0% found this document useful (0 votes)
115 views

Notice Inviting

Uploaded by

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

Notice Inviting

Uploaded by

Mari
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 130

gvide Govt. no.

------/------/------/----/nivida/---- Raipur ----/-----/------

GOVERNMENT OF CHHATTISGARH
PUBLIC WORKS DEPARTMENT
NOTICE INVITING

TENDER

FOR

FORM 'F'

(APPENDIX 2.18)

NAME OF WORK

Construction of R.O.B. Near Kharsiya Rialway Crossing at K.m.


620/13-15 in Lieus of existing L.C. No 313 on Howrah – Mumbai main
rail line in District- Raigarh (C.G.)
2

(APPENDIX 2.18)

FORM F - TENDER FOR A LUMPSUM CONTRACT

I / We do hereby tender to execute the whole of the work described in the

Drawing Nos:_______________________________________________________________

And according to the annexed specifications as signed by:__________________________

and dated:__________________________________________________________________

for the sum of Rs.:___________________________________________________________

Rupees :(__________________________________________________________________)

and should this tender be accepted . I/We do hereby agree and bind myself/ourselves to abide by
and fulfill all the conditions annexed to the said specification or in default thereof to forfeit and
pay to the Governor of C. G. the penalties of sums of money mentioned in the said conditions, viz:

Dated:
Tenderer’s Signature
Address …………………
………………………….

Witness:

Address:

The above tender is hereby accepted by me on behalf of the Governor of Chhattisgarh.

The _________ 20

(Designation)
SIGNATURE OF AUTHORITY
BY WHOM
THE TENDER IS ACCEPTED

To be expressed in words and figures.


3
CHAPTER - I
CONDITION OF CONTRACT

1.1: The person whose tender may be accepted (hereinafter called the contractors which expression shall
unless excluded by or repugnant to the context include his heirs executers, administrators representatives
and assigns) shall permit Government at the time of making any payments to him for the value of work
done under the contract to deduct the security deposit as under.
The Security Deposit to be taken for the due performance of the contract under the terms & conditions
printed on the tender form will be the earnest money plus a deduction of 5 percent from the payment made
in the running bills, till the two together amount to 5 percent of the cost of work put to tender or 5 percent
of the cost of the works executed when the same exceeds the cost of work put to tender

1.2: The Contractors is /are to provide everything of every sort and kind (with the exception noted in the
schedule attached) which may be necessary and requisite for the due and proper execution of the several
works included in the contract according to the true intent and meaning of the drawings and specifications
taken together, which are to be signed by the Executive Engineer P.W.D. (Bridge Const.) Division here in
after called the E.E. and the Contractor (s) whether the same may not be particularly described in the
specifications or shown on the drawings, provided that the same are reasonably and obviously to be inferred
there from and in case of any discrepancy between the drawings and the specifications the E.E. is to be
decide which shall be follows:

1.2A: The Contractor (s) is/are to set out the whole of the works in conjunction with an officer, to be deputed
by the E.E. and during the progress of the works, to amend on the requisition of the E.E., any errors which
may arise therein and provide all the necessary labours, and materials for so doing. The Contractor(s) is/are
to provide all plant, labour and materials (with the exceptions noted in the schedule attached) which may be
necessary and requisite for the works. All the materials and workmanship are to be the best of their
respective kinds. The Contractor(s) is/are to leave the works in all aspects clean and perfect at the
completion thereof.

1.2B: In respect of all bearings, hinges or similar parts intended for use in the superstructure of any bridge,
the Contractor shall, whenever required, in the course of manufacture, arrange and afford all facilities for
the purpose of inspection and test of all or any of these parts and the material use there in to any officer of
the Directorate of Inspection of the Ministry of works, production and supply of the Governor of India and
such bearings, hinges or similar parts shall not be used in the superstructure of any bridge except on
production of a certificate of acceptance thereof from the Directorate of Inspection. All inspection charges
shall be payable by the Contractor.

1.3: Complete copies of the drawings and specification signed by the E.E. are to be furnished by him to the
Contractor(s) for his/their own use, and the same or copies thereof are to be kept on buildings in charge of
the Contractor(s) agent who is to be constantly kept on the ground by the Contractor(s) and to whom the
instructions can be given by the E.E. The Contractor(s) is/are not to sublet the works or any part thereof
without the consent in writing of the E.E.

1.4: The E.E. is to have at all times access to the works which are to be entirely under his control he may
require the Contractor(s) to dismiss any person in the Contractor (s) employ upon the works who may be
incompetent or misconduct himself and the Contractor (s) is/are forthwith to comply with such
requirements.

1.5: The Contractor (s) is/are not be vary or deviate from the drawings or specification or execute any extra
work of any kind whatsoever unless upon the authority of E.E. to be sufficiently shown by any order in
writing by any plan or drawings expressly given and signed by him as extra or variation or by any subsequent
written approval signed by him. In cases of daily labour all vouchers for the same are to be delivered to the
E.E. or the officers-in-charge at least during the week following that in which the workmen have been done
and only such day work is to be allowed for as such as may have been authorised by the E.E. to be so done
unless the work cannot from its character be properly measured and valued. The drawings in respect of
which this contract is drawn up provide for a minimum depth of foundations for good soil, any extra depth
will be measured as an extra when the foundation trenches have been opened up and will be paid for in
addition to the sum contracted for the completed work.
4
1.6: Addition alteration and Non-Schedule items of works:- During the execution of the work
there is likelihood of addition alteration in the items of work and also of such items of work, which
do not find place in the Schedule of rates, referred to above, non S.O.R. items, Contractor will
have to carry out these items of work.

(a) Prior approval of technical sanction authority is required where net increase in agreement
amount, due to excess, in agreemented quantities and or quantities due to substitutions, Non
S.O.R., Non Schedule Items, and any savings in agreemented quantities is upto 10 percent
of agreemented amount with in the scope of work.
(b) Any variation beyond the limit as per (a) of this clause, shall require prior approval of the
government.
(c) Government shall have full powers either to accept or reject the variation proposal beyond
10 percent of agreemented amount.

Any authority given by the E.E. for any alterations or additions in or to work is not to vitiate the
contract but all additions in or to work is not to vitiate the contract but all additions, omissions or
variations made in carrying out the works are to be measured and valued and certified by the E.E. and
added to or deducted from the amount of the contract, as the case may be, at rates in force in the C.E.,
P.W.D., Bridge Const., Zone. In such cases in which rates do not exist, the superintending
engineer or the chief engineer (in case technical sanction is accorded by the chief
engineer), as the case may be and communicate the same within a period of 4 weeks
to the contractor, in case the contractor agrees to the above rates as fixed by the
competent authority then they shall form a part of supplementary schedule of the
contract agreement. lf the contractor does not agree to the rate approved by the
competent authority then it shall be open for the Engineer – in – charge to get the
work executed through any other agency. The contractor will not however be entitled
to any compensation due to delay or hindrance or loss of profit accruing on account
of this extra work executed by alternative agency.
If the contractor commences non-schedule work or incur expenditure in
regard thereto before the rates shall have been determined by the competent
authority, then he shall be entitled for payment for the work done as may be finally
decided by the competent authority. In the event of dispute, the decision of the next
higher authority shall be final. Such a decision shall be given by the next higher
authority within a period of 30 (Thirty) days and beyond this period it shall be open to
the contractor not to continue that item further. In such an event that item shall be got
executed by other agency at such an approved rate by the competent authority.
Additional condition issued by Govt. of Chattisgarh Memo No. F 21-5//T/19//2012/Nivida Raipur,
Dated 04.04.2018.

1.7: All work on materials brought and left upon the ground by the contractor(s) or his/their orders for the
purpose of forming part of the works are to be considered to be the property of the Governor of Chhattisgarh
and the same are not to be removed or taken any by the Contractor’s or any other person without the special
license and consent in writing of the E.E., but the Governor of C.G. is not be in any way answerable for any
loss or damage which may happen to or in respect of any such work or materials either by the same being
lost or stolen or injured by weather of otherwise.
1.8: The E.E. has full power to require the removal from the promises of all materials which, in his opinion,
are not in accordance with the specification and in case of default the E.E. is to be at liberty to employ other
persons to remove the same without being answerable or accountable for any loss or damage that may
happen or arise to such materials. The E.E. is also to have full power to require other proper materials to be
substituted and in case of default the E.E. may cause the same to be supplied and all costs which any attend
such removal and substitution or to be borne by the Contractor (s).
1.9: If in the opinion of the E.E. any of the works, are executed with improper materials or defective
workmanship, the Contractor(s) is/are when required by the E.E. forthwith to re-execute the same and to
substitute proper materials and workmanship and in case of default of the Contractor(s) in so doing within
a week the E.E. is to have full power to employ other person to re-executed the work and the cost thereof
shall be borne by the Contractor(s).
5
1.10: Any Defect’s shrinkage of other faults which, may appear within performance period from the
completion of the work arising out of defective or improper materials or workmanship or by any other
reason are upon the direction of the E.E. to be amended and made good by the Contractor (s) at his / their
own cost unless the E.E. shall decide that he/they ought to be paid for the same and in case of default the
Governor of C.G. may recover from the Contractor (s) the cost of making good the works as per note (13)
of additional special conditions.
1.11: From the Commencement of the work to the completion of the same, they are to be under the
contractor(s) charge. The Contractor (s) is/are to be held responsible for and to make good all injuries,
damages and repairs occasioned or rendered necessary to the same by fire or other causes and they are to
hold the Governor of C.G. harmless from any claims for injuries to persons or for structural damage to
property happening from any neglect, default, want of proper care of misconduct on the part Contractor(s)
or of any one in his/their employ during the execution of the works.
1.12: The E.E. is not have full power to send workmen upon the premises to execute fittings and other works
not included in the Contract for whose operation Contractor (s) is/are to afford every reasonable facility
during ordinary working hours, provided that such operation shall be carried on in such manner as not to
impede the progress of the work included in the contract but the Contractor(s) is/are not to be responsible
for any damage which may happen to or be occasioned by any such fittings or other works.
1.13: The works comprised in this tender are to be commenced immediately upon receipt of order of
commencement given in writing by the E.E. The whole work, including all such addition and variations as
aforesaid (but excluding such, if any, as may have been postponed by an order from the E.E.) shall be
completed in every respect within 18 (Eighteen) Months from reckoned date (The period will be
reckoned from the 15 days after the date of Work order in case of completion period is up to six months
and 30 days in case of completion period is more than six months The work shall throughout the stipulated
period of contract be proceeded with all due diligence, keeping in view that time is the essence of the
contract. The contractor shall be bound in all cases, in which the time allowed for any work exceeds one
month, to complete 1/8th of the whole work before 1/4th of the whole time allowed under the contract has
elapsed, 3/8th of the work before 1/2 of such time has elapsed and 3/4th of the work before 3/4th of such
time has elapsed. In the event of the contractor failing to comply with the above conditions, the Executive
Engineer shall levy on the contractor, as compensation an amount equal to: 0.5% (zero point five percent)
of the value of work (contract sum) for each week of delay, provided that the total amount of compensation
under the provision of the clause shall be limited to 6% (Six Percent) of the value of work (Contract sum).
Provided further that if the contractor fails to achieve 30% (thirty percent) progress in 1/2 (half) of original
or validly extended period of time the contract shall stand terminated after due notice to the contractor and
his contract finalised
If the contractor shall desire an extension of time for completion of work on the ground of his having been
"UNAVOIDABLY" hindered in its execution or on any other ground, he must apply giving all and complete
details of each of such hindrances or other causes in writing, to the Executive Engineer positively within 15
days of occurrence of such hindrance(s) and seek specific extension of time (period
from…………….to………………..). If in the opinion of Executive Engineer, such reasonable grounds are
shown, the Executive Engineer shall himself grant extension of time, if the extension of time sought by the
contractor is for one month or 10% (ten percent) of the stipulated period of completion, whichever is more.
If the extension of time sought is more than above period mentioned, then the Executive Engineer shall refer
the case to the Superintending Engineer with his recommendation and only after his decision in this regard,
the Executive Engineer shall sanction extension of such time as decided by the Superintending Engineer.
Once the Executive Engineer/Superintending Engineer has decided the case of extension of time with
reference to the particular application of the contractor, it will not be competent for them to review/change
such a decision later on. However, the Superintending Engineer and the Executive Engineer shall give the
contractor an opportunity to be heard (orally and or in writing), before taking any final decision either of
granting extension of time or permitting the contractor to complete the work by the delayed date or before
refusing both.
Provided further where the Executive Engineer has recommended grant of extension of particular
time of the contract or has refused to recommend extension of time but has recommended permitting the
contractor for delayed completion, the contractor shall continue with the work till the final decision by
Executive Engineer/Superintending Engineer.
Failure on the part of the contractor for not applying extension of time even within 30 days of the
cause of such an hindrance, it shall be deemed that the contractor does not desire extension of time and that
he has "Waived" his right if any, to claim extension of time for such cause of hindrance.
6
Once the Executive Engineer/Superintending Engineer has heard (oral and or in writing) the
contractor on this subject matter of extension of time and if Executive Engineer/Superintending Engineer
fails to communicate his decision within a period of 30 days of such hearing, it shall be deemed that the
contractor has been granted extension of time for the period as applied by him. Provided that the
Contractor(s) shall not be entitled to any extension of time in respect of the extra work involved in the extra
depth of foundation mentioned clause 1.5.

1.13.1 Compensation Events for consideration of extension of time without penalty:-

The following mutually agreed Compensation Events unless they are caused by the contractor
would be applicable;
(a) The Executive Engineer does not give access to a part of the site.
(b) The Executive Engineer modifies the schedule of other contractor in a way, which affects
the work of the contractor under the contract.
(c) The Executive Engineer orders a delay or does not issue drawings, specification or
instructions /decisions/approval required for execution of works on time.
(d) The Executive Engineer instructs the contractor to uncover or to carry out additional tests
upon work, which is then found to have no defects.

(e) The Executive Engineer gives an instruction for additional work required for safety or
other reasons.
(f) The advance payment and or payment of running bills (complete in all respect) are
delayed.
(g) The Executive Engineer unreasonably delays issuing a Certificate of Completion.
(h) Other compensation events mentioned in contract if any.
1.13.2 Incentive bonus: - Not withstanding the provision contained in clause 1.13 above, if the
contractor does not desire "Extension of Time" AND "WAIVES" his right to claim any extension
of time on any ground whatsoever and yet - complete the contract (Excluding maintenance period
if any) before the original time allowed for completion (as mentioned in the N.I.T) then and then
only the contractor shall be entitled to and shall be paid "INCENTIVE BONUS". The Incentive
Bonus shall be paid to the contractor at the rate of 0.25% (zero point two five percent) of the contract
price per week of early completion subject to a maximum of 5% (Five Percent) of the contract price.
Part of the week if more than 3 days shall be deemed to be one full week.
Note: - The contractor has to give an undertaking in writing that he has "WAIVED" all his RIGHT to
claim/demand extension of time
1.14: Action when the work is left incomplete abandoned or delayed beyond the time limit permitted
by the Executive Engineer: -

(i) The Executive Engineer may terminate the contract if the contractor causes a fundamental breach of the
contract.

(ii) Fundamental breach of contract shall include, but not be limited to, the following: -

(a) The contractor stops work for four weeks, when no stoppage of work is shown on the current
programme or the stoppage has not been authorized by the Executive Engineer.
(b) The Executive Engineer gives notice that failure to correct a particular defect is a fundamental
breach of contract and the contractor fails to correct it within reasonable period of time
determined by the Executive Engineer in the said notice.
(c) The contractor has delayed the completion of work by the number of weeks [12 (Twelve) weeks]
for which the maximum amount of compensation of 6% of contract sum is exhausted.
(d) If the contractor has not completed at least thirty percent of the value of construction work
required to be completed in half of the completion period (Including validly extended period if
any).
(e) If the contractor fails to appoint the technical staff and if appointed do not function properly for
4 weeks even after due written notice by the Executive Engineer.
7
(f) If he violates labour laws.
(g) Any other deficiency which goes to the root of the contract Performance
(iii) 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.
(iv) The Executive Engineer shall cause recording and checking of measurements of all items of work
done (taking in to account quality and quantity of items actually executed) and prepare the final bill
after adjusting all pervious outstanding dues. Such recording of measurements shall be done after
due notice regarding time and date of recording measurement and directing the contractor to either
remain present himself or his authorised representative so as to satisfy himself that the recording of
measurement is just and proper. Failure on his parts either to attend and or refusing to acknowledge
the measurement so recorded in the department measurement book, shall be at his sole risk and
responsibility.
The Executive Engineer shall forfeit the earnest money and or security deposit and further
recover/deduct/adjust a compensation @10% (ten percent) of the balance value of work left incomplete
either from the bill, and or from available security/performance guarantee or shall be recovered as "Arrears
of land revenue"
1.15: The Contractor(s) shall be paid the running payment according to the schedule of running payment
agreed to at the time of award the contract on the completion of each calendar commencing from the day of
work order a sum of 90% of the total value of work done __120 days___ since the last payment according
to the certificate of the E.E. when the work shall be completed. The Contractor (s) is/are to be entitled to
receive one moiety of the amount remaining due according to the best estimate of the same that can be made
and the Contractor(s) is/are to be entitled to receive the balance of all moneys due or payable to him/them
under or by virtue of the contract within six month from the completion of the works. Provided always that
no final or other certificate is to cover or relieve the Contractor(s) from his/their liability under the provision
of Clause 1.10 whether or not be same be notified by the E.E. at the time or the subsequently to the granting
of any such certificate.
1.16: A certificate of the E.E. or an award of the referee hereinafter referred to as the case may be showing
the final balance due or payable for the Contractor(s) is to be conclusive evidence of the works / having
been duly completed and that the Contractor(s) is/are entitled to receive payment of the final balance but
without prejudice to the liability of the Contractor(s) under provisions of clause 1.10.

1.17 ARBITRATION CLAUSE: Except as otherwise provided in this contract all question and dispute,
relating to the meaning of the specifications designs, drawings and instructions herein before mentioned
and as to thing whatsoever, in any way, arising out of or relating to the contract, designs, drawings,
specifications, estimates, concerning the works, or the execution or failure to execute the same, whether
arising during the progress of the works or after the completion abandonment thereof shall be referred to
the superintending Engineer shall give his written instructions and/or decisions within a period of 60 days
of such request. This period can be extended by mutual consent of the parties.
Upon receipt of written instructions of decisions, the parties shall promptly proceed without delay to comply
such instruction or decision, If the superintending Engineer fails to give his instructions or decisions in
writing with in a period of 60 days or mutually agreed time after being requested or if the parties may within
60 days refer and appeal to the Chief Engineer who shall afford an opportunity to the parties of being heard
and to offer evidence in support of his appeal. The chief Engineer will give his decision within 90 days. If
any party is not satisfied with the decision of the Chief Engineer, he can, refer such dispute for arbitration
governed as per “The Chhattishgarh/Madhyastha Abhikaran Raipur”.

1.18.: If at any time before or after the commencement of the work, Governor of the Chhattisgarh shall for
any reason whatsoever: -

(a) Cause alterations, omissions or variations in the drawings and specifications involving any curtailment
of works as originally contemplated; or
(b) Not required the whole of the work as specified in the tender to be carried out.
The Contractor(s) shall have no claim to any payment or compensation whatsoever on account of any profit
or advantage which he/they might have derived from the execution of the work in full as specified in the
tender but which he/they did not derive in consequence of the curtailment of the works by reasons of
alterations, omissions or variations or in consequence of the full amount of the work not having been carried
out.
8
But the Contractor(s) shall be entitled to compensation for any loss sustained by him/them by reason of
his/their having purchased or procured any materials or entered in to any engagements or made any advance
to labour or taken any other preliminary or incidental measures on account of or with a view to the execution
of the works or the performance of the contract.

1.19: DEATH OR PERMANENT INVALIDITY OF CONTRACTOR: If the contractor is an individual


or a proprietary concern, partnership concern, dies during the currency of the contract or becomes
permanently incapacitated, where the surviving partners are only minors the contract shall be closed without
levying any damages/compensation as provided for in clause 1.14 of the contract agreement.

However, if competent authority is satisfied about the competence of the surviving, then the competent
authority shall enter into a fresh agreement for the remaining work strictly on the same terms and conditions,
under which the contract was awarded.

1.20: Deleted
9
CHAPTER – II

DETAILED NOTICEINVITING LUMPSUM TENDERS

GOVERNMENT OF CHHATTISGARH
PUBLIC WORKS DEPARTMENT

Division: P.W.D., BRIDGE CONSTRUCTION, DIVISION DURG

Tender Notice No.: ……………………/Setu/2022-23

Date of issue of N.I.T.: …/…/2022-23

Date of receipt of Tenders upto Office hours: - As per NIT.

2.0 Work Particulars

Name of Work : Construction of R.O.B. Near Kharsiya Rialway Crossing at


K.m. 620/13.15 in Lieus of existing L.C. No 313 on Howrah –
Mumbai main rail line in District- Raigarh (C.G.)

Outline Drawing Nos. : G.A.D. Enclosed

Length of bridge : Railway Portion107.640M. and P.W.D. 1220.000M


Total length = 1327.640 M

Carriage Way width : Railway -7.50.000 M., ,and P.W.D.- 17.10M,10.50M & 7.50M

Probable amount of contract : Rs. 5936.27 Lacs

Earnest Money : Rs. 5,00,000.00

Period of completion : 18 (Eighteen) Months from reckoned date.


10
2.1: Sealed lump sum tenders in form ‘F’ for the work mentioned in para 2.0 will be received by Registered
post only from the contractors to whom the tender issued by the E in C, P.W.D on ________the______ at
the Office of the E in C, P.W.D., Raipur____ and will be opened on the next working day at 11.30 A.M.
The tenders may be based on the departmental design or tenderers own design.

2.1.1 Submission of Tender:- Tenderer should submit his tender on the terms and conditions as mentioned
in NIT and agreement form. Tenderer is not supposed to mention any condition (s) any where in the tender
document.
Conditional tenders are Liable for rejection.
The tenderer will submit his bid in two envelopes as under. It is mandatory to submit first and second
envelope online:-

1st Envelope EMD details and Alternative drawing if any: -

This envelope shall contain details of EMD such as It's mode like N.S.C., Interest bearing securities Bank
draft, Units of UTI etc. as provided under clause 2.5.1 of tender documents and alternate drawing if any.
However, EMD in appropriate shape as mentioned under clause 2.5.1 of the tender document along with
hard copy of alternate drawing (If any) shall be submitted through Registered post/Speed post to the
Engineer-In-Chief, PWD Raipur on or before the due date prescribed in NIT. along with copies of
Commercial tax registration Financial Capacity certificate(not older then 12 months) live registration
certificate and documents prescribed under rules and the same should reach in the office of the Engineer-
In-Chief, P.W.D., Raipur on or before the date prescribed in NIT upto 5.30 P.M. The earnest money is to
be pledged in favour of Executive Engineer, P.W.D., Bridge Construction, Division, Raigarh.

2nd Envelope: - This envelope shall contain the financial bid in prescribed format and it shall invariably be
submitted online on due date as mentioned in NIT.

2.1.1 (a) :- The tenderer or his authorised representative is requested to attend a pre – bid meeting at the
date, time and address as mentioned in NIT The purpose of meeting will be to clarify issues and to answers
questions on any matter that may be raised relating to the work. The tenderer is requested to submit his
questions in writing/e-mail/Fax, so as to reach the Engineer-In-Chief, P.W.D., Raipur three days before the
meeting.

2.1.1 (b) :- Before deadline for submission of tender, the Engineer-in-Chief, P.W.D., Raipur may modify
the tender document by issuing amendment. Any amendment thus issued shall be part of the tender
document and shall be published on website.

2.1.2: Opening of Envelope 1 i.e. EMD along with other documents as provided under clause 2.1.1 will be
opened on the due date as mentioned in the NIT.

2.1.3.: DELETE

2.1.4: Opening of Financial Bids:


After due verification of the EMD & other documents, financial bids of only those tenderer whose EMD is
in appropriate mode and of amount as mentioned under clause 2.4.1 read with clause 2.5.1 of tender
document will be opened online on the date mentioned in NIT.

Tendered whose financial bid is accepted will be intimated by Fax/Registered letter/speed post as the case
may be.

2.1.5: Deleted
2.1.6: Deleted
2.2: All over writings should be neatly scored out and rewritten and corrections should be duly attested prior
to the submission of the tender.
If there is any difference between the amount in words and figures written in the tender forms by the
contractor the lesser amount will be treated as valid. If the contractor is not ready to accept the amount to
fix in the above manner and declines to do the work, earnest money deposit of the contractor shall be
forfeited.
11
2.3 Tender Document:
2.3.1.: Blank forms of tender can be obtained from the office of the .......................................... on payment
of Rs. __________ for each form and the plans and specifications of the work may be seen and all other
particulars as curtained during office hours on any working day after the date on which the notice is affixed
on the notice board of the Office of the Engineer-in-Chief, P.W.D., Raipur on any working day during office
hours up to _________.

2.3.2: The estimated figures of quantities and cost shown in the tender document are not guaranteed for
contract but merely given as rough guidance.

2.3.3.: Each tenderer should carefully examine the drawing specification, special conditions and other
particulars etc. and visit the site of works and fully satisfy and acquaint himself about the nature, location
of the work, the surface condition, quality and quantity of materials required, the character of equipment
and ancillaries needed preliminary to and during the execution of the work and general and local conditions
which may affect the work or its cost.

2.4 Earnest Money:

2.4.1: No. tender will be, received, without a deposit of earnest money of Rs. 5,00,000.00 (in words Rupees
Five Lacs only) in a separate sealed cover duly prescribed as cover “D” Earnest Money. The earnest money
will be returned to the successful tenderer on the rejection of their tender will be retained from successful
tenderer as part of security deposit.

2.4.2 The rate of earnest money to be submitted by the intending contractors will be as under.
Tender Value From - Up to Percent
For tender up to Rs. 1.00 lakh 2 percent
For tender more than Rs. 1.00 lakh and up 1 percent subject to a minimum of Rs. 2000/-
to Rs. 5.00 lakhs
For tenders more than Rs. 5.00 lakh and up 0.75 percent subject to a minimum of Rs 5,000/-
to Rs. 2.0 crores
For tenders more than Rs. 2.00 crores 0.50 percent subject to a minimum of Rs.1.5 lakh and
maximum of Rs. 5.00 lakhs
2.4.3.: I In the event of withdrawing his/her after before the expiry of the period of validity of offer or failing
to execute the agreement as required by condition No. 2.4.3 and 2.34 of the notice inviting tender (N.I.T.)
he/she will not be entitled to tender for this work in case of recall of tenders. In addition to forfeited of
his/her earnest money as per provisions of condition No. 2.4.3 and 2.34 of N.I.T. as may be applicable for
the work, the registering authority will demote the contractor firm for a period of one year. If the tenderer
has committed a similar default on earlier occasion (s) as well, then such demotion in registration will be
permanently.

2.5 Form of Earnest Money:


2.5.1.: Where the amount of earnest money to be deposited is more than Rs. 500/- and the tenderer proposes
to pay it in cash he shall pay earnest money to be credit of Revenue Deposit on behalf of the Executive
Engineer, P.W.D., Bridge Construction Division, Raigarh in to a branch of the State bank of India or
Government Treasury or Sub-Treasury within the jurisdiction of the Executive Engineer mentioned above
and send/produce the challan to the Executive Engineer separately and it should not been kept in the cover
containing tenders. If, however, the tenderer wishes to deposit the earnest money in any one of the following
forms, he may do so and produce/send the same duly hypothecated to the Executive Engineer.
Ammendment issued by Govt. of Chhattisgarh memo No. F 21-5/T/19/2012/Nivida Naya Raipur
Atal Nagar Dated 28-12-2019.
For online tenders, the Earnest money shall be deposited electronically by NEFT/RTGS, Internet
Banking, Debit/Credit Cards or any other online process of payment. Contractor is required to generate a
challan though e-Procurement system for specific tender before transfer of fund and system generated
challan may be submitted to bank physically for RTGS/NEFT or contractor may use other online option for
making payment in account number shown in the online generated challan.
12
It is clarified that every contractor’s challan number will be different for each challan
generated form psystem of different or same tender. The cost of money transfer (including Payment
Gateways Commission etc.) has to be borne by the contractor. It is advised that the contractors should
consider the time taken to process the payment electronically (i.e. NEFT/RTGS, Net banking, Credit/Debit
cards.)
Not interest shall be payable to contractors on amount deposited as earnest money.

2.5.1. I: Treasury Receipts.


II: National Savings Certificates.
III: Treasury Bonds.
IV: Approval interest bearing security (this includes C.G. State development Loans)
V: Government promissory Notes/National plan Loans
VI: Post Office Cash Certificates.
VII: 10 Years Treasury Saving Deposit Certificates.
VIII: 12 Years National Plan Saving Certificates.
IX: 10 Years Defense Deposit Certificates.
X: National Saving Certificate duly hypothecated in the man of Governor of C.G.
XI: All small Savings Securities and post office Savings Bank Accounts duly pledged to
Government.
XII: Debentures of C.G. Housing Board.
XIII: Bank Drafts of the State Bank of India or Scheduled Banks in case of tendered of other States.
XIV: Units of Unit Trust of India.

XV: Bank Drafts issued by big Urban Banks whose working capital exceeds Rs. 5.00 Crores and
by A, B and C class Central/Co. operative Banks / Non- Scheduled States Co-operative Banks
subject to the condition that the drafts are encashed by the accepting authority as soon as they
are received and the contract are allotted only after the encashment of drafts as per M.P.F.D.
No. F/3/18/77/8/5 (iv) Dated 13/2/1973.

2.5.2: The earnest money in one of the prescribed forms should be produced/sent separately and not kept in
the cover containing the tender and if the earnest money is not in accordance with the prescribed mode, the
tenders would be returned unopened to the tenderer.

2.6: The intending tenderers from other States may remit the Earnest money in the form of Bank Draft of
the State Bank of India or any other Scheduled Bank to the Executive Engineer concerned.

2.7: Earnest money which has been deposited for a particular work will not ordinarily be adjusted towards
the earnest money for another work, but if tender of a contractor for a work in the same division has been
rejected and the earnest money has not been refunded to him to some reason it may be so adjusted by the
Executive Engineer.

2.8: The Security Deposit shall be 5 percent of the amount of contracts.

2.9: The authority competent to accept a tender reserves the right of accepting the tender for the whole work
or for distinct part of it or of distributing the work between one or more tendereres.

2.10: A financial capacity certificate or attested photocopy their of from any schedule bank along with the
application for the tender papers be submitted which should not be older than 12 months from the date of
application. Amount of financial capacity to be furnished shall be at least 15% (Fifteen Percent) of amount
put to tender
The financial capacity certificate shall have to be in the following format:
13
CERTIFICATE
(On the letter head of the Bank)
On the basis of transactions/turn over in the account of
__________________________________________________________ (Name and Address)
We are of the opinion that his financial capacity is to the extent of (both figures & words) Rs. ...................
(in words) ...................................................................... This is without any prejudice and responsibility on
our part.
Place: Br. Manager
Date: With seal of Bank

2.11: The submission of a tender by a contractor implies that he has read the notice conditions of tender and
contract and has made himself aware of the scope and specifications of the work to be done and has been
the quarries with their approach, sites of work etc, and satisfied himself regarding the suitability of the
materials at the quarries. The responsibility of opening of new quarries and construction and maintenance
of approaches their to shall lie wholly with the contractor.

2.12: Subletting: - The contractor shall not without the prior approval of the authority who has accepted
the tender in writing, sublet or assign to any other party or parties, any portion of the work under the contract.
Where such approval is granted, the contractor shall not relieved of any obligation or duty or responsibility,
which he undertakes under the contract. However such subletting in no case be more than 25% of contract
value. But if required can be increased up to 50(fifty) % with the prior permission of the next higher
authority accepting the tender or the Government as the case may be.
2.12.1:- Before subletting the Engineer in Charge shall verify the technical & financial capacity of the
sublettee.
2.12.2 :- The subletee shall be a registered contractor in appropriate class under unified registration system
(e-registration) of Chhattisgarh or elsewhere in similar capacity, as recognized by public works department
and shall also have a technical and financial capacity corresponding to the work proposed to be subleteed.
2.12.3 :- The contract may be rescinded and security deposit forfeited, for subletting the work beyond
permissible limits as mention above or if the contractor becomes insolvent.
The contract shall not be assigned or sublet without prior sanction of the competent
authority in writing. And if the contractor assign or sublet his contract, for more than permissible limits as
per clause 2.12 or attempt to do so, or become insolvent commence any insolvency proceedings or make
any composition with his creditors, or attempt to do so or if any gratuity, gift, loan, perquisite, reward of
and advantage pecuniary or otherwise, shall either directly or indirectly be given, promised or offered by
the contractor, or any of his servants or agents or to any public officer or person in the employ of
Government in any way relating to his office or employment, or if any such officer or person shall be came
any way directly or indirectly interested in the contract, the Executive Engineer may there upon by notice
in writing rescind the contract, and the S.D. of the contractor shall there upon stand forfeited and be
absolutely at the disposal of Government and the same consequences shall ensure as if the contract had been
rescinded under clause 3 thereof, and in addition the contractor shall not be entitled to recover or be paid
for any work there to for actually performed under the contract.
Any such assignment/subletting within the limit of 25% by the authority who has accepted
the tenders OR 50% by the next higher authority accepting the tender or Govt. as the case may be, shall not
diminish or dilute the liability/ responsibility of the contractor.
If the contractor gets item/items of work executed on a task rate basis without materials,
this shall not amount to subletting of the contract.
2.12.4 :- Any subcontracted work, done in Chhattisgarh state with prior approval of competent authority,
such subcontractor will also get the credit for work towards his experience.
2.12.5 :- The authority accepting the tender shall be empowered to terminate any contract if the contractor
sublets the work to some other person on the basis of power of attorney.
2.12.6 :- Subletting of work shall result in reduction in experience of the main contractor to the extent of
the sublet.
Ammendment issued by Govt.of Chattisgarh memo no. F 21-5//T/11/19/2012/Nivida Naya Raipur
dated 22-06-2018
14
2.13: All the conditions of the tender notice will be binding on the contractor and will form part of the
agreement to be executed by the contractor in addition to the conditions of contract in the prescribed form
and special conditions of contract and those accepted as common conditions during negotiations.
2.14: The tenders will be opened at the time and place stated in para 2.1 by the superintending Engineer in
the presence of the tenderer or their duly authorised agents who may choose to attend. The Superintending
Engineer as in para 2.1 unavoidable circumstance may depute another officer in his absence to receive and
open tenders on his behalf.
2.15: The S.E./E.E. does not bind myself to accept or to recommend for the acceptance of the Chief Engineer
or higher authority the lowest or any tender.
2.16 Taxes Royalty etc.:
Ammendment issued by Govt.of Chattisgarh memo no. F 21-5//T/11/19/2012/Nivida Naya Raipur dated
29-07-2017
2.16.1 Taxes: The rate quoted by the Contractor shall be deemed to be inclusive of the sales and other
levies, duties, royalties, cess, toll, taxes of Central and State Governments including GST (Goods and
Services Tax), taxes of Local Bodies and Authorities that the Contractor will have to pay for the
performance of this Contract. The Governments will perform such duties in regard to the deduction of such
taxes at source as per applicable law.
However, if any other New Tax (not increase or decrease in existing all taxes, other levies, duties, royalties,
cess, toll) is levied on the Contractor (under the agreement) either by Central Govt. or State Govt. then the
Executive Engineer shall reimburse the "New Tax" amount; on submission of proof of such payments by
the contractor.
2.16.2 Royalty on Minor Minerals as per Amendment issued by Govt. of Chhattisgarh Memo No. F 21-
5//T/11/19/2012/Nivida Naya Raipur Dated 29-07-2017
The contractor shall pay all quarry, Royalty charges etc. If the contractor fails to produce the royalty
clearance certificate from concerned department then the Executive Engineer shall deduct the royalty
charges from his bills and keep in deposit head, which shall be refunded to the contractor on production of
royalty clearance certificate from the concerned department. If he fails to produce the royalty clearance
certificate within 30 days of submission of final bill, then royalty charges which was keep under deposit
head by the Executive Engineer shall be deposited to the concerned department and his final bill payment
shall be released

2.16.3: Income tax at the rate of 2% or such other percentage as may be fixed by income tax department
from time to time from any sum payable to the Contractor shall at the time of credit of such sum or at the
time of payment to the contractor by cash, cheque or draft or any other mode shall be deducted at the source
from the running, final or any type of payment for this contract as per section 194 of income tax Act. 1961.

2.16.4: It is open to the contractor or the sub contractor as the case may be to make an application to the
Income Tax officer concerned and obtain from him a certificate authorizing the payer to deduct tax at such
lower rate or deduct no tax as may be appropriate to his case Such certificate will be valid for the period
specified therein unless it is cancelled by the income Tax Officer earlier.

2.17 Model Rules for water supply, Sanitation in Labour Camps: The contractor will be bound to follow
the Chhattisgarh model rules relating to layout of water supply and sanitation in labour camps (Vide
Annexure-A)

2.18 Fair wages to Laborers: The Contractor shall pay not less than fair wages to laborers engaged by him
on the work (Copy of rules enclosed vide Annexure-B)

2.19 Right to take up work departmentally or to award on contract: The Engineer – in –Charge reserves
the right to take up departmental work or to award works on contract in the vicinity without prejudice to the
terms of contract.

2.20 Issue of Materials by the Department: The following Materials will be supplied by the Department:
-
S.No. Name of Article Unit Rate Place of Delivery
No, Materials shall be supplied by the Department.
15
So for as supply of cement and steel (Mild & H.Y.S.D. Bars) and other materials is concerned these
or to be arranged by the contractor himself at his own cost and the conditions given in the annexure - H
shall Prevail, The Contractor shall establish a laboratory near the site for testing.

