates are inclusive of all leads and lifts.

4.12 POINTING:

4.12.1 SCOPE.

The item shall consist of furnishing of all tools, equipment, material and labour required to transport material and providing pointing to masonry work including scaffolding and curing. The pointing shall be flesh or pressed jointing as directed by the Engineer-in-Charge.

4.12.2 PROPORTION OF MORTAR:

All pointing shall be done with cement mortar 1:3, unless otherwise specified. The cement shall be confirmed to the specifications, mentioned in section IC-Sub section. A the sand to be used shall be fine. It shall pass through sieve of size No.16 Mesh A.S.T.M.(IS-120). The sand shall confirm in all other respect to specification under section IC-Sub Section B. 4.12.3 RAKING JOINTS:

The joints in masonry to the pointed shall be raked square for a minimum depth of not less than the width of joint when the mortar is firm from not set.

4.12.4 CLEARING JOINTS:

Before pointing the joints shall be thoroughly cleaned of any dirt of loosely adhering cement or mortar and washed out properly and thoroughly wetted.

4.12.5FILLING JOINTS:

The joints shall then be filled with cement mortar 1:3 unless otherwise, specified. Mortar will be thoroughly rained and caulked in to the joints. The pointing mix shall neither be too dry not too wet. The mortar shall have just enough water so that it will stick together on being mounded into a boll by a slight pressure of the hands but will not free water when so pressed and will leave the hands damp. Pointing shall be carried out as rapidly as possible and not touched again after the mortar has once begun to set.

4.12.6 FLUSH POINTING:

The joints shall be filled with cement mortar, which shall be thoroughly rammed caulked into the joints. No lines shall be pressed on the joints but the joints shall instead be nearly rubbed smooth as soon as the mortar has begun to act. The extra mortar on the edge shall be carefully scraped off to give a neat 127 appearance. Pointing shall be carried out as rapidly as possible and not touched again after the mortar has once begun to set.

PLASTERING

4.13.1SCOPE The item shall consists of furnishing of all tools, equipment, materials and labor required to transport material and providing pointing to masonry work including scaffolding and curing. The pointing shall be flush pressed jointing as directed by the Engineer-in-Charge.

PROPORTION OF MORTAR: All plastering shall be done with cement mortar (1:3) unless otherwise specified. The cement shall be confirmed to the specifications mentioned in section I.C. sub section A. The sand to be used shall be fine. It shall pass through sieve of size No.16 mesh. A.S.T.M. (ISI: 120). The sand shall confirm in all other respects to specification under chapter-2, Sub Section-B. TABLE GRADING OF SAND FOR USE IN MASONRY AND PLASTER MORTARS.

IS: Sieve Designation. For internal and external wall and ceiling plaster, percentage passing by mass. 9.5mm 100 4.75mm 95 to 100 2.36mm 95 to 100 1.18mm 90 to 100 600 micron 80 to 100 300 micron 20 to 65 150 micron 0 to 15

CONSTRUCTION:

All joints in the face work to be plastered shall be raked out to a depth equal to not less than the width of the joints or 2 cm or as directed by the Engineer-in-Charge. Smooth surfaces of concrete, old plaster, etc. must be suitable roughened to provide necessary bond for the plaster. The surface to be plastered shall be cleaned and scrubbed with fresh water and kept wet for Six hours prior to plastering and on rough surface of wall a preliminary coat must be given to fill up the hollow two coats. The thickness of first coat shall be just sufficient to fill up unevenness thickness in the thickness surface under treatment. The second coat shall be applied while the first coat is still soft. Plastering should be done from top to downwards. The cement mortar that falls on the ground while applying the plaster shall not be used. Patches of plaster 15cm x 15cm shall be put about 1.5m apart as gauges to ensure plaster work mortar shall be firmly applied to the joints and on the surface and rubbed and leveled with a flat wooden role to give the required thickness. All corners shall be chamfered or rounded as directed by the Engineer- in-Charge. The surface shall be finished to plane or curved surface as shown on the drawings or as 128 directed by the Engineer-in-Charge. The work plastered shall be kept wet for 21days after it is finished.

MODE OF MEASUREMENT AND PAYMENT: The item covers all the plastering work required for different classes of masonry. The work shall be measured and paid at specific rate mentioned by the contractor in the bill of quantities on square meter basis. The rates are inclusive of all leads and lifts.

CHAPTER-V

Repair/Replacement of mechanical fixtures

26.13.1 General

The specifications cover the single faced sluices from 200 mm to 1200 mm size of different shapes with rising (sliding) and non-rising (rotating) spindles.

26.13.1.2 The specifications is limited to sluices which are suitable for general use only and for the following types of special use: a) For wall mounting in situations where small and medium volumes of raw or filtered water, storm water or sewage are to be controlled and a single faced sail is required on the waterway for isolating purposes. b) For water supply draw-off and purification works, sewage plants, ordinary land drainage and irrigation canals. Hydro-electric collecting aqueducts and tail races. c) For unbalanced head restricted to 15 meters, tending to push the door on to the frame and there by helping stanch leakage past sealing face. d) For manual operation by hand wheel/toe-key/frame or floor mounting head stocks with or without gearing.

26.13.2 Classification

26.13.2.2. Single faced sluices are of class 1 or class 2 types. Class 1 covers sluices suitable fore a maximum, sealing unbalanced head of 6 meters of water. Class 2 covered sluices suitable for maximum sealing unbalanced head of 15 meters of water.

26.13.2.2 Shapes and types of sluices maybe circular, square or rectangular and may either be with rising or non-rising spindle.

129 26.13.2.3 Nominal sizes and dimensions. Single faced sluices shall be manufactured according to the nominal sizes and dimensions as given in Table No.2. Tolerances on the dimensions shall be closely taken into account and the manufacturing shall be as closed to nominal dimensions as possible. The range and ratings of different types with rising and non-rising are given in Table No.3.

26.13.3 Materials

Following materials in use for the manufacture of various components of the gates.

Sl.No. Component Part Recommended Reference materials

1. Frame& door side guide strip Grade 20 cast iron IS:210-1991

2. Spindles, nuts & bolts Mild steel IS:2062-1992

3. Face, Face rings/triad, spindle, Gunmetal IS:2654-1991 nuts.

26.13.4 Manufacture & Workmanship

26.13.4.1 Frame

26.13 4.2 The frames shall have a robust spigot of an appropriate length, cast integral at the back for case of support in the waterway and to provide an effective seal. Sluices having circular opening or waterway may have a spigot dimensions conforming to IS:1538-1976. For square and rectangular openings the dimensions shall be as per the tendered specifications.

26.13.4.3 The back of the frame shall be flat. The frame for non-rising sluices shall have a machined face on the top to support the thrust plate.

26.13.4.4 A cast iron side guide strip having a machined taper face on the underside shall be fixed to the frame on each side by mild steel studs and extending over the height of the waterway to plr9ovide effective guide throughout the travel of the door. A stopper shall be casted integrally immediately below the water way and center with it to limit the travel of the door.

26.13.5 Door

26.13.5.1 Door shall have reinforcement ribs integral at the back for strength. On each side there shall be tapered sung or gun metal or bronzes tape strip not less than three, machined to match similar taper faced side guide strips on the frame.

26.13.5.2 Two integrally cast lug drilled to take mild steel bearing pin shall be provided doors for use with rising spindles, integrally cast pocket suitably reinforced to accommodate a nut shall be provided on doors with non rising spindles.

130 26.13.5.3 A stopper to match that on the frame shall be casted integrally at the bottom.

26.13.6 Face (Door) and Seat (Frame) Rings.

26.13.6.1 Facings for different types of sluices shall confirm to the dimensions given in table 4 to 8 read with figures 4A, 4B,4C 4D & 4E.

26.13.6.2 Facings shall be so secured by brass rivet pins in the machined groups of the frame and door and machined and hand finished, that with the door fully shut a satisfactory water tight seal is formed on the water way. The contact between the facings shall be sufficient close at every point in the perimeter so as to produce a uniform bearing all round.

26.13.6.3 The attachment of the facings to the frame and door shall be so carried out that when finished they shall remain in place free from distortion loosening during effective life of the sluice.

26.13.6.4 Face rings and seat used shall be as per shape and sections given below:-

S. No. Sluice Gate Type of section of Type of section of face ring. seat ring. 1 Sluice up to and ‘L’-Section ‘L’-Section below 300mm 2. Sluices above Rectangular section. Strips/Rings of 300mm Rectangular section.

26.14.1 Guides

Guides shall be adequately secured to the main frame by stud bolts and provisions shall be made for appropriate longitudinal movement to adjust degree of welding consistence with sealing property. There shall be little lateral movement and tongues kees shoulders or lugs may be provided for the purpose.

26.14.2 Spindles.

26.14.2.1 Rising/Sliding type.

The dimensions shall conform to those specified in table No.4,6 & 8 and shall terminate at the top of the sluice door and operated through either frame or floor mounted head stock. The threaded portion of the spindle shall be completely clear of the liquid being handled and shall be accessible for lubrication.

26.14.2.2 Non-rising/Retaining Type.

These shall conform to the dimensions given in table No.5&7 and shall be treaded at the bottom. They shall be restrained axially by a thrust plate on the top of the sluice frame and shall work in a nut located

131 in pocket on the top center of the door. The screeded portions of the spindles shall have machine cut square and some thread.

