Вы находитесь на странице: 1из 164

VADODARA MAHANAGAR SEVA SADAN

Constructing Storm Water Drain From Harni Main Road


towards Motnath Mahadev
For:
















EXECUTIVE ENGINEER,
Storm Water Drainage Project,
Vadodara Municipal Corporation,
Khanderao Market Building,
Raj Mahal Road,
VADODARA 390 001

September - 2012
VOLUME- I:
TECHNICAL
DOCUMENT


:: I N D E X:
VOLUME-I: TECHNICAL BID











































S SE EC CT TI IO ON N D DE ES SC CR RI IP PT TI IO ON N
P PA AG GE E
N No o. .
SECTION A1 Memorandum of Works in Brief 03
SECTION A2 Scope Of Work 04
SECTION A3 Notice Inviting Tender 06
SECTION A4 Instruction To Tenderers 08
SECTION A5 Eligibility Criteria 15
SECTION A6
Additional Instructions and Guidance to
Tenderers
17
SECTION A7 General Rule and Directions 22
SECTION A8 General Specifications 36
SECTION B1 Terms and Conditions of Contract 38
SECTION C1 Specifications Non Technical 55
SECTION C2 Safety Provisions 72
SECTION - C3 Design Details 75
SECTION D Specifications 76
SECTION E Tender Drawings 136
SECTION Specification in Gujarati
140 (1) TO
140 (8)
SECTION Financial Document (VOL.II) 145

`SECTION-A1: MEMORANDUM OF WORK IN BRIEF
1. Name of Work :: Constructing Storm Water Drain From Harni Main Road towards
Motnath Mahadev
2. Tender Document :: The Tender Documents can be obtained from the websites
www.vmcegov.org,www.vmcegov.com,www.vmcgujarat.org,www.vmcgujarat.com,
www.nprocure.com
The tender fees & E.M.D. shall be paid through Demand Draft separately in sealed envelope A
as a part of tender (Vol - 1) in favour of Municipal Commissioner, Vadodara, payable at Vadodara.
3 Tender : Estimated Cost & EMD

Sr.
No.


Name of Scheme

Estimated
Cost In
Rupees
Tender
fees in
Rupees
E.M.D in
Rupees
Time limit for
completion of
work

Executing
Authority
1
Constructing Storm
Water Drain From
Harni Main Road
towards Motnath
Mahadev
84,03,756/-

3,000/- 1,68,076/-
6 months
(Excluding
Monsoon
Executive
Engineer
(SWD)

Note: EMD shall be submitted in from the bank recognized by RBI.

4 Validity Period of Tender offered: 120 days from the date of opening of the Technical Bid
5 Security Deposit : 5% of Contract value in the form of Demand Draft / Bank Guarantee on award
of work
6 Time allowed for completion As per the Notice Inviting Tender. From the date of written order to
commence:
7 i) Date on or before which the Tender Fees as well as EMD must reach the office at following
address:
24/09/12, 04.00 PM
Dy. Municipal Commissioner (A),
Record Branch,
Khanderao Market Building,
Rajmahal Road,
Vadodara-390 001.

ii) Mode of sending the tender: Through on line.
iii) Description essential to be made on sealed cover
a) Name of work
b) Date of receiving tender by VMSS
iv) Mode of quoting rate In figures and as well as in words in FINANCIAL BID only.
The Tenderer should not mention his percentage/total amount in TECHNICAL BID or
in his forwarding letter as that would lead to rejection of the Tender.
8 Date of Tender Opening The Technical Bid shall be opened on following date: - 24/09/12
9 Time of Tender Opening 5.00 PM
10 Performance Bond 5% of Contract Value from Nationalized / Scheduled Bank shall
be submitted by Contractor after completion of work before release of Security Deposit.
Work shall start & progress simultaneously at all components as per the priority / as directed by
the Executive Engineer (SWD), VMSS.


Signature of the Contractor with seal Signature of the Head of Department (Projects), VMSS
Date: Date:




SECTION A2 :: Scope of Work :
The Broad scope of work is as follows and shall be carried out strictly in accordance with specifications,
drawings, site conditions and instructions of Engineer issued from time to time.
General:
1. To carry out Pre Execution and Post Execution survey of the Kaans / proposed route by taking levels at
every 30 m interval.
2. During the Pre Execution survey the contractor shall identify the locations where there are obstructions
(legal / illegal) and where constructing/laying of kaans will not be feasible unless these obstructions are
removed. Contractors should clearly show obstructions, crossings along with all dimensional and
construction details. Wherever the proposed system is to be integrated with the existing system,
the contractor shall take the GL and IL of the connecting pipeline / channel . 3 sets of the survey drawings
including LS and CS (hard copy) and a soft copy on Compact Disk (CD) shall be submitted by the
contractor
3. The contractor shall establish TBMs at suitable locations i.e. permanent structures like electrical poles etc,
which can be used for checking the Invert Levels of the pipes during the execution.
4. Water and Electricity for construction / testing shall be arranged by the Contractor.
5. Obtaining certification from VMC for the stretch of the pipeline laid as per the specifications and
drawings before refilling the trench.
6. Any and all other works indicated and considered necessary for the execution of this work whether or not
specifically mentioned or called for.
7. Bank protection works shall be provided as per the site conditions (typical drawing attached) and as per the
instructions of Engineer-in-charge.
8. 18% interest (with penalty) shall be levied on the contractor if work not started or satisfactory work not done
within 6 months of getting the work order.
9. Any damage to the existing structures during execution shall be repaired by the contractor and no extra
payment shall be done for the same.
10. All the materials to be used in the execution are to be tested as per relevant specifications.
For Kaans Construction / Rehabilitations:

Excavating (Dry or Wet soil, sludge) from the existing Kaans as per guidelines to acquire the design section of
the Kaans.
Removal of the wet soil from the Kaans as per the guidelines including dewatering, diversion of flow, etc so as
to make the stretch of the Kaans suitable for executing the work shall be borne by the Contractor.
In the existing kaans, there is some amount of sewage flowing which will require to be diverted during
execution of the work. So the tenderer shall quote his rates inclusive of the cost of provision of diversion of the
flow of sewage and pumped out contents.
Refilling of the Kaans bed with the Murrum/sand/rubble where ever required and instructed as per the
specifications to achieve the required slope. Realignment / shifting of the existing utilities (except electricity and
telephone) falling in line of Kaans alignment.
Some portions of the kaans have been already constructed and the rehabilitation shall have to be done to integrate
the existing system. Location, sizes, level, etc shall be surveyed and identified during the pre-survey of
the kaans. Maximum paid shall be as per the price bid paid as per the running section completed.
Construction of RCC top slab for the Kaans and RCC culvert for road crossing and at the locations shown by
VMSS. MS Gratings (with proper welding) & Precast slabs (1m length) shall be provided 15 m c/c alternatively
Or as per site situation and as per the instruction of Engineer-in-charge. Constructing RCC culvert at the road and
railway crossings where ever required and instructed as per the guidelines and specifications. Constructing RCC
bottom raft for the Kaans as per the specifications to achieve the required slope of the Kaans.
Providing safety rails as per the guidelines where ever required and instructed and as per specifications on side
of the Kaans. Provision of RCC columns shall be made every 50 m zigzag along the wall of the kaans for



protection and safety.

Plaster finishing, providing coping and IPS flooring as per the specifications and guidelines of the Engineering
in charge. Insuring the proper strengthening of banks at Kaans outfall to the river.
Reinstatement of the facilities like road, water supply lines, sewer lines, etc., damaged during executions as per
the guidelines of engineering in charge.
Ensuring the safety (upto handover of work) of the worker and citizens at the work site during execution and during
monsoon when the work is stopped as per the guidelines of the Engineering in charge.
Irrespective of any other clause in the tender, the Contractor shall use only Ready Mixed Concrete (RMC) for major
works, with minimum cement content specified in the tender, for the bottom raft of the Kaans. RMC shall be used of
approved make. In case, the contractor plans to use RMC of other makes, he shall have to get it approved
beforehand by the VMSS.
1 no. of soft copy and 1 no. of hard copies of AS-BUILT drawings (approved) shall be submitted by the
contractor to all the agencies (VMSS,PMC,TPI). Final bill shall be cleared only after the submission of As- built
drawings.
Until and unless required and asked for by the Engineer in charge, night work shall not be permitted. Works done
without informing any/all of the three (VMSS ,PMC, TPI) and without their presence shall not be considered
valid. Photographs shall be submitted by the contractor fortnightly to monitor the progress of work.

General Notes:
1. The Bidder shall collect all the relevant data about the kaans catchment sites (soil conditions etc),
required for assessing the work and submitting his Technical and Financial bid.


2. The Preliminary Layout of the kaans is attached with the Tender. The Network shown in the drawing is
preliminary and can change during the execution. The quantity shown in the tender is preliminary and shall
be finalised after the Pre Execution survey by the contractor

3. The size, levels and quantities shown in the Design Sheets are preliminary and can change during
execution (after the pre-execution survey by the Contractor)

4. Existing Utilities: VMSS is not having any ready data on the existing utilities likely to meet during the
excavation and laying of pipelines. Contractors shall be paid based on the unit rates given in the Tender
(considering % above/below). The shifting of Telephone / Electric Pole shall be arranged by VMSS.

5. Consultant has been appointed by VMSS for the Project Monitoring and Supervision. VMSS has
also appointed CEIL for the third party inspection of the project. Any tests recommended by
Consultant or CEIL during the execution of this contract shall be conducted by the contractor with out any
extra cost to VMSS. The charges of testing and inspection charges (TPI) of any material or of any type
shall be borne by the contractor.



Signature of the Contractor with seal Signature of the Head of Department (Projects), VMSS
Date Date






SECTION - A3 NOTICE INVITING TENDER

1 Vadodara Mahanagar Seva Sadan invites Offer for the work of Constructing Storm Water Drain
From Harni Main Road towards Motnath Mahadev.
2. Sealed tenders, on Item Rate basis are invited from the experienced and financially strong
Contractors, equipped to execute large projects and meeting the eligibility criteria specified in the
Tender. The Contactors shall be registered in appropriate class either with VMSS,
Central/State/PWD/M.E.S./Semi Government or other such institutions for the works shown in the
schedule given below.

3. Tenders in two separate envelopes shall be submitted containing (a) Pre-qualification documents
including Technical bid and (b) Financial bid (Price bid) in the VMSS format. Technical and financial
strength of bidders shall be evaluated based on the qualification criteria given in the bid document.

4 (A) GENERAL DETAILS OF WORKS: -

Sr. No.


Name of Scheme

Estimated cost

(Rs.)
Tender
Fee in
Rupees
E.M.D In
Rupees
Time limit for
completion of
work

Executing
Authority
1
Constructing Storm
Water Drain From
Harni Main Road
towards Motnath
Mahadev
84,03,756/-

3,000/- 1,68,076/-
6 months
excluding
monsoon
Executive
Engineer
(SWD)


4 (B) SCHEDULE OF TENDERING: -

Sr. Schedule Time Date Place
1 Downloading of
Tender
Documents

03/09/12 From website:
www.vmcegov.org,www.vmcegov.com
www.vmcgujarat.org,www.vmcgujarat.com,
www.nprocure.com
2 Submission of
Tender
documents
(volume-I
&II)
4:00pm
24/09/12 Through on line(except tender fees & E M D in Hard
copies which shall have to be submitted separately in
sealed envelope A )
3 Opening of
Technical Bid
5:00pm
24/09/12 Storm Water Drainage Dept. Vadodaraahanagar Seva
Sadan, Khanderao Market Building, Rajmahel Road,
Vadodara.



5. Contacting Office:
The Executive Engineer
(Storm Water Drainage Project)
Vadodara Mahanagar Seva Sadan,
Khanderao Market Building,
Rajmahal Road,
Vadodara-390 001. Ph. (0265) 2433116 / 17 / 18



DOWNLOAD OF TENDER DOCUMENT: -
The tender document for these works is also available on website www.vmcegov.org,www.vmcegov.com
www.vmcgujarat.org,www.vmcgujarat.com,www.nprocure.com.The bidder shall pay the Tender Fee to
the Mahanagar Seva Sadan with the Pre- qualification Document. Alternatively Demand Draft issued by any
Nationalized Bank, in favor of Municipal Commissioner, payable at Vadodara shall be attached with the Pre-
qualification Document.
BID SECURITY: -
The Bid, must be accompanied by the bid security as specified and shown in 4 (A) above. The Bid Security shall
be in one of the following forms:-

A Demand Draft payable to Municipal Commissioner, Vadodara issued by any nationalized bank only.
OR
An unequivocal and unconditional Bank Guarantee in the prescribed format given in this document issued by
any Nationalized Bank only for a validity period 28 days beyond the validity of the bid. (EMD Exemption
Certificate will not be accepted)

SUBMISSION OF TENDER: -
The completed Tender document shall be submitted only through on line. Offers, which are not signed, will
not be accepted. Whereas tender fees as well as EMD in form of Bank Guarantee or demand draft of Nationalized
Bank only in favor of Municipal Commissioner, Vadodara shall have to be submitted separately in envelope A.
The tenders not submitted in line with the tender clauses and without TENDER FEES as well as EMD in the form
specified, will be out rightly rejected.

The Technical bid of only those bidders will be opened who have remitted tender fees and submitted EMD.

OPENING OF TENDER

The Technical bid of work will be opened as mentioned in Sr. No. 4 (B) Para 3.0 above. Intending bidders or their
representative who wish to participate in tender opening can remain present on the due date and time. Only
one representative of each firm will be allowed to remain present. Price Bids of only those bidders will
be opened, who are successful in the qualification Criteria and the Technical Evaluation. The date for
price bid opening shall be informed to the successful bidders at a later date

GENERAL INSTRUCTIONS :
1. The cost of Bid document will not be refunded under any circumstances.
2. EMD in the form specified in Bid document only shall be accepted
3. The offer shall be valid for 120 days from the date of opening of Technical Bid.
4. Tender without Bid document fees, Earnest Money Deposit (EMD) and which do not fulfill all or any of the
condition or submitted incomplete in any respect will be rejected.
5. The Bidder shall submit only one bid in his name. Submission of any additional bids in the name of their partner /
associates / Group Company, etc. shall disqualify them.
6. As per the Prevailing Stamp Rules Act 1958, Appendix 1, Article 5, the Contractor shall enter in
to an Agreement with the Corporation on Rs.100 Stamp Paper.
7. Conditional tender shall not be accepted.
8. Bidders shall submit PF registration certificate along with tender document.

Municipal Commissioner reserves the right to accept or reject any or all tenders without assigning any reason thereof.

This Tender notice shall form a part of contract document.
The tenderers are advised to read carefully the Instruction and Eligibility Criteria contained in the tender
documents.

Head of Department (Projects)
VMSS



SECTION - A4 INSTRUCTIONS TO TENDERERS

1. NOTE
These instructions are provided to assist tenderers while preparing their tenders. They do not form part
of the Contract and they shall not be taken into consideration in interpreting or constituting the Contract.
2. INVITATION TO TENDER
The Municipal Commissioner VMSS for and on behalf of the Vadodara Mahanagar Seva Sadan,
Vadodara, hereinafter referred to, as the VMSS will receive tenders for the construction of works
according to the specifications and Schedule of Quantities and Rates in the tender documents herewith
attached.
2.1 Tenders will not be accepted after the hour and date fixed for receiving of tenders. Telegraphic tenders will
not be accepted under any circumstance. Tenders submitted/ received after the hour and date so fixed will
not be considered. Tenders shall be received up to 4:00 p.m. on the last date of submission of the tender
document as mentioned in the Notice Inviting Tender. Tenderers authorized representatives may attend
the tender opening. The date and time for opening of Price Bid will be communicated to tenderers
separately.
2.2 However, the VMSS reserves the right to reject all the tenders or the lowest or any other tender which in
the judgement of the VMSS does not appear to be in its best interest, and the tenderer shall have no cause
of action or claim against the VMSS or its officers, employees, successors or assignee for
rejection of its tender.
2.3 The Municipal Commissioner VMSS does not bind himself to accept the lowest or any tender. He also
reserves the right of splitting the tender where the quantities/cost estimates are distinctly worked out in
the Schedule of Quantities and Rates. The percentages (+/-) and the Lump Sum rates quoted by tenderer
shall be firm even if the contract is split. If tenderer does not agree to keep his quoted Percentages rates
valid under such condition he shall clearly state so in this bid. If the tenderer wishes to offer discount in
the event of the entire work being awarded to him he shall state so in the tender.
2.4 Tender documents are not transferable.
3.0 TENDER VALIDITY PERIOD
3.1 The tender shall be kept valid for acceptance for a period of one hundred and twenty-calendar days
(120) from the date of opening of price bids.
4.0 LANGUAGE OF TENDERS
Tenders shall be submitted in English, and all information in the tender shall be in English. Information
in any other language shall be accompanied by its translation in English. Failure to comply with this may
disqualify a tender. Only English text shall be governing.
5.0 DOCUMENTS
5.1 Volume I with Drawings and Volume-II, comprehensively referred to as Tender Document, is issued
to every tenderer. Details of the Tender document referred above are as follows.
TECHNICAL BID: VOLUME I
FINANCIAL BID: VOLUME II
TECHNICAL BID: VOLUME - 1
A1) Memorandum of work in Brief
A2) Scope of work
A3) Notice Inviting Tenders
A4) Instruction to Tenderers
A5) Eligibility Criteria
A6) Additional Instructions and Guidance to Tenders
A7) General rules and directions for the guidance of contractors
A8) General Specifications



B1) Terms and conditions of contract
B2) Schedule 1 to 9
C1) Specifications (Non-technical)
C2) Safety Provisions
C3) Design Sheets
D) Technical Specifications
E) Drawings
FINANCIAL BID: VOLUME II:
Schedule of Quantities, Rates and Quotation Sheet
6. EARNEST MONEY
6.1. Each tender must be accompanied by Earnest Money. Tender deposit is accepted as detailed out in
VMSS, Section B1,of tender and General Conditions of Contract herein afterwards referred as Form B1.
6.2. Tenders not accompanied by Earnest Money as required or accompanied by wrong Earnest
Money, shall be considered as non-responsive and will be rejected outright.
6.3. The successful tenderers earnest money will be retained as security till signing the contract and for
making of the contract deposit in accordance with the Form B1. In case of Bank Guarantee,
successful tenderers Bank Guarantee will be returned after receipt of the contract deposit.
6.4. No interest will be paid on any tender deposit.
7.0 INCOME-TAX CERTIFICATE
7.1 In case of domestic tenderers, an copies of the Income-Tax Returns for the last (3) three financial years shall
be submitted in Envelope A. If the tender is submitted without complying with the requirements,
it is liable to be rejected outright. Tenders shall
8.0 SUBMISSION OF TENDER
8.1 TENDER to be submitted together with the other documents that form the tender. In the event of a
Contract, the tender and the documents attached thereto shall be considered as forming part of
the Contract Documents.
8.2 Each tender must be accompanied by Earnest Money. Tender deposit is accepted as detailed out in
VMSS, Section B1, of tender and General Conditions of Contract herein afterwards referred as Form B1.
8.3 In case of Bank Guarantee, the same shall be valid for 120 days from the price bid opening date.
The format of Bank Guarantee is attached with the Tender. The bank guarantee shall be in such
format so that VMSS can realize/withdraw the amount from the bank without assigning
reasons.
8.4. The Earnest money can be paid by means of Demand Draft / Bank Guarantee in name of Municipal
Commissioner, Vadodara, payable at Vadodara.
8.5. If during the tender validity period, the tenderer withdraws his tender or the successful tenderer fails
to accept the contract within 30 calendar days after receiving notice of the award of contract and fails
to submit contract deposit, the Earnest money/ bank guarantee shall be forfeited and the tenderer may
be disqualified from tendering for further works with the VMSS.
8.6. After the award has been finalized, the Earnest Money will be returned to the respective tenderer, with the
exception Tender documents (Volume-I, with drawings) and all details submitted along with the tender, duly
completed in all respects shall be submitted as described in notice inviting tender ONLY THROUGH ON
LINE WHEREAS TENDER FEES AND E. M. D.SHALL HAVE TO BE SUBMITTED in a sealed envelope
so as to reach by 4.00 PM on or before the date of submission of completed tender document
mentioned in the Tender Notice at the following address:
Dy.Municipalcommissioner(A),
Record Branch,
Vadodara Mahanagar Seva Sadan,
Khanderao market Bldg.,Vadodara390 001.




