Government of

Command Area Development Authority

Cauvery Basin Projects .

Office of the Executive Engineer, CADA No. 1 Division,

CBP E‐Mail: [email protected] SHORT TERM TENDER NOTIFICATION 03/2015‐16/Dated: 04‐01‐2016 ( THROUGH e‐PROCUREMENT PORTAL ONLY) ( K.W. 1& 2 ) Item Rate Tenders are invited through e‐Procurement portal only on behalf of Administrator, CADA, CBP Mysore , Eligible contractors registered in KPWD/CPWD /ID /And state Govt., under taking any other Dept. and compulsorily enrolled in CNNL, Mysore/, for below mentioned works.

STATEMENT OF WORK Stipulated Est. Amount Tender period of Class of Sl as per E M D (in Processing completio eligible Name of Work No. Schedule­B Rs) charge n Contrac ( in Rs.) (in Rs.) including tor Monsoon 1 2 3 4 5 6 7 Head of account: 2705, Ayacut Roads TumkurTaluk, Tumkur district 1 Construction of Ayacut Road from Refer as per Class Parameshaiah's house to Chennasagara 947500.00 18950.00 e‐ 45 Days III and procurement Palya under T.B.C.in Kasaba Hobli of Above Tumkur Taluk.(from Ch.0.00 to 1.00 Km)) (Indent No: 340 ) 2 Construction of Atchakat Road from Refer as per Class Kodi Palya to Channel of T.B.C. in 947500.00 18950.00 e‐ 45 Days III and procurement Kasaba Hobli of Tumkur Taluk. (From Above 0.00 to 1.00 Km) ( Indent341) 3 Construction of Achkat road from Refer as per Class Malleshwara Temple Shivanna's Katte 472500.00 11813.00 e‐ 45 Days III and procurement coming Under TBC (from 0.00 to Above 0.50km))(Indent 342 ) Tiptur Taluku Tumkur District 4 Construction of Ayacut Road from Refer as per Class Distributary­1 to Mavinasosi Oni under 486500.00 12200.00 e‐ 45 Days III and procurement T.B.C..(Indent.387) Above 5 Construction of Ayacut Road from Refer as per Class Distributary­4 to achkat of T.B.C. 486500.00 12200.00 e‐ 45 Days III and (Indent.390) procurement Above

6 Construction of Ayacut Road from Refer as per Class Distry­4 of T.B.C. to Distry­1 of 486500.00 12200.00 e‐ 45 Days III and procurement N.B.C..(Indent.391) Above 7 Construction of Ayacut Road from Refer as per Class Srinivasu's farm to Rangappa's farm in 486500.00 12200.00 e‐ 45 Days III and procurement Banasandra Hucchegowdara Koppalu Above coming under Distry. of T.B.C..(Indent392) 8 Construction of Ayacut Road from Refer as per Class Distry. 3rd Km to Ganganaghatta of 486600.00 12200.00 e‐ 45 Days III and procurement T.B.C.)(Indent.393) Above 9 Construction of Ayacut Road from Refer as per Class Ballekere ­ Machaghatta road to 486700.00 12200.00 e‐ 45 Days III and procurement N.B.C.­2 under distry. of Above N.B.C..Indent.395 10 Construction of Ayacut Road from Refer as per Class Jaabaghatta ­ Halelur road to 486600.00 12200.00 e‐ 45 Days III and procurement Ganganaghatta coming under Distry.­1 Above of T.B.C.Indent.396 11 Construction of Ayacut Road in Refer as per Class Ganganaghatta tank achkat coming 486500.00 12200.00 e‐ 45 Days III and procurement under Distry.­1 of T.B.C..Indent.398 Above 4705 Roads. Kunigal Taluk Tumkur District

12 Metalling to Ayacut Road from Refer as per Cl.I Suganahalli To Thorebommanahalli in 2991700.00 29917.00 e‐ 45 Days & procurement Kunigal Taluk (CH­0.00 TO above. 2.50KM)Indent.353 13 Metalling to Ayacut road from Refer as per Cl.II Shettigehalli ­Kunnaiankatte through 2394000.00 23940.00 e‐ 45 Days & procurement Beguru to Channel in Kunigal Taluk above. (ch­0.00 to 2.00km)Indent.363 14 Metalling to Ayacut road from Singripalya to Refer as per Class II Chikkegowdanapalya in Kunigal taluk (CH 0.00 1798700.00 27000.00 e‐ 45 Days and procurement to 1.50km)Indent 369 Above 15 Metalling to ayacut road from Heruru Refer as per Class II Kullananjipalya Arekere behind in 1230000.00 18450.00 e‐ 45 Days and procurement Kunigal taluk (ch 0.00 to Above 1.00KM)Indent.371

16 Metalling to ayacut road from Beguru Refer as per Class II kere NH­48 service road to Baladaane 1296050.00 19450.00 e‐ 45 Days and procurement through achkat in Kunigal Taluk (ch Above 0.00 to 1.00km (Indent.372) Gubbi Taluku Tumkur District 17 Metalling to Ayacut Road from under Refer as per Class TBC of sub distrybutary­11th of Janaka 490100.00 12300.00 e‐ 45 Days III and procurement devanahalli road to Sunkapura ik Gubbi Above Talukj.(Indent.405) 18 Metalling to Ayacut Road from Refer as per Class Pendarahalli ­Manchihalli Koduroad to 676120.00 13550.00 e‐ 45 Days III and procurement Gangapatana Under TBC of Sub Above Distrybutart­24 in Gubbi Talukj(Indent.411) 19 Metalling to Ayacut road from Main Refer as per Class Canal to marashettihalli Doddabasappa 637450.00 12750.00 e‐ 45 Days III and procurement land Under TBC Of Sub Distrybutary ­ Above 11 in Gubbi Taluk.412 Turuvekere Taluku Tumkur District 20 Construction of Ayacut Road from Refer as per Class II T.Hosahalli Janatha Colony to 1228100.00 18450.00 e‐ 45 Days and procurement Bommenahalli via achkat comong Above under Distry.­8 of T.B.C.)Indent.399 21 Construction of Ayacut Road from Refer as per Class II Chowdenahalli gate to Doddenahalli 1171050.00 17600.00 e‐ 45 Days and procurement Coming under D­7 of T.B.C. in Above Turuvekere Taluk.. Indent.401 4705 F.I.C; works Kunigal Taluku Tumkur District 22 EWE and Construction of CD works Refer as per Class II for FIC in Block no.7, 17, 20 of L­1 1682700.00 25250.00 e‐ 90 Days and procurement sub Distrybutary of D­26 of Above TBC.(Indent.406) 23 EWE and Construction of CD works Refer as per Class II for FIC in Block no.6, 8, 10, 11, 12 of 1591250.00 23900.00 e‐ 90 Days and procurement R­8sub Distrybutary of D­26 of Above TBC.(Indent.407) 24 EWE and Construction of CD works Refer as per Class II for FIC in Block no.11­19 of L­2A sub 1383100.00 20750.00 e‐ 90 Days and procurement Distrybutary of D­26 of Above TBC.(Indent.408) 25 EWE and Construction of CD works Refer as per Class II for FIC in Block no.4, 5, 6, 7, 8, 9 of 1688800.00 25350.00 e‐ 90 Days and procurement R­6sub Distrybutary of D­26 of Above TBC(Indent.409) 26 EWE and Construction of CD works Refer as per Class II for FIC in Block no.9­13 of R­6 sub 2090600.00 20900.00 e‐ 90 Days and procurement Distrybutary of D­26 of Above TBC.(Indent.410)

The Contractor has to submit his tender through on line e‐Procurement only. Contractor should scan the Registration copy, work done certificate Latest copy of the Income Tax return acknowledgment mentioning the PAN and TAN no’s and any other document and submit through online. EMD and processing fee shall be paid through e‐ Payment. More information can be had from web site www.eproc.karnataka.gov.in

Calendar of Events 1 Download for e‐tendering document 08‐01‐2016 to 23‐01‐ 2016. 2 Last date and time for tender queries 22‐01‐2016 3 Last Date and time for receipt of completed 23‐01‐2016 upto 4.00PM tender and EMD 4 Date and Time for opening of tender bid 25‐01‐2016, 5.00PM onwards

If the Date of opening mentioned above happens to be a general holiday the next working day holds good. Any other details required can be obtained from office of the under signed during office hours. Contact:‐ 0816‐2200302 General Conditions for eligible Tenderers: 1. The tenderer should furnish enrolled registration certificate CNNL, Mysore/Bangalore. 2. The Validity of EMD shall be for a Period of 180 days from the date of receipt of the tender. Note: EMD and Tender Processing fee shall be paid through e‐payment using the following four modes of Payment. 1. Credit Card Payment 2. Direct debit payment 3. National electronic fund transfer 4. Remittance at the bank counter 3. Work done certificate should be obtained from the competent authority not bellow the rank of Executive engineer, self attested copy should be enclosed. 4. If the rates quoted by the tenderer is below the estimated rate of the department then the tenderer shall furnish an additional performance security in the form of DD/NSC/FDR for an amount equivalent to the difference between the cost as per quoted rate and Amount put to tender at the time of executing the Agreement. In case contractor quoting rate above 125% of the estimated rates then the amount over and above 125% will be withheld during the progress of work. 5. In case the tender is cancelled, the processing fees will neither be refunded nor the same will be transferred to other works. 6. Conditional tenders will be rejected. Right to accept or reject any or all the tenders without assigning any reason is reserved by Administrator, CADA, CBP, Mysore. 7. The bidder is required to ensure to browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The department shall not be responsible for non accessibility of e‐procurement portal due to internet connectivity issues and technical glitches. 8. The materials used for the work shall be of good quality and the same should be got tested from the competent authority at his cost. 9. No compensation shall be allowed for any delay in starting of work on account of acquisition of land. 10. The rates quoted by the contractor must be inclusive of sales tax, excise duty, Royalty, Octroi, quarry fee etc. No. extra payment on this account will be entertained. 11. The Tenderer shall not be under a declaration of ineligibility for corrupt and fraudulent practices by Government of Karnataka. 12. As per government order No.LD/300/LET/2006 dated: 18.01.2007 1% of bill amount will be deducted against labour welfare fund. 13. The Tenderer should abide by the directions of Government towards recovery as modified by Government from time to time. 14. The tenderer should furnish Employees Provident fund Registration certificate. a) In respect of contractors who are not registered with the EPF ( Employees Provident Fund) authorities, the contractors should produce an undertaking that he shall within 7days of the close of every month submit to the Executive Engineer, a statement showing the recoveries of contributions in respect of employees employed are through in and shall also furnish under the provision of the scheme to the commissioner, EPF. b) However, having given an undertaking to this effect if the contractor does not furnish the information, the Administrator, CADA, CBP, Mysore will deduct the necessary amount from the amount due to the contractor. Not withstanding the above, the contractor will be liable for any consequential penalty/ damages levied by the EPF authorities. 15. Defect liability period is one year from the date of completion of work. 16. Performance guarantee: for all works an amount of the contract value will be withheld as “performance guarantee amount” out of security deposit i.e., 7.5% of contract value (EMD+FSD), till the expiry defect liability period with out any interest. 17. If CADA, CBP Mysore wishes to engage third party inspecting agency for the said work, apart from the quality control authorities and field tests of the CADA,CBP, Mysore, then the contractor should co‐operate with the third party test and quality control authorities. 18. Tenders from joint ventures are not acceptable. 19. In addition to the above, all the conditions, as stipulated in the tender booklet of CADA, CBP, Mysore should be followed. 20. Any details/ information can be had from the web site: www.eproc.karnataka.gov.in

Executive Engineer, CADA, No.1 Division, CBP,Tumkur.

K/W­2

Government of Karnataka ANNEXURE II

Telephones:……………….. Fax: …………………… TENDERS FOR THE WORK OF *

(Description of Work)

TENDER REFERENCE :

PERIOD OF SALE OF TENDER DOCUMENT : From: To:

LAST DATE FOR SALE OF TENDER DOCUMENT :

LAST DATE AND TIME FOR RECEIPT OF TENDERS :

TIME AND DATE OF OPENING OF TENDERS1 :

PLACE OF OPENING OF TENDERS :

ADDRESS FOR COMMUNICATION :

Contractor Executive Engineer

*Note: The Footnotes are for the Guidance of the TIA to prepare the documents properly. All the footnotes should be deleted in the Final Text.

1 Should be the same as for the deadline for receipt of tenders or promptly thereafter.

K/W­2 Works/Open tender/Item rate/ > Rs.20 lakhs, < Rs.50 lakhs 2

Contents

Section No. Description Page

1 INVITATION FOR TENDERS (IFT) 3

2 INSTRUCTIONS TO TENDERERS (ITT) 4

3. FORM OF TENDER AND QUALIFICATION INFORMATION 12

4. CONDITIONS OF CONTRACT (CC) 18

5 CONTRACT DATA 28

6 SPECIFICATIONS 30

7 DRAWINGS 31

8. BILL OF QUANTITIES 32

9. FORMAT OF BANK GUARANTEE FOR SECURITY DEPOSIT 33

Contractor Executive engineer

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 3

SECTION 1: INVITATION FOR TENDERS (IFT)

Date: IFT No.:

1. The EE CADA, No.1 Division, Tumkur invites tenders from eligible tenderers, for the construction of works detailed in the Table below. The tenderers may submit tenders for any or all of the works given in the Table. Tenderers are advised to note the minimum qualification criteria specified in Clause 3 of the Instructions to Tenderers to qualify for award of the Contract

2. Tender documents may be purchased from through e procurement protal from­­­­ To...... , for a non­refundable fee (for two sets) as indicated in the Table below, in the form of cash or Demand Draft/Pay Order on any Nationalized/ Scheduled bank payable at...... in favour of Administrator, CADA, CBP, Mysore.. Interested tenders may obtain further information at the same address. ( Tender documents requested by mail will be dispatched by registered/speed post on payment of an extra amount of Rs... .. The .. will not be held responsible for the postal delay if any, in the delivery of the documents or non­ receipt of the same.)

3. Tenders must be accompanied by earnest money deposit specified for the work in the Table below. Earnest money deposit will have to be in any one of the forms as specified in the Tender document and shall have to be valid for 45 days beyond the validity of the tender.

4. Tenders must be delivered to e procurement portal .. on or before.the last date nd time and will be opened on the same day at...... hours, in the presence of the tenderers who wish to attend. If the office happens to be closed on the date of receipt of the tenders as specified, the tenders will be received and opened on the next working day at the same time and venue.

5. Other details can be seen in the tender documents.

TABLE Package Name of work Approximate Earnest Cost of Period of No. value Money document completion of work (Rs.) Deposit (Rs.) (Rs.)

1 2 3 4 5 6

Name of the Organization/Department: Command Area Development Authority, Cauvery Basin Projects

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 4

SECTION 2: INSTRUCTIONS TO TENDERERS (ITT)

Table of Clauses

A. General Page No.

1. Scope of Tender 5 2. Eligible Tenderers 5 3. Qualification of Tenderer 5

B. Tender Documents

4. Content of Tender documents 6 5. Amendment of Tender documents 6

C. Preparation of Tenders

6. Documents comprising the Tender 6 7. Tender prices 6 8. Tender validity 7 9. Earnest money deposit 7 10. Format and signing of Tender 7

D. Submission of Tenders

11 Sealing and marking of Tenders 8 12 Deadline for submission of Tenders 8 13 Late Tenders 8 14 Modification and Withdrawal of Tenders 8

E. Tender opening and evaluation

15. Tender opening 8 16. Process to be confidential 9 17. Clarification of Tenders 9 18. Examination of Tenders and determination of responsiveness 9 19. Correction of errors 10 20. Evaluation and comparison of Tenders 10

F. Award of contract

21. Award criteria 10 22 Employer’s right to accept any Tender and to reject any or all Tenders 10 23. Notification of award and signing of Agreement 10 24. Security deposit 11 25. Corrupt or Fraudulent practices 11

Contractor Executive engineer

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 5 A. General

1. Scope of Tender

1.1 The ...... 2 (Referred to as Employer in these documents) invites tenders from eligible tenderers, for the construction of works (as defined in these documents and referred to as "the works") detailed in the Table given in the Invitation for Tenders (IFT). The tenderers may submit tenders for any or all of the works detailed in the table given in IFT. 2. Eligible Tenderers 2.1 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Karnataka 2.2 Tenders from Joint ventures are not acceptable. 3. Qualification of the Tenderer: 3.1 All tenderers shall provide the requested information accurately and in sufficient detail in Section 3: Form of Tender and Qualification information. 3.2 To qualify for award of this contract, each tenderer in his name should have in the last five years period. (a) achieved in at least two financial years an average annual financial turnover (usually not less than the estimated cost under this contract for works costing upto 100 lakhs). (b) satisfactory completion as a prime contractor for at least one similar work to an extent of 50% of the work for all works costing upto and Rs 100 lakhs. (c) The Tenderer or his identified sub­contractor should possess required valid electrical license for executing building electrification works and should have executed similar electrical works totaling Rs. .. . (usually not less than 50% of the electrical works)* in any one year;7 (d) The Tenderer or his identified sub­contractor should possess valid license for executing water supply/sanitary engineering works and should have executed similar water supply/sanitary engineering works totaling Rs……… (usually not less than 50% of the water supply/sanitary engineering works)* in any one year;8 3.3 Tenderers who meet the above specified minimum qualifying criteria, will only be qualified, if their available tender capacity is more than the total tender value. The available tender capacity will be calculated as under:

Assessed available tender capacity = ( A*N*2.5 ­ B ) where

A = Maximum value of civil engineering works executed in any one year during the last five years (updated to ———— 9 price level) taking into account the completed as well as works in progress.

Contractor Executive engineer

2 Tender Inviting Authority

3 For tenders invited during FY2005­06. For other years they should be those five years preceding the FY in which the tenders are invited. 4 Updated to the FY in which the tenders are invited. Financial turn over of previous years shall be given a weight of 10% (say) per year to bring them to the price level of the FY in which the tenders are invited. 5 Specify the works which will be accepted as similar works 6 Updated to the FY in which the tenders are invited. The value of the completed works shall be given a weight of 10% per year to bring them to the price level of the FY in which the tenders are invited. 7 This is for building works. Appropriately change for other works.

8 This is for building works. Appropriately change for other works.

9 FY in which the tenders are invited.

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 6

N = Number of years prescribed for completion of the works for which Tenders are invited. B = Value, at ———— 10price level, of existing commitments and on­going works to be completed during the next... .years (period of completion of the works for which Tenders are invited)*

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

3.2 Even though the tenderers meet the above 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 Tender for the same work and had quoted unreasonably high tender prices and could not furnish rational justification.