26.14.2.3 The length of road may vary for each installation, the number of coupling required may be computed from the table No.9. For length exceeding 6 meters, it is recommended that only sliding rods be employed, but if the prevailing conditions do not permit their use the rotating type of may be considered.

26.14.2.4 Thrust bearings-

For non rising spindles bearing shall be provided in the yoke of the frame of a design that will develop and safely transmit the full thrust at the time of opening or closing the door.

26.14.3 Operating Mechanism:

26.14.3.1 Provision may be made in the tender specification for operation of sluices by hand, electric, hydraulic or pneumatic power.

26.14.3.2 Hand Wheels:-

For gates having rising or non rising spindles the diameters of hand wheels is dependent on the factors viz. unbalanced load, type of actuating gear employed (Spur or worm) length of operating rod. The diameter of hand wheel suitable for use on ungeared hand stocks are given in table No.11 for general guidance.

26.14.3.3 Height of sluices:-

The overall heights and the dimensions of the sluice frame and doors shall be accordance with table No.2.

24.14.3.4 Workmanship:-

All casting shall be clean, sound and without defect of any kind. They shall be free from sand and no casting shall be burned, plugged, stopped, patched or welded and no repairs of defects shall be permissible. All foundry and machine work shall be done in accordance with best modern practice and all component parts shall be carefully and accurately machined to Jigs and templates so as to make, them fully interchangeable on site without any additional work 26.14.3.5 Painting - Immediately after casting and before machining, all cast iron parts shall be thoroughly cleaned and before rusting commences, these shall be coated by at least two coats of bitumastic rust-proof compound of satisfactory quality and specification. The final coats shall be applied to the exterior surfaces, excluding machined portion, after assembly and testing. 26.14.3.6 Testing – after completion each sluice gate shall be tested in the shop for smooth working of the component parts including operating gear.

132

APPENDIX – A MATERIALS FOR THE COMPONENTS OF FIXED-WHEEL GATES S.No Component part Recommended materials Reference i. Wheel Cast steel IS:1030-1989 Cast Iron IS:210-1991 Wrought steels IS:1570-1987 Forged steel IS:2004-1991 ii. Bushing Bronze

iii. Wheel pins or axis Chrome nickel steel or corrosion IS:1570-1987 resisting steel, mild steel with IS:2004-1991 nickel or chromium platting. IS:2062-1992 IS:1060-1992 IS:1337-1991 iv. Structural parts gate Structural steel IS:2062-1992 left, track base etc. IS:8500-1992 v. Seal Rubber Appendix-F vi. Wheel track a) Stainless steel IS:1570-(Pt.V) 1991 b) Corrosion resisting steel IS:1570-1987 c) Cast steel IS:1030-1989 d) Structural resisting IS:2062-1992 e) Corrosion resisting cast iron IS:2749-1991 Material (a) to (e) may be specified depending upon the actual requirements of wheel loads. vii. Seal seat Stainless steel plate or stainless IS:1570 (Pt.V) 1991 steel clad plate. viii. Seal base seal seat Structural steel of convenient shape IS:2062-1992 IS:8500-1992 ix. Seal clamp Structural steel IS:2062-1992 Stainless steel IS:8500-1992 IS:6527-1992 IS:6603-1991 x. Guide Structural steel or corrosion IS:2062-1992 resisting steel IS:8500-1992 IS:6603-1991 xi. Springs Spring steel IS:1570-1987 IS:6527-1992 xii. Anchor bolts Structural steel IS:2062-1992 IS:8500-1992 xiii. Guide rollers and Structural steel or corrosion IS:2062-1992 guide shoes resisting steel, cast iron, cast steel IS:8500-1992 or forged steel. IS:210-1991 IS:1030-1989 IS:2004-1991

133 Note:1 Grade of the material confirming to the specifications mentioned above shall be specified by the designer to suit to the particular requirement.

Note:2 Cast iron shall not be used for wheel and tracks for high head gates.

Note:3 The choice of material is governed by the type of installation, accessibility for maintenance, reservoir water properties silt, etc.

1. Specifications for carbon steel castings for general engineering purposes (second revision)

2. Specifications for gray iron castings (second revision)

3. Schedule for wrought steels for general engineering purpose.

4. Specifications for carbon steel forgings for general engineering purposes (first revision)

5. Specifications for structural steel (stand quality) (First revision)

6. Specifications for structural steel (Fusion welding quality)(second revision)

7. Electroplated coatings of nickel and chromium on iron and steel (First Revision)

8. Specifications for hard chromium electro pumped coatings on iron and steel (first revision)

9. Wieldable structural steel, medium and high strength quality.

10. Specifications for stainless and heat resisting steels (First revision). 11. Specifications for stainless iron castings (First revision) 12. Specifications for stainless wire rod. 13. Specifications for stainless steel bars and flats.

134 Chapter – VI FORM WORK General : 1. Forms shall be used, wherever necessary, to confine the concrete and to shape it to the required lines. Normally all exposed concrete surfaces having slope steeper than 2 horizontal to one vertical shall be formed.

2. The condition of forms influence not only appearance of the structure but also quality. Use of good form material and proper form construction and maintenance is very important in field control. The use of steel form work enhances the appearance of placed concrete. It should be recognized that it is not particularly economical to use poor quality form. Too often any savings from use or injudicious re-use of poor timber form are negated by manual labour in repairs and final dressing of the structure to an acceptable appearance. Tolerances:

3. The form work shall be designed and constructed to the shapes, lines, and dimensions shown on the drawings within the following tolerances:

A. Linear Outline: (a) In any 6m of length + 12mm (b) In any 12 mm of length + 18mm

B. Plumb, specified batter, or from the curved surfaces of all structures including the lines and surfaces of columns, walls, piers, buttresses etc.

(a) Iron 3m of height + 12mm (b) In 6 m of height + 18mm (c) In 12 m of height or grater + 30mm C. Deviations from specified dimensions of cross-section of columns and beams + 12 mm - 6mm D. Deviations from dimensions of footings. (a) Dimensions of plan + 50mm -12mm (b) Eccentricity of the footing in the 0.02 times the width direction of deviation but more than 50 mm (c) Thickness + 0.05 times the specified thickness. Note: These tolerances apply to concrete dimensions only, and specified thickness not to the positioning of vertical reinforcement steel.

Workmanship, cleanliness, and strength of form work.

135 1. The form work shall be of well seasonal timber, steel, or such suitable material or combination of such materials. Where timber forms are used, these shall, preferably, be lined with M.S. sheet which offers a smooth faced non-absorbent material. Supports maybe of timber or steel. Suitable wedges in pairs be provided to facilitate adjustment and subsequent releasing of forms. The contractor shall furnish the details of his proposed form work to the Engineer-in-charge for his approval before erection there-of. 2. All rubbish, particularly chippings, shavings, saw dust and grout etc. shall be removed from the interior of forms before these are erected. Cleanliness of forms shall be again checked after the forms are in place and before the concrete is placed. The face of the form work, which is to be in contact with the concrete shall be cleaned and treated with suitable form oil or release agent. The form oil shall be applied so as to provide a thin uniform coating to the forms without coating the reinforcement. 3. Forms shall have sufficient strength to with stand all pressure resulting from concrete placement and vibration without deflection forms the prescribed lines during and after the placement of concrete and shall be maintained rigidly in position. Where form Vibrators are to be used, it shall be ensured that the form work is adequately rigid to effective transmit energy from the vibrators to the concrete without damaging or altering the position of forms. The forms shall be made sufficiently rigid by use of ties and bracings to prevent any displacement or sagging. Suitable struts or stiffeners shall be used wherever considered necessary. The forms shall be made mortar tight. 4. After the forms for concrete structures have been erected to line and grade, they shall be meticulously inspected as to their adequacy. If the forms are not tight, there will be a loss of mortar which shall result in honey-combing of concrete or a loss of water which shall cause sand streaking. If the inspection reveals that the forms are not strong enough to hold the concrete or are not braced sufficiently to stay in alignment, the Engineer-in-charge shall immediately notify the contractor to set right the deficiencies and concrete shall not be placed before the form are re-inspected and found OK. It shall also be checked during inspection that the form work, as erected, conforms to the line, grade, alignment to the specified tolerance limits. Fully adequate rigidity of forms is of paramount importance swice the tolerance limits specified are for the forms. Use of internal vibrators requires that the forms be tight and strong. 5. Stability is a very important consideration in the construction of forms. Every one concerned including the contractor shall be made to understand that the common deficiencies in form failure are:

I. inadequate crosses bracing of shores; II. Inadequate horizontal bracing; III. Failure to regulate the rate of placement of concrete in the forms; IV. Poor regulation of the horizontal balance of the form filling; V. abnormal displacements during and after concrete placement; VI. No provision for lateral Pressures; and VII. Lack of adequate inspection of form work; In forms construction, it is very important that ready access be provided for proper placement, working, and vibration, and for inspection of these operations.