2.21 Income tax Clearance Certificate: A tenderer applying for tender copies for work exceeding Rs. 2.00
lakhs shall have to submit as Income Tax clearance Certificate or a Certificate from the Income tax authority
that the assessment is under consideration (as per annexure “D”).

2.22: The contractor shall execute the work as per detailed specifications as incorporated in the tender
document and in accordance with the approved drawing and special conditions incorporated in the tender
documents.

2.23 Scope of work covered by lump sum cost: The scope of work covered by the lump sum cost is given
is Annexure – M&N.

2.24 List of works in hand: Tenders must be accompanied by a list of contracts already held by the tenderer
at the time of submitting the tender in C.G. public works Department and elsewhere as per Annexure - K.

2.25 Removal of unsuitable or undesirable employees of contractor: The Contractor shall on receipt or
the requisition form the Executive Engineer at once remove any person employed by him on the work who
in the opinion of E.E. is unsuitable or undesirable.

2.26 Recovery of Amount due to Government from contractor: Any amount due to Government from
the Contractor on any account, concerning work may be recovered from him as error of land revenue and/or
from payment due to him in any of the Govt / Semi Government Department.

2.27 Transport of materials in contractors responsibility: The Contractor shall make his own
arrangement for transport of all materials The Government is not bound to arrange for priorities for Getting
wagons or any other materials though all possible assistance by way of recommendation will be given, if it
is found necessary in the opinion of the Engineer –in –Charge if it proves in effective the contractor shall
have no claim for any compensation on this account.

2.28 Arrangement of Tools and Plants: The Contractor shall arrange at his own cost tools and plants
required for proper execution of work. In case the contractor want to take the plant & Machinery on hire
from the department, it may be obtained from E&M wing of the Department as per rules, prevailing.

2.29 : Increase or Decrease of work specified within lump sum: The competent authority reserves the
right to increase or decrease any work specified within lump sum during the currency of the contract and
Contractor will be bound to comply with the order of the competent authority, these variations will be
Governed by. Clause-3.29

2.30 Execution of work according to time schedule: The work shall be done by the Contractor according
to the time schedule fixed by competent authority.

2.31 Canvassing or support or acceptance of tender: Canvassing or support in any form for the
acceptance of any tender is strictly prohibited any tender doing so will render himself liable to penalties
which may include removal of his name from the register of approved contractors.

2.32 List of persons employed by contractor: The contractor shall not be permitted to tender for works in
the concerned Division/Circle (responsible for award and execution of contracts) in which his near relative
is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending
Engineer and Assistant Engineer (both inclusive) A list showing the names of the persons who are working
with the contractor and are near relatives to any Gazetted officer in the P.W. Department including
Secretareat at should also be appended to the tender. He should also intimate to the E.E. the names of
subsequently employed persons who are near relatives of any gazetted officer in P.W. Department or
Divisional Accountant in concerned divisions. Any breach of this condition by the contractor would tender
him liable to be removed from the approved list of Contractors of this Department.
2.33 Escalation
Reimbursement /Refund on Variation in Prices of Materials / P. O. L. and Labour Wages
16

Price Adjustment: -
(A) Contract price shall be adjusted for increase or decrease in rates and price of labour,
materials, POL, in accordance with the following principles and procedure and as per
formula given below.
Note: - Price adjustment shall be applicable from reckoned date and up to validly extended
period but shall not apply to the period when, work is carried out under penal
(compensation) clause.

(B) The price adjustment shall be determined during each month from the formula given in the
hereunder.
(C) Following expressions and meanings are assigned to the work done during each month:

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

The formulas (e) for adjustment of prices are: -


R= Total value of work done during the month. It would include the amount of secured advance
granted, if any, during the month, less the amount of secured advance recovered, if any during the
month. It will exclude value for works executed under variations for which price adjustment will
be worked separately based on the terms mutually agreed.
Adjustment for labour component
(i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with
the following formula:

VL = 0.85 x P1/100 x R x (Li –L0)/L0


VL = increase or decrease in the cost of work during the month under consideration due to
changes in rates for local labour.
L0 = the consumer price index for industrial workers at the town nearest to
the site or work as published by Labour Bureau, Ministry of Labour, Govt. of India on the
date of inviting tender
Li = The consumer price index for industrial workers at the town nearest to the site of work for
the month under consideration as published by Labour Bureau, Ministry of Labour,
Government of India.
P1 = Percentage of labour component of the work. The site or work as
published by Labour Bureau, Ministry of Labour, Govt. of India on the date of inviting
tender
Adjustment for cement component
(ii) Price adjustment for increase or decrease in the cost of cement procured by the contractor shall
be paid in accordance with the following formula;
Vc = 0.85 x Pc/100 x R x (Ci –C0)/C0
Vc = increase or decrease in the cost of work during the month under
Consideration due to changes in rates for cement
C0 = The all India wholesale price index for Ordinary Portland cement as published by the
Ministry of Industrial Development, Government of India, New Delhi on the date of
17
inviting tender
Ci = The all India average wholesale price index for Ordinary Portland
Cement for the month
Under consideration as published by Ministry of Industrial Development, Govt. of India,
New Delhi.
PC = Percentage of cement component of the work.
Adjustment for steel component
(iii) Price adjustment for increase or decrease in the cost of steel procured by the
Contractor shall be paid in accordance with the following formula;
Vs = 0.85 x Ps/100 x R x (Si – S0)/S0
Vs = increase or decrease in the cost of work during the month under
Consideration due to changes in the rates for steel.
S0 = The all India wholesale price index for MS Bright bars as published by the Ministry of
Industrial Development, Government of India, New Delhi on the date of inviting tender
Si = The all India average wholesale price index for MS Bright bars
for the month under consideration as published by Ministry of Industrial Development,
New Delhi.
Ps = Percentage of steel component of the work.
Note:- for the application of this clause, index of Steel Rods has been to
represent steel group.
Adjustment of bitumen component
(iv) Price adjustment for increase or decrease in the cost of bitumen shall
be paid in accordance with the following formula;
VL = 0.85 x Pb/1 00 x R x (Bi –B0)/ B0
Vb = Increase or decrease in the cost of work during the month under
Consideration due to changes in rates for bitumen.
B0 = The official retail price of bitumen at the IOC depot at nearest centre
on the date of inviting tender.
Bi = The official retail price of bitumen of IOC depot at nearest center for
the 15th day of the month under consideration.
Pb = Percentage of bitumen component of the work.
Adjustment of POL (fuel and lubricant) component
(v) Price adjustment for increase or decrease in cost of POL (fuel and lubricant)
shall be paid in accordance with the following formula;
Vf = 0.85 x Pf/100 x R x (Fi – F0)/F0
Vf = Increase or decrease in the cost or work during the month under
consideration due to changes in rates for fuel and lubricants.
F0 = The official price of High Speed Diesel (HSD) at the existing
consumer Diesel pumps out let at nearest center on the date of inviting tender
Fi = The official retail price of HSD at the existing consumer pumps of
IOC at nearest center for the 15th day of month under consideration.
Pf = Percentage of fuel and lubricants component of the work.
Note: - For the application of this clause, the price of High speed Diesel Oil has been chosen to
represent fuel and lubricants group.
Adjustment of Other Materials Component
(vii) Price adjustment for increase or decrease in cost of local materials other than Cement, steel,
18
Bitumen and POL procured by the contractor shall lay in accordance with the following formula;

Vm = 0.85 x Pm /100 X R x (Mi – M0)/M0


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

Consideration due to changes in rates for local materials other than cement, steel,
bitumen and POL.
M0 = The all India wholesale price index (all commodities) as published by the Ministry
of Industrial Development, Govt. of India, New Delhi. on the date of inviting tender
Mi = The all India Wholesale price index (all commodities) for the = month
under consideration as published by Ministry of Industrial = Development, Govt. of
India, New Delhi.
Pm = Percentage of local material component (Other than cement, = steel, bitumen
and POL) of the work.
The following percentages will govern the price adjustment for the entire contract:

Sl. No. Components For road For Building For bridge


1 Labour- P1 25% 35% 30%
2 Cement – Pc 5% 10% 25%
3 Steel – Ps 5% 10% 25%
4 Bitumen – Pb 10% - -
5 POL – Pf 10% 10% 10%
6 Other materials - Pm 45% 35% 10%
100% 100% 100%
Total: -
Note :-If in the execution of contract for Road works use of certain material(s) is/are not involved (Viz
cement, steel, Bitumen etc.), then the percentage of other material-Pm shall be increased to that extent
Example: - Say in a contract of roadwork steel is not required (Ps-5%). Pm shall become 45%+5%=50%
Or
Say cement & steel not required then Pm shall become 45%+5%+5%=55% and so on

2.34 Validity of Offer: Tenders shall remain open up to four months from the prescribed date of opening
of tenders. However, when tenders are invited in 3 cover system and or negotiations are held, the modified
or fresh offers shall remain open up to four months from the prescribed date of opening the same. In the
event of the tenderer withdrawing the offer before the aforesaid dates for any reason whatsoever, Earnest
money deposited with the tender shall be forfeited to the Govt. by the Executive Engineer.
In the event of tenderer withdrawing his/her offer before the expiry of the period of validity of offer or
failing to execute the contract agreement he/she not be entitled to tender for this work. In the case of recall
of tenders, In addition to forfeiture of his/her earnest money as may be applicable for their work. If the
tenderer has committed a similar default on an earlier occasion as well, his/her registration in the department
may be suspended temporarily for a period of 6 months from such date as may be ordered by the authority
which had registered him/her.
19

2.35 Bank Commission Charges: Bank commission charges in all payments by demand drafts outside the
State will not be borne by the State Government but by the Supplier/firms/contractor himself.

2.36 Force Majoure: Should failure in performance of any part of this contract arise from war, insurrection,
restraint imposed by Government, act of Legislature or other authority, stoppage of hindrance in the supply
of raw materials, or fuel, explosion, accident, strike, riot, lockout, or other disorganisation, of labour or
transport, breakdown of machine, flood, fire act of God, or any inevitable or unforeseen event beyond
human control directly or indirectly interfering with the supply of stores or from any cause which may be a
rensanable ground or an extension of time, the competent authority will allow such additional time as he
considers to be justified in the circumstances of the case. No compensation will be payable to the contractor
for any loss incurred by him due to these reasons.

2.37: Each tenderer shall supply the name, residence and place or business of the person or persons giving
the tender and shall be signed by the tenderer with his usual signature. When tender is given by partnerships
the full names of all partners shall be furnished. An attested copy of the constitution of the firm and the
registration number of the firm shall be furnished. In such a case the tender must be signed separately by
each partner thereof or in the event of the absence of any partner it must signed on his behalf by a person
holding a power of attorney authorising him to be so. Tenders by a corporation shall be signed with the legal
name of the corporation followed by the name of the stage of incorporation and by signature and by
designation of the president, secretary or other persons authorised to bind it in the matter.

2.38 Technical Knowledge and staff:

2.38.1: The tender shall be submitted with the declaration that the contractor has successfully carried out
large works of this nature and has adequate organisation, machinery and experienced personnel to handle
jobs of this type and magnitude.

2.38.2 A brief description of large works previously executed by tenderer: After the tender has been
opened any tenderer may be required to submit detailed particulars of such works along with manner of
their execution and any other information that will satisfy the officer receiving the tender that the contractor
has adequate organisation, Including experienced personnel to execute vigorously the work to be carried
out as per these specifications.

Amendment issued vide Govt. of Chhattisgarh Public Works Department Raipur order No. F 21-
5/T/19/2012@Tender New Raipur Dt. 31.07.2020
2.38.3 (a) The contractor shall employ the following Technical Staff during the execution of work-
(i) As per PQ Document when work to be executed is more than Rs. 5 crore.
(ii) One graduate engineer when the work to be executed is more than Rs. 100 lakhs.
(iii) One diploma engineer when the cost of work to be executed is 20 lakhs to 100 lakhs.
(b) The Technical Staff should be available at site and take instructions from the Engineer-in-Charge
or other supervisory staff.
(c) Incase the contractor fails to employ the technical staff as aforesaid, the E.E. shall have the right to
take suitable remedial measures.
(d) The contractor shall give the names and other details of the graduate engineer/diploma engineer to
whom he intends to employ or who is under employment with him at the time of agreement and
also give his curriculum vitae.
(e) The contractor shall give a certificate to the effect that the graduate engineer/diploma engineer is
exclusively in his employment.
(f) A graduate engineer or diploma engineer may look after more than one work in the same locality
but the total value of such works under him shall not exceed Rs. 200 lakhs in the case of a graduate
engineer and Rs. 100 lakhs in the case of a diploma engineer.
(g) It shall not be necessary for the firm/company whose one of the partner is a graduate engineer /
diploma engineer to employ another graduate engineer / diploma engineer subject to the conditions
provided under 2.38.3 (a),(b) and (f)
20
(h) The Retired Assistant engineer who is holding a diploma may be treated at par with a Graduate for
the operation of the above clause.
Note:- Such Degree or Diploma engineer must be always available on works site on day to day basis and
actively supervise, instruct and guide the contractor's works force and also receive instruction form the
Departmental Engineers/Sub engineers.
In case the contractor fails to employ the above technical staff or fails to employ technical staff /personnel
as submitted by the contractor in Pre qualification documents if prequalification is called and or the technical
staff personnel so employed are generally not available on work site and or does not receive or comply the
instructions of the department engineer, and or not submit the paid voucher copy of such technical staff with
running bills Rs. 15000/- per month for diploma engineer, Rs. 25000/- per month for degree Engineer and
Rs. 50000/- per month for project manager shall be kept in deposit while making payments. It shall be
refunded to contractor afier submission of paid voucher' Bank Statement (salary deposit statement) of
technical person (diploma Engineer/Degree Engineer/Project Manager as the case may be). If the Contractor
fails to deploy the diploma engineer/degree engineer/project manager as per agreement the contractor shall
be informed for his such act, and the engineer in charge shall deploy the diploma engineer/degree
engineer/project manager as per the requirement and they shall be paid from the deducted amount of the
contractor.

2.39: The Contractor should also give the following information invariably on cover containeng the tender.
A: Name and address of the Contractor:
B:Class in which he is registered:
C:Amount of earnest money deposited and No. and date of money receipt etc.

2.40:The tender documents have to be completed and submitted with all the documents required in the
tender notice, Following is the summary of the documents required to be submitted with the completed
tender form.

2.40.(I): The name, residence and place of business etc. of the tenderer vide Clause 2.37 above.
(II): Details of contracts already held by the tender vide clause 2.24 above.
(III): Receipt of Earnest money deposited vide clause 2.5.1 above or surety bond from bank.
(IV): Income tax clearance certificate vide clause 2.21 above.
(V): A list of near relatives of the tenderer working in C.G. Public Works Department Vide clause
2.32. (See Annexure -J)
(VI): Attested copy of the constitution of firm (if required) and power of attorney, as required vide
Clause 2.37.
(VII): A declaration that there has been no conviction imprisonment for an offence involving moral
turpitude.
(VIII): Declaration and description as required vide Clause 2.38.1 and 2.38.2.

2.41 Registration with Labour Commissioner: No tender shall be accepted and no contract given to any
contractor or firm who/which is not registered as an Institution with Labour Commissioner, C.G. under
Contract Labour’s (Regulation and Abolition) M.P. Rules, 1983 and the tenderers shall have to accompany
with a license to this effect.
21
CHAPTER - III
3.1 General: The special conditions are supplementary instructions to the tenders and would forms part of
the contract.

3.2 Drawing: Drawings given, listed and indexed in part will form part of the contract.
The above drawings show the work to be done as definitely and in such details as is possible, at the present
stage of development of investigation and the design. The attached drawings will be supplemented or
superseded by such additional and detailed drawings as may be necessary or desired as the work proceeds.
Such additional general and detailed drawings will show dimensions and details necessary for constructions
purposes more completely than are shown on the attached drawings. For all features of the work The
contractor shall be required to perform the work, on these features and in accordance with additional general
and detailed drawings mentioned above at the applicable unit prices tendered in the schedule for work or
work of similar nature as determined by the Engineer-in-charge. The contractor shall check all drawings
carefully and advise the Engineer-in-charge of any errors or omissions discovered. The contractor shall not
take advantage of errors or omissions as full instruction will be furnished to the contractor should any errors
or omissions be discovered.
The drawings and specifications are to be considered as complementary to each other and should anything
appear in one that is not described in the other no advantage shall be taken of such omission. In case of
disagreement between specifications shall govern the contract. Should any discrepancies, however, appear
or should any misunderstanding arise as to the meaning and interpretations of the said specifications or
drawings or as to the dimensions or the quality of the materials for the proper execution of the work or as
to the measurements or quality and valuation of work executed under this contract or extra there upon, the
same shall be explained by the Engineer-in-charge.
Figures in dimensioned drawings shall supersede measurements by scale and drawings to a large scale shall
take precedence over those on a small scale. Special directions incorporated on the drawings shall be
complied with strictly.
One copy of the drawings and contract documents shall be kept at all times at the site of the works by the
contractor.

3.3 Data to be furnished by the Contractor: The Contractor shall submit the following information to the
Engineer-in-charge.

3.3.A: Proposed constructions programme and time schedule showing sequence of operations with in two
weeks of receipt of notice to proceed with the work in pursuance of the conditions of contract. Along with
the above he will also submit programme of bringing requisite tools and plants, machinery to be engaged
by him to the site of work.

3.4 Programme of Construction: The Contractor shall submit the detailed, year-wise construction
programme with in 14 days of the date of notice to proceed with the work. This programme may be reviewed
and revised every year at the beginning of the working season.

3.5 Action when the progress of any crucial item of work is unsatisfactory: If the progress of a crucial
item of work, which is important for timely completion of work, in unsatisfactory the Engineer-in-charge
shall, not withstanding that the general progress of work is satisfactory. After giving the contractor 10 days
notice in writing and the contractor will have no claim for compensation for any loss sustained by him
owing to such action.

3.6 Inspection and Tests: Except as otherwise provided in here of all material and workmanship. If not
otherwise designated by the specifications shall be subject to inspection. Examination and test by the
Engineer-in-Charge at any and all times during manufacture and/or construction and at any/all places where
such manufacture or constructions are carried on. The Engineer-in-charge shall have the right to reject
defective materials and workmanship or require its corrections. Rejected workmanship shall be
satisfactorily replaced with the proper material without charge thereof and the contractor shall properly
segregate and remove the rejected material from the premises. If the contractor fails to proceed at once with
the replacement of the rejected material and/or the construction of defective workmanship the Engineer-in-
charge any replace such material and/or correct such workmanship and charge the cost thereof to the
contractor.
The Contractor shall be liable for replacement of defective work up to the time in accordance with clause
1.9 of the conditions of contract of all work to be done under the contract.
22
The contractor shall furnish promptly without additional charge all facilities, labour and material necessary
for the safe and convenient inspection and tests that may be required by the Engineer-in-Charge. All
inspections and tests by the departments shall be performed in such a manner as not unnecessarily to delay
the work. Special full size and performance test shall be charged with any additional cost of inspection when
materials and workmanship are not ready by the contractor at the time of inspection.

3.7 Removal of temporary work, Plant & Surplus materials: Prior to final acceptance of the completed
work, but excepting as otherwise expressly directed or permitted in writing, the contractor shall, at his own
expenses remove from the site and dispose of all the temporary structures including buildings, pile work,
crib work, all plant and surplus materials, and all rubbish and debris for which he is responsible to the
satisfaction of Engineer-in-Charge.

3.8 Possession prior to completion: The Engineer-in-Charge shall have the right to take possession of or
use any completed part of the work. Such possession or use shall not be deemed as an acceptance of any
work not completed in accordance with the contract.

3.9 Damage to works: The works whether fully completed or incomplete, all the materials, machinery,
plants, tools, temporary building and other things connected there with shall remain at the risk and in the
sole charge of the contractor until the completed work has been delivered to the Engineer-in-Charge and till
completion certificate has been obtained from the Engineer-in-charge. Until such delivery of the completed
work, the contractor shall at his own cost take all precautions reasonably to keep all the aforesaid works,
materials, machinery, plants, temporary buildings and other things connected there with free from any loss,
damages and in the event of the same or any part there of being lost or damaged, he shall forthwith reinstate
and made good such loss or damages at his own cost.

3.10 Examination and tests on completions: On the completion of the work and not later than three months
thereafter, the Engineer-in-charge shall make such examination and tests of the work as may than seem to
him to be possible, necessary or desirable, and the contractor shall furnish free of cost any materials and
labour which may be necessary therefore and shall facilitate in every way all operations required by the
Engineer-in-Charge, in making examination and tests.

3.11 Climatic Conditions: The Executive Engineer may order the contractor to suspend any work that may
be subject to the damage by climatic conditions and no claims of the contractor will be entertained by the
department on this account.
3.12 Safety regulations: While carrying out this work, the contractor will ensure compliance of all safety
regulations as provided in the Safety Code (Annexure - “H”)
3.13 Haul roads: A fair weather road of the standard of a village cart track is orginarily maintained by the
department along the canal alignment which is motorable from November to end of May, but contractor
shall not have any claim on this account if one is not provided or maintained. Necessary haul roads to work
sport borrow areas and water sources shall be satisfactorily constructed and maintained by the contractor at
his own cost. The contractor has to construct and maintain his own approach roads from the main haul roads
provided by the department. Any new haul roads will have also to be constructed and maintained by the
contractor at his cost.
3.14 The Contractor will make his own arrangement: for supply of Water, Light & Power for his works
and labour camps etc.: The contractor will make his own arrangement for supply of water light and power
for his works and labour camps etc. The department will not entertain any claim what soever for any failure
or break down etc. in supply or electricity to the contractor. The Contractor will supply and fix his own
tested meter of the approved make but the meter will be kept in the custody of the department.
3.15 Interference with other Contractors: The contractor must not interfere with other contractors who
may be employed simultaneously or otherwise by the department. He will at no lime engage departmental
labour or that of other contractors without the written permission of the Engineer-in-Charge.
3.16 Regulations and bye laws: The contractor shall conform to the regulations, bye-laws any other
statutory rules made by any local authorities or by the Government and shall protect and indemnify
Government against any claim or liability arising from or based on the violation of any such laws, ordinance,
regulation, orders, decrees etc.
23
3.17 Order Book: An order book shall be kept in the departmental office at the site of the work. As far as
possible all orders regarding the works are to be entered in this book.
All entries therein shall be signed by the departmental officers in direct charge of the work and the contractor
or his representatives. In the important cases the Executive Engineer or the Superintending Engineer will
countersign the entries which site except with the written permission of the superintending Engineer and
the Contractors or his representative shall be bound to take note of all instructions meant for the contractor
as entered in the order book without having to be called for separately to not them. The Engineer-in-charge
shall submit periodically copies of the remarks of the order book to the Superintending Engineer and Chief
Engineer for record and to the contractor for compliance and report.

3.18 Conversion of units: Whenever in the contract agreement dimensions and units have been expressed
in F.P.S. system, the same will be converted in to metric system units by supplying the standard conversion
table of Indian Standard Institution so as to derive the corresponding figure arithmetically and the contractor
will have to accept the figures so derived without any claim or compensation whatsoever.

3.19 Rights of other contractors and persons: If, during the progress of the work covered by this contract,
in its necessary for other contractors or persons to do work in or about the site of work, the contractor shall
afford such facilities, as the Engineer-in-charge may require.

3.20 Employment of technical persons: In accordance with the requirement of clause 2.38.3 the contractor
will employ or produce evidence of having in his employment a qualified technical person not below the
rank of a Sub-Engineer/Graduate Engineer from an Institution recognised by the Government of
Chhatisgarh and furnish full details to the Engineer-in-charge in the following format:
(I): Name of the Sub-Engineer/Graduate Engineer engaged quoting Diploma or Degree with name of
Institutions.
(II): Period for which the Sub-Engineer/Graduate Engineer has been engaged with emoluments

3.21 ADVANCES TO CONTRACTORS:


The provision of (i) Mobilization advance& (ii) Advance on plant and machinery)
will apply to contract above Rs. one crore only
3.21.1 Mobilization advance: - Mobilization advance up to 5 % (Five percent) of the contract
value shall be given if requested by the contractor with in one month of the date of order to
commence the work. In such a case the contractor shall furnish Bank Guarantee from schedule
bank for the equal amount in favour of the Executive Engineer before sanction and release of the
advance. This advance shall be Interest free. This 5% (Five percent) advance shall be given in
the two stages
Stage -1: - 2%(Two percent) of the contract value payable after signing of the agreement
Stage-2: - 3%(Three percent) of the contract value payable on receipt of the certificate from
the contractor that he has established complete central and field testing laboratories and has
engaged workers/technicians and have brought requisite plants and machineries at work site,
the work is physically started and only after construction programme is submitted by the
contractor and is duly approved by the Executive Engineer.
Executive Engineer shall sanction the mobilization advance

3.21.2 Advance on plant and machinery: -


Advance up to 5%(five percent) of the contract value shall be given, if requested by the
contractor, only for the new plant and machineries required for the work and brought to the
site by the contractor .In such a case the contractor shall furnish Bank Guarantee from
schedule bank for the equal amount in favour of the Executive Engineer before sanction and
release of the advance. The advance shall be limited to 90% (ninety percent) of the price of
such new plant and machineries. This advance shall be interest free.
This 5% (Five percent) advance shall be given in the two stages
Stage -1: - 2%(Two percent) of the contract value after plant and machinery has arrived at
the site
Stage-2: - 3%(Three percent) of the contract value payable after installation of such plant &
machinery etc.
This advance shall be made against hypothecation of plants and machineries in
favour of the Executive Engineer in charge
24
Sanctioning authority for the this advance shall be Superintending Engineer
(a) The contractor shall not remove these plants and machineries from the work site
without prior written permission from the Executive Engineer

(b) The contractor shall submit an affidavit along with the application that he has not
received or applied for advance against plant and machineries for which the
advance is applied, in any other agreement/office/institution

3.22 Recovery of advances: -


Recovery of above advances (mobilization, plant and machineries) will start when
15(fifteen)% of the work is executed and recovery of total advance should be completed by the
time 80(eighty) % of the original contract work is executed or when 75% (seventy five percent) of
stipulated or validly extended period is over; whichever is earlier.

3.23 Secured advance:- Advances to contractor are as a rule prohibited, and every endeavor
should be made to maintain a system, under which no payments are made for unmeasured work
except for work actually done. Exceptions are, however permitted in the following cases: -
Cases in which a contractor whose contract is for finished work, requires an advance on the
security of materials brought to site, Executive Engineer may in such cases sanction advances up
to an amount not exceeding 75% of the value of material and 90% in the case of steel (as
assessed by the Executive Engineer) provided that the rate(s) of allowed in no case is/are more
than the rate payable for the finished item as stipulated in the contract of such materials, provided
that they are of imperishable nature and that a formal agreement is drawn up with the contractor
under which Government secures a lien on the materials and is safeguarded against losses due
to the contractor postponing
the execution of the work or to the shortage or misuse of the materials, and against the expense
entitled for their proper watch and safe custody.

Payment of such advances should be made only on the certificate of an officer not below the rank
of Sub-Divisional Officer, that the quantities of materials upon which the advances are made have
actually been brought to site, that the contractor has not previously received any advance on that
security and that all the materials are required by the contractor for use on items of work for which
rates for finished work have been agreed upon. Recoveries of advances so made should not be
postponed until the whole of the work entrusted to the contractor is completed. They should be
made from his bills for work done as the materials are used the necessary deductions being made
whenever the item of work in which they are used; are billed for.

Before granting the above-secured advance the contractor shall sign the prescribed Indenture
Bond in the prescribed form.

3.24 Scope of Lump sum cost: The lump sum contract shall comprise of the construction, completion and
maintenance of the works and provision of all labour, materials, constructional plants, transport and all
works of a temporary or permanent nature reguired for such construction, completion and maintenance in
so far as the necessary for providing the same is specified in the contract.

3.25 Deleted::

3.26 Open foundations: The Contractor’s lump sum should include provision for cofferdam, diversion of
drain or stream and bailing out of water or dewatering foundations and shoring etc.

3.27 Law water level variation: The low water level given in the NIT is for general guidance of the
contractor. It is liable to vary. No claim due to variation of low water level shall be entertained.

3.28 Schedule of running payment: schedule of running payment may be based on the following break up
of the lump sum subject to the stipulations of clause 1.15 of conditions of contract.
25
1. On completion Foundation 10.00%
2. On completion Sub structure 6.00%
3. On completion Super structure 20.00%
4. On Completion of Retaining Wall Culvert 15.00%
5. On Completion of Road Work ,Service road and Diversion road 15.00%
6. On completion of Fixed Items 4.00%
7. On Completion of Railway portion 30.00%
TOTAL = 100.00 %

No payment shall be made for design work separately. :


Running payment shall be made as per detailed schedule of running payments. The details schedule shall
as prepared within the broad break up as indicated above.
The detailed schedule shall be prepared by mutual agreement between the contractor and the Department.
Proportional part payment shall be made for incomplete items of work as given in the detailed schedule. No
provision shall be allowed in the detailed schedule for arranging materials like H.T. Steel, bearings,
centering and form work.
In the event of variation of the span arrangement after finalization of the contract, the detailed schedule shall
revise within the broad break up as approved earlier.

3.29: Extra work and rebate: Extra/Rebate work arising out of this contract shall be valued at par with
SOR for Bridge works issued by E-IN-C, P.W.D., Raipur with effect from 01-01-2015 & ammended up
to date 06.01.2022, Road works issued by E-IN-C, P.W.D., Raipur with effect from 01-01-2015 &
ammended up to date 06.01.2022 the Percentage which Tender cost bears to the P.A.C. shown in the tender
document at the time of sanction.
For any item of work for which there is no rate in the said SOR shall be decided by the S.E.
taking in to consideration the expenses incurred by the contractor and its reasonable-ness which shall be
final and binding.
3.30: Deleted
26
CHAPTER IV
DESIGN AND SPECIFICATIONS:
4.1 Contractors Design::

Following general arrangement drawing, containing departmental designs are enclosed.

(1): _____G.AD. Enclosed.___

(2): __Site Plan Enclosed._____

4.1 Annexure M give description of the work as per departmental design (the details of the bridge and
structural data), Design data and specifications required for alternative design are given in
Annexure-N The Contractors/firm may quote on his/their own design which shall be suitable and
feasible for the site, steam and foundation strata conditions in the event of his/their design having
been accepted, the contractor shall satisfy the Chief Engineer, Bridge Construction Zone, hereinafter
called the C.E. (Bridges) as to the correctness and soundness of the design, specifications and
calculations in respect of design offered within such reasonable time as may be agreed upon, Failing
this the contractor/firm will have to accept such modifications in the details of his/its design as are
necessary in the judgment of the C.E. (Bridges) and the contractor or firm will not be entitled to
any extra payment of this account.

4.2 Design Code of Practice, Specifications: The Codes of practice and specification which are adopted
in the departmental design and which shall be adopted in contractors design will be as follows:

4.2.1.: Materials of construction of bridge and culverts shall be governed by the relevant Indian
Standards Codes of Practice However, Permissible stresses in materials and design
procedure shall be as per Para 4.2.2 below.

4.2.2.: The design procedure permissible stresses in material and other relevant stipulations shall
be governed by the codes of practice published by the Indian Road Congress such as
Section-1 to Vll & lX criteria for prestressed concrete and other relevant IRC
Publications IRC Publication Nos. 5,6,18,21,24,22,45,78,83, and 87 may be referred..

4.2.3: The specification of bridge shall be as per 'Specifications of Road & Bridges' latest
Revision published by the Ministry of Shipping & Transport, Roads Wing.

4.2.4.: New Codes of Practice and amendments issued by the Indian Standards Institution and
Indian Roads congress from time to time in the past or issued till the date of tender will
also be automatically applicable for the work of bridge and culverts, similarly
amendments and revisions in the M.O.S.T. Specifications made up to the date of tender
shall also be applicable.

4.2.5.: In absence of any provision for particular criteria of design in the IRC codes of Practice,
the same may be adopted as per

(1): CEB FIP Model code for concrete structures 1978.

(2): British Standard BS: 5400 Steel, Concrete & Composite Bridges.

4.2.6.: Besides the codes of Practice and specifications referred to above, following conditions
contained para 4.3 to para 4.28 shall also be applicable for this work.
4.3 Approval of Designs: On approval of the tender on contractor's design, the contractor shall submit
design calculations and drawings to the C.E.N.H. & Bridges Zone Raipur in duplicate One copy of
the approved drawing will be returned to the contractor, who will then submit seven copies of
approved drawing to the C.E. (Bridges) Approved drawings will then be sent to the concerned S.E.
& E.E. in charge of the work and contractor for execution.
On completion of the work the contractor shall submit two more complete sets of approved design
calculations and drawing, neatly bound to the C.E. (Bridges) along with the completion drawing of
the bridge.
27

4.4 Revised design: If the Design foundation level or any other structural element is required to be varied
in respect of works on the contractor's alternative design, for the same must be submitted by the
contractor to the C.E. (Bridges).

4.5 Foundation:

4.5.1 Change of type of foundation: In case, the contractor adopts well foundations within his lumpsum
cost in place of open foundation provided in the outline design of the department, no extra will be
paid to the contractor inducing providing sump in rock and dowel bars.
If contractor desires to adopt open foundation in place of well foundation proposed in the
departmental design, the department reserves the right to accept or reject such a proposal. The
proposal of open foundation may be examined only if the contractor agrees to the following
conditions. 'If during execution of the work the open foundation proposed by the contractor in
place of well foundation as envisaged in departmental design, is required to be changed back to
well foundation, on any account, whether due to difficulties of execution, excessive percolation;
variation in strata as compared to bore data variation in bearing pressure etc. no extra on this
account shall be payable up to the design foundation level given in departmental design'.

4.5.2 Foundation resting on rock: All open foundations design to be taken into rock shall be taken to the
design level as indicated in the outline drawing.
In case rock is met with at bed level or at shallower depths, the foundation level shall be minimum
1.5 M below the bed level The contractor shall have to take the foundations up to the level as
approved by the Engineer - in -Charge. The lumpsum price shall be adjusted for variation in
foundation level with respect to the design foundation level as per approved rates.

4.5.3 Where non load bearing type of abutment are not provided in the departmental drawing and the
tenderer wants to provide the same these can only be provided under specified condition.

4.5.4 Foundation level of adjoining foundations: If the two adjoining foundations of a bridge are to be
founded at different levels and if such foundations are not resting on rock, the difference of level
between the two foundation shall not be more than.

0.5 L for predominantly sandy soil


0.7 L for clayey strata, and
1.0 L in hard clay, hard muroom etc.

Where L is the horizontal clear distance between the edge of footing of the adjacent foundation.

In case of stepped up foundation, the height of step shall not be more than 1.5 Mts. And length of each steps
shall also not be less than 1.5 M.

4.5.5. Filling trenches: In case of open foundation in rock, the Lump sum cost shall be deemed to include
filling up trenches in rock, around the structure by M-15 concrete up to top of rock.

4.5.6. Leveling course & foundation level: In case of open foundations average 150mm leveling course
of concrete not leaner than M-15 shall be provided and the top of this leveling course shall be
foundation level for the purpose of this contract.

4.6 Well foundation:

4.6.1 Well diameter:: The well diameter of a single circular well shall not be less than 4.5 m.

4.6.2 Passive relief: Calculation of relief allowed by the passive resistance of the soil below the maximum
design scour level shall be as laid down in IRC Codes.

4.6.3 Artesian Conditions: If artesian conditions are encountered during well sinking, additional false
staining may be required to facilitate sinking and plugging.
28
4.6.4 Sinking tilts and shifts: The well shall be initially designed for a resultant tilt of 1/80 and a resultant
shift of 15 Cms.

4.6.4.1: For sinking of wells, if diversion of channel or cofferdam construction becomes necessary, it shall
be done by the contractor at his own cost.

4.6.4.2: The tender shall cover sinking of wells through all types of strata inclusive of soil mixed or
compacted with shingle and containing isolated boulders up to the tune of 0.03 Cum and for all
methods of sinking other than pneumatic method of sinking but including the costs of service of
diverse and other equipment's ancillary to removal of boulders, dislodging isolated obstructions
below the cutting edge and such other operations as may be required for sinking of wells.
4.6.4.3: Pneumatic method of sinking wells whenever if becomes necessary shall not be resorted to, except
on the prior written orders of the Chief Engineer concerned.

4.6.4.4: The rates for the extra cost in sinking of the well by pneumatic method of sinking if required, shall
be quoted by the contractor wild submitting the tender.

4.6.4.5: The staining of the well shall be constructed in stages and the well sunk truly vertical to the final
levels. The permissible tilt and shift in the well shall be as indicated in the 'Departmental
Specifications' If the wells are resting on rock, the lump sum offer will be deemed to include the
cost of providing minimum 30 Cms. Sump in hard rock and 60 Cms. Sump in soft rock, The
diameter of the sump may be 1 M. less than the inner diameter of well. Irrespective of design
considerations. 6 dowel bars of 25 mm dia may be provided in each well and they may be anchored.

4.6.4.6: In case of wells where the permissible limits of tilts and shifts are/is exceeded, approved remedial
measures shall be taken by the contractor to bring the tilts(s) and/or shift(s) to within these
permissible limits, at no extra cost to the Department..

