ODISHA HYDRO POWER CORPORATION LTD., BHUBANESWAR

UPPER INDRAVATI HYDRO ELECTRIC PROJECT AT/PO: KHATIGUDA, DIST:

EXECUTIVE ENGINEER MURAN DAM DIVISION AT/PO: KHATIGUDA- 764085 DIST: NABARANGPUR ()

TENDER CALL NOTICE BNO. 09/2013-14.

CONTRACTOR EXECUTIVE ENGINEER

OFFICE OF THE EXECUTIVE ENGINEER MURAN DAM DIVISION AT/PO: KHATIGUDA, DIST; NABARANGPUR ODISHA, PIN:- 764085 No: 1595 /Dated: 02.08.2013

TENDER CALL NOTICE NO: 09 /13-14

1.The Executive Engineer, Muran Dam Division, Upper Indravati Hydro Electric Project, At/Po: Khatiguda, Dist: Nabarangpur ( Odisha) on behalf of Orissa Hydro Power Corporation Ltd, invites bid for execution of the following works detailed in table from ‘D’ and ‘C’ Class Contractors registered with State Govt./Central Govt./MES/Railway for execution of Civil Works and having Valid R.C., VAT, PAN & experience in similar nature of works during last three years. But the successful bidder not registered in the State has to registered under the State P.W.D. before signing the agreement. The proof of registration from the appropriate authority shall be enclosed with the bid. 2. Sl. Name of work Estimate Additional place of Cost of EMD Comple Class of No. Cost in Sale & Receipt Tender require -tion Contracto Rs. Paper d Rs Period r 1 2 3 4 5 6 7 8 1 Protection 9,87,874/- (1)Office of Project Rs.4,000/- 10,000/ Eleven ‘D’& ‘C’ measure to Left Administrator, + VAT - Calenda Class abutment with UIHEP, At/Po: @ 5% i.e. r Contracto repair of Khatiguda Dist: Rs. 200 /- months r approach road Nabarangpur = Rs. (Odisha) of Indravati (2)Corporate Office, 4,200/- Bridge at RD. Orissa Hydro Power 1097 M of Corporation Ltd., Khatiguda to State Police Housing Muran Dam site & Welfare Corp. road. Building Vanivihar Chowk , Janpath BBSR-751002 (3)Office of the Executive Engineer, Muran Dam Division At/Po: Khatiguda , Dist: Nabarangpur (Odisha)PIN:764085

3. Bid documents consisting of plans, specifications schedule of quantities and set of terms and conditions of contract and other necessary documents can be seen in all offices issuing the documents and in the office of the undersigned during the office hours every day except on Sundays and public holidays till date of sale and receipt of tender papers. Interested bidders may obtain further information at the same address.

Contd-P-2/

//2// 4.The sale and receipt of bid document shall start from 08.08.2013 and close on 23.08.2013 at 5.00 PM. Bids shall be received in all offices as mentioned on column No.4 and as well as in the office of the undersigned where the bids have been notified to be sold. 5.Bids must be accompanied by Earnest Money Deposit (Bid security) of the amount specified for the work in the total Col.6 above, pledged in favour of Executive Engineer, Muran Dam Division and will have to be in any one of the forms as specified in the bidding document. 6.Bids must be delivered in the tender box having identification No. MDD for the work.

7.(a) The bid documents can be purchased from all the office mentioned in the table under column No.4 as well as from the office of the undersigned against a non- refundable fee as indicated in the Column 5 in the form of demand draft bankers cheque issued from any scheduled nationalized bank drawn in favour of O.H.P.C. Ltd. U.I. H.E. Project, Khatiguda payable at S.B.I., U.I. Dam Project, Khatiguda.

7.(b) Bid documents requested by mail will be dispatched by registered post / speed post on payment of an extra amount of Rs.500/- over and above the cost of documents mentioned under Col.5. The officer inviting the Bid shall not be held responsible for any postal delay in the delivery of the documents or non-receipt of same.

7.(c) The Bid Document can be downloaded from official website of Govt. of Odisha http:/www.orissagov.nic.in/ / OHPC (www.ohpcltd.com). The authority will not be responsible if any document is modified / omitted and in all cases the conditions stipulated in the original documents kept in the office of the undersigned shall prevail. Bid documents downloaded from website shall be accompanied with a non-refundable fee of Rs.4,000/- + VAT @ 5% i.e. Rs.200/- =Rs.4,200/- in shape of demand draft in separate envelope marked as cost of tender paper down loaded from website in favour of O.H.P.C. Ltd., UIHE Project, At/Po: Khatiguda, Dist: Nabarangpur payable at S.B.I., UIDP., Khatiguda. 8. The technical Bid will be opened on 24.08.2013 at 11.00 AM./PM In the office of the undersigned in the presence of Bidders who wish to attend. After evaluation of Technical Bid by the members of Unit Level TCC, the date of opening of Financial Bid of qualified bidders only will be intimate in due course of time and the Financial bids of unsuccessful bidders will be returned un-opened. If the office happens to be closed on the last date of receipt and date of opening of bid as specified, the bids will be received and opened on the next working day at the same time and venue maintaining the same time gap between receipt and opening. 9. Other details can be sent in the tender documents. 10. The competent authority reserves the right to accept or reject any tender. Visit us at www.ohpcltd.com

EXECUTIVE ENGINEER MURAN DAM DIVISION

Contd.P-3/

//3 //

Memo No: 1596/WE /Dated: 02.08.2013

Copy along with C.D. of the tender documents submitted to the Deputy Director (Publication), Public Relation Department, Govt. of Odisha, Bhubaneswar for information and necessary action. Necessary News Paper Publication of above DTCN may be done for wide circulation in two Oriya Leading News Paper and one Local English Daily in one issue. Complimentary copy of the same may be sent to this office for making necessary payment. It is to intimate that, this office has no computer system and internet facilities, so the undersigned is unable to do eProcurement Tender. But OHPC. Ltd. Have provision of funds payment to the Advertising Agencies. Now action is being taken for eProcurement Tendering at this end. Further, it is to state that, the above mentioned works are to be executed urgently for safety of the Dam. Considering the above circumstances, this Tender Call Notice may kindly be published.

EXECUTIVE ENGINEER MURAN DAM DIVISION Memo No: 1597 / Dated: 02.08.2013 Copy to Sri B.N. Dalai, Sr. Clerk of this office for information. He is directed to proceed Bhubaneswar along with TCN No. 09/2013-14 and CD to pursue in the office of the Manager, Publication, Information and public Relation Department, Govt. of Odisha, Bhubaneswar for necessary News Paper publication.

EXECUTIVE ENGINEER MURAN DAM DIVISION Memo No: 1598 /WE / Dated: 02.08.2013 Copy along with C.D. of the tender document submitted to the Director (Operation), OHPC, Ltd., Bhubaneswar for favour of kind information and necessary action with a request to up-load the above DTCN in OHPC Website for wide circulation. Encl: As above.

EXECUTIVE ENGINEER MURAN DAM DIVISION Memo No: 1599/WE / Dated: 02.08.2013 Copy along with C.D. of the DTCN submitted to the Engineer-in-Chief, Water Resources, Odisha, Bhubaneswar for favour of kind information and necessary action with a request to up-load the above DTCN in website for wide circulation. Encl: As above.

EXECUTIVE ENGINEER MURAN DAM DIVISION

Contd.P-4/

//4//

Memo No: 1600- 08 / Dated: 02.08.2013 Copy communicated for favour of kind information and wide circulation. 1. Sr. General Manager (Electrical), UIHEP, Mukhiguda, Kalahandi, PIN:766026 2. Deputy General Manager (Finance) UIHEP, Khatiguda/ Mukhiguda. 3. Chief Engineer, UI Irrigation Project, Khatiguda. 4. All Executive Engineers, under UIHEP, Khatiguda. 5. Collector & District Magistrate, Nabarangpur. 6. Collector & District Magistrate, Koraput. 7. Collector & District Magistrate, Kalahandi, Bhawanipatna.

EXECUTIVE ENGINEER MURAN DAM DIVISION Memo No: 1609 / Dated: 02.08.2013 Copy along with tender documents submitted to the Chief Construction Engineer(C) & Project Manager, UIHEP, Khatiguda for favour of kind information and necessary action with reference to his Letter No: 3949WE Dated 17.07.2013.

EXECUTIVE ENGINEER MURAN DAM DIVISION

Memo No; 1610-18 / Dated: 02.08.2013 Copy to all Sub-Divisional Officers / Head Clerk / Estimator / Cashier / Auditor / Notice Board of this Division for information and wide circulation.

EXECUTIVE ENGINEER MURAN DAM DIVISION

INSTRUCTIONS TO BIDDERS QUALIFICATION CRITERIA: 1. The tender documents must be accompany with original cash receipt/D.D. or Bankers Cheque towards cost of tender paper downloaded from website and attested copies of contractor Registration Certificate, valid VAT clearance Certificate, PAN, Experience Certificate, Original Affidavits, Undertakings, power of attorney of the Signatory if required etc.