B. Tender documents

4. Content of Tender documents

4.1 The set of tender documents shall have all the Sections given in Page 2: 4.2 Both the sets should be completed and returned with the tender.

5. Amendment of Tender documents

5.1 Before the deadline for submission of tenders, the Employer may modify the tender documents by issuing addenda. 5.2 Any addendum thus issued shall be part of the tender documents and shall be communicated in writing or by cable to all the purchasers of the tender documents. 5.3 To give prospective tenderers reasonable time in which to take an addendum into account in preparing their tenders, the Employer shall extend as necessary the deadline for submission of tenders, in accordance with Sub­Clause 12.2 below.

C. Preparation of Tenders

6. Documents comprising the Tender

6.1 The tender submitted by the Tenderer shall comprise the following: (a) The Tender (in the format indicated in Section 3). (b) Earnest Money Deposit; (c) Priced Bill of Quantities; (d) Qualification Information Form and Documents; and any other materials required to be completed and submitted by tenderers in accordance with these instructions. The documents listed under Sections 3, 5 and 8 shall be filled in without exception.

7. Tender prices

7.1 The contract shall be for the whole works as described in Sub­Clause 1.1, based on the priced Bill of Quantities submitted by the Tenderer. 7.2 The Tenderer 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 tender price (both in figures and words).

Contractor Executive engineer

* The words in italics within bracket are for guidance of the TIA for appropriately filling the blanks and should be deleted in the final text.

10 FY in which the tenders are invited * Delete in he final text K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs Sl.No Estimated cost of the work put to tender EMD Percentage a) upto Rs . 20 lakhs 7 2.50% b) Rs 20 lakhs and above upto Rs 1.Crore 2% subject to a minimum of Rs 50,000.00 c) Rs 1 Crore and above upto Rs. 10 crore 1.5% subject to a minimum of Rs 2,00,000.00 Items for which no rate or price is entered by the Tenderer will not be paid for by the Employer when d) Rs. 10 crores and above 1% subject to a minimum of Rs 15,00,000.00 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. 7.3 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 Tender Price submitted by the Tenderer. 7.4 The rates and prices quoted by the Tenderer shall be fixed for the duration of the Contract and shall not be subject to adjustment on any account.

8. Tender validity 8.1 Tenders shall remain valid for a period not less than ninety days after the deadline date for tender submission specified in Clause 12. A tender valid for a shorter period shall be rejected by the Employer as non­responsive. 8.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the tenderers may extend the period of validity for a specified additional period. The request and the tenderers' responses shall be made in writing or by cable. A tenderer may refuse the request without forfeiting his earnest money deposit. A tenderer agreeing to the request will not be required or permitted to modify his tender, but will be required to extend the validity of his earnest money deposit for a period of the extension, and in compliance with Clause 9 in all respects. 9. Earnest money deposit 9.1 The Tenderer shall furnish, as part of his tender, earnest money deposit in the amount as shown in column 4 of the Table of IFT for this particular work. This earnest money deposit shall be in favour of . and may be in the form of Banker’s cheque/ Demand draft/Pay Order, in favour of ...... ………..payable at ...... or Cash or specified Small Savings Instruments11 pledged to ……..…………………………………………………….. EMD @ the following rates.

9.2 Instruments having fixed validity issued as earnest money deposit for the tender shall be valid for 45 days beyond the validity of the tender. 9.3 Any tender not accompanied by an acceptable earnest money deposit and not secured as indicated in Sub­Clauses 9.1 and 9.2 above shall be rejected by the Employer as non­responsive. 9.4 The earnest money deposit of unsuccessful tenderers will be returned within 30 days of the end of the tender validity period specified in Sub­Clause 8.1. 9.5 The earnest money deposit of the successful Tenderer will be discharged when the Tenderer has signed the Agreement and furnished the required Performance Security. 9.6 The earnest money deposit may be forfeited: (a) if the Tenderer withdraws the Tender after tender opening during the period of tender validity; (b) if the Tenderer does not accept the correction of the Tender Price, pursuant to Clause 19; or (c) in the case of a successful Tenderer, if the Tenderer fails within the specified time limit to (i) sign the Agreement; or (ii) furnish the required Security deposit 10. Format and signing of Tender 10.1 The Tenderer shall prepare one original and a copy of the documents comprising the Tender as described in Clause 6 of these Instructions to Tenderers, bound with the volume containing the Form of Tender, and clearly marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original shall prevail. 10.2 The original and a copy of the Tender 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 Tenderer. All pages of the tender where entries or amendments have been made shall be initialed by the person signing the tender 10.3 The Tender 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 Tenderer, in which case such corrections shall be initialed by the person signing the Tender.

Contractor Executive engineer

11 Refer Clause 12(1) Chapter IV of KTPP Rules 2000 K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 8

D. Submission of Tenders

11. Sealing and marking of tenders

11.1 The Tenderer shall seal the original and a copy of the Tender 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. 11.2 The inner and outer envelopes shall (a) be addressed to the Employer at the following address:

(insert address of office for Tender submission), and (b) bear the following identification:

­ Tender for ...... [name of contract] ­ Tender Reference No...... [insert number] ­ DO NOT OPEN BEFORE...... [time and date for tender opening, per Clause 15] 11.3 In addition to the identification required in Sub­Clause 11.2, the inner envelopes shall indicate the name and address of the Tenderer to enable the tender to be returned unopened in case it is declared late, pursuant to Clause 13. 11.4 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 Tender.

12. Deadline for submission of the Tenders

12.1 Tenders must be received by the Employer at the address specified above no later than...... 12 In the event of the specified date for the submission of tenders being declared a holiday for the Employer, the tenders will be received up to the appointed time on the next working day. 12.2 The Employer may extend the deadline for submission of tenders by issuing an amendment in accordance with Clause 5, in which case all rights and obligations of the Employer and the Tenderers previously subject to the original deadline will then be subject to the new deadline.

13. Late Tenders

13.1 Any Tender received by the Employer after the deadline prescribed in Clause 12 will be returned unopened to the Tenderer.

14. Modification and Withdrawal of Tenders

14.1 Tenderers may modify or withdraw their Tenders by giving notice in writing before the deadline prescribed in Clause 12. 14.2 Each Tenderer's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clause 10 & 11, with the outer and inner envelopes additionally marked "MODIFICATION" or "WITHDRAWAL", as appropriate. 14.3 No Tender may be modified after the deadline for submission of Tenders. 14.4 Withdrawal or modification of a Tender between the deadline for submission of Tenders and the expiration of the original period of Tender validity specified in Clause 8.1 above or as extended pursuant to Clause 8.2 may result in the forfeiture of the earnest money deposit pursuant to Clause 9. 1 4.5 Tenderers may only offer discounts to, or otherwise modify the prices of their Tenders by submitting Tender modifications in accordance with this clause, or included in the original Tender submission.

Contractor Executive engineer

12 Insert time and date; this should be the same as those given in the Invitation for Tenders K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 9

E. Tender opening and evaluation

15. Tender opening

15.1 The Employer will open all the Tenders received (except those received late), including modifications made pursuant to Clause 14, in the presence of the Tenderers or their representatives who choose to attend at ... .. hours on the date and the place specified in Clause 12. In the event of the specified date of Tender opening being declared a holiday for the Employer, the Tenders will be opened at the appointed time and location on the next working day. 15.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Tenders for which an acceptable notice of withdrawal has been submitted pursuant to Clause 14 shall not be opened. Subsequently all envelopes marked “MODIFICATION” shall be opened and the submissions therein read out in appropriate detail. 15.3 The Tenderers' names, the Tender prices, the total amount of each Tender, any discounts, Tender modifications and withdrawals, the presence or absence of Tender security, and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening. No Tender shall be rejected at Tender opening except for the late Tenders pursuant to Clause 13. Tenders [and modifications] sent pursuant to Clause 14 that are not opened and read out at Tender opening will not be considered for further evaluation regardless of circumstances. Late and withdrawn Tenders will be returned un­opened to Tenderers. 15.4 The Employer shall prepare minutes of the Tender opening, including the information disclosed to those present in accordance with Sub­Clause 15.3.

16. Process to be confidential

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

17. Clarification of Tenders

17.1 To assist in the examination, evaluation, and comparison of Tenders, the Employer may, at his discretion, ask any Tenderer for clarification of his Tender, including breakdowns of 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 Tender 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 Tenders in accordance with Clause 19. 17.2 Subject to sub­clause 17.1, no Tenderer shall contact the Employer on any matter relating to its Tender from the time of the Tender opening to the time the contract is awarded. If the Tenderer wishes to bring additional information to the notice of the Employer, it should do so in writing. 17.3 Any effort by the Tenderer to influence the Employer in the Employer’s Tender evaluation, Tender comparison or contract award decisions may result in the rejection of the Tenderers’ Tender.

18. Examination of Tenders and determination of responsiveness

18.1 Prior to the detailed evaluation of Tenders, the Employer will determine whether each Tender (a) meets the eligibility criteria defined in Clause 2; (b) has been properly signed; (c) is accompanied by the required earnest money deposit and; (d) is substantially responsive to the requirements of the Tender documents. 18.2 A substantially responsive Tender is one which conforms to all the terms, conditions, and specifications of the Tender 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 Tender documents, the

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 10

Employer's rights or the Tenderer's obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Tenderers presenting substantially responsive Tenders. 18.3 If a Tender is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

19. Correction of errors

19.1 Tenders 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 lower of the two will govern; and (b) where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern. 19.2 The amount stated in the Tender will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Tenderer, shall be considered as binding upon the Tenderer. If the Tenderer does not accept the corrected amount the Tender will be rejected, and the earnest money deposit may be forfeited in accordance with Sub­Clause 9.6 (b).

20. Evaluation and comparison of Tenders

20.1 The Employer will evaluate and compare only the Tenders determined to be substantially responsive in accordance with Clause 18. 20.2 In evaluating the Tenders, the Employer will determine for each Tender the evaluated Tender Price by adjusting the Tender Price as follows: (a) making any correction for errors pursuant to Clause 19; and (b) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub Clause 14.5. 20.3 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 Tender documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Tender evaluation.

F. Award of Contract 21. Award criteria

21.1 Subject to Clause 23, the Employer will award the Contract to the Tenderer whose Tender has been determined to be substantially responsive to the Tender documents and who has offered the lowest evaluated Tender Price, provided that such Tenderer has been determined to be (a) eligible in accordance with the provisions of Clause 2, and (b) qualified in accordance with the provisions of Clause 3.

22. Employer's right to accept any Tender and to reject any or all Tenders

22.1 Notwithstanding Clause 21, the Employer reserves the right to accept or reject any Tender, and to cancel the Tender process and reject all Tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the affected Tenderer or Tenderers of the grounds for the Employer's action.

23. Notification of award and signing of Agreement

23.1 The Tenderer whose Tender has been accepted will be notified of the award by the Employer prior to expiration of the Tender 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").

Contractor Executive engineer K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 11

23.2 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 24. 23.3 The Agreement will incorporate all agreements between the Employer and the successful Tenderer. It will be kept ready for signature of the successful Tenderer in the office of Employer within 30 days following the notification of award along with the Letter of Acceptance. Within 20 days of receipt, the successful Tenderer will sign the Agreement and deliver it to the Employer. 23.4 Upon the furnishing by the successful Tenderer of the Security deposit, the Employer will promptly notify the other Tenderers that their Tenders have been unsuccessful.

24. Security deposit (Performance security)

24.1 Within 20 days of receipt of the Letter of Acceptance, the successful Tenderer shall deliver to the Employer a Security deposit in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced tenders for all works. ­ Cash or ­ Banker’s cheque/Demand draft,/Pay Order in favour of ...... payable at ...... or ­ Specified Small Savings Instruments pledged to ...

24.2 The security deposit if furnished in cash or demand draft can, if requested, be converted to interest bearing securities at the cost of the contractor. 24.3 Failure of the successful Tenderer to comply with the requirements of Sub­Clause 24.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the earnest money deposit.

25. Corrupt or Fraudulent practices

25.1 The GOK requires that the Tenderers/Suppliers/Contractors, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, GOK : (a) will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; (b) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a GOK contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a GOK contract. 25.2 Furthermore, Tenderers shall be aware of the provision stated in sub­clause 43.2 of the Conditions of Contract.

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 12

SECTION 3: FORMS OF TENDER, AND QUALIFICATION INFORMATION

TABLE OF FORMS:

­ FORM OF TENDER

­ QUALIFICATION INFORMATION

­ LETTER OF ACCEPTANCE

­ NOTICE TO PROCEED WITH THE WORK

­ AGREEMENT FORM

Contractor Executive engineer

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 13

Form of Tender

Description of the Works:

13 Tender

To :

Address : 14

GENTLEMEN,

We offer to execute the Works described above in accordance with the Conditions of Contract accompanying this Tender for the Contract Price of [in figures] ( _) [in letters].15

This Tender 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 Tender you receive.

We 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 namely “Prevention of Corruption Act 1988”.

We hereby confirm that this Tender complies with the Tender validity and Earnest money deposit required by the Tender documents.

We attach herewith our current income­tax clearance certificate.

Yours faithfully,

Authorized Signature:

Name & Title of Signatory:

Name of Tenderer Address:

Contractor Executive engineer

13 To be filled in by the Employer before issue of the Tender document

14 To be filled in by the Employer before issue of the Tender document

15 To be filled in by the Tenderer, together with his particulars and date of submission at the bottom of the Form of Tender

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 14 Qualification Information

The information to be filled in by the Tenderer hereunder will be used for purposes of computing Tender capacity as provided for in Clause 3 of the Instructions to Tenderers. This information will not be incorporated in the Contract.

1.1 Constitution or legal status of Tenderer [Attach copy]

Place of Registration (Attach Copy) Principal place of business: 2003 ­ 0416 1.2 Total value of civil engineering construction 2004 ­ 05_ works executed and payments received in the last five years 2005 ­ 06_ (in Rs. Lacs)17 2006 ­ 07_ 2007­ 08

1.3 Work performed as Prime Contractor (in the same name) on works of similar nature over during the five years specified in 1.2 above.

Project Na me of Descrip­ C ontract Value of Date of Specified Actual date of Remarks explaining reasons Name E mployer ­tion of Nu mber contract issue of period of completion for delay in completion of work Work Rs. Lakhs work completion order 1 2 3 4 5 6 7 8 9

1.4 Information on works for which Tenders have been submitted and works which are yet to be completed as on the date of this Tender.

(A) Existing commitments and on­going works:

Description Place Contract No. Name Value of Stipulated Value of works18 Anticipated of & & Date and Contract period of remaining to be date of Work State Address (Rs. lakhs) completion completed completion of Employer (Rs. lakhs) (1) (2) (3) (4) (5) (6) (7) (8)

Contractor Executive engineer

16 Change the years appropriately

17 Attach Certificate from Chartered Accountant

18 The Contractor shall enclose / attach all the necessary certificate duly attested by the employer.

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 15

(B) Works for which Tenders already submitted:

Description Place Name and Estimated Stipulated Date when Remarks of & Address of value of works period of decision is if any Work State Employer (Rs. lakhs) completion expected (1) (2) (3) (4) (5) (6) (7)

1.5 Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded; 1.6 Reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five years; 1.7 Qualification and experience of the key technical and management personnel in permanent employment with the tenderer and those that are proposed to be deployed on this contract, if awarded. 1.8. Name, address, and telephone, telex, and fax numbers of the Tenderers' bankers who may provide references if contacted by the Employer. 1.9 Proposals for subcontracting components of works amounting to more than 20% of the contract price [ for each, the qualifications and experience of the identified sub­contractor in the relevant fields should be attached.]

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 16

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 Tender dated for execution of the

[name of the contract and identification number, as given in the Instructions to Tenderers] for the Contract Price of Rupees —— ( _) [amount in words and figures], as corrected and modified in accordance with the Instructions to Tenderers is hereby accepted by our Agency.

You are hereby requested to furnish Security deposit, in the form detailed in Para 24.1 of ITT for an amount of Rs.————— within 20 days of the receipt of this letter of acceptance valid up to 30 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 24.3 of ITT will be taken.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

Issue of Notice to proceed with the work (letterhead of the Employer) ————— (date)

To

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

Dear Sirs:

Pursuant to your furnishing the requisite security deposit as stipulated in ITT Clause 24.1 and signing of the contract agreement for the construction of —————— 19a Tender 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)

Contractor Executive engineer

19 Give the name of the Contract

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 17

Agreement Form

Agreement

This agreement, made the _day of 20_ _, between [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

[ name and identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the Tender by the Contractor for the execution and completion of such Works and the remedying of any defects therein at a contract price of Rupees...

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 Tender; iv) Contract Data; v) Conditions of contract (including Special Conditions of Contract); vi) Specifications; vii) Drawings; viii) Bill of Quantities; and 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

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 18

SECTION 4: CONDITIONS OF CONTRACT

Table of Contents

A. General Page No.

1. Definitions 19 2. Interpretation 19 3. Law governing contract 20 4. Employers decisions 20 5. Delegation 20 6. Communications 20 7. Subcontracting 20 8. Other Contractors 20 9. Personnel 20 10. Employer’s and Contractor’s risks 20 11. Employer’s risks 20 12 Contractor’s risks 21 13 Query about Contract Data 21 14 Contractor to construct the Works 21 15. The Works to be completed by Intended Completion Date 21 16. Safety 21 17. Discoveries 21 18. Possession of the Site 21 19. Access to the Site 21 20. Instructions 21

B. Time Control

21. Program 21 22. Extension of the Intended Completion Date 22 23. Delays ordered by the Employer 22 24. Management meetings 22

C. Quality Control

25. Identifying defects 22 26. T ests 22 27. Correction of defects 22 28 Uncorrected defects 22

D. Cost Control

29 Bill of Quantities (BOQ) 23 30 Variations 23 31. Payment for Variations 23 32. Submission of bills for payment 24 33 Payments 24 34. Compensation events 24 35. Tax 24 36. Liquidated damages 25 37. Cost of repairs 25

E Finishing of Contract

38. Completion 25 39. Taking Over 25 40. Final account 25 41. As built drawings 25 42. Termination 25 43 Payment upon termination 26 44. Property 26 45. Release from performance 26

F Special Conditions of Contract 27

Contractor Executive engineer

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 19

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. Bold letters are used to identify defined terms.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Tender. Compensation events are those defined in Clause 34 hereunder. The Completion Date is the date of completion of the Works as certified by the Employer in accordance with Sub Clause38.1. 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 Tender to carry out the Works has been accepted by the Employer. The Contractor's Tender is the completed Tender 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 party who will employ the Contractor to carry out the Works. 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 Employer 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. Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Employer. 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. A Variation is an instruction given by the Employer which varies the Works. The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Employer will provide instructions clarifying queries about the Conditions of Contract. 2.2 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

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 20

(3) Contractor’s Tender (4) Contract Data (5) 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. Law governing contract

3.1 The law governing the Contract is the Laws of India supplanted by the Karnataka Local Acts.

4. Employer's decisions

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

5. Delegation

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

6. Communications

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

7. Subcontracting

7.1 DELETED

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer.