4.6.4.7: If the tilt(s) and/or shift(s) of any well exceed the specified permissible values, the well so sunk
shall be regarded as not conforming to specifications and may be accepted by the Engineer-in-
Charge, Provided.

i: The tilt and / or shift in any direction do not exceed the extreme limits to 1 in 50 tilt and 750
mm (30 inches) shift

ii: Calculations for foundation pressure and staining stresses, accounting for the actual tilt(s) and
shift(s) shall be given by the contractor and any remedial measures, required to bring the stresses
within permissible values, (such as increase in the dimension of the well cap, provision of dummy
weights on the well cap adjustment of span length etc.) shall be carried out by the contractor without
claiming for any extra cost; and

iii: Further the contractor shall pay a penalty as provided in the clause 4.6.4.9

4.6.4.8: Any well with tilt exceeding 1 in 50 and / or shift exceeding 750 mm (30 inches) shall be liable to
rejection at the cost of the contractor. However, the Engineer-in-Charge, in his sole discretion, may
consider accepting such a well, provided:

I: The contractor furnishes detailed calculations for foundation pressures and steining stresses and these
are found to be acceptable by carrying out suitable remedial measures approved by the Engineer-
in-Charge these remedial measures will be carried out at the cost of the contractor.

ii: The contractor shall pay a penalty, as provided in clause 4.6.4.9 the work not conforming to
specifications.

4.6.4.9: For wells, with tilt and / or shift exceeding the permissible values, specified in the departmental
specifications as accepted, for one reason or the other, these contractor shall pay a penalty to the
following extent:
29
Lump sum deduction permetre height of
S. Amount of till and/or shift well msrd. from the bottom of well cap to
No. the bottom of cutting edge.
1 Tilt exceeding the specified limit but equal to or Rs. 200/-
within 1 in 60.
2 Tilt exceeding 1 in 60 but equal to or within 1 in 50 Rs.400/-
3 Tilt exceeding 1 in 50 Rs. 800/-
4 Shift exceeding the specified limit but equal to or Rs.200/-
within 500 mm (20inches)
5 Shift exceeding 500 mm (20 inches) but equal to or Rs.400/-
within 750 mm (30inches)
6 Shift exceeding 750 mm (30 inches) Rs. 600/-

In the event of a well being rejected on account of non-compliance with the extreme tilt and/or shift
mentioned in clause 4.6.4.7(i) above, the contractor shall dismantle the rejected well to the extent required
and remove the debris. He shall further at his own risk and expense, complete the bridge with modified span
arrangement acceptable to the department.

4.6.5. Bottom plugging: The bottom plug shall extend to a level not less than 300 mm (one foot) above
the top of the well curb.

4.6.6 Sand filling: The dredge holes of the wells shall be filled up with local sand up to maximum scour
level or alternatively, up to 50 Cms. (one foot) below the bottom of the well cap, as prescribed in
the Departmental Specifications.

4.6.7. Top plug:

4.6.7.1: At least a one meter thick top plug shall be laid on top of the said filling, where sand filling is done
up to scour level.

4.6.7.2: Where sand filling is extended up to the bottom of well cap, the thickness of the top plug may be
restricted to 50 Cms.

4.6.7.3: The top plug in both the cases shall be of cement concrete of a mix not learner than M-15.

4.6.7.4: Where top plug is provided at maximum scour level, the wells shall be assumed to be filled up with
water over this top plug level, for the purpose of design/

4.7. Pile foundation:

4.7.1: In case of adoption of pile foundations, the tenderer shall submit preliminary calculations for arriving
at the size and length of the piles and the specifications for the tests proposed along with their lump
sum tender.

4.7.2: Any modifications required in the design or the piles to conform to the prevailing sound engineering
practice shall be carried out by the tenderers within the lumpsum cost quoted by them for the work,
Cast-in-situ concrete piles shall be in general cast in metal shells which remain permanently in
place.
The decision of the Chief Engineer concerned, regarding the adequacy of design of the pile foundations
shall be final and binding on the contractor.

4.7.3: The diameter of the pile be chosen so as too ensure full stress in concrete without any reduction due
to slenderness of pile.

4.7.4: Pile should penetrate 1.5 meter in soft rock and 1.00 meter in hard rock and the continuity of rock
for atleast 4.00-meter depth shall be ensured by the tenderer within his lump sum cost.
30
4.7.5: If the contractor prefers to cast the pile above ground and then progressively lower it down in
prebored holes the diameter of the precast pile be less than the inner diameter of the precast pile be
less than the inner diameter of the bore hole. A central hole be left in the pile and the space annual
space between the precast pile and the bore hole be grouted by cement grout till it works up to the
top of bore hole, When the piles are cast above ground, the contractor will be permitted to pull out
the liner progressively as and when grouting is done around pile lowered in the bore hole.

4.7.6: If the pile group rests on strata other than rock, the scour level will be taken in to account for the
purpose of design of pile shall be the same as that if wells were provided in place. The contractor
may choose to penetrate deeper than design foundation level so as to mobilise adequate pressure
relief including vertical component of passive resistance to satisfy the requirement of safety. The
safe bearing capacity of the founding strata other than rock will be the one specified for well
foundation at design foundation level plus direct load of earth below the design foundation level.
Such extra depth if provided shall be accommodated within the lump sum price.

4.7.7: As a matter of routine indeterminate structure will not be permitted in case one or more supports rest
on strata other than rock.

4.8. Piers:

4.8.1: Piers shall be either in solid plain cement concrete or reinforced concrete. The mix of concrete for
RCC pier shall not be leaner than M-20 (20 N/Sqmm.) for moderate conditions of exposure and M-
25 for severe conditions.

4.8.2: Any design of the pier with projecting frames below the High flood level which may influence the
flow or water adversely on entangle floating trees will not be accepted.

4.8.3: The design of the pier shall be such as to allow free flow of the water without creating eddies etc.
For instance, in the case of a pier consisting of columns connected by diaphragms the junctions of
the diaphragms and the columns shall be suitably streamlined.

4.8.4: The dimensions of the piers shall be so chosen that no parts of the bearing rest on the noses of the
pier unless the noses of the piers are reinforced and made monolithic with the main pier by suitable
reinforcement, they shall not be considered as effective for distribution of the loads from the
superstructure.

4.8.5: Plain concrete and RCC piers: The plain concrete solid pier shall be dimensioned in such a way that
if act as a short column under all conditions. The width of pier (along the length of bridge) at any
section shall not be less than one sixth the height from top of pier cap to that section under
consideration. The cut and ease water for plain concrete pier shall be semi-circulate straight length
of the pier between cut and ease water shall not be less than the width of the dacking at soffit level.

For designs of RCC or plain concrete piers, the effective length shall be as per clause 306.1.2 of IRC: 21-
1987

4.8.6 Lateral reinforcement in RCC piers, walls:

4.8.6.1: The diameter of lateral reinforcement in RCC piers and / or walls shall not be less than 8mm on the
outer/periphery. The cross link as in solid RCC piers may be of 6mm diameter.

4.8.6.2: Transverse reinforcement in columns shall not be less than 250 Sq. MM per Sqm. of the surface
area. The spacing of links shall not be more than 300mm.

4.8.7 Piers with 2 or more columns: Piers with 2 or more columns: If the pier consists of more than one
column the individual columns shall be connected by a continuous diaphragm. The moments in the current
direction shall be converted into tension and compression reactions. The moments and forces in the direction
of traffic shall be assumed to be shared equally when such a continuous diaphragm is provided. The
continuous diaphragm referred to above shall be designed for horizontal forces of water current.
31
When the pier consists of more than on RCC columns, the second and subsequent columns in the direction
of current shall be designed for water current forces to the extent of obstructions from water current (outer
diameter of columns less thickness of diaphragm). In case of road over bridges a diaphragm connecting two
columns will not be necessary.

4.8.8 Check for non buoyancy: For piers and abutments resting on rock the stability of foundation shall
be checked for 50% buoyancy and also for non buoyancy at H.F.L. condition for calculating the maximum
pressures on the foundation strata.

4.9 Design of Abutments:

4.9.1 Type of abutments: Non spill through type (fully retaining type) of abutments and returns of mass
concrete, stone masonary. RCC counterfort type, box type abutments will be acceptable. Spill through type
of abutments are not acceptable. In non spill through type abutments the length of return walls shall be such
that the earth does not spill beyond the front face of the abutment assuming a slope of 1 vertical to 1½
horizontal. Tied back type abutments and returns are not acceptable.

4.9.2 Abutments & Returns dimensions: Overall width of abutments between outer face of returns shall
be equal to the overall width of the bridge. A plan giving layout of the abutment and returns shall be shown
in the tender drawing. For plain concret or masonary abutment and returns, the width of abutment and or
return at any section shall not be less than one third the height from formation level to the section under
consideration

4.9.3 Box type abutment and returns: If the contractor's design provides for a box type abutment and
returns it shall satisfy the following stipulations:
(a): The box type shall be designed for pressure on account of the earth fill within the boxes. The pressures
may be calculated by application of Janseen's formula. The outer walls shall be designed assuming all
around scour of the abutment up to the foundation level.

(b): The internal wall shall be designed to provide for a difference of 1.5 metre between level of earth fill
in adjacent cells. Earth filling in cells should be carried out as uniformly as possible.

(c): The outer walls of the box section (along the direction of traffic) shall be designed for earth fill on the
outer sides being retained in slope of one vertical to 1½ horizontal. The relief offered by the fill within the
box shall be limted to the active earth pressure calculated by Janseen's formula.

(d): The outer wall at the approach and perpendicular to the direction of traffic shall be similarly designed
as above, but for earth pressure on account of the fill form the foundation to formation level after accounting
for the relief from the retained fill.

(e): The outer wall of the box section along the river face shall be designed for earth pressure on account of
height corresponding to the length of return and assumed slope of earth of 1 vertical to 1 1/2 horizontal.

(f): It shall be assumed that the fill within the box is granular and corresponds to the assumed properties of
soil. It shall also be ensured that the boxes are relieved from the static load of water by adequate provisions
of weep holes as specified in the relevant specifications.

(g): The contractor shall provide at his cost suitably designed slab over the box abutments and return
assuming no support from the retained materials and the slab shall be adequately designed for dead and live
loads specific for the bridge proper.

(h): The outer wall abuting the approaches shall be designed by assuming that the contractor provide a
suitably designed approach slab at his cost so as to relieve the wall of live load surcharge.
(i): The box type abutment and returns may be constructed either in RCC or plain cement concrete
depending upon the requirements of design. For a design in plain cement concrete surface reinforcement
as per clause 305.7 of IEC-21: 1987 shall be provided on all faces of concrete irrespective of that fact that
it is exposed or not. The minimum wall thickness of RCC box shall be 200mm
32
4.9.4 Counterfort type abutments: If the front slab is adequately anchored in the counterfort the effective
span shall be assumed as clear span between counter forts. The reinforcement in the front slab may be
designed assuming suitable strips. The maximum earth pressure in any strip shall be assumed to act in the
entire strip.
The minimum thickness or RCC retaining wall shall be 200 mm and minimum width of counterfort shall
be 300 mm for outer counterfort and 400 mm for inner counterfort.
The outer counterfort shall also be designed in the horizontal direction for earth pressure to span between
vertical beams.
The horizontal force through bearings shall be assumed to be shared equally by all the counterforts. The
horizontal force account of earth pressure shall be transferred to the counterforts by assuming the front slab
to be a continous slab.
4.10 Pier caps and Abutment caps:
4.10.1: Pier caps and abutment caps shall be of reinforced cement concrete.

4.10.2: In case of cantilever pier caps such as the same over single circular pier, the pier cap may be designed
as a bracket in accordance with the provisions contained clause 6.3.3.2 of B.S.: 5400

4.11 Bearings:

4.11.1: The bearings adopted shall conform to the requirements specified in the relevant codes of Practice.

4.11.2: Use of mortarpad bearings shall not be permitted.

4.11.3: For bearings, a combination of plates of different metals which are likely to result in electrolytic
action shall not be permitted.(For example, copper plates interposed between mild steel plates interposed
between mild steel plates shall not be permitted).

4.11.4: Inspection of steel bearings by the Directorate General of suppliers & Disposal during manufacture
is essential. The contractor shall have to produce the necessary certificates and inspection marks from the
Directorate General of Suppliers and Disposal at his own cost.

4.11.5: X-ray or Gamma ray examinations of castings of thickness more than 200 mm (8inches) shall have
to be carried out at the contractor's cost.
The same procedure of testing shall to be following for ribbed bearings manufactured by welding.

4.11.6: When synthetic rubber bearings, PTFE bearings Metalic Bearings are adopted, their design testing
construction shall be in accordance with the following:
Metalic Bearings & Elastomeric Bearing: As per IRC 84 (Part I & II)-1987
PTFE Bearings BS: 5400, part 9.1 and 9.2

4.11.7: The slow movement on account of temperature variations shall be calculated for a variation of 34
degree C rise of fall.

4.11.8: The design of deck shall provide for predetermined points from where lifting of deck at a future date
would be possible. In case the design provides for lifting of deck by applying jacks under the cross girder
over supports, the cross girders shall be suitably designed, In case the point of application of jacks in
proposed along the axis of main beam its effect of pier cap shall be accounted for in the design. The lifting
of deck pre supposes connecting the lifting jacks to a common hydraulic manifold.

4.11.9: If the Contractor's design per supposes lifting deck for relieving part of slow movement, such a relief
shall be considered only for the slow movement arising out of creep, elastic shortening (in case of
prestressed concrete deck) and shrinkage, The total shrinkage shall be considered as specified in relevant
IRC Code, if the decking is lifted after 90 days from the date of concreting, fifty percent of the shrinkage
shall be deemed to have occurred.
4.11.10: In order to facilitate design of bearings within the parameters of the M.O.S.T. Specifications,
provisions of more than one bearing under each rib is permitted. Whenever such a provision is proposed if
should be ensured that
33
i: The two bearings are placed symetrically about the longitudinal centreline of the main girder so that there
is a clear space of atleast 5 Cms. Between them after accounting for deformation under designed loads
and forces.

ii: The bearings are provided in one line along the axis of the cross girder at the supports.

iii: The cross girder resting over such bearings is suitably designed.
4.12 Superstructures:

4.12.1 Unbalanced design: Unbalanced type of design involving use only one articulation or more hinges
or such structure where stability of any other span is endangered in the event of failure of another span shall
not be accepted.

4.12.2 Formation level: The quotations for alternative designs should, as far as possible, provide for the
formation level as given in the design data.

4.12.3 Box type deck:(a) Thickness of webs, diaphragms & size of haunches: The thickness of web
of RCC box shall not be less than 225 mm or 8 times the diameter of main bar in rib whichever is large.
The thickness of webs of prestressed box shall be in accordance with IRC 18 revised 1985. The thickness
of intermediate diaphragms shall be equal to dimension of bearing in longitudinal directions or 300 mm
whichever is more, Haunches of size 300 mm horizontal for 100 mm vertical shall be provided at four inner
comers of a box cell.

(b) Depth of box & openings: The depth of the box structure shall be such that inspection of the structure
during service by inspecting Engineers will be possible. Opening of size 600x1200 mm shall be provided
in the soffit of high level bridge on in each cell of each span. The same size of openings shall also be
provided in cross diaphragms. 75 mm holes may be provided at 3 Mc/c in the webs below the haunch to
minimize temperature variations. One hole of 75 mm dia in each panel of soffit formed by main girders and
diaphragms is also necessary to drain out water, concrete pipes may be provided at these holes.

(c) Cross diaphragms: In box structure, there will be stiff diaphragms at supports and at articulations.
Intermediate dialiaphragms shall be placed at quarter span and at mid span. If the aforesaid intermediate
diaphragms are to be dispensed with, the structure shall be analysed for stresses caused due to torsion,
distorsion and shear lag by any rational method. Fillet of 100x100 mm shall be provided at the junction of
main ribs and cross girders.

(d) Prestressed box: Only prestressed concrete structure shall be acceptable for 30and above. It may be
box type or T-beam and slab type. R.C.C. hollow box type deck as not acceptable for submersible bridge.
Pre-stressed box satisfying the criteria metioned in (a) (b) & (C) and requirements mentioned in clause 4.20
will be acceptable for submersible bridge decks.

(e) Load Distribution box: All webs of the box shall be assumed to share the dead load equally. The share
live load between the outer and inner webs of the box shall be calculated by any rational method such as
Morrvice & Little Massonet, Rowe, etc.

(f) Detailing of reinforcement in soffit of RCC boxes: Spacing of main bars of the RCC box placed in
soffit between ribs (under tension) shall not be more than 150mm Whenever main bars are curtailed, 8mm
bars shall be provided in curtailed portion, so that spacing at any section is within 150 mm c/c. At top of
soffit slab, 8 mm bars spaced not more than 150mm c/c shall be provided in the longitudinal direction
(below transverse steel) all throughout the length. This steel may be considered as a part of man steel of the
spon pacing of longitudinal at top and bottom of soffit shall be such that the crack width is limited to
provisions of IRC 21:1987. At all haunches and fillets in cross girders, 8mm bars @200 mm c/c in both
direction shall be provided as haunch steel.

(g) Stresses due to temperature variation: Difference of temperature at the top of deck slab and bottom
of soffit is likely to be 150 degree C. Stresses generated in the components of the structure during service
may be calculated by any rational method and accounted for in the design. In the absences of data following
temperatures may be considered.
34
Top of deck slab ......... 45 degree C
Bottom of deck slab ......... 30 degree
Mid depth ......... 27 degree
Top of soffit ......... 28 degree
Bottom of soffit ......... 30 degree

4.12.4 Prestress concrete Structure: Design of Prestressed concrete structures shall be in accordance
with, with revised criteria (IRC18) of 1985.

4.12.5 Partial Prestressing: If continuous prestressed concrete structure is envisaged partial prestressing
will be acceptable. Permissible tensile stress in concrete shall be limited to 11 Kg./sq Cm. While casting
cubes for works test, cylinders shall also be cast and split test shall be carried out. The mix design shall
satisfy the requirement of compressive strength and shall be such that the tensile strength of concret is not
less than 33 Kg./sq Cm. For dead toad affects plus 50% live load moments, the structure shall be designed
as a fully prestressed structure.

4.12.6 Rider Span: Rider span shall be generally 5 m. The span shall be anchored at articulation with a
bearing. Which shall be designed to take rotation at articulation?

At abutment end a bearing, designed for rotation and linear movement shall be provided. Width of expansion
gaps shall be designed to accommodate rotation and linear movement of the deck and the deflection of the
abutment structure.

4.12.7 Deck slab for RCC Superstructure: Wherever cross girders are provided the deck slab shall be
designed as a two way slab spanning over the ribs and cross girders. Minimum thickness of deck slab shall
be 200 mm. Thickness at the end of cantilever shall not be less than 150 mm.

4.12.8 M-25: Concrete to be used in superstructure for spans up to 9.00 meter and M 30 for the spans
more than 9.00 meter.
4.13 Other items.:

4.13.1: Expansion joints of approved type as given in the departmental drawing shall be provided at the
junctions of superstructures as required.

4.13.2: The spacing of the drainage outlets, which shall conform to the requirements of clause 117 of IRC
Specifications and Codes of Practice for Road Bridges Section 1 shall not exceed 9 meters. Generally these
outlets shall be uniformly spaced by the side of each road kerb in relation to the span.
These outlets shall be so provided that the rain water drained by them is not directed towards any part of
superstructure of substructure component. Outlets shall project 75mm beyond the outer face of the structure.

4.13.3: The type of parapet chosen shall be such as to go well with the superstructure spans proposed and
add to the aesthetic appearance of the bridge.

4.13.4: Suitably designed wing of return walls to retain the earth behind the abutment and to prevent it from
fouling with the bearings shall be provided along with the abutments.

4.13.5: If open foundations are to be provided for the wing walls or returns they shall be founded at the
same level as suggested for non-load bearing abutments and shall be provided with proper construction
joints with the abutment.

4.13.6: If by a design of cantilever type of RCC return wall, the tenderer's design encroaches on the
minimum clear linear waterway specified in the design data, the waterway shall be increased suitably
without any extra cost to the Department.
4.14 Load test:

4.14.1: The contractor shall have to carry out within lumpsum cost a load test on any one span of the
structure for the designed static and dynamic loads or their equivalent and in a manner as may be decided
by the Engineer-in-charge. The load shall be placed gradually, retained for 24 hours and then removed
gradually.
35

4.14.2: The Engineer-in-charge may also instruct that a load test shall be made on any part of the bridge
structure if in his openion such a test be deemed necessary for any one or more of the reasons specified
below: -

i: The work test cubes failing to attain the specified strength

ii: Shuttering being prematurely removed.

iii: Concrete being improperly cured.

iv: Any other circumstance(s) attributed to the negligence on the part to the contractor which in the opinion
of the Engineer-in- Charge results in the structure of part thereof being of less than the expected strength:

v: Any reason other than the foregoing.

4.14.3: The contractor shall quote rates for load testing of component, units of the structure, like one unit
of the foundation, one unit of the superstructure etc, along with the tender.

4.14.4 If the load test is to be made: -:

i: Solely or partly for the reason(s) given in clause 4.14.2 the test shall be carried out by the Contractor
at no extra cost to the Department.

ii: As mentions in clause 4.14.1 if load test on more than one span is required the cost of the same shall
be reimbursed to the Contractor at the rate tendered by him, provided the test results thereof are found to
be satisfactory; and

iii: For any other reasons, except mentioned in Clause 4.14.2, the payment for the test shall be made to
the contractor at the rate quoted by him, irrespective of the result of such test.

4.14.5: In the event load testing being ordered by the Engineer-in-Charge, the Contractor shall.

i: Prepare all necessary calculations and details of arrangements for such load, mode and of method of
carrying out the test, the application of loads, duration of testing the load, the equipment to be provided and
observations to be made during and after placing the loads in position etc.

ii: Make all necessary arrangements for the observations, the centering, equipment etc., That may be needed
for measuring the settlements, deflections, etc. required for the test, to the entire satisfaction of the
Engineer-in-Charge.

iii: Provide labour and made all observations during the test.

4.14.6: The load test shall be carried out in the presence of contractor or his representative, The Engineer-
in Charge, shall then communicate as to whether the test has been satisfactory or not or any further tests or
reconstruction or strengthening are necessary to correct any faults revealed by the test.

4.14.7: Any defects noticed in the structure or any damage done to the bridge at the time of testing which
affects or is likely to effect the strength of the bridge shall be rectified by the contractor at his own cost by
remedial measures or replacement as approved by Engineer-in-Charge.

4.14.8: When the tests are declared by the Engineer-in-Charge as having been completed, the Contractor
will remove all loadings which might still be on the bridge as well as on the surroundings.

4.15 Lumpsum offer based on Departmental designs: The outline design mentioned in Annexure-M-
contains general arrangement drawing of the bridge only and gives following broad details:
(a) Length of bridge:
(b) Formation level:
(c) Foundation level:
36
(d) Broad outline details and type of foundations, piers, abutments and returns, bearings and superstructure.
(e) The design loading hydraulic data for design and code of reference on which the outline design is based
as given in the N.I.T. Chapter IV

Detailed working drawings, giving dimensions of members and specifications will be based on the above
basic factor (a) to (e). Contractor(s) lumpsum offer based on the aforesaid outline design shall include
construction of the complete structure as per the aforesaid detailed design and drawings. Modifications in
the dimensions of structural members if found necessary. while working out the details shall have to be
carried out by the contractor within the lump-sum cost it however changes in items (a) to (e) above are
required to be done the lumpsum cost would be adjusted as per the provision in the agreement. In respect
Contractors own design, if during execution it becomes necessary to change the basic data of the design
as given in the Annexure `'N'' suitable adjustment shall be made in the lump-sum cost according to the
relevant conditions of the contract agreement.
4.16 Change in alternative design: On award of the contract, based on Contractor(s) design the
contractor may be permitted to modify the design excluding span arrangements without any variation in the
lump-sum price provided the modified design satisfies the requirements of the contract in all respects. The
dimensions of the structural members as shown by the contractor on the tender drawing may be increased
or decreased, if necessary, so as to satisfy the requirements of this contract in all respects.

4.17 Basic foundation levels: The basic levels of foundation in contractors design shall not be higher than
the levels shown in the departmental drawing in case the location of pier in identical to the one in the
departmental drawing. Whenever the pier locations are changed, the foundation levels shall not be higher
than foundation levels obtained by straight line interpolations between foundation levels as indicated
in departmental drawing,. In case to bore data is given in departmental documents and it contains rock the
basic foundations level for the lumpsum cost shall be lower of the following two levels.
a: Foundation level interpolated from the foundation level in departmental drawing and as stated above.

b: In case of foundations resting on rock, foundations level shall be 1.5 M in soft rock and 0.6 M in hard
rock. The rock levels at locations of foundations shall be arrived at by straight line interpolation of rock
levels shown in bore data given in the N.I.T.

4.18 Confirmatory borings: Confirmatory borings trial pits shall have to be taken at the location of each
foundation within the lump-sum cost. On award of the work, contractor shall take confirmatory bores up
to 4 M below design foundation level. The bore data shall be recorded as laid down in IRC 78. Approval of
foundation level shall be given on examining results of confirmatory bores.

4.19: All portions of faces of RCC and prestressed concrete members either fully exposed or lying
within a depth of 0.5 M below the level of perennial submergence under water, Soil of soil water system
shall be reinforced for shrinkage of temperature. This reinforcement shall be provided in two directions
at right angles to each other in a plane parallel to the surface under consideration and shall be spaced 300
mm maximum with minimum 250 Sqm of steel area per meter in each direction for all grades of
reinforcement. Reinforcing for shrinkage and temperature e.g. main longitudinal reinforcement distribution
reinforcement, distribution reinforcement in slabs web reinforcement in beams and ties links etc.

4.20. Submersible bridge. (a): Horizontal pressure due to water current on the submerged deck of the
bridge shall be assessed in accordance with clause 213.1of IRC by taking K=1.5.

b: The submerged deck structure and the supporting structure shall be designed for full buoyancy effect.
In respect of hollow box type of deck, the volume of hollow portion may be ignored, if adequate opening
are provided in the structure in order to ensure that the water level inside and outside the deck rises and falls
to the same level. This rise and fall of flood level may be assumed to 0.2 M/hour. If a box section is adopeted
for submercible bridge if shall be a pre-stressed box with sufficient clear depth of facilitate inspection during
service.
RCC box is not acceptable.
c: Adequate anchorage shall be provided between the deck and pier cap to prevent displacement due to
horizontal force of water on deck and uplift effect, due to buoyancy.
d: Elastomeric bearing will be acceptable if adequate arrangement of anchorage are made at supports to
prevent displacement and lifting up due to horizontal water force and buoyancy.
37
e: Submersible bridges shall be provided with 225mm kerb and railings in accordance with clauses 112 &
116 of IRC 5. Recesses may be left in the kerb at distance of 2 to 3 M to discharge flood water from the
deck.

4.21 Lay out of the bridge: Before commencement of the work, the contractor shall obtain the correct
site, centre line or the bridge and location of the abutments and piers from the Engineer- in-Charge of the
work. The control pillars shall be fixed at each end of the bridge about 15 meters away from the location of
the abutments or end piers. The top of Reference pillars shall be at a suitable level (so that the centre line of
all piers could be checked) and its size shall be adequate (width about 1/3 of the height). The centre line of
the bridge and the formation level shall be in inscribed on a concrete copping over the reference pillars.

4.22 Starting point: At the bottom of one of the control pillars, a firm starting point may be established
on the centre line and all distances of piers and abutments may be measured from this starting point to
avoid errors in the length of the bridge. The distance of each pier may be measured from the starting point
and checked from pier to pier. Reference pillars indicating centre line shall then be fixed at the location of
each pier. There will be four pillars, two along the length of the bridge and two along the river direction
upstream and downstream of the bridge. The centre line shall be correctly marked on the concrete copping
over these reference pillars.

4.23 Correct cross section: Before commencing the work the Resident Engineer of the Contractor and
the Engineer-in-Charge of the department shall take a cross section of the bridge jointly. The levels will
be taken from the same Bench mark which has been adopted for carrying out the surveys. If the actual bed
levels of the river are found to vary from the levels given in the outline design supplied with the tender, the
contractor shall bring the fact to the notice of the C.E. in the event of variation, it is desirable to check
the Bench mark and the survey plans before reporting the fact to the Chief Engineer.
4.24 Daily water level: A record of the daily water level in the river shall be maintained jointly. If this
level is found to very substantially from the low water level mentioned in the N.I.T., the fact shall be
brought to the notice of the Chief Engineer immediately.

4.25 Testing of concrete: All concrete used in the bridge structure shall be mixed in power driven
mechanical mixers and vibrated. The concrete laid under water should not be vibrated. The contractor's
lumpsum quotation shall include the cost of testing of concrete cubes. Installation of a Calibrated Testing
Machine at site by the contractor will be acceptable. The testing will however, be done under the
supervision of the Engineer-in- charge of his authorized representative. The contractor shall furnish a test
certificate of the concrete test machine, to be used by him on the site of works sampling, strength test of
concrete and acceptance criteria shall be in accordance with clauses 302.6.4.2 & 302.6.4.3 of IRC: 21:1987
4.26 Finish of concrete surface: Good surface of the exposed reinforced concrete members must be
ensured by the contractor by using plane and true to shape form work. On striking off the forms, the slight
local imperfections may be corrected by adequate touching and by rubbing the projections by corborandum
stone. Plastering shall not be normally permitted on RCC surfaces. Corrections of defects must be done
as desired by the Engineer-in-charge. Tolerance in form work shall be in accordance with clause 10.1 of
IS: 456.
4.27 Rectification: Any heavy obstruction to river course or any heavy excavation done by the
contractor/firm shall be rectified and the river bed brought to its original level on completion of work and
contractor/firm shall fill up any pits, he might have made to the entire satisfaction of the Engineer-in-
Charge. The structure should be cleared off all the debris and dirt and the bridge and site handed over in a
clean and fit state.
4.28 Approaches work and approach slab: Lump sum cost shall include the work of suitably designed
filter media as per clause 2503 / 309.3.2(b) of M.O.S.T. Specifications behind abutment and return in full
length and height above natural ground level. Lump sum cost shall also include the cost of construction of
the approach road mentioned in the General Arrangement Drawing. The work for earth work &
WBM/WMM shall also be carried out as per the specifications mentioned in annexure M. The earth work
up to bottom of dirt wall shall be done before laying last span on abutment and adjoining support. RCC
approach slab will be done by the contractor, the cost of which will be included in the lump sum offer.
4.29 Size of Aggregate: Size of aggregate to be used in plan concrete, RCC and prestressed concrete
structure shall be in accordance with clause 1705 of M.O.S.T. specifications. However, for sections of
structural components of 300 mm thickness and less only 20mm and down graded aggregate shall be used.
4.30 Applicability of conditions: Conditions 2, 1 to 2.40, 3.29 and 4.1 to 4.28 shall supersede anything
contrary to them said in conditions 1.1 to 1.18.
38
39
ANNEXURE- A - MODEL RULES RELATING TO LABOUR, WATER SUPPLY AND
SANITATION IN LABOUR CAMP: TND0010160000000000PWDCG84401.doc

ANNEXURE- “A”
MODEL RULES RELATING TO LABOUR, WATER SUPPLY AND SANITATION IN LABOUR
CAMPS

Note: These model rules are intended primarily for labour camps which are not of a
permanent nature. They lay down the minimum desirable standard which should be
adhered to Standards in Permanent or semipermanent labour camps should not
obviously be lower than those for temporary camps.

1. Location: The camp should be located in elevated and well drained ground in
the locality.

2. Labour: Hut to be constructed for one family of persons each. The layout to be
shown in the prescribed sketch.

3. Hutline: The huts to be built of local materials. Each hut should provide atleast
20 Sqm. of living space.

4. Sanitary facilities: There shall be provided latrines and urinals atleast 15 M


away from the nearest quarter separately, for men and women specially so
marked on the following scale.

5. Latrines: Pit provided at the rate of 10 users or two families per set. Separate
Urinals as required as the privy can also be used for this purpose.

6. Drinking water: Adequate arrangement shall be made for the supply of


drinking water. If practicable, filtered and chlorinated supply shall be arranged.
Where supply is from intermittent sources, an overhead covered storage tank
shall be provided with a capacity of five litres per person per day. Where the
supply is to be made from a well it shall confirm to the sanitary stands. Laid
down in the report of the Rural Sanitation Committee. The well should be at
least 30 metres away from any latrine or other sources of pollution. If possible
a hand pump should be installed for drawing the water from well. The well
should be effectively disinfected once every month and quality of water should
be got tested at Public Health institution between each work of disinfection.
Washing and bathing should be strictly prohibited at places where water supply
is from a river. The daily supply must be disinfected. In the storage reservoir
and given at least 3 minutes contact with the disinfectant before it is drawn for
use.

7. Bathing and Washing: Separate bathing and washing place shall be provided
for men and women for every 25 persons in the camp. There shall be a gap
and space of 2 Sq.M. for washing and bathing. Proper drainage for waste water
should be provided.

8. Waste disposal: Dustbins shall be provided at suitably place in camp and the
residents shall be directed to throw all rubbish into these dustbins. The dustbins
shall be provided with covers. The contents shall be removed every day and
disposed off by trenching.

9. Medical facilities.

a) Every camp where 1000 or more persons reside shall be provided


with whole time, doctor and dispensary. If there are women in the
camp a whole time nurse shall be employed.
40
b) Every camp where less than 1000 but more than 250 persons reside
shall be provided with dispensary and a part time nurse/midwife shall
also be employed.

c) If there are less than 250 persons in any camp a first aid kit shall be
maintained in- charge of the whole time persons.
All the medical facilities mentioned above shall be for all residents in the camp, including
a dependent of the workers, if any, free of cost.

Sanitary Staff: For each labour camp there should be qualified sanitary Inspector &
Sweepers should be provided in the following scale:

1. For Camps with strength over 200 One Sweeper for every 75 persons
but not exceeding 500 persons. above the first 200 for which three sweepers
should be provided

2. For camps with strength over 500 One sweeper for every 100 persons
persons above the first 500 for which six
Sweepers should be provided.
41
ANNEXURE – B - CONTRACTOR’S LABOUR REGULATIONS:
TND0010160000000000PWDCG84402.doc
ANNEXURE – “B”

CONTRACTOR’S LABOUR REGULATIONS.

The Contractor shall pay not less than fair wage to Labourers engaged by him in the work.

Explanation:
a) “Fair Wages” means wages whether for time or piece work as notified at the
time of inviting tenders for the works and where such wages have not been so
notified the wages prescribed by the ……………… Department for the division
in which the work is done.

b) The Contractor shall, notwithstanding the provisions of any contract to the


contrary, cause to be paid a fair wage to labourers indirectly engaged on the
work including any labour engaged by his sub-contractors in connection with
the said work as if labourers had been immediately employed by him.

c) In respect of all labour directly or indirectly employed on the works on the


performance of his contract, the contractor shall comply with their cause to be
complied with the labour act in force.

d) The Executive Engineer/Sub Divisional Officer shall have the right to reduce
from the money due to the contractor any sum required or estimated to be
required for making good the loss suffered by a worker or workers by reason
of non-fulfillment of the conditions of the contract for the benefit of the workers,
non-payment of wages or the deductions made from his or their wages, which
are not justified by the terms of the contract or non-observance of regulations.

e) The contractor shall be primarily liable for all payments to be made under and
for the observance of the regulations aforesaid without prejudice to his right to
claim indemnity from his sub-contractors.

f) The regulations aforesaid shall be deemed to be a part of this contract and any
breach thereof shall be deemed to be breach of this contract.

g) The contractor shall obtain a valid license under the contract (Regulations and
Abolition) Act enforce and rules made there under by the competent authority
from time to time before commencement of work and continue to have a valid
license until the completion of the work.

Any failure to fulfill this requirement shall attract the penal provisions of this
contract arising out of the resulted non-execution of the work assigned to the
Contractor.

ANNEXURE – D- FORM OF CERTIFICATE OF INCOME TAX:


42
TND0010160000000000PWDCG84403.doc

ANNEXURE – “D”

FORM OF CERTIFICATE OF INCOME TAX TO BE SUBMITTED BY


CONTRACTOR TENDERING FOR WORKS CASTING
RS. 2.00 LAKHS OR MORE.

1. Name and Title (of the company/firm HUF) or individual)


in which the applicant is assessed to Income Tax and
Address for the purpose of assessment.
2. The Income tax Circle /Ward /District in which the
applicant is assessed to income tax.
3. Following particulars concerning the last Income tax
assessment made.
a) Reference No. (or GIR No.) of the assessment
b) Assessment year and accounting year.
c) Amount of total income assessed.
d) Amount of tax assessed IT, SI, EPT, BPT,
e) Amount of tax paid IT, ST, EPT, B.P.T.
f) Balance being tax not yet paid and reasons for such arrears.
g) Whether any attachment or certificate proceedings pending in respect of the
arrears.
h) Whether the company or firm or HUF on which the assessment was made has been
or is being liquidised wound up, dissolved, partitioned or being declared insolvent,
as the case may be.
i) The position about latter assessment namely whether returns submitted under
Section 22(1) or (2) of the Income Tax Act, and whether tax paid under, “Section
18A of the Act and the amount of tax so paid or in arrears.
4. In case there has been no Income tax assessment at all in the past, whether returns
submitted under section 21(1) or (2) and 18-A(3) and if so, the amount of Income Tax
returned or tax paid and the Income Tax Circle/ Ward/District concerned.
5. The Name and address of branch (es) verified the Particulars set out above and found
correct subject to the following remarks.

Dated: ……………….. . Signature of I.T.I.