2. It is expected that the contractor shall deploy all required machineries required for the work. The contractor shall furnish the list of such machineries such as Truck, Tipper, Tractor, Mixer Machine etc.

In case, the contractor proposes to engage machineries and equipments as asked for in the tender document, owned or hired but deployed outside the State he is required to furnish additional 1 % EMD.

3. The Bidders should furnish details of works executed in similar nature of works during last three years in the enclosed proforma duly certified by the Executive Engineer or equivalent officer under whom he has executed the works. The certified copies of agreements are to be furnished to justify similar nature of works executed by the tenderer during last three years.

ONE BID PER BIDDER:

4. Submission of more than one tender paper by a bidder for a particular tender will liable for rejection of all such tender papers. SITE VISIT: Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of ground sub-soil (so far as practicable), the form and nature of site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstance which may influence or affect their bid. A Bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be responsible for arranging and maintain at his own cost all materials. Tools and plant, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of bid by a bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specification of the work to be done. The officer inviting the bid / Engineer-in-Charge will clarify queries on the contract Data on Requisition by the intending bidder. 5. The rates shall be quoted both in figure and words in the tender schedule. Any correction or over writing in the tender schedule shall be initialed by the person signing the bid.

CONTRACTOR EXECUTIVE ENGINEER

6. All duties, taxes, including VAT, Labour Welfare Cess and other levies payable by the contractor under the contract, or for any other causes shall be included in rates, prices submitted by the Bidder. Sales Tax, purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the contractor and Govt. / OHPC will not entertain any claim whatsoever in respect of the same.

7. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in rates written in figures and words. However, if a discrepancy is found, the rates, which correspond wit the amount wokded out by the contractor, shall be taken as correct, if the contractor does not workout, the amount of an item and the rates quoted in words and figures are not matched then the rates quoted in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct and not the amount.

8. No undertaking supporting to EMD, VAT, PAN and any document shall be entertained. Any request for adjustment of EMD shall not be accepted. The Bidder if selected from outside State will not required to furnish VAT clearance certificate in form VAT 612. However he shall furnish an undertaking in the form of an affidavit stating that they have no business in Odisha and have no liability under the Odisha VAT Act. 9. Price escalation will not be allowed under any circumstances.

10. An Affidavit in original shall be furnished by the tenderer about authentication of tender document.

11. The work should be completed within the prescribed time period. Otherwise penalty will be imposed @ 1% of the value of balance work for each day delay in completion of the work and maximum to 10% of the contract value or 20% of the value of leftover work which one is maximum. 12. Labour Welfare Cess @ 1% of Gross amount of each bill will be deducted from the contractor.

13. Earnest Money Deposit: The required EMD should be furnished duly pledged in favour of Executive Engineer, Muran Dam Division U.I.H.E.P., Khatiguda for the particular work valid for a period of 45 days beyond the validity period of bid and may be in one of the following forms.

(a) TDR from any Scheduled Indian Bank or a Foreign Bank located in and approved by the Reserve Bank of India. (b) Indian Post Office Time Deposit / National Saving Certificate / Kissan Vikash Patra / Post Office Saving Pass Book.

The bid shall be declared non-responsive and will be rejected if submitted without an acceptable EMD and non-secured.

Combined EMD for more than one work is not acceptable.

The EMD of unsuccessful bidders will be returned only after finalization of the Tender.

CONTRACTOR EXECUTIVE ENGINEER

14. If a Bidder has a relative employed as an officer in the rank of an Assistant Engineer/ Under Secretary and above in the state Govt. of Odisha in the concerned Department, he shall inform the same in the bid mentioning the exact details in a covering letter along with the tender, failing which his bid will not be considered. Also if the fact of relation subsequently comes to light, his contract will be rescind. The bid security or the performance security will be forfeited and shall be liable to make good any loss or damage resulting for such cancellation. In case the bidder has no relationship with any of the officers mentioned above he shall have to furnish with his bid a certificate. VALIDITY: 15. Bids shall remain valid for a period of not less than 90 days after the deadline date for submission as specified in the notice inviting the bid. A bid valid for a shorter period shall be rejected by the Engineer-in-Charge as non-responsive.

16. In exceptional circumstances, prior to expiry of the original time limit, the Officer inviting the Bid may request the bidders to extend the period of validity for a specified additional period. The request and the bidder’s 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 be required or permitted to modify his bid but will be required to extend the validity of his bid security for the period of extension

17. All risks of loss or damage to physical property and of personnel injury and death which arise during and in consequence of the performance of the contract other than the expected risks are the responsibility of the contractor. The work (whether fully constructed or not) and all materials, tools and plant and other things connected there with shall be at the risk of the contractor until the work has been delivered to the Engineer-in-Charge and a certificate from him to that effect obtained.

The contractor shall, at his own expense provide all materials required for the work. The contractor shall, at his own expense and without delay; supply to the Engineer-in-Charge samples of materials to be used on the work and shall get these approved in advance. All such materials to be provided by the contractor shall be in conformity with specification laid down or referred to in the contract. The Contractor shall, at his risk and cost, make all arrangements and shall provide all facilities as Engineer-in-Charge may require for collecting, and preparing the required number of samples for such tests at such time and to such places as may be directed by the Engineer-in-Charge and bear all charges and cost of testing unless specifically provided for otherwise elsewhere in the contract or specifications.

18. Language of Bid: All the documents relating to the bid shall be in English / Hindi/ Oriya language. Bids submitted in any other language shall be summarily rejected.

CONTRACTOR EXECUTIVE ENGINEER

19. Documents comprising the Bid:- (i) Attested copy of valid Registration Certificate ( R.C.). (ii) Original money receipt towards cost of tender document or D.D/Bankers Cheque for the cost of tender document downloaded from web-site. (iii) Signed Bid document issued / downloaded. (iv) Qualification information and supporting documents. (v) Experience Certificates in the prescribed format (Annexure –F), certified copies of agreements. (vi) Affidavit towards availing exemption of EMD in case of Engineering contractor. (vii) E.M.D. in prescribed format duly pledged in favour of Executive Engineer Muran Dam Division Khatiguda. (viii) Affidavit towards availing facilities in case of SC/ ST Contractors with valid Cast Certificate. (ix) No Relation Certificate. (x) Affidavit in Original towards Authendication of documents.

20. SUBMISSION OF BIDS. Sealing and Marking of Bids: a. The bidders shall prepare the documents, comprising the bid containing the sealed covers. b. Contractors are not required to write their name on the outer cover containing the bid documents. c. They are only required to write the name of work, authority who had issued the tenders, date of opening of bid and Bid Identification Number. d. The bid shall be sealed with tamper proof sealing tapes. e. The name of the Bidder / Firm with address shall be written on the inner covers. f. The bid shall be returned in case it is declared late after opening the outer envelope to check the name of the firm of the bid security does not comply with requirement. 21. OPENING AND EVALUATION The Officer inviting the Bid or his authorized representative will open the tenders on the specified date in the presence of any intending contractors who may be present at that time and will enter the amounts of the several tenders in a comparative statement in a suitable form. The bid security ( EMD shall be opened and read out first. The amount, form and validity of the bid security furnished with each will be announced. If the EMD furnished does not confirm to the amount and the validity period as prescribed, the bid will be rejected. 22. ADDITIONAL PERFORMANCE SECURITY: If the bid of successful bidder is seriously unbalanced in relation to the Engineer’s Estimate of the cost of the work to be performed under the contract, i.e. less than the estimated cost by more than 10%. In such an event the successful depositor will deposit the additional performance security for the amount as follows.

CONTRACTOR EXECUTIVE ENGINEER

Additional performance security - Difference of 90% of the summation of amount at estimated rate for all items where the quoted rate is less by 10% or more, than the estimated rate & summation of amount at quoted price for these items. If the contractor fails to do these items of work, the amount so furnished as additional performance security will be forfeited in addition to other penal clauses, if to be imposed.

However the maximum additional performance security shall not be exceed 10% of the estimated cost put to tender. In case the first lowest bidder or even the next lowest bidder withdraw in series one by one, there by facilitating a particular bidder for award, then they shall be penalized with adequate disincentives with forfeiture of EMD unless adequate justification for such back out is furnished. Appropriate action for blacklisting the renderer shall also be taken apart from disinventivising the renderer. 23. RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS: The competent authority on behalf of the Governor of Odisha does not bind him to accept the lowest or any other tender and reserves to him the authority to reject any or all the tenders received without assigning any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidder shall be summarily rejected. 24. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT: The bidder whose bid has been accepted will be notified of the award by the Engineer-in- Charge prior to expiry of the validity period by registered letter. This letter (“letter of Acceptance”) will state the amount of performance security and additional security required to be furnished. The bidder shall within 15 days of issue of letter of acceptance furnish the performance security and additional performance security (if any ) in the prescribed format, failing which the Engineer-in-Charge shall without prejudice to any other right or remedy available in law, be at livery to forfeit the Bid Security absolutely. The agreement will incorporate all agreements between the office inviting the bid / Engineer-in-Charge and the successful bidder. FOLLOWING DOCUMENTS SHALL FORM PART OF AGREEMENT: a. The notice inviting the bid, all the documents including additional conditions, specifications and drawings, if any forming the bid as issued at the time of invitation of bid and acceptance thereof together with any correspondence and documents leading there to and required amount of performance security including additional performance security thereof. b. Standard Bid Document P.W.D. F2-W1.