8.7 The sealed envelopes A shall show on the outside, the name of the Work, Contract No and Date
of receiving tender by VMSS. No tender shall be accepted unless the envelope A is sealed.
8.8 On line submitted tender documents(vol.I) shall be accompanied by the following documents:
NOTE: Hard copies of all THESE documents shall have to be submitted on demand of the department
Whenever required
a) Volume-I of tender duly signed and initialed on all the pages.
b) The tenderers program for the execution of the works.
c) A chart showing the estimated monthly labour force proposed for the execution of this contract.
d) List of plant and machinery in good working order available with the tenderer, which he proposes to
employ on the Works.
e) Details of schedule 1 to 9 of section B2 of Vol. I.
f) A covering letter stating any other matter in relation to this tender, which the tenderer considers, should
be drawn to the particular notice of the VMSS or Consulting Engineers.
g) Deleted.
h) In case of domestic contractors, copies of Income Tax Return filed for last (3) three financial years
as dated in items 7.0.
i) A certificate of registration as approved Contractor should be attached with the tender.
j) Litigation History of the Firm during the past 10 years:
k) Deleted.
8.9 Erasures and other changes shall be noted over by the initials of the person signing the tender.
9.0 GENERAL PERFORMANCE DATA
9.1 Tenderers shall present following information along with their tenders to decide their technical and
financial capability:
a) Evidence of financial capacity to execute a contract of this magnitude in terms of solvency certificate,
annual Turnover and price of biggest job carried out.
b) The bidders are requested to furnish requisite information as described in SECTION A5 so as to enable
the competent authority to decide the technical and financial capability of the bidder, based on which,
the bids shall be evaluated.
9.2 Tenders may not be considered if the above information is not provided or is considered to be
unsatisfactory.
10.0 SIGNING OF TENDERER DOCUMENTS
10.1. Tenderers are requested to sign the Tender Guarantee Form, Schedule B of Form B1, Schedule of
Quantities and Rates, etc. after making appropriate entries wherever necessary.
10.2. If the tender is made by an individual, it shall be signed with his full name above his current address.
10.3. If the tender is made by a proprietary firm, it shall be signed by the proprietor above his name and the
name of his firm with its current address.
10.4. If the tender is made by a firm in partnership, it shall be signed by all the partners of the firm above their
full names and current addresses, or by a partner holding the power of attorney for the firm signing the
tender in which case a certified copy of the power of attorney shall accompany the tender. A certified copy
of the partnership deed, current address of the firm and the full name and the current address of all the
partners of the firm shall also accompany the tender.
10.5. If the tender is made by a limited company or a limited firm, it shall be signed by a duly authorised person
holding the power of attorney for signing the tender, in which case a certified copy of the power of
attorney shall accompany the tender. Such limited Company may be required to furnish satisfactory
evidence of its existence before the contract is awarded.
10.6 If the tender is made by a Joint Venture, the sponsoring Firm shall submit complete information



pertaining to each firm in the group and state along with the bid as to which of the firms shall have the
responsibility for tendering and for completion of the contract documents and furnish evidences
admissible in law in respect of the authority to such firm on behalf of the joint venture for tendering and
for completion of the contract documents. The full information and satisfactory evidence pertaining to the
participation of each member of the joint venture for the tender shall be furnished along with the tender.
10.7 All witnesses and sureties shall be persons of status and probity and their full name, occupations and
addresses shall be stated below their signatures.
10.8 An attested copy of income-tax clearance certificate shall accompany the tenders from contractors from
the Income-Tax Officer of the Circle for the previous three- (3) financial years.
10.9 All signatures in the tender documents shall be dated.
11. INTERPRETATION OF DOCUMENTS
Tenderers shall carefully examine the Tender Documents and fully acquaint themselves as to all
the conditions and matters, which may in any way, affect the work or the cost thereof. Should a tenderer
find discrepancies in or omission from the specification or other documents, or should be in doubt as to
their meaning, he should at once address as query to the Executive Engineer (SWD), VMSS as provided
for in Clause 8.7. Any resulting interpretation of the Tender Documents will be issued to all tenderers as
an Addendum. Verbal clarification and/or information given by the Executive Engineer (SWD),
VMSS / Consultant shall not be binding on VMSS.
12. ERRORS AND DISCREPANCIES IN TENDERS
12.1 Should the Schedule of Quantities and Rates (Vol.-II) submitted with the tender be found to
contain errors, or discrepancies the owner/engineer will not permit any bidder to change the substance or
price of his bid after the bid opening. In case of discrepancy in the quoted Percentage rate and
the corresponding amount the Percentage rate quoted in words in all cases shall govern. Also the bidder
will not be permitted to correct or withdraw material deviations or reservations once bids have
been opened.
13. MODIFICATION OF DOCUMENTS
13.1 Modifications of specifications and extension of the closing date of the tender, if required, will be made
by an Addendum and/or press note. Copies of each Addendum will be sent to tenderers. These shall be
signed and shall form a part of the tender document.
13.2 The tenderer shall not add to or amend the text of any of the documents except in so far as may
be necessary to comply with the Addenda.
14. TAXES AND DUTIES ON INDIGENOUS MATERIAL
The (+/-) percentage quoted by the tenderer shall be inclusive of all taxes, VAT, duties, , and
other taxes, which are applicable at the time of opening of Tender, and no claim in this context
shall be entertained.
15. EVALUATION OF TENDERS
For evaluation and comparison of bids, Section A5 eligibility criteria will govern. The following factors shall
also be considered in addition to the points mentioned in Section A4, Clause No. 22.0
i) The cost of the work of similar magnitude executed earlier
ii) The time of completion of construction
iii) Major / minor deviations, if any.
iv) Relative quality of previous jobs
v) Organisation set up
vi) Financial capability
15.1 POLICY FOR TENDERS UNDER CONSIDERATION
While tenders are under consideration, tenderers and their representatives, or other interested parties are
advised to refrain from contacting by any means any VMSS personnel or representatives on
matters relative to the tenders under study. The Engineers Representative, if necessary, will obtain
clarification of tenders by requesting such information from any or all the tenderers either in



writing or through personal contact, as may be necessary. The tenderer will not be permitted to change
the substance of his tender after tenders have been opened. This includes any post tender price
revision or major modification as defined in Clause No. 13.0. Non-compliance with this provision
is a cause for disqualification.
16. ALTERNATIVES - DELETED
17. COST OF TENDERING
The VMSS will not defray the expenses incurred by tenderers in tendering and will not be bound to
accept the lowest or any tender.
18. AWARD OF CONTRACT
18.1 Notification of award will be made in writing to the successful tenderer.
18.2 The contract will be awarded to the technically and financially qualified and responsive tenderer
offering the lowest overall evaluated tender or tenders in conformance with specifications subject to the
provisions in Clause Nos. 14 & 15 i.e. Evaluation of tenders and policy for tenders under consideration
mentioned earlier.
18.3 A responsive tender is one which accepts all the terms and conditions of the Tender Documents without
any major modifications. A major modification is one which affects in any way the price,
quality, quantity or completion of works or which limits in any way, any responsibilities or
liabilities of the tenderer or any rights of the VMSS, as specified in the Tender Documents. The VMSS
may waive any minor informality in a tender, which does not constitute a major modification. However,
the failure of successful bidder to pay `Security Deposit and signing the contract shall constitute
sufficient grounds
for annulment of the award of contract and forfeiture of the earnest money deposit, in which case the
Owner/Engineer may award the contract to the next lowest evaluated responsive bidder. In the event of not
finding any such bidders, the employer is empowered to call for new bids.
19. SIGNING OF CONTRACT
19.1 The successful tenderer shall be required to execute the Contract within one month of receipt of
intimation to execute the Contract, failing which the VMSS will be entitled to claim discount offered for
payment of bills in spite of non-payment of the bills within the stipulated time, if such non-payment is
the result of non-execution of the contract by the tenderer.
19.2 The person to sign the contract documents shall be the person as detailed in Clause No. 10. i.e. signing
of tender documents.
20. STAMP DUTY AND LEGAL CHARGES
As per the Prevailing Stamp Rules Act 1958, Appendix 1, Article 5, the Contractor shall enter in to an
Agreement with the Corporation on Rs. 100 Stamp Paper and no separate Stamp Duty shall have to be
paid.
21. SOLVENCY CERTIFICATE
The Tenderer shall produce along with their tender, a solvency certificate of an amount equal to 15% of
the estimated cost put to Tender, from the Bank. This certificate shall be enclosed in the ENVELOPE A.
If he fails to produce such a certificate, his tender will not be considered.
22.0 DOCUMENTS/INFORMATION TO BE SUBMITTED ONLY THROUGH ON LINE(EXCEPT
TENDER FEES ALONG WITH E.M.D.TO BE SUBMITTED SEPARATELY IN ENVELOPE ABY
REGISTERED POST OR SPEED POST ONLY)
22.1 The following documents / information must be submitted by the tenderer along with Volume-I of the
tender.
(a) A certificate of registration as approved Contractor. The contractor will have to get himself registered
under VMSS within 3 months of obtaining the work order.
(b) Certified Copies of the similar works executed by the Bidder, which qualifies him for submitting his
offer for this work, based on the Eligibility Criteria given in this document. (c) deleted.
(d) Copies of Income-Tax Returns filed for the last three financial years.



(e) If the tender is not submitted by an individual, the necessary certified copy of the power of attorney, a
certified copy of the partnership deed and other relevant information in this connection as detailed in
items 10.3 to 10.7 of Instruction to Tenderers. Volume I.
(f) A solvency certificate as detailed in Clause 21 above.
g) General details of Tenderer's organisation, management, staff and personnel, facilities for design
and construction.
(h) Litigation History of the Firm during the past 10 years.
(i) An overall schedule of the "Work Plan" of the project based on Network Technique Method Program
Evaluation and Review Technique (PERT)/Critical Path Method (CPM) for appreciating his method
of planning, scheduling and control of project execution. This includes bar chart and resource
planning details.
(j) Details of the work of similar type and magnitude carried out by the tenderer including names of the
authorities for which works were executed as per Schedule I of Section-B3 under Volume I.
(k) Details of works in hand and works tendered for as on the date of submission of the tender,
as per Schedule 2 of Section-B3 under Volume I.
(l) Details of technical personnel with tenderer who are proposed for this contract as per
Schedule 3 of Section-B3 under Volume I.
(m) Information regarding financial capacity of the tenderer to execute the works of this magnitude as per
schedule 4 of Section-B3 under Volume I.
(n) Details of the equipment (plant and machinery) in good working order, which is in possession of the
contractor and the equipment he proposes to bring to the site, as per schedule 5 of Section-B3 under
Volume I.
(o) Details of Contractors schedule for execution of works, as per Schedule 6 Section-B3 under Volume I.
(p) Details of excavation and dewatering method including well point system.
Note: The Earnest Money Deposit, Security Deposit, amount due to the contractor shall be forfeited in
case VMSS observes that the bidder has bagged the project by providing false certificates,
documents or providing misleading or wrong information.
22.2 Bidders not submitting the above mentioned information along with his tender as per clause no. 22.1,
the tender may not be considered for evaluation and the bid will be outright rejected.
22.3 Contractor to note that the time being essence of contract, mechanical means of excavation will have to
be used to the maximum extent and quote accordingly.
22.4 Contactor to read this clause carefully :
Department of Labour and Employment, Government of Gujarat, Sachivalaya, Gandhinagar,
Vernacular Resolution No.RGR-10200.-966-2(2) dated 04-07-2003.
As required under the above resolution bidders are requested to give assurance about how many skilled,
unskilled and other categories of personnel / workers they will employ on this work. If the bidders fail to
give assurance about this, his tender will not be considered. Contractor will have to submit quarterly report
to VMSS, which will be submitted to Department of Labour and Employment regarding the employment
given to different categories of personnel under this work based on the details submitted by
the tenderers.













22.5 The tenderers are required to check the VMSS website for addendum if any before 48 hours of tender
submission date and time. The tenderer who quotes the tender without attaching the addendums,
his tender will be rejected.

23. DESCRIPENCY BETWEEN THE TENDER CLAUSES

Discrepancy between the tender clauses, if any, shall be brought top the notice of VMSS and obtained
clarifications before submission of the Bid Document







Signature of the Contractor with seal Signature of Head of Department (Projects), VMSS
Date Date




SECTION - A5 ELIGIBILITY CRITERIA


1.1 GENERAL
Qualification will be based on meeting all the following minimum pass/fail criteria regarding the
bidders general and particular experience, personnel and equipment capabilities, and financial position,
as demonstrated by the bidders responses in the forms attached (specific requirements for joint ventures
are given under Para A.5.9 below). The bidder should be registered in AA class with VMSS, State and
Central Government and other Corporations / Boards. The VMSS reserves the right to waive
minor deviations, if they do not materially affect the capability of a bidder to perform the
contract. Sub- contractors experience and resources shall not be taken into account in determining
the bidders compliance with the qualifying criteria.
1.2 EXPERIENCE
The bidder shall meet the following minimum criteria to qualify for this Tender and Submit Attested
copies of the completion certificates issued by the departments.
The bidder who has the financial capability and experience in execution of underground drainage lines of
300 diameter and above and/or construction of Masonry open/closed drain are eligible to submit their bid,
provided they satisfy following criteria.
A. To qualify in the Experience Criteria, the bidder shall have experience in execution of
construction of Masonry and/or RCC open/closed drain having total cost equal to the 50 % of the
Estimated Cost put to the Tender during last Five Years. All the past prices of the executed work,
shall be updated to present year at the rate 7% per annum increment.

1.3 FINANCIAL POSITION
The bidder should demonstrate that he has access to or has available, liquid assets, unencumbered real
assets, lines of credit, and other financial means sufficient to meet the cash flow for a period of two
months.
The audited balance sheets for the last three years should be submitted and must demonstrate the
soundness of the bidders financial position, showing long-term profitability. Where necessary, the
Employer will make enquiries with the bidders bankers.

To qualify for this tender, bidder must have Average annual turn over for the last 3 years as follows.
Equal to the estimated cost put to the Tender. All the past turnover figures shall be updated
to present year at the rate 7% per annum increment.

1.4 SOLVENCY CERTIFICATE:
The tenderer shall produce along with their tender a solvency certificate of an amount equal to 15% of
amount of the tender cost from the collector of the district within which he resides or a
Bankers certificate. This certificate shall be enclosed with Envelope A. If he fails to produce such
certificate his tender will not be considered.
1.5 LITIGATION HISTORY
The bidder should provide accurate information on any litigation or arbitration resulting from contracts
completed or under execution by him over last ten years. This should also include such cases, which are
in process/progress. A consistent history of awards against the bidder or any partner of a joint venture
may result in failure of the bid.
In case the bidder has not provided such information and has come to the notice of the Authority, the
tender will be rejected at whatsoever stage. In such case, all the losses that will arise out of this issue will
be recovered from the tenderer/contractor and he will not have any defense for the same.




1.6 PERSONNEL
The Bidder must have suitably qualified personnel, to fill the following position. The Bidder will
supply information on a prime candidate and an alternate for each position, both of whom should meet
the experience requirements specified below for work involved:


Position, Nos. Total Experience in year Experience in Similar Works
Sr. Construction Engineer (1 ) 10 5
Construction Engineer (2) 6 2
Project Engineer (3) 2

Note : Atleast 1 No. of Sr. Engineer (degree) and 2 Nnos. of Engineer (diploma) shall be deputed
exclusively.
1.7 EQUIPMENT
The Bidder should own, or have assured access to (through hire, lease, purchase agreement, availability of
manufacturing capacity or other means) the following key items of equipment in full working order, and
must demonstrate that, based on known commitments, they will be available for use in the proposed
contract. The Bidder may also list alternative equipment, which he would propose for the
Contract, together with an explanation of the proposal.


Equipment type and Characteristics Minimum Number required for work in each segment



1. Excavator 2 Nos.
2. Trucks/Tipper 4 Nos.
3. Concrete mixer 14/10 cft 2 Nos.
4. Vibrators 2 Nos.
5. Dewatering pump (10-20 hp) 4 Nos.
6. Shear legs with pulley blocks 2 Nos.
7. Theodolite & Levelling instruments 2 Nos.







Signature of the Contractor with seal Signature of the Head of Department (Projects), VMSS
Date Date




SECTION - A6 ADDITIONAL INSTRUCTIONS AND GUIDANCE TO TENDERERS


1. COMPETENCY OF TENDERER
No contract will be awarded except to responsible bidder capable of performing the class of work
contemplated. Before the award of the contract, any bidder may be required to show that he has
the necessary facilities, experience, ability and financial resources to perform the work in satisfactory manner
within the time stipulated. Contractor may be required to furnish the department with the statement as to their
experience, their financial status or any other information deemed necessary by Vadodara Mahanagar Seva
Sadan (herein after referred to as VMSS).
Tenderer will be deemed to have inspected the site and to have satisfied as to the nature of all works, all
existing approach roads, pipe line route, structures, storm water out falls / water-way, etc. and other means
of communication and access to and from the site and work and the building that may be required
for temporary purpose in connection with the construction, completion and maintenance of the works and
must make his own enquiries as to work, yard sites and depot, and dumps and as to the acquisition
of such additional sites and areas as may be necessary for temporary purpose for constructing,
completing and maintaining the works.
2. Late tenders (i.e. tenders received after the specified time of opening), delayed tenders (i.e. tenders
received before the time of opening but after due date and time of receipt of tender) and post-tender
offers shall not be opened and considered at all.
The tender received by (register post) after time and the date specified in the tender notice shall not be
received by the concerned office from the post man, for which date and time may be recorded on the cover
of the tender as to when tender was refused by divisional accountant or divisional head or any other person
in charge. Necessary record should be maintained for refusal of such tenders in the registers for receiving
tender and should be initialled by concerned Head of the Dept. VMSS.
3. PAYMENT
The Tenderer must understand clearly that the rates quoted are for completed works and include all costs due to
labour, scaffolding, plant, supervision, service work, water, power, royalties and etc. and to include
all extras to cover the cost of night work if and when required and no claim for additional payment beyond
the prices or rates quoted will be entertained and the tenderer will not be entitled subsequently to make any
claim on the ground of misrepresentation or on the ground that he was supplied with information given by
any person (whether the member is the employee of Engineering Department of VMSS or not). Any failure
on his part to obtain all necessary information for the prices and rates there in shall not relieve him from any
risks or liabilities arising out of or consequent upon the submission of the tender.
4. TENDER FORMS
Every `blank in the form of tender and in the schedule must be filled up by the tenderer and must return the
complete tender document.
5. ERASURES
Persons tendering are informed that no erasures or alterations by them in the text of the documents will be
allowed and any such erasures or alterations will be disregarded. If there is any error in writing, no over-
writing should be done, the wrong word or a figure should be struck out and the correct one written above or
near it in an unambiguous way. Each correction should be initialled.
6. CONTRACTORS TO PLEASE READ THIS CAREFULLY
1. The rates for items in Schedule `B must be given in words and figures.
2. If the tender is taken in favour of the company, a power of attorney in favour of the person who may
have signed the tender for the company must accompany the tender.
3. Solvency Certificate of a Bank of an amount of 15% of the estimated cost of the project and value of on-
going works will have to be produced by the contractor.