Circle / Ward / District

Annexure G-I:
43

(Revised from Bank Guarantee Bond)


(GUARATEE BOND)
(In lieu of performance Security Deposit)
(To be used by approved Scheduled bank)

1. In consideration of the Governor of chhatiisgarh (here in after called the government having agreed to
exempt ............................................................................. (Herein after called the contractor (s) from the
demand under the terms and conditions of an agreement dated ................ ... ................................ made
between ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, for the work (Name of wrok)
......................................................................................... (here in after called the said Agreement) of
security deposit for the due fulfillment by the said contractor (s) of the terms and conditions contained in
the said agreements on production of a bank Guarantee for
Rs.............................................................................................................................................Rupees Only
we. (.) .............................................................................................. (hereinafter referred to as " the bank (at
the request of the said contractor (s) do here by undertake to pay the Govt., an amount not exceeding Rs.
...................................................... against any loss or damage caused to or would be caused to or suffered
by the Government, by reasons of any breach by the said contractor (s) of the terms or conditions contained
in the said agreement.
2. We (.) ............................................................................................. do here by undertake to pay the amount
due and payable under this guarantee without any demur merely on demand from the Government stating
the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the
Government by reason of breach by the said contractor (s) of any of the terms or conditions contained in
the said agreements or by reasons of the contractor (s) failure to perform the said agreement, Any such
demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this
Guarantee, However our liability under this Guarantee. shall be restricted to an amount not exceeding
........................................................
3. We undertake to pay to the Government any money so demanded not with standing any dispute or
disputes raised by the contractor (s) in any suit or proceedings pending before any court or tribunal relating
thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment there
under and the contractor (s) shall have no claim against us for making such payments.
4. We (.) ........................................................................... further agree that the guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of said
agreement and that it shall continue to be enforce able till all the dues o the Government under or by virtue
of the said agreement have been fully paid and its claims satisfied or discharged or till the Executive
Engineer P.W.D. certified that the terms and conditions of the said agreement have been fully and property
carried out by the said contractor (s) and terms and conditions of the said agreement have been fully and
property carried out by the said contractor
44
(s) and accordingly discharged this guarantee, unless a demand to claim under this Guarantee is made on
us in writing on or before the (here indicate a date which falls 9 months beyond the due date of
completion of the work) .......................................................................................... we shall be discharged
from all liability under the guarantee.

5. We (.) ............................................................................................................. further agree with the


government that the Govt, shall have the fullest liberty without our consent and with out affecting in any
manner our obligation here under to vary any of the terms and conditions of the said agreement or to extend
time of performance by the said contractor (s) from time to time or to postpone for any time or for time to
time any of the powers exercisable by the Govt. against the said contractor (s) and to for bear or enforce
any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability
by reasons of any such variations. or extension being granted to the said contractor (s) or for barnacle, act
or commission on the part of the Govt. or any indulgence by the Govt. to the said contractor (s) or by any
such matter or thing what so ever which under the lay relating to sureties would but for this provision have
effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor
(s).
7. We (.) ............................................................................................... lastly under take not to revoke this
guarantee during its currency except with the previous consent of the Government in writing :-
Dated the .......................................................................... day of
......................................................for ( ) ....................................................................................
(>) indicate the Name of the Bank ..............................................................................................
45

Annexure G-II
To,
…………………………………..
…………………………………..
…………………………………..

Dear Sir,

We enclose our Fixed Deposit Receipt/Cash Certificate other similar instrument No. ………………
for Rs. ……………… in favour of …………………... Designation of the Officer concerned in lieu of
deposits required from ……… for the due fulfillment by him/them of the terms of contractor
dated…………….. for during the period …………… commencing from …………….. thereof if any.

Yours faithfully,

For and on behalf.

Please specify the nature of the instrument whom instrument similar to fixed deposit receipts are
tendered and delete item not applicable.
46
ANNEXURE II - SAFETY CODE:
TND0010160000000000PWDCG84406.doc

ANNEXURE II

SAFETY CODE

Scaffolding:

(i) Suitable scaffold should be provided for workman for all works that cannot safely be done from the
grounds or from solid construction except such short period work as can be done safely from ladder is
used on extra Mazdoor shall be engaged for holding the ladder for carrying materials as well suitable
foot holes and hand holds shall be provided on the ladder and the ladder shall be given an inclination
not steeper than ¼ to ¼ Horizontal and 1 vertical).
(ii) Scaffolding or staging more than 12 M above, the ground floor swung or suspended from an overhead
support or erected with stationer/support shall have a guard rail property attached, bolted, braced or
otherwise secured at least 1 meter high above the floor platforms of such scaffolding or staging and
extending along the entire length of the outside the ends thereof with only such opening as may be
necessary for the delivery of the materials. Such scaffolding or staging shall be fastened as to prevent
it from swaying from the building of structure.
(iii) Working platform gangways and stairway should be so constructed that they should not away unduly
or unequally and if the height of the platform of the Gangway or the stairway is more than 3.54
metres above ground level and or floor level they should be closely bearded, should have adequate
width and should be suitably fenced as described (ii) above.
(iv) Every opening in the floor of a building or in a working platform be provided with suitable means
to prevent the falling of persons or materials by providing suitable fencing or railing whose
minimum height shall be 1 metre.
(v) Safe means of access shall be provided to all working platforms and other working places. Every
ladder shall be securely fixed. No portable ladder shall be over 9 metre in length while the width
between side rails inring ladder shall be in no case be less than 0.3 metres from ladder upto and
including 3 meter length. For longer ladders this width should be increased at least 2 cm. For each
additional meter of length. Uniform step spacing shall not exceed 0.3 M adequate precaution shall
be taken to prevent danger form electrical equipment. No material on any of the work site shall be
so stacked or placed as to cause danger or inconvenience to any person or the public. The contractor
shall also provide all necessary fencing and lights to protect the public from accident and shall be
bound to bear the expenses of defence of every suit action or other precautions of law that may be
brought by any person for injury sustained owing to neglect of the above and to pay any damages
and costs which may be awarded in any such suit action or proceeding to any such person or which
may with consent of the contractor be paid to compromise by any such person.

2. Excavation and Trenching: All trenches 1.2 metre or more in depth, shall at all times be supplied
with at least one ladder for each 30 Metre in length of friction thereof. Ladder shall be extended
from bottom of the trench to atleast 1 metre above the surface of the ground. The side of trenches
which are 1.5 metre or more in depth shall be stepped back to give suitable slopes or securely held by
timber bracing so as to avoid the danger of sides to collapse The excavated materials shall not be
placed within 1.5 metre of the edge of the trench or half of the depth of
the trench whichever is more. Cutting shall be done from top to bottom. Under no circumstances
undermining or under cutting shall be done.

3. Demolition: Before any demolition work is commenced and also during the process of the works.

(a) All roads and open area adjacent to the work site shall either be closed or suitably protected.

(b) No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus
used by the operator shall remain electrically charged.

(c) All precautionary steps shall be taken to prevent danger to persons employed from risk of fire or
explosion of flooring. No floor roof or other part of the building shall be so overloaded with debris
of materials as to render it unsafe.
47

4. Painting: All necessary personal safety equipment as considered adequate by the Engineer-in-charge
should be kept available for the use of person employed on the site and maintained in a condition
suitable for immediate use and the contractor should take adequate steps to ensure proper use of
equipment by those concerned.
a) Workers employed on mixing asphaltic materials cement lime mortars shall be provided with
protective footwear and. protective goggles.
b) Stone brackets shall be provided with protective goggles and protective clothing, and seated at
sufficiently safe intervals.
c) Those engaged in welding works shall be provided with welder’s protect.
d) When workers are employed in sewers and manholes which are in use, the Contractors shall ensure
that the manhole covers are open and are ventilated atleast for an hour before the work shall be
coronet off with suitable railing and provided with warning signals or boards to prevent accident to
the public.
e) The Contractor shall not employ men below the age of 19 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 should be taken.
i) No paint containing lead or lead shall be used except in the from of paste or ready made
paint.
ii) Suitable face masks should be supplied for use by the workers when paint applied in the
from of spray or a surface having lead paint dry rubble and scrapped.
iii) Overhauled shall be supplied by the contractor to the workman and adequate facilities shall
be provided to enable the working painters to wash during the cessations of work.

5. Drawing: When the work is done near any place where there is risk of drawing all necessary equipment
should be provided and kept ready for use and all necessary steps taken for prompt rescue of any
person in danger and adequate provision should be made for prompt first aid treatment for all injuries
likely to be sustained during the course of the work.

a) Every crane driver or hosing applicant’s operator shall be properly qualified and no personal order
an age of 21 years should in-charge of any hoisting machine including any scaffold which gives
signals to the operator.

b) In case of every hoisting machine and every chain ring lowering or as means of suspensions. The
sate working load shall be ascertained by adequate means. Every hoisting machine and gear referred
to above shall be plainly marked with the safe working load. In case of hoisting machine having a
variable safe working load of the conditions under which it is applicable shall be clearly indicated.
No part of any machine or of any gear referred to above in this paragraph shall be loaded beyond
the safe working load except for load purpose of testing.

c) In case of departmental machine the safe working and load shall be notified by the Electrical
Engineer-in-charge. As regarded contractor’s machine the contractor shall notify the safe working
load of the machine to the Engineer-in-charge, whenever he brings any machinery to site of work
and get verified by the Electrical Engineer concerned.

d) Motors, gearing transmission, Electric wiring and other dangerous part of the hoisting appliance
should be provided with efficient safe guards and with such means as well reduce adequate
precautions should be taken to reduce to the minimum the risk of any part of a suspended load be
coming accidentally dispraced When workers employed on Electrical installations which are
already unregistered insulating mats wearing apparel such as gloves sleeves and boots as may be
necessary should be provided the workers should not wear rings, watches and carry keys, or other
materials which are good conductors of electricity.

7. All acaffolds, ladders and their safety device mentioned or described herein shall be maintained
in safe condition and no scaffold ladder or equipment shall be altered or removed while it is in
use. Adequate washing facilities shall be provided at or near places of work.
8. These safety provisions should be brought to the notice of all concerned by display on a Notice
Board at prominent places at the work spot. The persons responsible for compliance of the
safety code shall be named therein by the contractor.
48
9. To ensure effective endorsement of the rules and regulations relating to safety precautions the
arrangement made by the contractor shall be open to inspection by the Labour Officer,
Engineer-in-charge, or the Department or their representatives.
10. Notwithstanding the above clause (1) to (9) there is nothing in these to except the contractors
to exclude the operations of any other act or rule in force in the Republic of India.
Tender Items
Sr No Group Id Item Ref No Item Description
1 01 Construction of RUb i/c Construction of RUB i/c Approaches
Approaches

Tender Item Details


Group Id:

Item Ref No:


Description:
Lenght of Bridge with Returns :
Over all width:

Item Type:

Estimated Value:

Unit:

EMD Value:

Time Period:

ANNEXURE H-1:
ANNEXURE H-1

FOR ROAD AND BRIDGE/CULVERTS: Notwithstanding provisions of clause 901.1 of the


specifications, if would be optional for the contractor to set up his own field laboratory near the site of work,
if the amount of contract inclusive of tender premium does not exceed Rs. 5.00 lakhs.
For Building Works: i) Rates include the element of testing of samples of various materials brought by the
contractor for use in the work as per list of mandatory tests attached herewith. Frequency of such tests to be
carried out shall not be less than the prescribed frequency. Contractor shall also have to establish a field
laboratory at site to be approved by the Engineer-in-charge. The tests shall have to be conducted by the
contractor’s material under the supervision of Engineer-in-charge or his authorized representative. A record
of such tests shall be maintained in a duplicate register at site of work Duplicate copies of such tests shall
be submitted to office alongwith running account bills. The original register shall also be submitted along
with the final bill. Failure to conduct any of the test or not up to the prescribed frequencies would invite
following consequences.
The Engineer-in-charge may reject the work, but if in his opinion the work can be accepted despite
the aforesaid shortcomings, then he may do so subject to a recovery of Rs. 100/- for each default and
simultaneously inform the Superintending Engineer. However, it would be optional for the contractor
49
to set up his own laboratory if the amount of contract (inclusive of tender premium) does not exceed
Rs. 5.00 Lakhs.
ii) As regards steel reinforcement;
a) Mild steel and medium tensile steel bars shall confirm to IS: 432 (Part-1)

b) Hot rolled deformed bars shall confirm to IS: 1139.

c) Cold Twisted bars shall confirm to IS: 1786.

d) Hard drawn steel wire fabric shall confirm to IS: 1566 and

e) Rolled steel made from structural steel shall confirm to IS: 226.

All reinforcement shall be free from loose mill scales, loose rust and coats of paints, oil, mud or
other costing which may destroy or reduce bond.
Only such steel as is obtained from main producers of steel e.g.. SAIL, TISCO, TISCO or such steel
rolling mills as are having license from the B.I.S. to manufacture steel for reinforcement, shall be
allowed to be used in the work.
The contractor shall have to produce Test Certificate in the Performa prescribed/approved by B.I.S.
from the manufacturer for every batch of steel brought to site of work.

Before commencement of use of steel, from any batch, brought to site of work by the contractor,
the Engineer-in-charge shall arrange to get samples tested for nominal mass, tensile strength, bend
test and rebind test from any Laboratory of his choice at the cost of contractor. The selection of test
specimens and frequency shall be as per relevant. I.S. Specification of steel to be used.
iii) Where, contract provides for cement to be arranged by the contractor himself, only I.S.I. marked
cement of relevant I.S. standard specifications shall be allowed to be used in the work subject to the
following tests. The arrangement for necessary equipment and testing shall have to be made by the
contractor, himself at a site to be decided by the Engineer-in-charge. All expenses shall be borne
by the contractor. Any lot of cement brought to site by the contractor would be permitted to be used
in the work. Under the supervision of the Engineer-in-charge or his authorities. Representative as
hereinafter. The record of the tests results shall be maintained in the register referred in subsequent
para.

Type of Test Frequency Minimum


a) Test for initial & final 1st Test for 10 tonne or part 10 tonne
/setting time as per IS: 3536 – thereof
1966

b)Test for determination of


compressive strength of 1st test for 50 tonne or part 50 tonnes
cement as per IS: 3536-1966 thereof.

A Duplicate register as per format hereunder shall be maintained at site of work. Extract certified
copies of the entries for each month shall be submitted to the Engineer-in-charge by the contractor.
The original register shall also be submitted to the Engineer-in-charge on completion of the work
by the contractor.
50
S. Signatur
Name Signatur
No e of Results Result of
and e of
authoris of test tests for
Place of address contract
ed for compres
receipt No. of of firm or or his
represen initial sive Remark
of bags from authoris
tative of and final strength
cement whom ed
Enginee setting of
purchas represen
r- in- time cement.
ed tative
charge.
1 2 3 4 5 6 7 8 9

When the strength of concrete required is up to M-20, then O.P.C. conforming to I.S.: 269-1989 or
P.P.C. conforming to IS : 1498-1976 May be used.

When the strength of concrete required is more than M-20 but up M-30, the O.P.C. Conforming to
IS: 8112-1989 shall be used.

For prestressed concrete works and when the strength of concrete required is more than M-30, the
OPC conforming to IS: 12269-1989 shall be used.

Nominal mix would be adopted for Cement concrete M-7.5 M-10 M-15 and M-20 Design mix shall
have to be adopted for concrete of higher strengths.

iv) If any item of work is found to be substandard by the Engineer-in-charge is to the opinion that the
same is structurally adequate and can be accepted at a reduced rate, then in such cases, the Engineer-
in-charge shall have to submit proposals for appropriate reduction of rates supported by an analysis,
in justification thereof, though a D.O. Letter to the Superintending Engineer concerned to obtain
his approval expeditiously (ordinarily within 15 days) The approved analysis alongwith orders of
the Superintending Engineer shall have to be appended to the bills of the contractor.

v) The Contractor shall have to be provided a ruled duplicate register at site named “Site Order Book”
it shall be in the custody of departmental supervisory staff. The Engineer-in-charge or his authorized
representative may record their instruction in this book, which shall be noted by the contractor or
his authorized representative for compliance.
51
List of mandatory Tests.

Material Test
Relevant IS code Field Minimum Frequency of
of testing Laboratory Quantity of testing
Test material
work for
carrying out
test.
1 2
3 4 5 6
Cement Slump Test IS: 1199 Field 15 Cum more 15 Cum or part
concrete or there frequently
reinforced by Engineer
cement Incharge
concrete not
leaner than M-
15
15 Cum in
Reinforced a)Cube strength For Building IS; 456 Field slab 5 cum 15 Cum
cement for Bridges/Culverts on columns.
concrete IRC: 21-1987
20 tonnes
a)Tensile IS: 1608 Every 20 tonne
Steel (if strength Laboratory thereof conform
arranged by IS: 1786-1985
the contractor) -do-
b) Bend test IS: 1599 --do--
Laboratory
10 tonnes
Cement (If a) Test for initial IS: 403 IS: 4031-1988
arranged by & Final setting.
the
conctractor) b) Test for Field 50 tonnes
determination of IS: 4031 -do-
compressive Part I
strength of
cement. Field

Sand a) Silt contant. IS:2386 Part II Every 20 cum or


part or more
IS: 2386 Part III frequently as by
b) Particle size Field the Engineer-in-
distribution charge.
IS: 2386 Part II Field Every 20 Cum or
c) Bulking of part or more
sand frequently as by
Field the
Engineer-in-
charge.
0.00 Cum -do-
Stone
a) Percentage of
Aggregate As required
soft or deterious Engineer-in-
material. Central visual charge.
inspection,
laboratory
test where
required by
the Engr-in-
charge or so
specified.
52
ANNEXURE - J
List showing the name of near relative working in C.G. P.W.D. as required vide Clause 2.39
of Chapter - II
1. S.No. 2. Name of 3. Relational with 4. Name of 5. Relationship1
Divisional self Person working
Accountant and with the
Gazetted Contractor who
Officers working are near relative
in C.G. P.W.D. to Gazetted
officer
mentioned in
column(2)

Date: Signature of Contractor

ANNEXURE - K

List of contracts already held by the Contractor in P.W.D. and other Departments at the time
of Submission of this tender as required vide Clause 2.30 of the N.I.T. (Chapter - iv)
1. S.No. 2. Name of Work 3. Amount 4. Value of 5. Value of 6. Amount of
of contract work done balance Solvency at
Excluding near work the time of
higher / excluding excluding registration
lower percentage percentage
percentage
if any

Date: Signature of Contractor

1
who are near relative to Gazetted officer mentioned in column(2)
53

Annexure - "M"

Brief Description of the work as per Departmental Design and Specifications


Name of Work: Construction of Proposed ROB Near Kharsia Railway Crossing at Km 620/13-15 in
Lieus of Existing LC no. 313 on Howrah - Mumbai Main Rail Line in Raigarh District.
Total Overall Length : Total Length - 1327.64M
of the Bridge :-
(I) PWD Bridge Portion - 1220.0M
(i) Vaiduct Portion - 650.00M
Kharsia Vegetable Market side- 250.00M ( 10 span @ 25.0M Each)
Kharsia Railway Station side- 200.00M ( 8 spans @ 25.0M Each)
Dharamjaigarh (Madanpur) side- 200.00M ( 8 spans @ 25.0M Each)
(ii) Retaining Wall Portion - 480.00M
Kharsia Vegetable Market side-2 x 150.0M
Kharsia Railway Station side- 2.x 150.0M )
Dharamjaigarh (Madanpur) side- 2 x 180.0M
Total Length - 2 x 480.0M
(ii) Valley Portion - 90.0M
Kharsia Vegetable Market side-1 x 30.0M
Kharsia Railway Station side- 1x 30.0M )
Dharamjaigarh (Madanpur) side- 1 x 30.0M
Total Length- 1 x 90.0M
(I) Railway Portion - 107.64M
(1 span@ 25.08M + 1 [email protected] with welded type Composite Girder + 1 span
63.48M Bowsting Girder)

A Bridge : PWD Portion Railway Portion


1 Outline Drawing No : Enclosed Enclosed
2 Length of Bridge : (i) Vaiduct Portion - 650.00M Railway Portion - 107.64M
: Kharsia Vegetable Market side- 250.00M (1 span@ 25.08M Composite Girder
( 10 spans @ 25.0M Each) + 1 [email protected] with welded type
: Kharsia Railway Station side- 200.00M Composite Girder + 1 span 63.48M
( 8 spans @ 25.0M Each) Bowsting Girder)
: Dharamjaigarh (Madanpur) side- 200.00M
( 8 spans @ 25.0M Each)
: (ii) Retaining Wall Portion - 480.00.00M
: Kharsia Vegetable Market side -2 x 150.0M
: Kharsia Railway Station side- 2.x 150.0M
: Dharamjaigarh (Madanpur) side- 2 x 180.0M
: Total - 2 x 480.0M
: (ii) Valley Portion - 90.0M
: Kharsia Vegetable Market side- 1 x 30.0M
: Kharsia Railway Station side- 1x 30.0M
: Dharamjaigarh (Madanpur) side- 1 x 30.0M
: Total - 1 x 90.0M

3 Width of Bridge :
54
Total Overall : 1 span - 21.0M, 2 span -14.80M and 12.0M & 9.90M
Width of Bridge Remaining span -8.40M
Carriage way : 1 span - 17.10 M, 2 span -10.50M and 7.50 M
Width of the Bridge Remaining span -7.50M
Footpath : 1.50M
4 Description of site : Enclosed Enclosed
along with site plan
5 Foundation Strata : Soft Rock Soft Rock
6 Type of Foundation : Pile Foundation & end Bearing pile Pile Foundation
7 Details of Liner for : (i) 10 mm thick Permanent MS liner upto (i) 10 mm thick Permanent MS liner
Pile Foundation 0.500m from Rock Level upto 0.500m from Rock Level
(ii) 6mm thick Permanent MS Liner for rest of (ii) 6mm thick Permanent MS Liner
the pile portion for rest of the pile portion
(iii) For end Bearing Pile minimum socketing (iii) For end Bearing Pile minimum
in rock = 3times of the dia, of the pile socketing in rock = 3times of the dia,
of the pile
8 Foundation Level : (i) Abutments A1- RL.-88.50M, A2- RL.- RP1 to RP4 - RL. - 87.50M
85.00M & A3- RL.- 85.00M
(ii) Pier P1& P2,P6 to P11 , P17 & P18 - RL.
- 88.00M,P3- RL.- 87.50M,P4&P5- RL.-
88.50M, P12-P19RL. - 81.50M,P13 -P20 RL.-
83.50M, P14 & P21 - RL.85.50M, P15, P16,
P22 & P23 - RL. 85.00M
9 Substructure : RCC Solid Circular RCC Wall Type pier or as per
Approved Railway Design and
Drawing
10 Formation Level : Variable as per Enclosed Drawing R.L. - 108.700M
11 Soffit Level : Variable as per Enclosed Drawing R.L. - 106.450M
12 Superstructure : 26 span PSC T- Beam Girder Slab 2 span composite Girder and 1 span
Bowsting Girder
13 Bearing : POT- PTFE POT- PTFE
14 : 25 mm Mastic + 50 mm BC wearing coat 25 mm Mastic + 50 mm BC wearing
Wearing Coat coat
15 Crash Barrier i/c : RCC crash Barrier i/c hand railing on top of RCC crash Barrier i/c hand railing on
Painting & Hand crash barrier with painting in complete Bridge top of crash barrier with painting in
Railing length i.e.(2 x650) as per MORt&H complete Bridge length i.e.(2
Specification and Railway Standard x107.64) as per MORt&H
Drawings. Specification and Railway Standard
Drawings.
16 Protective Screen : RCC crash Barrier i/c hand railing on top of RCC crash Barrier i/c hand railing on
crash barrier with painting in complete Bridge top of crash barrier with painting in
length i.e.(2 x650) as per MORt&H complete Bridge length i.e.(2
Specification and Railway Standard x107.64) as per MORt&H
Drawings. Specification and Railway Standard
Drawings.
17 Expansion Joint : Strip Seal Type Strip Seal Type

18 Approach Slab : - -
19 Load Test :
(i) Pile Load test : As per IRC Guide line As per IRC Guide line & Railway
Norms
55
(ii) Load test on : As per IRC Guide line As per IRC Guide line & Railway
super structure Norms
20 Name Plates : 4 nos Granite Name Plate as per Departmental Standard Drawing

B Approach Road : In Between RCC Retaining Wall as per drawing Enclosed


1 Length of : Kharsia Vegetable Market side-1 x 180.0M
Approach road Kharsia Railway Station side- 1.x 180.0M )
Dharamjaigarh (Madanpur) side- 1 x 210.0M
Total - 1 x570.0M
2 Length of : Kharsia Vegetable Market side-2 x 150.0M
Retaining Wall Kharsia Railway Station side- 2.x 150.0M )
Dharamjaigarh (Madanpur) side- 2 x 180.0M
Total - 2 x 480.0M
3 Height of Retainig : Maximum Height- 6.75M Minimun - 3.80M
wall (as per
DrawingEnclosed)
4 Foundation Level : as per Enclosed Drawing
of Retaining Wall
5 Formation width of : 7.50M
Road
6 Gradient of : Kharsia Vegetable Market side- 1:37.50
Approach Road Kharsia Railway Station side- 1:32.72
Dharamjaigarh (Madanpur) side- 1:40.54
7 Width of Crust : Total Average width of crust work - 7.50M
works
8 Sub grade ( : Granular material
Embankment)
9 Crust work ( as : G.S.B. (Disintegrated Rock i.e. Moorum) - Kharsia vegetable Market side 150x 6.60
per Drawing x1.42 m , Khgarsia Railway station side - 150x6.60 x 0.95m and Dharamjaigarh
Enclosed) (Madanpur side - 180x6.60 x 1.57m
Filter Media - Kharsia vegetable Market side 2x150x 0.60 x1.42 m , Khgarsia
Railway station side - 2x150x0.60 x 0.95m and Dharamjaigarh (Madanpur side - 2x
180x0.60 x 1.57m
Weep holes- 384.00M
G.S.B. (Grade - III material) = 400MM Thick
W.M.M. = 250MM Thick (in 2 Layers @ 125MM Each)
D. B.M. = 170mm Thick + B.C. = 50mm Thich i/c Prime and Tack coat
10 Crash Barrier i/c : RCC crash Barrier i/c hand railing on top of crash barrier with painting in complete
Painting & Hand Bridge length i.e.(2 x650) as per MORt&H Specification and Railway Standard
Railing Drawings.

11 Protective Screen : RCC crash Barrier i/c hand railing on top of crash barrier with painting in complete
Bridge length i.e.(2 x650) as per MORt&H Specification and Railway Standard
Drawings.

12 Service Road : Length- 2 x 1130M+3x30M= 2350.0M and Carriage way Width- 5.00M
Details of Crust
(i) Dismantling work (C.C. and Fencing work) - kharsia vegetable market side - 3x
400m and kharsia Railway station side - 3x 350.0M
56

(ii) Sub Grade - Earth work Av. 750 mm thick


(iii) G.S.B. (Grade -I material -400mm thick
(iv) W.M.M. = 250MM Thick (in 2 Layers @ 125MM Each)
(v) D. B.M. = 170mm Thick + B.C. = 50mm Thich i/c Prime and Tack coat
13 Diversion Road : (i) Kharsia side Length- 1200M width- 5.0M
(ii) Dharamjaigarh side Length - 1500.0m width 7.50M
Details of Crust
(i) Excavation for widening Kharsia side Length- 2x1200M width- 1.5M depth
0.50M Dharamjaigarh side Length - 2x1500.0m width 2.0M depth 0.50M
(ii) G.S.B. (Grade -III material ) -300mm thick
(iii) W.M.M. = 250MM Thick (in 2 Layers @ 125MM Each)
(iv) W.M.M. = 250MM Thick (in 2 Layers @ 125MM Each)
(v) B.M. =50mm Thick + S D B.C. = 25mm Thich i/c Prime and Tack coat
14 RCC Slab Culvet : 03 nos RCC slab Culvert are Provided as per detaile Drawing Enclosed
15 Protection Work :
(i) Retro : i) 80 x60 cm rectngular - 06nos ii) 60cm equilateral Traingular - 06 nos
reflectrorized
Traffic Signs
(ii) Drain : RCC Open Drain (size 1.0x1.0m inside dimension) Length = 2350.0M(with 200mm
thick RCC precast Drain cover)
16 Gantry Board : 06 nos Gantry Board as per approved drawing and design with minimum
requirement as follow:- Overhead sign:- (Providing and erecting Overhead signs
with a corrosion resistant aluminium alloy sheet reflectorized with High intensity
retro- reflective sheeting of encapsulated lens type with vertical and lateral
clearance given in clause 802.2 and 802.3 and installed as per clause 802.7 over a
designed support system of aluminium alloy or galvanized steel trestles and
trusses of sections and type as per structural design requirements and approved
plans)
17 Miscellaneous : (I) Road Furniture:-
(i) Direction & Place Identification sign board- 20 nos
(ii) Road Marking - Hot applied as per standard in whole length & road stud with
lens reflector - 4275.00sqm
(iii) Road Marker/ Road stud -312nos
(iv) Solar Blinker light 300mm dia, -56 nos.
(v) Painting, Lines, Dashes, Arrow (Over 10cm in width)= 460.0sqm
(vi) Painting on Concrete Surface- 2600sqm.
(vii) Painting new Letters and figures (Hindi and English)- 2 Lakh Each per cm
Height per Letter)
(II) Utility Duct:-:-
1000mm Dia, NP# pipe Length -100m each (i/c excavation and required thickness
of PCC and Boulder)
(III) Footpath and Separator:-:-
(As per MORT&H Specifications & Standard Drawings)
(IV)Site Clearance:-:-
as per site condition or as directed by engineer in charge
(V) Dismantling
Dismantling work (Lime/C.C. M15 & M20 and Fencing work) - kharsia vegetable
market side - 3x 400m and kharsia Railway station side - 3x 350.0M
(VI) Baricating:-
57
250 Units of 4.0m Long and 1.50M Height Each as per Approved Drawing
1 Preparation of designs, drawings (as per approved GAD by railway) of Bridge (Foundation, Sub
Structure, Super Structure & POT-PTFE Bearings) and other structure, after getting proof checking by
IIT's / NIT's the same designs & drawings has to be submitted to RITES?PWD & Railways for final
approval must be done without any extra apayment to the contractor
2 Contractor should coordinate with the electrical contractor during the excavation of civil work
3 During excavation of foundation of Bridge, Drains and any other type of structures needed for
constructio of ROB in all type of soil/boulder/ rock, shoring, shuttering, scaffolding, dewatering
arrangement or any other type of arrangement required for safe construction will not be paid extra.
4 Epoxy paintings of approved make in two coats on outer surfaces of composite Girder must be done
within lump sum cost.
5 Scarifying of existing road to be done by the contractor on his own cost and noextra shall be payable on
this account
6 Preparation of designs, drawings (as per approved GAD by railway) of RCC Box & thrust bed, after getting proof
checking by IIT's/NIT's the same designs & drawings has to be submitted to RITES/PWD & Railway for final
approval must be done without any extra payment to the contractor. (No alternative GAD should be allowed.)
7 The agency should submit sump well, U-Type Retaining wall, Steel Truss, Post & Other Arrangement for Roofing,
Height Gauge and box type drain design and drawing as per approved drawing considering without weep holes and
also provide PVC water stopper confirming to IS 12200 at all expansion joints for protection of water from outside
after proof checking by IIT’s/NIT’s at the same design and drawing has to be submitted to Rites/PWD & Railways
for final approval. No extra payment for this account.
8 The contractor should Provide and placing in position high density polyethylene pipe of approved quality to fit
around the dowel bars of 32 mm dia. left at the end of expansion joints duly grease inside the pipe and around the
bars, and the pipe duly capped at the end with glass wool and cap as directed etc. complete with in lump sum cost.
9 Minimum Grade of Concrete in RCC Box, RCC U-Type Retaining wall - M-35, for Thrust Bed & RCC Drain, RCC
Wearing coat, RCC Sump well- M-30 and for PCC- M-20 and HYSD Bar-Fe-500 should be used within lump sum
cost.
10 In foundations, centering of super structure and at other places where it is necessary in the opinion of Engineer-in-
Charge, barricading, scaffolding of G.I. sheet on steel post fixed with reflectors shall be executed so as to avoid the
chances of accident and to maintain the traffic without interruption. Contractor should have to maintain the dust free
and other pollution free environment at site during the construction period. No compensation on this account will be
granted by department.
11 Electrical power supply arrangement required will be made by the contractor at his own cost for the construction
activities and construction of camp office, store yard, store hutment etc. the arrangement of land rest with contractors
at his own expenses.
12 Contractor should provided Utility duct for S and T cable as per site requirement as directed by Engineer-in-Charge
within Lump-Sum cost.
13 During construction of bridge & approaches work necessary safety precaution i/c caution board/informatory board
for safe traffic movement will be provided by the contractor within Lump-Sum cost.
14 P-Way mate and required Nos of P-way labours with necessary tools and plants for maintaining the tracks alignment
during the box pushing work and also track ballast as per requirement, provided by contractor within lump sum cost
15 It shall be responsibility of contractor to dispose surplus material in all lead & lift up to 1000 meter or as directed by
Engineer-in-Charge within Lump-Sum cost.
16 It will be the Sole responsibility of Contractor to construct and maintain the Diversion Road if necessary during
construction period with in lump sum cost for safe movement of traffic. Contractor will fully responsible for any
accident, damage and losses occurred.
17 Contractor should keep Necessary Relieving Span (Relieving Girder) as stand by along with operation schedules as
a safety measure on its own cost.
18 During excavation of any structure of RUB in all type of soil/boulder/rock, shoring, shuttering, scaffolding,
dewatering arrangement or any other type of arrangement required for safe construction will not be paid Extra.
58
19 Scarifying of Existing road if required to be done by the contractor on his own cost and Existing Road if damaged
during construction must be construct within lump sum cost by the contractor.

20 Dismantling of all type of existing structure, trees, encroachments.....etc. and excavated stuff of approach road, sump
well shall be disposed at least up to 10km away from the site of work as per direction of engineer in charge nothing
extra shall be payable to the contractor on this account.
21 Epoxy painting of approved make in two coats on outer 3 surfaces of entire Pre-cast box and Epoxy grouting between
segments of Box unit must be done within lump sum cost. No water peculation through Structure will be allowed.
22 For finishing followings must be used as and where required:-
*Three coats of Premium Textured Paint of approved color with alternate band.
*Providing and applying 2mm thick ready mix exterior grade approved make putty (like Birla wall care, Alltek
Superfine W/R of (NCL), Asian, ICI, Nerolac, J.K. wall putty) on walls to make the surface smooth and even.
23 If there is any Item/Details missing in contractor drawings then details of Annexure “M” & “N” and departmental
drawing will be followed.

Executive Engineer
P.W.D., Bridge Construction,
Division-Raigarh (C.G)
59

Annexure - "N"
Construction of Proposed ROB Near Kharsia Railway Crossing at Km 620/13-15 in Lieus of Existing
LC no. 313 on Howrah - Mumbai Main Rail Line in Raigarh District.
Name of Project : Construction of Proposed ROB Near Kharsia Railway
Crossing at Km 620/13-15 in Lieus of Existing LC no.
313 on Howrah - Mumbai Main Rail Line in Raigarh
District.
1 Location : PWD Portion Railway Portion
i) Name of Road : Urban/City road Urban/City road
Howrah- Mumbai Rail
ii) Name of Railway Line : Howrah- Mumbai Rail Line Line
Distance from Nearest Railway 300M 300M
iii) station :
Distance from Main town by the At City At City
iv) road :
Right Angle Right angle/ skew 13
v) Sitting : Degree
2 Levels :
i) Existing Rail Level : RL.- 100.00M RL.- 100.00M
ii) Formation Level Level : RL.- 108.700M RL.- 108.700M
iii) Soffit Level of the Deck in the RL.- 106.450M RL.- 106.450M
Central half of the clear opening
:
3 Design Data :

Overall width Bosting 12.00M


i) : 21.00M, 14.80M & 8.40M Composite slab 9.90M
ii) Width of carraige way : 17.10M, 10.40M & 7.50M 7.50M
iii) Width of Footpath : 1.50M
iv) Minimum vertical clearance 6.450M 6.450M
above :
Abutment (as pr shown in As pr shown in enclosed
v) Foundation Level : enclosed GAD) GAD
Piers (as pr shown in enclosed
GAD)
Foundation Level of Retaining As pr shown in enclosed
vi) wall : As pr shown in enclosed GAD GAD
vii) Allowable bearing capacity at the foundation location excluding the effects of wind and seismic
factor shall be as under
60T/M2 60T/M2
(i) For pier, Abutment & Other
Pile Foundation :
20T/M2 -
(ii) For Retaining wall & Other
open/ raft Foundation :
(iii) For non load bearing abutments and at foundation other than specification in NIT The safe
bearing capacity shall be ascertained from load test result. In absence of Load Test the SBC will be
assumed as 20T/M2
4 Fixed Item:-Wearing Coat, Kerb, Expansion Joint, Railing, Road Furniture, Name Plate etc.
complete as per Annexure "M".
5 Approaches: As per Details shown in Annexure "M".