136 6. The surface of form work shall be made such as to produce surface finishes as specified and the joints shall be tight enough to prevent loss of liquid/slurry/mortar from concrete. Joints between the form work and the previous lift shall be grant tight. Horizontal construction joints: 7. A very common blemish on formed concrete surface is the off-set often found at horizontal construction joints where the forms have given way a fraction of couple of centimeters at the bottom of the new lift. For surfaces where appearance and alignment are of considerable importance, these off- sets shall be prevented by so setting he forms as to fit snugly against the top of concrete in the previous lift and the securing them so as to remain in tight contact during the concrete placing operations. The anchoring shall be done by using an ample number of ties and bolts, above and within a few centimeters of the construction joint. The ties in the top of previous lift cannot be relied on to prevent a slight spreading of the forms at the joint. Forms shall overlap the hardened concrete in the lift previously placed by not more than about 50mm though 25mm lap is considered sufficient. Utmost care shall, thus, be taken by the contractor to ensure that the construction joints are smooth, free from sharp deviations, projections, or edges. Spelling from the face of concrete:

8. Occasionally, spilling may occur from the face of the concrete when forms are removed. This is often caused by rough spots on the forms where mortar adheres strongly enough to overcome the tensile strength of the green concrete. Such areas on the forms shall be cleaned, polished, and then covered with suitable form oil. Wire brushing of timber forms shall be done very carefully to remove the set mortar as else it may aggregate the situation. Filling of bolt holes (she-bolts) or holes of ties/rods:

9. The holes left by left the concrete surface by she-bolts or rods etc. shall be reamed, cleaned, and filled with “dry pack mortar” within a reasonable period of form work. Such filling shall be made flush with the concrete surface. Re-use of forms:

10. The forms required to be used more than once shall be maintained in a good condition and shall be thoroughly cleaned and repaired (if required) before reuse. Where metal sheets are used for lining the forms, the sheets shall be placed and maintained in the forms without lumps or other imperfections. All forms shall be checked for proper shape, cleanliness, and strength before re-use.

Inspection of forms:

11. The contractor shall inform the Engineer-in-charge well in time before commencement of placement of concrete “in the forms to enable him or his representative to ‘inspect the form work as to its adequacy, suitability, alignment, strength, and overall fitness; and such inspection shall not relieve the contractor of his sole responsibility for the safety of men, materials, equipment and the results obtained. 137

Quality assurance:

10. Ok Card System shall be introduced. The format of ok card shall be determined by the Engineer-in-charge and the contractor or his representative shall be required to fill in the first column of ok card against all relevant items (as prescribed by the Engineer-in-charge) and sign to indicate that these are in conformity with specifications. There after the engineer, authorized by the Engineer-in- charge shall inspect these items and any defects pointed by him shall be duly rectified by him. Broadly, the items shall comprise of:

 Preparation of surface of forms, form oil applications;  Alignment, to tolerances;  Stability, bearing and support adequacy, ties, and spacers;  Inspection openings, size, spacing and locations;  Final clean-up; and  Final ok for concrete placement;

Stripping of form work:

13. The Engineer-in-charge shall be informed in advance by the contractor of his intention to strike/remove any form. The forms shall not be removed until the concrete has achieved adequate strength. As per IS:456-2000, the concrete should have achieved strength of at least twice the stress to which the concrete may be subjected at the time of removal of form work. While this criteria of strength shall be the guiding factor for removal of form work in normal circumstances, where ambient temperature does not full below 150 c and where, ordinary Portland cement is used, and adequate during is done, following striking period of forms be adopted, which shall satisfy the above criteria of strength of concrete:

Type of form work Minimum period before striking form work. (a) Vertical form work to columns, walls, beams. 16-24 hours

(b) Soffit form work: to slabs (props to be refixed 3 days immediately after-removal of form work)

(c) Soffit form work to beams (props to be refixed 7 days immediately after removal of form work) 138

(d) Props to slabs: (1)Spanning up to 4.5m 7 days (2)Spanning over 4.5m 14 days

(e) Props to beams and arches: (1)Spanning up to 6.0m 14 days (2)Spanning over 6.0m 21 days

For cements other than ORC and lower temperatures, the stripping time specified above; shall be suitably modified by the ‘Engineer-in-charge. The contractor shall ensure and it is his responsibility that the number of props left under, their sizes, and disposition shall be such as to be able to safety carry the full dead load of the slab, beam, or arch, as the case may be, together with any’ live load likely to occur during curing or further construction.

Forms shall be removed with care so as to avoid any damage to the concrete. Concrete damages, if any due to removal of forms, shall be promptly repaired by the contractor as per method of such repairs prescribed/directed by the Engineer-in-charge to his entire satisfaction.

139

Chapter – VII STEEL REINFORCEMENT

GENERAL:

(a) This section covers specifications for providing steel reinforcement in bridges, aqueducts, super passes, siphons, under tunnels, retaining walls, inlets, outlets, head walls, regulators, off-take sluices, canal side walls, cut-off walls, spillways, and other similar concrete structures.

(b) This work shall consists of furnishing and placing reinforcement of the shape, size/dimensions shown on the drawings and as specified in the specifications, including cutting, bending, cleaning, placing, binding/welding, and fixing in position. The steel reinforcement shall be arranged by the contractor. A list of applicable Indian Standards is furnished below:

IS 456-2000 Code of practice for plain and Reinforced concrete. IS 1786 – 1985 Specifications for high strength deformed steel bars and wires for concrete reinforcement. IS 432 – 1982 Specifications for mild steel and medium steel bars for concrete (Part-I) reinforcement and hard drawn steel wire. IS 2502 – 1963 Code of practice for bending and fixing of bars for concrete reinforcement. IS 9427 – 1989 Recommendations for welding cold worked bars for reinforced construction. IS 814 – 1996 Electrodes for manual are welding of carbon and carbon manganese steel. IS 1278 – 1972 Filler rods and wires and gas welding.

In addition to above IS codes, the specifications of Rajasthan PWD and Quality Control Manual shall also be referred to wherever so required by the Engineer-in-charge.

MATERIAL

The contractor shall make his own arrangements to procure high yield strength deformed (HYSD) bars to IS 1786– 1985, as shown on the drawings. Tested quality of steel reinforcement bars shall be used. Requisite I.S.I. test certificates are to be provided to the Engineer-in-charge before use of reinforcement on the work.

Steel bars shall be stored in such a way as to avoid distortion and to prevent deterioration by corrosion.

The diameters and weight of steel bars shall be as following: 140

S.No. Diameter of bar Sectional weight in Kg. per running Meter both for plain and HYSD steel bars. 1 6mm 0.22 2. 8mm 0.39 3. 10mm 0.62 4. 12mm 0.89 5. 14mm 1.21 6. 16mm 1.58 7. 18mm 2.00 8. 20mm 2.47 9. 22mm 2.98 10. 25mm 3.85 11. 28mm 4.83 12. 32mm 6.31 13. 33mm 6.71 14. 36mm 7.99 15. 40mm 8.96 16. 42mm 10.88

Note: If any steel bars other than those specified above are used, the weights shall be as per standards steel tables.

Cutting, bending, and binding of reinforcement. a) Reinforcement steel bars shall conform accurately to the dimensions given in the bar bending schedules’ shown on relevant drawings. b) Bars shall be bent cold to the specified shape and dimensions by a bar bender by hand or power to attain the proper and specified radii of bends as shown in the drawings. c) Bars shall not be bent or straightened in a manner that would injure, the material. d) Bars bent during transport and handling shall be straightened before being used on work. The bars shall not be hearted to facilitate bending. e) Reinforcement bars available from any rejected reinforced concrete shall not be used. f) The radii of the bends in the main reinforcement bars shall not be Jess than 4 times bar diameter for plain mild steel bars or 6 bars diameters in deformed bars. The radii of bends for stirrups shall not be less than twice the diameter of round bar. In the case of bars which are not round, and in the case of deformed bars, the diameter shall be taken as the diameter of a circle having an equivalent effective area. g) Hooks/stirrups shall be suitably encased to prevent any splitting on concrete.

141 h) Where reinforcement bars are bent aside at construction joints and after wards bent back into their original positions, care shall be taken to ensure that at no time is the radius of the bend less than 4 bars diameters for plain mild steel or 6 bar diameters for deformed bars. Care must also be taken when bending back bars to ensure that the concrete around the bars is not damaged.

Placing of reinforcement. a) Before the reinforcements placed, the surface of bars and the surfaces of any metal bar supports shall be cleaned of rust, loose mill scale dirt, grease, and any other objectionable matter. b) All reinforcement bars shall be accurately placed in exact position shown on the drawing, and shall be securely held in position during placement of concrete by annealed bending wire, and by using stays, blocks, or metal chairs, spacers, or other approved devices at sufficiently close intervals. c) Wire for binding reinforcement shall be soft and annealed mild steel of 16 SWG and shall conform to IS: 280 – 1978. Binding wire shall have tensile strength of not less than 5600 kg/cm2 and a yield point of not less than 3850 kg/cm2 d) Bars shall not be allowed to sag between supports. These shall not be allowed to be displaced during concerting or any other operation during the work. e) The contractor must ensure that there is no disturbance caused to the reinforcing bars already place in concrete. f) All devices used for positioning of bars shall be of non-corrodible material. Metal supports shall not extend to the surface of concrete, except where shown in the drawings. Pieces of broken stone, or brick, or wooden blocks shall not be used. g) Placing on layers of freshly laid concrete as work progress for adjusting of bar spacing shall not be allowed. h) Layers of bars shall be separated by spacer bars, precast concrete blocks or other approved devices allowed by the Engineer-in-Charge. i) Reinforcement bars after being placed in position shall be maintained in a clean condition until completely embedded in concrete. Special care shall be taken to prevent any displacement of reinforcement in concrete already placed. j) It MUST BE ENSURED that CONCRETE COVER. as indicated in the drawings. IS METICULOSLY PROVIDED.