4. Receipt of earnest money must accompany the tender. Tenderer may pay earnest money in the form
crossed Demand Draft / Bank Guarantee, in favour of the Vadodara Mahanagar Seva Sadan, Vadodara.
Earnest money in form of cheque shall not be accepted.
5. The Contractor shall have to furnish copies of Income Tax Return filed, along with his tender and
intimate assessment number and ward under which he is assessed.
6. Attested Copies of certificate as regards previous experience, must accompany the tender.
7. Declaration showing all works on hand with the contractor and the value of works that remains to be
executed in each case must accompany tender.
8. The Contractor should initial all pages of the Tender document and drawings.
9. The Contractor should initial all corrections, erasures and over writing.
7.0 DISCREPANCIES AND ADJUSTMENT OR ERRORS
Any error in quantity or amount in schedule `B showing items of works to be carried out shall be
adjusted in accordance with the following rules
1. a) In the event of a discrepancy between description in words and figures quoted by a tenderer in the
`rates column, the description in words shall prevail.
b) In the event of an error occurring in the `amount column of the schedule `B showing items of
work, as a result of wrong multiplication of the unit-rate and quantity, the unit-rate shall be
regarded as firm and multiplication shall be amended on the basis of the rates.
c) All errors in totalling in `amount column and in carry forward totals shall be corrected.
d) Any rounding off of amounts against `items or in totals shall be ignored.
e) L Sections, wherever provided, are tentative. There may be change in GL, IL, length of kaans, etc.
as per site condition during execution. Contractor shall have to carry out work as per tender items.
2. It may please be noted that tender will be considered as invalid, especially if the requirements are per
instruction No.1 to 7 above are not complied with before submitting the tender. Also please read
carefully the face-sheet and General Rules and Directions for the guidance of Contractors of
this form.
3. VMSS has right to reject any or all tender(s) or accept any tender without assigning any reason(s)
thereof.
4. Deleted.
5. In addition to the above, the tender will also be liable to be rejected outright if:
a) The Tenderer proposes any alteration in the works specified or in the time allowed for carrying out
the work or any condition or correction made in any code or mode of Schedule - B or
specifications.
b) Any of the page or pages of this tender is/are removed or replaced.
c) The Tenderer does not initial all corrections, additions or pasted slips.
d) He makes any erasure in the tender.
e) The Tenderer or in the case of a firm, each partner or the person holding the power of attorney
thereof does not sign or the signature/s is/are not attested by a witness on the relevant page of the
tender in the space provided for the purpose.










6. A certificate of registration as approved contractor is not attached with the tender.
7. The several documents forming the contract are the essential parts of the contract and a
requirement occurring in one is as binding as though occurring in all, they are intended to be mutually
explanatory and complementary and to describe and provide for a complete work.
7.1 In the event of any discrepancy, in the several documents forming the contract or in any one document the
following order of precedence should apply:

Dimension and quantities-
a) Drawings
b) Price Schedule of the tender form Specifications
c) On drawings, figures, dimensions, unless obviously incorrect, will be followed in preference
to scaled dimensions.





Description
a) Price Schedule of the tender form
b) Drawings
c) Specifications
In case of defective description or ambiguity, the Head of the Department (Projects), VMSS shall issue
further instructions directing in what manner the work is to be carried out it being understood that
the best modern practice is to be followed. The Contractor should forthwith with such instructions.
8. The Contractor should take no advantage of any apparent error or omission in drawings or specifications
and the Executive Engineer (SWD); VMSS shall make such corrections and interpretations as necessary
to fulfil the intent of the plans and specifications.
9. The Contractor shall commence the works on site when ordered by the Engineer and shall proceed with
the same with due expedition and without delay and shall complete in accordance with the time
limit except as may be expressly sanctioned or ordered by the Engineer or be wholly beyond the
Contractors control.
10. The tenderers are required to check the VMSS website for addendum if any before 48 hours of tender
submission date and time. VMSS shall answer only those queries which are received 7 days before the date
of opening the Bid document. The tenderer who quotes the tender without attaching the addendums, will
be rejected



Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date




DECLARATION FORM for Tender Work



1. I/We hereby declare that I/We have visited the site of kaans, and have fully acquainted myself/ourselves with
the local situation regarding water level, soil strata, materials, labour and other factors pertaining to the work
before submitting this tender.
2. I/We hereby declare that I/We have carefully studied the conditions of contract, specifications and other
tender documents of this work and agreed to execute the same accordingly.







Signature of the Contractor with Seal
Date



SECTION - A7 GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS

1. All works proposed to be executed by contract shall be notified in a form of invitation to tender by the
Head of the Dept., VMSS.
This form will state the work to be carried out, as well as the date for submitting and opening tenders and
the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender
and the amount of the security deposit to be paid by the successful tenderer and the percentage, if any, to be
deducted from bills. It will also state whether a refund of quarry fees, royalties, dues and ground rent will
be granted. Copies of the specifications, designs and drawings and estimated rates, scheduled rates and any
other documents required in connection with the work which shall be signed by the Head of the Dept,
VMSS for the purpose of identification shall also be open for inspection by Contractors at the office of the
Head of the Dept, VMSS during office hours.
Where the works are proposed to be executed according to the specifications recommended by a contractor
and approved by a competent authority on behalf of the VMSS such specification with designs and
drawings shall form part of the accepted tender.
2. In the event of the tender being submitted by a firm, it must be signed separately by each partner
thereof, or in the event of the absence of any partner, it shall be signed on his behalf by a person holding a
power-of-attorney authorizing him to do so.
3. Receipts for payments made on account of any work, when executed by a firm, shall also be signed by
all the partners except where the Contractors are described in their tender as a firm, in which case the receipt
shall be signed in the name of the firm by one of the partners or by some other person having authority to
give effectual receipt for the firm.
4. Contractor, who submits a tender, shall fill up the Item rate in the summary of costs given in schedule of
quantities and rates - Financial Bid (Volume II).
5. Tenderers who propose any alteration in the works specified in the said form of invitation to tender or in the
time allowed for carrying out the work or which contain any other conditions of any sort, will be liable to
rejection. No single tender shall include more than one work. Tenders shall have the name and the number
of the work (to which they refer) written outside the envelope.
5.1 The technical bid will be opened first at 5.00 PM on the date mentioned in the NIT, in the presence of those
bidders who remain present. The date and time of opening of price bids will be determined and the same
will be intimated to the qualified bidders if required after the technical bid proposals are opened and
analysed and all clarifications/price variations, if any obtained.
5.2 The conditions specified in technical bid should invariably be accompanied by proper financial evaluation
with mode of calculation specifying assumptions, quantities, rate and ceiling amount for each conditions
and shall also accompany information in the starting (a) Sr. No. (b) Description of conditions (c)
Financial evaluation (d) Ceiling amount to be added in price bid in case condition is not accepted.
5.3 Ceiling amount shall be binding on the contractors are liable to be added to the tender amount.
5.4 Contractor or his authorized representative can remain present at the time of opening of technical bid as
specified in 5.1.
5.5 The evaluation as given by the contractor as modified by tender opening authority with ceiling limit will then
be intimated to all bidders who remain present and then, if convenient the price bid shall be opened
on the same day and the combined evaluation of the tender of price bid and technical bid would
be worked out. No further opportunity shall be given to the contractors to modify/withdraw conditions at that
stage as the price bid would be known to all, VMSS, however reserved the right to negotiations about the
tender(s) further with any or all the contractors. In case the price bid cannot be opened on the same day then
another date will be intimated to the tenderers as in Para 5.1 above.
6. The Head of the Dept, VMSS or his duly authorized Assistant shall open tenders in the presence of any
intending Contractors who has submitted tenders or their representative who may be present at the time and
he will enter the amounts of the several tenders in a comparative statement in a suitable form.



In the event of a tender being accepted, the Contractor, shall, thereupon, for the purpose of
identification, sign copies of the specifications and other documents mentioned in this tender. In the event
of a tender being rejected, the Head of the Dept VMSS shall authorize the officer concerned to refund the
amount of the earnest money deposited to the contractor making the tender, on his giving a receipt for the
return of the money.
7. The officer competent to dispose of the tender shall have the right of rejecting all or any of
tenders without assigning any reason.
8. No receipt for any payment alleged to have been made by a Contractor in regard to any matter relating to
this tender or the contract shall be valid and binding on VMSS unless it is signed by the Head of the Dept
VMSS.
9. The memorandum of work to be tendered for and the schedule of materials to be supplied by the VMSS and
their rates shall be filled in and completed by the office of the Head of the Dept, VMSS before the tender
form is issued. If a form issued to an intending tenderer has not been so filled in and completed,
he shall request the said office to have this done before he completes and delivers his tender.
10. All works shall be measured net by standard measure and according to the rules and customs of
theVMSS without reference to any local custom.
11. Under no circumstances shall any Contractor be entitled to claim enhanced rates for any items in this
contract.
12. Every Contractor shall, produce along with this tender, a solvency certificate of his financial stability from
the Bank. If he fails to produce such a certificate, his tender will not be considered.
13. All corrections and additions or pasted slips should be initialled.
14. The Insurance Companys bond will not be accepted against the security deposit.
15. The Contractor shall have to attach to his tender, copies of Income Tax Return filed (for last three years) to
be obtained from the Income Tax Officer.
16. The Contractor will have to construct a shed for storing controlled and valuable materials at work-site
having double locking arrangement. The materials will then be taken for use in the presence of
the departmental person. No materials will be allowed to be removed from the site of work.
17. No Foreign exchange is involved in this project.
18. All charges on account of , service tax, VAT, terminal or sales tax etc. and other duties on indigenous
material obtained for the works from any source shall be borne by the contractor. No free pass would be
given for any material or equipment required in or for the work. It shall be incumbent on the successful
tenderer to pay any stamp duty on the contract and any legal charges for preparation of the
contract agreement.















19. Controlled materials (Essentiality Certificate)
a) As regards controlled materials, the VMSS will help to arrange for the permit as far as possible and
help the Contractor in securing the same. All incidental charges met with in procuring these
materials shall be borne by the Contractor himself. Though the VMSS will help to arrange for the
permit as far as possible and help the contractor in obtaining the materials, it shall not accept any
responsibility for any delay or loss on account of delay caused to the Contractor while obtaining the
same.
b) The Contractor shall submit to Head of the Dept, VMSS on close of every calendar month, the
monthly returns in the prescribed forms as to the receipts and actual use of the controlled
materials during the month.
c) The Contractor shall permit the Head of the Dept, VMSS or his representatives to inspect the stock
of the controlled materials stored by him at any time whenever the Head of the Dept, VMSS
or his representative(s) so desire(s).
20. The tender for the work shall remain open for period of (120) days from the date of opening of
the tenders for this work and that the tenderer shall not be allowed to withdraw or modify the offer on his
own during this period. If any tenderer withdraws or makes any modifications or additions in the terms
and conditions of his tender, not acceptable to the VMSS, then, VMSS shall without prejudice to any right
or remedy, be at liberty to forfeit in full the said earnest money absolutely.




21. The Contractor shall employ only such labourer who shall produce a valid certificate of having been
vaccinated against smallpox within a period of last three years.



Name, Signature and Seal of the Tenderer




TENDER FOR WORKS
I/We hereby tender for the execution for the Vadodara Mahanagar Seva Sadan (herein before and hereinafter
referred to as `VMSS) of the work specified in the under written memorandum with in the times specified in
such memorandum at (In figures as well as in words)
Percentage below/above or Item Rate the estimated rated entered in Schedule `B (memorandum) showing
items of works to be carried out and in accordance in all respects with as in the specifications, designs,
drawings and instruction in writing referred to in his tender and Clause 13 of the annexed conditions of .
Security Deposit
5% of the estimated cost as under
5% of the Contract value by demand draft or in the form of bank guarantee of nationalized bank only,
valid up to the completion of the contract.
Above security deposit of 5% shall be released after completion of works and after receipt of the
performance bond of 5% by VMSS.
Performance Bond 5% of contract value, valid for 36 months, in the form of Bank Guarantee, shall be
submitted by the contractor after completion and handing over of work.
The time allowed for the completion of work shall commence from date of issue of work order. The total time
allowed for completion of work will be as specified in the NIT. The contractor shall give schedule
where necessary, showing dates by which the various items are to be completed. The Contractor shall also
submit PERT and CPM for the monitoring of the project.
Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms and provisions of the
conditions of contract annexed here to so far as applicable, and in default thereof to forfeit and pay to VMSS
in office the sums of money mentioned in the said conditions.
DD No. dated on Bank in
favour of Municipal Commissioner, Vadodara, payable at Vadodara in respect of the sum of
Rs. (Amount to be specified in words and figures) is forwarded
herewith representing the earnest money* (a) the full value of which is to be absolutely forfeited to VMSS
should I/We not deposit the full amount of security deposit specified in the above memorandum in
accordance with Clause I (d) of the said conditions otherwise the said sum of
Rs shall be refunded.
Contractor Signature and Seal before submission of tender.


Address



Dated:


(Witness) Signature of witness to Contractors


(Occupation) (Address)
I hereby accept the above tender on behalf of the Head of the Dept VMSS.





Head of the Department(Projects), VMSS Signature of the Officer
Dated



SCHEDULE B2


MEMORANDUM SHOWING ITEMS OF WORK TO BE CARRIED OUT


Item No. Quantities
Estimated but
may be more
or less
Item of Work Estimated
Unit Rates
Total amount
according to
Estimated
Quantities


In Figures In Words









(AS PER SCHEDULE OF QUANTITIES AND RATES, PRICE BID VOLUME II)


Note 1: All Works shall be carried out as per specifications of VMSS or as directed.
Note 2: Rates quoted include clearance of site (prior to commencement of work and at its close) in all respects and
hold good for work under all conditions, site moisture weather etc.





Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date

Note: To be continued on additional sheets, if found necessary

SCHEDULE - 1


DETAILS OF THE WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDERER















Signature of Tenderer:
Date
Sr. Name of Work Place Tendered


Cost in Rs
Time
Which
Completed
Date of


Completi
on
Principal


Features















DETAILS OF WORKS IN HAND AND WORKS TENDERED FOR AS ON THE DATE OF SUBMISSION OF
THE TENDER


















Signature of Tenderer :
Date :
Works in Hand Works Tendered for Sr. Name of work Place and




Country
Tendered
Cost in Rs.
Cost of
Work
Remainin
g
To be
Executed
in
Rs.
Anticipated
date of
completion
Estimated
Cost in Rs
Date
when
decision
is
expected
Stipulate
d
date and
period of
completi
on





Remarks



DETAILS OF TECHNICAL STAFF WHO ARE PROPOSED FOR THIS CONTRACT



Sr. Category Name Qualification Professional
experience and
details ofworks
carried out
Since how
long in
service
Tenderer
Remarks



Signature of Tenderer :


Date :


INFORMATION REGARDING FINANCIAL CAPACITY OF THE TENDERER


Sr. Details Amount Remarks
1



2
Solvency



Annual turnover for last
three year


2009 - 10



2010 11



2011 12
Solvency certificate from a Bank of an amount of 15% of
the
estimated cost put to the tender.











Details of major contracts executed during these years shall
be furnished


Certificate form the Owner in support of successful


Signature of Tenderer :
Date :


DETAILS OF THE EQUIPMENT IN POSSESSION OF THE CONTRACTOR AND


THE EQUIPMENT HE PROPOSES TO BRING TO THE SITE



Sr. Type and Description of the
Equipment
& Capacity
Age and Approx.
Value
Numbers the Tenderer
possession
Numbers he
proposes to
bring on to site















Tenderer hereby confirms that the quantity and type of tools he will employ for construction will not be
less than those listed above and agrees to bring more
Equipment, if so warranted in the opinion of the Engineer.


Signature of Tenderer:
Date :


SCHEDULE6
CONTRACTORSSCHEDULEFOREXECUTIONOFWORKS

SignatureOfTenderer:
Date:

Sr. Activity ScheduleDate


Start
Completion
1 MobilizationatSite

2 Percentageexecutionwork
tobecompleted


2.1 25%

2.2 50%

2.3 75%

2.4 90%

2.5 100%

STRUCTURE AND ORGANISATION


1. Name of Applicant


2. Nationality of Applicant


3. Office Address
4. Telegraphic Address
5. Telephone No.
6. Telex No.
7. Fax No.


8. Year and location of establishment


9. The Applicant is
An individual
A proprietary firm
A firm in partnership
A limited company or Corp.
(if a firm in partnership)


10. Attach the organization chart showing the structure of the organization including the
names of the Directors and position of officers.


11. Number of years of experience
As a Prime contractor
(Contactor shouldering major responsibility)
As sub-contactor

12. For how many years has your organization Been in business of similar work under it s
Present name? what were your fields when your organization was established?


13. Were you ever disqualified / considered Ineligible for similar works of box jacking
during the past five years by the railway?


14. Whether any new fields were added to your organization? If so, give details.


15. Were you ever required to suspend Construction for period of more than six
Months continuously after you started? If so, Give the name of project and reasons thereof.


16. Whether you ever left the work awarded to you incomplete?
(if so, give name of project and reasons for not completing work?)


17. In how many of your projects penalties were imposed for delays? (Please give details)


18. In which field of civil engineering construction do you claim specialization and interest?


19. Give details of your experience in modern concrete technology for manufacture and
quality control.
20. Give details of your soil and material testing laboratory, if any.
21. Give details of your plans for sub-contracting if any, in terms of percentage of works.