CONTRACTOR EXECUTIVE ENGINEER

TECHANICAL SPECIFICATION 1. ROAD WORK: 1.1 MATERIALS: 1.1.1. IRC Grade –I aggregate shall consist of broken hard granite rock 40 mm to 90 mm in size have clear strong, tough, durable and fairly cubical fragments, reasonably free of soft or disintegraded pieces, dust, stone coated with dirt or low porosity. The absorption shall not ordinarily exceed 1 percent. Rocks such as epidorite, sand, stone lateriate, quartz and mate should be avoided.

1.1.2. IRC Grade-III aggregate shall consist of broken hard granite metal of size 25 mm to 50 mm as per Appendix-I have clean, strong, tough, durable and fairly cubical fragments reasonably, free or soft or disintegrated and possessing low porosity. The absorption shall not ordinarily exceed 1 percent. Rocks such as expidority, sand, stone, lateriate, quartz and rate should be avoided.

1.1.3. Gravel shall be composed or large coarse, siliceous grains, sharp and gritty to the touch and free from dirt and foreign materials. It should not contain any lumps of stones largen than ¾’’ gauge. A small natural admixture of clay up to 10 percent is not objectionable. The moorum should not contain more than 5 to 8 mm but of fine sand passing a 200 mesh A.S.T.M. sleve. Soft lime stone grit or kunkar gravel shall be specified wherever economically feasible. 1.2. TOOLS & PLANTS AND EQUIPMENTS. 1.2.1 Tools of any kind will not be supplied departmentally nor does the department undertake to arrange for the purchase of tools on behalf of the contractor who shall himself make all arrangements for providing the tools required for the work. However, departmental machineries can be given on hire for which hire charges as stipulated by the department will be deducted from the bill of the contractor. Other items of Department plant and machineries will be supplied on requisition subject to availability and the conditions of hire stipulated in tender notice. The contractor shall not claim any sort of relief or extension of time for completion of the work on the plea that departmental plants and machineries other than road roller were not hired to him. 1.3 CAMBER: 1.3.1. The amount of camber to be given will be 1 in 48. 1.3.2. The camber shall be parabolic and templates shall conform to this shape. The parabolic camber shall be tangential to the slope of the shoulders.

1.4 SUPER ELEVATION: 1.4.1. Curves shall have super elevation as per instructions of the Engineer-in-Charge. 1.4.2. In no case super elevation shall exceed 1:15. 1.5 WIDENING AT CURVES. 1.5.1. The width of surfacing in curves shall be increased by the amount shown below:

RADIUS IN FEET INCREASE IN WIDTH FOR A 12 FEET OF 22 FEET PAVEMENT. Up to 200 4 ft. 201 – 500 3 ft. 501 – 1000 2 ft. 1001- 1500 2 ft. Over 1500 NIL.

The widening will start at the beginning or tangent point of the transition curve and progressively increase at a uniform rate till the maximum designed widening is reached at the tend of the transition when the designed super elevation is also attained. Thereafter the same widening shall be continued till a similar point is reached in the further transition.

CONTRACTOR EXECUTIVE ENGINEER

1.6 CONSTRUCTION METHOD.

1.6.1. The methods employed in performing the work and all equipment tools and machinery used for executing any part of the work shall be subject to the approval of the Engineer-in-Charge. The construction methods shall conform to the following requirements.

1.7. SUB-GRADE: 1.7.1. The sub-grade area shall be correctly marked out with reference to the entire line by means of strings and stakes. The lined shall be correctly ranged.

1.7.2. If sub grade consists of bad clay or other unsuitable materials the contractor shall excavate it for a depth of 6 inches or above specified depth below the level of the bottom of the surfacing and well form such excavation shall be used for uniformly flattening. The excavation shall then be filled with approved soil material and leveled, shaped, watered and roller till the surface resents a uniform compact surface conforming to the line grade and cross section shown on the plants. Such work will be said for as authorized extras.

1.7.3. The road should be contracted conforming to the camber specified for the surfacing. It shall be scarified to a depth of 6 inches below the level of the bottom of the surfacing, leveled and shaped, adding fresh quantities of specified sub-grade material, watered and rolled as directed by the Engineer-in-Charge till a uniform, compact surface conforming to the specified line, grade and cross - section is outlined.

1.7.4. Under no circumstances shall be placing of material be permitted on a soft or unrolled sub grade.

1.8. SHOULDERS: 1.8.1. The shoulders, if not already formed shall be made of gravel or other specified materials and compacted by watering land rolling in accordance with the specification for “Shoulders”. Except as herein after provided the slope of the shoulders shall be in 1 to 30 in straight sections and in curves the rate of super- elevation of the carriage way and the level of the finished surface of the shoulders adjacent to the surfacing shall confirm to the level of the edge of the first layers to be constructed. The inner edge of the shoulders shall be trimmed to a plane perpendicular to the cross section as to provide adequate side support to the layer of metal to be placed and to permit the placing of metal with a definite edge along the specified alignment.

1.9. SPREADING METAL:

1.9.1. When the contract calls for a thickness of more than 3 inches in uncormpacted condition the surfacing shall be constructed in two or more courses each course being not more than 3 inches not less than 1 ½ inches. The metal shall be spread true to the grade, Line and cross section and evenly to the uncompacted depth as provided in the contract. The first course shall not be spread until the sub grade has been approved by the Engineer-in-Charge. Where construction is to be done half width at a time, the materials shall be spread half width plus 15 inches.

1.9.2. The metal shall be spread by means of approved spreader boxes or by manual labour using baskets, the men turning their hand smartly so as to scatter the stones well. The materials as spread shall be well graded, shall have no pockets of course of line material, and shall be free from segregation of fine and coarse particles. Loose materials shall not be left in unspread heaps on the road bed at the end of each day’s work.

CONTRACTOR EXECUTIVE ENGINEER

1.10. HAND PACKING: 1.10.1. The metal shall be packed to comber and grade a set of three identical camber boards with spirit level being constantly used in conjunction with a fish line and a set of three boning roads in the following manner. With the aid of the boning roads area about 1 foot square about feet apart and along the center line shall be first packed so that they are on the correct grade ahead of packing to camber. These shall be the reference points grade and shall be readily identifiable. Starting with the first two of these points two strips about 18 inches wide shall then be packed to correct chamber and two of the three chamber boards firmly held over these. The fish line weighted at both ends shall be held taut over the ends of these two camber boards shall be identically marked. Packing of the spread materials between these two camber boards shall then be commenced checking the camber by means of the third camber board moved slowly in between the end camber boards, the correctness of its position being checked with reference to the fish lines and the markings on the chamber board. Hand packing shall be done by a row at 4 to 5 persons for a 12 foot pavements. After the area between the end camber boards is fully packed to correct camber and grade the first camber boards shall be moved over a the thirt reference point and the precise repeated. 1.10.2. In super elevated curves, the super elevation or banking shall commence at the lower edge and progress towards the upper edge of carriage way in one straight line. This shall be secured by gradually raising the outer edge above the inncer edge of the carriage way at a uniform rate till the designed super-elevation is reached. The designed super elevation shall be attained in the above manner gradually over the entire length of the transition curve and thereafter the same rate of super elevation shall be maintained over the circular arc. All details of super elevated curved shall be as shown on the plans or as directed by the Engineer-in- Charge. Hand packing in super-elevated curves shall be guided by appropriate straight templates with spirit level or plumb bob arrangement for indicating the rate of super-elevation. 1.11. ROLLING GENERAL: 1.11.1. All rolling shall be done by means of 8 to 10 ton power rollers and hand roller shall not be used unless so provided in the contract or permitted by the Engineer-in-Charge is writing.

1.11.2. Hand rollers, if permitted to be used, shall be free from uneven wear and be truly cylindrical and provided with in adequate timber or steel tackle and sufficient number of men or bullock teams shall be engaged for pulling the roll without individual strain and without showing or tearing up the material under the feet. 1.11.3. In the case of power Roller, care shall be taken that the rollers is worded or started and stopped without jerks. The rollers shall not be stopped in the working section. In the case of steam rollers, the furnace shall not be racked out nor the bunker replenished over the payment under construction. 1.11.4. In each forward and reverse trip maneuvering to get the roller into the correct [position shall be done outside of the length under rolling either over the completed surface behind or over the incomplete surface ahead. 1.11.5. If 3 wheeled rollers are used the following shall begin with the outside rear wheel of the roller covering equal parts of shoulders and metal and the roller shall be run forward and backward until the shoulder and metal are bound together firmly, When edges have thus been firmly rolled, the rolling shall progress gradually form edges to the center, paralled with the center line of there and lapping uniformly each preceding rear wheel track by one half width of the track and shall continue under all the surface has been rolled by the rear wheels three or four times. On super elevated curves after the lower edge has been thoroughly rolled as specified above, the rolling shall continue from the inside edge to the outside instead of from edges to the center.