All bars protruding from concrete and to which other bars are to be spliced, and which are likely to be exposed for a long period, SHALL BE PROTECTED BY A THICK COAT OF NEAT CEMENT GROUT.

142 k) Bar crossing each other, where required, shall be secured by binding wire (annealed) of size not less than 1mm diameter and conforming to IS:280-1978 in such a manner that they do not slip over each other at the time of fixing and concreting. 1) Minimum distance between individual bars. As per IS:456-2000, the following shall apply for spacing of bars: (A) The horizontal distance between two parallel main reinforcing bars shall usually be not less than the greatest of the following: (i) The diameter of the bar if the diameters are equal; (ii) The diameter of the larger bar if the diameters are unequal; (iii) 5mm more than the nominal maximum size of coarse aggregate.

Note: - The size of aggregate may be reduced around congested reinforcement to comply with this provision.

(B) Greater horizontal distance than the minimum, specified in (A) above should be provided wherever possible. However when needle vibrators are used, ‘the horizontal distance between bars of a group may be reduced to two-thirds the nominal maximum size of coarse aggregate, Provided that sufficient space is left between groups of bars to enable the vibrators to be immersed.

(C) Wherever, there are 2 or more rows of bars, the bars shall be vertically in lined and the minimum vertical distance between the bars shall be 15mm’ or two-thirds the nominal maximum size of aggregate, ‘or the maximum size of bars, whichever is greater’.

SPLICING.

(a) Where it is necessary to splice reinforcement: The splices shall be made by laping welding or by mechanical couplings.

When permitted or specified on the drawings, joints of reinforcement bars shall be but welded so as to transmit their full strength. Welding of bass shall be done as directed by the Engineer-in- Charge and confirming to the requirements of clause 11.4 of IS: 456-1978, reproduced below:-

“Welded joints or mechanical connections in reinforcement may be used but in all cases of important connections, tests shall be made to prove that the joints are of full strength of bars connected. Welding of reinforcement shall be done in accordance with the recommendations of IS: 2751- 1966(Code of practice welding of mild steel bars used for reinforced concrete construction)”

 If it is proposed to use welded splices in reinforcing bars, the equipment, the material, and all welding testing procedures shall subject to the approval of Engineer-in-Charge. The contractor shall also carry out test welds as required by the Engineer. No extra payment will be made for welding reinforcement test welds:

143  For welded splices for reinforcing bars conforming to IS: 1786-1985 (High strength deformed steel bars), welding shall be done in accordance with IS: 9427-1979. For the reinforcing bars conforming to IS:432(Part-I)1982 (Mild steel/Medium steel), the welding shall be done accordance with IS:2751-1979. The electrodes for manual are welding shall conform to IS:814(Part-I) 1974 and IS:814 (Part-II) 1974 mild steel filler rods for oxy acetylene welding shall conform to IS:1278-1972 provided they are capable of giving a minimum but weld tensile strength of 42Kg. per mm square.

Electric arc welding shall be used. Ends of bars shall be cleaned of all rust, mill scale, grease, paint or any other foreign matter before welding.

(b) Reinforcing bars of 28mm in diameter and larger may be connected by but welding provided that the lapped devices will be permit if found to be more practical than but welding and if lapping does not encroach on cover limitation or hinder concrete or reinforcement placement. (c) Reinforcing bars of 25mm in diameter and less may be lapped or but welded whichever is considered more practical by the Engineer-in-Charge.

Note:- Welded pieces of reinforcement shall be tested at the rate of 0.5% of the total number of joints welded or as decided by the Engineer-in-Charge. Specimen shall be taken from the actual site of work. Strength of weld provided shall be at least 25% higher than the strength of bar. TOLERANCE ON PLACING OF REINFORCMENT: Unless otherwise, specified by the Engineer-in-Charge, reinforcement shall be placed with in the following tolerance (as per IS: 456-1978, clause 11.3):

(a) For effective depth 200mm or less. + 10mm

(b) For effective depth more than 200mm + 15mm

The cover shall in no case be reduced my more than one third of specified cover or 5mm which ever is less

NOMINAL COVER TO REINCOFCEMENT:

(A) Nominal cover:

Nominal cover is the design depth of cover to all steel reinforcement including links. It is the dimension used in design and indicated in the drawings. It shall not be less than the diameter of the bar. For a longitudinal reinforcing bar in a column the nominal cover shall in any case of columns of minimum dimension of 200mm or less, whose reinforcing bars do not exceed 12mm: a nominal cover of 25mm may be used. For footings, minimum cover shall be 50mm.

The following table may be referred to for the concrete cover for reinforcement unless otherwise specified. 144 1. Thin slabs and walls not less than diameter of bars- Min. 15mm. 2. (i) Beams sides Not less than diameter of bars- Min. 25mm (ii) Beam top and bottom two time dia of bars- Min. 25mm ends. 3. Columns Upto 200mrn sides Not less than diameter of bars Min.25mm -40mm and minimum above 200 rnm sides

4. Footings Minimum 50mm 5. Foundations 40mm 6. Water retaining hydraulic Structures. 35mrn for concrete of grade M35 or more 40mm for

concrete grade less than M35

(B) Nominal cover to meet durability requirement:

The Engineer-in-Charge, in consultation with designs organization, tanking into due consideration the conditions of exposure (as per clause 8.2.2.1, Table 3 of IS: 456-2000 may require the contractor to providing the following minimum nominal covers of reinforcement to the concrete, as per clause 26.4.2. Table 16 of IS:456-2000, from the durability consideration:

Nominal cover to Meet Durability Requirements.

Exposure Nominal concrete cover in mm not less than Mild 20mm Moderate 30mm Severe 40mm Very Serve 50mm Extreme 75mm Notes: 1. For main reinforcement up to 12mm dia bar, for mild exposure the nominal cover may be reduced by 5mm. 2. Unless otherwise specified, actual concrete cover should not deviate from the required nominal cover by + 100mm. 3. For exposure condition ‘severe’ and ‘very severe’ reduction of 5mm may be made where concrete grade in M35 and above.

Payment:

The Bid Rate in the bill of quantities for reinforcement includes cost of steel, binding wire of welding material at site of work, its cutting, bending, cleaning, placing, binding/welding and fixing in position as shown on the drawings and as directed by the Engineer-in-Charge. The unit rate shall also include cost of all devices for keeping reinforcement in approved position, cost of jointing as per approved methods and all wastage, overlaps, dowels, binding wire or welding material and spacers of bars and the cost of all incidental operations necessary to complete the work as per specifications.

145

CHAPTER – VIII DISMANTLING 11.1 REFERENCE Standard specification; Building and Communications Department Government of Maharashtra 1972.

11.2 GENERAL The items provides complete removal of the existing structures after dismantling except such portions as my be required or permitted to be left in place as shown on the drawing or as directed by the 11,4.2 Engineer-in-Chief, clearing the site sorting out useful material and stacking them neatly with in the specified distance and disposing of the non-serviceable material as directed by the Engineer-in-Chief.

11.3 PRELIMINARIES 11.3.1 Where necessary and if so directed by the Engineer-in-Charge screens of canvas or other suitable materials shall be erected and / or the structure and the area shall be watered to avoid the nuisance of the.dust before and during dismantling. Care shall be taken to see that the dismantling is done in jll.4.4 146 such a sequence and manner as to prevent alt avoidable damage to usable materials and any | damage to nearby property or injury life. . • • 11.3.2 The dismantling shall always plan before hand and shall be done in reverse order of the one in which structure was constructed. The scheme shall be got approved from the ‘Engineer-in-Chief before starting the work. In case of structure, which is to be removed for re-erection, all members shall be properly match - marked with paint. The pins, nuts, plates, structural steel member, timber etc. shall be similarly marked for identification of the position in the entire assembly. All machine surfaces, pinholes, pins etc. shall be quoted with grease. 4 In case of fixing done by nails, screws, bolts, rivets etc. dismantling shall be done by taking tools and not be tearing or ripping off. Necessary propping, shoring and / or under pining shall be provided for tlie safety of the adjoining work or property before dismantling is taken up and the work shall be carried out in such a way that no damage is caused to the adjoining work or property. An inventory of all possible serviceable materials shall be prepared. This record shall be kept for proper control during execution of work. Portion required to be retained shall be marked before starting dismantling. Where show required, for diverting the traffic, adequate barriers with watchman and / or lights at the end of portion of the road required to be closed if any, shall be constructed and maintained during dismantling operations. A register shall be kept at the work site in which day to day account of the turnout and the salvaged materials shall be maintained. This register shall also show whether dismantled material slacked or wasted. 11.4 D1SMANTLING AND REMOVAL The structure shall be dismantle carefully and the materials removed without causing damage to the serviceable materials to be salvaged, the part of structure to be retained and any properties structures nearby. Unless otherwise specified, the structures shall be removed up to 45 cm. below the ground level and the portion which enters fears in any way with the new constructions shall be removed entirely. Where existing structure is to be extended or otherwise incorporated in the new work, only such part or parts of the existing structures shall be removed as are necessary to provide a proper connection to the new work. The connecting edges shall be cuts, chipped and trimmed to the required lines arid grades without weakening or damaging the part of structure to be retained. Blasting, if required may be restored to with the written permission of the Engineer-in-charge. All blasting operation shall be finalization before the new construction is commenced. Equipment or methods which might damage members, portion of the structure to be preserved or adjacent construction or structure shall not be used. If sewer or drains are removed or disturbed the foul matter shall at once be removed. If sewers, drains or electric line have to be temporarily removed, a temporary passage for flow shall be provided till sewer, drains or electric lines are restored.