Signature of Applicant
Date:

DETAILS OF SKILLED, UNSKILLED AND OTHER CATEGORIES OF PERSONNEL/WORKERS TO
BE EMPLOYED FOR THIS CONTRACT

(QUARTERLY PROGRSS REPORT TO BE SUBMITTED BY THE CONTRACTOR)





S Description of Category N R
1
.
Skilled

2
.
Unskilled

3
.
Other Personnel/Workers



SECTION - A8 GENERAL SPECIFICATIONS

A. The Completion Period / Time Limit specified in the NIT is from the date of Letter of Intent / work order.
The work shall be completed within the time limit as specified in the NIT.
B. The Contractor shall have to maintain account of steel, cement and other materials that may be brought by
him on site. This account shall be regularly maintained and kept open for inspection by VMSS
staff. Watering of all the items shall be done as per instructions. Arrangements of bringing vibrator for
R.C.C. work if required shall have to be made by the Contractor.
C. The Contractor shall arrange for red lamps at night and fencing and Pagi (watchmen) and shall be
responsible for any damage of life and limb or property, if any happens, during the execution of work.
1. The contractor to indemnify the VMC:
The VMC shall not be liable for or in respect of any damages or compensation payable by law in
respect or in consequence of any accident of injury to any workman or other person in the
employment of the contractor or his any sub-contractor and contractor shall indemnify the
VMC against such damages and compensation and against all claims, demands, proceedings, costs,
charges, expenses whatsoever in respect thereof or in relation thereto.
2. Payments of Claims and Damages:

VMC have to pay any money in respect of such claims or demands as aforesaid the amount so paid and the costs
incurred by the VMC shall be charged to and paid by the contractor and the contractor shall not be at liberty to
dispute or question the right of the VMC to make such payments not with standing the same may have been made
without his consent or authority or in law or otherwise to the contrary.
a. In case of dispute for unseen or overlooked items, the decision of Head of the Dept, VMSS shall
be final.
b. The Contractor shall have to give site clean of all rubbish on completion of work and hand over the site
with final finishing of the work as directed.
c. Contractor shall remove all the rejected materials from site within 24 hours at his risk and cost.
d. For mixing mortar either for masonry or for plaster or for any other purpose contractor shall have to prepare
trough of bigger size and mix the mortar in the trough in required proportion. In no case he shall be
allowedto mix the mortar either on floor or any finished surfaces.
e. The Contractor shall have to make his own arrangement for water and power required for the work at site.
The quality of water to be used for concreting shall meet the IS standards for water to be used
for construction.
f. If any extra item crops up during the progress of work the same shall be carried out by the contractor and he
shall be paid at the rate fixed by the Engineer-In Charge as per the rate analysis based on current market
rates. (Clause 13)
g. If in the interest of the VMSS it is necessary to change either any site, the design or the quantity of
the proposed work the Contractor shall carry out the same at his quoted rates without charging any extra
and he will be paid at the rates quoted by him. No claim for extra charges made, will be entertained.
h. The cubical contents of the cement bag shall be taken, as 1.20 cft per bag and in metric system
the Contractor shall have to prepare the measure boxes according to these measures.
i. The R.C.C. or specified work shall not be done on Sunday and holiday except in emergency or
when technical requirements are such that continuity of work should be maintained and that too will be with
prior permission of the competent authority.
j. All the materials required for execution of the works including Cement, MS/TOR Reinforcement
Steel including any other MS plates and specials etc. shall have to be brought by the Contractor
from Open Market.
k. Exemption passes shall not be given for any material required for this work.
l. Contractor will be fully responsible for compliance of the various provisions under Contract Labour Act,
1970 and the Rules frames there under. The Contractor should obtain necessary permissions,
license and registrations from labour commissioner, as per labour law. Contractor shall provide the requisite
security at the site and shall be responsible for any accident.
m. As per circular No. MGR.2176 (96) (ii) dated 31.8.77 issued by Government of Gujarat, Contractors are



requested to procure their materials required for construction work through legal sources i.e. only from the
quarry lease-holders, permit holders or middle-man who satisfies the contractor as to the legality
of the source of purchase by him of these materials.
n. All the charges on account of terminal entry tax, excise duty, royalty etc and other duties on indigenous
material obtained for the works from any source shall be borne by the contractor. As per the amendment of
sales tax act, which come into force from August 1985, sales tax of works contracts shall be paid by the
contractor and no reimbursement will be by VMSS for the same.
o. The retention money will paid at the time of final bill.
p. Necessary testing of materials shall be carried out by the contractor at the laboratory approved by VMSS.
This does not relieve the contractor from his contractual obligations making all arrangements for
taking samples; take to the laboratory and to keep the necessary records as directed.
q. All the pipelines shall be manufactured and tested as per the Indian Standard Specifications. The Contractor
shall carry out the pipe testing in presence of the VMSS official / Consultant at the pipe
manufacturing works and obtain their clearance for the dispatch. No pipe shall be dispatch with out the
clearance.
r. The contractor shall not employ any child below 14 years of age. It is prohibited by Child Labour
Prohibition and Regulation Act 1986. Hon able supreme court has given guide lines and as per those guide
lines, if child labour is employed on the work site, the contractor shall have to deposit Rs. 20,000
(Rs. Twenty thousand only) in the child labour welfare fund, and to submit the proof to VMSS. If the
contractor refuse to deposit this sum, then the contractor, shall be sole responsible for the action to be taken
for the contempt of Supreme Court judgments and will be liable for prosecution by the concerned authority.
s. Quality in totality is the feature and characteristic of the service to be provided that bear on and ability to
satisfy a given need. To fulfil this Special Construction Vehicle is constituted with VMSS
engineers, representatives of consultants to monitor the construction of the works and to assure quality work
done by contractor. The following registers / documents / reports shall be maintained by the contractor and
shall be kept ready during inspection by VMSS Engineer or/and Consultants.
1. Drawing/Design Register 2. Test Report Register
3. Instruction Book 4. Materials Register
5. Daily Work Record/Site Instruction Book 6. Copy of tender document
Performa of the above (1 to 5) will be prepared by contractor in consultation with VMSS / Consultant. The
day to day supervision of the in process activities will be carried out by the implementing agency-
VMSS Engineers and by the Engineers of the Consultant. This includes checking of lines, levels and
layouts and on site check of items of work. The contractor shall give advance information to the
implementing agency and to the consultant when all the critical activities are proposed. Any instructions
given by VMSS engineer or by the engineers of the consultants, the contractor shall strictly follow
the same. On completion of a stage and preceding to the next stage the consultants
representative will inspect quality of the works executed.
t. The contractor shall be responsible for the quality and good status of work till the final hand cover of the
work is made to VMSS.
u. Any design, material, method, workmanship certified / approved by VMSS or the Consultant, does not free
the Contractor from his responsibility on the part of quality and performance guarantee in any way.
v. The contractor shall have to submit the running accounts bill in duplicate to the consultants. On certificate
from the consultants the payment will be released by VMSS after necessary checking. This procedure shall
not absolve the contractor from the responsibility of timely completion of the work.
I/We hereby certify that I/We noted the above important general conditions and have quoted our rates taking into
account these conditions.


Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date



SECTION B 1 : TERMS AND CONDITIONS OF CONTRACT

Clause - 1: Security Deposit
Successful Tenderer whose proposal will be accepted by the VMSS and who will be referred to as
Contractor thereafter will have to deposit an amount equal to five percent of the contract price as
contractual obligation in the mode and schedule as given below:

Amount of Security Deposit payable by the contractor will be 5% of the contract value. Full amount of S.D. may be
paid by the successful Tenderer in one of the following forms:

5% of the Contract value by demand draft or in the form of bank guarantee of nationalized bank only, valid up to the
completion of the contract. If at all the contractor opted to do so. All compensation and other sum of money payable
by the contractor to the VMSS under the terms of this contract may be deducted from or paid by the sale of whole or
part of security deposit along with deduction from other payments which may be due or which become due to be
payable to the contractor. Whenever the amount of Security Deposit gets reduced lower than the amount equal to
5% of contract price the contractor shall make it up equal to 5% of the contract price by depositing money within 15
days. If the amount of Security Deposit to be paid in lump sum within the period of 10 days as specified above is
not paid, tender/contract already accepted shall be considered as cancelled and legal steps taken against the
contractor recovery of the amounts. The security deposit lodged by a contractor shall be refundable after completion
of the work & after providing Performance Bank Guarantee bond of 5% of the contract value valid till 36 months
from the date of completion.
Clause 2 : Liquidated Damages for Delay
If the contractor fails to complete work under contract by the stipulated date, he shall pay liquidated damages of
0.25 percentage of the contract value per week from the date of delaying the said work up to the date of
completion and handling over to the VMSS subject to maximum amount of 10 percentage of the estimated
amount put to tender.
Delays requiring payment of 10 percentage liquidated damages of amount put to tender for the
performance shall be sufficient causes for termination of contract and for forfeiture of security deposit including
amount of performance bond in respect of works estimated to cost more than rupees 15 lacs, for
performance and registration of the contractor shall also be kept in abeyance for three years from the date as fixed
in all cases.
Clause 3 : Default by Contractor
If the Contractor shall neglect or fail to proceed with work due diligence or if he violates any of the provision of the
contract the Engineer In Charge shall give the Contractor a notice identifying deficiencies in performance and
demanding corrective action. Such notice shall clearly state that it is given under the provision of this
clause. After services of such notice, the Contractor shall not remove any plant, equipment and materials from the
site. The VMSS shall have lien on all such plant, equipment and material from date of such notice till said
deficiencies have been corrected as mentioned in the said notice.

If the Contractor fails to take satisfactory corrective action within ten days after receipt of such notice, the
Engineer in charge on behalf of VMSS shall terminate the contract in whole. In case, the entire contract is
terminated, the amount of security deposit and performance bond if any together with value of the work done but not
paid for, shall stand forfeited to the VMSS. The plants, equipment and materials held under this clause shall
then be at the disposal of the VMSS to recover the amount equivalent to the liquidated damages and
registration of the contractor shall be kept in abeyance for three years from the date as fixed in all such cases.

The Engineer in Charge if necessary shall direct that a part or whole of such plant equipment and materials be
removed from the site within a stipulated period. If the contractor fails to do so the Engineer in Charge shall cause
them or any part of them to sold holding the net proceeds of such sale to the credit of the contractor. After settlement
of accounts, the lien by the VMSS of the Contractors remaining plants, equipment and balances of materials shall
be released. Termination of contract in whole shall be an adequate authority for the Engineer in Charge to demand
discharge of the obligations from the guarantors of the security for the performance.
Clause 4 : Action when the progress of any particular portion of the work is unsatisfactory



If the progress of any particular portion of the work is unsatisfactory the Engineer In Charge shall, not
withstanding that the general progress of the work is satisfactory, in accordance with the conditions mentioned in
Clause 2, be entitled to take action under Clause 3 (b) 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.
Clause 5: Contractor remains liable to pay compensation if action not taken under Clauses 3 & 4
In any case in which any of the powers conferred upon the Engineer In Charge by Clause 3 & 4 hereof shall have
become exercisable and the same shall not have been exercised, the non-exercise thereof shall not
constitute a waiver of any of the conditions hereof and such power shall notwithstanding be exercisable in any
future case of default by the Contractor under any clause or clauses before he is declared liable to pay
compensation amounting to the whole of his security deposit and the liability of the Contractor for past
and future compensation shall remain unaffected. In the event of the Engineer In Charge taking action under Clause
3, he may, if he so desired, take possession of all or any tools, plants, materials and stores, in or upon work or the
site thereof or belonging to the Contractor or procured by him and intended to be used for the execution of the work
or any part thereof, paying or allowing for the same in account at the contract rates or in the case of contract rates
not being applicable at current market rates to be certified by the Engineer In Charge whose certificates
thereof shall be final.
In the alternative the Engineer In Charge, may after giving a notice in writing to the Contractor or his clerk, or the
works Foreman or other authorized agent require him to remove such tools, plant, materials or stores from premises
within a time to be specified in such a notice and in the event of the Contractor failing to comply with any such
requisition the Engineer In Charge may remove them at the Contractors expenses or sell them by auction
to private sale at the risk and cost of the Contractor in all respects and the certificate of the Engineer In Charge as to
the expense of any such removal and the amount and the proceeds and expense of any such sale shall be final and
conclusive against the Contractor.
Clause 6: Extension of time limit
If the contractor shall desire an extension of the time for completion of the work on the ground of his having been
unavoidably hindered in its execution or on any other ground, he shall apply in writing to the Engineer In Charge
before the expiration of the period stipulated in the tender or on which the cause for asking for extension occurred,
whichever is earlier and the Engineer In Charge may, if in his opinion, believe that there are reasonable
grounds for granting an extension, such extension as he thinks necessary or proper. The decision of
the Engineer in Charge in this matter shall be final.
Clause 7: Final Certificate
On completion of the work, the Contractor shall be furnished with a certificate by the Engineer In
Charge (hereinafter called the Engineer-In-Charge, VMSS) of such completion but no such certificate shall be
given nor shall the work be considered to be completed until the Contractor shall have removed from the
premises on which the work shall have been executed all scaffolding, surplus materials and rubbish, and shall have
cleaned off the dirt from all wood work, doors, windows, walls, floor or other parts of any building, in or upon
which the work has been executed or of which he may have had possession for the purpose of executing the work,
nor until the works shall have been measured by the Engineer-In-Charge, VMSS or where the measurements have
been taken by his subordinates until they have received the approval of the Engineer-In-Charge, VMSS, the said
measurements being binding and conclusive against the Contractor. If the Contractor shall fail to comply with the
requirements of this clause as to removal of scaffolding, surplus materials and rubbish and cleaning off dirt on or
before the date fixed for the completion of the work, remove such scaffolding, surplus materials and
rubbish and dispose off the same as he thinks fit and clean off such dirt as aforesaid and the Contractor shall
forthwith pay the amount of all expenses so incurred but shall have no claim in respect of any such scaffolding or
surplus material as aforesaid except for any sum actually realized by the sale thereof.
Clause 8: Payments on intermediate bill to be regarded as advance
No payment shall be made for any work of estimated cost less than rupees one thousand till after the whole of the
said work shall have been completed and a certificate of completion given. But in the case of works
estimated to cost more than rupees one thousand, the Contractor shall, on submitting a monthly bill therefore be
entitled to receive payment proportionate to the part of the work then approved and passed by the Engineer-In-
Charge, VMSS, whose certificate of such approval and passing of the sum so payable shall be final and
conclusive against the Contractor. All such intermediate payments shall be regarded as payments by way of
advance against the final payments only and not as payments for work actually done and completed and shall not



preclude the Engineer-In-Charge, VMSS from requiring bad, unsound, imperfect or unskilled work to be removed
or taken away and reconstructed, or re-erected, nor shall any such payment be considered, as an admission
of the due performance of the contract or any part thereof in any respect, or the accruing of any claim nor shall it
conclude, determine, or effect in any way the powers of the Engineer-In-Charge, VMSS as to the final settlement
and adjustment of the accounts or otherwise or in any otherwise or in any other way vary or affect the contract.
The final bill shall be submitted by the Contractor within one month of the date fixed for the completion of the
work, otherwise the Engineer-In-Charge, VMSSs certificate of the measurements and of the total amount payable
for the work shall be final and binding on all parties.
Clause 9: Deleted.
Clause 10: Bills to be submitted monthly
A bill shall be submitted by the Contractor each month on or before the date fixed by the Engineer-In-Charge, VMSS
for all works executed in the previous month and the Engineer-In-Charge, VMSS shall take or cause to be taken the
requisite measurement for the purpose of having the same verified and the claim, so far as it is admissible, shall be
adjusted, if possible, within ten days from the presentation of the bill. If the Contractor does not submit the bill within
the time fixed as aforesaid, the Engineer-In-Charge, VMSS may depute a subordinate to measure up the said
work in the presence of the Contractor or his duly authorized agent whose countersignature to the
measurement list shall be sufficient warrant and the Engineer-In-Charge, VMSS may prepare a bill from such a
list which shall be binding on the Contractor in all respects.
Clause 11: Bills to be on printed forms
The Contractor shall submit all bills on the printed forms to be had on application from the office of the
Engineer-In-Charge, VMSS. The charges to be made in the bills shall always be entered at the rates specified in the
tender or in the case of any extra work ordered in pursuance of those conditions and not mentioned or
provided for in the tender, at the rates hereinafter provided for such work.
Clause 12: Drawings, designs, instructions of the Engineer-In-Charge, VMSS and specifications, order
of precedence in case of discrepancies.
The Contractor shall execute the whole and every part of the work in the most substantial and workman like manner
and both as regards materials and in other respects in strict accordance with specifications. The Contractor
shall also conform exactly, fully and faithfully to the design, drawings and instructions in writing relating to the
work signed by the Engineer-In-Charge, VMSS and lodged in his office and to which the Contractor shall
be entitled to have an access for the purpose of inspection at such office or on the site of the work during office
hours.
Where the instructions referred to above are not contained in separate letters addressed to the contractor the
same shall be recorded in the work-order book, which shall be maintained and kept on the site of the work. The
contractor shall be required to sign such entries in the work-order book in token of having noted the instructions.
However, if the contractor fails to sign the work-order book for any reason whatsoever, the entry of the
instructions in the work-order book shall be deemed to be the due notice to him of the said instructions. The work-
order book shall be open for inspections to the contractor on the site of the work during office hours.
The several documents forging the contract are essential parts of the contract and a requirements occurring in one
is a binding as through in all. They are intended to be mutually explanatory and complementary and to
describe and provide for a complete work. In the event of any discrepancy in the several documents forming the
contract or in any one document, the following order of precedents should apply;
Dimension and quantities: (1) Drawings (2) Schedule B of the Tender form (3) Specification and drawings,
figured dimensions, unless obviously incorrect, will be followed in preference to scaled dimensions.
Description: (1) Schedule B of the Tender form (2) Drawings (3) Specifications. In the case of defective
description or ambiguity, the Engineer-In-Charge, VMSS shall be entitled to make corrections and
interpretations as necessary to fulfill the plans and specifications.
Clause 13: Excess over tender Quantities, Extra items and Variations
The Engineer-in- Charge shall have power to make any alterations in or additions to the original specifications,
drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the
work and the Contractor shall be bound to carry out the work in accordance with any instructions in this connection
which may be given to him in writing signed by the Engineer-In-Charge, VMSS and such alteration shall not