9. Personnel

9.1 The Contractor shall employ the technical personnel (of number and qualifications) as may be stipulated by GOK from time to time during the execution of the work. The technical staff so employed shall be available at site as may be stipulated by the Employer. 9.2 If the Employer 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 rebellion, riot commotion or disorder or (b) a cause due solely to the design of the Works, other than the Contractor’s design.

Contractor Executive engineer K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 21

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. Queries about the Contract Data

13.1 The Employer will clarify queries on the Contract Data.

14. Contractor to construct the Works

14.1 The Contractor shall construct the Works in accordance with the Specification and Drawings.

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

15.1 The Contractor may commence execution of the Works on the Start Date and complete them by the Intended Completion Date.

16. Safety

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

17. Discoveries

17.1 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 Employer of such discoveries and carry out the Employer's instructions for dealing with them.

18. Possession of the Site

18.1 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.

19. Access to the Site

19.1 The Contractor shall allow the Employer and any person authorized by the Employer 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.

20. Instructions

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

B. Time Control

21. Program

21.1 Within the time stated in the Contract Data the Contractor shall submit to the Employer for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works.

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 22

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

22. Extension of the Intended Completion Date

22.1 The Employer 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. 22.2 The Employer shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Employer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information.

23. Delays ordered by the Employer

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

24. Management meetings

24.1 The Employer may require the Contractor to attend a management meeting. The business of a management meeting shall be to review the progress achieved and the plans for remaining work. 24.2 The responsibility of the parties for actions to be taken is to be decided by the Employer either at the management meeting or after the management meeting and stated in writing to be distributed to all who attended the meeting.

C. Quality Control 25. Identifying defects

25.1 The Employer 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 Employer may instruct the Contractor to search for a Defect and to uncover and test any work that the Employer considers may have a Defect

26. Tests

26.1 If the Employer 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.

27. Correction of defects

27.1 The Employer 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. 27.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Employer’s notice.

28. Uncorrected defects

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

Contractor Executive engineer

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 23

D. Cost Control 29. Bill of Quantities (BOQ)

29.1 The BOQ shall contain items for the construction, installation, testing, and commissioning work to be done by the Contractor. 29.2 The BOQ is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the BOQ for each item

30. Variations

30.1 The Employer shall have power to order the Contractor to do any or all of the following as considered necessary or advisable during the progress of the work by him (a) Increase or decrease of any item of work included in the Bill of Quantities (BOQ); (b) Omit any item of work; (c) Change the character or quality or kind of any item of work; (d) Change the levels, lines, positions and dimensions of any part of the work; (e) Execute additional items of work of any kind necessary for the completion of the works; and (f) Change in any specified sequence, methods or timing of construction of any part of the work. 30.2 The Contractor shall be bound to carry out the work in accordance with any instructions in this connection, which may be given to him in writing by the Employer and such alteration shall not vitiate or invalidate the contract. 30.3 Variations shall not be made by the Contractor without an order in writing by the Employer, provided that no order in writing shall be required for increase or decrease in the quantity of an item appearing in the BOQ so long as the work executed conforms to the approved drawings. 30.4 The Contractor shall promptly request in writing the Employer to confirm verbal orders and the officer issueing oral instructions shall confirm it in writing with in 30 days failing which the work shall be carried out as through there is no variation. In case variation is approved it shall be accompanied by BOQ failing which the contractor shall be responsible for deviation it any. Further approval of Government has to be obtained for the variation exceeding 5%.

31. Payments for Variations

31.1 Payment for increase in the quantities of an item in the BOQ up to 25% of that provided in the Bill of Quantities shall be made at the rates quoted by the Contractor. 31.2 For quantities in excess of 125% of the tendered quantity of an item as given in the BOQ, the Contractor shall be paid at the rate entered in or derived from in the Schedule of Rates (applicable for the area of the work and current at the time of award of contract) plus or minus the overall percentage of the original tendered rates over the current Schedule of Rates prevalent at the time of award of contract. 31.3 If there is no rate for the additional, substituted or altered item of the work in the BOQ, efforts would be made to derive the rates from those given in the BOQ or the Schedule of Rates (applicable for the area of the work and current at the time of award of contract) and if found feasible the payment would be made at the derived rate for the item plus or minus the overall percentage of the original tendered rates over the current Schedule of Rates prevalent at the time of award of contract 31.4 If the rates for additional, substituted or altered item of work cannot be determined either as at 31.1 or 31.2 or 31,3 above, the Contractor shall be requested to submit his quotation for the items supported by analysis of the rate or rates claimed, within 7 days. 31.5 If the Contractor's quotation is determined unreasonable, the Employer may order the Variation and make a change to the Contract Price which shall be based on Employer’s own forecast of the effects of the Variation on the Contractor's costs. 31.6 If the Employer 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. 31.7 Under no circumstances the Contractor shall suspend the work on the plea of non­settlement of rates for items falling under this Clause.

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 24

32. Submission of bills for payment

32.1 The Contractor shall submit to the Employer monthly bills of the value of the work completed less the cumulative amount paid previously. 32.2 The Employer shall check the Contractor's bill and determine the value of the work executed which shall comprise of (i) value of the quantities of the items in the BOQ completed and (ii) valuation of Variations and Compensation Events. 32.3 The Employer may exclude any item paid in a previous bill or reduce the proportion of any item previously paid in the light of later information.

33. Payments

33.1 Payments shall be adjusted for deductions for retention, other recoveries in terms of the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the within 60 days of submission of bill. The Contractor shall be liable to pay liquidated damages for shortfall in progress. For progress beyond the agreed programme payment is subject to availability of the grant. 33.2 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.

34. Compensation events

34.1 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 orders a delay or does not issue drawings, specifications or instructions required for execution of works on time. (c) The Employer instructs the Contractor to uncover or to carry out additional tests upon work which is then found to have no Defects. (d) The Employer gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons. (e) The effect on the Contractor of any of the Employer’s Risks. (f) The Employer unreasonably delays issuing a Certificate of Completion. (g) Other Compensation Events listed in the Contract Data or mentioned in the Contract. 34.2 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 Employer 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. 34.3 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 Employer and the Contract Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Employer shall adjust the Contract Price based on Employer’s own forecast. The Employer will assume that the Contractor will react competently and promptly to the event. 34.4 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 Employer.

35. Tax

35.1 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.

Contractor Executive engineer K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 25

36. Liquidated damages

36.1 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. 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. 36.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Employer shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment of bill.

37. Cost of repairs

37.1 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.

E. Finishing the Contract 38. Completion

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

39. Taking over

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

40. Final account

40.1 The Contractor shall supply to the Employer a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Employer shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 90 days of receiving the Contractor's account if it is correct and complete. If it is not, the Employer shall issue within 90 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 Employer shall decide on the amount payable to the Contractor and make payment within 60 days of receiving the Contractor’s revised account.

41. As built drawings

41.1 If “as built” Drawings20 are required, the Contractor shall supply them by the dates stated in the Contract Data. 41.2 If the Contractor does not supply the Drawings by the dates stated in the Contract Data, or they do not receive the Employer’s approval, the Employer shall withhold the amount stated in the Contract Data from payments due to the Contractor.

42. Termination

42.1 The Employer may terminate the Contract if the other party causes a fundamental breach of the Contract. 42.2 Fundamental breaches of Contract include, but shall not be limited to the following: (a) the Contractor stops work for 45 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Employer;

Contractor Executive engineer

20 Completion drawings K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 26

(b) DELETED (c) The Contractor becomes bankrupt or goes into liquidation other than for a reconstruction or amalgamation; (d) DELETED (e) the Employer 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 Employer; (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 Employer has engaged in corrupt or fraudulent practices in competing for or in the executing the Contract. For the purpose of this paragraph : “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Tenderers (prior to or after Tender submission) designed to establish Tender prices at artificial non­ competitive levels and to deprive the Borrower of the benefits of free and open competition.” 42.3 When either party to the Contract gives notice of a breach of contract to the Employer for a cause other than those listed under Sub Clause 42.2 above, the Employer shall decide whether the breach is fundamental or not. 42.4 Notwithstanding the above, the Employer may terminate the Contract for convenience. 42.5 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.

43. Payment upon Termination

43.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Employer shall prepare bill for the value of the work done less advance payments received up to the date of the bill, 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. 43.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of Contract by the Employer, the Employer shall prepare bill 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 and make payment accordingly.

44. Property

44.1 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.

45. Release from performance

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

Contractor Executive engineer K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 27 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 Employer, deliver to the Employer a return in detail, in such form and at such intervals as the Employer 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 Employer 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. 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 non­observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, Employer shall have the right to deduct any money due to the Contractor including his amount of security deposit. The Employer 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 Sub­Contractor in no case shall be treated as the employees of the Employer at any point of time.

3. Protection of Environment:

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 sub­contractors shall abide at all times by all existing enactments on environmental protection and rules made there under, regulations, notifications and bye­laws of the State or Central Government, or local authorities and any other law, bye­law, 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.

4. In the case of death of contractor.

In case of the death of contractor after executing the agreement / commencement of the work, his legal heir, if an eligible registered contractor and willing can execute and complete the work at the accepted tender rates irrespective of the cost of the work.

5. Disputes

Arbitration clause will not be applicable.

[ Add other Clauses specific to the work for which tenders are invited.]

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 28

SECTION 5: CONTRACT DATA

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

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

The Employer is :

Name: [1.1]

Address:

Name of authorized Representative:

The name and identification number of the Contract is

[insert name and number as indicated in the Invitation for Tenders ]. [1.1]

The Works consist of ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­ [brief summary, including relationship to other contracts under the Project].

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 ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­21 [15, 22]

The following documents also form part of the Contract: [2.2]

The Site Possession Date is22: [18]

The Site is located at [1.1] and is defined in drawings nos.

The Defects Liability Period is days23. [27]

Contractor Executive engineer

21 At the time of preparation of the tender document give he period required for completion of work. When the Agreement is drawn after award of contract the dates can be put in.

22 At the time of preparation of the tender document give the period after the issue of work order, when the site would be made available to the contractor, for example ‘one week after the issue of work order’

23 The period should depend upon the period required for testing of the work. In case of building it could be 12 months (passing of one rainy season); for pipe laying work, tanks, water retaining structures, the time required for testing; for canals, lining works, the passing of one monsoon or running of canal whichever is lower; roads and highways passing of one monsoon (12 months)

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 29

The liquidated damages for the whole of the works are Rs.—————————— (amount) per day24 [36]

The maximum amount of liquidated damages for the whole of the works [36] is ten percent of final contract price.

The date by which “as­built”25 drawings (in scale …26) in 2 sets are required is within 30 days of issue of certificate of completion .. [41]

The amount to be withheld for failing to supply “as built”27 drawings by the date required is [41] Rs.

The following events shall also be fundamental breach of the contract : [42.2]

1. The contractor has contravened Sub­clause 7.1 and Clause 9 of CC.

The percentage to apply to the value of the work not completed representing the Employer's [43.1] additional cost for completing the Works shall be 3028 percent.

Contractor Executive engineer

24 The amount is usually computed on the basis of 0.1% of the contract price per day. The amount has to be specified as a round figure nearest to the hundred. 25 Completion drawings

26 specify the scale.

27 The amount should be sufficient to get the completion drawings prepared by alternative agency in case the contractor fails to submit. 28 Change if need be. It should be sufficient to get the balance of works completed by alternative agency.

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs 30

SECTION 6: SPECIFICATIONS

ENCLOSED SEPARATELY

Contractor Executive engineer

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs TECHNICAL SPECIFICATION

FOR

ROAD WORKS CHAPTER – I

EARTH / MURRUM FILLING WORKS

1. SCOPE

1.1 This Specification covers classification of soil for earth work in excavation and filling for site grading work. Reference Standards Classification of soil for earth work in site grading 6­65­0016.

2. ORDINARY SOIL

2.1 Soft Soil/loose Soil Generally any soil which yields to the ordinary application of pick and showel, or to phawara, rake or other ordinary digging implements such as : Sand, gravel, loam, clay, mud, black cotton soil. Vegetation or organic soil, turf, peats, soft shale or loose murrum. Mud concrete below ground level. Any mixture of soil below ground level.

2.2 Hard / Dense Soil Generally any soil which requires the close application of picks or Jumpers or scarifier and rippers to loosen the same. Such as:

Stiff heavy clay, hard shale or compact murrum requiring grafting tool and/ or pick and shovel.

Shingle and river or nallah bed boulders.

Soling or roads, paths, etc and hard core.

Macadam surface of any description(water bound, grouted tarmac , etc)

Lime concrete, stone masonry in lime or cement mortar below ground level.

Soft conglomerate.

3.1 SOFT ROCK

This is fissured / disintegrated rocky strata, boulders (volume less than 0.4 Cu.M and more than 0.028 Cu.M) and also which cannot be quarried/excavated by using above manual Tools but can be quarried /excavated manually by using crow bars is classified as soft rock. Soft rock shall include all kinds of stiff and stratified rock such as shales, laterite, hard conglomerate, lime stone, sand stone, and unreinforced cement concrete below ground level. Soft rock may be quarried or split with crow bar or picks and can also be excavated by rippers, dozers and other mechanical equipment but without the aid of blasting.

4. EXCAVATION

4.1 This specification covers in general the scope of excavation for this tender only which is to be carried out as per drawings and as directed by EIC.

4.2 The excavation mainly has to be carried out in soft soil / top soil i.e. to the required line level and as directed by EIC

4.3 The site will be handed over to contractor with Vegetation/ bushes/ shrubs/ trees etc. Contractor shall visit the site to ascertain the nature of ground prior to bidding to accept all the responsibilities. The removal of the above is included in the scope of excavation and no additional payment will be made on this account.

4.4 HPCL shall hand over the Bench Marks at site only . The proceeding activities for setting out of work like plotting grid points with Brick Pedestals on the land, fixing the center point for tanks as per drawing with physical verification with existing structures/land marks for distances measurement purpose, setting out the two permanent centre lines for each tank along with RL of main B.M. on brick pedestals etc to the satisfaction of EIC after stripping / clearing the ground complete in all respect . All the survey equipment like theodolite etc, skilled & qualified surveying manpower, recording & maintaining the measurement book, tools & tackles etc completely at contractor’s cost to the best satisfaction of HPCL.

4.5 The contractor shall provide at his own cost all the assistance which EIC may require for checking the setting out of works. The contractor shall be solely responsible for the horizontal & vertical alignment, correctness of level, and correctness of every part of work and shall rectify any errors or imperfection therein on instruction of EIC.

4.6 Prior to commencing the excavation, requisite block ground levels of entire plot grid co­ordinate wise shall be taken by contractor at 5 meter intervals in consultation & presence of EIC. The proper duly signed record for the same shall be maintained.

4.7 Excavation shall be carried out once setting out of work by Contractor is approved by HPCL. Contractor shall excavate the soil as per approved drawings which enumerate the levels to be achieved. The carting away and leveling of excavated earth shall be carried out as per specifications and as directed by EIC with in the premises. To minimize / avoid side sloughing and collapse sufficient side slope has to be maintained by Contractor. The excavation for side slope to avoid sloughing and collapse will not be entertained for payment. Royalty payment, if any to be made towards excavation shall be made by the Contractor as quoted rates are deemed to include the same.

4.8 Soil strata received as above shall be rolled thoroughly by 10T roller till 95% standard proctor maximum laboratory dry density is attained as directed by EIC. Thereupon at corresponding co­ordinates at 5m interval, level shall be taken to ascertain the excavated height as instructed by EIC.

Contractor shall maintain adequate drainage facilities at site at all times during the execution of work. Additional ditches, drains & such other temporary means to achieve this, over and above what is shown in drawings, will be provided and maintained by Contractor at his own cost. Adequate dewatering facilities like dewatering pumps, piping etc will also be provided by the Contractor for this work and also for dewatering during excavation etc. at his own cost.

5.0 MATERIAL FOR EARTHWORK

Only material considered suitable by the Engineer­in­charge shall be Employed for the construction and that considered unsuitable shall be Disposed off , as directed by Engineer­in­charge, at his own cost and no claim for compensation will be entertained.

The Contractor shall give the samples of earth he proposed to use for filling along with the following characteristics of the samples to Engineer­ In­charge, prior to collection and use, for approval. The tests for these characteristics shall be done in a laboratory/test house as approved by Engineer­in­charge.

i. Mechanical Analysis or grain size distribution as per IS:2720 part iv ii. Liquid Limit as per IS:2720 part v iii. Plastic Limit as per IS:2720 part v iv. Moisture Density relationship as per IS:2720 part vii

The material (soil) used for filling shall be free from boulders, lumps, tree roots , rubbish or any organic deleterious material.

Material (soil ) having plasticity index less than 20 shall be used for filling purposes. Soil having laboratory maximum dry density of less than 1.5 gms/cc shall not be used.

Care shall be taken to see that unsuitable waste material is disposed off in such a manner that there is no likelihood of its getting mixed with the material proposed to be used for filling.The work shall be so planned and executed that the best available Material(soil) are reserved for the Top portion of embankments.

6.0 CLEARING AND STRIPPING

 The areas including depressions, where filling or cutting is to be carried out shall be cleared and stripped completely of bushes, roots, vegetation, plantation trees, shrubs, trees, organic and other objectionable materials. All these shall be completely uprooted and virgin soil exposed not merely scrapped at the surface. The roots of trees shall be removed to a minimum depth of 1 m below existing ground level and holes, hollows filled up with selected approved available earth within all leads and lifts and compacted to obtain 90% of laboratory dry density of soil and levelled as directed by Engineer­in­ charge. All soft patches must be worked out to remove soft soil and selected approved earth must be filled back and the areas (areas coming under filling ) compacted to obtain 90% of maximum laboratory dry density of soil, as per IS:2720 part vii. The depth of stripping shall be generally 50 to 150 mm as decided by Engineer­in­charge.