DISPOSAL 147 All the materials obtained from the removal of the structure shall be property of Government. Serviceable materials shall be stacked neatly in such a manner as to avoid deterioration and in place directed by the Engineer-in-Charge within a specified lead. Different category of materials shall be stacked separately. Unless otherwise provided, excavated material shall be used in back filling the expression made in reviewing the structure in leveling ground or otherwise disposed of as directed with in specified lead. Non-serviceable materials shall be disposed of without causing any damage or inconvenience.

11.6 FINAL CLEARANCE All rubbish shall be cleared off the side and the ground left clean and clear.

148 Chapter-IX SPECIFICATION FOR EARTHEN DAM 1.0 REFERENCES IS : 2720 (Pt. II) - 1973 - Determination of Water content (second revision). IS : 2720 (Pt. XIV) - 1983 - Determination of Density index (relative density) of Cohesion less soils (first revision) IS : 8237 - 1985 Code of practice for protection of slope for reservoir Embankments (first revision). IS : 8826 – 1976 Guide lines for design of large Earth and Rock fill Dams. IS : 9429 – 1980 Code of practice for drainage system for Earth and Rock fills dams. Specifications for Irrigation projects in M.P. (1980) USR of Irrigation Works in M.P. in force from 1.8.84/1.4.91/1.4.98. 01.07/2007 Now USR for Works of Water Resources Deptt. is in force from 01.02.2009 1.1 Clearing, Grubbing and Preparation of works area – (i) All excavation areas and dam embankment area including a 6 m wide strip measured beyond and contiguous to the limit line of the area as shown on the drawing shall be cleared and any roots etc. completely removed as specified. All trees, down timbers, fencing bush, rubbish, other objectionable materials and vegetation shall be cleared. All stumps and roots shall be excavated and removed. All roots over 50 mm. in diameter shall be removed to a depth of 90 cm below the original ground surface or as directed by the Engineer-in-charge. Materials thus removed will be burnt or completely removed from the site. All felled timber and fuel shall be properly stacked and handed over to the department. When asked for the Engineer-in-charge. Pilling for burning shall be done in such a manner and in such location as to cause the least fire risk. All burning shall be through so that the materials are reduced to ashes. Special precautions shall be taken to prevent fire from spreading to the areas beyond limits of the areas specified and suitable equipment and supplies for preventing and suppressing fire shall be available at all times. (ii) No trees shall be cut from outside of areas designated unless instructed in writing by the Engineer-in-charge and all trees designated outside of the areas actually occupied by the works shall be protected carefully form the damage. 1.2 Stripping and Benching under Dam Embankment: (i) The entire area of embankment including a 3 m wide strip beyond and contiguous with the area of embankment proper as shown in the drawing shall be stripped or benched to a sufficient depth as directed to remove all unsuitable materials. The unsuitable materials to be removed shall include loose rock, vegetation, top soil, sod, organic, silt, swamp materials and rubbish and any other objectionable materials below the ground surface. (ii) At locations where a river or stream crosses the embankment site, looses sand and gravel and loose boulders shall also be removed as directed. (iii) Stripped materials shall be disposed off in a manner as may be directed by the Engineer-in-charge and in such a way as not to detract from the finished appearance of the project. 1.3 Borrow Areas 149 1.3.1 All materials required for the construction of impervious, semi pervious or previous zones of embankment and back fill for cut off/puddle trench which are not available from cut off/puddle trench excavation or other compulsory excavation, shall be obtained from designated borrow areas as shown in drawing or as designated by the field laboratory. The limits of each borrow areas to be used in the various zones of embankment shall be flagged 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 areas will be designated by the Executive and the cuts shall be made to such designated depths only. Shallow cuts will be permitted in the borrow area, if uncertified materials with uniform moisture contents are encountered. Each designated borrow area shall be fully exploited before switching over to the next designated borrow pits Haphazard exploitation of borrow area shall not be permitted. The type of equipment used and the operations in the excavation of materials in borrow areas shall be such as will produce the required uniformity of mixture of materials for the embankment Borrow pits shall not be opened within a distance of ten times the height of the dam embankment from the upstream and downstream toes. Borrow pits shall be operated so as not to impair the usefulness or mar the appearance of any part of the work or any other property. The surface of wasted materials shall be left in a reasonable smooth and even condition. Care should be taken in working of the borrow areas in tank basin to ensure that existing impervious blanket materials is not completely removed and porous strata exposed. 1.3.2 Preparation of Borrow Areas -All areas required for borrowing earth for embankment shall be cleared off all trees and stumps, roots, bushes rubbish and other objectionable material. Particular care shall be taken to exclude all organic matter from the materials to be placed in the dam embankment. All cleared organic materials shall be completely burnt to ashes or disposed off as directed. The cleared areas shall be maintained free of vegetable growth during the progress of the work. 1.3.3 Stripping of Borrow areas-Borrow area shall be stripped of top soil and any other matter which is unsuitable for the purpose for which the borrow area is to be excavated. Stripping operations shall be limited only to designated borrow areas. Materials form stripping shall be disposed off in exhausted borrow areas or in the approved adjacent areas as directed 1.3.4 Borrow Area watering - Borrow area watering if needed based on laboratory tests will be done by the department as decided by the Engineer-in-charge. The placement moisture content for proper compaction of earthwork should be as near as practicable to optimum moisture content as decided by laboratory tests. However, depending upon the site condition, the nature of the earth of the borrow area, the season of the year, the moisture content of the earth of borrow area will very over a wide range. Thus it would be necessary to add water to bring the moisture content of borrow area earth to as near OMC as practicable. In Irrigation projects, watering in borrow areas may be done where watering at the place of fill does not yield required results. Wherever practicable and specially during dry months periodical watering of the borrow area by tankers and mobile units may be done to the extent possible as decided by Engineer-in-charge. 1.4 Dam Embankment: 1.4.1 General - Certain instruments for measuring the performance of the dam during construction and afterwards are proposed to be installed by the department at locations as specified in 150 the drawing or as decided by the Engineer-i-charge. Necessary facilities for the installation and observation of these instruments shall be extended by the agency executing the work. For installation and observation of instruments and for necessary soil tests near the installed instruments, necessary time shall be allowed within placement schedule. The embankment shall be constructed (exclusive of pitching and backing of chips of filter below pitching) generally to the lines and grades shown on the drawing, but increased by such heights and widths determined as necessary to allow for settlement or shrinkage as specified by engineering in charge. Also in order that proper compaction can be done upto the edges of the designed section duly increased for settlement and shrinkage as stipulated above section will be further widened by 45 cm. Subsequently after compaction it will be dressed by trimming the slopes to proper section so that the surface on the slopes is also as firm and compact as the top of embankment. The earth thus trimmed could however, be used in the embankment fill. Any materials that is lost by rains, weathering or other cause shall be replaced. The dam embankment is divided into zones within which fill materials having different characteristics are to be placed. Placement of fill within these zones as shown in the drawings hall be performed in an orderly sequence and in efficient and workman like manner. So as to produce within each zone, fills having such qualities of density, strength and permeability as will ensure the highest practicable degree of stability and performance of the whole dam embankment. No bushes, roots sods or other perishable or unsuitable materials shall be placed in the embankment. The suitability of each part of the foundation for placing embankment materials thereon and for all materials for use in embankment construction will be determined by the field laboratory. The difference in elevations between core and shell zones of the dam embankment at any cross- section above the embankment foundation shall not exceed 0.6 m. unless specifically authorized by the Engineer-in-charge. The embankment for each shall be maintained in continuous and approximately horizontal layers in the reaches programmed for construction in that season. Where, however, due to some constraints the dam has to be constructed in discontinuous portions or reaches, the slopes of the bonding surface parallel to dam axis between the previously completed portions of the dam embankment and the materials to be placed in each zone shall not be steeper than 3 to 1 core and 12 and1/2 to 1 in other zones. 1.4.2 Weather conditions - The embankment materials shall be placed only when the weather conditions are satisfactory to permit accurate control of the moisture content in the embankment materials. During that part of the construction period when the top surface of the embankment may be subject to rainfall causing cessation of work, it shall be graded and rolled with smooth wheeled rollers to facilitate runoff. Prior to resuming work, the top surface should be slightly scarified and moistened or allowed to dry as necessary and approved by the Engineer-in-charge. If the cessation due to any reason is for a considerable period, top layer shall be stripped to the required depth as may be directed by the Engineer-in-charge so as to remove any vegetable growth, loose silt or sand washings or other objectionable matter. 1.4.3 Moisture Control - The water content of the earth fill material prior to and during compaction shall be distributed uniformly throughout each layer of material between – 2 to + 1 of the optimum moisture content for casing materials and between 0 to + 2 for hearting material. Moisture