invalidate the contract and any additional work which the Contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the Contractor on the same conditions in all respects on
which he agreed to do the main work and at the same rates as are specified in the tender for the main work.
i) If the additional or alteration work includes any class of work for which no rate is specified in this contract.
Then such class or work shall be carried out at market rate or at the rate derived from the item
within the contract, which is comparable to the one involving additional or altered class of work. Where
there are more than one comparable item of the contract which is nearest in comparison with regard to class
or classes of the work involved shall be selected and the decision of the Engineer-In-Charge VMSS in
charge as to the nearest comparable item shall be final and binding on the Contractor.
(ii) If the rate cannot be derived in accordance with (1) above such class of works shall be carried out at the rate
entered in the Schedule of Rates of the GOG for the year in which the tender was received
increased or decreased by the percentage by which the tender amount is more or less as compared to the
amount arrived at the rates in the Schedule of Rates of the GOG in the year in which the tender was
received. If the Schedule of Rates of the VMSS does not contain all the items, the percentage
increase of the tender shall be calculated considering such items which are included in the Schedule of
Rates for that year, and for materials consumed on such items, the rate to be charged would be the basic
rate taken into account for fixing the rate in S.O.R referred to above, instead of the rates stipulated in
Schedule B.
(iii) If it is not possible to arrive at the rate from (1) and (2) above, such class of work shall be carried out at the
rate decided by the competent authority on the basis of detailed rate analysis after hearing the Contractor
before a Committee of Engineer-In-Charge VMSS.
If the additional or altered work, for which no rate is entered in the Schedule of Rates of VMSS is ordered to be
carried out before the rates are agreed upon, then the Contractors shall within seven days of the date of receipt by
him of the order to carry out the work, inform the Engineer-In-Charge, VMSS of the rate which it is his intention
to charge for such class of work and if the Engineer-In-Charge, VMSS does not agree to this rate, he shall be notice
in writing, be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such
manner as he may considered advisable, provided always that if the Contractor shall commence work or
incur any expenditure in regard thereto before the rates shall have been determined as lastly herein before
mentioned, then in such case, he shall only be entitled to be paid in respect of the work carried out or expenditure
incurred by him prior to the date of the determination of the rate as aforesaid according to such rate or rate as shall
be fixed by the Engineer-In-Charge, VMSS. In the event of a dispute, the decision of the
Engineer in Charge of the VMSS shall be final.
Where, however, the work is to be executed according to the designs, drawings and specifications recommended by
the contractor and accepted by the competent authority, the alteration above referred to shall be within the scope of
such designs, drawings and specifications appended to the tenders.
The time limit for the completion of the work shall be extended in the proportion that the increase in the cost
occasioned by alterations or additions bears to the cost of the original contract work and the certificate of the
Engineer-In-Charge, VMSS as to such proportion shall be conclusive.
For excess in item of well sinking, the rates for sinking depth beyond the design depth shall be as per the rate quoted
by the contractor in the statement of variation. If no rates of variation in sinking are quoted, the rate payable
shall be tender rate for sinking at the designed level increased by the difference of Schedule of Rate for sinking at
designed depth and sinking at the final depth.
Clause 14: No claim to any payment or compensation for alteration in or restriction of work
If at any time after the execution of the contract documents, the Engineer-In-Charge, VMSS shall for any reason
whatsoever, require the whole or any part of the work, as specified in the tender, to be stopped for any period or
shall not require the whole or part of the work to be carried out at all or to be carried out by the Contractor, he shall
give notice in writing of the fact to the Contractor who shall thereupon suspend or stop the work totally or partially,
as the case may be. In any such case, except as provided hereunder the Contractor shall have no claim
to any payment or compensation whatsoever on account of any profit or advantage which he might have derived
from the execution of the work in full but which he did not so derive in consequence of the full amount of the work
not having been carried out, or on account of any loss that he may be put to on account of materials
purchased or agreed to be purchased or for unemployment of labour recruited by him. He shall not have also any



claim for compensation by reason of any alterations having been made in the original specifications, drawings,
designs and instructions, which may involve any curtailment of the work, as originally contemplated. Where,
however, the Contractor will be entitled for compensation for loss, if any on the date of notice, the purchased
materials or for the contract executed for the materials to be purchased for such work. Such compensation will be
paid for only actual loss for materials, if such materials so purchased or agreed to purchase is of required
quantity/quality and was purchased/contracted to be purchased for the same work. But no compensation shall be
granted to the Contractor on material for which advance has been given to the Contractor by VMSS. The
amount of loss for such claim will be decided by Engineer-In-Charge, VMSS, whose decision shall be final.
If the Contractor suffers any loss on account of his having to pay labour charges during the period during
which the stoppage of work has been ordered under this clause, the Contractor shall, on application, be entitled to
such compensation on account of labour charges as the Engineer-In-Charge, VMSS, whose decision shall be final,
may consider reasonable. Provided the Contractor shall not be entitled to any compensation on account of labour
charges, if in the opinion of the Engineer-In-Charge, VMSS, the labour could have been employed by the Contractor
elsewhere for the whole or part of the period during which the stoppage of work has been ordered as aforesaid.
Clause 15: Time limit for unforeseen claims
Under no circumstances whatever shall the Contractor be entitled to any compensation from VMSS on any
account unless the Contractor shall have submitted a claim in writing to the Engineer-In-Charge, VMSS within
one month of the cause of such a claim occurring.
Clause 16: Action and compensation in case of bad work
If, at any time before the security deposit is refunded to the Contractor, it shall appear to the Engineer-In-
Charge, VMSS or his subordinate in charge of the work, that any work has been executed with unsound,
imperfect or unskillful workmanship or with materials of inferior quality or that any materials or articles
provided by him for the execution of the work are unsound, or of a quality inferior to that contracted for, or are
otherwise not in accordance with the contract, it shall be lawful for the Engineer-In-Charge, VMSS to intimate this
fact in writing to the Contractor and then notwithstanding the fact that the work, materials or articles complained
of may have been inadvertently passed, certified and paid for, the Contractor shall be bound forthwith to
rectify or remove and reconstruct the work so specified in whole or in part, as the case may require, or if so required,
shall remove the materials or articles so specified and provide other proper suitable materials or articles at this own
charge and cost and in the event of his failing to do so within a period to be specified by the Engineer-In-Charge,
VMSS in the written intimation aforesaid, the contractor shall be liable to pay compensation at the rate of
one percent on the amount of the estimate for every day nor exceeding ten days, during which the failure so
continues and in the case of any such failure as aforesaid the Engineer-In-Charge, VMSS may rectify or remove
and re-execute the work or remove and replace the materials or articles complained of as the case may be at
the risk and expense in all respect of the Contractor should the Engineer-In- Charge, VMSS consider that any such
inferior work or materials as described above may be accepted or made use of it shall be within his discretion to
accept the same at such reduced rates as he may fix, therefore.
However, the contractor shall be responsible for the normal maintenance of the work till the final bill of the work is
prepared by the Departmental Officer.
Clause 17: Deleted
Clause 18: Works to be open to inspection, Contractor or responsible agent to be present
All works under or in course of execution or executed in pursuance of the contract shall at all times, be open to the
inspection and supervision of the Engineer-In-Charge, VMSS and his subordinates and the Contractor shall at all
times during the usual working hours, and at all other times at which reasonable notice of the intention of the
Engineer-In-Charge, VMSS or his subordinate to visit the works shall have been given to the Contractor, either
himself be present to receive orders and instructions, or have a responsible agent duly accredited in writing
present for the purpose. Orders given to the Contractors duly authorized agent shall be considered to have the
same force and effect as if they had been given to the Contractor himself/herself.
Clause 18A: Employment of a qualified site Engineer by the Contractor.
The contractor shall employ full-time technically qualified staff during the execution of this work as specified in this
tender.
The Engineers so employed for the Government work must have sufficient experience to handle the work



independently. Such an Engineer shall have to stay at the site of work and he shall not be entrusted with other duty
except this work. In case the contractor or partner of the contractor firm is a Civil Graduate Engineer,
Employment of the separate Engineer will not be necessary provided that the Engineer partner himself attends the
execution of work on the site.
Clause 19: Notice to be given before work is covered up
The Contractor shall give not less than five days notice in writing to the Engineer-In-Charge, VMSS or
his subordinate in charge of the work before covering up or otherwise placing beyond the reach of measurement any
work in order that the same may be measured and correct dimensions thereof taken before the same is so
covered up or placed beyond the reach of measurement and shall not cover up or place beyond the reach of
measurement without the consent in writing of the Engineer-In-Charge, VMSS of his subordinate-in-charge of the
work and if any work shall be covered up or placed beyond the reach of measurement without such notice having
been given or consent obtained the same shall be uncovered at the Contractors expense and in default thereof no
payment or allowance shall be made for such work or for the materials with which the same was executed.
Clause 20: Contractor liable for damage and for imperfections for months after completion certificate
If the Contractor or his workmen, or servant shall break, deface, injure or destroy any part of a building in which
they may be working or any building, road, fence, enclosure or grass land or cultivated ground continuous to the
premises on which the work or any part thereof is being executed or if any damage shall be done to the work from
any cause whatever while it is in progress or if any imperfections become apparent in it within three
months from the grant of a certificate of completion, final or otherwise, by the Engineer-In-Charge, VMSS, the
Contractor shall make good the same at his own expenses or in default, the Engineer-In-Charge, VMSS may cause
the same to be made good by other workmen, and deduct the expenses (of which the certificate of the Engineer-In-
Charge, VMSS shall be final) from any sums that may then be due or may thereafter become due to the Contractor
or from his security deposit or the proceeds of sale thereof or as sufficient portion thereof.
Clause 20A: Force Majeure

Any delays in or failure of the performance of either part hereto shall not constitute default hereunder or give rise to
any claims for damages, if any to the extent such delays or failure of performance is caused by
occurrences such as acts of God or the public enemy appropriation or confiscation of facilities by Government
authorities act of war, rebellion or subterfuge or fire, flood, explosion, riots or illegal strikers. The contractor shall
keep records of the circumstances referred to above and bring these to the notice of
Architect/Purchaser/Client in writing immediately on such occurrences.
Clause 21: Contractor to supply plant ladders scaffoldings, etc. and is liable for damage arising
from non- provision of lights, fencing etc.
The Contractor shall supply at his own cost all materials, (except such special material, if any, as may, in
accordance with the contact be supplied from the VMSS Store) plant, tools, appliances, implements, ladders,
cordage, tackle, scaffolding, shoring, strutting and any temporary works which may be required for the proper
execution of the work, whether in the original, altered or sustained form and whether included in the
specifications, or other documents forming part of the contract or referred to in these conditions or not
and which may be necessary for the purpose of satisfying or complying with requirements of the Engineer-
In- Charge, VMSS as to any matter or to which under these conditions he is entitled to be satisfied, or which he is
entitled to required together with carriage therefore to and from the work. The Contractor shall also supply
without charges the requisite number of persons with the means and materials necessary for the purpose of
setting out works and counting, weighting and assisting in the measurement or examination at any time and from
time to time of the work or the materials. Failing this, the same may be provided by the Engineer-In-Charge,
VMSS at the expense of the Contractor and the expenses may be deducted from any money due to the
Contractor under the contract or from this security deposit or the proceeds of sale thereof or of a
sufficient portion thereof. The Contractor shall provide all necessary fencing and light required to protect the public
from accident and shall also be bound to bear the expenses of defence of every suit, action or other legal
proceedings, at law that may be brought by any person for injury sustained owing to neglect of the above
precautions and to pay any damage and costs which may be awarded in any such suit, action or proceeding to any
such person, or which may, with the consent of the Contractor be paid in compromising any claim by any such
persons. Further,




The contractor to indemnify the VMC:

The VMC shall not be liable for or in respect of any damages or compensation payable by law in respect or
in consequence of any accident of injury to any workman or other person in the employment of the
contractor or his any sub-contractor and contractor shall indemnify the VMC against such damages and
compensation and against all claims, demands, proceedings, costs, charges, expenses whatsoever in respect
thereof or in relation thereto.
Payments of Claims and Damages:

VMC have to pay any money in respect of such claims or demands as aforesaid the amount so paid and the
costs incurred by the VMC shall be charged to and paid by the contractor and the contractor shall not be at
liberty to dispute or question the right of the VMC to make such payments not with standing the same may
have been made without his consent or authority or in law or otherwise to the contrary.
Clause 21-A:

The contractor shall provide suitable scaffolds, and working platforms, gangways and stairways and shall
comply with the following regulations in connection therewith:
(a) Suitable scaffolds shall be provided for workmen for all work that cannot be safely done from
ladder or by other means.
(b) A scaffold shall not be constructed, taken down or substantially altered except:
i) Under the supervision of competent workers possessing adequate experience in this kind of
work.
ii) As far as possible by competent workers possessing adequate experience in this kind of
work.
(c) All scaffolds and appliances connected therewith and all ladders shall: -
i) Be of adequate strength having regard to the loads and strains to which they will be
subjected, and
ii) Be maintained in proper condition.
(d) Scaffolds shall be so constructed that no part thereof can be displaced in consequence of normal
use.
(e) Scaffolds shall not be overloaded and so far as practicable the load shall be evenly distributed.
(f) Before installing the lifting gear on scaffolds special precautions shall be taken to ensure the
strength and stability of the scaffolds.
(g) A competent person shall periodically inspect scaffolds.
(h) Before allowing a scaffold to be used by his workmen, the Contractor shall, whether the scaffold
has been erected by his workmen or not, take steps to ensure that it complies fully with regulations
herein specified.
(i) Working platforms, gangways and stairways shall: -
1) Be so constructed that no part thereof can sag unduly or unequally.
2) Be so constructed and maintained having regard to the prevailing conditions as to reduce as
far as practicable risks of persons tripping or slipping and
3) Be kept free from any unnecessary obstruction
(j) In this case of working platforms, gangways, working places, and stairway at a height exceeding
3.25 meters (To be specified).
1) Every working platform and every gangway shall be closely boarded unless other adequate
measures are taken to ensure safety.
2) Every working platform and gangway shall have adequate width and
3) Every working platform, gangway, working place and stairway shall be suitably fenced.



(k) Every opening in the floor of a building or in a working platform shall, except for the time and to
the extent required to allow the access of person or the transport or shifting or materials be provided
with suitable means to prevent the fall of persons or materials.
(l) When persons are employed on a roof where there is a danger of falling from a height exceeding
3.25 meters (to be prescribed) suitable precaution shall be taken to prevent the fall of persons on
material.
(m) Suitable precautions shall be taken to prevent persons being struck by articles which might fall from
scaffolds or other working places.
(n) Safe means of access shall be provided to all working platforms and other working places.
Clause 21B:

Contractor shall comply with the following regulation as regards the Hoisting Appliances to be used by him:

(a) Hoisting machines and tackle including their attachment anchorage and support shall:

1) Be of good mechanical construction, sound material and adequate strength and free from
patent defect, and
2) Be kept in good repair and in good working order.

(b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of suitable
quality and adequate strength and free from patent defect
(c) Hoisting machines and tackle shall be examined and adequately tested after erection on the site and
before use and be re-examined in position at intervals to be prescribed by Engineer-In-Charge,
VMSS.
(d) Every chain, ring, hook, shackle, swivel and pulley block used in hoisting of lowering,
materials or as a means of suspension shall be periodically examined.
(e) Every crane driver or hoisting appliance-operator shall be properly qualified.
(f) No persons who are below the age of 18 years shall be in control of any hoisting machine,
including any scaffold nor shall give signals to the operator.
(g) In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel and pulley
block used in hoisting or lowering or as a means of suspension, the safe working load shall be
ascertained by adequate means.
(h) Every hoisting machine and all gear referred to in the proceeding regulation shall be plainly marked with the
safe working load.
(i) In the case of a hoisting machine having a variable safe working load, each safe working
load and the conditions under which it is applicable, shall be clearly indicated.
(j) No part of any hoisting machine or of any gear referred to in regulation `g above shall be loaded
beyond the safe working load except for the purpose of testing.
(k) Motors, gearing, transmissions, electric wiring and other dangerous parts of hoisting
appliance shall be provided with sufficient safeguards.
(l) Hoisting appliances shall be provided with such means as will reduce to a minimum the risk of the
accidental descent of the load.
(m) Adequate precaution shall be taken to reduce to a minimum the risk of any part of a
suspended load becoming accidentally displaced.
Clause 22: Measures for prevention of fire
The Contractor shall not set fire to any standing jungle, trees, bush wood or grass without a written permit from the
Engineer in Charge. When such permit is given, and also in all cases when destroying, cut or dug up trees, bush
wood, grass, etc., by fire the contractor shall take necessary measures to prevent such fire spreading to or otherwise
damaging surrounding property. The Contractor shall make this own arrangement for drinking water for the labour
employed by him/her.



Clause 23: Liability of contractor for any damage done in or outside work area
Compensation for all damages done intentionally or unintentionally by Contractors labours, whether in or
beyond the limits of VMSS property, including any damage caused by the spreading of fire mentioned in clause 22,
shall be estimated by the Engineer-In-Charge, VMSS, subject to the decision of the Engineer In Charge, on appeal,
shall be final and the Contractor shall be bond to pay the amount of the assessed compensation on
demand failing which the same will be recovered from the Contractor as damages in the manner prescribed in
Clause 1 or deducted by the Engineer-In-Charge, VMSS from any sums that may be due to or become due form
VMSS to the Contractor under this contract or otherwise.
The Contractor shall bear the expense of defending any action or other legal proceedings that may be brought by any
person for injury sustained by him owing to neglect of precautions to prevent the spread of fire and he shall also pay
any damage and cost that may be awarded by the court in consequence.
Clause 24: Employment of female labour
The employment of female labourers on works in the neighbourhood of soldier's barracks should be avoided as far
as possible.
Clause 25: Work on Sunday
No work shall be done on a Sunday without the sanction in writing of the Engineer-In-Charge, VMSS
Clause 26: Work not to be sublet. The contract may rescind and security deposit forfeited for
subletting it without approval or for bribing an Officer or if Contractor becomes insolvent.
The contract shall not be assigned or sublet without the written approval of the Engineer-In-Charge, VMSS.
And if the Contractor shall assign or sublet his contract, or attempt to do so or become insolvent or commence any
proceedings to get himself adjudicated as an insolvent or make any compromise with his creditors or
attempt to do so, the Engineer-In-Charge, VMSS may, by notices in writing rescind the contract. Also if any bribe,
gratuity, gift, loan, perquisite, reward or advantage, pecuniary or otherwise, shall either directly or indirectly
be given, promised or offered by the Contractor, or any of the servants or agents to any public officer or person in
the employ of VMSS in any way relating to his office or employment, or if any such officer or person shall become
in any way directly interested in the contact, the Engineer-In-Charge, VMSS may thereupon, by notice in
writing, rescind the contract.
In the event of a contract being rescinded, the security deposit of the Contractor shall thereupon stand forfeited and
be absolutely at the disposal of VMSS and the same consequences shall ensure as if the contract had been rescinded
under Clause 3 hereof and in addition the Contractor shall not be entitled to recover or be paid for any work
therefore actually performed under the contract.
Clause 27: Sum payable by way of compensation to be considered as reasonable compensation
without reference to actual loss
All sums payable by a Contractor by way of compensation under any of these conditions shall be considered as a
reasonable compensation to be applied to the use of VMSS without reference to the actual loss or damage
sustained and whether any damage has or not been sustained.
Clause 28: Changes in the constitution of firm to be notified
In the case of a tender by partners, any change, in the constitution of a firm shall be forthwith notified by the
Contractor to the Engineer-In-Charge, VMSS for his information.
Clause 29: Works to be under direction of Engineer in Charge
All works to be under the contract shall be executed under the direction and subject to the approval in all
respects of the Engineer In Charge of the VMSS who shall be entitled to direct at what point or points and in what
manner are to be commenced and from time to time carried on.
Clause 31: Decision of Engineer-In-Charge, VMSS to be final
Except where otherwise specified in the contract and subject to the powers delegated to him/her by VMSS, the
code, rules then in force the decision of the Engineer-In-Charge, VMSS shall be final, conclusive and binding but
subject to arbitration as provided for in clause 30 if the contractor is not satisfied with the meaning of the
specifications, designs, drawings, and instructions herein before mentioned and as to the quality or
workmanship, or materials used on the work or as to any other question, claim, right, matter or thing
whatsoever, in any way arising out of or relating to the contract, designs, drawings, specifications, estimates,
instructions, orders of these conditions or otherwise concerning the works or the execution of failure to execute the