Material obtained from clearing shall be disposed off as directed by Engineer­in­charge and in line with local bye laws/ statutory requirements.

Payment

No separate payment shall be made for clearing, stripping and disposal of materials obtained from clearing .This shall be considered as part of cutting work in areas of cutting and filling work in areas of filling and the rates quoted under the respective items of:

i. Earthwork in Excavation/cutting.

ii. Earthwork in filling (Both with available earth & earth obtained from approved borrow areas ), shall be inclusive of clearing and stripping with all operations described above in clause no.5 in respective areas of cutting and filling.

No separate payment shall be made for cleaning, stripping and disposal of materials obtained from clearing of borrow areas for earth as directed by Engineer­in­charge.This shall be considered a part of filling work in area of filling and the rate quoted under the respective items.

7.0 EARTHWORK IN EXCAVATION / CUTTING

After clearing, stripping of areas as specified above, spot levels at intervals and pattern as decided by Engineer in charge shall be taken jointly with the Contractor and Engineer in charge, and Excavation / cutting shall commence only after the levels are signed by the contractor as token of acceptance.

Excavation/ cutting for this work shall be carried out strictly as per the instructions of Engineer in charge

If the contractor excavates / cuts beyond the required level, additional quantity of earthwork shall not be paid for .The excavation taken below the specified level shall be made good by filling with approved material to the required compaction at contractor’s cost.

The final bed and sides of excavation must be levelled, dressed and compacted. In case of areas under excavation for Site Grading, the final surface shall be levelled, dressed and consolidated by means of sheep foot/ power driven rollers to obtain maximum compaction. However, no test control is required in such areas.

Provision for dewatering shall be governed by relevant clauses.

Payment

Payment for excavation shall be on the basis of volume of excavation Calculated on the basis of joint level taken for initial and the final finished grade levels, the volume being calculated by the trapezoidal rule.

8. EARTH WORK IN FILLING

After clearing, stripping and consolidation of areas as specified in clause 6, spot levels at intervals and pattern as decided by Engineer­ in­charge shall be taken jointly with the Contractor and Engineer­in­ charge and filling shall commence only after the levels are signed by the Contractor as the token of his acceptance .Approved fill material shall be spread in uniform layers not exceeding 30 cms in loose depth. The contractor has to make his own approach and access roads from the borrow area to the demarcated filling areas. While the contractor may make use of such short cuts as may be available to him for earth movement from borrow areas to the filling areas, the Owner does not guarantee any pass way or the right of way for the Contractor work other than available at site. No claim shall also be admissible to the Contractor on the account of his having taken longer leads or routes for earth movement, than envisaged by him, either due to any road cuttings, non­availability of routes, or any other grounds whatsoever. In case of total filling required in any area consists of earth both from borrow areas and available approved excavated material from within plant area, then joint levels, shall be taken before commencing filling with earth from borrow area. However earth from borrow areas required for filling can be used only after the available earth from within demarcated area has been utilized and clearance to this effect obtained from Engineer­in­charge.

All clods, lumps etc , shall be broken before compaction.

Successive layers of filling shall not be placed until the layer below has been thoroughly compacted to satisfy the requirements laid down in the specification.

Prior to rolling, the moisture content of material shall be brought to within plus /minus 2% of the optimum moisture content as described in IS:2720 part vii. The moisture content shall preferably be on the wet side for potentially expansive soil.

After adjusting the moisture content as described ,the layers shall be thoroughly compacted by either sheep foot roller or power driven roller or vibratory roller as approved by Engineer­in­charge till the specified maximum laboratory dry density is obtained.

Each layer shall be tested in field for density and accepted by Engineer­in­charge subject to achieving the required density before laying the next layer. A minimum of one test per 500m2 for each layer shall be conducted.

If the layer fails to meet the required density, it shall be reworked or the material shall be replaced and method of construction altered as directed by Engineer­in­charge to obtain the required density.

The filling shall be finished in conformity with the alignment, levels, cross section and dimensions as shown in the drawing. Earthen embankment shall be filled 300mm on both sides, where height is more than 1m, and this extra filling shall be dressed, after compaction , in conformity with alignment, level, cross section and dimensions as shown in drawing to achieve proper compaction in the slope. No extra payment shall be made in this regards. All the royalty payments etc. as deemed admissible to statutory / govt. authorities will be paid by contractor for all the earth brought for HPCL works. It shall be the responsibility for the contractor to produce all such payments, documents to Engineer­in­Charge during submission of running bill. At the end of work no objection certificate from relevant authorities will be submitted to ensure that HPCL is kept free from all encumbrances

Extra material shall be removed and disposed off as directed by Engineer­in­charge .

Tolerances General site grading including cutting and filling in depressions shall be carried out to within up down tolerance of+/­ 5 cms of final lines grades and slopes.

Payment

Payment for filling shall be made on cubic metre of volume calculated on the basis of cross­section plotted from the levels of ground, where filling is to be carried out and the levels reached after filling is duly consolidated, volume being calculated by trapezoidal method.

Partial bill will be processed only after submission of duly certified copy of proof of payment towards royalty.

Final bill will be processed only after submission of “No objection certificate” from relevant statutory authorities towards payment of royalty.

No extra payment shall be made towards testing charges.

9. MISCELLANEOUS & ENABLING WORKS

The Land development work shall be commenced in following sequence.

a. Taking spot levels and marking grid pillars and clearing bushes & vegetation. b. Identifying Borrow areas and obtaining laboratory results regarding nature of soil, Optimum moisture content (OMC) and max dry density. c. Submission of earth filling and excavation procedure. d. Earthwork in excavation and filling. The filling shall be done in layers not exceeding 300mm (loose) and compacted with 8­10T roller/ vibro roller so as to achieve 95% dry density. The field testing shall be done for every layer per 500sqm. e. The borrow area earth brought from outside should also be commenced simultaneously (only after it is ensured that the excavated earth within premises shall be utilized in filling fully). Whenever there is a change in source of earth, fresh laboratory test shall be carried out and submitted. f. Proper watering should be ensured during filling and compaction operation so that moisture content is near OMC. g. Party should ensure that all royalty and other cess are paid before earth is brought to site for filling operation. h. The trees cut within premises should be uprooted up to 1m below ground level and the branches to be chopped to small sizes and stacked at designated place within premises. i. Coordination with other contractors, creating front for others for execution of job.

10. SPECIFICATION FOR MURRUM FILLING

1. This covers the specification for external borrowed earth material i.e. MURRUM for land filling purposes..

2. Only Material considered suitable by HPCL shall be employed for the construction and that consider unsuitable shall be disposed of, as directed by Engineer­in­Charge, at contractors cost and no claim for compensation will be entertain

3. The contractor shall give 4 to 5 samples minimum to cover the best material available in around the vicinity to Engineer­in­Charge / HPCL prior to collection and use for approval The test for following characteristic for all the samples shall be done in a laboratory / test house as guided by Engineer­in­Charge:

i ) Mechanical analysis are grain size distribution as per IS:2720 part IV. ii ) Liquid limit as per IS:2720 part V iii )Plastic limit as per IS: 2720 part V iv) Moisture density relationship as per IS: 2720 part VII

4. The murrum used for filling shall be free from boulders, lumps, tree roots, rubbish or any organic deleterious materials.

5.0 Murrum approved by HPCL shall only be used for filling purpose. Non plastic material will not be permitted

6.0 Murrum having standard proctor laboratory maximum dry density of less than 1.8 gms/cc shall not be used. The murrum shall have a Plasticity Index of 7­17(medium Plastic) and not more than 20%Fines,i.e., Clay. Particle size grading shall be 20mm and down size.

7. Care shall be taken to see that waste material from murrum is disposed of in such a manner that there is no likely hood of its getting mixed with the material proposed to be used for filling. 8. The contractor has to make own approach and access roads in the borrow areas(Outside Plant Premises) and to the demarcated filling area(Inside Plant Premises).

9. All the royalty payments etc. as deemed admissible to statutory / govt. authorities will be paid by contractor for all the murrum brought for HPCL works. It shall be the responsibility for the contractor to produce all such payments, documents to Engineer­in­Charge during submission of running bill. At the end of work no objection certificate from relevant authorities will be submitted to ensure that HPCL is kept free from all encumbrances.

10.0 Approved murrum material shall be spread in uniform layers not exceeding 20 cm in loose thickness and watered as per OMC.

11. After checking the moisture through moisture tester by calcium carbide method in field for OMC, the layers shall be thoroughly compacted by vibratory roller as approved by Engineer­in­Charge till 95% of Standard proctor maximum laboratory dry density is achieved. Each layer shall be tested in field for density and accepted by HPCL subject to 95% of Standard proctor maximum laboratory dry density being achieved. A minimum of 1 test per 500 sq. mt. of compacted area in field shall be conducted for dry density. Required equipments like Moisture Tester, Oven, Electronic weighing machine, proctor apparatus shall be supplied by Contractor.

12. Successive layers of filling and watering will not be permitted until the layer below has been compacted thoroughly to satisfy the requirements of the specifications. If the layer fails to meet the required density, it shall be reworked till the required density is achieved.

13.0 The filling shall be finished in conformity with alignment levels, cross section and dimension as shown in the drawing. Earthen embankment shall be filled suitably on both sides to achieve the required compaction and this extra filling shall be dressed after compaction, in conformity with alignment, levels, cross section and dimensions as shown in the drawing. No extra payment shall be made in this regard.

11.0 The excavated soil and / or unusable debris from excavation shall be loaded, transported safely and unloaded at designated spots as specified/ as per local bye laws. In case of disposal within the premises, the soil/debris after unloading shall be levelled and dozed keeping a distance of at least 5m from the Compound wall to give a uniform appearance. No extra payment shall be made in this regard. Payment

Payment for filling shall be made on cubic metre of volume calculated on the basis of cross­section plotted from the levels of ground, where filling is to be carried out and the levels reached after filling is duly consolidated, volume being calculated by trapezoidal method.

Partial bill will be processed only after submission of duly certified copy of proof of payment towards royalty.

Final bill will be processed only after submission of “No objection certificate” from relevant statutory authorities towards payment of royalty.

No extra payment shall be made towards testing charges.

CHAPTER ­ II CONSTRUCTION OF WBM BASE/SUBBASE FOR ROADS

WBM SUB BASE/ BASE COURSE

1. SCOPE

1.1 This work shall consist of clean crushed aggregates mechanically interlocked by rolling and bonded together with screening, binding material where necessary and water laid on a properly prepared sub grade/ sub base/ base or existing pavement, as in case may be and finished in accordance with the requirements of these specification and in close conformity with the lines, grade, cross section and thickness as per approved plans or as directed by the engineer.

1.2 it is however, not desirable to lay WBM on an existing thin black topped surface without providing adequate drainage facility for water that would get accumulated at the interface of existing bituminous surface and WBM.

2. MATERIAL 2.1 Coarse aggregate 2.1.1 General requirement

Coarse aggregates shall be crushed granite/basalt trap stone of suitable quality .The aggregates shall conform to the physical requirements set forth in table 1.0.below.The type and size range of the aggregates shall be specified in contract or shall be specified by the Engineer. Table 1.0

Test Test method Requirement Los Angeles abrasion value IS:2386( PART –IV) 50% Max.

Aggregates impact value IS:2386( PART –IV) Or IS 5640 40% max. Flakiness index IS 2386 (PART­ I) 15% max.

2.2 CRUSHED OR BROKEN STONE

The crushed stone shall be either granite/basalt trap stone, hard, durable and free from excess flat, elongated, soft and disintegrated particles, dirt and other deleterious material.

2.3 GRADING REQUIREMENT OF COARSE AGGRAGATES

The coarse aggregates shall conform to one of the grading given in tables 2.0 as specified, provided, however, the use of grading no. 1 shall be restricted to sub base course only.

Table 2.0 grading requirements of coarse aggregates Grading no. Size range Sieve % by weight designation passing 1 90 mm to 45 125mm 100 mm 90mm 90­100 63 mm 25­60 45mm 0­15 22.4mm 0­5 2 63mm to 90mm 100 45mm 63mm 90­100 53mm 25­75 45mm 0­15 22.4mm 0­5

3 53mm to 22.4 63mm 100 mm 53mm 95­100 45mm 65­90 22.4mm 0­10 11.2mm 0­5 Note :­the compacted thickness for a layer with grade I shall100 mm while for layer with other grades i.e. 2&3, it shall be 75 mm. 2.4 SCREENINGS

Screenings to fill voids in coarse aggregates shall consists of the same materials as coarse aggregates .However, where permitted predominantly non plastic material such as moorum or gravel (other than rounded river bound materials) may be used for this purpose provided liquid limit and plasticity index of such material are below 20 and 6 respectively and fraction passing 75micro meter sieve does not exceed 10 %.

Screening shall conform to the grading set forth in table 3.0 .the consolidated details of quantity of screening required for various grades of stone aggregates are given in table 4.0 .table also gives the quantity of materials(loose) required for 10 m^2 for sub base compacted thickness of 75/100 mm.

Table 3.0 Grading for screening

Grading Size of screening Sieve designation % by weight classification passing the sieve A 13.2 13.2mm 100 11.2mm 95­100 5.6mm 15­35 180 micron meter 0­10 B 11.2 11.2mm 100 5.6mm 90­100 180 micron mete 15­35

`TABLE 4.0Approximate quantity of coarse aggregates and screening required for 100/75 mm thickness for WBM Sub base/base course /for 10 m^2.

Classificatio Size Compacte Loose quantity screenings n range d Grading Loose Grading Loose thickness classificat quantity classification quantit ion and and size y size Grading 1 90mm 100mm Type A 0.27 to Not uniform 0.30 to to 13.2mm 0.30 0.32 45mm m^3 m^3 Grading 2 63 to 75mm Type A 0.12 to Do 0.22 to 45mm 13.2mm 0.15 0.24 m^3 m^3 do Do Do Type B 0.20 to Do 11.2mm 0.22m^ do 3 Grading 3 53 to 75mm do 0.18 to Do 22.4 0.21 do mm m^3 2.5. BINDING MATERIAL

Binding material to be used for WBM as a filler material like murrum meant for preventing raveling, shall comprise of a suitable material approved by engineer having a plastic index value of les than 10 as determined in accordance with Is :2720(part –v )

The quantity of binding material where it is to be used will depend on the type of screening. Generally, the quantity required for 75 mm compacted thickness of WBM will be 0.06­0.09 m^3/ 10 m^2 and 0.08­0.10 m^3/ 10 m^2 for 100 mm compacted thickness.

The above mentioned quantities should be taken as a guide only, for estimation of quantities of construction, etc. application of binding materials may not be necessary when the screenings used are of crushable type such as moorum or gravel.

3. Construction Operation

3.1 Preparation of base

The surface of the sub –grade/sub –base/base to receive the WBM course shall be prepared to the specified lines and cross fall (camber)and made free of dust and other extraneous material. Any ruts or soft yielding places shall be corrected in an approved manner and rolled until firm Sub base/base surface irregularities, where predominant , shall be made good by providing appropriate type of profile corrective course as per specification.

3.2 SPREADING COARSE AGGREGATES

The coarse aggregate shall be spread uniformly and evenly upon the prepared sub grade /sub base/base to proper profile by using templates placed across the road about 6 m apart, in such quantities that thickness of each compacted layer is not more than 100mm for grading 1 and 75mm for grading 2 and 3 . Wherever possible, approved mechanical devices shall be used to spread the aggregates uniformly so as to minimize the needs for manual rectification onwards .aggregates placed at location which are inaccessible to the spreading equipment, may be spread in one or more layer by any approved means so as to achieve the specified results. The spreading shall be done from stockpiles along the side of the roadways or directly from vehicles. in no case shall the aggregates be dumped in heaps directly on the surface prepared to receive the aggregates nor shall hauling over uncompacted or partially compacted base shall be allowed and the coarse aggregate as spread shall be of uniform gradation with no pockets of fine material. The surface of the aggregate spread shall be carefully checked with templates and all high and low spots remedied by removing or adding aggregates as may be required .the surface shall be checked frequently with a straight edge while spreading and rolling so as to ensure a finished surface as par approved plan. The coarse aggregate shall not normally be spread more than three days in advance of the subsequent construction operation.

3.3 ROLLING

Immediately following the spreading of the coarse aggregate, rolling shall be started with three wheeled power roller s of 8 to 10 tone capacity or tandem or vibratory rollers of approved type . The type of roller to be used shall be approved by the engineer based on trial run.

Except on super elevated portions where the rolling shall proceed from inner edge to outer, rolling shall begin from the edge gradually progressing towards center .first the edge/edges shall be compacted with roller running forwards and backwards. the roller shall then move inwards parallel to the center line of road ,in successive passes uniformly lapping preceding track by at least one half width.

Rolling shall be discontinued when the aggregate are partially compacted with sufficient void space in them to permit application of screenings. During rolling, slight sprinkling of water may be done, if necessary. Rolling shall not be done when the sub grade is soft or yielding or when it causes a wave like motion in the sub grade or sub base course.

The rolled surface shall be checked transversely and longitudinally .with templates and any irregularity corrected by loosening the surface, adding or removing necessary amount of aggregates and re­rolling until entire surface conforms to desired cross fall(camber) and grade. In no case screening be permitted to makeup depressions.

Materials which are crushed excessively during compaction or become segregated shall be removed and replaced with suitable aggregates.

It shall be insured that shoulders are built up simultaneously along with WBM courses.

3.4 APPLICATION OF SCREENING

After the coarse aggregates has been rolled to clause 3.3 screenings to completely filled fill the interstices shall be applied gradually over the surface. these shall not be damp or wet at time of application dry rolling shall be done while the screening are being spread so that vibration of roller cause them to settle into the voids of the coarse aggregates .the screening shall not dumped in piles but be spread uniformly in successive thin layer either by the spreading motion of hand shovels or by mechanical spreaders or directly from tipper with suitable grit spreading arrangement .tipper operating for spreading the screenings shall be so driven as not to disturb the coarse aggregates. the screening shall be applied in at a slow and uniform rate(in three or more applications) so as to ensure filling of all voids .this shall be accompanied by dry rolling and brooming with mechanical broom, hand brooms or both. in no case shall the screening be applied so fast and thick as to form cakes of ridges on the surface in such a manner as would prevent filling of voids or prevent the direct bearing of roller on the coarse aggregates .these operation shall continue until no more screenings can be forced into the voids of he coarse aggregates.