151 determination of soils as well as needle moisture determination of soil be carried out as per IS: 2720 (Pt.II) 1973, Sec. 1 and designation E22 of USBR/Earth Manual 1968 respectively. Laboratory investigations may impose some restrictions on the lower limits of practicable moisture contents on the basis of studies on consolidation characteristics of soils in embankment. Hereinafter, the term range of optimum practicable moisture content shall refer to the value as described above. As far as practicable, the material shall be placed at proper moisture content. I additional moisture is required it shall be added by sprinkling water before rolling of a layer. If the moisture is greater than required, the material shall be spread and allowed to dry before starting rolling. Moisture control shall be strictly adhered to. The moisture content shall be relatively uniform throughout the layer of material. If necessary, ploughing, disking, harrowing or blending with other materials may have to be resorted to, to obtain uniform moisture content, or if it is not uniformly distributed throughout the layer, rolling and adding of further layer shall be stopped. Further work shall be started again only when the above conditions are satisfied. The moisture content of the earth fill placed against any rock outcrop or any structure shall be slightly above the optimum to allow it to be compacted into all irregularities of the rock and this shall be determined by the field tests. 1.4.4 Compaction and Watering: 1.4.4.1 Compaction Equipments - While the specification below provide that equipment of a particular type & size is to furnished and used, it is contended that the improved compaction equipment as may be most suitable to the prevailing site conditions and the programm of construction shall be used. The broad details of the equipments are given below. Tamping rollers/Vibratory compactors shall be used for compacting the earth fill . The sheet foot rollers shall meet the following requirements. (i) Roller Drums - Each drum of a roller shall have an outside diameter of not less than 150 cm and shall be not less than 120 cm nor more than 180 cm. in length. The space between two adjacent drums, when on a level surface shall not be less than 30 cm nor more than 38 cm. Each drum shall be free to pivot about an axis parallel to the direction of travel. Each drum shall be equipped with a suitable pressure relief value to prevent excessive pressures from developing in the interior of the roller drum. (ii) Tamping Feet -At least one tamping foot shall be provided for each 65 sq. cm. of drum surface. The space measured on the surface of the drum between the centers of two adjacent tamping feet shall not be less than 230 mm. The cross sectional area of each tamping foot shall be not more than 65 sq. cm. at a plane normal to the axis of the shank. 150 mm form the drum surface and shall be maintained at not less than 45 sq. cm nor more than 65 sq. cm. at a plane normal to the axis of the shank, 200 mm from the drum surface. (iii) Roller Weight -The weight of the roller when fully loaded shall not be less than 7.091 kg and the ground pressure when fully loaded shall not be less than 40kg/ cm2 required to obtain the desired compaction. Tractor used for pulling rollers shall be of 50 H.P. power, to pull the rollers satisfactorily at a speed of 4 kms/per hour when the drum s are fully loaded with wet sand ballast. 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. 1.4.4.2 Rolling -

152 (i) When each layer of materials has been conditioned so as have the proper moisture content uniformly distributed through the material, it shall be compacted by passing the tamping roller. 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 vehicle shall travel in a direction parallel to the axis of the dam. Turns shall be made carefully to ensure uniform compaction. Rollers shall always be pulled. (ii) If the foundation surface is too irregular to allow the use of large roller directly against any structure or rock out-crop, the roller shall be used to compact the soil as close to the structure or the out crop as possible and the portion of the embankment directly against the rock or the structure shall be compacted with pneumatic hand tampers in thin layer. Sheep foot roller shall not be employed for compaction till the thickness of the layers compacted by other mean is grater by 30 cm than the depth of the foot of the roller drum. 1.4.4.3 Tamping -Rollers will not be permitted to operate within 1.00 meter of concrete and masonry structure. In location where compaction of the earth fill material by means of roller is impracticable or undesirable, the earth fill shall be specially compacted as specified herein at the following locations:- 1. Portions of the earth fill in dam embankment adjacent to masonry structures and embankment foundations designated on the drawing as specially compacted earth fill. 2. Earth fills in dam embankment adjacent to steep abutment and location of instruments. 3. Earth fill at locations specially designated. Earth fill shall be spread in layers of not more than 10 cm in thickness when loose and shall be moistened to have the required moisture content as specified. When each layer of material has been conditioned to have the required moisture content, it shall be compacted to the specified and methods used shall be subject to approval based on evidence of actual performance and field compaction tests. The moisture control and compaction shall be equivalent to that obtained in the earth fill actually placed in the dam embankment in accordance with the specifications. 1.4.4.4. Watering -The arrangement for storage, pumping equipment and laying of suitable pipe lines of adequate capacity on upstream and downstream of the dam will be made. The connections will be provided at regular intervals in the main pipeline to connect to the off-take lines having vales to control the flow through rubber houses. The whole system will be such and so laid out that regular flow of water is ensured on the dam at all times. The pipeline will be required to be raised as and when required with the raising of the earthwork on the dam. 1.4.4.5. Dressing Slopes -The outside slopes of the embankment shall be neatly dressed to lines and grades as placement of fill progress. All humps and hollows varying more than 15 cm from the neat lines of the embankment shall be regarded. Material used to fill depression shall be thoroughly compacted and bonded to the original surface. Slopes shall be maintained until final completion and acceptance. Any material that is lost by rains, weathering or other cause shall be replaced at the cost of agency exciting the work. 1.4.4.6 Settlement Allowance -In the earth fill embankment watered, rolled and compacted at optimum moisture content and at dry density expressed as percentage of Proctor’s maximum dry density, settlement allowance of 1% and 2% of the designed height for un yielding (rock) and compressible (soil) foundations respectively shall be provided . The base width of the dam will not be increased to maintain the design slopes indicated in the drawings. 153 Settlement allowance will be calculated at various, where the slope is to be changed and elevations including settlement allowance will be derived. The embankment width at the designed levels remaining same. The edges of embankment at the increased elevation (including settlement), when joined with the point where the slope has changed earlier below shall give the slope to be adopted for construction. If the embankment is raised in more than one season, provision for settlement shall be made in the last season’s construction by slight steepening of slopes near the top. 1.4.4.7 Toe Drains – Pitched toe drains with filter will be provided throughout the length of the dam at the downstream toe of earth dam as indicated in the drawing and as per the details shown therein. The layer of horizontal filter under the casing portion of dam shall be extended in the toe drains to specified thickness. The filter shall be watered and tamped with hand tampers. 1.5 The useful excavated material out of the toe drain shall be suitably utilized on the dam as directed by the Engineer-in-charge 1.6 Filter 1.5.1. Base filter Blankets: 1.5.1.1 Where indicated in the drawings, filter blankets shall be laid on the base under the downstream portion of the earth embankment. The number of layer in the filter blanket or seepage drains and thickness of such layer shall be as specified in the drawing. Filter shall be placed and tamped into place in such a manner that mixing of filter with foundation or backfill materials will not occur.

1.7 Rip-Rap on the Upstream and Downstream Slopes of Embankment: 1.6.1 Hand Placed Rip-Rap: Rip-Rap shall be hand placed on the upstream slope of the dam embankment over backing of specified filter layers. The thickness of Rip-Rap layer shall be as indicated in the drawings. Stone for Rip-Rap shall be hard and durable and shall not crumble on long exposure to water, frost and air.

1.6.2. Procedure of or Placing Rip-Rap – The hand placed riprap shall consist of one man stones laid on edge Starting at the bottom of the slope the stone shall be laid compactly with staggered joints and so matched and inter-locked that they shall be keyed together with a minimum of joint space. Rock fragments and spall shall driven into interstices to wedge the Rip-rap in place. The wedging shall be done with the largest chip practicable, each chip being well driven home with a hammer so that, no chip can be removed by hand. Very irregular projections shall be knocked off so that the Riprap presents a reasonably uniform surface free of loose stones.

1.6.3 Hand placed Rip-rap should preferable be laid in one course such that the layer thickness is same as the stone size. However, at least 80 percent of the area of Riprap should have stones weighing more than 45 kg. such stone should be spread uniformly in the area. Where such stones area not sufficient to cover the entire thickness of Riprap, the same may be laid in two layers. If two layers of stones are used, header stones extending through both layers and spaced at about 1.5 m. shall be used. Also, of the two layers the top layer shall be of larger stones. The size of the smallest side of the header stone not be less than 150 mm and its length shall be the equal to the thickness of the 154 Riprap plus 150 mm so that, the header stone would project above the general top surface of the Riprap by about 150 mm. Such a projection will break the wave force and would also facilitate easy identification of the header stones. If header stones of full length are not available from the quarry, concrete blocks of necessary size, length and shape may be manufactured for the purpose. In case, if stone of requisite size are not available and smaller stones/boulders locally available are required to be used, the Riprap should be laid in panels formed by constructing profile walls. A portion of the area between the panels may be grouted by pouring fluid cement mortar worked into the Riprap. Hand placed Riprap may be laid flat or laid with projections (Needles).