6 R.C.C. Drain: As per Details shown in Annexure "M"

7 Electrical Works: As per Details shown in Annexure "M".


60
8 The details of works mentioned in Annexure - "M" and details enclosed drawing will be
executed within Lump-Sum cost.
9 Preparation of designs, drawings (as per approved GAD by railway) of RCC Box & thrust bed,
after getting proof checking by IIT's/NIT's the same designs & drawings has to be submitted to
RITES/PWD & Railway for final approval must be done without any extra payment to the
contractor. (No alternative GAD should be allowed.)
10 The agency should submit sump well, U-Type Retaining wall, Steel Truss, Post & Other
Arrangement for Roofing, Height Gauge and box type drain design and drawing as per approved
drawing considering without weep holes and also provide PVC water stopper confirming to IS
12200 at all expansion joints for protection of water from outside after proof checking by
IIT’s/NIT’s at the same design and drawing has to be submitted to Rites/PWD & Railways for
final approval. No extra payment for this account.
11 The contractor should Provide and placing in position high density polyethylene pipe of
approved quality to fit around the dowel bars of 32 mm dia. left at the end of expansion joints
duly grease inside the pipe and around the bars, and the pipe duly capped at the end with glass
wool and cap as directed etc. complete with in lump sum cost.
12 Minimum Grade of Concrete in RCC Box, RCC U-Type Retaining wall - M-35, for Thrust Bed
& RCC Drain, RCC Wearing coat, RCC Sump Well - M-30 and for PCC - M-20 and HYSD
Bar- Fe-500 should be used within lump sum cost.
13 In foundations, centering of super structure and at other places where it is necessary in the
opinion of Engineer-in-Charge, barricading, scaffolding of G.I. sheet on steel post fixed with
reflectors shall be executed so as to avoid the chances of accident and to maintain the traffic
without interruption. Contractor should have to maintain the dust free and other pollution free
environment at site during the construction period. No compensation on this account will be
granted by department.
14 Electrical power supply arrangement required will be made by the contractor at his own cost for
the construction activities and construction of camp office, store yard, store hutment etc. the
arrangement of land rest with contractors at his own expenses.
15 Contractor should provided Utility duct for S and T cable as per site requirement as directed by
Engineer-in-Charge within Lump-Sum cost.
16 During construction of bridge & approaches work necessary safety precaution i/c caution
board/informatory board for safe traffic movement will be provided by the contractor within
Lump-Sum cost.
17 P-Way mate and required number of P-way labours with necessary tools and plants for
maintaining the tracks alignment during the box pushing work and also track ballast as per
requirement, provided by contractor within lump sum cost.
18 It shall be responsibility of contractor to dispose surplus material in all lead & lift as directed by
Engineer-in-Charge within Lump-Sum cost.
19 It will be the Sole responsibility of Contractor to construct and maintain the Diversion Road if
necessary during construction period with in lump sum cost for safe movement of traffic.
Contractor will fully responsible for any accident, damage and losses occurred.
20 Contractor should keep Necessary Relieving Span (Relieving Girder) as stand by along with
operation schedules as a safety measure on its own cost.
21 During excavation of any structure of RUB in all type of soil/boulder/rock, shoring, shuttering,
scaffolding, dewatering arrangement or any other type of arrangement required for safe
construction will not be paid Extra.
22 Scarifying of Existing road if required to be done by the contractor on his own cost and Existing
Road if damaged during construction must be construct within lump sum cost by the contractor.
23 Dismantling of all type of existing structure, trees, encroachments.....etc. and excavated stuff of
approach road, sump well shall be disposed at least up to 10km away from the site of work as
per direction of engineer in charge nothing extra shall be payable to the contractor on this
account.
24 Epoxy paintings of approved make in two coats on outer 3 surfaces of entire Pre-cast box and
Epoxy Grouting between segments of Box unit must be done within lump sum cost. No water
peculation through structure will be allowed.
25 For finishing followings must be used as and where required:-
61
*Three coats of Premium Textured Paint of approved color with alternate
band.
*Providing and applying 2mm thick ready mix exterior grade approved make putty (like Birla
wall care, Alltek Superfine W/R of (NCL), Asian, ICI, Nerolac, J.K. wall putty) on walls to
make the surface smooth and even.
26 Any discrepancy found in alternative GAD all details of Annexure "M" & "N" shall be binding.

27 Contractor shall submit detail liability drawings with design calculation within 15 days of date
of work order.
28 If there is any Item/Details missing in contractor drawings then details of Annexure “M” & “N”
and departmental drawing will be followed.
29 Details of Liner (i) 10 mm thick Permanent MS (i) 10 mm thick Permanent MS liner
for Pile liner upto 0.500m from Rock Level upto 0.500m from Rock Level
Foundation (ii) 6mm thick Permanent MS (ii) 6mm thick Permanent MS Liner
Liner for rest of the pile portion for rest of the pile portion
(iii) For end Bearing Pile minimum (iii) For end Bearing Pile minimum
socketing in rock = 3times of the socketing in rock = 3times of the
dia, of the pile dia, of the pile

Executive Engineer
P.W.D., Bridge Construction,
Division-Raigarh (C.G)
62
ANNEXURE – O: TND001016010000000000PWDCG71902.doc

ANNEXURE – “O”

ADDITIONAL SPECIAL CONDITIONS

1. Foundation levels and confirmatory boring: In accordance with IS / IRC Code keeping
in view the stipulation of clause 4.5 & 4.18 of the N.I.T contractors are required to carry
out confirmatory boring on each pier and abutment locations.

2. General arrangement Drawing, approval of design: The tender drawing containing


general arrangement of structure must give one type of structural component out of the
acceptable types as stipulated in the N.I.T or in these special conditions. No option is
acceptable. However, change in design at later data will examine in accordance with
clause 4.16 of N.I.T. Programme of submission & approval of detailed design shall be
mutually on award of the contract.

3. Details in General Arrangement Drawing: Type of pier, abutment and returns and their
foundation levels should be clearly shown in the general arrangement drawing of the
contractor.

4. Conditions of Exposure: The condition of exposure shall be treated as moderate for this
bridge.

5. Consultant: A contractor who offers alternative designs should declare the name and
address of the consultant. If the said consultant has not done any work of bridge in
M.P.P.W.D or Setu Nirman Nigam, his qualification and experience in design work must
be stated.

6. R.C.C bearing shall not be allowed.

7. Design of box for temperature difference: The additional stresses generated by the
temperature difference may be calculated in accordance with the method contains in a
paper entitled “Temperature stresses in concrete bridge decks simple design method by
Dr. V. K. Raina published in Bridge and Structural Engineer. If such additional temperature
stresses are taken into account, the permissible increase of stresses will be 15% in
accordance, with Clause 203 of IRC – 6 of 1986.

8. Land for construction Camp: Land for construction camp shall be arranged by the
contractor.

9. Security deposit Clause 1.1 and 2.8 of N. I. T.: Fifty percent of the security deposit will
be refunded on completion, testing and handing over of the bridge, to the department.
Remaining fifty percent will be refunded six months after completion or after one
monsoons, whichever is later.

10. Supply of detailed drawing: The detailed drawing of various component of bridge shall
be supplied to the contractor in parts as per the progress of the work. In case the
contractor’s lump sum offer based on departmental General Arrangement Drawing, he will
have to submit detailed design & drawing of various components for approval as per clause
4.3

11. Revision in design: Due to basic data being changed. If, on award of work, it is
considered necessary to increase the length of bridge or vary the foundation and / or
formation level due to change in the basic hydraulic and sub soil data, the contractor shall,
submit revised design to suit the change as ordered without any extra cost on account of
the additional design work.
63

But in case there are major changes in the data and the contractor is required to redesign the
bridge, the C.E. may at his discretion allow extra payment for design may be commensurate
with the extra work involved in the design.
(12) If the tenderer, whose tender has been accepted, and after signing the agreement, (i) does
not start regular actual physical items of work within
25% (twenty five percent) of the time allowed for completion, or abnormally slowdown the work or
(iii) abandons the work, or (iv) merely goes on applying for extension of time; the Executive Engineer
shall serve a "show cause" notice with details to the contractor in this regard and if the contractor does
not reply, or if his reply is considered not satisfactory (at the sole discretion of the Executive Engineer),
his earnest money and the performance security money or the Bank Guarantee in this regard shall be
forfeited in favor of the Govt. If the contractor has committed a similar default on earlier occasion (s)
in previous three consecutive years the contractor shall be debarred from participating in any future
tender of any P.W.D. Division in the State of Chhattisgarh for a period of 2 (two) years from the date
of such order, by the authority which had registered him/her.
Such orders & action shall be final binding and conclusive
(13). performance Guarantee:

(As per the guidelines issued by Government of C.G. P.W.D. Departments Raipur order
n. F21-5/T/19/2012/Tender,Nava Raipur Dated 20.01.2023 )
(i) The contractor shall also be responsible for performance of work carried out by him and it's
maintenancefor a scheduled period beyond the completion of work for which performance
security has to be furnished by him @ 5% (five percent) of amount of contract. For this
purpose contractor has to submit to the department a BankGuarantee/FDR/TDR issued by
approved scheduled bank (duely verified by department) of 5% amount of the value of work
done on every running and final bill payable to him. Ifcontractor fails to submit bank
guarantee/FDR/TDR of 5% amount of the gross bill, then 5% amount of bill shall be deducted
from his running and final bill payment. However, the contractor can get refund of such
performance cash security amount deducted if hesubmits appropriate bank
guarantee/FDR/TDR valid for the period as stated. The performance and maintenance
period shall be as follows :-
(a) 60 months after completion of work, in case of Bridges, Buildings and original work
for roads consisting of bituminous base course and seal coat and concrete roads and
others.
(b) 36 months In case of road renewal work alone executed with bituminous work
having total thickness of bituminous work is upto 40 mm.
If required, the Executive Engineer shall ask the contractor to extend the validity period of the
Bank Guarantee(s) for such period which he considers it proper and the contractor shall extend
the validity period of such Bank Guarantee accordingly. If the contractor fails to extend the
period accordingly, the Executive Engineer shall encash the B.G. before the expiry of the
validity period.
(ii) The contractor shall have to carry out all necessary "Rectification" of defects noticed, caused
due to any reasons at his own cost within 07 (Seven) days of communication notice from the
Executive Engineer/Sub Division Officers to him."
(iii) Failure of the contractor to rectify the defects properly in the given period, it shall be open for
the Executive Engineer/Sub Divisional Officer to get the defect(s) rectified either
departmentally or through other agency (without calling any tender /quotation) and recover the
actual cost plus 15% (fifteen percent) of such cost from the contactor from any sum, in any
form, and available with the department or can be recovered as "Arrears of Land Revenue"
(iv) Refund of Performance Bank Guarantee/FDR/TDR-
64
(a) Performance period is 60 months - After Three years of completion of construction,
50% (fifty percent) of available performance Bank guarantee/FDR/TDR shall be
returned to the contractor subject to the satisfaction of the Executive Engineer.
Remaining performance Bank Guarantee/FDR/TDR as would be remaining (after
recovery all cost plus 15% (Fifteen percent) for rectification of defects, if done by
the department or through other agency) shall be returned after 60 Months of
completion.

(b) Performance period is 36 months - After Two years of completion of construction,


50% (fifty percent) of available performance Bank guarantee/FDR/TDR shall be
returned to the contractor subject to the satisfaction of the Executive Engineer.
Remaining performance Bank Guarantee/FDR/TDR as would be remaining (after
recovery all cost plus 15% (Fifteen percent) for rectification of defects, if done by
the department or through other agency) shall be returned after 36 Months of
completion.

The performance guarantee will be in addition to the normal security to be deducted as


per clause 1 of agreement for the execution of contract.

(14) The tenderer/contractor shall give in advance authority letter(s) in favour of the Executive
Engineer, authorising him to get all Bank’s Fixed Deposit receipts, Bank Guarantees (either
normal security deposit and or for performance security) to get these Bank Receipts and
Guarantee deeds verified and got confirmed from the concerned Bank. It will be only after
getting such confirmation that the Executive Engineer shall pay any amount accordingly or
refund the equal amount for which BG submitted has been duly verified and confirmed.

(15) The contractor shall not remove minor mineral from borrow areas, quarries without prior
payment of Royalty charges.

(16) Bsdsnkj ds }kjk dk;kZns'k dh frfFk ls 15 fnu ds Hkhrj muds Lo;a ds O;; ij
dk;Zdkjh :ikadu rS;kj djokdj foHkkx dks miyC/k djkuk gksxk] ftlds fy,
mUgsa foHkkx }kjk dksbZ Hkqxrku ugh fd;k tk;sxkA
(17) Special Condition:

In the event of withdrawing his/her after before the expiry of the period of validity of offer
or failing to execute the agreement as required by condition No. 2.4.3 and 2.34 of the notice inviting
tender (N.I.T.) he/she will not be entitled to tender for this work in case of recall of tenders. In
addition to forfeited of his/her earnest money as per provisions of condition No. 2.4.3 and 2.34 of
N.I.T. as may be applicable for the work, the registering authority will demote the contractor firm
for a period of one year. If the tenderer has committed a similar default on earlier occasion (s) as
well, then such demotion in registration will be permanently.

These special conditions will supersede anything contrary to it in the tender


document.
18. Additional Special Condition:
A). Cess @ 1% (One percent) shall be deducted at source, form every bill of the contractor by
the Executive Engineer under "Building and Other construction for workers welfare, Cess
Act 1996".

B). It is mandatory for the contractor(s) to get himself themselves registered with "C.G.
Building & Other construction welfare Board" as soon as the work order is issued to him /
them for the work amounting to Rs. 10.00 (Ten) Lakhs and above and submit a copy of the
65
same to the concern Executive Engineer, other wise no Payment will be made under the
contract.

C). Contractors are advised to go through the Notice Inviting tenders & the tender/P.Q./Bid
Capacity document thoroughly. Certificates, annexures, enclosures as mentioned in the
document will have to be submitted by the tenderers strictly in the prescribed format, at the
time of submission of Technical/Financial bid, failing which the contractor shall disqualify
for the work & his financial offer shall not be opened and no representation, appeal or
objection, what so ever in this regard shall be entertained by the department.

D). It is mandatory to submit online by the contractor the list of on-going works/ works in hand.
If any work is found delayed beyond one year from the stipulated date of completion, the
contractor will be disqualified for the reason of poor performance.

E). As per the guidelines issued by Government vide Letter no.F21-5/T/19/2012/Tender


u;k jk;iqj] fnukad 04- 06- 2016
Additional performance security (APS) shall be deposited by the successful bidder at the
time of signing of agreement when the bid amount is unbalance i.e less than estimated cost
by more than 10%. To 20% ,in such an event the successful bidder will deposit the
additional performance security (APS) to the extent of difference of 90% of the PAC and
bid amount in the shape of Bank Guarantee, issued by approved scheduled bank, for
agreement period, in favour of the Executive Engineer before signing the agreement. If the
bid amount is seriously unbalance j.e.less than the estimated cost by more than 20% in such
an event successful bidder will deposit the Additional performance security (APS) to the
extent of difference of 90% of the PAC and bid amount in the shapc of F.D.R., issued by
approved scheduled bank, in favour of the Executive Engineer before signing the
agreement. The bank Guarantee/F.D.R. shall be released/returned along with the normal
S.D.after completion of work . If the contractor fails to complete the work or left the work
incomplete, this Additional performance security (APS), shall be forfeited by the
department, & the agreement shall be terminated and action shall be taken in accordance
with clause 1.14 of the agreement. In case the tenderer/contractor refused to deposit
Additional performance security (APS) then his bid will be rejected by the sanctioning
authority and earnest money shall be forfeited.

F). jkT; ljdkj ds fdlh Hkh foHkkx esa dkyhlwph ;k fMckj fufonkdkjksa dks
foHkkx ds fdlh Hkh fufonk esa Hkkx ysus dk vf/kdkj ugha gksxkA
fufonkdkj }kjk ;g Hkh 'kiFk&i= nsuk gksxk fd] os Hkkjr ljdkj@vU;
jkT;ksa ds jkT; ljdkj@jkT; ljdkj ds fdlh Hkh foHkkx esas dkyh lwph esa
ugha Mkys x, gSa ;k fMckj ugha fd;s x;s gSaA
ANNEXURE "O" Additional Special Condition esa dafMdk 18 mijkar dafMdk 19
fuEukuqlkj izfrLFkkfir djrk gS%&
adafMdk 19 %& To qualify for award of the Contract, each Prime contractor in the same
name and style (tenderer), in its name must have in the last five year.

(i) " Satisfactorily completed at least one bridge work equal in value of 50 % (Fifty percent)
of the probable amount of contract as on date of submission of financial offer."
66
(ii) Satisfactorily completed at least two similar work each costing minimum 40 % (Forty
percent) of the probable amount of contract for which the tender is invited as on date of
submission of financial offer.
(iii) Satisfactorily executing at least on similar work having recived payment of value no less
then 60 % (Sixty percent) of the value of probable amount of contract as on date of
submission of financial offer.
Note :- The value of completed work shall be updated to the value of current financial
year @ compounded rate of 10 % (Ten percent) per year from completion year of work.
The completion year shall be taken as base year.
67
(Govt. of C.G. PWD Raipur vide Memo No. f-21-7/T/2012/19/Tender/ New Raipur Dt.
30.01.2016)

20. N-x-'kklu] yksd fuekZ.k foHkkx] ea=ky;] jk;iqj dk Øekad ,Q


21&5@Vh@19@2012@fufonk %& jkT; 'kklu ,rn~ }kjk dk;Z LFky ij
dk;Zjr O;fDr;ksa dh lqj{kk ds fy, lacaf/kr Bsdsnkjksa ,oa bapktZ
bathfu;jksa }kjk fd;s tkus okys lqj{kkRed mik;ksa ds laca/k esa foHkkx
esa izpfyr fufonk izi= FORM-F (APPENDIX 2.18) ds Annexure - 'O'
Additional Special Conditions esa ljy Ø- 19 mijkUr ljy Ø- 20 uohu dafMdk
fuEukuqlkj tksM+h tkrh gS %&
"Apart from taking other safety measures the contractor shall observe and ensure
the following safety regulations:
a. He shall provide safety belts, helmets, flouroscent jackets to all the workers
deployed on the site. He shall arrange the same for all the officials/persons also
visiting the site.
b. He shall provide strong and stout scaffolding, centering and shuttering at site –
the design of which shall be got approved from the engineer in charge. The
contractor shall be held fully responsible for any accident if it occures due to not
following the above.
c. The complete site shall be fully lighted, watched, barricated and guarded untill
completion of work and taking over so as to forbid entry of any tresspasser.
d. All the excavated trenches (for foundation / septic tanks), bore holes shall be kept
properly guarded/fenced, all the time, to avoid falling of any persons their in.
e. The periphery area of building inside and outside shall be provided with
temporary shed structures, so as to safe guard the workers/officials passing by it
from anything falling from the work going on in the upper stones.
f. In case of road works the widening portion when excavated shall be provided
with all safety measures like safety ribbons, guard stones, cautionary sign boards
(reflective)
g. The contractor shall arrange good strong ladders etc to facilitate the departmental
officials in supervision.
h. The contractor shall get his workers fully insured their life against accidents.
i. The contractor shall work in such a manner that neither, the public & nor any
property (govt./public/private) is put to risk.
j. On the roads under constructions, the contractor shall ensure that no construction
material is kept/stacked on the road carriage way/ shoulder."
k. Comply with all applicable safety regulations.
l. Take care for the safety of all persons entitled to be on the site.

m. Use reasonable efforts to keep the site and works clear of unnecessary
obstruction so as to avoid danger to these persons.
68

n. Provide any temporary works (including roadways, footways, guards and fences)
which may be necessary, because of the execution of the works, for the use and
protection of the public and of owners and occupiers of adjacent land.

o. The contractor shall be fully responsible for the adequate safety of all site
operations and method of constructions.

p. The Contractor shall submit to the Engineer a detailed proposal covering safety
measures proposed to be adopted at site.

q. Breach of safety provision by the Contractor and his employees shall contitute a
sufficient cause for action.

r. Adequate precautions shall be taken to prevent accidents from electric cables,


while digging operation is underway.

s. Workers employed on bituminous works, stone crushers concrete batching plants


etc. shall be provided with protective goggles, gloves, gumboots etc.

t. Those engaged in welding work shall be provided with welder protective shields.

u. All display boards shall be retro reflective material and of sizes mentioned in the
drawing.
v. All vehicles will have reverse horns.
w. In addition, if directions are given by the "Engineer" to augment the safety
measures, the Contractor has to abide by his directions.

x. A safety officer shall be nominated by the Contractor to prepare safety


programme and after getting the approval from the Engineer, oversee the
safety arrangement at site.
69

¼N-x-'kklu] yks-fu-fo-] ea=ky; egkunh Hkou] uok jk;iqj vVy uxj]


ftyk&jk;iqj ds vkns'k dz- ,Q 21&5@Vh@19@2012@fufonk] fnukad
31@07@2020 }kjk fufonk izi= Appendix 2.18 (Lumpsum Contract Form "F")
Annexure- "O" Additional special condition ds ljy dz-&21 esa fd;s x;s fuEukuqlkj
la'kks/ku dk lekos'k fd;k x;k gS %&½

21(A) - (For tender value less than Rs. one crore)

(i) It is Mandatory for the "B", "C" & "D" Class bidders, to submit affidavit (annexure
3, enclosed) and the list of ongoing works/works in hand in the Annexure "2" (enclosed),
If the total value of works in hand is more than 2.5 times the capacity as specified for
"B","C" and "D" class bidders registration the bidder shall be disqualified.
(ii) It is Mandatory for the "A" Class bidder, to submit affidavit (annexure 3, enclosed)
and Bid capacity information (Appendix 1) along with information Annexure 1, 2. The
bidder will only be qualified if the available bid capacity is equal or more than the amount
put to tender.

21(B) - (For tender value from Rs. 1 crore to Rs. 5 crore)

All the bidder shall have to submit the information of bid capacity (Appendix 1),
information in Annexure 2, 3 and affidavit (Annexure 3). They will only be qualified if the
available bid capacity is equal or more than amount put to tender.
70

(Appendix 1)

BID-CAPACITY INFORMATION

(By all class of contractors for tenders costing Rs. 1 crore to 5 crore, and by only
"A" class contractor for tender costing less than Rs. 1 crore)
Bidders will be qualified Only if their available bid capacity is more than the
total bid value The available bid capacity will be calculated as under:
Assessed Available bid capacity = (A*N*2.5-B)
Where
A= Maximum value of civil engineering works executed in any one financial year
during the last five years (updated to the price level of current financial year,
as per enhancement factors indicated below) taking into account the
completed as well as works in progress. (As per Annexure-1)
Year - Enhancement factor
Last One - 1.10
Last Two - 1.21
Last Three - 1.33
Last Fourth - 1.46
Last Fifth - 1.61
N= Number of years * prescribed for completion of the works for which bids are invited.
(i) Period of Completion up to 6 months to be taken as 1/2 year.
(ii) Period of Completion from 7 months to 12 months to be taken as 1 year.
(iii) Period of completion more than 12 months to be taken as (Period of Completion in
months/12) years.

B= Value of existing commitments and on-going works to be executed during the


next................................. years * (period of completion of the works for which bids are
invited) (As per Annexure-2)
71

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

The bidder shall have to submit an affidavit (Annexure 3) that all the information
furnished is correct in all respects.
Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have made misleading, incorrect or false representations in the forms,
statements, affidavits and attachments submitted in proof of the qualification
requirements.

ANNEXURE - 1

Information on bid capacity


Work performed prime contractor (in the same name in and style) on all classes of Civil
Engineering Construction Work over the last five financial years.
S.N Proje Name of Desc Value of Contrac Date As per Actual Year wise value of work done as per Book balance Rs. in Remark
ct Employe ripti Contract t No. of Agreement Date lakhs explaining
Name r on of Issue Date of of reason for
work of Completion Compl Delay. if any
work etion last 5th last last last last Total and the
Order year 4th 3rd 2nd year amount of
year year year deduction due
to delay also
mentioned if
any claim are
dispute is
pending in any
forum
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

;ksx

Note :- (i) Enclose certificates from Engineer (s) in charge (Not below the rank of Executive Engineer or equivalent)
for value of work remaining to be completed, value of work done, anticipated date of completion.
(ii) Tenderer may attach certified copies of work order issued by Engineer in charge not below the rank of Executive
Engineer.

Signature of Contractor
72

ANNEXURE - 2

Existing commitments and ongoing all classes of civil engineering contruction works, by the
prime Contractor

S. Project Descript Contra- Name & Value Date of As per Value of Probable value Anticipated Value of claims
N Name -ion of ct No. & Address of issue of Agreement work of months of dispute if any
o. work Year of the Contra work Date of done up to work required pending
employ- ct (Rs. Order/lette Completion date of issue remaining to for
er Lakhs) r of of N.I.T be Completed Completion
acceptance (Rs.Lakhs) (Rs.Lakhs)(6-9) of balance
of work work
(LOA)

1 2 3 4 5 6 7 8 9 10 11 12

Total of column 10

Note :- (i) Enclose certificates from Engineer (s) in charge (Not below the rank or Executive Engineer of equivalent) for value of
work remaining to be completed, value of work done, anticipated date of completion.

(ii) Tenderer may attach certified copies of work order issued by Engineer in charge not below the rank of Executive Engineer
(iii) copy of acceptance letter (LOA)
73

Signature of Contractor

Annexure-3

'kiFk i= (Affidavit)

¼fcM dsisflVh lfgr vkeaf=r fufonkvksa ds fy,½

eSa@ge ¼'kiFk i= izLrqr djus okys O;fDr@ O;fDr;ksa ds

uke½ tks fd esllZ---------------------------------- ¼Bsdsnkj QeZ dEiuh

dk uke½ ds --------------------------------------------- ¼daiuh@QeZ esa

gSfl;r½ gS vkSj QeZ@dEiuh dh vksj ls 'kiFk i= izLrqr djus ds fy, l{ke


74

gSA bl 'kiFk i= }kjk 'kiFk iwoZd ;g izekf.kr djrk gwW @djrs gSa fd

izeq[k vfHk;ark@v/kh{k.k vfHk;ark] yksd fuekZ.k foHkkx------------

------------------}kjk vkeaf=r fufonk lwpuk dzekad-----------------------

------------okLrs ¼dk;Z dk uke½----------------------------------------------

------------------------ ds fy, fnukad ------------------------- dks vkeaf=r

fufonkvksa ds ckjs esa izLrqr fd;s tk jgs fufonk izi= esa fuEufyf[kr

tkudkjh ds leFkZu es tks izek.k&i=@ vfHkys[k izLrqr fd;s tk jgss

gSa] mlls eSa@ ge O;fDrxr :i ls iwjh rjg larq"V gSa rFkk ,rn~ laca/kh

tkudkjh;ksa] vfHkys[kksa ,oa izek.k i=ksa dh lR;rk ds fy;s eSa@ge

iw.kZ :i ls mRrjnk;h gSa &

;g fd fufonk izi= esa nh xbZ tkudkjh iw.kZr% lR; ,oa


izekf.kd gSA

'kiFkdrkZ dk gLrk{kj ,oa


lhy

lkoZtfud uksVjh }kjk lR;kiu


dh lhy rkjh[k lfgr
75

22. As per the guidelines issued by Government vide Letter no. F21-
5/T/19/2012/Tender Nava Raipur Dated 05-10-2019.
"Clause 1.13.2 Incentive bonus and Clause 2.33 Escalation of Appendix 2.18 stands
deleted for all type of deposit works."

(In this document Pre-Contract Integrity Pact is added as Annexure P, as per the guidelines issued by
Government vide Letter no. 243/fo@fu@pkj@2013 u;k jk;iqj] fnukad 06 tqykbZ] 2013½
ANNEXURE : P
PRE- CONTRACT INTEGRITY PACT

1. General
1.1 This pre bid-contract Agreement (hereinafter called the Integrity Pact) is made on
………the day of the month of ………..20……………., between the Government Of
Chhattisgarh, acting through Shri……………………………….(Designation of the
Officer, Department) Government Of Chhattisgarh (hereinafter called the “BUYER”
which expression shall mean and include, unless the context otherwise requires, his
successors in the office and assigns) and the First Party, proposes to procure( name of the
Store/ Equipment/ Work/ Service) and M/s …………………………represented by Shri
…………………………………………..Chief Executive Officer (hereinafter called the
“BIDDER/SELLER” which expression shall mean and include, unless the context
otherwise requires his successors an permitted assigns ) of the Second Party, is willing to
offer / has offered.

1.2 WHEREAS the BIDDER is a Private company/Public company/Government


undertaking/Partnership/Registered Export Agency, constituted in accordance with the
relevant law in the matter and the BUYER is a Ministry/Department of the Government,
performing its functions on behalf of Government Of Chhattisgarh

2. OBJECTIVES
NOW THEREFORE, the BUYER and the BIDDER agree to enter into this pre- contract
agreement, hereinafter referred to as Integrity Pact, to avoid all forms of corruption by
following a system that is fair, transparent and free from any influence/prejudiced dealings
prior to, during and subsequent to the contract to be entered into with a view to:-
2.1 Enabling the BUYER to obtain the desired Stores/ Equipment/ Work/ Service at a
competitive price in conformity with the defined specifications by avoiding the high cost
and the distortionary impact of corruption on public procurement, and

2.2 Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in order
to secure the contract by providing assurance to them that their competitors will also abstain
from bribing any corrupt practices and the BUYER will commit to prevent corruption, in
any form, by its officials by following transparent procedures.

3. COMMITMENTS OF THE BUYER


The BUYER Commits itself to the following:
3.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly
with the contract, will demand, take promise for or accept, directly or through
76
intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the BIDDER, either for themselves or
for any person, organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or implementation process
related to the Contract.
3.2 The BUYER will, during the pre-contract stage, treat BIDDERs alike, and will provide
to all BIDDERs the same information and will not provide any such information to any
particular BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.
3.3 All the officials of the BUYER will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial
suspicion of such a breach.
In case of any such preceding misconduct on the part of such official(s) is reported by
the BIDDER to the BUYER with the full and verifiable facts and the same is prima
facie found to be correct by the BUYER, necessary disciplinary proceedings, or any
other action as deemed fit, including criminal proceedings may be initiated by the
BUYER and such a person shall be debarred from further dealings related to the
contract process. In such a case while an enquiry is being conducted by the BUYER the
proceedings under the contract would not be stalled.
4. COMMITMENTS OF BIDDERS
The BIDDER commits himself to take all measures necessary to prevent corrupt practices,
unfair means an illegal activities during any stage of its bid or during any pre-contract or
post-contract stage in order to secure the contract or in furtherance to secure it and in
particular commits itself to the following:
4. 1The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organization or third
party related to the contract in exchange for any advantage in bidding, evaluation,
contracting and implementation of the Contract.
4. 2The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the BUYER or otherwise in procuring the Contract of forbearing to do
or having done any act in relation to the obtaining or execution of the Contract or any
other Contract with the Government for showing or forbearing to show favour or
disfavour to any person in relation to the Contract or any other Contract with the
Government.
4. 3The BIDDER further confirms and declares to the BUYER that the BIDDER is the
original Manufacturer/Integrator/Authorized government sponsored export entity of the
stores and has not engaged any individual or firm or company whether Indian or foreign
to intercede, facilitate or in any way to recommend to the BUYER or any of its
functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.
4. 4The BIDDER, either while presenting the bid or during pre- contract negotiations or
before signing the contract, shall disclose any payment he has made, is committed to or
intends to make to officials of the BUYER or their family members, agents, brokers or
77
any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.

4. 5The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.

4. 6The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.

4. 7The BIDDER shall not use improperly, for purposes of competition or personal gain,
or pass on to others, any information provided by the BUYER as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.

4. 8The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.

4. 9The BIDDER shall not instigate or cause to instigate any third person to commit any of
the acts mentioned above.

5. PREVIOUS TRANSGRESSION
5. 1The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any
country in respect of any corrupt practices envisaged hereunder or with any Public
Sector Enterprise in India or any Government Department in India that could justify
BIDDER’s exclusion from the tender process.

5. 2 If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified
from the tender process or the contract, if already awarded, can be terminated for such
reason.

6. EARNEST MONEY/SECURITY DEPOSIT


6. 1Every BIDDER, while submitting commercial bid, shall deposit an amount as specified
in the RFP as Earnest Money/Security Deposit, with the BUYER through any of the
following instruments:-

i. Bank Draft or a Pay Order in favour of the …………………………………..,

ii. A confirmed guarantee by an Indian Nationalized Bank, promising payment of the


guaranteed sum to the
……………………………..(BUYER),……………………………. on demand
within three working days without any demur whatsoever and without seeking any
reasons whatsoever. The demand for payment by the BUYER shall be treated as
conclusive proof for payment.
iii. Any other mode or through any other instrument (to be specified in the RFP).

6.2 The Earnest Money/Security Deposit shall be valid upto a period of five years or the
complete conclusion of the contractual obligations to complete satisfaction of both the
BIDDER and BUYER, including warranty period, whichever is later.
78
6.3 In the case of successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of
Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case
of a decision by the BUYER to forfeit the same without assigning any reason for
imposing sanction for violation of this pact.

6.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security
Deposit for the period of its currency.

7. SANCTIONS FOR VIOLATION


7. 1Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall
entitle the BUYER to take all or any one of the following actions, wherever required:

(i) To immediately call off the pre-contract negotiations without assigning any reason
or giving any compensation to the BIDDER. However, the proceedings with the
other BIDDER(s) would continue.
(ii) To forfeit either fully or partially the Earnest Money Deposit (in Pre- Contract stage)
and/or Security Deposit/Performance Bond (after the contract is signed), as decided
by the BUYER and the BUYER shall not be required to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER
with interest thereon at 2% higher than the prevailing Prime Lending Rate, while in
case of a BIDDER from a country other than India with interest thereon at 2%
higher than the LIBOR. If any outstanding payment is due to the BIDDER from the
BUYER in connection with any other contract such outstanding payment could also
be utilized to recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by the
BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER and the BIDDER shall be
liable to pay compensation for any loss or damage to the BUYER resulting from
such cancellation/ rescission and the BUYER shall be entitled to deduct the amount
so payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future Bidding processes of the
Government of Chhattisgarh for a minimum period of five years, which may be
further extended at the discretion of the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman
or agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the BUYER with the BIDDER, the same shall not be opened.
79
(x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of
the BIDDER, either directly or indirectly, is closely related to any of the officers of
the BUYER, or alternatively, if any close relative of an officer of the BUYER has
financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the
BIDDER at the time of filing of tender. Any failure to disclose the interest involved
shall entitle the BUYER to rescind the contract without payment of any
compensation to the BIDDER.
The term ‘close relative’ for this purpose would mean spouse
whether residing with the Government servant or not, but not include a spouse
separated from the Government servant by a decree or order of a competent court;
son or daughter or step son or step daughter and wholly dependent upon
Government servant, but does not include a child or step child who is no longer in
any way dependent upon the Government servant or of whose custody the
Government servant has been deprived of by or under any law; any other person
related, whether by blood or marriage, to the Government servant or to the
Government servant’s wife or husband and wholly dependent upon Government
servant.
(xi) The BIDDER shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of the
BUYER, and if he does so, the BUYER shall be entitled forthwith to rescind the
contract and all other contracts with the BIDDER. The BIDDER shall be liable to
pay compensation for any loss or damage to the BUYER resulting from such
rescission and the BUYER shall be entitled to deduct the amount so payable from
the money(s) due to the BIDDER.
(xii) The decision of the BUYER to the effect that a breach of the provisions of this
Pact has been committed by the BIDDER shall be final and conclusive on the
BIDDER. However, the BIDDER can approach the Monitor(s) appointed for the
purposes of this Pact.
8. FALL CLAUSE
8. 1The BIDDER undertakes that if has not supplied/is not supplying similar products/
systems or subsystems at a price lower than that offered in the present bid in respect of
any other Department of the Government of Chhattisgarh or PSU and if it is found at
any stage that similar products/ system or sub-system was supplied by the BIDDER to
any other Department of the Government of Chhattisgarh or a PSU at a lower price,
then that very price, with due allowances for elapsed time, will be applicable to the
present case and the difference in the cost would be refunded by the BIDDER to the
BUYER, if the contract has already been concluded.

9. INDEPENDENT MONITORS
9. 1The BUYER will appoint Independent Monitors (hereinafter referred to as Monitors)
for this Pact.

9. 2The task of the Monitors shall be to review independently and objectively, whether and
to what extent the parties comply with the obligations under this Pact.
9. 3The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.

9. 4Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings. The Monitor shall
be under contractual obligation to treat the information and documents of the
BIDDER/Subcontractor(s) with confidentiality.
80
9. 5As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will
so inform the Authority designated by the BUYER.

9. 6The Monitor will submit a written report to the designated Authority of


BUYER/Secretary in the Department/ within 8 to 10 weeks from the date of reference
or intimation to him by the BUYER/BIDDER and, should the occasion arise, submit
proposals for correcting problematic situations.
10. FACILITATION OF INVESTIGATION
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the BUYER or its agencies shall be entitled to examine all the documents
including the Books of Accounts of the BIDDER and the BIDDER shall provide
necessary information of the relevant documents and shall extend all possible help for
the purpose of such examination.
11. LAW AND PLACE OF JURISDICTION
This Pact is subject to Indian Law, The place of performance and jurisdiction shall be
the seat of the BUYER.
12. OTHER LEGAL ACTIONS
The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the any other law in force
relating to any civil or criminal proceedings.

13. VALIDITY
13. 1 The validity of this Integrity Pact shall be from date of its signing and extend up to
5 years or the complete execution of the contract to the satisfaction of both the BUYER
and the BIDDER/Seller, whichever is later. In case BIDDER is unsuccessful, this
integrity Pact shall expire after six months from the date of the signing of the contract.

13. 2 If one or several provisions of this Pact turn out to be invalid, the remainder of this
Pact shall remain valid. In this case, the parties will strive to come to an agreement to
their original intentions.

14. The Parties hereby sign this Integrity Pact at __________ on ______________ .

BUYER BIDDER

Name of the Officer CHIEF EXECUTIVE OFFICER


Designation
Department/ PSU
Witness
Witness

1……………………………………… 1………………………………….
2……………………………………… 2................................................
81
(23) RITES shall be supervision consultant to Executive Engineer, P.W.D. Bridge Construction Division
Raigarh and shall supervise construction work of Railway Part, on behalf of Executive Engineer,
P.W.D. Bridge Construction Division Raigarh on a joint responsibility

24.1 The contractor has to work along with other agencies in and around the area allotted for his
works. He should execute all his works in complete co-ordination and co-operation with all
such agencies and provide access to other agencies so that at no time either his work or the
work of other agencies is stopped or delayed. In case of any dispute in his regard, the decision
of Engineer-in-charge or his representative will be final and binding on the Contractor. No
claim for idle labour, plant and machinery under any circumstances will be entertained by PWD
(Bridge), Raigarh/RITES Ltd.