same, whether arising during the completion or abandonment thereof.
Clause 32: Access to the Site
The contractor shall arrange to construct, maintain and afterwards remove and reinstate any temporary access
required for and in connection with execution of the works. Reinstatement shall include restoring the area of the
access route to at least the degree of safety, stability, drainage and appearance that existed before the Contractor
entered the site.
Clause 33: Lump sum in estimates
When the estimate on which a tender is made include Lump sum in respect of parts of the work, the
Contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question
at the same rates as are payable under this contract for such items or if the part of the work in question
is not in the opinion of the Engineer-In-Charge, VMSS capable of measurement, the Engineer-In- Charge, VMSS
may, at his discretion, pay the Lump sum amount entered in the estimate and the certificate in writing of the
Engineer-In-Charge, VMSS shall be final and conclusive against the Contractor with regard to any sum or sums
payable to him under the provisions of this clause.
Clause 34: Action where no specifications
In case of any class of work for which there is no such specification, such work shall be carried out in
accordance with the I.S. Specifications and in the event of there being no I.S. Specifications, then, in such case the
work shall be carried out in all respects in accordance with the instructions and requirements of the
Engineer-In-Charge, VMSS.
Clause 35: Definition of work
The expression work or works where used in these conditions shall unless there be something in the subject or
context repugnant to such construction, be construed to mean the work or the works contracted to be executed under
or in virtue of the contract, whether temporary or permanent and whether original, altered, substituted or additional.
Clause 36: Contractors percentage whether applied to net or gross amount of bill
Contractors percentage whether applied to net or gross amount of bill. The percentage referred to in the tender shall
be deducted from/added to the gross amount of the bill before deducting the value of any stock issued.
Clause 37: Royalties
The contractor shall pay the royalty to the competent authority/local body as per rules and shall produce No Due
Certificate from the Royalty Inspector having jurisdiction over the work site area, to the Engineer-In-
Charge, VMSS before claiming refund of Security Deposit. The royalty charges paid shall not be refunded to the
Contractor.
Clause 38: Compensation under the Workmens Compensation Act
The Contractor shall be responsible for and shall pay any compensation to his workmen payable under the
Workmens Compensation Act, 1923 (VIII of 1923), (hereinafter called the said Act) for injuries caused to the
workmen. If such compensation is paid by VMSS as principal under sub-section (1) of section 12 of the said Act
on behalf of the Contractor, it shall be recoverable by VMSS from the contractor under sub-section (2) of the said
section. Such compensation shall be recovered in the manner laid down in Clause 1 above.
Clause 39: Liability of the Contractor in case of accidents
The contractor shall be responsible for and shall pay the expenses of providing medical aid to public or to any
workmen who may suffer a bodily injury as a result of an accident. If such expenses are incurred by
Government, the same shall be recoverable from the Contractor forthwith and be deducted, without prejudice to any
other remedy of Government, from any amount due or that may become due to the Contractor.
Clause 39A: Medical Aid to Workmen
The contractor shall be responsible for and shall pay the expenses of providing medical aid to any workmen who
may suffer a bodily injury as a result of an accident. If VMSS incurs such expenses, the same
shall be recoverable from the Contractor forthwith and be deducted, without prejudice to any other remedy of
VMSS, from any amount due or that may become due to the Contractor.
Clause 39B: Safety and First Aid
The Contractor shall provide all necessary personal safety equipment and first aid apparatus available for the use of
the persons employed on the site and shall maintain them in the same condition suitable for immediate use at any



time and shall comply with the following regulations in connection therewith:
(a) The workers shall be required to use the equipment so provided by the Contractor and the Contractor shall
take adequate steps to ensure proper use of the equipment by those concerned.
(b) When work is carried on in proximity to any place where there is a risk of drowning, all necessary
equipment shall be provided and kept ready for use and all necessary steps shall be taken for the prompt
rescue of any person in danger.
(c) Adequate provision shall be made for prompt first aid treatment of all injuries likely to be sustained during
the course of the work.
Clause 40: Claim for quantities of work entered in the tender or estimate
Quantities shown in the tender are approximate and no claim shall be entertained for quantities of work executed
being either more or less than those entered in the tender or estimate.
Clause 41: Employment of famine or other labour
The Contractor shall employ any famine affected or other labour of a particular kind or class if ordered in
writing to do so by the Engineer-In-Charge, VMSS.
Clause 42: Claim for compensation for delay in starting the work
No compensation shall be allowed for any delay caused in the starting of the work on account of acquisition of land
or in the case of clearance works on account of any delay in according sanction to estimates.
Clause 43: Claim for compensation for delay in the execution of work
No compensation shall be allowed for any delay in execution of the work on account of water standing in
borrows pits or compartments. The rates are inclusive of hard or cracked soil, excavation in mud, sub-soil water or
water standing in borrows pits and no claim for an extra rate shall be entertained unless otherwise expressly
specified.
Clause 44: Entering upon or commencing any portion of work
The Contractor shall not enter upon or commence any portion of work except with written authority and
instructions of the Engineer-In-Charge, VMSS or of his subordinate in charge of the work failing such authority the
Contractor shall have no claim to ask for measurements of or payment for work.
Clause 45: Minimum age of persons employed, the employment of donkeys and or other animals
and the payment of fair wages
i) No contractor shall employ any person who is under the age of 14 years.
ii) No Contractor shall employ donkeys or other animals with breaching of string or thin rope. The breaching
must be at least three inches wide and should be of tape (Nawar)
iii) No animals suffering from sores, lameness or emaciation or which is immature shall be employed
iv) The Engineer-In-Charge, VMSS or his agents authorized to remove from the work any person or
animal found working which does not satisfy these conditions and no responsibility shall be accepted by
VMSS for any delay caused in the completion of the work by such removal
v) The contractor shall pay fair and reasonable wages to the workmen employed by him in the contract
undertaken by him. In the event of any dispute arising between the Contractor and his workmen on the
grounds that the wages paid are not fair and reasonable, the dispute shall be referred without delay to the
Engineer-In- Charge, VMSS who shall decide the same. The decision of the Engineer-In-Charge, VMSS
shall be conclusive and binding on the Contractor but such decision shall not in any way affect the
conditions in the contract regarding the payment to be made by VMSS at the sanctioned tender rates.
vi) The Contractor shall provide drinking water facilities to the workers/labourer employed on VMSS works.
Amenities relating to sanitation shall also be provided to the workers/ labourers employed on works
(in suburban areas). If the Contractor fails to comply with these provisions, the Engineer-In-Charge, VMSS
shall give notice in writing and if the Contractor shall not provide this facility to the
workers/labourers within a period of ten days from the date of the notice in writing, the Engineer-In-Charge,
VMSS shall thereupon make the arrangement for drinking water at the cost of the Contractor.
vii) The Contractor shall provide the amenity of proper shade and shelter to the workers/labourers and their
children on VMSS works as soon as the work starts. If the Contractor fails to provide shade and shelter, then
the Engineer-In-Charge, VMSS shall provide the same at the cost of Contractor.



Clause 46: Method of payment
Payment of Contractors shall be made by cheque drawn on Bank within the division convenient to them,
provided the amount exceeds Rs. 10. Amount not exceeding Rs. 10 will be paid in cash.
Clause 46-A :
Any sum of money due and payable to the Contractor (including the security deposit returnable to the
Contractor) under this Contract shall be appropriated by the VMSS and shall be set off against any claim of the
contractor with the VMSS for the payment of a sum of money arising out of or under any other contract made by the
Contractor with the VMSS. When no such amount of the purpose of the recovery from the Contractor against any
claim of the VMSS is available, such a recovery shall be made from the Contractor as arrears of land revenue.
Clause 47: Acceptance of conditions compulsory before tendering for work
Any Contractor who does not accept these conditions shall not be allowed to tender for works.
Clause 48 : Employment of Scarcity Labour
If Government declares a state of scarcity or famine to exist in any village situated within 16 kilometres of the work,
the piece worker/contractor shall employ upon such parts of the work as are suitable for unskilled labour, any
persons certified to him by the Engineer In Charge, or by any person to whom the Engineer In Charge may have
delegated this duty in writing to be in need or relief and shall be bound to pay such persons wages not below the
minimum which VMSS may have fixed in this behalf. Any disputes, which may arise in connection with the
implementation of this clause, shall be decided by the Engineer-In-Charge VMSS whose decision shall be final and
binding on the piece worker/Contractor.
Clause 49 : Prices quoted by the Contractor
The prices quoted by the Contractor shall not in any case exceed the controlled price, if any, fixed by VMSS or
reasonable price which it is permissible for him to charge a private purchaser for the same class and description of
goods under the provisions of Hoarding and Profiteering Prevention Ordinance, 1943 as amended from time to time.
If the price quoted exceeds the controlled price or the price permissible under Hoarding and Profiteering Prevention
Ordinance Contractor will specifically mention this fact in this tender along with the reasons for quoting
such higher price. The purchaser, at his discretion , will in such case, exercise the right of revising the price at any
stage so as to conform with the controlled price permissible under the Hoarding and Profiteering Prevention
Ordinance. This discretion will be exercised without prejudice to any other action that may be taken against the
Contractor.
Clause 50 : Rates inclusive of Sales Tax
The rates to be quoted by the Contractor must be inclusive of sales tax. No extra payment on this account will be
made to the Contractor.
Clause 51 : Local labour from Employment Exchange
The Contractor should, as far as possible, obtain his requirement of labourers, skilled and unskilled from the
nearest Employment Exchange so as to utilize the local employment potential. If there are no local Employment
Exchange or such exchanges are not able to provide the required labourers locally, suitable labourers should be
utilize to the maximum extent possible.
Clause 52 : Fair Wages
If a Contractor fails to pay within 7 (seven) days to the labourer(s)/ worker(s) the minimum wages prescribed by
the Government under the Minimum Wages Act, 1948 as in force from time to time, the Engineer-In-Charge,
VMSS shall be at liberty to deduct the amount payable to the labourer(s)/ worker(s) from his (Contractors) bills or
deposit(s) payable by the Contractor after making due inquiries and establishing the claim(s) of the
labourer(s) /worker(s). The Contractor shall not be entitled to any payment or compensation on account of any loss
that he (Contractor) may have to incur on account of the action as aforesaid is enforced. Before the action as
aforesaid is enforced a notice in writing to the Contractor shall be issued by the Engineer-In-Charge, VMSS,
regarding wages as per Minimum Wages Act in force at the relevant time. If the Contractor does not act as
aforesaid within seven days, then the action contemplated as above shall be taken against him/her.



Clause 53 : Shed for Materials
The Contractor will have to construct shed for storing materials with locking arrangements. The materials will be
taken for use in the presence of the departmental persons. No material will be allowed to be removed from the site
of work.
Clause 54 : List of Machinery
The Contractor shall also give a list of machinery in his possession and which he proposes to use on the work.
Clause 55 : Local labour on normal rates
The Contractor shall have to engage local labour and local persons seeking employment wherever available on
normal rates.
Clause 56 : DELETED
Clause57:VaccinationagainstSmallPox/Cholera
The Contractor shall employ only such labour that shall produce a valid certificate of having been vaccinated
against small-pox/cholera within a period of last three years.
Clause 58 : Pure and wholesome water for labourers
The Contractor shall provide an adequate supply of pure and wholesome water for the use of labourers. This
provision shall be at the rate of not less than 10 gallons per head; no provision need be made where there is a
suitable nallah, river or well within 250 metres of the camp.
(A) The Contractor shall construct trench or semi-permanent latrines for the use of the labourers; such latrines
shall be on the scale of not less than 5 per 100 persons in the camp, separate latrines shall be
provided for men and women. The labourers may, at their option, be allowed to use either the
trench system or the latrine system.
(B) The Contractor shall build a sufficient number of huts on a suitable plot of land for the use of the
labourers according to the following specification:
i) Huts of bamboo and grass may be constructed.
ii) A good site shall be selected. High ground, removed from jungle but well provided
with trees, shall be chosen wherever it is available. The neighbourhood of tank, jungle,
and grasses avoided. Camps should not be established close to large cutting or cuttings of
earthwork.
iii) The lines of huts shall have open spaces of at least 4 meters between rows. When a good
natural site cannot be procured, particular attention should be given to the drainage.
iv) There should be no overcrowding. Floor space at the rates of 30 square feet per
head shall be provided. Care should be taken to see that the huts are kept clean and in good
order.
(C) The Contractor shall construct a sufficient number of bathing places, every unit of 20 persons
being provided with a separate bathing place. Such bathing places should be suitably
screened and separate place provided for men and women. Washing places should also be
provided for the purpose of washing clothes. Every unit of 30 persons shall have at least one
washing place.
(D) The Contractor shall make efficient arrangements for draining away the sullage water as well as water from
the bathing and washing places and shall dispose off this waste water in such a way as
not to cause nuisance.
(E) The Contractor shall engage medical officer with a traveling dispensary for a camp containing 500
or more persons if there is no other private dispensary situated within 8 kilometers from the camp.
(F) The Contractor shall provide the necessary staff for effecting the satisfactory conservancy and
cleanliness of the camp to the satisfaction of the VMSS Officers. At least one sweeper per 200
persons should be engaged.
(G) The Engineer-In-Charge VMSS shall be consulted before opening a labour camp and his instructions on
matters, such as, the water supply, sanitary convenience, the camp site, accommodation and food
supply shall be followed by the Contractor.



a) The authorities in charge of the colonies should get the labourers inoculated against
Cholera, and Plague at the time of recruitment if they are not inoculated or vaccinated
within 6 months prior to and date of recruitment.
b) When in any labour camp there is an outbreak of an epidemic disease or is threatened
with such an outbreak the authorities in charge of the labour camps should ensure
that all the inmates of the labour-colonies are inoculated or vaccinated, as the case may
be depending on the disease, within 72 hours after the outbreak.
c) The authorities, in charge of the labour colony should arrange to communicate by
telegram regarding the outbreak of the epidemic diseases, on the very day of the outbreak
to the Engineer-In-Charge VMSS.
d) When the authorities, in charge of the labour colony suspect or have reason to believe that
any inmate of the labour colony is suffering from the infections or contagious disease,
they shall forthwith arrange for the segregation of such persons in isolated huts to
be specifically provided for the purpose and also for their treatment.
e) As regional malaria epidemic outbreaks are likely to occur in such project areas, the
authorities in charge of the labour colonies should report promptly the occurrence of
unusual incidence of cases of malaria to the Health Office of the VMSS and also arrange to
institute all necessary anti-malaria measures as may be advised by the Health Officer.
The authorities in charge of the colonies should also arrange to carryout any other measures that may be
recommended by the officials of the Health Department necessary to prevent or control the spread of disease.
Clause 59 : No distinction between Harijans and other workers
The contractor shall not show any distinction between Harijan and other class of labourers/workers employed to
carry out the VMSS work.
Clause 60 : Fencing and Lighting
The contractor shall, unless, otherwise specified, be responsible for the proper fencing, lighting, grading
and taking of the necessary safety measures for all works comprised in the same may be rendered
necessary by reasons of the work for the accommodation of workmen, for passengers or other traffic and of
owners and of and occupiers of adjacent property and the public and shall remain responsible for any accidents that
may occur on account of his failure to take proper and timely precautions.
All the arrangements made for fencing and lighting shall be maintained by the Contractor through out the
currency of the contract till the physical taking over the work by Department.
Clause 61 : Liabilities for accidents to person
Responsibilities and liabilities of the Contractor under Workmens Compensation Act are given in Clause No.
1.11.39, 1.11.39A and 1.11.39B. In addition following shall also apply:
On the occurrence of an accident, which results in death of workmen employed by the Contractor or which is so
serious as is likely to result in depth of any such workmen, the Contractor, shall within 24 hours of happening of
such accident(s) intimate in writing, to the Engineer-In-Charge, VMSS the fact of such accidents(s). The
Contractor shall indemnify Government against all loss or damage sustained by the Government against all loss or
damage sustained by the Government resulting directly or indirectly from his failure to give intimation in the
manner aforesaid including the penalties or fines, if any, payable by the Government as consequences of
Governments failure to give notice under the Workmens Compensation Act or otherwise to conform to the
provisions of the said Act in regard to such accident(s)
In the case of an accident, in respect of which compensation may become payable under Workmens
Compensation Act, whether by the Contractor or by the principal Employer, it shall be lawful for the Engineer-In-
Charge, VMSS to retain out of money due and payable to the Contractor, such sum or sum of money as may, in
the opinion of the Engineer-In-Charge, VMSS, be sufficient to meet such a liability. The opinion of the
Engineer-In-Charge, VMSS shall be final in regard to all matters arising under this clause.
Clause 62 : Reports regarding labour
The Contractor shall submit the following reports to the Engineer-In-Charge, VMSS:
A daily report in the form as may be prescribed of the strength of labour both skilled and unskilled employed by



him on the work(s) . The Contractor shall increase or decrease the strength, both skilled and unskilled, if directed
by the Engineer-In-Charge, VMSS. The submission of such report shall not, however, relieve the
Contractor of the responsibilities and duties regarding progress or any other obligation under the Contract. A
classified weekly return in the prescribed form of the number of persons employed on the works during
the preceding week. A weekly medical report in the report in the prescribed form showing the health of
the Contractors camp, the number of persons ill or incapacitated and the nature of their illness. A report of any
accident which may have occurred, to be sent within 24 hours of the occurrence. Such other reports as may be
prescribed.
Clause 63 : Treasure trowel
In the event of discovery by the Contractor or his employees, during the progress of work of any gold, silver, oil or
other minerals of any description and precious stones, treasures, coils, antiquities, relic fossils or other articles or
value of interest whether geological, archaeological or any other such treasure & other things shall be deemed to be
absolute property of the Government and the Contractor shall duly preserve the same to the satisfaction of the
Engineer-In-Charge, VMSS, from time to time, and deliver the same to such persons as the Engineer-In- Charge,
VMSS may appoint.
The Contractor shall take all reasonable precautions to prevent his workmen or any other person from removing or
damaging any such articles or things, immediately after the discovery there of and before removal acquaint
Engineer-In-Charge, VMSS with such discovery and carry out this orders for the disposal of the same.
Clause 64: Indemnity
The Contractor shall indemnify the Government against all actions, suits claims and demands through or made
against the department in respect of work of this contract and against any loss or damage to Department
in consequence of any action or suit being brought against the Contractor for anything done or omitted to be done
in execution of the work of this contract.
Clause 65 : Insurance taxes and duties Insurance:
The Contractor shall insure at his cost all his staff and workers against accidents as per the Workmens
Compensation Act. The Contractor shall obtain this policy within 30 days from the date of letter of intent and
submit a copy to owner.
Before commencing the execution of the work, the Contractor shall insure all works in progress with an open cover
all risk comprehensive insurance policy or any other form of policy as may be applicable for an amount not less
than the Contract price against any damages, loss or injury or due to fire, accidents, thefts and all other risks
including flood, storm wares, strikes, earth quakes, riots , malicious damage, etc. which may occur to any property
( including any employee, agent of Owner or other Contractor ) or arising out of the execution of the works or
temporary works or in the carrying out of the contract and such policy shall be endorsed in favour of owner and a
copy of the policy should be submitted to Owner. All such insurance policies shall cover a period up to the end of
defects liabilities period. The bills of Contractor will be passed for payments only after receipts of such policies.
Architect / Owner shall not be liable for only in respect of any damages or compensation payable by law
in respect of or in consequence of any accident or injury to any workman or other person in the employment of the
contract.
Remedy in Contractors Failure to Insure:
If the Contractors shall fail to effect and keep in force the insurance (third party accident or injury to workman,
insurance against accident, etc. to workmen ) hereof or any other insurance which he may be required to effect
under the terms of contract, the owner may effect and keep in force any such insurance and pay such premium or
premia as may be necessary for that purpose and from time to time deduct the amount so paid by the owner as
aforesaid from any moneys due or which may become due to the Contractor or recover the same as debt due from
the Contractor.
Taxes and Duties:
The contract price should include all duties, levies, etc. including works contract tax, turn over tax as applicable as
on date. Imposition / withdrawal of any taxes / duties or any statutory increase/decrease in taxes during the
pendency of the Agreement shall be to the Purchasers account.
Clause 66: Cement Register
A register in the prescribed form showing day-to-day receipt, consumption and balance of cement on site