CONTRACTOR EXECUTIVE ENGINEER

1.11.6. Rolling shall be done in length not less than 300 feet and the total length of surfacing in various stages of construction shall not exceed 500 feet.

1.12. DRY ROLLING: 1.12.1. The road metal as spread shall be sprinkled with water in just sufficient quantities to moisten the cushioning below and to facilitate inter locking and roller preferably with a 3 wheeled roller.

1.12.2. When the whole area has been rolled 3 or 4 times the camber and grade shall be checked by means of the three camber boards and fish line and a 10 feet straight edge laid parallel to the center line of the road. In all uneven areas, observed, the materials shall be thoroughly loosened by hand packing surplus material being removed from high spots and depressions filled with fresh materials and again rolled. For the purpose of making up depressions small quantities of metal may be left un spread in the stacks when spreading is in progress.

1.13. WET ROLLING: 1.13.1. When all the defects have been with rolling shall proceed water being applied copiously as directed by the Engineer-in-Charge until creeping or weaving metal ahead of the roller shall have ceased and the metal is well assembled.

1.13.2. During rolling, if any individual fragments get crush they shall be removed and replaced with fresh materials. 1.13.3. The wet rolled surface shall not very more than one half inch from 10 feet straight edge applied to the surface parallel to the center line of the road.

1.13.4. If the layer being constructed is an intermediate, course shoulders shall be again made up and trimmed as provided in “ Shoulders” and the subsequent layers including the surface course of metal, shall be spread, hand packed dry rolled and wet rolled, each layer of metal being treated to the sequence of operations herein before set forth.

1.13.5. Munch bonds to a width of about 12 inches and to such height as to prevent water added during consolidation from following to the sides shall be formed along the shoulders and about six inches from the surface course.

1.14. DEFECTS APPEARING DURING WORK: 1.14.1. Should the sub grade become soft and mixed while the work is in progress, the contractor shall without additional compensation, remove the mixture, reshape and compact the sub grade, replace the materials removed with clean metal which shall be rolled broomed and filled until compacted satisfactorily, uniformly and inconfirmity with the surrounding surface.

1.15. SPREADING AND FINISHING: 1.15.1. The road shall then be allowed to dry for some hours and when the surface is still damp but not sticky to roller, if so required by the Engineer-in-Charge, a course of sand ¼ inch thick or as specified shall be spread, the surface lightly sprinkled and rolled again to a smooth finish. The purpose of this operation is to prevent the gravel when wet, stricking to the wheels of vehicles and being pulled away, dislodging in turn some of the interlocked stones, If the weather is wet this rolling shall be done during fair weather immediately following gravel rolling.

CONTRACTOR EXECUTIVE ENGINEER

1.16. FINISHING OF SHOULDERS:

1.16.1. Along with the finishing operations described in the preceding paragraph of “Defects appearing during work” the shoulders which should have been built up in conjuction with the paveing but might have been damaged during construction. Shoulders shall be scarified leveled and shaped with the addition of fresh materials wherever necessary, watered and rolled, till a smooth compact surface is obtained conforming to the line, graph and cross section shown in the plans or as directed by the Engineer-in- Charge. The junction of the boulders and carriageway shall receive special attention to ensure that it is smooth.

1.16.2. In straight sections of the road the shoulders shall have a side slope of 1/30. 1.16.3. On curves the slope of the inner and other shoulders shall be the same as that of the superelevated carriageway between them. 1.17. GRADATION OF GRADE – 1 AND GRADE- III METAL: ______Grading Size range Sieve designation. Percentage by weight passing the sieve. Grade- I 90 mm to 40 mm 100 mm 100 90 mm 90 – 100 63 mm 25 – 60 40 mm 0 – 15 20 mm 0 – 5 Grade- III 50 mm to 25 mm 63 mm 100 50 mm 95 – 100 40 mm 95 – 100 25 mm 0 – 15 12.5 mm 0 – 5 ______1.18. BITUMINOUS SURFACING: 1.18.1. COARSE AGGREGATE. The coarse aggregate shall comply with the following requirements. The coarse aggregate shall consist of hard broken granite, have clean, strong, durable and fairly cubical, fragments, reasonably free of soft or disintegrated places, dust, stone coarse with dirt or other objectionable matter and possessing good hydroponic characteristics and low parasite. The absorption shall not originally exceed one percent.

1.18.2. The physical requirement of 25 mm to 40 mm size metal shall be 25 m size 33.41 cum 40 mm size 33.41 cum for 100 Mtr. length to road which are to be stated separately on the road side in berm. Each box heap measuring 1.5 m X 1.5m to be measured as one cum. The payment will be made at the unit price mentioned in the schedule of quantities taking into consideration of 25 mm size and of 40 mm size for one cum of 25 mm to 40 mm metal. 1.18.3. Metal of size, grade, quality should be stacked in regular heaps of box size 1.5 Mtr. X 1.5 Mtr. X 0.5 Mtr to be measured as one cum in solid. Collection should be made on the road side on the berm without constructing the movement of traffic or any other work going on simultaneously.

1.19. REPAIRS TO SURFACE: 1.19.1. Holes of depressions exceeding 20 mm in depth in the surface shall be first repaired by removal of all loose and defective materials and replacement with suitable patching materials which shall be compacted to produce a tight surface conforming with the adjacent area.

CONTRACTOR EXECUTIVE ENGINEER

1.19.2. Bumps and waves which impair the riding qualities of the water bound macadam surface shall be removed by scarifying and recompaction.

1.19.3. when the existing water bound macadam is removed, whether for the purpose of eliminating bumps and wages which impair the riding qualities or for the purpose of increasing the thickness of the metal, crust, the work shall be performed in accordance with the specification for macadam renewal except during the operation of gravel rolling, gravel shall be applied in reduced amounts, the operation stopped where the surface presents a mosaic pattern with the interstices between stones thoroughly filled with gravel traffic shall not be allowed on the prepared base till the bituminous surfacing is ready for service. If however, traffic shall have to allowed on the surface prior to the construction of the bituminous surfacing the water bound macadam resurface shall be performed in accordance with specification for macadam renewal in all respects and with the further provision that the contractor shall be required to maintain the surface in proper conditions for receiving bituminous treatment.

1.19.4. The prepared surface shall be well bonded thoroughly and evenly compacted and true to the required line grade and cross sections.

1.20. CLEANING WATER BOUND MACADAM SURFACE: 1.20.1. Prior to the application of the bituminous material all dust, dirt, caked clay, loose and foreign materials for the full width to the rerated shall be removed by power brooms, if available, supplemented by hand brooms where necessary or by means of wire brushes small packs brass brooms etc. the materials so removed shall be disposed of in a workman like manner out of site of road way as directed by the Engineer-in-Charge. Particular care shall be exercised to clean thoroughly the other edges of strip to treated of caked mud with specially designed sharp picks, if so required by the Engineer-in-Charge, the contractor shall without addition compensation clean the surface one foot on either side beyond the width to be treated and keep the shoulders well watered to prevent dust from being blown over the surface to be treated.

1.21. CLEANING EXISTING BLACK TOP SURFACE: 1.21.1. The surface shall be swept, clean of all loose foreign matter with Brass Brooms, wire brushes or small hand picks shall be used to loosen any foreign matter that can not be removed by the brass brooms along. It shall be roughened, if necessary by means of pick marks to afford a key, if a premix carpet is to be laid over it. In the case of every old bituminous surfaces containing perished bitumen and mineral matter at the top, if stipulated in the special provision the top crust containing dead materials shall be loosened by scarifying and the resultant material broken up by working with dices or other equipment adopted for the purpose prior to brushing and brooming. Finaly in the case of all surfaces, all traces of dust which get dislodged while brushing and brooming shall be removed by dusting surface with clean gunny bags or by other satisfactory method.

1.21.2. There shall always be sufficient length or prepared surface ahead of the bituminous surfacing operations to be kept these operations continuously on the move, but not so much as to cause undesirable time lag between preparation of the base and surfacing operation.

1.21.3. The prepared surface shall be closed to traffic and the contractor shall not permit to be used for the haulage of any king nor by labourers employed by him. The contractor shall at his own expenses, repair any damage to the prepared base caused by his operation or used by traffic.

CONTRACTOR EXECUTIVE ENGINEER

1.21.4. Cleaning the surface & roughening surface will not be paid for separately but full compensation thereof including the supplying of necessary labour, equipments, tools and machinery and all incidental work shall be considered as included in the contract unit price for constructing the bituminous surface.

1.22. APPLYING BITUMINOUS MATERIALS: 1.22.1. The application of the bituminous materials shall be carried so that traffic will not be required to travel on any portion of the road bed upon which bituminous materials has been freshly placed. The contractor shall employ the necessary barricades, watchman or other means to prevent the traffic, from encroaching upon any such freshly applied bituminous material. If necessary both side berms of the road has to be made fit for movement of traffic at his own cost.