The spreading, rolling, and brooming of screenings shall carried out in only such length of road which could be compacted within one day’s operation.

3.5 SPRINKLING OF WATER AND GROUTING

After the screenings have been applied, the surface shall be copiously sprinkled with water, swept and rolled .hand brooms shall be used to sweep the wet screening into voids and to distribute them evenly. The sprinkling, sweeping and rolling operation shall be continued until the coarse aggregate has been thoroughly keyed, well bounded and firmly set in its full depth and a grout has been formed o screenings. Care shall taken to see that the base or sub grade does not get damaged due to the addition of excessive quantities of water during construction.

3.6 APPLICATION OF BINDING MATERIAL

After the application of screenings in accordance with clause 3.4 and 3.5 the binding material where it is required to be used shall be applied successively in two or more thin layers at thin and uniform rate .after each application ,the surface shall be copiously sprinkled with water the resulting slurry swept in with hand brooms or mechanical brooms to fill the voids properly ,and rolled during which water, shall be applied to the wheels of the roller if necessary to wash down the binding material sticking to them .these operations shall be continue until the resulting slurry after filling the voids ,form a wave ahead of wheels of the moving roller.

3.7 SETTING AND DRYING

After the final compaction of WBM course, the pavement shall be allowed to dry over night .next morning hungry spots shall be filled with screening or binding material as directed, lightly sprinkled with water if necessary and rolled .no traffic shall be allowed on the road until macadam is set .the engineer shall have discretion to stop hauling traffic from using the compacted WBM course, if in his opinion it would cause excessive damaged to the surface. The compacted WBM course should be allowed to completely dry and set before the next pavement course is laid over it. 4. SURFACE FINISH AND QUALITY CONTROL OF WORK

4.1 The surface finish of construction shall be as specified with a tolerance of 10mm 4.2 The WBM work shall not be carried out when the atmospheric temperature is less than zero degrees centigrade in the shed.

4.4 RECOSTRUCTION OF DEFECTIVE MACADAM

The finished surface of WBM shall conform to the tolerance of surface irregularity of 10mm. However, where the surface irregularity of the course exceeds the tolerance or where the course is other wise defective due to sub grade soil mixing with the aggregates ,the course to its full thickness shall be sacrificed over the affected area reshaped with added material as applicable and recompacted. in no case shall depressions be filled up with screening or binding material.

4.5MEASUREMENT FOR PAYMENT

WBM shall be measured as finished work in position in square meter. The same shall be payable in full for carrying out the all the required operations as described above including full compaction, arrangement of all components of WBM including water. The initial levels of surface of Subase is and final levels of WBM after completion of full compaction are jointly recorded and the difference shall amount to the thickness required as per SOR.

CHAPTER ­III CONSTRUCTION OF BITUMINOUS ROADS

1. TACK COAT

1.1 SCOPE This work shall consist of application of a single coat of low viscosity liquid bituminous material to an existing road surface preparatory to another bituminous construction over it. 1.2 Materials : The binder used for tack coat shall be bitumen conforming to IS: 73­2006 VG30 GRADE (erstwhile 60/70 as per IS:73­1992). 2. CONSTRUCTION OPERATION : 2.1 Preparation of base : The surface on which the tack coat is to be applied shall be cleaned of dust and any extraneous material before the application of the binder, by using a mechanical broom or any other approved equipment/method as specified by the Engineer. 2.2 Application of binder :Binder shall be heated to the temperature appropriate to the grade of bitumen used and approved by the Engineer and sprayed on the base at the rate specified in Table below. The rate of spread is in terms of straight bitumen. Table : Rate of application of tack coat : Type of Surface Bitumen quantity in kg per 10 sq. mtr. area

i) Normal bituminous surfaces 5 to 5.5 ii) Dry and hungry bituminous surfaces 6.0 to 7.5 iii) Granular surfaces treated with primer 6.0 to 7.5 iv) Non bituminous surfaces a) Granular base (not primed) 10.0 b) Cement concrete prevalent 7.5

Note: There is no need to apply a tack coat on a freshly laid bituminous course if the subsequent bituminous course is overlaid immediately without opening it the traffic.

The binder shall be applied alternately with the aid of either self propelled or towed bitumen pressure sprayer with self heating arrangement and spraying nozzle arrangement capable of spraying bitumen at specified rates and temperature so as to provide a uniformly unbroken spread of bitumen. The tack coat shall be applied just ahead of the oncoming bituminous construction. 2.3 Quality Control of Work: Control on the quality of materials and works shall be exercised by the Engineer in accordance requirements mentioned in the specifications. 3. BITUMINOUS MACADAM ROADS

3.1 Scope :The work shall consist of construction in a single course, of 50 mm/75 mm thickness of compacted crushed aggregates premixed with a bituminous binder, to serve as base/binder course, laid immediately after mixing, on a base prepared previously in accordance with the requirement of these specifications and in conformity with the line, grades and cross sections as directly by the Engineer.

3.2 Materials

3.2.1 Bitumen : The bitumen shall be paving bitumen of suitable penetration grade of VG30 as per IS:73­2006 ((erstwhile 60/70 as per IS:73­1992).

3.2.2 Aggregates: The aggregates shall consist of crushed granite/basalt stone or other stones as approved by EIC. They shall be clean, strong, durable of fairly cubical shape and free from disintegrated pieces, organics or other deleterious matters and adherent coating. The aggregates shall preferably be hydrophobic and of low porosity. If hydrophilic aggregates are to be used the bitumen shall preferably be treated with anti stripping agents of approved quality in suitable doses. The aggregates shall satisfy the physical requirements set forth in Table below.

Table: PHYSICAL RPQUIRIMNTS OR AGREEGATES FOR BITUMINOUS MACADAM Sr. Test Test Method Requirements No.

1 Los Angeles Abrasion value IS: 2386 (Part IV) 40% Maximum 2 Aggregate Impact Value IS: 2386 (Part IV) 30% Maximum 3 Flakiness Index IS: 2386 (Part Ii) 35% Maximum 4 Stripping Value IS: 6241 25% Maximum 5 Soundness : 12% i)Loss with Sodium Sulphate 5 cycles ii)Loss with Magnesium 18% Sulphate 5 cycles

6 Water absorption IS:2386(Part III) 2% Maximum The aggregate for bituminous macadam for different thicknesses shall conform to the Grading given in tables below. TABLE: Aggregate Grading for 50mm compacted thickness of bituminous macadam Sieve Designation (IS) Percent by weight passing the aecia 26.5 mm 100 22.4 mm 75­100 11.2 mm 50­85 5.6 mm 20­40 2.8 mm 5­20 90 mm 0­5

TABLE: Aggregate Grading for 75mm compacted thickness of bituminous macadam Sieve Designation (IS) Percent by weight passing the aecia 45 mm 100 26.5 mm 75­100 22.4 mm 60­95 11.2 mm 30­55 5.6 mm 15­35 2.8 mm 5­20 90 um 0­5

3.3 Proportioning of materials : The bitumen content for premixing shall be 4 percent by weight of the total mix except when otherwise directed by the Engineer. The quantities of aggregates to be used shall be sufficient to yield the specified thickness after compaction. 3.4 Variation in proportioning on material : The contractor shall have the responsibility for ensuring proper proportioning of materials and producing a uniform mix. A variation in binder content +0.3 percent by weight of total mix shall, however, be permissible for individual specimens taken for quality control tests.

3.5 Construction Operation 3.5.1 Weather and seasonal limitations : The work of laying shall not be taken up during rainy or foggy weather or when the base course is damp or wet, or during dust storm or when the atmospheric temperature in shade is 150c or less. 3.5.2 Preparation of the base : The base on which bituminous macadam is to be laid shall be prepared, shaped and conditioned to the specified lines, grades and cross sections , and a priming coat where needed shall be applied as directed by the Engineer.

3.5.3 Tack coat : A tack coat as described above shall be applied over the base.

3.5.4 Preparation and transport of mix : Bituminous macadam mix shall be prepared in a hot mix plant of adequate capacity and capable to yield a mix of proper and uniform quality with thoroughly coated aggregates . The plant may be either a weigh batch or volumetric proportioning continuous or drum mix type. The plant shall have coordinated set of essential units capable of producing uniform mix within the job mix formula such as : a) Cold aggregate feed system for providing blended aggregate in the correct proportion (called cold bin feed arrangement). b) Rotating cylindrical driver drum fitted with suitable burner capable of heating the aggregate to the required temperature without any visible un burnt fuel of carbon residue on the aggregate and to reduce the moisture content of the aggregate to the specified minimum level. c) The dryer units shall be fitted with approved set of thermometric instruments at appropriate places so as to indicate or automatically record/register the temperature of heated aggregate before adding/mixing the binder.

d) Gradation control: Except in case of drum for plant, other two types of plants mentioned aboard shall have. I) A screening unit for accurate sizing of hot aggregate ad feeding the same to mixing unit by weight or volume control as per the specified job mix formula. ii) Paddle Mixer unit shall be capable of producing a homogeneous mix with uniform coating of all particles of the material aggregate with binder. e) In case of Drum Mix Plant, the cold feed system shall have variable speed belt conveyors/or other suitable devices for regulating the accurate proportioning of aggregate into an even feed flow automatically from a central operating/control cabin. f) Bitumen control unit: Capable of measuring/metering and spraying required quantity of bitumen at specified temperature with authomatic synchronization of bitumen and aggregate feed. g) Filler system : A time feeder system suitable to receive bagged or bulk supply of filler material and its incorporation to the mix in the correct quantity shall be a necessary auxiliary.

h) Dust control : A suitable built in dust control equipments for the dryer to contain the exhaust of fine dust into atmosophere for environmental control, wherever so specified by the Engineer. i) Suitable Auxiliary Bitumen Boiler of adequate capacity with self heating arrangement and temperature control device. The boiling should be fitted with temperature indicating instruments.

The temperature of binder at the time of mixing shall be in the range of 1500 to 1650 C and that of the aggregate in the range of 1250 to 1500 C, Provided that the difference in temperature between the binder and aggregate at no time exceeds 250 C.

Mixing shall be thorough to ensure that a homogenous mixture is obtained in which all particles of the aggregates are coated uniformly and the discharge temperature of mix shall be between 1300 to 1600 . The mixture shall be transported from the mixing plant to the point of use in suitable tipper vehicles. The vehicle employed for transport shall be clean and be covered over in transit if so directed by the Engineer.

3.5.5 Spreading : The mix transferred from the tipper to the paver shall be spread immediately by means of self propelled mechanical paver with suitable screeds can pebble of spreading, tamping and finishing the mix true to the specified lines, grades and cross section. The paver finisher shall have the following essential features : a) Loading hoppers and suitable distributing mechanism . b) All drives having hydrostatic drive/control. c) The machine shall have a hydraulically extendable screed for appropriate width requirement. d) The screed shall have tamping and vibrating arrangement for initial compaction to the layer as it is spread without rutting or otherwise marring the surface. It shall have adjustable amplitude and infinitely variable frequency. e) The paver shall be equipped with necessary control mechanism so as to ensure that the finished surface is free from surface blemishes. f) The payer shall be fitted with an electronic sensing device for automatic leveling and profile control within the specified. g) The screed shall have the internal heating arrangement. However, in restricted locations and in narrow widths where the available plant cannot be operated in the opinion of the Engineer, may per4mit manual laying of the mix. The temperature of the mix at the time of laying shall be in the range of 120 to 135 deg Centigrade. In multilayer construction the longitudinal joint in one layer shall offset that in the layer below by about 150mm. However the joint at the top most joint shall be at the center line of the pavement. Longitudinal joint and edges shall be constructed true to the delineating line parallel to the central line of the road, all joints shall be cut vertical to the full thickness of the previously laid mix and the surface painted with hot bitumen before placing fresh material. 3.5.6 Rolling : After spreading of the mix, rolling shall be done by 8 to 10 hour power rollers or other approved equipment. Rolling should start as soon as possible after the material has been spread. Rolling shall be done with care to keep from unduly roughening the pavement surface. Rolling of the longitudinal joints shall be done immediately behind the paving operation. After this the rolling shall commence at the edges and progress towards the centre longitudinally except that on super elevated portions it shall progress from the lower to the upper edge parallel to the central line of the pavement.

The initial or break down rolling shall be done, with 8 to 12 tonne three wheel steel roller, as soon as it is possible to roll the mix without cracking the surface or having the mix pick up on the roller wheels. The second or intermediate rolling shall follow the break down rolling as closely as possible and be down while the paving mix is still at a temperature that will result in maximum density. The final rolling shall be done while material is still workable enough for removal of roller marks with 8 to 10 tonne tandem roller. All the compaction operations i.e. Breakdown rolling, intermediate rolling and final rolling can be accomplished by using a vibratory roller of 8 to 10 forms static weight. During the initial or break down rolling and final rolling, vibratory system shall be switched off. The joints and edges shall be rolled with 8 to 10 tonne static roller. When the roller has passed over the whole area one any high spots it depressions which become apparent shall be corrected by removing or adding mix material. The rolling shall then be continued till the entire surface has been rolled to compaction, there is no crushing of aggregates and all rolled makes have been eliminated. Each pass of the roller shall uniformly overlap not less than one –third of the track made in the proceeding pass. The roller wheel shall be kept damp if necessary to avoid bituminous material from sticking to the wheels and being picked up. In on case shall fuel lubricating oil be used for the purpose nor excessive water poured on the wheels. Rolling operations shall be completed in every respect before the temperature of the mix falls below 800. Roller (s) shall not stand on newly laid material while there is a risk that it will be deformed thereby. The edges along and transverse of the bituminous macadam laid and compacted earlier shall be cut to their full depth so as to expose fresh surface which shall be painted with a thin surface coat of appropriate binder before the new mix is placed against it.

3.5.7 Surface Finish and Quality Control of Work : The surface finish of construction shall conform to the requirements of specifications of this tender. Control on the quality of materials and works shall be exercised by the Engineer.

The bituminous macadam shall be covered with either the next pavement course or wearing course, as the case may be without any delay, if there is to be any delay, the course shall be covered by a seal coat as per the technical specifications mentioned in the tender before allowing any traffic over it. The quoted rate for the work shall be for carrying out all the required operations including: a) Making arrangement for traffic except for initial treatment to verge shoulders and construction of diversions. b) Preparation of base except for laying of profile corrective course but including filling of pot holes. c) Providing all materials to be incorporated in the work including all royalties, fees, rents where necessary and all leads and lifts. d) All labour, tools, equipments, plants and incidental to complete the work to the specification and all leads and lifts. e) Carrying out the work in part widths if necessary or wherever directed. f) Rolling operations shall be completed in every respect.

4.0 SEAL COAT 4. 1 Scope

This work shall consist of application of seal coat for sealing the voids in a bituminous surface laid to the specified levels, grade and cross fall (camber). Seal Coat shall be as specified below : Premixed seal coat comprising of a thin application of fine aggregate premixed with bituminous binder.

4.2 Materials 4.2.1 Binder : As per Clause 3.2.1. Shall apply. The quantity of binder to be utilized, in terms of straight run bitumen shall be 6.8 Kg. per 10 Square Meter Area for seal coat .

4.2.2 Aggregate for Seal Coat The aggregate shall be grit and shall consist of clean, hard, durable, uncoated dry particles and shall be free from dust, soft or flaky materials, organic matter or other deleterious substances. The aggregate shall pass 2.36 mm sieve and be retained on 180 mm sieve. The quantity used for premixing shall be 0.06 cubic meter per 10 square meter area. 4.3 Construction Operations 4.3.1 Preparation of Base The Seal Coat shall be applied immediately after the laying of bituminous course which is required to be sealed. Before application of seal coat materials, the surface shall be cleaned free of any dust or other extraneous matters.

4.3.2 Construction of Seal Coat

The Engineers of approved type shall be employed for mixing the aggregates with the bituminous binder. The binder shall be heated in boilers of suitable design, to the temperature appropriate to the grade of bitumen approved by the Engineer, Also the aggregates shall be dry and suitably heated to a temperature directed by the Engineer before the same are placed in the mixer. Mixing of binder with aggregates to the specified proportions shall be continued till the latter are thoroughly coated with the former.

The mix shall be immediately transported from the mixing plant to the point of use and spread uniformly on the bituminous surface to be sealed. As soon as sufficient length has been covered with the pre­mixed material, the surface shall be rolled with 6­9 tonne smooth wheeled power rollers. Rolling shall be continued till the pre­mixed material completely seals the voids in the bituminous course and a smooth uniform surface is obtained.

4.3.3. Surface Finish and Quality Control of Work

The surface finish of construction shall conform to the requirements of specifications of this tender. Control on the quality of materials and works shall be exercised by the Engineer

CHAPTER –IV

QUALITY CONTROL IN ROAD WORKS

1.0 GENERAL

1.1. All materials to be used, all methods adopted and all works performed shall be strictly in accordance with the requirements of these Specifications. The Contractor shall set up a field laboratory at locations approved by the Engineer and equip the same with adequate equipment and personnel in order to carry out all required tests and Quality Control work as per Specifications and/or as directed by the Engineer. The list of equipment and the facilities to be provided shall be got approved from the Engineer in advance.

1.2. The Contractor©s laboratory should be manned by a qualified Materials Engineer/Civil Engineer assisted by experienced technicians, and the set­up should be got approved by the Engineer.

1.3. The Contractor shall carry out quality control tests or the materials and work to the frequency stipulated in subsequent paragraphs. In the absence of clear indications about method and or frequency of tests for any item, the instructions of the Engineer shall be followed.

1.4. For satisfying himself about the quality of the materials and work, quality control tests will also be conducted by the Engineer (by himself, by his Quality Control Units or by any other agencies deemed fit by him), generally to the frequency set forth herein under. Additional tests may also be conducted where, in the opinion of the Engineer, need for such test exists.

1.5.. The Contractor shall provide necessary co­operation and assistance in obtaining the samples for tests and carrying out the field tests as required by the Engineer from time to time. This may include provision of labour, attendants, assistance in packing and dispatching and any other assistance considered necessary in connection with the tests.

1.6. For the work of embankment, sub grade and pavement, construction of subsequent layer of same or other material over the finished layer shall be done after obtaining permission from the Engineer. Similar permission from the Engineer shall be obtained in respect of all other items of works prior to proceeding with the next stage of construction.

1.7. The Contractor shall carry out modifications in the procedure of work, if found necessary, as directed by the Engineer during inspection. Works falling short of quality shall be rectified /redone by the Contractor at his own cost, and defective work shall also be removed from the site of works by the Contractor at his own cost.