of work will be maintained by the Department, which shall invariably be signed daily by the Contractor
or his authorized representative in token of its correctness.
Clause 67: Deleted
Clause 68: License for contract labour
Before starting the work, the Contractor will have to obtain the license from the District Assistant Labour
Commissioner under the Contract Labour ( Regulation and Abolition ) Act 1970 and contract number of
labourers to be employed on the work and will have to supply two true copies of the said license to the Deputy
Executive Engineer before the work is started.
Clause 69: Liability of the Contractor in case of Fraud, Dishonest and Fraudulent concealment.
Certificate of payment issued by Architect/Owner during the progress of the works or after their
completion shall not relieve the Contractor from his liability under all or any of the clause(s) in this contract . In
case of fraud, dishonesty or fraudulent concealment relating to the works or material or to any matter dealt in with
the certificate and in case of defects and insufficiencies in the works or material which any reasonable examination
would not have disclosed the certificate issued by Architect/Owner shall not be considered as a
conclusive evidence that any work and material to which it relates or in accordance with the contracted
and such a certificate shall be considered to have been obtained by the contractor by fraud or misrepresentation
and it shall be liable to the cancelled or withdrawn.
Clause 70: Suspension of work DELETED
Clause 70A: DELETED
Clause 71: Forfeiture/Termination
If the Contractor shall become bankrupt or has received an order made against him through court, receiver or shall
present his petition for bankruptcy or shall make an arrangement with or assignment in favour of his
creditors or shall agree to carry out the contract under committee of inspection of his creditors or (other than a
corporation) shall go into liquidation (other than a voluntary liquidation) for the purpose of amalgamation and
reconstruction or if the Contractor shall assign the whole or reconstruction or if the Contractor shall assign the
whole or substantial part of the contract without the prior consent in writing of the owner first obtained or shall
have an execution levied or in owners opinion the Contractor :
Has abandoned the contract or Without reasonable excuse has failed to commence the work or has suspended the
progress of the work for ten days after receiving from owner written notice to proceed, or
Has failed to remove materials from the site or to pull down and replace work within ten days after receiving from
owner written notice that the said work had been condemned and rejected by Architect/Owner or
Is not executing the works in accordance with the contract or is persistently or flagrantly neglecting to carry out his
obligations under the contract; or
Has to he detriment of good workmanship or in defiance of Owners instructions to the contrary sublet any part of
the contract?
The owner may, after giving fourteen days notice in writing to the Contractor, enter the site of the works and expel
the Contractor there from without thereby leaving him absolved from his obligations/liabilities and/or
liabilities arising from the contract and/or without affecting the right and powers in any manner conferred on the
Purchaser or his Architect under this contract.
Consequent to such a situation, owner may himself complete the works or may imply another Contractor(s) to
complete the works and the owner or any such other Contractor may use, for completion of the
remaining works, the constructional plant, temporary works, and/or materials brought to site by the Contractor
which shall be deemed to have become the property of the Purchaser against money paid/recoverable from the
Contractor. Owner may at any point sell any of the said constructional plant, temporary works and materials and
use the proceeds of the sales in any manner and/or towards recovery of the determination of contract under the
clause, the security deposit and any of the dues of Contractor will stand forfeited.
Clause 71 A: Valuation at date of forfeiture
The owner shall as soon as may be practicable after his entry consequent upon the expulsion of the Contractor fix
and determine expert or by or after reference to the parties or after such investigations or inquiries as he may think
fit to take or institute and shall certify what amount ( if any) which had at the time of such entry and
expulsion become reasonably due to the Contractor in respect of work then actually done by him under



the contract including the value of any unused or partially used materials, any constructional plant and
any temporary works which are taken over by owner under his exclusive rights.
Clause 71 B : Payment after Forfeiture
If purchaser shall enter and expel the Contractor under this clause, he shall not be able to pay the Contractor any
money on account of the contract as determined as per the foregoing Para together with the Contractor other dues
until the expiry of the defects liability period and there after until the costs of completion and maintenance
damages for delay in completion (if any) and all other expenses incurred by Purchaser have been ascertained and
the amount thereof certified by the Architect, the Contractor shall than be entitled to receive only such sum of
sums, (if any) as owner may certify. But if such amount due from the Contractor exceeds the sum payable to the
Contractor, the Contractor shall upon demand pay to Purchaser the amount of such excess and it shall be deemed
as debt due by the Contractor to Purchaser and shall be recoverable accordingly.
Clause 72: If the Contractor dies
Without prejudice to any of the rights or remedies under this contract, if the Contractor dies owner shall have
option of terminating the contract without any compensation to the Contractor.
Clause 73: Insolvency and breach of contract
The VMSS may at any time, by notice in writing, summarily terminate the contrast without compensation to the
contractor in any of the following events:
(a) If the contractor, a firm or any partner thereof, shall be at the time adjusted insolvent or shall
have a receiving order for administration of his estate made against him or shall take any
proceedings for composition under any Insolvency Act for the time being in force to make any
conveyance or assignment of his assets or enter into any arrangement or composition with his
creditors or suspend of payment if the firm is dissolved under the partnership Act.
(b) If the contractor being a company is wound up voluntarily by the order of a court or receiver,
liquidator or Manager on behalf of the debenture holders is appointed or circumstances shall
have arisen which entitled the court or Debenture holders to appoint a receiver liquidator or
Manager.
(c) If the contractor commits any breach of the contract not herein specifically provided any right of
action or remedy which shall have occurred or shall occur thereafter and provided also the contractors
be liable to pay the VMSS for any extra expenditure he is thereby put to and the contractor
shall under no circumstances be entitled to any gain in repurchase.








ANNEXURE-I


LIQUIDATED DAMAGES

1. If the Contractor fails to complete work under contract by the stipulated date, he shall pay
liquidated damages of 0.1% of the contract value per week from the date of delaying the said works up to
the date of completion and handling over to the VMSS subject to maximum amount of 10% of the Contract
value.

2. Delay requiring payment of 10% liquidated damages of amount put to tender for the performance shall be
sufficient causes for termination of contract and for forfeiture of security deposit including amount of
performance bond in respect of works estimated to cost more than rupees 15 Lacs, for performance and
registration of the contractor shall also be kept in abeyance for three years from the date as fixed in all
cases.





Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date




ANNEXURE-II




DEFAULT BY CONTRACTOR


If the contractor shall neglect or fail to proceed with due diligence or I he violates any of the provision of the
contract the Engineer-In-Charge, VMSS shall give the contractor a notice identifying deficiencies in
performance and demanding corrective action. Such notice shall clearly state that it is given under the provision of
this clause. After services of such notice, the contractor shall not remove any plant, equipment and materials from
the site. The VMSS shall have lien on all such plant, equipment and materials from date of such notice till
said deficiency have been corrected as mentioned in the said notice.

If the contractor fails to take satisfactory corrective action within ten days after receipt of such notice, the
Engineer-In-Charge, VMSS on behalf of VMSS shall terminate the contract in whole. In case, the entire
contract is terminated, the amount of security deposit and performance bond if any together with value of the
work done but not paid for, shall stand forfeited to the VMSS. The Plants, equipment and materials held under this
clause shall then be at the disposal of the VMSS to recover the amount equivalent to the liquidated damages and
registration of the contractor shall be kept in abeyance for three years from the date as fixed in all such cases.

The Engineer-In-Charge, VMSS if necessary shall direct that a part or whole of such plant equipment and
materials be removed from the site within a stipulated period. If the contractor fails to do so the Engineer-In-
Charge, VMSS shall cause them or any part of them to sold holding the net proceeds of such sale to the contractor.
After settlement of accounts, the lien by the VMSS of the contractors remaining plants, equipment and balances
of materials shall be released.

Termination of contract in whole shall be an adequate authority for the Engineer-In-Charge, VMSS to
demand discharge of the obligations from the guarantors of the security for the performance.








Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date





SECTION - C1 :: SPECIFICATIONS : NON TECHNICAL

Name of Work : Constructing Storm Water Drain From Harni Main Road towards Motnath
Mahadev

1. DRAWINGS
1.1 The work shall agree in all particulars with the contract drawings and amendments to drawings, which shall
be read in conjunction with the specification. The Engineer may issue further drawings, if necessary, as the
work proceeds.
1.2 The enclosed drawings are for the reference of Contractor and information only, as they are preliminary in
nature. Owner/Engineer reserves the right to change the plans, locations, delete or add some parts of the
work, etc. if warranted at the time of preparation of detailed drawings or as work proceeds.
Contractor will have no claims on Owner/Engineer on this account. Contractor shall carefully scrutinize the
drawings and he shall be responsible to point out discrepancy or anomalies if any to the Engineer
before execution of the work affected thereby.
1.3 Contractor, his employees and agents shall not disclose to anyone any information contained on drawings, or
otherwise furnished to him/her by Owner/Engineer including all drawings, reports, etc. prepared by
Consultant/Contractor either individually or jointly for the execution of the works without prior approval of
Engineer. No photographs of the works or plant within the site premises shall be taken without prior written
approval of Owner/Engineer.
2. ISSUE AND RETURN OF CONTRACT DOCUMENTS
2.1 The original copy of the signed contract documents (including drawings) will be retained by the VMSS. The
Contractor will be furnished with two sets of contract drawings and the certified copy of the accepted tender
along with the Work Order free of cost. He will also be issued two sets of working drawings, free of cost,
which will be issued progressively during the execution of the contract. Further copies of the contract
drawings and working drawings if required by him shall be supplied at the rate of Rs. 5000 per set of
contract drawings and Rs. 400 per working drawings and tender document issued to Contractor shall
remain as the property of the VMSS and hence the Contractor shall have to return the same to the Engineers
Representative not later than the end of the Defect Liability Period.
3. PROGRAMME OF WORK
3.1 The major works to be carried out under this contract form an important part of the VMSS Storm Water
Drainage project and satisfactory progress of the scheme as a whole will depend on the timely completion of
works. For this reason great importance is placed on the proper programming of the civil work with adequate
provision for all delays normally encountered.
3.2 Notwithstanding the provisions of Clause 6 of the Conditions of contract, Form B1, no extensions of time
will be granted by the Engineer in respect of inclement weather or its effects (such as floods or
drought), fire or industrial disputes unless such events could not reasonably have been foreseen by
an experienced Contractor. All allowances to guard against such delays shall be clearly indicated in
his programme.
3.3 As soon as practicable after acceptance of his tender and in any case before starting work on site,
the Contractor shall submit for the Engineers approval a detailed programme of work in the form
of a PERT/CPM Network and a bar chart together with a description of his proposed methods of
working. The programme shall take into account, the importance of completing the various parts of the
works in accordance with Clause for time for completion of the Contract.
4. PROGRESS
The Contractor shall regularly review his programme in the light of the progress actually achieved and shall
submit for approval updated PERT/CPM Network and bar charts at intervals to be agreed with the
Engineers Representative. If progress falls behind that needed to ensure timely completion of the various
parts of the works, the Contractor shall submit proposals for improving his methods and pace of working to
the satisfaction of Engineers Representative and shall carry out such measures as are needed to ensure that
the works are completed on time.




5. TIME FOR COMPLETION
The Contractor shall commence the works on site when ordered by the Engineer and shall proceed with the
same with due expedition and without delay except as may be expressly sanctioned or ordered by
the Engineer or be wholly beyond the Contractors control.
6. CERTIFICATES OF COMPLETION
If the Engineer issues a Certificate of Completion for a part of the Works pursuant to Clause 7
of the Conditions of Contract Form B1, the Contractor shall as far as practicable finish all outstanding
work on that part of the works during the relevant Defects Liability Period. No Certificates of Completion
shall relieve the Contractor or any of his obligations in connection with other Contractors whose work is
carried out after the issue of such a certificate.
7. PATENTS, RIGHTS AND ROYALTIES
The Contractor shall save harmless and indemnify the Municipal Commissioner VMSS and of VMSS and
VMSS from and against all claims and proceedings for or on account of infringement of any patents,
rights, design, trade mark or name or other protected rights in respect of any Constructional plant, machine,
work or material use for or in connection with the works or temporary works or any of them and from and
against all claims, demands, proceedings, damages, costs, charges and expenses whatsoever in
respect thereof or in relation thereto. Except where otherwise specified, the Contractor shall pay all
tonnage and other royalties, rent and other payment or compensation if any for getting stone, sand,
gravel, clay or other materials required for the works or temporary works or any of them.
8. THE SITE
8.1 Tenderer must visit the work site and see for himself/herself the site, pipeline route and ground conditions in
all respects including availability of labour (skilled and unskilled), approaches, obstructions,
drains, availability of water, electricity, materials and all other matter affecting the work before
submitting the tender.
8.2 The submission of the tender by Tenderer implies that he has visited the work site, read the entire
tender document and has made himself aware of the scope of specification of work to be
performed and of the conditions and rates at which materials will be issued to him/her and
local conditions and other factors which have a bearing on the execution of work.
8.3 Owner will not, therefore, after acceptance of the tender, pay any extra charges for any reason whatsoever in
case Contractor finds later on to have misjudged the site and other conditions.
9. ACCESS TO THE SITE
The Contractor shall arrange to construct, maintain and afterwards remove and reinstate any temporary
access required for an in connection with the execution of the works. Reinstatement shall include
restoring the area of the access route to at least the degree of safety, stability, drainage and appearance that
existed before the Contractor entered the site.
10. SETTING OUT THE WORKS
10.1 The Contractor shall be responsible for the true and proper setting out of the works in
relation to original points, lines and levels of reference given by the Engineer in writing or shown
on the Drawings and for correctness, subject as above mentioned in the position, levels, dimensions
and alignment of all parts of the works and for the provision of all necessary instruments,
appliances and labour in connection therewith.
10.2 The checking of any setting out of any line or level by the Engineers Representative shall not in
any way relieve the Contractor of his responsibility for the correctness thereof.
11. TEMPORARY WORKS
A reasonable time (in any case not less than 28 days) before he intends to commence construction of any
temporary works, the Contractor shall submit full particulars including drawings of the same for the
approval of the Engineers Representative. Submission to an approval by the Engineers Representative of
any such particulars shall not relieve the Contractor of any of his responsibilities under the Contract.






12. AMENITIES TO BE PRESERVED
The Contractor shall cause the least possible interference with the existing amenities, whether natural or man-made.
No tree shall be felled without permission of the Engineers Representative and clearance of
the site shall generally be kept to the minimum necessary for the Works and Temporary Works. Temporary
Works shall be sited so as to minimize the number of trees to be felled.
13. WORKS TO BE KEPT CLEAR OF WATER
13.1 The Contractor shall keep the works well drained until the Engineer certifies that the whole of the works is
substantially complete and shall ensure that so far as is practicable, all work is carried out
in the dry. Excavated areas shall be kept well drained and free from standing water.
13.2 The Contractor shall construct, operate and maintain all temporary dams, water courses and other works of
all kinds including pumping and well-point dewatering that may be necessary to exclude water from
the Works while they are in progress and till they are handed over to the VMSS. This refers mainly
to surface water they may enter into the excavated construction work. No separate payment will be
made for such dewatering works/measures. Unit rates quoted by Contractor will be deemed
to have covered expenses for such dewatering works/measures. Such temporary works shall not be
removed without the approval of the Engineers Representative.
13.3 Notwithstanding any approval by the Engineers Representative of the Contractors arrangements
for the exclusion of water, the Contractor shall be responsible for the sufficiency thereof and for
keeping the Works safe at all times, particularly during any floods and for making good at his own
expense any damage to the Works including any that may be attributable to floods. Any
loss of production or additional costs of any kind that may result from floods shall be at the
Contractors own risk.
14. DISCHARGE OF WATER INTO EXISTING WATER COURSES
The Contractor shall make provision for the safe discharge or disposal from the Works and Temporary Works of
all water and waste products howsoever arising and the methods of disposal shall be to the satisfaction of
the Engineers Representative and of any Authority or person having an interest in any land or watercourse
or in which waste may be so discharged. The requirements of this clause shall not limit any of the Contractors
obligations or liabilities, particularly as to Clause 23, 27 of the Conditions of contract, Form B1.
15. PREVENTIVE MEASURES OF POLLUTION
The Contractor shall ensure that at all times during the construction of the Works all-reasonable precautions
are taken to the satisfaction of the Engineers Representative to prevent pollution of the Site and of the environment.
In particular, the Contractor shall prevent pollution arising from the disposal or spillage of sewage, diesel fuel, oil,
liquid mud, or from the disturbance of natural dust, aggregate dust or cement dust.
16. EFFECTS OF WEATHER
16.1 The Contractor shall ensure that no damage occurs to the works during construction by
arranging adequate protection for excavation or building work against the effects of drought,
sunshine, wind or rainfall (including erosion and flooding). No work shall be performed
when in the opinion of the Engineers Representative such work is liable to be injuriously
affected by the weather.
16.2 The Contractor shall have no claim against the VMSS on account of loss alleged to have been
sustained directly or indirectly by reason of the Engineers Representative declining to permit such
work to start or continue, or ordering any work damaged by the weather to be made good or
removed and re-executed.
17. SITE TO BE KEPT TIDY
The Contractor shall keep the Site and all working areas in a tidy and workmanlike condition and free from rubbish
and waste materials. Any temporary works, constructional plant, materials or other things which for the time
being are not required for use by the Contractor may with the consent of the Engineers Representative be
removed from the site but otherwise shall be dispersed about the Site in an orderly fashion and shall be properly and
securely stored thereon.