1.22.2. Unless otherwise specified herein or in the special provisions the various type and grades of bituminous materials shall be applied at temperature within the working range for spraying as specified by the manufacturer. 1.22.3. Bituminous materials shall not be applied unless the surface is dry, but if the materials is an emulsified bitumen slight dampness may be permitted, but there shall be no wet spots. Also bituminous materials shall not be applied when the weather conditions are rainy and unsuitable. 1.22.4. Before applying of bitumen materials shall normally be heated in a bitumen boilers or in kett materials the surface shall be through cleaned.

1.23. HEATING: 1.23.1. The bituminous materials shall normally be heated in a bitumen boilers or in kettles.

1.23.2. The laid of the drum bearing the departmental stamp with the number of the drum in the lot shall be cut away and handed over to the Departmental representative in immediate charge of the work. The open drum shall then be hoisted and place over the boulder, so that the materials readily flows out of the drum and into the rank. At no time shall bituminous materials be heated above the maximum temperature specified by the manufactures.

1.23.3. The contractor shall furnish, and keep on the work at all times, an accurate thermometer suitable for determining temperature of the bituminous materials to be applied. 1.24. SPRAYING: 1.24.1. The bitumen shall be sprayed from spraying machines pouring from the perforated in cans and such other hand methods may be permitted with the written approval of the Engineer-in-Charge. 1.24.2. The Engineer-in-Charge shall have the right to order the discontinuance of the use equipment which in his opinion fails to produce satisfactory distribution of bitumen in accordance with these specifications. 1.24.3. Bituminous material shall be applied to the surface uniformly quantities specified and the sprayer shall be operated in such a manner as to avoid missing or over lapping which would make a non uniform application.

To secure uniform spreading of the bituminous materials the surface shall be worked with suitable brushes. 1.24.4. Only a competent operator shall be permitted to operate the spraying machine. In no case will operators be tolerated who can not or do not operate the sprayer in such a way as to avoid missing or overlapping of the surface which would make a non uniform application, hand pouring when permitted shall be done only by trained men who can produce uniform spreading.

CONTRACTOR EXECUTIVE ENGINEER

1.25. TACK COAT. 1.25.1. A track coat shall consist of any application of bituminous materials to the surface as a base course or existing payment preparatory to placing a bituminous surfacing material upon it, in order to ensure a through bond between the old and new coarses. Tack coats are not ordinarily employed unless the succeeding bituminous surfacing is one inch or less in compacted thickness. Tack coat shall not be specified in ordinary surface dressing, penetration and mix in place work. Tack coats shall be provided in all cases where the bituminous material is to be laid over a cement concrete base.

1.25.2. The bituminous materials to the tack shall be spread over the read surface which shall have been cleaned in accordance with the applicable provision. The rate of application shall be as per the instruction of the Engineer-in-Charge. The materials shall be allowed to dry until it is in a proper condition of tackiness to receive the surface course. To avoid the track coat becoming hard or acquiring a film of dust or other foreign materials, it shall not be applied any further in advance then is necessary to produce the desired degree of tackness. Any break in track coat shall be repaired with bituminous materials. To secure uniform spreading of the material the surface shall be worked with suitable brushes.

1.25.3. Immediately after the bituminous material has been applied and before it has had time to cool down, the aggregate shall be uniformly spread over the surface at the rate as specified in the item of work or as directed by the Engineer-in-Charge. 1.25.4. The application of the aggregate shall be followed by light hand brooming or drage brooming until a uniform surface free from weaviness depression and other irregularities is produced. The process of leveling shall be assisted by addition of aggregate in quantities required to cover bare sport.

1.25.5. The surface shall then be tested by means or a camber board laid across the road and a 10 foot straight edge laid parallel to the center line of the road and irregularies, if any shall be corrected by addition or removal of cover aggregate. If a uniform surface is thus assured at this stage, the completed surfacing should be normally free from irregularities. The rolling shall progress gradually form each side towards the center of the road (or to the outside and in case of super elevated curves), parallel to the centre line or the road, lapping a out half the width or the large wheel on each. The roller shall be worked or started and stopped without jerks and shall not be stopped or reversed at the same location to cause the displacement of state and other irregularities. Uneved areas that show up during the rolling shall be leveled by racking the areas loose, adding or removing materials as necessary. The rolling of the aggregate shall be continued until the particles are firmly embedded in the bituminous material and sufficiently well bonded so that they will not pick up under traffic. Excessive rolling which results in the crushing of aggregate particles, shall be avoided.

1.25.6. Two coat surface dressing shall consist of cleaning the existing water bound macadam surface, and applying bituminous material and covering aggregate twice in accordance with this specification. 1.25.7. Immediately after the first coat has been applied the second coat of bituminous materials and cover aggregate shall be applied shall be tested in accordance with the specification for single coat surface dressing. 1.25.8. After rolling the surface shall again be tested as stated above and any depression or irregularity corrected.

CONTRACTOR EXECUTIVE ENGINEER

1.26. FINISHING OF SHOULDERS: 1.26.1 Before opening the road to traffic shoulders shall be made up to specified width with selected gravelly soil or other specified materials compacted and trimmed in conformity with specifications of water bound macadam surfacing.

1.27 PROTECTION: 1.27.1 Until the surfacing is thrown open to traffic, it shall be protected from traffic by some suitable device such as barricading and posting of watchmen. 1.28. PERMITTING TRAFFIC: 1.28.1. The finished surface may be opened to traffic when the bituminous materials has sufficiently cured to hold the covering aggregate in place. This curing time allowed shall not be less than 12 hours in any case.

1.28.2. Until the bitumen has worked upto the surface satisfactorily the traffic shall be regulated as to spend such that the cover aggregate is not disturbed from the surface and as to lateral position such that the traffic is distributed as evenly as possible over the entire carriage way.

1.29. MAINTENANCE: 1.29.1. For three months after completion, the contractor shall keep the surface free from pot holes or other breaks in the surface and shall from time to time apply hatever cover materials is necessary to absorb excess bituminous material that appears on the surface. 1.30. PREMIX CARPET: 1.30.1. The coarse aggregate shall comply with the requirements stated above under “ coarse Aggregate”. The size of hard granite chips shall be as mentioned under the item of the schedule quantities.

1.30.2. Prior to the application of premix carpet the bituminous surfacing should be cleaned to the full satisfaction of the Engineer-in-Charge. All dust dirt clacked clay, loose and foreign materials for the full width to be treated shall be removed by brooms, wire brushes etc. and disposed of outside the roadway as directed by the Engineer-in-Charge. 1.30.3. The premix carpet shall be laid only when the surface is dry and the atmospheric temperature is above F and after the base has been approved by the Engineer-in-Charge.

1.30.4. The binder shall be heated to Flunless cold application bitumen is used. The mixing shall be so done that every part of aggregates gats completely coated and in no case for less than 1 ½ minutes. 1.30.5. The aggregate ( coarse) shall be measured in one cft. Boxes and shall be fed into the mixer in correct proportions. The bitumen shall be weighed in buckets against a spring balance and 2/3 of the correct total quantity added to each batch at the appropriate temperature. The mixing shall be done till the coarse aggregate are thoroughly coated and then 6 mm size chips and coarse san along with the balance binder are to be fed. These are to be mixed till a homogenions mixture is obtained.

1.30.6. The mixture when unloaded shall be carried in clean and oiled borrows and laid on the prepared surface pre coated with tack coat of bitumen as per methods and specifications stated above. The mixture should be laid on the prepared surface starting from the point furthest from the mixing site, in a single coarse of required thickness, after spreading the mixture shall be shaped and leveled by means of toothed screed riding on side froms and having working edges conforming to the specified camber. Rolling shall then be done with 8 to 10 ton roller. The interval between spreading and rolling shall be such that there may not be excessive displacement of material not should it have set too stiff for rolling. Rolling shall commence at the edges and progress towards the centre ( or commence at the inner edge and progress towards outer, it is on a curve) lapping half the width of the large wheel on each trip. The wheels of the roller must be moistened with water to prevent sticking. The surface shall be frequently checked with a 10 ft. straight edge and uneven areas corrected. The surface shall be uniform and free from wages, ridges and indentations. When the new bituminous surface ends a smooth and shock free junction with the existing surfacing shall be made by thinning out the former and finishing off at an angle with the center line. When tested with a straight edge 10 ft, long he finished surface shall not vary more than 1/8”.

CONTRACTOR EXECUTIVE ENGINEER

1.30.7. The surface shall be protected by barricading watchmen and red flags until it is opened to traffic which may be done after a lapse opf 24 hours.

1.30.8. The bitumen concrete shall be protected on right side by granite or cement concrete or brick edging well fixed in the sub grade & sunk flush with the finished surface & should be done in advance and painted on the edge with ho bitumen just before laying.

1.30.9. The final surface shall, if desired be finished off where a smooth finish is immediately necessary with sand flushing, i.e. application of bitumen coated sand 2 ft. per 100 cft. Just before commencement of rolling the bitumen required is 8 Lbs. per Cft. Or sand).