24.2 For work close to Railway line, road telephone line, power line (both underground and
overhead) and structures, all precautions should be taken for ensuring that during the execution
of the work no damage is caused to such assets and also no obstruction is caused to the
movement of trains/road traffic.

24.3 SERVICE ROAD : Contractor will provide service road/roads for movement of materials as
per direction of Engineer-in-charge. Contractor will also maintain these service roads in safe
and fit condition at his own cost. He will however have no authority to prevent use of such
roads by PWD(Bridge), Raigarh /RITES Ltd., and other bonafide contractors working at site.
PWD(Bridge), Raigarh /RITES Ltd., will however, have the authority to disallow any
movement on the road, which in their opinion is not in the interest of work, if the contractor
fails to provide service road to the satisfaction of the Engineer-in-charge. It will be provided
by the Engineer-in-charge at Contractor’s cost. However, in case any such road is not required
for the purpose of the work, nothing shall be deducted from contractor’s payment on this
account.

24.4 The contractor is required to execute the work in stretches/areas which are made available to
him and which may or may not be in continuous stretches. Decision of
Engineer-in-charge shall be final in this regard and binding on the contractor. Contractor shall
have no claim if the stretches/areas are not available for the construction / repair at the same
time. Extra time where requested by the Contractor on this account shall be considered by the
Engineer-in-charge on case to case basis.

24.5 The contractor shall provide a detailed schedule of work along with material and labour
deployment on monthly basis and revise or update the same every month.

24.6 The contractor will be required to establish a field labouratory for testing of compaction of
earthwork / blanketing material, aggregates, bricks, concrete, bitumen and other materials etc.
The contractor shall provide qualified personnel to run the labouratory for the duration of the
contract. The number of staff and equipment available must at all times be sufficient to keep
pace with the sampling and testing programme as required by the Engineer-in-charge.

21.7 The contractor shall procure all the materials well in advance so that there is sufficient time for
testing of the materials and clearance of the same before using in the works. Testing of the
materials i.e. concrete cubes/reinforcement steel/moorum/earth/ stone / dust / cement /
aggregate/ ballast and any other materials shall be carried out in Govt. Engineering College,
National Test House, RITES Labouratory at Nagpur or any other approved labouratories as
directed by Engineer-in-charge and as per the frequency mentioned in QAP (Quality Assurance
Plan) of RITES Ltd. Cost of testing of materials shall be borne by the contractor.
82
24.8 The concreting work shall be done with proper and assured system of curing in duly identified
areas with date of concreting marked in paint. In hot weather the contractor shall take relevant
care to cover the work with wet gunny bags / Hessian cloth or use continuous sprinkling of
water on surface so as to keep the surface wet.

24.9 The contractor shall after completion of work, clear the site of all debris and left over materials,
at his own expenses to the entire satisfaction of Engineer-in-charge.

24.10 Contractor should be registered with the concerned department of Employees Provident Fund
Organisation (EPFO). No payment shall be released to the contractor until and unless the
contractor submits the registration certificate and upto date deposit receipt of provident fund
due to be deposited by him.

24.11 (a) At the time of submission of RA / Final bill a certificate shall be submitted by the contractor
regarding up date clearance of payment to his/their sub contractors, vendors, suppliers, labour
contractor etc., if any.

(b) Contractor shall submit the entry challan of incoming materials like cement, steel,
admixture. P.Way fitting etc., for verification of stores and record.

24.12 NIGHT WORK: The contractor would be required to carry out the work even at night, without
conferring any right on the contractor for claiming for extra payment for introducing night
working. The decision of the Engineer-in-charge in this regard will be final and binding on the
contractor. Contractor shall make his own arrangement for sufficient illumination at site.
Nothing extra will be paid for doing works at night.

24.13 FIRST AID: The contractor shall maintain in a readily accessible place first aid appliance
including an adequate supply of sterilized dressing and sterilized cotton wool. The appliances
shall be placed under the charge of responsible person who shall be readily available during
working hours.

24.14 The contractor shall also provide, fix & be responsible for the maintenance of all stakes,
templates profiles, levels, marks, points etc., and must take all necessary precautions to prevent
these being removed altered or disturbed and will be held responsible for the consequences of
such removal, alteration or disturbances should the same take place and for their efficient
reinstatement.

HANDING OVER OF SITE:

24.15 Efforts will be made by the Employer to hand over the site to the Contractor free of
encumbrance. However, in case of any delay in handing over of the site to the contractor, the
Employer shall only consider suitable extension of time for the execution of the work. It should
be clearly understood that the Employer shall not consider any other compensation whatsoever
viz. towards idleness of contractor’s labour equipment etc.

24.16 The Employer reserves the right to hand over the site in parts progressively to the Contractor.
The Contractor will be required to do the work on such released fronts in parts without any
reservation whatsoever.

24.17 The access roads near, to the w ork site may not be available at the time of Mobilisation by the
Contractor. The Contractor shall plan his work within the plant areas as per available roads at
site. All drainage of works area and all other weather trucable/haulage roads as required by the
Contractor shall be constructed and maintained during the construction period by the Contractor
at his own cost.

24.18 The Contractor has to make temporary diversion of course of water during execution of any
work conveniently free of cost..
83
24.19 An experienced Surveyor should be deployed at site by the contractor along with Total Station
or equivalent equipments. Nothing extra will be paid for deploying experienced Surveyor or
equipments.

24.20 The Contractor will bear all the charges of design mix and the charges for testing of materials.
24.21 Contractor will have to arrange water supply and electricity connection at his own expenses.

24.22 Contractor shall quote rate of item including dewatering wherever required. No extra payment
shall be made for any type of dewatering during execution of the work.

25. The tenderer shall hold the offer open till such date as may be specified in the tender. It is
understood that the tender documents have been sold / issued to the tenderer and the tenderer is
being permitted to tender in consideration of the stipulations on his part that after submitting
his tender, he will not resile from his offer or modify the terms and conditions thereof, in a
manner not acceptable to P.W.D.

26. P.W.D, also reserves the right to accept tender either for full quantity of work or part thereof or
divide the works amongst more than one without assigning any reason for any such action.

27. When the tender is submitted by the tenderer(s), it will be understood that the tenderer(s)
has/have gone through carefully in detail all the instructions, conditions, general and special
conditions of contract and general and special instructions/ specifications for execution of the
work and that the tenderer(s) has/have got himself/themselves clarified on all points and doubts
and interpretations by the proper authority of P.W.D.

28. Contractor’s store houses, yards etc., for stocking materials issued by P.W.D, shall be located
in the site premises only at locations approved by Engineer-in-charge.

29. If there is any conflict between description given in schedule of quantity and conditions
mentioned in the special conditions, the schedule of quantity shall prevail.

30. After handing over of the existing section to the contractor, the same section will be maintained
and guarded by the contractor, till all the works are completed in all respect and handed over
back to the Engineer-in-charge.
31. It should be clearly understood that it is entirely the contractor’s responsibility and liability to
find, procure and use the required tools and plants and accessories at his own cost for efficient
and methodical execution of the work. P.W.D./RITES Ltd., shall have the right to check the
sufficiency or quality of the Contractor’s tools from time to time and the Contractor shall carry
out all reasonable instructions of RITES Ltd./ PWD(Bridge), Raigarh, in this respect.
32. In the event of any accident at the work spot, or while transporting P.Way materials, if it is
established by the enquiry by RITES representative/P.W.D representative or Railway/Local
Civil Authority that the accident occurred wholly or partly due to any act tantamount to
negligence on part of the contractor, he shall render himself liable for all damages and also legal
proceedings.
33. The labour engaged by the contractor for the works should be headed by a Railway retired
Permanent Way Inspector, employed by the contractor, who is conversant with the execution
and maintenance of P.Way works including safety rules.

34. The contractor will co-operate with the Engineer-in-charge in maintaining various registers,
charts and records etc., in connection with the works.

35. A separate register should also be maintained by the contractor for the deployment of contract
labour at site. The registers should be made available to Engineer in charge as and when
required.
36. Time shall be regarded as a essence of the contract and failure on the part of contractor to
complete the work by the date stipulated in the agreement and work order will entitle PWD
(Bridge), Raipur Administration to recover liquidated damages/penalty.
84

37. P.W.D/RITES Administration reserves the right to alter the detailed plan and section to carry
out minor alterations in the plans resulting in corresponding increase or decrease in the quantity
of works without being liable to pay enhanced rates for the work or to allow extra time for
completion of the work.

38. No new facilities such as roads, level crossing etc., other than those already in existence will be
made available to the contractor.
39. In case any workman is found incompetent or otherwise undesirable by RITES representative
at site, he should not be allowed to work under the contractor. In this matter, the opinion of the
Engineer-in-charge will be final and binding on the contractor. Any variation of this
requirement by the contractor shall be treated as fundamental breach of contract entitling
P.W.D/RITES Ltd., to rescind the contract by giving 7 days notice.
40. Particulars of work done during each day, with location where the work is done, will have to
be recorded in a register by the contractor’s site in charge and the register will be kept available
for inspection/scrutiny by RITES’/ PWD representative. A site order book will also have to be
maintained where instructions regarding work to be carried out recorded by RITES/PWD
(REPRESENTATIVE AT SITE.
41. RITES’/PWD (Bridge), Raigarh representative shall have the right at all times to supervise the
contractor’ work and instruct the contractor and the contractor shall execute the work as per the
instructions without any lapse of time. For this purpose the contractor shall maintain a site Order
book. Failure to comply with RITES/ PWD representative’ instructions shall be deemed to be
a fundamental breach of contract on the part of the contractor entitling PWD(Bridge), Raigarh
to rescind the contract at the contractor’s risk and cost after serving a notice of 7 days.

42. On-account payments to contractor shall be made periodically based on the quantity and item
of work executed at the rates accepted under this contract and upon a certificate by the RITES’
representative that work has been done to proper specification and to the satisfaction of its
representative.

43. The contractor will make all arrangements for getting passes /authorities for his men including
making necessary application with photos for each labourer deployed for this work and will
bear all costs, any. Housing accommodation and watering arrangements for contractor’s labour
will have to be arranged by the contractor.

44. The contractor will bear all medical expenses and make immediate arrangement for medical
attention to his labour, if injured on duty. He will provide “Medical Aid” Box at site of work at
his cost.

45. Concessional sales tax declaration form ‘C’ will be issued to the contractor against the supply
of materials on request of the contractor.

46. The rates quoted shall be inclusive of all taxes such as sales tax excise duty, entry tax, toll tax,
turnover tax on works contract, octroi, royalty, GST, Labour Welfare Cess and any other tax,
lavy, cess etc as applicable excluding Service Tax. Service Tax shall be paid by the contractor
to the concern Department on demand and it will be re-imbursed against documentary evidence.
However, sales tax/GST on works contract if paid by PWD (Bridge),/RITES directly the same
amount shall be recovered from contractor’ on account bill and no exemption claims on this
account shall be entertained by PWD/RITES. Inspection charges and the charges for loading,
transportation, unloading and stacking of materials at store should not be quoted separately.
The quoted rates should remain firm till completion of the entire work.

47. The contractor shall submit royalty clearance certificate wherever applicable along with on
account bill/running account bill. If the contractor fails to submit the royalty certificate,
requisite amount will be deducted as per extant Govt. rule from his bill and be deposited with
the concerned department.
85
48. No payment will be made unless copy of the current & valid STCC or exemption certificate is
submitted prior to or along with the bills.

49. Materials to be supplied by the contractor:-

i) The quoted rates should be inclusive of inspection Charges and all taxes and duties of Central,
state, local bodies including Loading, transportation, unloading , stacking at site and
incorporation in to the track.

ii) Actual quantity delivered at site will be considered for the purpose of effecting payment.
iii) Inspection is to be carried out by the RITES Quality Assurance (QA) Division or Zonal
Railways/RDSO with which the factory is tied up as the case may be, before effecting dispatch
of the materials. Inspection certificates and the original money receipt of the inspection wing
/Zonal Railways will have to be submitted along with the bills as documentary evidence.

iv) RITES Ltd on behalf of PWD (Bridge), Raigarh reserves the right to undertake any test, if
required, before acceptance of the materials on contractor’s cost.

v) Any materials and accessories, found to be damaged at the time of receipt will not be accepted
and shall have to be replaced by good ones free of cost after being duly inspected.

50. Period of Maintenance/Defect liability period:-


As per relevant clauses of the contract in GCC applicable to this work, the period of
maintenance /defect liability period for this work shall be 60 (Sixty) months from the date of
issue of final completion certificate.

It is the responsibility of contractor to maintain the track for a period of 06 (six) months during
defect liability period of 60 months from the date of issue of completion certificate by Engineer
in charge. Nothing extra shall be payable on this account.

51. Completion Drawing.

a) Completion drawings for the works executed shall be prepared by the contractor.
b) Completion drawing will be prepared on tracing paper.
c) Contractor will supply of drawings 5 copies of completion drawing along with original
tracing & soft copy with final bill.
52. Items of work provided in this schedule but not covered in this specification shall be executed as
per instruction of the Engineer-in-Charge.
53. Engineer’s decision shall be final binding on the contractor regarding clarification of items in this
schedule with respect to the other sections of contract.
54. All items of work under this contract shall be executed strictly in accordance with the description
of the item in the Schedule of Quantities, relevant specifications read in conjunction with the
appropriate standards.
55. The contractor has to procure the ballast and make the stacks at the locations available at site parallel
to the alignment. The rate for spreading is inclusive of all leads and lifts and nothing extra will be
paid for any involvement of any double leading on any circumstances. The contractor should
acquaint himself the site conditions for availability of land for making ballast stackings.
56. While casting concrete provision shall be made for providing weep holes with PVC pipes as shown
in the drawing. Nothing extra will be paid for pipes and no deduction shall be made for the quantity
of concrete due to weep holes.
57. In the event of withdrawing his/her after before the expiry of the period of validity of offer or failing
to execute the agreement as required by condition No. 8.1.1 of the notice inviting tender (N.I.T.)
he/she will not be entitled to tender for this work in case of recall of tenders. In addition to forfeiture
of his/her earnest money as per provisions of condition No. 4.7 and 8.1.1 of N.I.T. as may be
applicable for the work, the registering authority will demote the contractor/firm for a period of one
86
year. If the tenderer has committed a similar default on earlier occasion(s) as well, then such
demotion in registration will be permanently.
This special condition will supersede anything contrary to it in the tender document.
87
ADDITIONAL SPECIAL CONDITIONS/SPECIFICATIONS

1.0 Precautions while working in the vicinity of Railway Track.


(a) When the work is required to be done along or near existing running Railway track, the
contractor(s) shall take steps as are necessary for the safety of the track & labour working
at site. He/They will also be required to make programme of his/their work so as not to
interfere with the movement of trains. No extra payment shall be allowed for these
precautions and also for crossing track/tracks required during execution of the work. It
should be ensured that the ballast of the Railway track(s) is not spoiled or mixed with earth
or disturbed.

(b) In addition to the precautions taken by the contractor for the safety of the track and labour,
it may be necessary to post flagmen in some locations as an additional safety measure. The
contractor(s) shall be fully responsible for any damage to or trespass caused by his/their
men to surrounding structure, RITES/ PWD(Bridge), Raigarh bears no liability whatsoever
on this account.
c) Instructions given by Railway authority regarding safety shall be strictly followed during
execution of work.
2.0 Safety Precautions:
2.1 The contractor/s shall at all times adopt such safe methods to work and will ensure safety of
structure, equipment and labour. If at any time the RITES/ P.W.D., finds the safety arrangements
unsafe, the contractor/s shall take immediate corrective action as directed by RITES/PWD (Bridge),
Raigarh in the matter. This shall in no way absolve the contractor/s of his/their sole responsibility
to adopt safe working methods
2.2 The Contractor/s shall design and execute temporary works such as form work and supports, so as
to ensure absolute safety of contractor/s personnel as well as RITES/P.W.D. staff and personnel
engaged on the work. The Contractor/s should indemnify the RITES/ PWD(Bridge), Raigarh r
against damages and injury to workmen. RITES/ PWD(Bridge), Raigarh reserves the right to
enforce safety regulations on the contractor/s and recover any cost which may be incurred for the
purpose.
2.3 Whenever a lorry or any other form of road transport if required to play along or in the vicinity of
a running line or any other railway track where Engines or Trains are scheduled to move, the
contractor shall inform the RITES/P.W.D. in writing of such requirement specifying the locations
and the duration of time over which such specified road vehicles have to operate in the area (for
loading, leading or unloading of earth, ballast or any other material, plant or equipment) without
any obstruction or dislocation to the running of trains. The contractor also should furnish the
particulars of vehicles and the name and photograph of drivers to enable the RITES to issue
necessary permits to operate the vehicles, with such restrictions regarding the durations and/or
locations as are considered necessary. Such permit shall be returned to the RITES as soon as the
work for which it is issued is over.
2.4 The contractor shall execute a bond undertaking to play to road vehicles in a safe and satisfactory
manner and strictly in accordance with the stipulations and other conditions specified by
RITES/P.W.D and to engage and retain only the permit holder to be the contractor agent in charge
of the vehicles, while driving or a rest. The person in charge of the vehicles in the attendant shall
at all times be vigilant and on the look out for signals from the look out men, flagmen or other
personnel available at sit with a view to stop for regulate the road movement so as to ensue adequate
margin of safety for the timely passage of an approaching train or Railway engine, without any
delay or detention.
88
2.5 The contractor shall also be bound by the provision of this agreement to ply the road vehicles only
with adequate margin of safety, well clear of the fixed structure profile of infringement, as stipulated
in the rules made under the Indian Railway Act and to seek and be guided by the signal and other
directions of any lockout men for other personnel retained for the purpose of ensuring safety, and
to ensure care and vigilance while turning, reversing or moving the road vehicle in any other
manner, at an inclination to the running Railway track or the siding, as the case may be.
2.6 The contractor also undertakes to make good at his own cost any inconvenience, loss, damage, or
other expenses caused to or incurred by the Railway administration and to pay such amount as
determined by Railways to be recoverable from the contractor as penalty or damage for any
omission, negligence, careless, oversight or accidents on the part of any of the contractor’s agents,
drivers or attendants or any person to whom the services of the holder of the permit (issued by
P.W.D/RITES has been lent otherwise made accessible or available.
2.7 Any breach of these conditions by the contractor and/or his agent affecting the safety of movements
of trains, engines or other rolling stock of the Railway shall constitute a breach of contract by the
contractor entailing liability for termination of contract for default on the part of the contractor.
2.8 The contractor/s shall inspect the proposed site of work and acquaint himself/ themselves with site
conditions working hours stacking spaces for materials, approach road / pathway available etc., and
all relevant items connected with the execution of work. No claim shall be entertained from
contractor/s and shall make his own arrangements for approach / approach roads from outside
Railway land and contractor will bear entire expenses such as road taxes payment on right of way
etc., to outside.
3.0 Protection at the work site:
3.1 On Railway track where the train traffic will be operational during the execution of the contract
work, the protection of the work site as considered appropriate and adequate shall be arranged by
the contractor at his own cost.
3.2 Notwithstanding the aforementioned protection at the work site provided by the P.W.D/ RITES
representative, the contractor shall be responsible for providing appropriate and adequate system
for warning the contractor’s workmen about the train traffic on or in the vicinity of the site of work.
The decision of the P.W.D/RITES representative whether the facilities provided by the contractor
in this regard are appropriate and adequate or not, shall be final and conclusive.
4.0 Works during Block Period:
4.1 For excavation nearer to the Railway track proper shoring and strutting shall be used, shoring and
strutting arrangement shall be approved by the Railways.
5.0 In case of any accident during construction due to which the Railway undergone monetary or
structural losses, it is the responsibility of the contractor to bear such losses. Any assessment made
by the Railway shall be binding on the contractor.
6.0 Supervision of the works within the Railway boundary shall be done by the Railway as well. Any
instructions given by the Railways regarding the works shall be binding on the contractor.
Contractor shall arrange for the necessary conveyance for the officers of Railways for the
supervision/inspection of the portion of works within the Railway boundary.
89
7.0 During insertion of RCC box by Push through technique the use of RH Girder below Railway track
by provision of sufficient soil cushion below track shall generally be avoided and all required care
during pushing the box has to be taken by contractor to avoid puncturing of cushion below track.
Further the instructions given by Railways & notes mentioned in this regard in the GAD have to be
strictly followed. If during execution of work for safety of Railway track and site conditions,
Railway insist insertion of RH Girder, the cost of providing, transportation, shifting, lifting and
placing at a places as advised by Railways and any other charges demanded by Railway shall be
paid by the contractor in order to complete the assignment upto the satisfaction of Railways/RITES
and the same will be reimbursed on production of documentary evidence for making such payments
to the entire satisfaction of Engineer in charge.
8. Detailed RCC Design of cast-in-situ and push through RCC Box based on data and parameters as
per latest relevant codes and requirement of Railways shall have to be done and submitted by the
contractor to the Engineer after proof checking by Railway’s approved structural consultants. The
design shall be submitted to the Railways for obtaining necessary approval. It is the responsibility
of the contractor to obtain approval from the Railways. This shall be part of push box items No.2
and no extra payment shall be made to the contractor.
9. Earthwork in excavation in all sorts of strata for thrust bed and during pushing operations including
dewatering/desilting/desludging if required and disposal of the same upto lead of 2 km. as directed
by the Engineer extra payment shall be made to the contractor.
10. Casting of RCC thrust bed including its structural design, obtaining approval from the
RITES/P.W.D. and Railway authorities along with necessary pile or any other type foundation if
required and as per approved design by Railway shall be the part of push box Item No.1 and no
extra payment shall be made on this account.
11. If required, necessary provisions of opening in roof of boxes for betonies pumping shall have to be
provided by the contractor and no extra payment shall be made on this account.
12. As per approved design by Railways, the necessary MS front and rear end frame/cutting shield,
intermediate jacking stations, connecting frame in between box segments as per approved design,
fixing of such frames/cutting shield to the RCC box units at proper locations, levels and casting and
curing of concrete box shall have to be done by the contractor. The cost of all above shall be
included in item of push box and no extra payment shall be made to the contractor on this account.
13. The maximum allowable deviations of pre cast boxes at any time during pushing and jacking
operations shall be 200mm in horizontal and 100mm in vertical direction from the approved
alignment of canal for box location by the Railways. Pushing and jacking of pre cast boxes to form
the opening below Railway track shall have to be executed with great precision, accuracy and
adequate safety measures as per directions of the RITES Engineer and Railways and P.W.D.
14. Grouting gaps, joints, jacking locations with suitable epoxy grouting materials having adequate
strength after completion of pushing the boxes at appropriate locations shall have to be done by the
Contractor. The materials for grouting shall be got approved from the RITES/P.W.D. before use.
The cost of this shall be included in push box item and no extra payment shall be made to the
Contractor on this account.
90
15. The contractor shall submit the methodology of box pushing in detailed as proposed by him. The
same shall have to be got approved by RITES/P.W.D. and Railways prior to start of work.
16. All safety measures related to Railway track, all sorts of Railway and other cables, train movements,
traction lines, masts etc., shall have to be ensured as per direction of Railway authorities during
entire construction and pushing operations. The contractor shall see that no damage is caused to
Railway signaling, transmission wires, installations, communication lines, electric devices, pipe
lines, fencing and any rolling stack, in general all Railway installations and equipment. In case any
damage is caused to these due to the fault of the contractor or on part of any one of his behalf, all
repairs required will be carried out by Railways and entire cost of the same shall have to be borne
by the contractor else it will be recovered from payment due to him.
17. No extra payment shall be made for wet excavation or bailing out water. The contractor will have
to make his own arrangement for bailing out water including pumping.
18. The locations and details of construction joints not indicated on approved drawings shall have to be
got approved by RITES/P.W.D. before concrete is poured.
19. All anchor bolts, inserts, pipes; conduits, sleeves, brackets, frames, nosings, bolts etc., and any other
items that are required to be embedded in the concrete shall be placed in correct position before
pouring of concrete. Block out and opening shall be kept as indicated in approved drawing. These
inserts shall be welded to nearest reinforcement to keep them in proper position and location. These
all items shall be the part of pus box item and no extra payment shall be made on this account.
20. The contractor shall provide water proof cement paint with minimum three coats as per color and
shade approved by P.W.D./RITES inside the entire box as directed by P.W.D/ RITES, no payment
shall be made on this account and shall be included in the rates quoted for Item man box items of
Schedule of Quantities.
21. (A) Cess @ 1% (One percent) shall be deducted at source, from every bill of the contractor by the
Executive Engineer under "Building and other construction for workers welfare, Cess Act 1996"
(B) It is mandatory for the contractor(s) to get himself/thereselves registered with "C.G. Building
& construction welfare Board" as soon as the work order is issued, to him/ them for the work
amounting to Rs. 10.00 (Ten) Lacs and above and submit a copy of the same to the concern
Executive Engineer, otherwise will be made under the contract.
(C) Contractors are advised to go through the Notice Inviting tenders & the tender/P.Q./Bid
Capacity document thoroughly. Certificates, annexures, enclosures as mentioned in the document
will have to be submitted by the tenderers strictly in the prescribed format, at the time of submission
of Technical/Financial bid, failing which the contractor shall disqualify for the work & his financial
offer shall not be opened and no representation, appeal or objection what so ever in this regard shall
be entertained by the department.

Engineer-in-Chief,
P.W.D. Raipur (C.G.)
91
TECHNICAL SPECIFICATION

1. In the preamble to Special Specifications under this Section, it may be mentioned that:-

Where no specific reference has been made to any Standard Specifications in any of the items
under this Section, the following shall be the order of precedence:

(i) Building Works CPWD Specifications


IS Specifications
PWD of CG State Govt.

(ii) Track Works RDSO Codes / Manuals etc.


IRPW Manual
Indian Railway Specifications
IS Specifications

(iii) Bridges RDSO


Railway codes and manuals
MORTH
Indian Road Congress
PWD of CG Govt.

(iv) Road Works MORTH Specifications


IS Specifications
Indian Road Congress
PWD of CG State Govt.

(v) Electrical Works IS Specifications


British Standards/American Standards
PWD of CG State Govt.

(vi) Miscellaneous Works not covered under item (i) to (v) above
IS Specifications.
PWD of CG State Govt.
92

SPECIAL CONDITIONS

(RAILWAY PORTION)

SPECIAL CONDITIONS/ SPECIFICATIONS (RAILWAY PORTION)

SPECIAL CONDITIONS

OBJECTIVE:

The intent of the specifications for proposed RoB in reinforced concrete segments is to
generate structural integrity and overall safety during construction over Railway Tracks.

1.0 Precautions while working in the vicinity of Railway Track.


(a) When the work is required to be done along or near existing railway track, the contractor(s)
shall take steps as are necessary for the safety of the track labour working at site. He / They
will also be required to make Programme of his/their work so as not to interfere with the
movement of trains. No extra payment shall be allowed for these precautions and also for
crossing track/tracks required during execution of the work. It should be ensured that the
ballast of the railway track(s) is not spoiled or mixed with earth or disturbed.

(b) In addition to the precautions taken by the contractor for the safety of the track and labour,
it may be necessary to post flagmen in some locations as an additional safety measure. The
contractor(s) shall be fully responsible for any damage to or trespass caused by his/their
men to surrounding structure, RITES/PWD, Raipur bears no liability whatsoever on this
account.

(c) Instruction given by Railway Authority regarding safety shall be strictly followed during execution
of work.

2.0 SAFETY PRECAUTIONS :

2.1 The Contractor/s shall at all times adopt such safe methods to work as will ensure safety
of structure, equipment and labour. If at any time the RITES/PWD, Raipur finds the
safety arrangements unsafe, the contractor/s shall take immediate corrective action as
directed by the RITES/PWD, Raipur in the matter. This shall in no way absolve the
contractor/s of his/their sole responsibility to adopt safe working methods.
93

2.2 The Contractor/s shall design and execute temporary works such as formwork and
supports, so as to ensure absolute safety of contractor/s personnel as well as
RITES/PWD, Raipur staff and personnel engaged on the work. The Contractor/s should
indemnify the RITES/PWD, Raipur against damages and injury to workmen.
RITES/PWD, Raipur reserves the right to enforce safety regulations on the contractor/s
and recover any cost, which may be incurred for the purpose.

2.3 Whenever a lorry or any other form of road transport if required to ply along or in the
vicinity of a running line or any other railway track where railway Engines or trains are
scheduled to move, the contractor shall inform the Engineer in writing of such requirement
specifying the locations and the duration of time over which such specified road vehicles
have to operate in the area (for loading, leading or unloading of earth, ballast or any other
material, plant or equipment) without any obstruction or dislocation to the running of trains.
The contractor also should furnish the particulars of vehicles and the name and photograph
of drivers and attended retained for each legal to enable the engineer to issue necessary
along the holder to operate the vehicles, with such restrictions regarding the durations and
/ or locations as are considered necessary. Such permit shall be returned to the engineer as
soon as the work for which it is issued is over.

2.4 The contractor shall execute a bond undertaking to ply to road vehicles in a safe and
satisfactory manner and strictly in accordance with the stipulations and other conditions
specified by the engineer and to engage and retain only the permit holder to be the
contractor agent in charge of the vehicles, while driving or a rest. The person in charge of
the vehicles in the attendant shall at all times be vigilant and on the look out for signals
from the look out men, flagmen or other personnel available at site with a view to stop for
regulate the road movement so as to ensure adequate margin of safety for the timely passage
of an approaching train or railway engine, without any delay or detention.

2.5 The contractor shall also be bound by the provision of this agreement, to ply the road
vehicles only with adequate margin of safety, well clear of the fixed structure profile of
infringement, as stipulated in the rules made under the Indian Railway Act and to seek and
be guided by the signal and other directions of any lookout men for other personnel retained
for the purpose of ensuring safety, and to ensure care and vigilance while turning, reversing
or moving the road vehicle in any other manner, at an inclination to the running railway
track or the siding, as the case may be.

2.6 The contractor also undertakes to make good at his own cost any inconvenience, loss,
damage, or other expenses caused to or incurred by the railway administration and to pay
such amount as determined by the engineer to be recoverable from the contractor as penalty
or damage for any omission, negligence, careless, oversight or accidents on the part of any
of the contractor’s agents, drivers or attendant or any person to whom the services of the
holder of the permit (issued by the Engineer) has been lent other wise made accessible or
available.

2.7 Any breach of these conditions by the contractor and/or his agent affecting the safety of
movements of trains, engines or other rolling stock of the Railway shall constitute a breach
of contract by the contractor entailing liability for termination of contract for default on the
part of the contractor.
94
2.8 The Tenderer/s will be permitted to make use of the level crossing for crossing the track
after observing the standard railway safety precaution. If such precautions are not taken
these will be enforced by the railway by adequate arrangements and the cost thereof shall
be recovered from the contractor.

2.9 The contractor/s shall inspect the proposed site of work and acquaint himself / themselves
with site conditions working hours storing spaces for materials, approach road / pathway
available etc. and all relevant items connected with the execution of work. No. claim shall
be entertained from contractor/s and shall make his own arrangements for
approach/approach roads from out side railway land and contractor will bear entire
expenses such as road taxes payment on right of way etc. to outsiders.

3.0 PROTECTION AT THE WORKS SITE :


3.1 On Railway track where the train traffic will be operational during the execution of the
contract work, the protection of the works site as considered appropriate and adequate
shall be arranged by the contractor at his own cost.

3.2 Notwithstanding the aforementioned protection at the works site provided by the
Engineer’s representative, the contractor shall be responsible for providing appropriate
and adequate system for warning the contractor’s workmen about the train traffic on or in
the vicinity of the site of work. The decision of the Engineer’s representative whether the
facilities provided by the contractor in this regard are appropriate and adequate or not,
shall be final and conclusive.

4.0 WORKS DURING BLOCK PERIOD


For excavation nearer to the Railway track proper shoring and strutting shall be used, shoring
and strutting arrangement shall be approved by the Railways.

5.0 Incase of any accident during construction due to which the Railway undergone monetary or
structural losses, it is the responsibility of the contractor to bear such losses. Any assessment
made by the Railway shall be binding on the contractor.

6.0 Supervision of the works within the Railway boundary shall be done by the Railway as well.
Any instructions given by the Railways regarding the works shall be binding on the
contractor. Contractor shall arrange for the necessary conveyance for the officers of
Railways for the supervision/inspection of the portion of works within the Railway boundary.

7.0 Precast concrete panel for shuttering below the deck slab is not permitted for the works
within the Railway boundary. Necessary removable shuttering shall be provided by the
contractor. Arrangements for shuttering for deck slab shall be planned and designed by the
contractor by providing sleeve holes into the web of the girder.

8.0 BLOCK CHARGES


95
8.1 It is the responsibility of contractor to arrange necessary blocks from Railways during
launching operation or any other activity required blocks. The necessary charges payable
to Railways in this regard will be reimbursed by RITES/PWD, Raipur on submission of
paid vouchers accompanied with demand note issued by Railways.

8.2 The contractor shall ensure that block period sanctioned is not violated. The contractor shall
be liable for penalty for each block bursting for amount as claimed by Railways towards
bursting of block. However, prolongation of caution order than the agreed programme will
also be liable for penalty as levied by the Railways whichever is higher for each day. These
penalty charges will not be reimbursed by RITES/PWD, Raipur.

____________________________
96

DESIGN DATA FOR - CONSTRUCTION OF PROPOSED ROB NEAR KHARSIYA


RAILWAY CROSSING AT KM 620/13-15 IN LIEUS OF
EXISTING LC NO 313 ON HOWRA-MUMBAI MAIN LINE
IN RAIGARH DISTRICT
1. Carriageway Width : 7.50 Mtrs.
; Drawing No RDSO/B-10411/1/R1,
RDSO/B-11757/R,RDSO/B-11756/R
CE SNo.BR/BSP/L.C.No 313/

OB/4233/2020
Railway Portion : 107.64m (3 Spans @ S1-25.08M
S2-63.48M,S3-19.08M
(Composite Steel Girders and
Bowsting Girder)
2. Width of Footpath : 1.50M
3. Overall Width of Bridge : 12.00 Mtrs
4. Seismic Effects
a) Seismic Zone : II
b) Basic Horizontal Seismic Coeff. (α) : As per IRC-6-2010
c) Importance Factor (λ) : 1.50
5. Design Speed of Vehicles : 40 kmph.
6. Longitudinal Gradient : As shown in enclosed drawing
7. Exposure Condition : Moderate
(Moderate or Severe)
8. Loading due to service : As mentioned in Design Criteria
Volume-I
9. Temperature range : Max.Temp= 470c, Min.Temp= 60c.
10. Underground Water Table : As per site conditions
11. For Design of Temperature effects, : Moderate
atmospheric exposure condition
12. Live load on Footpath : ------------------
13. Configuration of wearing coat :
(a) For ROB : 50 mm Bituminous concrete
Grading-II With Bituminous 6%
25 mm AVG. Thk. Mastic Asphalt
97

DESIGN CRITERIA FOR ROB

1. GENERAL REQUIREMENTS :

In order that the tenderer's alternative proposal qualifies as an alternative design, it shall
generally satisfy the following requirements: -
(i) It shall ensure soundness of the structure, its durability and architectural beauty as
a whole in harmony with the surroundings.

(ii) It shall ensure speedy construction and lead to appreciable economy.

(iii) It shall be accompanied by preliminary but fairly detailed drawings and detailed
description of work and specification of materials and items. If called upon, tenderer
shall furnish any additional information necessary for appreciation and comparison
with other alternative proposals received from other tenderers.

(iv) At the time of detail design the contractor shall not normally deviate from the basic
scheme proposed by him for the purpose of tender.

(v) The superstructure shall have minimum number of expansion joints for better riding
surface.

(vi) As far as possible proper bridge shall have uniform aesthetical appearance to
enhance the overall look of bridge and thereby the vicinity.

(vii) All the substructure shall be of uniform type except otherwise necessary.
(viii) For super structure only steel girders with RCC deck slab is permitted.

2. RESTRICTIONS ON TYPE OF STRUCTURES :


The following types of structural arrangements shall not be permitted:

(i) Structures sensitive to unequal settlement of foundations, indeterminate structures


like continuous, rigid frames, etc. on yielding type of foundations.

(ii) A design in which stability of one or more span is endangered due to failure of some
other span or spans.

(iii) Superstructure with joints at the tip of long cantilevers with hinges, gap slab and
short suspended spans.

(iv) Structures with continuity only in deck slab, in transverse direction. (Wider
Superstructure more than 4 lane resting on independent foundations should not be
interconnected.)

(v) Piers in the form of multiple columns with isolated/separate footings resting on
yielding type strata.

(vi) Superstructures with which the roadway cannot be easily widened in future, such
as bowstring girders, through trusses, etc.

(vii) Two girder system for superstructure.


98

(viii) Unprotected hollow piers for spans, which are susceptible to impact of vehicles.

(ix) R.C.C. Box or R.C.C. girders for spans more than 20 m.

3. SPECIFICATIONS FOR DESIGN AND CODES TO BE FOLLOWED :

3.1 The design of structural components shall conform to the criteria laid down in the latest
editions of the following codes of Practice and Standard specifications published upto 3
months prior to last date of issue of tender form and subject to the departures stipulated in
these tender documents.