1.8. The cost of laboratory including services, essential supplies like water, electricity, sanitary services and their maintenance and cost of all equiprnent, tools, materials, labour and incidentals to perform tests and other operations of quality control according to the Specification requirements shall be deemed to be incidental to the work and no extra payment shall be made for the same. Alternatively, the contractor may choose to test all the required tests to be done on the samples, during construction and as required by EIC in an Engg.college/University/Consultancy firm/reputed laboratory. The above shall be approved by EIC and all the charges shall be borne byThe contractor and shall be deemed to be incidental to the work and no extra payment shall be made for the same. 1.9. For testing of samples of soils/soil mixes, granular materials, and mixes, bituminous materials and mixes, aggregates, cores etc., samples in the required quantity and form shall be supplied to the Engineer by the Contractor at his own cost.

1.10. For cement, bitumen, mild steel, and similar other materials where essential tests are to be carried out at the manufacturer©s plants or at laboratories other than the site laboratory, the cost of samples, sampling, testing and furnishing of test certificates shall be borne by the Contractor. He shall also furnish the test certificates to the Engineer.

1.11. For testing of cement concrete at site during construction, arrangements for supply of samples, sampling, testing and supply of test results shall be made by the Contractor as per the frequency and number of tests specified in the Handbook of Quality Control for Construction of Roads and Runways (IRO:SP: l1) and relevant IS Codes or relevant clauses of these Specifications, the cost of which shall be borne by the Contractor.

1.12. The method of sampling and testing of materials shall be as required by the "Handbook of Quality Control for Construction of Roads and Runways" (IRC :SP : 11), and these MOST Specifications. Where they are contradicting, the provision in these Specifications shall be followed. Where they are silent, sound engineering practices shall be adopted. The sampling and testing procedure to be used shall be as approved by the Engineer and his decision shall be final and binding on the Contractor.

1.13. The materials for embankment construction shall be got approved from the Engineer. The responsibility for arranging and obtaining the land for borrowing or exploitation in any other way shall rest with the Contractor who shall ensure smooth and uninterrupted supply of materials in the required quantity during the construction period.

Similarly, the supply of aggregates for construction of road pavement shall be from quarries approved by the Engineer. Responsibility for arranging uninterrupted supply of materials from the source shall be that of the Contractor. 1.14. Defective Materials

All materials which the Engineer/his representative has determined as not conforming to the requirements of the Contract shall be rejected whether in place or not; they shall be removed immediately from the site as directed. Materials, which have been subsequently corrected, shall not be used in the work unless approval is accorded in writing by the Engineer. Upon failure of the Contractor to comply with any order of the Engineer/his­­­­representative, given under this Clause, he Engineer/his representative shall have authority to cause the removal of rejected material and to deduct the removal cost thereof from any payments due to the Contractor.

1.15. Imported Materials At the time of submission of tenders, the Contractor shall furnish a list of materials/finished products manufactured, produced or fabricated outside India which he proposes to use in the work. The Contractor shall not be entitled to extension of time for acts or events occurring outside©India and it shall be the Contractor©s responsibility to make timely delivery to the job site of all such materials obtained from outside India.

The materials imported from outside shall conform to the relevant Specifications of the tender. In case where materials/ finished products are not covered by the Specifications in the Contract, the details of Specifications proposed to be followed and the testing procedure as will as laboratories/ establishments where tests are to be carried out shall be specifically brought out and agreed to in the Contract.

The Contractor shall furnish to the Engineer a certificate of compliance of the tests carried out. In addition, certified mill test reports clearly identified to the lot of materials shall be furnished at the Contractor©s cost. 2.0 CONTROL OF ALIGNMENT, LEVEL AND SURFACE REGULARITY

2.1. General

All works performed shall conform to the lines, grades, cross sections and dimensions shown on the drawings or as directed by the Engineer, subject to the permitted tolerances described herein­after.

2.2. Horizontal Alignment

Horizontal alignments shall be reckoned with respect to the centre line of the carriageway as . The edges of the carriageway as constructed shall be correct within a tolerance of 10 mm there from. The corresponding tolerance for edges of the roadway and lower layers of pavement shall be 20 mm.

2.3. Surface Levels .

The levels of the subgrade and different pavement courses as constructed, shall not vary from those calculated with reference to the longitudinal and cross­profile of the road as directed by the Engineer beyond the tolerances mentioned in Table ­1.

TABLE ­1 TOLERANCES IN SURFACE LEVELS 1. Subgrade + 10 mm

­ 15 mm 2. Sub – base + 10 mm

(a) Flexible Pavement ­ 15 mm

3. Base – Course for Flexible Pavement (a) Bituminous Course + 6 mm ­ 6 mm (b) Other than bituminous + 10 mm (i) Machine laid ­ 10 mm + 15 mm (ii)Manually laid ­ 15 mm

4. Wearing Course for Flexible Pavement (a) Machine laid + 6 mm ­ 6 mm (b) Manually laid + 10 mm ­ 10 mm ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­

Provided, however, that the negative tolerance for wearing course shill not be permitted in conjunction with the positive tolerance for base course, if the thickness of the formers thereby reduced by more than 6mm for flexible pavements and 5 mm for concrete pavements.

For checking compliance with the above requirement for sub grade, sub­base and base courses, measurements of the surface levels shall be taken on a grid of points placed at 6.25 in longitudinally and 3.5 in transversely. For any 10 consecutive measurements taken longitudinally or transversely, not more than one measurement shall be permitted to exceed the tolerance as above, this one measurement being ­ not in excess of 5 mm above the permitted tolerance.

For checking the compliance with the above requirement for bituminous wearing courses and concrete pavements, measurements of the surface levels shall betaken on a grid of points spaced at 6.25 m along the length and at 0.5 in from the edges and at the centre of the pavement. In any length of pavement, compliance shall be deemed to be met for the final road surface, only if the tolerance given above is satisfied for any point on the surface

2.4. Surface Regularity of Pavement Courses The longitudinal profile shall be checked with a 3 metre long straight edge/moving straight­edge as desired by the Engineer at the middle of each traffic lane along a line parallel to the centre line of the road. The maximum permitted number of surface irregularities shall be as per Table ­2.

TABLE ­2 MAXIMUM PERMITTED NUMBER OF SURFACE IRREGULARITIES

Surfaces of Surfaces of lay­byes, service carriageways areas and all bituminous base and paved courses shoulders

Irregularity 4 mm 7 mm 4 mm 7 mm

Length(m) 300 75 300 75 300 75 300 75 National Highways/

Expressways * 20 9 2 1 40 18 4 2 Roads of lower category 40 18 4 2 60 27 6 13

* Category of each section of road as described in the Contract.

The maximum allowable difference between the road surface and underside of a 3 meter long straight­edge when placed parallel with, or at right angles to the centre line of the road at points decided by the Engineer shall be: for pavement surface (bituminous and cement concrete) 3 mm for bituminous base courses 6 mm for granular sub­base/ base courses 8 mm for sub­bases under concrete pavements 10 mm

2.5. Rectification

Where the surface regularity of subgrade and the various pavement courses fall outside the specified tolerances, the Contractor shall be liable to rectify these in the manner described below and to the satisfacion of the Engineer. (i) Subgrade : Where the surface is high, it shall be trimmed and suitably compacted. Where the same is low, the deficiency shall be corrected by scarifying the lower layer and adding fresh material and recompacting to the required density. The degree of compaction and the type of material to he used shall conform to the requirements .

(ii) Granular Sub­base : Same as at (i) above, except that the degree of compaction and the type of material to be used shall conform to the requirements .

(iii) Water Bound Macadam/Wet Mix Macadam Sub­base/Base : Where the surface is high or low, the top 75 mm shall be scarified, reshaped with added material as necessary and recompacted to the requirements. This shall also apply to wet mix macadam.

(iv) Bituminous Constructions : For bituminous construction other than wearing course, where the surface is low, the deficiency shall be corrected by adding fresh material over a suitable tack coat if needed and recompacting to specifications. Where the surface is high, the full depth of the layer shall be removed and replaced with fresh material and compacted to specifications. For wearing course, where the surface is high or low, the full depth of the layer shall be removed and replaced with fresh material and compacted to specifications. In all cases where the removal and replacement of a bituminous layer is involved, the area treated shall not be less than 5 m in length and not less than 3.5 m in width.

3.0 QUALITY CONTROL TESTS DURING CONSTRUCTION

3.1. General

The materials supplied and the works carried out by the Contractor shall conform to the specifications prescribed in the preceding Clauses.

For ensuring the requisite quality of construction, the materials and works shall be subjected to quality control tests, as described hereinafter. The testing frequencies set forth are the desirable minimum and the Engineer shall have the full authority to carry out additional tests as frequently as he may deem necessary, to satisfy himself that the materials and works comply with the appropriate specifications. However, the number of tests recommended in Tables ­3 and Table­4 may be reduced at the discretion of the Engineer if it is felt that consistency in the quality of materials can still be maintained with the reduced number of tests.

Test procedures for the various quality control tests are indicated in the respective Sections of these Specifications or for certain tests within this Section. Where no specific testing procedure is mentioned, the tests shall be carried out as per the prevalent accepted engineering practise to the directions of the Engineer.

3.2. Tests on Earthwork for Embankment, Subgrade Construction and Cut Formation

3.2.1. Borrow material : Grid the borrow area at 25 m c/c (or closer, if the variability is high) to full depth of proposed working. These pits should be logged and plotted lot proper identification of suitable sources of material. The following tests on representative samples shall be carried out:

(a) Sand Content [IS: 2720 (Partt4)]: 2 tests per 3000 cubic metres of soil. (b) Plasticity Test [IS: 2720 (Part­5)]: Each type to be tested, 2 tests per 30(X) cub. metres of soil. (c) Density Test [IS:2720 (Par: 8)]: Each soil type to be tested, 2 tests per 3000 cubic metres of soil. (d) Deleterious Content Test [IS:2720 (Part­27)] : As and when required by the Engineer. (e) Moisture Content Test (IS :2720 (Part­2)1: One test for every 250 cubic metres of soil. (f) CBR Test on materials to be incorporated in the suhgrade on soaked / unsoaked samples [IS : 2720 (Part­I6)]: One CBR test for every 3000 cu. m. atleast or closer as and when required by the Engineer.

3.2.2. Compaction Control : Control shall be exercised on each layer by taking at least one measurement of density for each 1000 square metres of compacted area, or closer as required to yield the minimum number of test results for evaluating a day©s work on statistical basis. The determination of density shall be in accordance with IS: 2720 (Part 23). Test locations shall be chosen only through random sampling techniques. Control shall not be based on the result of any one test but on the mean value of a set of 5­10 density determinations. The number of tests in one set of measurements shall be 6 (if non­destructive tests are carried out, the number of tests shall be doubled) as long as it is felt that sufficient control over borrow material and the method of compaction is being exercised. If considerable variations are observed between individual density results, the minimum number of tests in one set of measurement shall be increased to 10. The acceptance criteria shall be .subject to the condition that the mean density is not less than the specified density plus: 1.65 ­ 1.65 times the standard deviation. ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­ (No. of samples)0.5

However, for earthwork in shoulders (earthen) and in the subgrade, at least one density measurement shall be taken for every 500 square metres for the compacted area provided further that the number of tests in each set of measurements shall be atleast 10. In other respects, the control shall be similar to that described earlier.

3.2.3. Cut formation : Tests for the density requirements of cut formation shall be carried out in accordance with Clause 3.2.2.

3.3. Tests on Sub­bases and Bases (excluding bitumen bound bases)

The tests and their frequencies for the different types of bases and sub­bases shall be as given in Table ­3. The evaluation of density results and acceptance criteria for compaction control shall be on lines similar to those set out in Clause 3.2.2.

3.3.1. Acceptance criteria : The acceptance criteria for tests on the strength of cement/lime stabilised soil and distribution of stabiliser content shall be subject to the condition that the mean value is not less than the specified value plus : 1.65 ­ 1.65 times the standard deviation. ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­ (No. of samples) 0.5

TABLE ­3. CONTROL TESTS AND THEIR MINIMUM FREQUENCY FOR SUB­BASES AND BASES (EXCLUDING BITUMEN (SOUND BASES)

SI. Type of Test Frequency (min.) No. Construction One test per 200 m3 1 Granular (i) Gradation One test per 200 m3 (ii) Atterberg limits One test per 250m2 (iii) Moisture content One test per 500 m3 (iv) prior to compaction Density of As required (v) compacted layer (vi) Deleterious As required constituents C.B.R. 2 Water Bound (i) Aggregate Impact One test per 200 m3 of aggregate Macadam (ii) Value, One test per 100 m3 Grading One test per 200 m3 of (iii) Flakiness Index Aggregate (iv) and Elongation Index One test per 25 m3 Atterberg limits of binding material of binding material (v) Atterberg limits of One test per 100 cubic portion meter of aggregate of aggregate passing 425 micron sieve

3.4 Tests on Bituminous Constructions

3.4.1. The tests and their minimum frequencies for the different types of bituminous works shall be as given in Table ­4. 3.4.2. Acceptance Criteria : The acceptance criteria for tests on density and Marshall stability shall be subject to the condition that the mean value is not less than the specified value plus :

1.65 ­ 1.65 times the standard deviation. ­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­ (No. of samples)0.5

TABLE ­4. CONTROL TESTS AND THEIR MINIMUM FREQUENCY FOR BITUMINOUS WORKS

SI. Type of Test Frequency (min.) No. Construction Two samples per lot to 1 Quality of Binder be subjected to all or Prime Coat / Tack (i) some tests as directed by Coat the Engineer (ii) Binder temperature for At regular close intervals. application (iii) Rate of spread of Two tests per day

application 2 Seal Coat / Surface (i) Quality of Binder Two samples per lot Dressing Dressing to be subjected to all or some tests are directed by the Engineer (ii) Aggregate Impact Value One test per 50 m3 of aggregate (iii) Flakiness Index and ­ do – Elongation Index (iv) Stripping Value of Initially one set of 3 Aggregates representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates (v) Water absorption of ­ do – aggregates (vi) Grading of aggregates One test per 25 m3 of (vii) Stone polishing value aggregate As required (viii) Temperature of binder At regular close intervals at application (ix) Rate of spread of One test per 500 m3 of 3 Open – graded (i) Quality of Binder Two samples per lot to be premix Carpet / subjected to all or some Mix – Seal Surfacing tests are directed by the (ii) Aggregate Impact Value Engineer One test per 50 m3 pf

(iii) Flakiness Index and aggregate Elongation Index of ­ do – (iv) aggregates Stripping Value of Same as mentioned Aggregates (v) Water absorption of under serial no. 2 aggregates Same as mentioned (vi) Grading of aggregates under serial no. 2 One test per 25 m3 of (vii) Stone polishing value aggregate (viii) Temperature of binder As required at application At regular close intervals (ix) Binder Content Two tests per day (x) Rate of spread of mixed Regular control through material checks on materials and layer thickness 4 Bituminous (i) Quality of Binder Two samples per lot to be Macadam subjected to all or some tests are directed by the Engineer (ii) Aggregate Impact Value One test per 50 m3 of aggregate (iii) Flakiness Index and ­ do – Elongation Index of (iv) aggregates Stripping Value of Same as mentioned Aggregates under serial no. 2 (v) Grading of Aggregates Two tests per day per plant both on the individual constituents and mixed aggregates (vi) Water absorption of from the dryer aggregates Same as in Serial No. 2 (vii) Binder content Periodic, Subject to minimum of two tests per day per plant (viii) Control of temperature of At regular close intervals

binder and aggregate for mixing and of the mix at the time of laying and rolling Regular control through Rate of spread of mater.. checks of layer thickness

CHAPTER – V

MISCELLANEOUS WORKS

1. PITCHING ON SLOPES

1.1 Description

This work shall consist of covering the slopes of guide banks, training works and road embankment with stone, boulders or bricks over a layer of granular material called filter. 1.2 General

The pitching shall be provided as directed and Stone subject to marked deterioration by water or weather shall not be accepted.

The stone shall be sound, hard, durable and fairly regular in shape. The largest stones procurable shall be supplied, and in no case shall any fragment weigh less than 40 Kg unless otherwise permitted by the Engineer. The sizes of spalls shall be minimum 25 mm and shall be suitable to fill the voids in the pitching.

To drain off the seepage water and to prevent erosion of the base material, one or more layers of graded materials, commonly known as a filter medium, shall be provided underneath the pitching. The material for the filter shall consist of sound gravel, stone or brick ballast and coarse sand.

1.3 Requirement for filter – material :

The gradation of the filter material shall satisfy the following requirements :

(i) D18 of Filter 4 to 20 provided than the filter does not D18 of Base Material contain more than 5 per cent of material filter than 0.075 mm. (ii) D16 of Filter 5 or less

D16 of Base Material (iii) D80 of Filter Material 25

D80 of Base Material

(iv) The grain size curve of the filter should be roughly parallel to that of the base material. Notes :­

1. Filter design may not be required if embankment consists of Sand or Soils with liquid limit greater than 30 which are resistant to surface erosion. In this case, if a layer of materials is used as bedding for pitching, it shall be well graded and its D80 size shall be at least twice the maximum void size in pitching.

2. In the foregoing D18 means the size of that sieve which allows 15 per cent by weight of the filter material to pass through it and similar is the meaning of D80 and D18.

3. If more than one filter layer is required, the same requirement as above shall be followed for each layer. The finer filter shall be considered as base material for selection of coarser filter.

4. Where brick bats are used as filter material, normally the grading is not possible and in such cases, a layer of graded gravel shall be provided below the brick bats.

5. The filter shall be compacted to a firm condition.

6. The thickness of filter is generally of the order of 200 mm to 300 mm. Where filter is provided in two layers, thickness of each layer shall be 150 mm.

1.3 Construction Operations

Before laying the pitching, the sides of banks shall be trimmed to the required slope and profiles put up by means of line and pegs at intervals of 3 meters to ensure regular straight work and an uniform slope throughout. Depressions shall be filled and thoroughly compacted. The filter granular material shall be laid over the prepared base and suitably compacted to the thickness specified on the drawings.

The lowest course of pitching shall be started from the toe wall and built up in courses upwards. The toe wall shall be in masonry or as directed by EIC conforming to requirements. In case of dry rubble pitching and shall be in Masonry work in cement mortar 1: 4 in case of brick pitching.