1.30.10. SEAL COAT: The seal coat should be kept in readiness so that it can be laid immediately over the premix carpet surface to achieve good bond between premix carpet seal coat layer. 1.31. BASIS OF PAYMENT: 1.31.1. The aggregates shall be paid on stack measurement per 1 cum as per norms and conditions stipulated in schedule of quantities. 1.31.2. Bituminous materials required for the work shall be supplied by the contractor as stipulated in the contract. The construction of the surface shall be paid for at one sqm. Of finished work including all labour, materials etc. as stated in schedule of quanties. It is the responsible of the contractor to lift the bituminous materials by his own conveyance for storage and consumption at the work site. 1.32. BLINDING WITH SAND: 1.32.1. Blinding shall consist of applying a thin layer of coarse sand for approved specification over the seal coat surface in order to fill surface interstices prevent fretting and to minimize roughness.

1.32.2. Sand shall be taken from stacks in convenient basket loads and spread on the road with a twisting motion of the hands so as to distribute the materials evenly to a depth of ¼ lnch. The blinded area shall be completely covered with the material and shall not show any black patches. 1.32.3. The surface stones have a tendency to fret or level hot bitumen binder shall be sprinkled in amounts sufficient to help the sand work in the interstices under the action of traffic & restore the surface to a smooth and compact condition.’ 1.33. TREATMENT OF POT HOLES: Cleaning & roughening with breaking edges etc. to proper size shall be done as per direction of the Engineer-in-Charge. After the area is passed tack coat of 1st layer and 2nd layer should be laid as per schedule of quantities attached to the Agreement. After this premix carpet will be laid & immediately seal coat layer will be laid in order to seal the holes / Cavities and to provide water tight surface. After which sand blinding will be done Pot holes repaired surface area will not be allowed to use by traffic for 24 hours which is curing time for the traffic construction necessary berricade, strengthening berms etc. necessary arrangement shall be done by the contractor at his own cost for smooth vehicular movement during execution. 2. BRIDGE WORKS; 2.1.1. The work shall be taken up as per relevant specification enclosed specified in the schedule of quantities and as per the latest relevant specification of Bureau of Indian Standard in case of any conflicting provision. Bureau of Indian Standard Specification shall supersede all other provision without violating the contract. 2.1.2. The drawing enclosed may undergo changes as per the direction of the Engineer- in-Chief without violating the contract.

CONTRACTOR EXECUTIVE ENGINEER

2.1.3. Departmental materials like stone boulders shall be used in the work as per avoidability on priority basis Recovery towards cost of the materials will be as per the prevailing issue rate. Royalty will be changed as per the prevailing rate. 2.1.4. R.C.C. work or brick work if considered necessary will be done as extra work and as per specification below. 2.2. EXCAVATION: 2.2.1. Excavation shall be taken up to the line and level and grade as per the drawing and as directed by the Engineer-in-Charge. The bottom and side slopes of excavation shall be finished reasonably to uniform surface in a careful and workman like manner and the side or rock cuts shall be sealed off all loose or overhanging fragment of rock. 2.2.2. All necessary precautions shall be taken to preserve the rock below & beyond the prescribed lines of excavation in the sources possible condition. The depth & size of holes and characterstics of charges shall be subject to the approval of the Engineer-in-Charge in the opinion of the Engineer-in-Charge blasting may injure the rock beyond limits, excavation shall be completed wedging burning chiseling line drilling and hammering or other suitable methods acceptable to the Engineer-in-Charge at the presence of the contractor. 2.2.3. All precaution shall be taken up by the contractor to ensure safety of workmen and will be fully responsible for any default. 2.3 BLASTING : 2.3.1. Blasting and its connected operation shall be taken up in accordance with the Indian Explosive Act with its amendments up to date.

2.3.2. Basting shall be conducted only when proper precautions are taken for protection of persons work and property. Any damage injury, loss of lift and property by blasting shall be the responsibility of the contractor. He shall indemnify the Govt. against any claims for damage, injury, death and loss of property resulting from and in the course of work and also under the provision of the workmen’s compensation act. 2.3.3.(i) All blasting operation will be done by a licensed blaster. (ii) Flag should be prominently displayed and siren/whistle sounded as per rules. (iii) Since th work site is close to other installations and villagers blasting shall be taken up cautiously and carefully with all precautions and in such a manner that it will not endanger and cause any loss to life and property. (iv) All precautions specified by the Indian Explosive Act with its amendments up to date for blasting operations are to be followed by the contractor. (v) The charge to be utilized should be minimum so as to limit the throw of the blaster materials to avoid any damage to property and nearby structures. 2.4.1. SITE CLEARING AND LAYOUT OF WORK: 2.4.2 The site of work shall be cleared of jungle if any and roughly leveled and dressed as far a necessary for perfect layout to the satisfaction of the Engineer-in-Charge. 2.4.3. The work shall be laid out on the ground accurately accordingly to the requirement of the drawings or other authorized instructions using a sufficient number of masonry pillars with wooden pads containing a thin nail to mark the exact center line. The center pillar and pads shall be kept sufficiently clear of the foundation trenches so as to be free from any disturbances during the operation. Accepted ground level to be adopted in the work will be settled by the Engineer-in-Charge and must be clearly engraved on the pillars to serve as bench marks. In the case of contract work unless otherwise specially stipulated the contractor shall himself meet the cost of layout and the preliminary site clearing and dressing.

CONTRACTOR EXECUTIVE ENGINEER

2.5. EARTH WORK FOR FOUNDATION: Trenches shall be dug to suit the designs of foundation and to proper depth. The sides of the trenches shall ordinarily be left vertical if the soil will stand vertical for the time involved in the operation. If this is not the case the sides shall be dressed to suitable slope or else shored. The foundation bed shall be finished to adopted bed level by being lightly watered or well rammed. All roots or materials liable to decay found in the trenches must be carefully removed. In case there being water in the trenches, the same will be kept down by pumping or bailed out as may be most suitable and for such a period as may be necessary.

2.6 PLAIN CEMENT CONCRETE: 2.6.1. MATERIALS; Cement concrete will be prepared from the cement, sand and coarse aggregate in the proportion as given in the tender schedule.

2.6.2. The mixing will be done by machine. The ingredients should be mixed for not less than 1 ½ minutes and not more than 3 minutes until a concrete or thoroughly uniform consistency results. Hand mixing shall be allowed under approval of the Engineer-in-Charge only when small quantities are involved. The available broken stone, sand and cement in measured quantities shall first stacked over a clean water tight mixing platform. Thoroughly mixed dry and spread to a uniform depth. A measured quantity of water will be then gradually added gently and while this is being done the whole mass will be quickly turned over at least three times until uniform through cut. Excess of mixing water should be avoided. The mixing shall always be done in small batches to facilitate quick and easy handling.

2.6.3. LAYING CONCRETE: After mixing has been completed the concrete shall be promptly carried and gently deposited where required and tamped into its final position within 30 minutes counting from the time when the cement is moistened. The tamping shall be through and brick so as to produce a dense and uniform concrete free from voids and air pockets but it so vigorous as to force the coarse particles down and effect uniformity. However mechanical vibration shall be normally adopted in the work.

2.6.4. Construction joints are provided when it is not possible to lay concrete in a continuous operation in any block of the work. However provisions of construction joint and its location shall be subject to prior approval of the Engineer-in-Charge. When resuming the work, the joints should be cleaned, roughened and all litance removed. The surface should be cleaned with a wire brush, thoroughly wetted and treated with a cement sand mortar of same proportion as in concrete before new concrete shall be resumed against this layer.

2.6.5. CURING: The finished concrete shall be protected from exposure to the sun for the first three days after being laid. The surface should be kept most by sprinkling water as soon as the surface has set hard enough to stand this. On the next day concrete shall be more freely sprinkled with water and kept thoroughly wet. Then the surface should be ponded with the water and kept as such for ten days. Side shutters may be removed after three to five days after casting taking care not to break edges. Vertical surfaces where ponding is not practicable should be sprinkled with water and kept moist by wet gunny bags hung against them. This shall be kept wet for ten days.

CONTRACTOR EXECUTIVE ENGINEER

2.7. REINFORCED CEMENT CONCRETE AND FORM WORKS: 2.7.1. FALSE WORK AND FORMS: The make the temporary supports of concrete and consist of centering shuttering and props and beams and bracing supporting and stiffening the form.

2.7.2 Forms made from timber planks or steel sheets properly stiffened are suitable both for centering and shuttering. For centering platforms, rough planks suitably supported and leveled up with earth and finished at the top with cement plaster with neat cement punning should be done as directed by the Engineer-in-Charge. All forms should conform to line and shape according to the requirement of design of the finished RCC works. The whole assembly should be strong and rigd enough to stand any incidental load, including wind pressure without any vibration, deflection and distortion. The form must be strong enough to remain such disturbed during vibration of concrete. 2.7.3. Before arranging reinforcement in the forms the interior surfaces of the later which have to remain in contact with the concrete shall be very lightly smeared with non staining material approved materials to prevent them from adhering to the concrete.