1.6.4. The Riprap shall be placed along with the fill so that, a minimum of breakdown will occur during placing and spreading.

1.6.5 Dumped Rip-Rap : 1.6.5.1 The minimum thickness of dumped rock Riprap and average rock size shall be as shown in Table 1. The thickness of Riprap shall in no case be less than 450 mm.

TABLE –1. Minimum Thickness of Dumped Rip-Rap

Maximum wave height Minimum average rock Minimum Riprap size (D50) Thickness Meter mm mm 0 to 1.5 300 600 1.5 to 3.5 400 750 Above 3.0 700 1000

1.6.5.2 The most important criteria in Table 1 is the minimum average rock size (D50) of Riprap. For example, for waves of 2 m in height, the Riprap should be composed of rocks, half of diameter of 400 mm. The rock used for Riprap shall be well graded from a maximum rock size roughly equal 1.5 times the average size to 50 mm.

1.6.5.3 Procedure for placing riprap – Dumped riprap shall consist of boulder or blasted rock fragments. It shall be dumped in place mechanically on a properly graded filter layer. The full thickness of dumped Riprap shall be dumped in one layer. It shall either be dumped over the upstream face from the embankment level as the embankment is being raised up or after the embankment had been completed. When placed during the construction, the Riprap layer should be kept a few meters lower than the constriction surface. When placed after the embankment completed, the rock should be taken to the crest of the dam in trucks and then lowered down the slope by suitable mechanical device. The rock shall not be allowed to drop down the slope in dumping, the rock should we worked manually with bars or other equipment to achieve a well-packed and tidy surface.

1.6.54 Graded Filter underneath Rip-Rap.

155 Graded filter shall consist of at least two layers of filter (coarse and fine). The thickness of each layer shall be as specified in the drawing. The graded filter shall consist of sand crushed stone as shown in the drawing. Sand used shall be clean, sound and durable and shall be free from silt, roots, brush wood and other impurities. Sand used shall be of size passing 4.75 mm screen. Crushed stone used for filter shall consist of rock fragments reasonable grade up to 15 cm. in maximum dimension. Gradation requirement for the coarse filter material with respect to Riprap material should conform to the criteria that D85 size of the coarse filter material shall not be less than 1/10 of D15 size of the Riprap material. The gradation requirements for the fine filter with respect to embankment material should conform to the criteria that D15 size of the fine of the fine filter material shall not exceed 5 times the D85 size of the retained embankment material. The two layers of filter shall also satisfy these criteria with respect to each other. Where the embankment material satisfies this criterion with respect to coarse filter, fine filter should be omitted. Before placing of filter material, the embankment shall be trimmed neatly to slop and graded as indicated on the drawing. The filter martial shall be placed in layers of uniform thickness and care shall be taken to avoid segregation of coarse & fine material in each layer, formation of pockets and mixing of material of one layer with material of another layer or earth fill. Tolerance: The tolerance on the nominal thickness of Rip-rap enforced on the performed profile shall be 10 percent.

1.7.1. Dry Stone Pitching: The quality of stones for pitching shall be in accordance with above para. The depth of stones shall be about equal to the specified thickness of pitching and shall generally be not less than 0.014 cum. or 0.021 cum. as specified in the appropriate item of USR or other size as ordered by the Engineer-in- charge having regard to the nature of stones being quarried. The small size stones/spalls required for pitching and wedging shall be stones being quarried. The small size stones/spalls required for pitching and wedging shall be brought to the site only to the required extent and they shall not be used in two or more thickness as a substitute for the stones of full thickness. A large amount of the stones for pitching shall be obtained from the required excavation for other parts of the work. Additional rock as required shall be obtained from rock quarries.

1.8 Placing: Over backing of filter as may be specified in the drawing, the boulders shall be placed such that the direction on which the size of boulders is around 22 cm. is placed normal to the surface of under layer. Also the boulders shall be laid with broadest base down and carefully bonded in all directions. After the boulders have been fixed as above, the interstices shall be filled with well fitting smaller size boulders/gravel driven home.

1.9 Rock Toe: The rock fill shall consist of free draining mixture of rock fragments of size from 75 mm. to 250mm. A large amount of material may be obtained from required excavation for other parts of the work. Additional, as required shall be obtained from rock quarries. 156 Successive loads of material shall be dumped as to secure the best practicable distribution of materials. The large rock fragments shall be placed on the outer slopes and the smaller fragment shall be placed towards the earth fill side. In general, the downstream toe shall be placed in the manner to be approved by the Engineer-in-charge. The rock fill shall be placed in horizontal layers not exceeding 90 cm in thickness. The completed fill shall be stable and no large unfilled spaces shall be present in the fill. Large voids shall not be allowed on the downstream face of the rock-toe, so as to prevent choking by the spilling of earth, rain cuts, etc. during and after construction. Such voids shall be properly placed with stone chips of suitable sizes. The surface of the rock-toe shall be kept clear of all earth and debris so as not to choke its full drainage capacity. The filter layers to be provided behind and below the rock-toe- shall satisfy the requirements as mentioned in above para.

157

SECTION 6: DRAWING

(Separate Volume-II)

158

List of Drawings

S. Name of drawing Remarks No. 1 Line diagram – 2 L-section of dam - 3 Cross-section - 4 Cross Section of Canals 5 L-sections – 6 Typical Drawing – Lining 7 Drawing of Measuring Device

159

SECTION 7: BILL OF QUANTITIES

160 Bill of quantities

Restructuring and Mdernization Work of Atari and Kanhaiya Tank Project S.No. Item of works Qty. Unit Rate Amount In figure in words 1- 3956.036 Dismantling of foundation floors/superstructure Cum. in all grade of cement concrete and clay masonry, brick masonry, stone masonry of any mix including dry stone or dry boulder walling and disposal of material at prescribe places with all lead and lift as per drawing design and specification and as directed by Engineer in charge. (a) Atari Tank 1866.316 (b) Kanhaiya Tank 2089.72 3956.036 2- Earth work for Bunds in hearting or casing with 14882.37cum approved soil collection stacking and spreading of hard moorum in top of bunds. Including benching dressing Breaking of clods. Laying in layer of 15cm thickness cutting and finishing u/s & D/S slope of bund i/c watering compaction with all lead and lift for all material complete as per specification drawing and design of W.R.D. and as directed by Engineer In charge. Atari Tank 7391.77cum Kanhaiya Tank 7490.60cum Total 14882.37cum 3- 42206.057 Excavation in all sorts of soil moorum and Cum. moorum with boulder including separation of bolder from soil in canal head work and trenches. Including beaching watering compaction, wet excavation and disposal of excess material and removal of bushes etc. complete with dressing including all lead of lift as per drawing design and specification of WRD and as directed by Engineer In charge. Atari Tank 16095.351 Kanhaiya Tank 26110.706

Total 42206.057 4. Filling foundation all around masonry work with 1574.96Cum. hard moorum and moorum with boulder including collection spreading of moorum and boulder soiling where required including 161 S.No. Item of works Qty. Unit Rate Amount In figure in words watering compaction complete with all lead and lift drawing design and specification of WRD and as directed by Engineer in charge. Atari Tank 801.30 Kanhaiya Tank 733.66

Total 1574.96 5. Providing & laying in position cement concrete 795.93cum 1:2:4 with 12.5mm to 20mm graded metal with mechanical vibration tamping finishing curing cleaning formwork all lead and lift of all material in floor foundations and coping over wall as per drawing design & specification of water resources department and as directed by engineer in charge. Atari 543.4 cum Kanhaiya 252.53 cum Total- 795.93cum 6. Providing & laying in position cement concrete 293.10 cum 1:3:6 with 40mm maximum size graded metal in floor and foundation including mixing with concrete mixture mechanical vibration tamping finishing curing cleaning formwork where ever required with all lead and lift of all material as per drawing design & specification of water resources department and as directed by engineer in charge. Atari 88.14 cum Kanhaiya 204.96 cum Total- 293.10 cum 7. Providing & laying in position cement concrete 21.60 cum 1:4:8 with 40mm graded metal with mechanical vibration tamping finishing curing cleaning all lead and lift of all material in floor foundations as per drawing design & specification of water resources department and as directed by engineer in charge. Atari - Kanhaiya 21.60 cum

Total- 21.60 cum 8. Providing & placing plain cement concrete of M- 1452.50 162 S.No. Item of works Qty. Unit Rate Amount In figure in words 15 grade 1:2:4 with paver machine in bed and cum. side slope and curvature including batching mixing transporting placing vibrating including formwork laying in panels making grooves as per IS 3873-1993 finishing cleaning curing for 28 days providing beep holes complete including all lead and lift as per drawing design and specification of WRD and as directed by Engineer in charge. Atari 747.00 - Kanhaiya 705.50cum

Total- 1452.50 cum 9. Providing and laying in position CC M 20 with 97.50 cum graded 20MM BT metal laid in alternate panels including form work tamping vibration finishing curing etc complete excluding cost of reinforcement with all lead and lift and as per drawing design specification of WRD and as directed by Engineer In charge. Atari - Kanhaiya 97.50cum

Total- 97.50 cum 10. Construction of seepage drains 60cm. x 60cm. 3734.00cum under earthen bunds (excluding excavation) of trench filling the drains with graded material like quarried stone single or sand in layer with all lead and lift for all material as per drawing design specification of WRD and as directed by Engineer in charge. Atari 1405.00 - Kanhaiya 2329.00cum Total- 3734.00cum 11. Uncoursed random rubble masonry in cement 1300.453 mortar 1:4 in plinth foundation and super cum structure including preparation of old surface of masonry mortar joint and applicant of cement slurry old masonry of average thickness 6 MM including making mortar and curing complete with all lead and lift as per drawing design specification of WRD and as directed by Engineer in charge.