The stone pitching shall commence in a trench below the toe of the slope. Stone shall be placed by derrick or by hand to the required length, thickness and depth conforming to the drawings. Stones shall be set normal to the slope, and placed so that the largest dimension is perpendicular to the face of the slope, unless such dimension is greater than the specified thickness of pitching.

The largest stones shall be placed in the bottom courses and for use as headers for subsequent courses.

When full depth of pitching can be formed with a single stone, the stones shall be laid breaking joints and all interstices between adjacent stones shall be filled in with spalls of the proper size and wedged in with hammers to ensure tight packing.

When two or more layers or stones must be laid to obtain the design thickness of pitching, dry masonry shall be used and stones shall be well bonded.

Where bricks are to be used, the same shall be laid on the prepared base in one or more layers as specified. When more than one layer is to be adopted, adjacent layers shall be properly bonded by means of a sufficient number of pin headers, extending from one layer to the other. The bond used in laying shall be as directed by the Engineer. 2. TURFING WITH GRASS SODS

2.1 Scope : This work shall consist of furnishing and laying of the live sod of perennial turf forming grass on embankment slopes, verge (earthen shoulders) or other locations as directed by the Engineer. Unless otherwise specified, the work shall be taken up as soon as possible following construction of the embankment, provided the season is favorable for establishment of the sod.

2.2 Materials : The sod shall consist of dense, well –rooted growth of permanent and desirable grasses, indigenous to the locality where it is to be used, and shall be practically free from weeds or other undesirable matter. At the time the sod is cut, the grass on the sod shall have a length of approximately 50 mm and the sod shall have been freed of debris.

Thickness of the sod shall be as uniforn as possible, with some 50­80 mm or so of soil covering the grass roots depending on the nature of the sod, so that practically all the dense root system of the grasses is retained in the sod strip. The sods shall be cut in rectangular strips of uniform width, not less than about 250 mm x 300 mm in size but not so large that it is inconvenient to handle and transport these without damage. During wet weather, the sod shall be allowed to dry sufficiently to prevent rearing during handling and during dry weather shall be watered before lifting to ensure its vitality and prevent the dropping of the soil in handling.

2.3 Construction Operations

2.3.1 Preparation of the earth bed : The area to be sodded shall have been previously constructed to the required slope and cross section. Soil on the area shall be loosened, freed of all stones larger than 50 mm diameter, sticks, stumps and any undesirable foreign matter, and brought to a reasonably fine granular texture to a depth of not less than 25 mm for receiving the sod. Where required, top soil shall be spread over the slopes. Prior to placing the top soil the slopes shall be scarified to the required depth as directed. The top soil shall be spread to a depth which after settlement will provide the required nominal depth. Spreading shall not be done when the ground is excessively wet. Following soil preparation and top soiling, fertilizer is incorporated in the soil by dicing or other means to the required depths.

2.3.2.Placing the sods : The prepared sod bed shall be moistened to the loosened depth, if not already sufficiently moist, and the sod shall be plowed therein within approximately 24 hours after the same has been cut. Each sod strip shall be laid edge to edge and such that the joints caused by abutting ends are staggered. Every strip, after it is snugly placed against the strips already in position shall be lightly tamped with suitable wooden or metal tampers so as to eliminate are pockets and to press it into the underlying soil. On side slopes steeper than 2 to 1 the laying of sods shall be started from bottom upwards. At the points where water may flow over a sodded area, the upper edges of the sod strips shall be turned into the soil below the adjacent area and a layer of earth placed over this followed by its thorough companion.

2.3.3.Staking the sods : Where the side slope is 2 to 1 or steeper and the distance along the slope is more than meters, the sods shall be staked with pegs or nails spaced approximately 500 to 1000 along the longitudinal axis of the sod strips. Stakes shall be driven approximately plump through the sods to so almost flush with them. 2.3.4 Top dressing : After the sods have been land in position, the surface shall be cleaned of loose sod, excess sod and other foreign material. Thereafter a thin layer of top soil shall be scattered over the surface of top dressing and the area thoroughly moistened by sprinkling with water. 2.4 Watering and maintenance : The sods shall be watered by the contractor for a period of at least four weeks after laying. Watering shall be so done as to avoid erosion and prevent damage to sodded areas by wheels of water tanks.

The contractor shall erect necessary warning signs and barriers, repair or replace sodded areas failing to show uniform growth of grass or damaged by his operations and shall otherwise maintain the sod at his cost until final acceptance.

3.0 SUPPLYING & LAYING RCC PIPES

3.1 SCOPE

This specification covers the supply and laying of R.C.C. Hume pipes as may be required. The entire work shall be carried out as per latest edition of Indian Standards IS: 783 and IS: 458.

3.2 SUPPLY OF PIPES

The contractor shall supply the R.C.C. Hume pipes of various diameters along with complete fittings required for carrying out the work. R.C.C. Hume Pipes should conform to class NP3 of IS: 458 as may by required and should be in good condition. The Contractor must furnish, on being demanded by the Engineer, manufacturer’s certificates and/or test certificates from recognised authorities.

3.3 ALIGNMENT, LEVELS AND GRADE

The work shall be carried out in conformance to the alignment, levels and grades specified In the drawings. The layout and levels shall be made by him at his own cost from one reference grid and bench mark given by the Engineer. He shall give all help in instruments, materials and men to the Engineer for checking the detailed layout and levels as and when required. Making of reference layout and level pillars along the pipeline route and maintaining them upto completion of the work shall be the responsibility of the Contractor, at his own cost. 3.4 LAYING OF PIPES

3.4.1 General

The laying of R.C.C. Pipes shall conform to IS:783­1985.

3.4.2 Conditions for laying

The conditions for laying of pipes to suit the conditions at site and/or as per drawings and instruction of the Engineer shall be as classified below:

3.4.3 Culvert Condition In this condition the pipe is laid under embankment and may project wholly or partly above the original ground surface.

3.4.4 Trench Condition In this conditions the pipe is laid in a trench excavated for the purpose. The trench shall be refilled with thoroughly tamped earth after laying and jointing of pipes in approved manner.

3.4.5 Open Condition

In this condition the pipe is laid such that it projects wholly or partly above original ground surface, there being no super imposed overburden on the pipe.

3.5 Bedding and Supports

3.5.1 Culvert Condition

In this condition the pipes shall be laid generally as per sector B9 to B16 of Appendix­B, of IS:783­1985.

3.5.2 Trench Condition

In this condition the pipes shall be laid generally as per Section B1 to B8 of Appendix ­ B of IS: 783­1985.

3.5.3 Concrete Cradle Bedding

If specified in the drawing or so instructed by the Engineer, the pipes shall be laid on Concrete cradles, conforming to section B1 of Appendix­B of IS: 783­1985 in case of trench condition and conforming to section B5 of Appendix ­ B of IS:783­1985 in case of culvert condition.

3.5.4 Open Condition

In Open conditions the pipe laid shall be supported over rigid pedestals constructed at intervals not greater than the length of one individual piece of pipe, as per drawings and instruction of the Engineer. In no case shall the joint between to pieces of pipe shall lie at the centre of span between the supports. The pedestals shall be of reinforced concrete with a properly shaped out top to receive one third perimeter of the pipe. 3.5.4 Jointing of Pipes

Joints shall be flexible type as per IS: 783­1985. Rubber ring, with material conforming to type ­ 1A of IS: 5382­1967 shall be placed on the spigot with special shape and the spigot is forced into the socket previously laid. This compresses the rubber ring as it rolls into the annular space formed between the two surfaces of the spigot and socket.

3.6 Hydrostatic Testing of Pipes

The pipeline as laid shall be subjected to hydrostatic test as per

clause 15.5 of IS:783­1985.

4. PAVER BLOCKS

4.1. Scope Of Work

The scope of work includes manufacturing, supplying and laying of precast paver blocks. The work includes:

Clearing the site by removing all obstacles such as stones, debris etc. for laying of paver blocks.

Supplying of paver blocks at site, including handling at both ends.

Laying of paver blocks at site as per requirement in technical specification, within shortest possible time. The site being existing operating Retail Outlets, care should be taken to ensure that the operation is not closed. The job of laying may required to be carried out during night also.

Testing of paver blocks through reputed Govt./Non Govt. Test house and submission of test results as per requirements in technical specifications. HPCL reserves the right to carryout tests at random. Cost for such tests to be borne by party.

The contractor shall guarantee that all material and components designed, fabricated, supplied and laid by him shall be free from any type of defect due to faulty material and/or workmanship/erection for a period of One year from the date of completion of work at individual sites. However, free Maintenance for two years shall be rendered by the contractor. 4.2 Paver Block Manufacturing Facilities

The Paver Block shall be made in factory with following minimum facilities:

4.2.1 Concrete Block making Machines: The machine should be capable of producing high quality Paver Blocks by obtaining high level of compaction by application of hydraulic compaction and also by high intensity vibration to the moulds. The machine should have automatic control panel for uniformity in strength.

4.2.2 Concrete Batching & Mixing Plant: The concrete Mix Design should be followed for each batch of materials. The concrete ingredient should be mixed in concrete Batching & Mixing plant with minimum capacity of 30 cum/hour. The plant should equipped with automatic control panel for maintaining water cement ratio from batch to batch to obtain concrete of uniform quality and strength. The plant should be equipped with adequate mechanism for mechanised loading of raw materials into mixer and conveyor belt for transportation of concrete from mixer to concrete blockmaking machine to maintain quality of wet cement.

4.2.3 Curing: The factory should have well designed curing area to ensure adequate curing of paver blocks.

4.2.4 Laboratory The factory should have the following: (i) Compression testing machine of adequate capacity (ii) Other tools and equipment for testing raw materials and paver blocks. (iii) (1). Systematic record of test results of various paver blocks manufactured in the factory (2) Concrete Mix Design for various grade of concrete used for making of paver blocks.

4.3. Pavers Block Characteristics The concrete pavers should have perpendicularities after release from the mould and the same should be retained until the laying.

The surface should be of anti skid and anti glare type.

The paver should have uniform chamfers to facilitate easy drainage of surface run off.

The pavers should have uniform interlocking space of 2mm to 3mm to ensure compacted sand filling after vibration on the paver surface.

The concrete mix design should be followed for each batch of materials separately and automatic batching plant is to be used to achieve uniformity in strength and quality. The pavers shall be manufactured in single layer only. Skilled labour should be employed for laying blocks to ensure line and level of laying, desired shape of the surface and adequate compaction of the sand in the joints.

The pavers shall be of cement grey colour without any pigment. The pavers are to be skirted all round with kerbing using solid concrete blocks of size 100mm X 200mm X 400mm. The kerbing should be embedded for 100mm depth. The concrete used for kerbing shall be cured properly for 7 days minimum.

4.4 Paver Block Dimensions

Thickness 80mm or 100 mm Shape Uniregular (Uniform Shape with no Hollow Or Cracks) Chamfer 4mm to 6mm along top edges Colour Natural cement grey colour without use of any pigment Dimensional Tolerance (+/­) 2mm for Length & width, (+/­)3 mm for Height (Thickness) 4.5 Testing of Paver Blocks.

SR.NO * TEST SPECIFICATION

Average Values (Average Of Minimum Five Samples/ Site ) 1. Compressive Strength Min. 40 N/Sqmm for 80mm thick

OR Min. 30 N/Sqmm for 60 mm thick

2. Flexural Strength Minimum 4.5 N/Sqmm

3. Abrasion Resistance Maximum 1.5

4. Water Absorption Maximum 5.80 %

5. Minimum Cement Content 380 Kg/CuM

* Sampling and Testing Procedure As Per Enclosed Specifications 4.6 Sampling and Testing procedures for Paver Blocks

4.6.1 Sample size :

INTERNAL ­ Average of minimum 3 samples per 5000 Blocks EXTERNAL ­ Minimum 2 Blocks per 10000 blocks . Average of minimum

8 blocks per site

Sampling: Sampling of Pavours shall be done before testing.

4.6.2. Compressive Strength Testing for compressive strength shall be undertaken. The average compressive strength of the blocks tested shall be 40 N/Sqmm.

4.6.3. Abrasion Resistance Testing for abrasion shall be in accordance with IS 1237 (Specifications for Cement Concrete Floor Tiles).

4.6.4 Flexural Strength Testing for flexural shall be in accordance with IS 1237 (Specifications for Cement Concrete Floor Tiles).

4.6.5. Water Absorption Testing for water absorption shall be in accordance with IS 2185:1979 :Part 1( Specifications for Concrete Masonry Units).

4.7 LAYING OF PAVER BLOCKS.

4.7.1 PRIMING The contactors are required to verify the existing WBM drivway surface.

It will be the responsibility of the Paver block party to ensure that the Manholes/ Pipeline/ Cable trenches / circular drainage system etc. raised to driveway level using the requisite materials as per instruction of Engg In Charge (EIC) of HPCL. The areas of potholes /deep depressions at the isolated locations also have to be filled up before laying the paver blocks. No extra payments will be made for this purpose. The area of raised manholes shall be included in the measurement of overall area of paver blocks for the purpose of payment.

It will be the responsibility of the contractors to ensure that undulations on the paver blocks are eliminated after the traffic is allowed on it. Proper slope for draining of water needs to be ensured by the contractor. All necessary materials, tools, tackles are required to be arranged by the contractor. 4.7.2 BEDDING SAND COURSE

The bedding sand shall consist of a clean well graded sand passing through 4.75 mm sieve and suitable to concrete manufacture .The bedding should be from either a single source or blended to achieve the following grading. IS SIEVE SIZE % PASSING 9.52 mm 100 4.75 mm 95­100 2.36 mm 80­100 1.18 mm 50­100 600 microns 25­60 300 microns 10­30 150 microns 5­15 75 microns 0­10 ______

Contractor shall be responsible to ensure that single­sized, gap­graded sands or sands containing an excessive amount of fines or plastic fines are not used. The sand particles should preferably be sharp not rounded, as sharp sand possess higher strength and resist the migration of sand from under the block to less frequently areas. Even though sharp sands are relatively more difficult to compact than rounded sands, the use of sharp sands is preferred for the more heavily trafficked driveways. The sand use for bedding shall be free of any deletorious soluble salts or other contaminants likely to cause efflorescence. The sand shall be of uniform moisture content and within 4%­8% when spread and shall be protected against rain when stockpiled prior to spreading. Saturated sand shall not be used.

The bedding sand shall be spread loose in a uniform layer as per drawing. The compacted uniform thickness shall be of 50mm and within + 5mm .Thickness variation shall not be used to correct irregularities in the base course surface.

The spread sand shall be carefully maintained in a loose dry condition and protected against pre­compaction both prior to and following screening .Any pre­ compacted sand or screeded sand left overnight shall be loosened before further laying of paving units take place.

Sand shall be slightly screeded in a loose condition to the predetermined depth only slightly ahead of the laying of the paving unit.

Any depressions in the screeded sand exceeding 5mm shall be loosened, raked and rescreeded before laying of paving units. 4.7.3 LAYING OF INTERLOCKING PAVING UNITS :

Paving units shall be laid in herringbone laying pattern throughout the pavement. Once the laying pattern has been established, it shall continue without interruption over the entire pavement surface. Cutting of blocks, the use of infill concrete or discontinuities in laying pattern is not be permitted in other than approved locations.

Paving units shall be placed on the uncompacted screeded sand bed to the nominated laying pattern, care being taken to maintain the specified bond throughout the job. The first row shall be located next to an edge restraint. Specially manufactured edge paving units are permitted or edge units may be cut using a power saw, a mechanical or hydraulic guillotine, bolster or other approved cutting machine.

Paving units shall be placed to achieve gaps nominally 2 to 3mm wide between adjacent paving joints. No joint shall be less than 1.5 mm nor more than 4mm. Frequent use of string lines shall be used to check alignment. In this regard, the “laying face” shall be checked at least every two metres as the face proceeds. Should the face become out of alignment, it must be corrected prior to initial compaction and before further laying job is proceeded with.

In each row, all full units shall be laid first. Closure units shall be cut and fitted subsequently. Such closure units shall consist of not less than 25% of a full unit.

To infill spaces between 25mm and 50mm wide, a concrete having 1:2:4 cement: sand: coarse aggregate mix and a strength of 45 N/Sqmm shall be used. Within such mix the nominal aggregate size shall not exceed one third the smallest dimension of the infill space. For smaller spaces dry packed mortar shall be used.

Except where it is necessary to correct any minor variations occurring in the laying bond, the paving units shall n ot be hammered into position. Where adjustment of position is necessary care shall be taken to avoid premature compaction of the sand bedding.

4.7.4 INITIAL COMPACTION

After laying the paving units, they shall be compacted to achieve consolidation of the sand bedding and brought to design levels and profiles by not less than two (2) passes of a suitable plate compactor.

The compactor shall be a high­frequency, low amplitude mechanical flat plate vibrator having plate area sufficient to cover a minimum of twelve paving units.

Prior to compaction all debris shall be removed from the surface. Compaction shall proceed as closely as possible following laying and prior to any traffic. Compaction shall not, however, be attempted within one metre of the laying face. Compaction shall continue until lipping has been eliminated between adjoining units. Joints shall then be filled and recompacted as per requiremnents.

All work further than one metre from the laying face shall be left fully compacted at the completion of each day’s laying.

Any units that are structurally damaged prior to or during compaction shall be immediately removed and replaced.

Sufficient plate compactors shall be maintained at the paving site for both bedding compaction and joint filling.

4.7.5 JOINT FILLING AND FINAL COMPACTION

As soon as practical after compaction and in any case prior to the termination of work on that day and prior to the acceptance of construction traffic, sand for joint filling shall be spread over the pavement.

Joint sand shall pass a 2.36 mm (No 8) sieve and shall be free of soluble salts or contaminants likely to cause efflorescence. The sane shall comply with the following grading limits:

IS SIEVE SIZE % PASSING

2.36 mm 100 1.18 mm 90­100 600 microns 60­90 300 microns 30­60 150 microns 15­30 75 microns 10­20 ______

The Contractor shall supply a sample of the jointing sand to be used in the contract prior to delivering any such material to site for incorporation into the works. Certificates of test results issued by a recognised testing laboratory confirming that the samples conform to the requirements of this specification shall accompany the sample.

The jointing sand shall be broomed to fill the joints. Excess sand shall then be removed from the pavement surface and the jointing sand shall be compacted with not less than one (1) pass the the plate vibrator and joints refilled with sand to full depth. This procedure shall be repeated until all joints are completely filled with sand. No traffic shall be permitted to use the pavement until all joints have been completely filled with sand and compacted. Both the sand and paving units shall be dry when sand is spread and broomed into the joints to prevent premature setting of the sand.