2.7.4. In some locations RCC is laid over or between masonry of concrete or over ground. In such cases forms are not required and reinforced concrete is to be laid over existing masonry or concrete. The later being previously moistened to prevent from stacking any water from the cement concrete. When laid directly over earth in foundation the bed shall be watered and rammed hard. 2.7.5. REINFORCEMENT: The steel bars shall be free from any loose scale or loose rust. The bars must not be painted or oiled. The bars shall be cut and bent cold to the required shapes and placed in position according to drawings and ties firmly in their places with the help of plain soft annealed iron wire 15 S.W.G. unless otherwise shown in the drawings.

2.7.6. Bars of sufficient length should be obtained so as to avoid the necessity of joints but when this is not possible joints should be staggered and located at points of low stresses and a lap splice provided as per the direction of the Engineer-in-Charge. The minimum cover of concrete shall be as per drawing. The cover shall be accurately maintained by small percent of concrete chairs under the bars to be incorporated with the work or lying from above. Bars of required diameter will be utilized as per direction of the Engineer-in- Charge.

2.7.7. The reinforcement after it has been placed and arranged in the forms and tied in position by wire shall be checked and finally passed and measured by the Engineer-in-Charge or his authorized agents after which only the concrete shall be laid. The principles of mixing, laying and curing should be adopted same as in plain cement concrete.

2.7.8. CONSTRUCTION JOINTS: Joints should be located at positions of minimum shear centers of spans of ordinary slabs, junction of slabs and ribs in case of T- Beams are normal position of construction joints. Sloping joints are not to be employed except in curved members like arches. The joints are to be perpendicular to be main thrust. When resuming work on the hardened concrete surface of the joints it shall be thoroughly cleaned, roughened and all litance removed. The surface then shall be swept clean with wire brushed thoroughly wetted and treated with a thin layer of cement mortar 1:2 and the new concreting shall then be done against this layer.

CONTRACTOR EXECUTIVE ENGINEER

2.7.9. REMOVAL OF FALSE WORKS: Side shutters not carrying any lead may be removed after five days after laying the concrete Bottom shutters carrying weight should be removed after 14 to 21 days. The operation of removal of forms shall be performed gently so as to avoid shocks to be concrete.

2.7.10. SUPERVISION AND GENERAL ATTENTION: All operation with reinforced concrete shall be carried out under the strict departmental supervision, Reinforcement shall not be laid in the forms before the later has been passed as fit by a responsible P.W.D. Officer. After laying reinforcement the concrete should not be laid until the reinforcement fixed in position has been passed by the Engineer-in-Charge or Officer deputed by him. Mixing and laying should not be done in absence of the Departmental officers.

2.8. RANDOM RUBBLE MASONRY: 2.8.1. GENERAL CHARACTER: The class of masonry is made of stones as received from the quarry with little hammer dressing. The face stones are selected over as large as an as nearly the same size as practicable going well into the interior of the masonry with a few smaller stones in the hearting joints must not exceed ¼ “ and stone chips are wedged into the interior joints whenever necessary to prevent occurrence of thick joints. Face and interior edge stones should be placed with broadest face downwards. 2.8.2. PREPARATION OF STONE, JOINTS AND BEND: Stones as received from quarry shall have their week comers and edges knocked off with a hammer. Face stone shall have their faces hammer dressed sufficiently to fit fairly on the faces. Fifty percent of the face stones must not be less than 1 Cft. And 25” must be headers running not less than 15”in the hearting where required. 33% of the stones used in the hearting should be ¾” Cft. Smaller stones should be used as less as possible to avoid joints and no joints shall exceed ½” thickness. Greater care should be taken not have hollow spaces in masonry. 2.8.3. MORTAR: Proportion of mortar will be as per specification of tender schedule. Greater care may be taken for dry masonry to provide through stones, stones breaking joints and avoidance of small stuffs in the interior. 2.9. WELL BURNT C.B. CLASS BRICK MASONRY IN CEMENT MORTAR: 2.9.1. It shall consist of W.B.C.B. bricks cleaned and immersed in water for at least six hours before use and set in cement mortar bricks shall be laid evenly and correctly with proper bond and with frogs upper most except for the top most layer of walls. The bond shall be English unless otherwise specified. Side joints shall be filled by pressing the bricks over the mortar bed and pushing them side ways against the other bricks. Grouting of vertical joints with thin mortar is prohibited. 2.9.2. No more half bricks and three quarter bricks shall be used then are absolutely necessary for maintaining the bond. Uniformity of work shall at all stages be controlled by plumb lines. Straight edges and gauge pole with the height or coarse marked, where steps are left they shall be racked back properly to affect proper bond later on. The comers and junctions shall however be executed in one operation and no steps for subsequent joints are to be left at their places. The joints shall be as uniform and fine as is consistent with good solid work and no mortar joints shall be more than 3/8” in thickness. At the end of days work fillets of mortar will be made on the top of the walls and pounded with work to a depth of 1” and the surface of all completed masonry will be damp by sprinkling water for at least a week when plastering is to be done, the joints should be racked out to a depth of ½” without damage to the work. The faces which are not to be plankered are to be kept clean Fillets should be completely cleaned and washed off from the brick work before recommending the cement mortar work.

CONTRACTOR EXECUTIVE ENGINEER

2.9.3. SCAFFOLDING: Scaffolding shall be rigid and strong enough for its proper. When single scaffolding is used and put log holes are necessary the latter shall always be given in the headers course and no more than one header brick shall temporarily be omitted for this purpose. All put log holes shall be closed with sound bricks and mortar before any plastering or pointing is done.

2.10. PLASTERING: 2.10.1. Cement plaster shall be executed with cement mortar of the mix specified and finished to a minimum thickness of ½” over ( 12 mm ) brick work and ¼” over stone work ( 20 mm).

2.11. SAND FILLING IN PLINTH: A layer of this is always is desirable as an aerated cushioning under soling of the base ( rammed khoa or concrete) supporting the floors and above the rammed earth. The sand shall be filled in and rammed with rammers in the specified thickness which is never to be less than 6” until it would compress no more. Any kind of reasonably clean sand course or fine will do without screening of further treatment and the presence of mica in it is no disadvantage for this class of work.

2.12. ILLUSTRIATIVE GENERAL : (i) Machinery, tools and plants if any from the Department can be used by the contractor only after drawal of Agreement with proper authority. (ii) Very good rock products like stone, Gr. I metal, Gr. III metal, chips and other graded stone materials free from skin are to transported to work site from Boriguma, any local quarry or from Quarry site near Indravati Dam, Podagada Dam or Kapur Dam used fro dam construction at contractor’s cost. (iii) Sand of good quality free from fines, silt and clay loams etc. are to be transported to site from River Indravati and from River Chikiliat contractor’s cost. (iv) All reject materials after testing are to be shifted out of site at Contractor’s cost. (v) All construction materials will be tested at contractor’s cost only. (vi) All type of works will only be carried out by the contractor only after the area is passed or materials are passed as fit by the Engineer-in-Charge or officer deputed by him. (vii) Any loss arising out of violation of Departmental instructions will be solely on contractor’s account. (viii) All construction drawing required for work can be collected by the Contractor from the Department before execution of work. (ix) Any deviation from the Agreement will only be executed after receipt of written order from the Engineer-in-Charge. (x) Test report of the Materials. (a) The contractor shall submit the test certificate for the materials ( Cement, steel and bitumen etc. to be used in the work). (b) The materials shall confirm to ISI Specifications. (c) If required, testing of the materials will be taken up by the Department,. Cost of testing shall be borne by the Contractor.

CONTRACTOR EXECUTIVE ENGINEER

TNDER SCHEDULE

Name of work: Protection measure to left abutment with repair of approach road of Indrvati Bridge at RD. 1097 M of Khatiguda to Muran Dam site road. Sl Description of item of work Unit Quantit Rate of Unit (in Rs.) Amount . y In Figure In Wards N o 1 Excavation of earth in all kinds of soil including moorum, stoney 100 51.38 earth gravel etc. existing all kinds of rock & boulders not exceeding Cum 0.014 cum, in volume including rough dressing breaking clods and dumping the excavated materials away from work site with all leads, lifts and delifts including all labour, supervision, T&P, labour cess, and connected all other operation etc. complete, as per the drawing, designs and direction of the Engineer-in-Charge. 2 Cement concrete M10 grade with crusher granite coarse aggregate with One 47.94 edge and free from weathered skin of size 40 mm down graded and cum sharp edged with sand washed and screened and free from silt and use cement 53 grade ISI brand specification mixed by manually or mixer machine and carriage of concrete Mix by head lead from mixing site to work site including cost, conveyance, royalty and taxes of all materials machineries, T&P and labour, supervision, overhead, insurance, labour cess, watering curing with all leads, lifts and delifts, connected all other operation etc. complete as per design, specification and directed by the Engineer-in-Charge. 3 Cement concrete M-15 grade with 20mm downgraded black hard One 13.23 granite crusher broken stone chips with edge and free from weathered Cum skin and sharp sand with washed and screened and free from silt and use cement 53 grade ISI brand specification including hoisting and laying and mixed by concrete mixture machine and carriage of concrete mix by head lead from mixing yard to work site including with cost, conveyance, royalty and taxes of all materials T&P hire & running charges of all machineries supply of labour, supervision, overhead, insurance, watering, curing with all leads. lifts & delifts and all other connected operation etc. complete as per drawing design specification and direction of the Engineer-in-Charge.