(A) Indian Railway Standard -


1. Code of practice for composite Girder for general Bridge construction

2. Code of Practice for the design of sub-structures and foundations of bridges.(Bridge Sub-
structures & Foundation code)

(B) I.R.C. Standard Specifications and Codes of Practice for Road Bridges. :
Section - I I.R.C. 5 General features of design.
Section -II I.R.C. 6 Loads and stresses.
Section -III I.R.C.21 Cement concrete plain and
Reinforced (Second Revision).
Section - V I.R.C.24 Steel road bridges for permissible
stress only.
(Other provisions as per AASHTO
Code).
Section -VI I.R.C.22 Composite construction for road
bridges (for permissible stresses only)
(Other provisions as per B.S.5400 part
3,5,6/ ASHTO Code).
Section -VII I.R.C.78 Foundation and substructure.
Section -IX I.R.C.83 (Part-I) Metallic Bearings.
Section -IX I.R.C.83 (Part-III) POT, POT CUM
PTFE PIN AND METALLIC
GUIDE BEARINGS.

I.R.C: 18 Design criteria for prestressed concrete Road Bridges (Post


tensioned concrete).
MOST specifications for Road and Bridge Work-2001

(C) Any I.R.C. standard specifications and codes of practice or criteria for road bridges other
than "B" above, but published 3 months prior to last date of issue of tender form.

(D) For any item not covered by A, B & C above, specification for Road and Bridge works
published by I.R.C. for Ministry of Road Transport and Highways, Government of India.
99

(E) For items not covered by any of the A, B, C & D above relevant provisions of IS codes of
practice.

(F) For any item not covered by A, B, C, D & E above, the relevant provisions from B.S. and
AASHTO Codes of Practice.

(G) For items not covered by any of the above Standards and Specifications sound Engineering
practice and provisions in the Departmental design and provisions of relevant Codes of
other nation shall be referred. In this regard decision of the Group General Manager (P),
RITES Ltd., Nagpur shall be final and binding.

4. DESCRIPTION OF WORK AND OBLIGATORY PROVISIONS FOR


ALTERNATIVE PROPOSALS

4.1 Alignment and location :-

Alignment and location of the ROB shall be as shown in the GAD No. Sheet No. 1 of
2 & 2 of 2)

4.2 The length of ROB and Viaduct :-

The length of the ROB and via –duct shall satisfy the following criteria.

(a) Maximum height at abutment location shall not be more than those shown in
departmental drawing.
(b) Longitudinal gradient shall not be steeper than those shown in departmental drawings.
(c) Any other criteria shown on the departmental drawings / supplementary data.
(d) In case of ROB, the minimum vertical and horizontal clearances under the Railway
Bridge Portion shall not be less than those shown in departmental drawing i.e. approved
GAD from Railways. Span arrangement shown in railway portion in departmental
drawing is obligatory.

4.3 Road Level on the ROB and Roadway Particulars:

(a) Roadway particulars including RTL and carriageway widths shall be as per
relevant Departmental drawing.

4.4 Supplementary data for design shall be as per Design Data.

5. DESIGN LOADS: -

5.1 Live Loads :


100
5.1.1 The bridge shall be designed to carry combination of I.R.C loadings, as per clause
207.4 (IRC: 6-2010) with latest amendments, whichever produces worst effect.

While checking for one span off condition, live load of IRC Class-A one lane per two lanes
without impact shall be taken into account and this will not be considered in conjunction
with seismic / wind force / Barge impact. Braking force is not to be considered.

5.1.2 The flyovers/ROBs which are lying in Seismic Zone III and IV having total length less than
60 m but individual span length more than 20 m shall also be designed for seismic forces.

5.1.3 For Railway portion – As per IRC:6-2010, with latest amendments, OR as approved by
Railway Authority whichever produces worst effect.

5.2 Wind Forces :-

5.2.1 Wind forces shall be considered in the following two ways. The design shall be
governed by the one producing the worst effect.
(i) Full wind force at right angles to the superstructure.
(ii) 65 % of wind force as calculated in (i) above acting perpendicular to the
superstructure and 35 % acting in traffic direction.

5.3 Temperature-Range :-

(i) For design of structure to account for temperature in formula L =  x L x t, the value
of "t" shall be 350 centigrade for extreme atmospheric exposure condition and 250
centigrade for moderate atmospheric exposure condition.

(Note:- The temperatures indicated are total expansion / contraction aggregate value i.e.
± 17.50 and ± 12.50.  is the Coefficient of Expansion or Contraction and L is the
length of the member and L is the expansion or contraction due to a variation of
temperature in appropriate units.)

(ii) The superstructure shall also be designed for effects of distribution of temperature
across the deck depth as per IRC:6-2010

, with latest amendments. For calculation of thermal forces effect of 'E' value of concrete should
be taken as 50 % of the instantaneous value so as to account for effects of creep on
thermal strains.

6. PERMISSIBLE STRESSES :-

6.1 Allowable stresses for plain reinforced and prestressed concrete shall be as per IRC-
21 & IRC-18 respectively.
101
6.2 The permissible shear stresses shall be as per IRC-21

6.3 Shear Reinforcement


i) Where the design shear stress T exceeds the shear stress carried by concrete Tc
shear reinforcement shall be provided as per the following equation in Clause
304.7.1.4 of IRC:21-2000, with latest amendments.
(ii) The type of shear reinforcement shall be in accordance with Cl.304.7.1.5 of IRC:21-
2000, with latest amendments.

6.3.1 Minimum Shear Reinforcement


The minimum shear reinforcement shall be as per IRC-21.

6.3.2 In no case the design shear stress calculated shall exceed the maximum permissible
shear stress as per Clause 304.7.1.2 of IRC: 21-2000, with latest amendments.

7. DURABILITY :-

7.1 Minimum Concrete Grade

7.1.1 Minimum grade of concrete shall be as per Clause 302.6 Table No. 5 (A) of IRC:21-
2000 with latest amendments for exposure as per Design Data.

7.1.2 Minimum grade of concrete for the ROB within Railway Bridge portion shall be as per
specifications of South East Central Railway.

7.2 Minimum Cement Content

7.2.1 For both plain and reinforced concrete, the value given below regarding minimum
cement content and maximum water-cement ratio shall be as per Clause 302.6 Table
No. 5(A) of IRC:21-2000 with latest amendments.

7.2.2 High strength ordinary Portland cement conforming to I.S. 12269/ PSC conforming to
I.S.8112 will also be permitted.

7.3 The minimum nominal dia. of reinforcement shall be as follows.

7.3.1 As per Clause 304.4 of IRC: 21-2000, with latest amendments.

7.3.2 Minimum nominal dia of reinforcement for the ROB within Railway Bridge portion
shall be as per specifications of South East Central Railway.

7.4 Minimum clear cover to reinforcement for all grades of concrete


7.4.1 Shall be as per Clause 304.3 IRC:21-2000, with latest amendments.

7.4.2 Minimum clear cover for the ROB within Railway Bridge portion shall be as per
specifications of South East Central Railway.
7.5 The strands to be used for P.S.C. structures shall confirm to Class-II of latest IS: 6006.
Low relaxation steel conforming to latest IS:14268: is also permitted.
102

8. BORING DATA AND SOIL AT SITE :

8.1 The details of the borings with tentative rock levels & their locations are shown on the
GAD bearing No. PWD/GAD/01/16-12-2013 SHEET NO. 1of 2 & 2 of 2. In the
absence of definitive test data the S.B.C. of hard rock is 200 T/m2 and of soft rock shall
be taken as 100 T/m2 for open foundation. The interpolated levels of founding strata
shown in the departmental drawing / Design Data will form the basis of variation clause.
Appropriate embedment for open or pile foundation shall be provided below this level
and this embedment shall be included in the quoted price.

8.2 The contractor shall have to take borings by double tube boring machine at the final
location of each pier and abutment prior to the commencement of the work to ascertain
the rock levels/quality at the location of the foundations and this shall form part of the
contract and no payments will be made by the Department for boring, soil sampling and
testing etc.

(a) During execution of the work, the samples from the bore taken at each foundation shall
be tested and analyzed in the laboratory approved by the department for establishing
design parameters. Tests such as standard penetration test, compression and shear test
on undisturbed soil samples, etc., shall be carried out in conformity with the specifica-
tions. The Contractor shall submit the entire data to the Engineer along with his
own/laboratory recommendations and obtain approval to the design-parameters.
Necessary interpretation of the result of tests shall be furnished to the Engineer for
scrutiny of design of foundations.

(b) The cost of these test and interpretation of the test results shall be included in the
tendered amount. No payment will be made separately for the testing of soil or rock.

(c) While checking the stresses at the base of foundations it shall be ensured that under the
worst combination of forces there is no tension except where founded on rock. The
S.B.C. at the foundation level shall be verified during construction so as to ensure that
the stresses imposed on the foundation strata are within permissible limit. However, if
some additional borings are required by the department such requirement shall be
ordered in writing and shall be deemed to be an additional work. No extra payment for
boring, soil sampling, Geotechnical investigation.

9. FOUNDATIONS :

9.1 Piers:

9.1.1 For bidding and for the purpose of tender drawing, general foundation levels proposed
for the piers shall not be higher than those proposed in the Employers design. Where
pier positions differ from the departmental design, the levels shall be interpolated for
the purpose of this clause. For pile foundation, founding levels shall be considered as
mentioned in the Design Data.

9.1.2 While checking the stresses at the base of foundations it shall be ensured that under
worst combination of forces there are no tension except where founded on rock.
103
9.1.3 For various combinations of loads and forces the permissible reduced area of contact
and redistribution pressure shall be as per IRC: 78-2000, with latest amendments.

9.1.4 Buoyancy to be considered: 50% for hard rock , 100% for strata other than
hard rock.

9.2 Pile foundations :


The pile foundation shall be designed as per the latest edition of I.R.C.78. The following
criteria shall be considered for deciding the length of embedment. The piling shall be
done preferably by rotary drilling.

9.2.1 For percussion boring the following criteria for depth of embedment of piles into rock
and assessment of safe bearing capacity of the founding hard strata based on the Energy
level concept is acceptable.

A. Energy imparted to the strata can be worked out by the formula:

WxhxnxN
E.L. = ----------------- tm/ m² /cm
d x Ap

Where, W = Wt. of the chisel in t. (1 to 2 T)


h = drop of the chisel in m. (2 to 3)
n = efficiency factor (0.7)
N = No. of blows in half an hour duration.
Ap = Area of pile cross section In m2.
d = depth of penetration in cm.
E.L. = Energy Level
B. Minimum embedment into rock and pile capacity on the strata shall be considered
as follows:
------------------------------------------------------------------------------------------
Energy level Min. Embedment in rock Pile Capacity
(TM/SQM/cm) of given energy level
------------------------------------------------------------------------------------------
Min 100-200 3 x Dia of pile 175 T/m2
Min.200 - 300 1.5 x Dia.of pile 250 t/m2
More than 300 1.0 x Dia.of pile 300 t/m2
------------------------------------------------------------------------------------------

C. The values of pile capacity given above consider the effect of friction etc. and the
global behavior of the pile is also considered and hence friction resistance of pile
shall not be further added.

D. In case hydraulically operated rotary drill machines or such similar equipment is


used for piling, wherein the above mentioned energy criteria may not be
applicable, the rock strata shall be properly identified, confirmed and the
necessary embedment length provided as per design requirement. The minimum
embedment of piles in hard (basalt) rock shall be not less than 1.25 diameter,
while the same in soft or weathered rock (tuff, breccias, etc.) it shall be not less
than 3.0 diameter. The pile capacity in soft or weathered rock shall be restricted to
250 t/m2 and that in hard rock shall be restricted to 300 t/m2, inclusive of all
effects as clarified in para 3 above.
104

E. The piles shall be considered as fixed at the founding level with the specified
minimum embedment

9.2.2 The pile capacity shall be confirmed by pile load test as per IS-2911 (Part
IV).

A. The design capacity assumed for the piles shall be verified by the initial load testing
of test piles in non-working areas, in the vicinity of the bridge site. These piles shall
be tested for 2.5 times the design load and number of such tests shall be one per
diameter. Additional one pile per dia., which is actually going to be used for piers
and abutments shall be tested for 1.5 times the design load. These tests and the
routine tests shall be as per I.R.C. 78 (Latest edition).

B. The minimum dia. of piles shall be as per Clause 709.1.7 of IRC:78-2000 for other
than Railway Bridge portion and 1000 mm dia for Railway bridge Portion.

C. Annular piles filled or unfilled shall not be accepted.

D. Design with single row of piles shall not be accepted.

E. For Railway bridge portion the minimum thickness of permanent M.S. Liner for
piles shall be 8 mm.

F. Use of High performance concrete for piles is not permitted.

G. NDT Tests at regular intervals as directed by the Engineer for at least 10% of total
number of piles shall have to be carried out by the contractor with no cost to the
employer.
H. The cost of all above tests shall be borne by the contractor and no extra payment
will be made to the contractor.

I. Only bored cast in situ Piles shall be accepted.

10. SUBSTRUCTURE :

For continuous spans pier, with fixed bearing shall be designed to take all the horizontal
forces.

10.1 Minimum dimensions:

10.1.1 Dimension of any element of substructure shall not be less than 300 mm.

10.1.2 Hollow or cellular R.C.C. piers are allowed subject to condition that minimum
thickness of wall measured at right angle to surface of pier shall not be less than that as
required as per IRC codes.

10.2 Scope for accessibility for inspection and arrangement for lifting of the superstructure
for future replacement of bearings shall be provided for in the design of substructure.
The positions of jacks shall be distinctly marked on the drawing and at site.

10.3 The height of pedestals shall be limited to 500 mm and shall not be less than 300 mm.
105
10.4 Slender piers shall be checked for deflection under horizontal and eccentric forces and
pier, bearings and expansion joints shall be suitably designed.

10.5 One span dislodged condition shall be considered as erection condition (load
combination VI, VII of IRC-6) for the purpose of design.

11. SUPERSTRUCTURE:
General:

(a) Deck slab thickness shall not be less than 240 mm and not less than 200 mm at tip of
cantilever. Stage construction of deck slab is not allowed.

(b) Superstructures designed for continuity only under live loads shall be permitted.
(c) Superstructure shall be designed for 10 mm differential lifting at bearing location.
This shall be considered as an erection condition.
(d) It shall be obligatory to carry out design based on longitudinal and transverse analysis.

11.1 For R.C.C.Box


Deleted

11.1.1 Prestressed concrete box :

Deleted.

11.1.2 Prestressed Concrete:

(a) Trumpet junctions are not permitted.


(b) Use of concrete anchorage is permitted only with wires as prestressing steel. Use of
concrete anchorage with strands as prestressing steel will be permitted provided the
anchorages are tested for dynamics loads.
(c) Permissible stress in concrete during service shall be as per Clause 7.2 IRC:18-
2000.
(d) All prestressed members shall have spare cables laid to the profiles approved by the
Department. The number of spare cables shall be 5% of the cables required as per
design, subject to a minimum of one cable per girder/web. These cables shall be per-
mitted to be removed fully or partly after the final stage of prestressing, if they are not
required and holes grouted. In case of saline atmosphere these cable holes shall not be
grouted but only ends shall be closed properly.
(e) The provision for imparting 20% of design prestress at a future date shall be made in
the deck and suitable anchorages; bulkheads diaphragms etc. shall be constructed for
the purpose. Arrangement for external prestressing shall be got approved from the
Engineer.

12. BEARINGS BELOW SUPERSTRUCTURE :

(a) Type of bearings shall be permitted: -Shall be as per Railway approved drawing
(b) The bearings shall be easily accessible for inspection.
106
(c) Scope for lifting the superstructure for future replacement of bearings shall be
provided for in the design of bearing. The scheme of lifting shall be indicated on
the drawing to be submitted at the time of tendering.
(d) The contact surface of superstructure shall project beyond the edge of the bearing
plate by a minimum distance of 100 mm at any location.

13. EXPANSION JOINTS:


13.1 Only strip seal / modular strip joints shall be permitted, conformation to modified
interium specifications for expansion joints shall be allowed.
13.2 The expansion joints should generally be spaced at not less than 100 m. except in
case of unavoidable circumstances.
13.3 Expansion joints shall conform to MORTH specifications.

14. CRASH BARRIERS:

14.1 Anti crash barriers shall be provided for ROBs with footpaths / without footpaths as per
MORTH.

15. WATER SPOUTS :

Water spouts as per MOST Type design No.SD/303 shall be provided. However, the
dia of pipe shall be 150 mm.

Waterspout shall be connected to runner pipe of suitable diameter (Minimum 150


mm) on either side of roadway and taken down by down take pipes of suitable diameter
at approved locations.

16. WEARING COAT :

A wearing coat of uniform thickness shall be provided for riding surface. The
configuration of wearing coat shall be as per the Design Data.

17. RCC STAIR CASE FOR ROB: DELETED

18. SPECIFICATIONS FOR SHEATHING DUCT JOINTS :

The specifications for sheathing duct shall be as per MORTH specification.

19. ANTICORROSIVE TREATMENT: -

Anti-corrosive protective paint as mentioned below and approved by the Engineer shall
be provided. This paint shall be got tested from the approved laboratory and shall be of
approved quality, colour and shade.

The protective coating shall consist of :

(a) Mild steel liner to piles : One coat of Zinc-rich Epoxy Primer and two coats of coal tar
epoxy.(Total dry film thickness 50 + 80 + 80 = 210 microns)
107
(b) Steel for Railway Bridge Portion shall be provided with anti-corrosive treatment of
truncated inhibited special cement slurry coating as per specification of South East
Central Railway..

(c) Part of substructure exposed to atmosphere - Water proof cement based paint of
approved quality and colour in three coats.

(d) Part of substructure in contact with earth upto GL – one coat of primer and two coats
of coal tar epoxy.

(e) The superstructure shall be treated with following protective coatings.

(i) Parapets/ Railings / Crash Barriers


Waterproof cement based paint of approved quality and colour in three coats.

(ii) Deck/Girder/box and inside of Composite girder.

Waterproof cement based paint in three coats of approved quality and colour or as per
specification of steel structure.

(f) In case of marine and severe environment for superstructure (Deck / Girder / Box), Epoxy based
paint of approved quality and colour with one primer coat and further two coats to the entire
external surfaces of box girders including sides and soffit of the cantilever deck slab, median
verge, cantilever slab for service line etc; but excepting top surface. Epoxy shall be got tested
from the approved laboratory.

(g) In case of marine & severe environment, the anticorrosive treatment to reinforcing steel
shall be C.P.C.C. developed by C.E.C.R.I. KARAIKUDI.

OR

Shall be of Fusion bonded epoxy coating (FBEC) as per specifications of IS 13620-


1994. The anchorage bond length in case of FBEC bars shall be increased by 50% of
normal values specified in IRC Codes.

20. LOAD TEST :

20.1 In case a structure or a component of structures proposed by the contractor, in the


opinion of the Engineer is of unusual nature, then the Engineer shall have the right to
call upon the contractor to carryout model testing and/or load testing of the structure or
component to prove its suitability. The cost of such test shall be borne equally by the
contractor and the department if the test results are satisfactory. In case the test results
are not satisfactory, the cost of testing shall be entirely borne by the contractor.

20.2.1 If required by the Department the Contractor shall have to carryout a load test on any
one unit of the structure for the design static loads or their equivalent and in a manner
as may be decided by the Engineer.
20.2.2 If the load test is to be made for any one or more reasons mentioned in clause above the
cost of the same shall be reimbursable to the contractor at the rate tendered by him,
provided the test results thereof are found to be satisfactory.

20.2.3 In the event of load testing being ordered the contractor shall:
108
(i) Prepare well in time all necessary calculations and details of arrangements for such load testing,
e.g. the magnitude of the test load, mode and method of caring out the test, the application of
loads, duration of keeping the load, the equipments to be provided and observations to be made
during and after placing the loads in position etc.

(ii) Make all necessary arrangements for observations, centering, equipments etc., that may
be needed for measuring the settlement, deflections etc., required for the test, to the
entire satisfaction of the Engineer and
(iii) Provide labour and make all observations during the test

20.2.4 After the test, the contractor shall submit a report on the results of the tests. The
Engineer shall then communicate as to whether the test has been satisfactory or not.
Any further tests or reconstruction or strengthening as may be necessary shall be
decided.
20.2.5 When the tests are declared by the Engineer as having been completed, the contractor
shall remove all loading which might still be on the bridge as well as in the surround-
ings.
20.2.6 Only design load is to be super imposed for prestressed concrete superstructure.

20.2.7 Any defect noticed in the structure or any damage done to the bridge at the time of
testing, which affects or is likely to affect the strength of the bridge shall be rectified
by contractor at his own cost by remedial measures or replacement as approved by the
Engineer.
20.2.8 The test shall be carried out in the presence of Engineer.
20.2.9 Acceptance Criteria for Load Test:

20.2.9.1 The criterion of acceptance is based on recovery of deflection after removal of test load.
The following tables gives the criteria for steel, P.S.C. and R.C.C. superstructures.
Sr. Type of Load Duration of Maximum Minimum
No. Bridge Intensity retention of deflection percentage
for test loads recovery of
Testing (hours) deflection
after 24
hours
1 Reinforced 1.0 D + 24 40l2 x 10-6/d 75
concrete 1.1 L
2 Prestressed 1.0 D + 24 4012 x 10-6/d 80
concrete 1.15 L
3 Steel or 1.0 D + 24 As per 85
composite 1.20 L analysis

Where 1- Length of span (mm) D - Dead load.


d – Depth of main beam (mm) L - Live load without impact

It should be ensured that moment generated by the test load is equal to design live load
moment.
109
20.2.9.2 The test load on bridge shall be applied in not less than 4 approximately equal
increments so that no untoward distress occurs in the structure. Assuming that the
maximum of 100% of the design live load is be applied, the 1st stage of loading
(including the dead load of stacking platform) could be 60% which can be increased in
steps of 70%, 80%, 90%, 100% done in the same stages. It shall be ensured that the
total duration of loading and unloading operations is same.

21. DOCUMENTATION, INSTRUMENTATION :

The following items shall be deemed to be included in the tendered cost.

(a) All final drawings and Microfilms and Compact Discs of all approved drawings and
“as built” drawings and calculations shall be supplied by the Contractor free of cost.
(b) Three Video film cassettes of 60 minute duration each and coloured photographs in
three sets of photo-albums (photo size not less than 4” x 6”) of the bridge covering the
different phases of construction from start to finish shall be supplied by the Contractor
free of cost.
(c) A “Maintenance Manual” describing access arrangements, important obligatory
precautions from the point of view of structural safety, and procedure for minor and
major repairs of each component of the bridge, renewals of finishes and treatments
periodically shall be supplied by the Contractor free of cost.
(d) A “Quality Assurance Manual” covering all aspects of designs and drawings, mix-
designs, materials, testing, soil and rock properties, statistical quality control, etc. shall
be prepared by the Contractor free of cost well before starting the work.
(e) A “Construction manual” covering various aspects of construction methods,
difficulties faced and how they were overcome during execution etc. shall be supplied
by the contractor free of cost at the time of finalization of work.
(f) The Contractor shall install fixtures and fastenings provided by the Railways and the
Department for housing any instrumentation that may be useful for the Department at
his cost.
(g) Fixing arrangement for internal and external lighting shall be got approved from
competent authority and executed.

22. SUBMISSION & APPROVAL OF DESIGNS & DRAWINGS:


The design should be submitted in sufficient details and as lucidly as possible so as to
enable quick proof checking. All design calculations shall be submitted along with
drawings. Only drawings will be approved and corrections to the designs shall be
carried out after approval to all drawings if completed. These designs are expected to
be submitted as record designs within 15 days of approvals of the drawings. If the record
designs are not submitted within this time frame then a penalty at the rate of Rs.5000/-
per day shall be charged for every day of delay in submission of the record designs. The
design would be cleared after compliance of all points are received. Any other
component which requires redesigning on account of exigencies of the site like
redesigning the foundations for utilities, etc. during the duration of the works shall be
approved as expeditiously as possible. Such designs should be submitted within 10 days
of taking a decision to redesign the component.

If computer is used for design or analysis, the contractor shall submit with design, the
detailed description of method of analysis with explanatory notes and manually done
sample calculations for adequate number of typical cases. The Computer Programme
as submitted will be further tested by comparison with solutions of worked examples.
110
Drawings and designs shall be in metric units. Calculations shall be neat and clear and
supplemented by full explanatory notes and sketches wherever required. The drawings
of initial submissions and final approval shall be stenciled and in A-1 size only.

If during the scrutiny of detailed design calculations and working drawings, any
changes therein which are found necessary in the opinion of Competent Authority shall
be incorporated without altering the lump sum quotations. It is entirely the
responsibility of the contractor to submit properly prepared designs in good time to
enable the competent authority to approve them in time.

Schedule of reinforcement and rate of reinforcement per Cum. of concrete quantity (and
also percentage with respect to gross cross sectional area of the component) should also
be shown on each drawing.

Six sets of approved working drawings including one set on reproduction tracing film
and 4 sets of approved design calculations shall then be supplied by the contractor
which will be formally authenticated by the Competent Authority (5 copies of drawings
and one set of design calculations for field officers, one set to be returned to the
contractor and three to be retained by the competent authority). These drawings shall
be submitted in approved plastic folders and calculations in approved plastic files free
of cost.

After completion of each stage of work, 3 sets of record plans and one set of final design
calculations based on the work as actually executed on site, shall be supplied by the
Contractor in bound volumes, to the Engineer.

Approval to drawings and designs and design calculations by the Railways shall not in
any way relieve the Contractor of his responsibility for their correctness and soundness,
structural stability and safety of the structure.

The approved drawings and the design calculations of the bridge shall be the property
of the PWD, Bridge Construction Division, Raipur (C.G).

The Contractor’s designer or consultant shall attend all the review meetings conducted
by competent authority from time to time without any extra cost and shall also remain
present as and when required during the checking of designs.

23. DISPUTES:

In case of disputes arising between the Contractor’s design and Proof Consultant the
matter may be referred to the Engineer-in-charge. The decision of the Engineer-in-
charge shall be final and binding on the contractor.

SPECIFICATION FOR STEEL STRUCTURE (Railway Portion)


SPECIFICATION FOR STEEL SUPER STRUCTURE
111
1.0 MATERIAL, FABRICATION AND ERECTION

The material of structural steel, weld, rivet, casting & forgings, fasteners etc. and
fabrication and erection of the girder shall confirm to the provisions of:

(a) Specifications for road and bridge works of MORTH- section no. 1900 – structural steel.

(b) Indian railway standard code of practice for the design of steel or wrought iron bridge carrying
rail, road or pedestrian traffic and other relevant IRS codes/manuals.

(c) Unless otherwise specified, paints shall conform to the relevant IS specifications given in the
relevant IS codes shall be used

• Weight test (weight for 10 litres of paint, thoroughly mixed)


• Drying time
• Consistency
• Dry thickness and rate of consumption.

2.0 FABRICATION
2.1 General
All work shall be in accordance with the drawings and specifications with care being taken
that all parts of an assembly fits accurately together. All members shall carry mark number
and item number and if required, serial number.

All structural steel members and parts shall have straight edges and blunt surfaces. If
necessary, they shall be straightened or flattened by pressure unless they are required to be
curvilinear forms. They shall also be free from twist. Pressure applied for straightening or
flattening shall be such as would not injure the materials. Hammering shall not be
permitted. Adjacent surfaces or edges shall be in close contact or at uniform distance
throughout.

The contractor shall submit his programme of work to the Engineer for his approval at least
15 days before the commencement of fabrication. This program shall include the proposed
system of identification and erection marks together with complete details of fabrication
and welding procedures.
The contractor shall prepare shop drawings for fabricating any member and obtain approval
of the Engineer before that start of work. Complete information regarding the location,
type, size and extent of all welds shall be clearly shown on the shop drawings. These
drawings shall distinguish between shop and filed welds.
For steel girder, material, fabrication and erection shall be done in accordance with
Indian Railway Standard, IRS B1- 2001 with latest amendment and correction slip
2.2 Preparation off Edge and Ends
All structural steel –parts, where required, shall be sheared, cropped, sawn or flume cut
ground accurately to the required dimension and shape.
End/edge planning and cutting shall be done by one of the following prescribed methods or left
as rolled:
• Shearing, cropping, sawing, machining, machine lame cutting.
• Hand flame cutting with subsequent grinding to a smooth edge.
• Sheared edges of plate not more than 16mm thick with subsequent grinding to smooth
profile, which are for secondary use such as stiffeners and gussets.
112
If ends of stiffener are required to be fitted, they shall be ground, so that the maximum gap over
60 percent of the contact area does not exceed 0.25 mm.
Where flame cutting or shearing is used, at least one of the following requirements shall be
satisfied:
a) The cut edge is not subjected to applied stress.
b) The edge is incorporated in weld.
c) The hardness of cut edge does not exceed 350 HV30.
d) The material is removed from edge to the extent of 2mm or minimum necessary, so that the
hardness is less than 350 HV30.
e) Edge is suitably heat treated by approved method to the satisfaction of the Engineer and
shown that cracks had not developed by dye penetrant or magnetic particle.
f) Thickness of plate is less than 40mm for machine flame cutting for materials conforming
to IS : 226 and IS : 2062. The requirement of hardness below 350 HV 30 of flame cut edges
should be specified by the Engineer.
Wherever specified by the Engineer, The flame cut edges shall be ground or machined over
and above the requirement (a) to (f).
Where machining for edge preparation in butt joint is specified, the ends shall be machined
after the members have been fabricated.
Outside edges of plate and section, which are prone to corrosion, shall be smoothed by
grinding or filling.
In the case of high tensile steel at least 6mm of the material from the flame cut edge shall
be removed by machining.
Longitudinal edges of all plates and cover plated in plate girders and built – up members
shall be machined except in the following cases:
a) Rolled edges of single universal plates or flats may not be machined.
b) Covers to single flange plates may be left unmachined.
c) Machine flame cutting instead of machining is acceptable for edges of single plates in
compression and for edges of single plates, 25 mm or less thick, in-tension.
d) Edges of single shaped plates over 25mm thick not capable of being machined by ordinary
method may be machine flame cut and the end surface ground.
e) Edges of universal plates or flats of the same nominal width used in tiers may be left
unmachined, if so authorized by the Engineer.

All edges of splice and gusset plates 12mm thick and over shall be machined and those less
than 12mm thick may be sheared and ground.
The ends of plates and sections forming the main components of plate girders or of built-
up members shall be machined, machine flame cut, sawn or hand flame cut and ground.
Where ends of stiffeners are required to be fitted, they shall be machined machine flame
cut, sawn, sheared and ground, or hand flame cut and ground.
The ends of lacing bar shall be rounded unless otherwise required.
Other edges and ends of mild steel parts may be sheared and any burrs at edges shall be
removed.

2.3 Preparation of Holes


Drilling and punching: Holes for rivets, black bolts, high strength bolts and countersunk,
bolts/rivets (excluding close tolerance and turn fitted bolts) shall be either punched or
drilled. The diameter of holes shall be 1.5 mm larger for bolts/rivets less than 25mm dia
and 2.0 mm for more than equal to 25mm.
All holes shall be drilled except for secondary members such as floor plate, hand rails etc.
members which do not carry the main load can be punched subject to the thickness of
member not exceeding 12mm for material conforming to IS: 2062.
Holes through more than one thickness of material or when any of the main material
thickness exceeds 20mm for steel conforming to IS:2062 or 16mm for steel conforming to
113
IS:901, IS:8500, shall either be sub-drilled or sub-punched to a diameter of 3mm less than
the required sized and then reamed to the required size. The reaming of material more than
one thickness shall be done after assembly.
Where several plates or sections form a compound member, they shall, where practicable,
be firmly connected together by clamps or tacking bolts and the holes be drilled through
the group in one operation. Alternatively, and in the case of repetition work, the plates and
sections may be drilled separately form jigs and templates, Jigs and templates shall be
checked at least once after every 25 operations. All burrs shall be removed.
In the case of repetition of spans, the erection of every span shall not be insisted upon,
expect where close tolerance or turned bolts are used, provided that methods are adopted
to ensure strict interchangeability. In such cases, one span in ten or any number less than
then of each type shall be erected from pieces selected at random by the Engineer and
should there by any failure of the pieces to fit, all similar spans shall be erected complete,
In the event of span being proved completely interchangeable, all corresponding parts shall
carry the same mark so that sorting of the materials at site is facilitated.

Block drilling: Where then umber of plates to be riveted exceeds, three or the total
thickness is 90 mm or more, the rivet holes, unless they have been drilled through steel
bushed jigs, shall be drilled out in place 3mm all round after assembling. In such cases, the
work shall be thoroughly bolted together.

Size of holes: The size of holes in millimeters are given in the table -1 below:-

TABLE 1 : DIAMETER OF HOLES FOR RIVETS


Nominal dia of Rivets (mm) Dia of Holes (mm)
12 13.5
14 15.5
16 17.5
18 19.5
20 21.5
22 23.5
24 25.5
27 29.0
30 32.0
33 35.0

Close tolerance bolts and barrel bolts: Holes for close tolerance and turn fitted bolts. The
diameter of the holes shall be equal to the nominal diameter of the bolt shank minus 0.15
mm to 0.0 mm.
The members to be connected with close tolerance or turn fitted bolts shall be firmly held
together by service bolts or clamped and drilled through all thickness in one operation and
subsequently reamed to required sized within specified limit of accuracy in IS : 919
tolerance grace H8.

The holes not drilled through all thickness at one operation shall be drilled to smaller sized
and reamed after assembly.
Holes for high strength friction grip bolts: All holes shall be drilled after removal of burrs.
Where the number of piles in the grip does not exceed three, the diameters of holes shall be
1.6mm larger than those bolts and for more than three plies in grip, the diameter of hole in
outer plies shall be as above and dia of holes in inner plies shall not be less than 1.6mm and
not more than 3.2 mm larger than those in bolts, unless otherwise specified by the Engineer.
Removal of burrs: The work shall be taken after drilling and all burrs left by drilling and
the sharp edges of all rivet holes completely removed.
114
2.4 Rivet and Riveting
The diameter of rivets shown on the drawings shall be the size before heating. Each rivet
shall be of sufficient length to form a head of the standard dimensions as given in IS
handbook on steel section, part I. it shall be free from burrs on the underside of the head.
When countersunk heads are required, the heads shall fill the countersunk. The included
angle of the head shall be as follows:
a) For plates over 14mm thickness 90 degrees
b) For plates up to and including 14mm thickness 120 degrees
The tolerance on the diameter of rivets shall be in accordance with IS: 1148 and IS: 1149
form mild steel rivets and high tensile steel rivets respectively and unless otherwise
specified, the tolerance shall be minus tolerance.
Rivets shall be driven when hot so as to fill the hole as completely as possible and shall be
of sufficient length to form a head of standard dimension. When counter-sunk head is
required, the head shall fill the counter-sunk hole. Projection after counter-sinking shall be
ground off wherever necessary.
Rivets shall be heated uniformly to a “light cherry red” color between 650 degrees Celsius
to 700 degrees Celsius for hydraulic riveting of mold steel rivets and shall be red hot from
head to the point when inserted and shall be upset in its entire length so as to fill the hole
as completely as possible when hot. Rivets, after being heated and before being inserted in
the hole shall be made free from scale by striking the hot rivet on a hard surface.
Wherever possible, the rivets shall be machine driven, preferably by direct acting riveters.
The driving pressure shall be maintained on the rivet for a short time after the upsetting is
completed. High tensile steel drivers shall be heated up to 1100 degrees Celsius. Any rivet,
whose point is heated more than prescribed, shall not be driven.

Where flush surface is required, any projecting metal shall be chipped or ground off.
Before riveting is commenced, all work shall be properly bolted up do that the various
sections and plates are in close contact through out.

Drifts shall only be used for drawing the work into position and shall not be used to such
an extent as to distort the holes. Drifts of a larger size than the normal diameter of the hole
shall not be used. The riveting shall be done by hydraulic or pneumatic machine unless
otherwise specified by the Engineer.
Driven rivets, when struck sharply on the head by a quarter pound rivet testing hammer,
shall be free from movement and vibrations. Assembled riveted joint surfaces, including
those adjacent to the rivet heads shall be free from scale, dirt loose scale, burrs, other
foreign, materials and defects that would prevent solid seating of parts.

All loose or burnt rivets and rivets with cracked or badly formed defective heads or with
heads which are unduly eccentric with the shanks, shall be removed and replaced. In
removing rivets, the head shall be sheared off and the rivet punched out so as not to injure
the adjacent metal and, if necessary, they shall be drilled out. Recupping or recaulking shall
not be permitted. The parts not completely riveted in the shop shall be secured by bolts to
prevent damage during transport and handling.

2.5 Bolts, Nuts and Washers


Black bolts (black all over): Black bolts are forged bolts in which the shanks, heads and
nuts do not receive and further treatment except cutting of screw threads. They shall be true
to shape and size and shall have the standard dimensions as shown on the drawing.
Close tolerance bolts: Close tolerance bolts shall be faced under the head and turned on
the shank.
Turned barrel bolts: The diameter of the screwed portion of turned barrel bolts shall be
1.5mm smaller than the diameter of the barrel unless otherwise specified by the Engineer.
The diameter of the bolts as given on the drawing shall be the nominal diameter of the
115
barrel. The length of the barrel shall be such that it bears fully on all the pans connected.
The threaded portion of each bolt shall project through the nut by at least one thread. Faces
of heads and nuts bearing on steel work shall be machined.
High strength friction bolts and bolted connections: The general requirement shall be as
per relevant IS specifications mentioned in clause 5.3 of (Fasteners) of IRC: 24, unless
otherwise specified by the Engineer, bolted connections of structural joints using high
tensile friction grip bolts shall comply with requirements mentioned in IS: 4000.