The difference in level (lipping) between adjacent units shall not exceed 3mm with not more than 1% in any 3m x 3m area exceeding 2mm. Pavements which is deformed beyond above limits after final compaction, shall be taken out and reconstructed to the satisfaction of the Engineer.

4.7.6 Edge Restraint Edge restraints need to be sufficiently robust to withstand override by the anticipated traffic, to withstand thermal expansion and to prevent loss of the laying course material from beneath the surface course. The edge restraint should present a vertical face down to the level of the underside of the laying course.

The surface course should not be vibrated until the edge restraint, together with any bedding or concrete haunching, has gained sufficient strength. It is essential that edge restraints are adequately secured.

4.7.7 Laying Patterns. Details of laying pattern should be specified before commencement of laying. Typical laying patterns are enclosed.

4.7.8 Sampling of Paver blocks. 1.Method of sampling Before laying paver blocks, each designated section comprising not more than 50000 blocks, shall be divided into ten approximately equal groups. Three blocks shall be drawn from each group.

2.Marking and Identification All samples shall be clearly marked at the time of sampling in such a way that the designated section of part thereof, and the consignment represented by the sample, are clearly defined. The sample shall be dispatched to the approved test laboratory taking precaution to avoid damage to the paving in transit. Protect the paving from damage and contamination until they have been tested. The testing shall be carried as soon as possible, after the sample has been taken. As soon as practicable after sampling. The samples shall be stored in water at 20 degree C ± 5 degree C for 24 hours prior to testing.

4.8 Procedure for Testing of Compressive Strength of Paver Blocks.

Reference : BS 6717 Part­I (1993) Specification for Paving Blocks

1 TESTING MACHINE : The testing machines shall be of suitable capacity for the test and capable of applying the load at the rate specified. It shall comply, as regards repeatability and accuracy with the requirements of relevant ISI specs.

2 PROCEDURE : The sample specimens shall be tested in wet condition after being stored for at least 24 hours, in water maintained at a temperature of 20 degrees C±5 degrees C. before the specimens are submerged in water, the necessary area shall be determined by the method described in Appendix A

. The plates of the testing machine shall be wiped clean and any loose grit or other material removed from the contact faces of the specimen. Plywood nominally 4mm thick, shall be used as packing between the upper and lower faces of the specimen and the machine plates, and these boards shall be larger than the specimen by a margin of at least 5mm at all points. Fresh packing shall be used for each specimen tested. The specimen shall be placed in the machine with the wearing surface in a horizontal plane and in such away that the axes of the specimen are aligned with those of the machine plates. The load shall be applied without shock and increased continuously at the rate of Approximately 15 N/sqmm per minute until no greater load can be sustained. The maximum load applied to the specimen shall be recorded.

CALCULATION OF CORRECTED STRENGTH : The compressive strength of each block specimen shall be calculated by dividing the maximum load by full cross section area and multiplying by an appropriate factors.

Thickness And Chamfer Correction Factors For Compressive Strength Work Size Thickness in mm Correction Factors Plain block Chamfered block 60 1.00 1.06 80 1.12 1.18 100 1.18 1.24

COMPRESSIVE STRENGTH CALCULATION : The average corrected compressive strength for the designated block section shall be calculated. CHAPTER VI

SAFETY REQUIREMENT FOR CONSTRUCTION WORKS

A GENERAL

11 This specification deals with the subject matter of safety and protection to be observed in the Civil Construction. This shall be followed along with all related statutory requirements/obligation including Governmental byelaws, codes, ordinance of local or central authorities related to the construction work.

1.2. In case of complicated work like deep excavation, intricate shuttering and formwork, excavation in loose soil and below water table, stacking of excavated earth etc., work plan with necessary drawings and documents have to be prepared by the Contractor and got approved by the Engineer.

1.3 Necessary reference shall be made to the following Indian Standard Codes on safety requirements for various type of work :

2. INDIAN STANDARD

4130 – 1991 Demolition of Buildings 3764 – 1992 Excavation Work 4014 – (P­II) – 1967 Scaffolding, Steel Tubular 3696 – (P­I & P­II) Scaffolds and Ladders 1987 to 1991 4138 – 1977 Working in Compressed Air 7293 – 1974 Working with Construction Machinery 8989 – 1978 Erection of Concrete Framed Structures

3. EXCAVATIONS

3.1. No excavation or earth work below the foundation level of an adjoining building shall be taken up unless adequate steps are taken to prevent damage to the existing structure or fall of any part. 3.2 Every accessible part of an excavation, pit or opening in the ground into which there is a danger of persons falling shall be suitably fenced with a barrier upto a height of one metre suitably placed from the edge of the excavation as far as practicable. 3.3. No material or load shall be placed or stacked near the edge of the excavation or opening in the ground. The excavated material shall not be placed within 1.5 m of the trench or half of the depth of the trench whichever is more. 3.4 Cutting shall be done from top to bottom. No undercutting of sides of excavation shall be allowed. 3.5 Materials shall not be dumped against existing walls or partition to a height that may endanger the stability of the walls. 3.6 While withdrawing piled materials like loose earth, crushed stone, sand, etc. from the stock piles, no over hanging shall be allowed to be formed in the existing dump. 3.7 No material on any of the sites of work shall be so stacked or placed as to cause danger or inconvenience to any person or public or any other agency at work. 4. SCAFFOLDING, LADDERS & SHUTTERING

4.1 For all work that cannot be done from the ground level or from part of any permanent structure or from other available means of support, soundly constructed scaffoldings of adequate strength shall be used as a safe means of access to places of work.

4.2 All scaffolding shall be securely supported or suspended and wherever necessary be properly braced to ensure stability.

4.3 All working platform and stages from which workers are liable to fall shall be of adequate width depending on the type of work done and closely boarded and planked.

4.4 Every ladder shall be securely fixed at top and bottom. A ladder more than 5 m long shall have a prop.

4.5 No portable single ladder shall be over 8 m in length.

4.6 Unfinished scaffolding which is under construction shall be prominently marked as unsafe and any access points shall be closed. 4.7. Shuttering

The above remarks shall be applicable for this also. Shuttering, particularly for slabs, should be treated as a scaffold. Unfinished shuttering should be marked as dangerous similarly the finished form work should be adequately supported, care being taken to avoid trap door effects. 5. SAFETY APPLIANCE

5.1 Those engaged in white washing and mixing or stacking of cement bags or any materials which is injurious to the eyes, shall be provided with protective goggles.

5.2. The Contractor shall not employ men below the age of 18 and women on the work of painting with products containing lead in any form. Whenever men above the age of 18 are employed on the work of lead painting the following precautions shall be taken :

5.3. All necessary personnel safety equipment such as safety helmets, safety boots, safety belts, leather gloves for welders, clear glass safety goggles etc., as considered adequate by the Engineer have to be kept available for the use of persons employed at the site of work and maintained in condition suitable for immediate use and Contractor shall take steps to ensure proper use of equipment by the workers.

5.4 Sign boards 1 x 1.5 m in size with the following wording shall be erected at the access to these areas. “CONSTRUCTION AREA, HELMET REQUIRED BEYOND THIS POINT”.

5.5 Arrangement for rendering prompt and adequate first aid to the injured persons shall be maintained at every work site under the guidance of a medical officer­in­charge of the project. Depending upon the magnitude of the work the availability of an ambulance at a very short notice (a telephone call) shall be ensured.

First­aid arrangements commensurate with the degree of hazard and with the number of workers employed shall be maintained in a readily accessible place throughout the working hours. At least one experienced first­air attendant with his distinguishing badge shall be available on each shift to take care of injured persons. Arrangements shall be made for calling the medical officer, when such a need may arise. It is recommended that foreman/assistant foreman/supervisor/permanent workmen who are normally present at each working phase in each shift are given adequate training on first­aid methods to avoid employment of a separate attendant.

6. MISCELLANEOUS

6.1 The Contractor shall provide necessary fencing and lights to protect the public from accident.

6.2 To ensure effective enforcement of the rules and regulations relating to safety precautions, the arrangements made by the Contractor shall be open to inspection by the Engineer and Owner.

6.3. All sources of ignition shall be prohibited in areas where flammable liquids are stored, handled and processed. Suitable warning and ‘NO SMOKING’ signs shall be posted in all such places. Receptacles containing flammable liquids shall be stacked in such a manner as to permit free passage of air between them. 6.4 All combustible materials shall be continuously removed from such areas where flammable liquids are stored, handled and processed. All spills of flammable liquids shall be cleared up immediately. Containers of flammable liquids shall be tightly capped.

7. REPORTING OF ACCIDENT 7.1 All accidents, major or minor must be reported immediately. The Contractor, will provide first aid to the injured person immediately and the injured person shall report to the first aid station along with the ‘INJURED ON WORK’ form duly filled in quintuplicate and submit to the Medical Officer of the First Aid Station”. 7.2. Serious Injury In case of serious injury, the following procedure shall be adopted by the Contractor:

a) Provide First Aid at his own First Aid Station. b) Take the injured person to the Hospital along with the “INJURED ON WORK” form duly filled in.

c) Reporting the accident to the Owner/Engineer by the Contractor.

7.3 Fatal Accident

Fatal accident must be reported immediately to the Engineer/Owner as well as to the Police.

8. PENALTY

Failure to observe the Safety Rules will make the Contractor liable to penalty by way of suspension of work, fine and termination of contract. TYPICAL

INSPECTION & TEST PLAN

(I T P )

SAMPLE FORMAT

FOR

EARTH FILLNG/ MURRUM FILLING/ WBM STANDARD INSPECTION & TEST PLAN (I T P ) FOR LAND DEVELOPMENT WORKS:

1. GENERAL NOTES:

Inspection and Test Plan(ITP) given herein is indicative only. The Contractor shall prepare and submit ITP for all activities The provisions indicated herein for stage wise inspection are minimum and the Engineer­in­Charge may decide to increase the Hold Point / Witness Point. Contractor has to prepare ITPs for any of the activities not covered herein, submit the same to HPCL and obtain their approval.

Contractor to prepare required reporting formats and job procedures for each activity i.e. Setting out of work, levels at 5x5m grid co­ordinate wise and as per technical specifications, submission of min. 5 nos. Earth/ Murrum samples meeting tender specifications along with soil lab. test report, watering, OMC, Rolling , carting away earth etc to HPCL for approval well in advance prior to commencement of activity. Submission of samples of WBM components like aggregates, screening and binder meeting technical specifications along with lab reports to HPCL well in advance to enable approval by HPCL to commence activity. Any deviation to ITP shall be subjected to HPCL’s written approval. Contractor to carry out 100% examination of all activities and proper records shall be maintained and made available to HPCL Officer’s requirement at any time of inspection during the contract period.

2. LEGEND :

2.1 HP: HOLD POINT

A point which requires inspection/verification and acceptance by HPCL before any further processing is permitted. The contractor shall not process the activity/item beyond the Hold Point without written approval from Engineer­in­Charge.

2.2 W : Witness Point

An Activity which requires witness by HPCL when activity is performed.

2.3 RW : Review of Contractor’s Documentation

2.4 S : Surveillance Inspection by HPCL

Monitoring of observations to verify whether or not materials/items/services confirms to specified requirement. Surveillance activities may include audit, inspection, witness of testing, review of quality documentation & records, personnel qualifications, etc.

2.5 WC: 100% examination by Contractor.

3. The Indicative Inspection and Test Plan(ITP) is as given below:

Sr. ACTIVITY CONTRACTOR HPCL No. 1.0 EARTH FILLING

1.1 Fixing of co­ordinates with respect to WC HP HPCL Bench Mark (B.M.) as per HPCL lay out , Setting out of various Control point & alignment, grid levels 5mx5m and as per tender specifications, Co­ordinates wise survey & recording. The readings will be taken on same co­ordinates in subsequent activity. Clearing of vegetation, shrubs etc and disposal of the same outside premises and make surface ready for further activities.

Collection of Earth samples from various WC HP 1.2 borrow areas, soil sample lab analysis, submission of test reports to HPCL for approval with all requisite details.

1.3 Excavation as per approved drawings/as WC W directed by EIC & carting away unusable earth as per instructions of HPCL within Plant premises.

1.4 (A) Rolling of virgin soil & testing for WC W 95% max. lab. Dry density achieved in case of soil only. (B) In case of soil encountered in WC HP

1.5(A) above, lab results indicating 95% MDD to be submitted to HPCL prior to taking up further Earth filling in 300mm layers.

1.5 (A) EARTH FILLING : ­ 300mm layer checking it with WC W templates/tools at various co­ordinates & recording. ­ Watering the layer, checking the WC W OMC through Moisture Tester & recording co­ordinate wise.

(B) COMPACTION : ­ Rolling the OMC watered layer immediately once tested for OMC till 95% WC W Standard Proctor dry density achieved. ­ Testing for compaction to confirm

its 95% Standard Proctor dry density achieved co­ordinate wise, Recording the WC W levels co­ordinate wise . (Min. 1 no test per 500 sq. Mtr.) ­ Offering Tested layer to HPCL to

inspect & witness to give clearance for next layer. WC HP

1.6 Final profile of Earth surface to receive WC W/ HP Murrum/WBM as per Approved levels/coordinates and Construction drawing to be prepared by Contractor based on general civil detail drawing furnished in this tender duly approved by HPCL, to be executed as per 1.5 above, cutting / making of edges for embankments etc & complete as per EIC instructions.

2.0 MURRUM FILLING

2.1 Fixing of co­ordinates with respect to WC HP HPCL B.M. as per HPCL lay out , Setting out of various Control point & alignment, grid levels 5mx5m and as per tender specifications, Co­ordinates wise survey & recording. The readings will be taken on same co­ordinates in subsequent activity. Clearing of vegetation, shrubs etc and disposal of the same outside premises and make surface ready for further activities. . Collection of Murrum samples from various WC HP 2.2 borrow areas, lab analysis of samples, submission of test reports to HPCL for approval with all requisite details.

2.3 Excavation, if any as per approved WC W drawings and as directed by EIC & carting away unusable earth as per instructions of HPCL within Plant premises.

2.4 (A) Rolling of sub grade/ sub base soil WC W & testing for 95% max. lab. Dry density achieved in case of soil only.

2.5 (A) MURRUM LAYING : ­ 200mm layer checking it with WC W templates/tools at various co­ordinates & recording. ­ Watering the layer, checking the WC W OMC through Moisture Tester & recording co­ordinate wise. (B) COMPACTION : WC W

­ Rolling the OMC watered layer immediately once tested for OMC till 95% Standard Proctor dry density achieved. ­ Testing for compaction to confirm WC W

its 95% Standard Proctor dry density achieved co­ordinate wise, Recording the levels co­ordinate wise . (Min. 1 no test per 500 sq. Mtr.) ­ Offering Tested layer to HPCL to WC HP

inspect & witness to give clearance for next layer.

2.6 Final profile of Murrum surface to receive WBM/ as per Approved levels/coordinates and Construction WC W/ HP drawing to be prepared by Contractor based on general civil detail drawing furnished in this tender duly approved by HPCL, to be executed as per 2.5 above, cutting / making of edges for embankments etc & complete as per EIC instructions. 3. WBM LAYING

3.1 Fixing of co­ordinates with respect to WC HP HPCL B.M. as per HPCL lay out , Setting out of various Control point & alignment, grid levels 5mx5m and as per tender specifications, Co­ordinates wise survey & recording. The readings will be taken on same co­ordinates in subsequent activity. Clearing of vegetation, shrubs etc and disposal of the same outside premises and make surface ready for further activities

3.2 Collection of coarse aggregate, screening WC HP and binder samples from various borrow areas, lab analysis of samples and submission of test reports to HPCL for approval with all requisite details.

3.3 Rolling of sub base/ sub grade to achieve WC HP 95% of maximum dry density (MDD) and clearance of the same by HPCL. 3.4 WBM Laying – 100 mm thk WC W ­ Spreading of coarse aggregate with

templates/ edge supports to the required line and level and as per technical specifications and directions of Engineer In Charge (EIC) 3.5 Rolling of spreaded aggregates to suit WC W required profile of the surface 3.6 Applications of screening in the voids WC HP including spreading, brooming and rolling etc 3.7 Rolling of the WBM surface along with WC W screening and sprinkling of water including brooming, sweeping etc 3.8 Application of binder, brooming in as many WC HP number of layers required to fill the voids as per technical specifications. Rolling of the layers to suit profile and as per required compacted thickness of 100mm. Rolling, setting, drying, repairing of hungry spots, correction of surface profile, if any. 3.9 WBM Laying – 75 mm thk WC W ­ Spreading of coarse aggregate with templates/ edge supports to the required line and level and as per technical specifications and directions of Engineer In Charge (EIC)

3.10 Rolling of spreaded aggregates to suit WC W required profile of the surface 3.11 Applications of screening in the voids WC HP including spreading, brooming and rolling etc 3.12 Rolling of the WBM surface along with WC W screening and sprinkling of water including brooming, sweeping etc 3.13 Application of binder, brooming in as many WC HP number of layers required to fill the voids as per technical specifications. Rolling of the layers to suit profile and as per required compacted thickness of 75mm. Rolling, setting, drying, repairing of hungry spots, correction of surface profile, if any.

31 SECTION 7: DRAWINGS

Contractor Executive engineer

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs

32

SECTION 8: BILL OF QUANTITIES

Rate (Rs) Sl. No. Description of item Quantity Unit In figures In words Amount (Rs) (with brief specification and reference to Book of specification)

ENCLOSED SEPARATELY

Total Tender Price (in figures) (in words)

Note:

(1) Item for which no rate or price has been entered in 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 7.2 and CC Clause 33.2).

(2) Unit rates and prices shall be quoted by the Tenderer in Indian Rupees.

(3) Where there is a discrepancy between the rate in figures and words, the lower of the two will govern. [ITB Clause 19.1(a)]

(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 19.1 (b)]

Contractor Executive engineer

K/W ­ 2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs

33

SECTION 9: FORMAT OF BANK GUARANTEE FOR SECURITY DEPOSIT

To: [name of Employer] [address of Employer]

WHEREAS [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. dated to execute [name of Contract and brief description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his 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 Rs. [amount of guarantee]

29 _Rupees [in words], 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]30 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 30 days from the date of expiry of the Defects Liability Period.

Signature and seal of the guarantor Name of Bank Address Date

Contractor Executive engineer

29 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract 30 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract

K/W­2 Works/Open tender/Item rate/>Rs.20 lakhs, <50 lakhs