163 S.No. Item of works Qty. Unit Rate Amount In figure in words Atari 475.515 Kanhaiya 824.938 cum Total- 1300.453 cum 12. 2585.90 Providing and laying in position 30 cm thick dry Sqm. stone pitching with individual stone of 30 cm depth and minimum size of .021 cum including providing quarry spall below pitching with collection of all required material construction of dry rubble wall and leveling the surface with earth work watering and compaction including U/s and D/s protection including collection carting hand packing filling voids and wedding with all lead lift as per drawing design specification of WRD and as directed by Engineer in charge (rate quoted by contractor shall include 70% quantity of pitching stone obtained out of dismantling for which no extra payment shall be made. Atari 1080.00 Kanhaiya 1505.90 Total- 2585.90 13. 723.46 22 cm thick dry stone pitching with individual Cum. stone of 22 cm depth and minimum size of .014 cum including pitching with collection of all all required material and leveling the surface with earth work watering and compaction including all lead lift complete as per drawing design specification of WRD and as directed by Engineer in charge Atari 389.69 Kanhaiya 333.77 Total- 723.46 14. 63906.80 Turfing on prepared earth surface at D/S of bund Nos. in canal bed including saturation upto 30 cm. depth are preparation earth sub grade before laying in situ cement concrete including 15 cm. good soil on top in 7.5 cm. layers surface including seed of sods complete with all lead and lift and as directed by Engineer in charge. Atari 33912.64 Kanhaiya 29994.16

164 S.No. Item of works Qty. Unit Rate Amount In figure in words Total- 63906.80 15. 872 Nos. Providing of chain age cum boundary stone Km. stone and bed grade stone including fixing in cement concrete 1:3:6 with excavation of pits and painting figuring lettering etc. complete with all lead and lift as directed by Engineer in charge. Atari 355 Kanhaiya 517 Total- 872 Nos 16. 1171.16 Providing Flush pointing on stone works in C.M. Sqm. 1:3 new/old with racking of joints including supply of all material scaffolding curing cleaning etc. complete with all lead and lift of all material as per drawing design specification of WRD and as directed by engineer in charge. Atari 173.23 Kanhaiya 997.93 Total- 1171.16 17. 8237.40 Providing and Filling of 45 cm. thick CNS layer Cum. at bed and slopes of canal in layers of 15 cm. thickness with watering and compaction with all lead and lift of all material as per drawing design specification of WRD and as directed by engineer in charge. Atari 4306.32 Kanhaiya 3931.08 Total- 8237.40 18. 1917.00 Kg. Supply and Fixing cold twisted steel high strength bar 8 MM dia confirming to IS 3373 including cutting bending complete will all lead and lift of all material as per drawing design specification of WRD and as directed by engineer in charge. Atari - Kanhaiya 1917.00 Total- 1917.00

19. 30 RM Providing and laying in position NP3 Hume pipe 165 S.No. Item of works Qty. Unit Rate Amount In figure in words 900mm dia meter with collars including handling filling the joints with C.M. 1:3 filling joint with filler material with all lead and lift as per drawing design specification of WRD as directed by Engineer in charge. Atari 15 Kanhaiya 15 Total- 30 RM 20. 37.32 Cum. Providing and placing manually in position monolithic profile bars in bed of canal section with 60cm. x 30 cm. thick M-15 (1:2:4) cement concrete with minimum cement concrete of 250 Kg/Cum. of concrete water cement ratio 0.6 maximum course aggregate size of 40mm and air entertaining agents to confirm Indian Standard complete including form work vibration, finishing and curing compound complete with all lead and lift as per drawing design specification of WRD as directed by Engineer in charge. Atari 8.16 Kanhaiya 29.16 Total- 37.32 21. 2 No. Providing and fixing repair of sluice masonry works and construction of safety Jali. Top railing and its pointing. Preparation of steps on downstream and providing sign board at site and repairing U/S sluice with painting and greasing complete with all lead and lift of all material as per drawing design specification and as direct by engineer in charge. Atari 1 nos Kanhaiya 1 Nos

Total- 2 Nos

Note: 1 Item for which no rate or price has been entered it will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities (refer: ITB Clause 13.2 and GCC Clause 43.3) 2. Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14.1] 3. Where there is a discrepancy between the rate in figures and words, the rats in words will govern [ITB Clause 27.1 (a)]

166 4. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by quantity, the unit rate quoted shall govern [ITB Clause 27.1 (b)]

Signature of Bidder

167

SECTION 8: FORMS OF SECURITIES

168

Forms of Securities

Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer.

Annex A: Bid Security (Bank Guarantee)

Annex B: Performance Bank Guarantee

Annex B1: Performance bank guarantee (for unbalanced items)

Annex C: Deleted

Annex D: Bank Guarantee for Advance Payment

170 Annex A BID SECURITY ( BANK GUARANTEE )

WHEREAS, ……………………………………………………….. [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid dated …………………. [date] for the construction of Restructuring & Modernization of Head works and Canals of Kanhaiya and Atari Tank Further Details are as below: [name of Contract] (hereinafter called "the Bid"). Know all people by these presents that We …………………………..…….[name of bank] of ……………………………. [name of country] having our registered office at ……………..…………………………………….(hereinafter called "the Bank") are bound in to The Executive Engineer, Bahya Vitta Poshit Pariyojna, SWARA Bhawan, Link Road no. 3, Water Resources Department, Bhopal (M. P.). [name of Employer] (hereinafter called "the Employer") in the sum of 1 ……………………………………………………………………… for which payment well and truly to be made to the said Employer the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ______day of ______2013____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the Form of Bid; or (2) If the Bidder having been notified of the acceptance of his bid by the Employer during the period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instruction to Bidders; or (c) does not accept the correction of the Bid Price pursuant to Clause 27; we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date 2 ….. days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date.

DATE ______SIGNATURE OF THE BANK ______

WITNESS ______SEAL ______

______[signature, name, and address]

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

2 45 days after the end of the validity period of the Bid.

171 PERFORMANCE BANK GUARANTEE To: The Executive Engineer, Executive Engineer, Water Resources Division Rewa, (M.P.)

WHEREAS ……………………………………………………….. ……………….[name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. ………..dated ……………to execute Restructuring & Modernization of Head works and Canals of Kanhaiya and Atari Tank Further Details are as below: [name of Contract and brief description of Works] (hereinafter called "the Contract");

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

ND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of ……………….……..[amount of guarantee] 1……..…………….………………………………[in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ……………………….. [amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

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

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until …………… (i.e.) 28 days from the date of expiry of the Defects Liability Period.

Signature and seal of the guarantor ______Name of Bank ______Address ______Date ______

______

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract and denominated in Indian Rupees. 172 PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: The Executive Engineer, Executive Engineer, Water Resources Division Rewa, (M.P.)

WHEREAS ……………………………………. [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. ………….dated ………………… to execute Restructuring & Modernization of Head works and Canals of Kanhaiya and Atari Tank Further Details are as below: [name of Contract and brief description of Works] (hereinafter called "the Contract");

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

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of …………………[amount of guarantee] 1…………………………………………………..[in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ……………………[amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

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

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until ………..…….. (i.e.) 28 days from the date of issue of the certificate of completion of works.

Signature and seal of the guarantor ______Name of Bank ______Address ______Date ______

______

1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any and denominated in Indian Rupees.

173

BANK GUARANTEE FOR ADVANCE PAYMENT

To: The Executive Engineer, Executive Engineer, Water Resources Division Rewa, (M.P.)

Restructuring & Modernization of Head works and Canals of Kanhaiya and Atari Tank Further Details are as below: [name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, sub clause 51.1 ("Advance Payment") of the above-mentioned Contract, …………………………...... [name and address of Contractor] (hereinafter called "the Contractor") shall deposit with Executive Engineer, Water Resources Division Rewa, (M.P.), [name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of ………….……[amount of guarantee] 1……………………………………… [in words].

We, the …………………………[bank or financial institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to The Executive Engineer, Water Resources Division Rewa, (M.P.), name of Employer] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding ………...……..[amount of guarantee]1 …………………………………………………………..[in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed thereunder or of any of the Contract documents which may be made between Executive Engineer, Water Resources Division Rewa, (M.P.), [name of Employer] and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until The Executive Engineer, Water Resources Division Rewa, (M.P.) [name of Employer] receives full repayment of the same amount from the Contractor.

Yours truly,

Signature and seal: ______Name of Bank/Financial Institution: ______Address: ______Date: ______

______

174 1 An amount shall be inserted by the bank representing the amount of the Advance Payment, and denominated in Indian Rupees130

175