CONTRACTOR EXECUTIVE ENGINEEER

4 Reinforced cement concrete M 20 grade with 20 mm downgraded, One 33.44 black hard granite crusher broken stone chips with edge and free cum from weathered skin and sharp sand with washed and screened and free from silt and use cement 53 grade ISI brand specification including hoisting laying, mixed by mixture Machine, carriage of concrete mix by head lead from mixing yard to work site, including cost, conveyance, royalty and taxes of all materials and Machineries and cost of all labour, supervision, T&P, labour cess, insurance, over head charges, chipping, claiming debries, watering and curing for a specific period with all leads, lifts, & delifts all other connected operation ----- etc. complete as per drawing, design specification and direction of the Engineer-in-Charge. 5 Supplying, fitting and placing uncoated HYSD bar reinforcement free One 22.30 from loose scale & loose rust must not be painted or oiled including Qntl. with cost, conveyance, and taxes of all materials, overhead, charges, insurance, labour cess, and labour charges for cutting bending binding shifting to site tying and placing in position with all leads, lifts & delifts with all other connected operation etc. complete as per drawing design, specification and as directed by the Engineer-in-Charge. 6 Providing form work for concrete with F1 finish for up stream faces of One 156.46 Dam spillway galleries of barrages un exposed surface of foundation sqm block joints etc. with steel shutters rigidly fixed and removal of forms and making good to the required surfaces and highs where necessary including cost, conveyance, and taxes of all materials with all leads, lifts and delifts labour, supervision, labour cess over head charges T & P and all other connected operation etc. complete as per drawing design, specification and direction of Engineer-in-Charge. 7 Dismantling and removing R.C.C. column beam slab stair case landing One 14.76 linterls including stacking the useful materials for reuse and removing cum the debries away from working site with all leads. lifts and delifts, over head charges, supervision, labour cess T&P and all other connected operations etc. complete as per directed by the Engineer-in-Charge. ( Measurement should be taken before dismantling) .

CONTRACTOR EXECUTIVE ENGINEEER

8 Dismantling dry or grouted rough stone revetments of appron or retaining One 5.96 walls and stacking the stones for reuse and removing the debris away cum from working site with all leads, lifts and delifts, over head charges, supervision, labour cess T&P and all other connected operations etc. all complete as per directed by the Engineer-in-Charge. ( Measurement should be taken before dismantling) 9 Random rubble hard granite stone masonry in clay and sand or gravel One 33.00 (a grouted in foundation and plinth including cost, conveyance, royalty and Cum ) taxes of all materials with all leads lifts and delifts labour, supervision, labour cess, over head charges T & P and all other connected operation etc. complete as per drawing design, specification and direction of Engineer-in-Charge Random rubble hard granite stone masonry in clay and sand or gravel One 5.00 (b grouted in foundation and plinth Excluding cost conveyance, royalty of cum ) stones but including cost of conveyance royalty taxes of sand with all leads, lifts and delifts labour, supervision, labour cess, over head charges T & P and all other connected operation etc. complete as per drawing design, specification and direction of Engineer-in-Charge. 1 Rough stone dry packing in appron and revetment with hard granite stone One 171.408 0( 15 cm to 30 cm size including cost, conveyance, royalty of all materials, cum a) over head charge, insurance, labour cess, supervision charges and all other connected operation with all leads, lifts & delifts etc. complete as per drawing design and as per direction by the Engineer-in-Charge. (b Rough stone dry packing in appron and revetment with hard granite stone One 36.952 ) 15 cm to 30 cm size Excluding cost, conveyance, royalty of stones, and cum including over head charge, insurance, labour cess, supervision charges and all other connected operation with all leads, lifts & delifts etc. complete as per drawing design as per direction by the Engineer-in- Charge. 1 Grouting in appron and revetment 23 cm deep with cement concrete One 903.64 1 (1:4:8) with 2.5 cm size HB HG metal with edge and free from weathered sqm skin and sharp sand washed and screened and free from silt and used cement 53 grade ISI brand specification mixed by manually or mixture machine to work site including cost, conveyance, royalty, taxes of all materials, labour, cess, T&P, supervision, overhead, insurance, watering, curing with all leads, lifts and delifts etc. complete as per drawing, Design and specification and direction of the Engineer-in-Charge.

CONTRACTOR EXECUTIVE ENGINEEER

12 Providing weep hole in abutment and wing walls 8 cm X 23 cm size Eac 10 including metal spall backing in rear complete including centring and h shuttering if required with cost, conveyance, royalty, taxes of all materials, supervision, all labour, insurance, labour cess, and over head charges, T&P etc. complete as per direction of the Engineer-in-Charge. 13 Earth work in excavation of foundation in all kind of soil stoney earth 100 142.12 and gravel mixed with stone boulders not exceeding 0.014 cum in cu volume with all leads, lifts, and delifts including levelling the bed to the m required depth with cost of all labour, T&P, labour cess, overhead charge, insurance etc. all complete as per drawing design and direction of the Engineer-in-Charge. 14 Weather coating two coats to wall surface with weather coat of On 2679.20 approved shade on new work to give in even shade including cost, e conveyance taxes of all materials T&P, labour charge, overhead, sq insurance, supervision and labour cess with all leads, lifts, & delifts and m all other connected operation etc. complete as per direction of the Engineer-in-Charge. 15 Removing old lime or cement plaster from walls including racking out On 40.60 joints 12mm deep and removing the debrises away from work site with e all leads, lifts & delifts with labour charge, overhead, supervision labour sq cess, T&P and all other connected operation etc. complete as per m direction of the Engineer-in-Charge. 16 20 mm thick cement plaster in C.M. (1:6) over old masonry guard wall On 40.60 in both side of the bridge over stone masonry work including racking e out joints, including cost , conveyance, royalty, taxes, of all materials, sq labour with all leads, lifts, delifts, labour, supervision, T&P , labour cess, m watering, curing in specific period & all other connected operation, etc. complete as per specification and direction of the Engineer-in-Charge.

(Sixteen items only)

CONTRACTOR EXECUTIVE ENGINEEER

DECLARATION BY THE BIDDER

I / We have read and examined the invitation bids and the contract data. Applicable specifications, Drawings & Designs, Instructions to Bidders and Directions, condition of contract, clauses of contract, special conditions, schedule and other documents and rules referred to the condition of contract and all other contents in the Bid Document for the work.

I/We hereby bid for the execution of the work specified in the invitation for Bids within the time specified in contract data, as per schedule of quantities and accordance with the specifications, designs, drawings and instructions in writing referred to in ITB and the conditions of contract and with such materials as are provided for by and in respects in accordance with such conditions so far as applicable.

I/We agree to keep the bid valid for Ninety (90) days from the last date of receipt thereof and not to make any modifications in its terms and conditions. Bid security of Rs………………… is enclosed in shape of ……………………………………….. If I/We fail to commence the work in the time specified, I/We agree that the said Governor of Odisha or his successors in office shall without prejudice to any other right or remedy be at livery to forfeit the said bid security absolutely. Otherwise the said bid security shall be retained by him towards security deposit to execute all the work referred to in the bid documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum percentage mentioned in contract data and those in excess of that limit at the rate to be determined in accordance with the provision contained in clause of the condition of contract.

I/We hereby declare that I/We shall treat the documents, drawings and other records connected with the work as secret / confidential documents and shall not communicate information / derived there from to any person other a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to safety of the State.

I/We agree that should I/We fail to commence the work specified in above declaration. An amount equal to the amount of bid security mentioned in the form of invitation of bid shall be absolutely forfeited to the Governor of Odisha and the same may at the option of the competent authority on behalf of the Governor of Odisha be recovered without prejudice to any other right or remedy available in law.

Date: Signature of Bidder

Signature of Witness: Postal Address:

Occupation Address

CONTRACTOR EXECUTIVE ENGINEER

ANNEXURE-F PERFORMANCE RECORD OF CONTRACTORS (Under whom the works has been executed, To be furnished separately for each work)

1. Name of the Contractor:

2. Registration No. and date:

3. Class of Contractor:

4. Licensing authority:

5. Licence valid up :

6. Details of works executed for the last three years. Sl. Jobs under Agreeme Date of Stipulated Whether No execution nt No commencement date of work in Reasons . and completio progressing for delay Amount as per n programme if any 1 2 3 4 5 6 7

7. Whether the contractor has requisite machineries and personnel deployed (details of machinery and personnel deployed):

8. Whether the quality of service provided is satisfactory:

9. Whether he has capability to make good the loss time:

10. Whether the contractor has abandoned any work in the past three years, if yes, the details thereof.

11. Whether the contractor has entered into any litigation in the past if year, the details thereof.

12. Name of the Certifying Officer With official seal. Signature of the Contractor

CONTRACTOR EXECUTIVE ENGINEER