Washers: In all the cases where the full bearing area of the bolts is to be developed, the
bolts shall be provided with a steel washer under the nut of sufficient thickness to avoid
any threaded portion of the bolt being within the thickness of the parts bolted together and
to prevent the nut when screwed up, from bearing on the bolt.
For close tolerance or turned barrel bolts, steel washers whose faces give a true bearing
shall be provided under the nut. The washer shall have a hole diameter not les than 1.5 mm
larger than the barrel and a thickness of not less than 6 mm so that the nut when screwed
up, will not bear on the shoulder of the bolt.
Taper washers with correct angel of taper shall be proved under all heads and nuts bearing
on beveled surfaces.
Spring washers may be used under nuts to prevent slackening of the nuts when excessive
vibrations occur.
Where the heads or nuts bear on timber, square washers having a length of each side not
less than three times the diameter of bolts or round washers having a diameter of 3V, times
the diameter of bolts and with the thickness not less than one quarter of diameter shall be
provided
Studs: Ordinary studs may be used for holding parts together the holes in one of the parts
being tapped to take the tread of the stud. Counter –sunk may be used for making
connections where the surfaces are required to be clear of all obstruction, such as protruding
heads of bolts or rivets, studs may also be welded on the steel work in the positions required.
Service bolts: service bolts shall have the same clearance as black bolts and where it is
required that there should be no movement prior to final riveting, sufficient drifts or close
tolerance bolts shall be used to locate the work.
Tightening bolts: Bolted connection joints with black and high strength bolts shall be
inspected for compliance of codal requirements.
The Engineer shall observe the installation and the tightening of bolts to ensure that correct
tightening procedure is used and shall determine that all bolts are tightened. Regardless of
tightening method used, tightening of bolts in a joint should commence at most rigidly fixed
or stiffest point and progress towards the free edges, both in initial snugging and in final
tightening.
The tightness of bolts in connection shall be checked by inspection wrench, which can be
torque wrench, power wrench or calibrated wrench.
Tightness of 10 percent bolts, but not less than two bolts, selected at random in each
connection shall be checked by applying inspection torque. If not nut or bolt head is turned
by this application, connection can be accepted as properly tightened, but if any not or head
has turned all bolts shall be checked and, if necessary, retightened.
2.6 Drifts
The barrel shall be drawn or machined to the required diameter for a length of not less than
one diameter over the combined thickness of the metal through which the drifts have to
pass. The diameter of the parallel barrel shall be equal to the nominal diameter of the hole
subjected to a tolerance of +0 mm and 0.125 mm. Both ends of the drift for a length equal
to 1 ½ times the diameter of the parallel portion of the bar shall be turned down with a taper
to a diameter at the end equal to one-half that of parallel portion.
2.7 Pins and Pin Holes
Pins: the pins shall be parallel throughout and shall have a smooth surface free from flows.
They shall be o sufficient length to ensure that all parts connected thereby shall have a full
116
hearing on them. Where the ends are threaded, they hall be turned to a smaller diameter at
the ends for the thread and shall be provided with a pilot nut where necessary, to protect
the thread when being drawn to place.
Pins more than 175 mm in length or diameter shall be forged and annealed.
Pin holes: Pin holes shall be bored true to gauge, smooth, straight at right angles to the axis
of the member and parallel with each other, unless otherwise required. The tolerance in the
length of tension members from outside to outside of pin holes and of compression
members from inside to inside of pin holes shall be one millimeter. In built up members the
boring shall be done after the members have been riveted or welded.
The specified diameter of the pin holes shall be its minimum diameter. The resulting
clearance between the pin and the hole shall not be less than 0.5mm and not more than 1.0
mm.
2.8 Shop Erection and Match Marking
Before being dispatched, the steel work shall be temporarily erected in the fabrication shop
for inspection by the Engineer either wholly or in such portion as the Engineer may require
so that the may be satisfied both in respect of the alignment and fit of all connections. For
this purpose, sufficient number of parallel drifts and service bolts tightly screwed up shall
be employed. All parts shall fit accurately and be in accordance with drawings and
specifications.
The steel work shall be temporarily assembled at place of fabrications.
Assembly shall be of full truss or girder, unless progressive truss or girder assembly, full
chord assemble, progressive chord assembly or special complete structure assembly is
specified by the Engineer.
The field connections of main members of trusses, aches, continuous beams, spans, bends,
plate girders and rigid frame assembled, aligned, accuracy of holes and camber shall be
checked by Engineer and than only reaming of sub size holed to specified size shall be
taken up.

After the work has passed by the Engineer and before it is dismantled, each part shall be
carefully marked for re-erection with distinguishing marks and stamped with durable
markings. Drawings showing these markings correctly shall be supplied to the Engineer.
Unloading handling and storage of steel work as per the specifications shall bet he
responsibility of the contractor/s. The cost of repairs or of rejected materials, its removal
and the cost of transporting replacement material to the site shall be borne by the
Contractor.
Where close tolerance or turned barrel bolts are used for those cases where
interchangeability is not insisted upon each span shall be erected and members of each span
marked distinctly.

2.9 Welding
All welding shall be done with the prior approval of the Engineer and the workmanship
shall conform to the specifications of IS: 823 Surfaces or other relevant Indian Standards
as appropriate.
When material thickness is 20mm or more, special precautions like preheating shall be
taken as laid down in IS:823 Surfaces and edges to be welded shall be smooth, uniform and
free from fins, tears, cracks and other discontinuities. Surface shall also be free from loose
or thick scale, slag rust, moisture, oil and other foreign materials. Surfaces within 50mm of
any weld location shall be free from any paint or other material that may prevent proper
welding or cause objectionable fumes during welding.
The general welding procedures including particular of the preparation of fusion faces of
metal are welding shall be carried out in accordance with IS:9595.
The welding procedures for shop and site welds including edge preparation of fusion faces
shall be submitted in writing in accordance with Clause 22 of IS:9595 for the approval of
117
the Engineer before connecting fabrication and shall be as per details shown on the
drawings. Any deviation from above has to be approved by Engineer. Preparation of edges
shall, wherever practicable, be done by machine methods.
Machine flame cut edges shall be substantially as smooth and regular as those produced by
edge planning and shall be left free of slag. Manual flame cutting shall be permitted by the
Engineer only where machine cutting is not practicable.
Electrodes to be used for metal are welding shall comply with relevant IS specifications
mentioned in IRC: 24. Procedure test shall be carried out as per IS: 8613 to find out suitable
wire- flux combination for welded joint.
Assembly of parts for welding shall be in accordance with provisions of IS: 9595.
The welded temporary attachment should be avoided as far as possible. Otherwise the
method of making any temporary attachment shall be approved by the Engineer. Any scares
from temporary attachment shall be removed by cutting, chipping and surfaces shall be
finished smooth by grinding to the satisfaction of the Engineer.

Welding shall not be done when the air temperature is less than 10 degrees Celsius. Welding
shall not be done where the surfaces are moist, during periods of strong winds or in snowy
weather unless the work and the welding operations are adequately protected.
For welding of any particular type of joint, welders shall qualify to the satisfaction of
Engineer in accordance with appropriate welder qualifications test as prescribed in any of
the Indian Standards IS: 817,Is: 1966,IS: 1393, IS:7379(part I), and IS:7310(part I) and
IS:7318(part I) as relevant.
In assembling and joining parts of a structure or of built- up members, the procedure and
sequence of welding shall be such as to avoid distortion and minimize shrinkage stress.
All requirements regarding pre-heating of parent material, and interpass temperature shall
be in accordance with provision of IS: 9595.
Peening weld shall be carried out wherever specified by the Engineer:
a) If specified, peening may be employed to be effective one each weld layer except first.
b) The peening should be carried out after weld has cooled by light blows form a power
hammer using a round tool care shall be taken to prevent scaling or flaking of weld and
base metal form over peening.
Where the Engineer has specified the butt welds are to be ground flush. The loss of parent
metal shall not be greater than that allowed for minor surface defects. The ends of butt
joints shall be welded so as to provide full throat thickness. This may be done by use of
extension pieces, cross runs or other means approved by the Engineer. Extension pieces
shall be removed after the joint has cooled and the ends of the welds shall be finished
smooth and flush with the faces of the abutting parts.
The joints and welds listed below are prohibited type, which do not perform well under
cyclic loading,
a) Butt joints not fully welded throughout their cross-section
a) Groove welds made from one-side only without any backing grip
c) Intermittent groove welds
d) Intermittent fillet welds
e) Bevel – grooves and j-grooves in butt joins for other than horizontal position.
f) Plug and slot welds.
The run-on and run – off plate extension shall be used providing full throat thickness at the
end of built welded joints. These plates shall comply with the following requirements:

i) One pair of “run-on” and one pair of “run-off” plates prepared from same thickness and
profile as the parent metal shall be attached to start and finish of all butt welds preferably
by clamps.
ii) When “run-on” and “run-off” plates shall be removed by flame cutting, it should be cut
at more than 3mm from parent metal and remaining metal shall be removed by grinding or
by another method approved by the Engineer.
118
Welding of stud shear connectors:
The stud shear connectors shall be welded in accordance with the manufacture instruction
including preheating.
The stud and the surface to which studs are welded shall be free from scale, moisture, rust
and other foreign material. The stud base shall not be painted, galvanized or cadmium
plated prior to welding.
Welding shall not be carried out when temperature is below 10 degrees Celsius or surface
is wet or during periods of strong wings unless the work and the welder is adequately
protected.
The welds shall be visually free from cracks and shall be capable of developing at least the
nominal ultimate strength of studs.
The procedural trial for welding the stud shall be carried out when specified by the
Engineer.

2.10 Tolerances
Tolerances in dimensions of components of fabricated structural steel work shall be
specified on the drawings and shall be subjected to be Engineer before fabrication. Unless
specified, all parts of an assembly shall fit together accurately within tolerance specified in
MORTH Section 1900 specification as given in Table-2 below.
A machined bearing surface, where specified by the Engineer, shall be machined within a
deviation of 0.25 mm for surfaces that can be inscribed within square of side 0.5mm
A. INDIVIDUAL COMPONENTS
Length
a) Member with both ends finished for contact
+ 1 mm
bearing
b) Individual components of members with + 0 mm
end plate connection
-2 mm
1
c) Other members
i) Upto and including 12 M + 2 mm
+ 3.5 mm
ii) Over 12 M

Width
a) Width of built - up girders + 3 mm
2
b) Deviation in the width of members required +0
to be inserted in other members -3 mm
Depth
3 Depth Deviation in the depths of solid web + 3 mm
and open web girders -2 mm
Straightness
L/3000 subject to a maximum of 15
a) Deviation from straightness of columns
mm where L is length of member
4 +5 mm
i) In elevation
-0 mm
L/1000 subject to a maximum of
ii) In plan
10mm
Deviation of center line of web from centre
5 line of flanges in built- up members at 3mm
contract surfaces
119
Deviation from flatness of plates of webs of
0.005 d to a maximum of 2mm Where
6 built - up members in a length equal to the
d is the width of the member
depth of the member.
Tilt of flange of plate girders 0.005 b to a maximum of 2mm
a) At splices and stiffeners, at supports, at the
Where b is the width of the member
7 top flanges of Plate girders and at bearings

0.005 b to a maximum of 4mm Where


b) At other places
b is the width of the member
Deviation from squareness of flange to a web L/1000, where L is nominal Length of
8
of columns and box Girders the diagonal
Deviation from squareness of fixed base plate
(not machined) to axis of column. This
D/500, where D is the distance from
dimension shall be measured parallel to the
9 the column axis to the point under
longitudinal axis of the column at points
consideration on the Base plate
where the other surfaces of the column section
make contract with the base plate
Deviation from squareness of machined ends D/1000-, where D is as defined In 9
10
to axis of columns above
Deviation from squareness of machined ends D/1000-, where D is as defined In 9
11
to axis of beams or Girders above
Ends of members abutting at joint through
1/600, of depth of member Subject to
12 cleats or end plates, Permissible deviation
a maximum of 1.5 mm
form squareness of ends

3.0 ERECTION AND LAUNCHING:


3.1 General
The provision of this item shall apply to erection & launching of steel bridge superstructures
or main members of bridge superstructures, composed of steel, which span between
supports.
The contractor shall erect the structural steel, remove the temporary construction, and do
all the work required to complete the construction included in the contract in accordance
with the drawings and the specifications and to the entire satisfaction of the Engineer.
3.2 Organization and Equipment:
The Contractor shall submit erection & launching plans prepared by the fabricator, showing
a method and procedure of erection, compatible with the details of fabrication.
A detailed scheme must be prepared showing stage-wise activities, with complete drawings
and working phase-wise instructions. This should be based on detailed stage-wise
calculation and take into account specifications and capacity of erection equipment
machinery, tools, tackles to be used and temporary working loads as per Codal provisions.
The scheme should be based on site conditions, climate conditions and available working
space including space required for temporary staging, etc.

The scheme should indicate precisely the type of temporary fasteners to be used as also the
minimum percentage of permanent fasteners to be fitted during the stage erection. The
working drawings should give clearly the temporary jigs, fixtures, clamps, spacer supports,
etc.
Unless otherwise provided in the contract, the contractor shall supply and erect all
necessary false work and staging and shall supply all labour, tools, erection plant and other
materials necessary to carry out the work complete in all respects.
Prior to actual commencement of erection and launching all equipment, machinery, tools,
tackles, ropes, etc. Need to be tested to ensure their efficient working. Frequent visual
inspection is essential in vulnerable areas to detect displacements, distress, drainages, etc.
120
Deflection and vibratory tests shall be conducted in respect of supporting structures,
launching truss as also the structure under erection and unusual observations reviewed
looseness of fittings are to be noted.
For welded structures, welders’ qualifications and skill are to be checked as per standard
norms. Non-destructive tests of joints as per designers’ directives are to be carried out.
Precision non-destructive testing instruments available in the market should be used for
noting various important parameters of the structures frequently and systematic record is to
be kept.
Erection work should start with complete resources mobilized as per latest approved
drawings and after a thorough survey of foundations and other related structural work. In
case of work of magnitude, maximum mechanization is to be adopted
The structure should be divided into erectable modules as per the scheme. This should be
pre-assembled in a suitable yard/platform and its matching with members of the adjacent
module checked by trial assembly before erection.
The structure shall be set out to be required lines and levels. The stocks and masses are to
be carefully preserved. The steel work should be erected, adjusted and completed in the
required, position to the specified line and levels with sufficient drifts and bolts. Packing
materials are to be available to maintain this condition. Organized “Quality Surveillance”
checks need to be exercised frequently.
Before starting work the Contractor/s shall obtain necessary approval of the Engineer as to
the method adopted for erection & launching, the number and character of tools and plants.
The approval of the Engineer shall not relieve the Contractor/s of his responsibility for the
safety of his method or equipment or from carrying out the work fully in accordance with
the drawings and specification.
During the progress of work, the Contractor/s shall have a competent engineer or foreman
in charge of the work, who shall be adequately experienced in steel erection and acceptable
to the Engineer.

3.3 Formwork:
The formwork shall be properly designed, substantially built and maintained for all
anticipated loads. The Contractor, if required, shall submit plans for approval to the
Engineer. Approval of the plans, however, shall not relieve the Contractor of his
responsibility.

3.4 Straightening Bend Material:


The straightening of plates, angles and other shapes shall be done by methods not likely to
produce fracture or any injury. the metal shall not be heated unless permitted by the
Engineer for special cases, when the heating shall not be to a temperature higher than that
producing a dark “cherry red” color, followed by as slow cooling as possible. Following
the straightening of a bend or buckle the surface shall be carefully investigated for evidence
of fracture. Sharp kinks and bends may be cause for rejection of material.

3.5 Assembling Steel:


The parts shall be accurately assembled as shown on the drawings and match marks shall
be followed. The material shall be carefully handled so that no parts will be bent, broken
or otherwise damaged.
Hammering which will injure or distort them embers shall not be done. Bearing surface or
surfaces to be in permanent contact shall be cleaned, before the members are assembled.
The truss spans shall be erected on blocking so placed as to give the proper camber. The
blocking shall be left in place until the tendon chord splices are fully riveted and all other
truss connections pinned and bolted. Rivets in splices of butt joints of compression
members and rivets in railing shall be driven until the span has been swung.
All joints surface for bolted connections including bolts, nuts, washers shall be free from
scale, dirt, burrs, other foreign materials and defects that would prevent solid seating of
121
parts. The slope of surface of bolted parts in contact with bolt head and nut shall not exceed
1 in 20, plane normal to bolt axis, otherwise suitable tapered washer shall be used.
All fasteners shall have a washer under not or bolt head whichever is turned in tightening.
Any connection to be riveted or bolted shall be secured in close contract with service bolts
or with a sufficient number of permanent bolts before the rivets are driven or before the
connections are finally bolted. Joints shall normally be made by filling not less than 50
percent of holes with service bolts and barrel drifts in the ratio 4:1. The service bolts are to
be fully tightened up as soon as the joint is assembled. Connections to be made by close
tolerance or barrel bolts shall be completed as soon as practicable after assembly.
Any connection to be site welded shall be securely held in position by approved methods
to ensure accurate alignment, camber and elevation before welding is commenced.

The field riveting, welding, bolted and pin connection shall conform to the requirements of
Clause 1904 as appropriate.
The correction of minor misfits involving harmless amounts of reaming, cutting and
chipping will be considered a legitimate pan of erection. However, any error in the shop
fabrication or deformation resulting from handling and transportation which prevents
proper assembling and fitting up of parts by moderate use of drifts(by a moderate amount
of reaming and slight chipping or cutting shall be reported immediately to the Engineer
and his approval of the method of correction obtained,. The correction shall be made in the
presence of the Engineer.

3.6 Field Inspection


All materials, equipment and work of erection shall be subject to the inspection of the
Engineer who shall be provided with all facilities including labour and tools required at all
reasonable times. Any work found defective is liable to be rejected.
No protective treatment shall be applied to the work until the appropriate inspection and
testing has been carried out. The stage inspection shall be carried out for all operations so
as to ensure the correctness of fabrication and good quality. Girder dimensions and camber
shall not be finally checked until all welding and heating operations are completed and the
member has cooled to a uniform temperature.
(a) Testing of material : Structural steel shall be tested for mechanical and chemical properties
as per various IS codes as may be applicable and shall conform to requirements specified
in IS:226, IS:2062, IS:11587, IS:1977, IS:8500 and IS:961 etc.
Rivets, bolts, nuts, washers, welding consumables, steel forging, casting and stainless steel
shall be tested for mechanical and chemical properties in the appropriate IS : Code.
Rolling and cutting tolerance shall be as per IS: 1852. The thickness tolerance check
measurements for the plate and rolled sections shall be taken at not less than 15mm from
edge.
Laminations in plates shall be carried out by ultra-sonic testing or any other specified
methods.
Steel work shall be inspected for surface defects and exposed edge laminations during
fabrication and blast cleaning. Significant edge laminations found shall be reported to the
Engineer for his decision.
Clipping, grinding, machining or ultrasonic testing shall be used to determine depth of
imperfection.
(b) Bolted connections: Bolts and bolted connection joints with high strength friction grip bolts
shall be inspected and tested according to IS: 4000.
Rivets and riveted connection s shall be inspected and tested for compliance of codal
requirements.
The firmness of joint shall be checked by 0.2 mm filler gauge, which shall not go inside
under the rivet head by more than 3mm. There shall not be any gap between members to
be riveted.
122
Driven rivets shall be checked with rivet testing hammer. When struck sharply on head
with rivet testing hammer, rivet shall be free from movement and vibration.
All loose rivets and rivets with cracks, badly formed or deficient heads or with heads which
are eccentric with shanks, shall be cut out and replaced.
The alignment of plates at all bolted splice joints and welded butt joints shall be checked
for compliance with codal requirements.
Testing of flame cut and sheared edges is to be done, where the hardness criteria given in
the code are adopted. Hardness testing shall be carried out on six specimens.
(c) Welding and welding consumables: Welding procedures, welded connection and testing
shall be in compliance with codal requirements.
All facilities necessary for stage inspection during welding and on completion shall be
provided to the Engineer or their inspecting Authority by manufacture.
Adequate means of identification either by identification mark or other record shall be
provided to enable each weld to be traced to the welder(s) by whom it is carried out.
All metal welding shall be in compliance with IS: 9595 provisions.
The method of inspection shall be in accordance with IS: 822 and extent of inspection and
testing shall be in accordance with the relevant standards or in the absence of such a
standard, as agreed with the Engineer, Procedure tests.
The Destructive and Non-Destructive test of weld shall be carried out according to IS: 7307
(part I).
Non Destructive Testing Welds
One or more of the following methods may be applied for inspection or testing of weld:
(I) Visual Inspection: All welds shall be visually inspected, which should cover all defects of
weld such as size, porosity, crack in the weld or in the HAZ (Heat Affected Zone) etc.
suitable magnifying glass may be used for visual inspection. A weld shall be acceptable by
visual inspection if it shows that:

a) The weld has no cracks.


b) Through fusion exists between weld and base metal and between adjacent layers of
weld metal.
c) Weld profiles are in accordance with requisite clauses of IS: 9595 or as agreed with
the Engineer.
d) The weld shall be of full cross section, expect for the ends of intermittent fillet welds
outside their effective length.
e) When weld is transverse to the primary stress, undercut shall not be more than 0.25
mm deep in the part that is undercut and shall not be more than 0.8mm deep when
the weld is parallel to the primary stress in the pan that is undercut.
f) The fillet weld in any single continuous weld shall be permitted to under run the
nominal fillet weld size specified by 1.6 run without correction provided that
undersize portion of the weld does not exceed 10 percent of the length of the weld.
On the web-to-flange welds on girders, no under-run is permitted at the ends for a
length equal to twice the width on the flange.
g) The piping porosity in fillet welds shall not exceed one in each 100 mm of weld
length and the maximum diameter shall not exceed 2.4mm, except for fillet welds
connecting stiffeners to web where the sum of diameter shall not exceed 9.5mm in
any 25 mm length of weld and shall not exceed 19mm in any 300 mm length of
weld.
h) The full penetration groove weld in butt joints transverse to the direction of
computed tensile stress shall have no piping porosity. For all other groove welds,
the piping porosity shall not exceed one in 100 mm of length and the maximum
diameters shall not exceed 2.4 mm.

(ii) Magnetic Panicle and Radiographic Inspection: Welds that are subject to radio-graphic or
magnetic panicle testing in addition to visual inspection shall have no crack.
123
Magnetic panicle test shall be carried out for detection of crack and other discontinuity in
the weld according to IS: 5334
Radiographic test shall be carried out for detection of internal flaws in the weld such as
crack, piping porosity inclusion, lack of fusion, incomplete penetration, etc, This test must
be carried out as per :182 and IS: 4853
Acceptance Criteria: The weld shall be unacceptable if radiographic or magnetic panicle
testing shows any of the type of discontinuities indicated in the code.

(iii) Ultrasonic Inspection: The Ultrasonic testing in addition to visual inspection shall be
carried out for detection of internal flaws in the weld such as cracks, piping porosity
inclusion, lack of fusion, incomplete penetration, etc. Acceptance criteria shall be as per IS:
4260 or any other relevant IS Specification and as agreed to by the Engineer.

(iv) Liquid Penetration Inspection: The liquid penetration test shall be carried out for detection
of surface defect in the weld, as- per IS: 3658, in addition to visual inspection.
The non-destructive testing of following welds be carried out using one of the method or;
methods described at (ii), (iii) and (iv) above, as may be agreed to by the Engineer.
a) All transverse butt welds in tension flange.
b) 10 percent of the length of the longitudinal and transverse butt welds in compression
flanges.
c) 5 per cent of the length of longitudinal and transverse butt welds in compression
flanges.
d) All transverse butt welds in webs adjacent to tension flanges as specified by the
Engineer.
The particular length of welds in webs to be tested shall be agreed with the Engineer, in
case of (b) or (c).
Where specified by the Engineer, bearing stiffeners or bearing diaphragms adjacent to
welds, flange pates adjacent to web/flange welds at cruciform welds, plates in box girder
construction adjacent to comer welds or other details shall be ultrasonically tested after
fabrication.
for his decision.
(d) Testing of Welding for Cast Steel: The testing of weld for cast steel shall be carried
out as may be agreed to by the Engineer.
(e) Stud Shear Connectors: Stud Shear connectors shall be subjected to the following
tests:
(i) The fixing of studs after being welded in position shall be tested by striking the side of the
head of the stud with a 2 kg. Hammer to the satisfaction of the Engineer.
(ii) The selected stud head stroked with 6 kg. Hammer shall be capable of lateral displacement
of approximately 0.25 the height of the stud from its original position. The stud weld shall
not show any sign of crack or lack of fusion.
The studs whose welds have failed the test given in (a) and (b) shall be replaced.
(f) Inspection requirement: The fabricated member/component made out of rolled and built-
up section shall be checked for compliance of the tolerances given in Table-2. Inspection
of member/components for compliance with tolerances, and the check for deviations shall
be made over the full length.
During checking, the inspection requirement shall be placed in manner that local surface
irregularities do not influence the result.
For plate, out of plane deviation shall be checked at right angle to the surface over the full
area of the plate.
The relative cross-girder or cross frame deviation shall be checked over the middle third of
length of the cross girder of frame between each pair of webs and for cantilever at the end
of member.
The web of rolled beam or channel section shall be checked for out-of-plane deviation in
longitudinal direction equal to the depth of the section.
124
During inspection, the component /member shall not have any load or external restraint.
Inspection Stages: The inspection to be carried out for compliance of tolerances shall
include but not be limited to the following stages:
i) For completed parts, component/members on completion of fabrication and before any
subsequent operation such as surface preparation, painting, transportation, and erection.
ii) For webs of plate and box girder, longitudinal compression flange stiffeners in box girders
and orthotropic decks and all web stiffeners at site joints, on completion of site joint.
iii) For cross girders and frames, cantilevers in orthotropic decks and other parts in which
deviations have apparently increased on completion of site assembly.
Where, on checking member/component for the deviations in respect of out of plane pr out
of straightness at right angles to the plate surface, any other instances, exceed tolerance, the
maximum deviation shall be measured and recorded. The recorded measurements shall be
submitted to the Engineer who will determine whether the component/member may be
accepted without rectification, with rectification or rejected.
4.0 OILING AND PAINTING:
4.1. No part of the work is to be painted or coated, packed or dispatched until it has been finally
inspected and approved by the inspecting officer. Dry Film Thickness shall be measured
by elcometer or any other approved method. The work shall be done in accordance of
para 39 of IRS B1-2001 (ASC no. 8 Dt. 27/08/2014)
4.2. The whole of the work except machined surfaces shall be given protective coating using
one of the systems of painting or metalizing given below. Prior to painting, the surfaces
shall be carefully prepared removing mill scale, rust, etc, using wire brushes, Sand or grit
blasting as approved by the Engineer/Inspecting Officer.
For all locations, for all types of New Steel Girder Bridges (including all components),
the protective coating by metalizing with sprayed aluminum as given in the Appendix-
VII followed by painting as per painting schedule given below may be applied. (ACS No.
8 dt. 27/08/2014)
a) Priming coat:
i. One coat of etch primer to IS:5666.
ii. One coat of zinc chrome primer to IS:104 with the additional proviso that zinc chrome
to be used in the manufacture of primer shall conform to type 2 of IS:51.
b) Finishing coats:
Two coats of aluminum paint to IS: 2339 shall be applied over the primer coats. One coat
shall be applied before the fabricated steel work leaves the shop. After the steel work is
erected at site the second coat shall be given after touching up the primer and the cover coat
if damaged in-transit. The dry film thickness shall be 40 microns (Each coat of 20 microns)
4.3 Surfaces which are inaccessible for cleaning and painting after fabrication shall be painted
as specified in before assembled for riveting.
4.4 All rivets, bolts, nuts, washers, etc, are to be thoroughly cleaned and dipped into boiling
linseed oil to IS:77
4.5 All machined surfaces are to be well coated with a mixture of white lead to IS: 34 and
Mutton tallow to IS: 887
4.6 The thickness of metalizing: The nominal thickness of the coating shall be 150 μ(microns). The
minimum local thickness, determined in accordance with procedure given in Appendix-VII (IRS B1-
2001 with latest amendment and correction slip) clause 3.1, shall be not less than 110 μ(microns)
4.7 For site paintings the whole of the steel work shall be given the second cover coat after
finally passing and after touching up the Primer and Cover Coats, if damaged in- transit.

5.0 TEST AND STANDARDS OF ACCEPTANCE


The materials shall be tested in accordance with relevant IS specifications and necessary
test certificates shall be furnished. Additional tests, if required, shall be got carried out by
the Contractor at his own cost.
125
The fabrication, furnishing, erecting, painting of structural steel work shall be in accordance
with these specifications and shall be checked and accepted by the Engineer.
6.0 MEASUREMENTS FOR PAYMENT
The measurements of this shall be in tones based on the net weight of metal in the fabricated
structure computed on the basis of nominal weight of materials.
The weight of rolled and cast steel and cast iron shall be determined from the determine
shown on the drawings on the following basis:
• Rolled or cast steel: 7.84X10-3 kg/cu.cm.
• Cost Iron: 7.21 X10-3 kg/cu.cm.
Weight of structural sections shall be nominal weight.
Weight of weld fillets and weight of protective coating shall not be included.
Weight of rivet heads shall be computed by taking the weight of 100 snap heads as given in
Table-3.
TABLE-3 : WEIGHT OF RIVET HEADS
Dia of Rivets as manufactured Weight of 100 snap heads
mm kg
12 1.3
14 2.1
16 3.4
18 4.45
20 6.1
22 8.1
24 10.5
27 15
30 20.5
33 27.5

The Contractor shall supply detailed calculations sheets for the weight of the metal in the
fabricated structure.
No additions shall be made for the weight of protective coating or weld fillets.
Where computed weight forms the basis for payment, the weight shall be calculated for
exact cut sizes of members used in the structure, deductions being made for all cuts, except
for rivet holes. Additions shall be made for the rivet heads as mentioned above.

7.0 RATE:
The Contract unit rate for the completed structural steel work shall included the cost of all
materials, labour, tools, plant and equipment required for fabrication, connections, oiling,
painting, temporary erection, inspection, tests and compete final erection as shown on the
drawings and as specified in these specifications.

8.0 POT & PTFE BEARING:

8.1 The POT & PTFE bearings shall be procured from RDSO approved vendors.
8.2 The design of POT & PTFE bearings shall be submitted by the vendor for approval of
Railways before supply.

9.0 Anti-theft and Anti-sabotage measure:


As per BS-111 revision 6 (Guidelines for use of High Strength Friction Grip (HSFG)
bolting assemblies on bridges on Indian Railways), Tack welding in HSFG bolts shall
not be resorted to as anti-theft measure for whatever reason. Instead suitable bonding
agent (like Loctite, Kent Devcon or any other functionally similar product
126

TECHNICAL SPECIFICATIONS
(Railway Portion)
127

TECHNICAL SPECIFICATIONS (Railway Portion)

1. Materials

All materials to be used in structures shall be in conformity with the BOQ/specifications


laid in contract conditions. The samples required for conformity of BOQ/Specifications
shall be supplied well in advance for inspection /testing.

1.1 Cement:

Cement used in construction of RoB work shall generally be Ordinary Portland Cement 43/
53 grade confirming to IS: 12269/1976. Cement procured shall be fresh of reputed make
(not more than 2 months old) confirming to relevant IS code. A test certificate as regards
the quality of cement shall be produced by the contractors from its manufacturers and
reputed testing company.

1.2 Aggregates:

1.2.1 Coarse Aggregates:

All coarse aggregates shall consists of clean, hard, strong, dense, non-porous and durable
pieces of crushed stone, crushed gravel, natural gravel or a suitable combination thereof or
other approved inert material and conform to IS 383. The tests for conformity shall be
carried out as per IS 2386, Part I to VIII. The maximum value for flakiness index for coarse
aggregate shall not exceed 35 percent. The coarse aggregate shall satisfy grading given in
Table 1000-1 of specifications for Road and Bridge works (IRC)

1.2.2 Fine Aggregates

Fine aggregates shall consists of clean, hard, strong and durable pieces of crushed stone,
crushed gravel, or a suitable combination of natural sand, crushed stone or gravel. All fine
aggregates shall conform to IS 383 and tests for conformity shall be carried out as per IS:2386
(parts I to VIII).The FM of fine aggregate shall neither less than 2.0 nor greater than 3.5. The
sand/fine aggregate for structural concrete shall conform to the Table 1000-2 of specifications
for Road and Bridge works (IRC).

1.3 Steel:

Only Thermo Mechanically Treated (TMT) bars of specified brand in respective item
conforming to IS: 1786 shall be used as reinforcing steel except for bars of diameter less than
10 mm. All steel bars shall be procured from original producers. Reinforcement shall be free
from rust, mortar, loose mill scale, grease, oil or paints. The materials shall be tested in
accordance with relevant IS specifications and necessary test certificates shall be furnished.

1.3.1 Protection of reinforcement

Uncoated reinforcing steel shall be protected from rusting or chloride contaminations.


Reinforcement shall be free from rust, mortar, loose mill scale, grease, oil or paints. This may
be ensured by thoroughly cleaning all reinforcements to remove rust using sand blasting,
mechanical brushing etc. Reinforcements shall be stored on blocks, or platforms and above
the ground in a clean and dry condition and suitably marked to facilitate inspection and
identification.
128
1.3.2 Bending of reinforcement:

Bar bending shall be cold bent to the specified shape and dimensions to obtain the correct
radii of bends and shape. No heating of bars is permitted under any circumstances for
straightening or bending. Bar bending schedule shall be prepared and got approved before
start of work.

13.3 Placing of Reinforcement

The reinforcement bars shall be placed accurately in position as shown in the drawings. The
bars, crossing on another shall be tied together at every intersection with annealed binding
wire, conforming to IS; 280 to make the Skelton of reinforcement rigid such that
reinforcement does not get displaced during placing of concrete. The diameter of binding
wire shall not be less than 1mm. Necessary stays, blocks, metal chairs, spacers, metal
hangers, supporting wires etc. shall be provided to fix the reinforcement firmly in the
position. Use of pebbles, broken stone, metal pipe or wooden blocks etc. for positioning of
reinforcement shall not be permitted. Placing and fixing of reinforcement shall be inspected
and approved by the engineer before concrete is deposited.

1.4 Concrete:

The grade of concrete shall be specified in approved drawings. All concrete shall be as per
design mix only and shall be manufactured by weigh batching only. The source of
aggregate, adequate to provide required quantities should be located and advised to
Engineer-in-Charge. Aggregate from this source only shall be used for design of mix.

1.4.1 Mix design:

The concrete mix shall be designed by any one of the approved methods given in IS: 10262
and IS: 456-2000. The mix design shall be approved by Engineer-in-charge before starting
the work. The mixed proportions shall be designed to required workability of the fresh
concrete suitable for conditions of placement so that after compaction, it envelops all
reinforcement and completely fills the formwork. Concrete shall have required strength,
durability and surface finish. Test results of trial cubes as per design mix shall be made and
got tested in an established laboratory. The results of this test should be produced at the
time of submission of mix design.

Maximum slump of concrete and maximum water cement ratio shall be as per design mix.
Use of any admixture such as super-plasticizers for concrete shall be made with approval
of the engineer.

1.4.2 Placing, Compacting and curing:

Placing: The concrete shall be placed and compacted before setting takes place and shall
not be subsequently disturbed. Method of placing should be such so as to avoid
displacement of reinforcement or movement of formwork. Except where otherwise agreed
to by the Engineer, concrete shall be deposited in horizontal layers to a compacted depth of
not more than 450 mm when internal vibrators are used and not exceeding 300mm in all
other cases.
Compacting: 40/60 mm needle vibrator shall be used for compaction. Over/under vibration
shall be avoided. Formwork shall be designed for vibration. Additional vibrators in
serviceable condition shall be kept at site so that it can be used in the event of break down.
.
129
Curing: Exposed surfaces of concrete shall be kept continuously in a damp or wet condition
by covering with a layer of sacking, canvas, Hessian or similar materials and kept
constantly wet for at least 7 days from the date of placing of concrete.

1.4.3 Supervision:

Constant and strict supervision of all items of the RCC concrete will be done including
proportioning and mixing of the concrete and checking of the reinforcement.

1.4.4 Sampling, testing and acceptance of concrete

Sampling: Samples from fresh concrete shall be taken from a batch of concrete at point of
delivery into constructions as per IS: 1199. A random sampling procedure to ensure that
each of the concrete batches forming the lot under acceptance inspection has equal chances
of being chosen for taking cubes shall be adopted. The test specimens shall be made from
each sample for testing at 28 days. Additional cubes may be required to determine the
strength at 3 days and 7 days. The minimum frequency of sampling of concrete of each
grade shall be in accordance to IS 456 2000
Testing : 150mm size cubes shall be made cured and tested at the age of 28 days for
compressive strength in accordance with IS 516.The test strength of the sample shall be
average of the strength of 03 cubes. The individual variation should not be more than ± 15
percent of the average.
Acceptance criteria: The standard of acceptance criteria for concrete shall be as per IS
456-2000.
130
1.5 Ballast: deleted

Ballast supply shall conform to RDSO specifications of Track ballast, June 2004, with up
to date modifications thereto. The ballast shall be supplied from approved source and all
tests on ballast shall be conducted through a government or any other approved test
laboratory. Certificates of all such tests must be submitted by the contractor before start of
supply and got approved. Before and during ballast supply, all provisions of RDSO
specifications of Track ballast, June 2004, with up to date modifications thereto, must be
complied with.

2. Civil Engineering Works:

In the Preamble to the Technical Specifications, it can be indicated that for items where no
specific reference has been made to any Specifications, the following should be adopted in
the order of precedence starting from top and in all cases the latest edition with up to date
correction slip should be followed.

i) RDSO/Zonal Railways Specifications

ii) MORTH (Ministry of Surface Transport) Specifications

iii) Applicable state SOR Specifications

iv) Indian Standard Specifications issued by Bureau of Indian


Standards

In case of doubt, the Engineer in Charge’s Directives may be sought.

___________________________

You might also like