18. SAFETY MEASURES AND SERVICES
18.1 The Contractor shall be responsible for the safety of all workmen and other persons entering or in
the Works and shall take all measures necessary to ensure their safety to the approval of
the Engineers Representative. Reference in these respects shall also be made to the Conditions of
Contract and Annexe-C but in particular, such measures shall include the following:
a) Provision of proper safety and emergency regulations, fire, gas and electric shock
precautions, stretches and first-aid box together with rescue facilities generally for each
place of working;
b) Provision of efficient safety helmets for all personnel including the Engineers
Representative and each of his staff and any authorised visitors to site;
c) Safe control of water including provision of ample standby generating and pumping plant;
d) Provision and maintenance of suitable lighting to provide adequate illumination of
Works with appropriate spares and standby equipment;
e) Provision and maintenance of safe, sound mechanical equipment, each item of plant having
an up-to- date testing certificates;
f) Provision and maintenance of safe, sound ropes, slings, pulleys and other lifting
tackle, each appliance having an up-to-date testing certificate where appropriate;
g) Provision of notices 1.25m x 1.5 m size written in bold letters in English, Gujarati and
Hindi to be erected on existing footpaths and at points of access likely to be used by the
public, which shall warn the public of the existence of the Works. These notices
shall be in addition to any statutory requirements demanded of the Contractor.
h) Provision of safety rails (wherever instructed by Engineer in charge) and RCC columns (1-
2 m ht) 50 m c/c zigzag along the wall of the kaans
18.2 The Contractor shall submit for the approval of the Engineers Representative detailed proposals
under (a), above. When the regulations have been approved and before the work is started, the
Contractor shall distribute copies in English or in their languages as appropriate to all his
employees and to the Engineers Representative.
18.3 The Contractor shall ensure that all his employees are fully conversant with the regulation,
emergency and rescue procedures etc. and the Contractor shall enforce the rule that any
employee committing a serious breach of such a regulations shall be instantly dismissed and shall
not be re-employed.
18.4 Contractor shall provide and maintain at his own expenses all lights, guards, fencing and
necessary watchmen when and where necessary or as required by Owner/Engineer for the
protection of the works or for the safety and convenience of those employed on the works
and the public. Contracto shall also provide at his cost traffic barricades, men for diverting and
controlling traffic, necessary signboards for diversion of traffic. In the event of failure on the part
of Contractor, Owner may with or without notice to Contractor put up a fence or improve a fence
already put up or provide and/or improve the lighting or adopt such other measures as he may deem
necessary, and all the cost of such work and procedures as may be adopted by Owner/Engineer
shall be borne by Contractor. Maintenance of adequate warning and general lighting at nights at
place of work is essential.
18.5 Contractor shall take the necessary permission and clearance of all the authorities like
department of Roads, Traffic, Water Supply and Drainage; Electricity Board, Telephone
Company, etc. wherever necessary and observe the regulations regarding the execution of
work in congested areas, heavy traffic areas, etc.
19 CLAIMS FOR DAMAGE TO PERSONS OR PROPERTY
19.1 Any claim received by the VMSS or the Engineers Representative in respect of matters in
which the Contractor is required under the Contact to indemnify the VMSS will be passed to the
Contractor who shall likewise inform the VMSS and an Engineers Representative of any such
claim which is submitted directly to him by a claimant. The Contractor shall do everything
necessary, including notifying the insurers of claims received, to ensure that all claims are settled




properly and expeditiously and shall Keep the VMSS and the Engineers Representative informed
as to the progress made towards settlement, failing which the VMSS shall be entitled to make direct
payment to claimants of all outstanding amounts due to them in the VMSSs opinion and without
prejudice to any other method of recovery to deduct by way of offset the amounts so paid from any
sums due or which become due from the VMSS to the Contractor.
19.2 If the Contractor receives a claim, which he considers to be in respect of matters in which
he is indemnified by the VMSS under the Contract, he shall immediately pass such claims to the
VMSS.
19.3 Contractor will be solely responsible for any loss to life or limbs of workmen or the public arising
out of inadequate protective and/or safety measures taken by Contractor and irrespective of
whether or not Engineer has ordered Contractor to take protective and safety measures.
20. ASSISTANCE OF THE ENGINEERS STAFF
20.1 The Contractor shall provide all necessary assistance to the Engineers Representative and
his staff in carrying out their duties of checking the setting out, inspecting and measuring the
work. The Contractor shall provide chairs, staff men, office attendants and labourers as may be
needed from time to time by the Engineers Representative.
20.2 The Contractor shall provide for the Engineers Representative and his staff such protective
clothing, safety helmets and rubber boots of suitable sizes as may reasonably be required by them.
These articles shall remain the property of the Contractor. No separate payment shall be made on
this account.
21. PUBLICITY NOTICE BOARD
In addition to Clause 20.1 (g) above, the Contractor shall provide, maintain and remove at the end of the
Defects Liability Period a publicity notice board constructed according to the requirements of the VMSS.
22. CLEARING SITE ON COMPLETION
22.1 On completion of the Works, the Contractor shall clear away and remove from the Site all
Constructional Plant, surplus materials, rubbish, Temporary Works of every kind and leave the
whole of the Site and the Works clean and in a workmanlike condition to the satisfaction of the
Engineer.
22.2 The Contractor shall comply with the above requirements before the start of the Defects Liability
Period and by the end of that period shall clear, regarded terrace, level topsoil and grass all his
working areas as instructed by the Engineers Representative. No separate payment shall be made
on this account.
23. FORMS OF MONTHLY STATEMENTS
The Contractor shall raise the monthly bill as per Clause 10 and 11 of Conditions of Contract, Form B1.
24. PRODUCTION OF VOUCHERS, ETC.
24.1 The Contractor shall when required by the Engineer produce all quotations, invoices,
vouchers and accounts or receipts in connection with expenditure in respect of provisional sums.
24.2 The Contractor shall furnish to the Engineers Representative such receipts or other vouchers as
may be necessary to provide the amounts paid and before ordering materials shall submit to
the Engineer quotations for the same for his approval.
25 DAYWORK
In respect of all work executed on a day work basis, the Contractor shall during the continuance of such
work deliver each day to the Engineers Representative an exact list in duplicate of the names,
occupations and time of all workmen employed on such work and a statement also in duplicate showing the
description and quantity of all materials and plant used thereon or therefore (other than plant which is
included in the percentage addition in accordance with the Schedule herein above referred to). One copy of
each list and statement will it corrects or when agreed to, be signed by the Engineers Representative and
returned to the Contractor. At the end of each month, the Contractor shall deliver to the Engineers
Representative a priced statement of the labour, materials and plant (except as aforesaid) used and
the Contractor shall not be entitled to any payment unless such lists and statements have been fully




and punctually rendered. Provided always that is the Engineer shall consider that for any reason the sending
of such list of statement by the Contractor in accordance with the foregoing provision was impracticable, he
shall nevertheless be entitled to authorize payment for such work either as days work (on being
satisfied as to the time employed and plant and materials used on such work), or at such value therefore as
shall in his opinion be fair and reasonable.
26. CLAIMS
The Contractor shall send to the Engineers Representative once in every month an account giving
particulars (as full and detailed as possible) of all claims for any additional expense to which the
Contractor may consider himself/herself entitled and of all extra or additional work ordered by the
Engineer which he has executed during the preceding month and no claim for payment for any such work
will be considered which has not been included in such particulars. Provided always that the Engineer shall
be entitled to authorize payment to be made for any such work notwithstanding the Contractors
failure to comply with this condition if the Contractor has at the earliest practicable opportunity notified the
Engineer that he intends to make a claim for such work.
27. ENGINEERS REPRESENTATIVE
Where reference in the Specification is made to the Engineer, the powers as described shall be deemed to
be delegated to the Engineers Representative.
28. SUBSIDENCE OF ROAD
If any subsidence takes place in the filling of road or any part of the work whatsoever during
defects liability period from the completion of the contracted work, Contractor shall make good the same at
his own cost, or Owner/Engineer may without notice to Contractor make good the same in any and with any
material that he may think proper and at the expense of Contractor. Owner/Engineer may also if
he anticipates the occurrence of any subsidence, employ watchmen to look after the same unless it has been
set right. The expenses of such watchmen shall be charged to Contractor.
29. QUALIFICATION AND EXPERIENCE OF TENDERER
29.1 Engineer will review the qualification and experience of the Tenderers in respect of:
a) Past experience
b) Major works on hand
c) Technical personnel
d) Financial capacity
e) Method of construction equipment proposed to be used
f) Any other relevant information
29.2 For this purpose, tenderers are requested to furnish information in the Schedules 1 to 6 enclosed.
The above information shall be specific, self-explanatory and must bring out the
qualifications and experience of the Tenderer intending to carry out this Contract. Engineer
reserves the right to reject any offer which, in the opinion of the Engineer, has been made by a
Tenderer who does not qualify to meet the standards by way of experience, resources, and technical
skills, expected of him/her.
29.3 If the tender is submitted by a group of firms, it is necessary that the sponsoring firm
submits separate and complete information about each firm in the group and identify those
who have the responsibility for the execution of the work. It shall be clearly established in the
tender as to who will be the sponsor firm and the expected participation or share of each of the
members of the group.
30. PAYMENT OF ITEMS ON LUMPSUM BASIS
Items to be paid on Lump sum basis shall be paid only after these items are accepted by Engineer as 100%
complete.
31. INTERPRETATION OF DOCUMENTS
Tenderers shall carefully examine the Tender documents and fully inform themselves as to all the
conditions and matters, which may in any way affect the work or the cost thereof. Should a tenderer find




discrepancies in or omission from the specification or other documents, or should he be in doubt as to their
meaning, he should at once address a query to the Head of the Dept., VMSS. Any resulting
interpretation of the Tender Documents will be issued to all tenderers as an addendum. Verbal
clarification and/or information given by the Head of the Dept. , VMSS shall not be binding on the
VMSS.
32. ERRORS AND DISCREPANCIES IN TENDERS
32.1 Should the Schedule of Quantities and Rates submitted with the tender be found to contain errors
such as adding mistakes, incorrect transference's and discrepancies between rates and amounts, the
Engineer will advise the tenderer of any errors and discrepancies as a aforesaid which may
have been found in the Schedule of Quantities and Rates and after discussion with the Tenderer,
will make such amendments (and no others) as are proper to resolve the errors and
discrepancies as aforesaid and will re-total the amount in Schedule of Quantities and Rates.
32.2 In general the quoted unit price in the original tender will apply when discrepancies arise
with the extended price.
32.3 The foregoing procedure may be applied at any time prior to the acceptance of a tender, but the
Engineer undertakes no responsibility towards any tenderer for any error or discrepancy which is
not discovered during Engineers examination of tenders.
33. INFORMATION FURNISHED
The information given to Tenderers in this tender document comprising of all parts is given in good faith
and meant to serve only as a guide. Owner/Engineer will not hold himself responsible if any such
information given for the guidance of Contractor is found to be incorrect, partly or in whole and or any
deductions, conclusions or interpretation drawn by Contractor. It is, therefore, imperative that Tenderer
must obtain and examine for himself/herself all data, information and particulars required for the
satisfactory execution of the work.
34 DISPUTES
Any legal dispute with the Contractor(s) will be settled within the area subject to Vadodara jurisdiction.
35 TESTING FOR WATER TIGHTNESS
Testing for water tightness of RCC pipes for the storm water drains is not envisaged, however the
contractor shall give a Flow Test to show that the pipes are laid to slopes, after laying and jointing of the
pipes and construction of manholes.
36 TAXES AND DUTIES ON INDIGENOUS MATERIAL
All charges on account of Terminal, Entry Tax, Sales-tax, Excise Duty, Service Tax, VAT, etc. and other
duties on indigenous material obtained for the works from any source shall be borne by the
Contractor (Subject to provisions made in Form B1). As per the amendment of the Sale-tax Act which came
into force from Aug-1985, Sales-tax on works Contract shall have to be paid by the Contractor and no
reimbursement will be made by the Mahanagar Seva Sadan.
37 PRICE BID
Price bid should not contain any condition or enclosures except the quoted rate and the total
amount for the work.
38 MATERIAL TESTING
Necessar material testing shall be carried out by the contractor at VMSS approved laboratory at his own
cost as directed by Engineer-in-charge.







ANNEXURE A


WATER SUPPLY AND ELECTRICITY


1. WATER SUPPLY

Contractor shall make his own arrangement for water supply at his own cost and the VMSS shall pay nothing
extra. This is applied to the water required for testing purpose also. The Contractor can, however, construct a
tube-well or a pipeline at his convenience on nearby VMSS land if available with prior approval of
VMSS. Contractor will be responsible for all costs of tube well, pumping, laying of necessary pipelines,
installation of meter, storage, maintenance and ultimate removal of the same.

2. ELECTRICITY

Contractor will have to make all arrangements for obtaining power connection, the installation, operation,
maintenance and subsequent removal of temporary supply of electricity. VMSS shall issue only authorization
letter to Contractor for obtaining power connection, and yet if power is not available in time, the work shall not
be postponed and the Contractor shall have to arrange for diesel generator set(s) at his own cost.







ANNEXURE B
PRICE VARIATION: FOR Cement & Steel (When Time Limit More than 12 months):
The price escalation shall be applicable from the date of placement of work order. No price escalation shall be
considered for the material before this period.. The price escalation, in line with the tender clauses, shall be
applicable only to Cement and Steel (Mild Steel, TMT Steel). The amounts payable to the contractor for the work
done shall be adjusted for increase or decrease in the rates of cement & steel as under / considering the base rate as
on the date of opening of Technical Bid.

Price variation for cement and steel brought by the contractor
The star rates for cement and TMT steel to be brought by the contractor shall be considered inclusive of all taxes and
duties (Prices as in the month of july 2012).
O.P. Cement Rs. 6016 per MT
Reinforcement steel Rs. 50425 per M.T.
All the rates are inclusive of all the taxes.
Star rates should be mentioned in the tender copy as under:
i) For Cement, Price of cement from authorized dealer should be obtained for the month in which the
tender documents are invited and mentioned as star rate before issue of tender copy.
ii) For mild steel, TMT bars, rate of SAIL, should be obtained for the month in which the tender
documents are invited and mentioned as star rate before issue of tender copy.
iii) For basic index specific month in which the tenders are invited should be mentioned before
issue of tender copy.
The fluctuations in rates of cement steel and structural steel shall be adjusted in the bills payable to the contractors as
under:
A = B x (CI/Co-1) x D
A = Amount payable or recoverable
B = Star rate of steel/cement
CI = The (quarterly) average corresponding index for steel, cement for the quarter
consideration (as published in monthly bulletin of Reserve Bank of India).
Co = Price index of cement/steel for the month in which the tender documents are
published in monthly bulletin of Reserve Bank of India.

D = Quantity of cement/steel actually brought by the contractor on site of work and
consumed in the work during the quarter duly supported with recorded in cement
consumption register or MB (for steel).
Conditions for B-2 i.e. variation in prices of cement and steel only
1. No ceiling for escalation for difference of steel and cement will be applicable.
2. This formula shall be used individually for cement and steel for calculating adjustment.
3. The cement and steel brought by the contractor on site of work shall be used only after the
same is tested by the Department at the cost of contractor or after production of test certificate by
Manufacturer As desired by the authority.
4. If such materials are not found as per the I.S. specification, the same shall be removed by the contractor for
which no claim shall be entertained.
5. The testing of steel/cement shall be as per tender specifications. The contractor shall not be paid
transportation, handling or storage expenses separately and he should quote for the works accordingly.


Signature of the Contractor with seal Signature of the Head of Department (Projects), VMSS
Date Date







ANNEXURE D


SITE ENVIRONMENTAL CONDITIONS


1. Owner/Purchaser : Vadodara Mahanagar Seva Sadan (VMSS)
2. Consultant :
3. Third Party Inspection : CEIL
4 Project Title : Constructing Storm Water Drain From Harni Main Road
towards Motnath Mahadev
For:




5. Location Vadodara
6. Nearest Railway Station: Vadodara

/Town
7. Nearest Airport: Vadodara
8. Access Road: National Highway No.8

9. Altitude: m above MSL
10. Ambient Air Temp.: (a) Maximum : 46 C
(b) Minimum : 4 C
11. Rainfall: (a) Annual Average: 900 mm.
(b) June through September
12. Climatic Condition: Moderate
13 Seismic Data: Zone as per I.S. 1983 - Zone III







ANNEXURE E


SECURITY DEPOSIT, RETENTION MONEY & PERFORMANCE BOND


The amount of Security Deposit, Retention Money & Performance Bond for the works shall be submitted &
refunded as under:


Sr. Security Deposit &
Retention Money
Amount of Retention money to be funded on
completion of work and certification issued by
Engineer-In-Charge to that effect
Remarks
1.


















2.
5 % of Contract value as
Security Deposit.

















5% of contract value as
Performance Bond
The Security Deposit shall be in one of
the
following forms
1. Sum equivalent to 5% of the Contract
value with 2% to be paid as Bank Guarantee valid
till the completion period Or
2. 5% of the Contract value by demand draft or in
the form of bank guarantee of nationalized bank
only, valid up to the completion of the contract.
The Security deposit shall be released on
completion of the work and on receipt
of Performance Guarantee Bond of 5% of the
Contract value valid for 36 months.



Performance Bond Bank Guarantee shall be
submitte by the contractor after completion and
handing over of work before the release of Security
deposit. The Performance Bank Guarantee shall be
valid till 36 months from the date of completion.



The Defects Liability period shall be as under:
36 months after handling over charge of entire work and certificate of completion to that effect is issued
by Engineer-in-charge.



Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date




ANNEXURE F

BANK GUARANTEE FORM
Ref. _________________________________________________________________________________
Date ______________________________________________________________________________

FORM OF BID SECURITY (BANK GUARANTEE)


WHEREAS, ._[Name of Bidder] (hereinafter
called the Bidder) has submitted his bid dated . [Date] for the construction of
[Name of Contract] (hereinafter called the
Bid).
KNOW ALL MEN by these presents that We [Name of Bank] of
.. [Name of Country] having our registered office at
(hereinafter called the Bank) are bound
into .. [Name of Employer] (hereinafter
called the Employer) in the sum of .for
which payment well and truly to be made to the said Employer the Bank binds himself, his successors and
assigns by these presents.


SEALED with the Common Seal of the said Bank this day of 20.


THE CONDITIONS of this obligation are:
(1) If the bidder withdraws his Bid during the period of bid validity specified in the Form of Bid:
OR
(2) If the Bidder refuses to accept the correction of errors in his Bid;
OR
(3) If the Bidder, having been notified of the acceptance of his Bid by the Employer during the period of Bid
validity;
(a) fails or refuses to execute the Form of Contract Agreement in accordance with the
instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders;


We undertake to pay to the Employer up to the above amount upon receipt of its first written demand, without the
Employer having to substantiate its demand.
This Guarantee will remain in force up to and including the date .. days after the
deadline for submission of bids as such deadline is stated in the Instructions to Bidders.
Or as the Employer may extend it, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.




DATE . SIGNATURE OF THE BANK .
WITNESS SEAL ..
(Signature, Name and Address)






ANNEXURE G


COPIES OF INCOME TAX RETURN FILED


1) Names and style (of the Company, Firm, HUF or Individual) in which the applicant is assessed
or assessable to Income tax and the addresses for the purpose of assessment.
2) Names and addresses of all Companies, Firms or Associations or persons in which the applicant
is substantially in which the applicant is substantially interested in his individual or fiduciary capacity.
3) The Income-tax Circle/Ward/District in which the applicant is assessed to Income tax.
4) The following particulars are to be furnished concerning the Income-Tax Assessments for the preceding
four years:
(a) The total contact amount received during the preceding four accounting years (give date of the
closing day of theyear being previous year).
(b) Year Total Income Tax demanded, Tax paid, Balance due Tax assessed


Note:
Tax in Columns 3 and 4 should include all items viz. Income Tax, Sales Tax, Surcharges, Excess
Profit Tax and Port Tax, etc.
If any tax remains unpaid, the reasons should be explained in an attached statement.
(c) In case there has been no income-tax assessment in any year, whether returns have been
submitted under Section 22 (1) or 22 (2) or tax has been paid in advance under Sections 18 (A)
(3) of the Act and if so, the amount of income returned for each year and tax for each of the four
years mentioned above and the name of Income-tax Circle/Ward/District concerned where
such returns have been paid. Give reasons why the income tax is not assessed.
(d) Whether any attachment or certificate proceeding pending in respect of the arrears. (e) The name
and address of Branch(es), if any.

I declare that the above information is correct and complete to the best of my information and belief.



Signature of the Contactor


Registered No. Signature


Address



Date:
In my opinion, the assesses mentioned above has been doing everything possible to pay the tax
demanded promptly and regularly and to facilitate the completion of the pending proceedings.
This will remain valid for one year from the date of issue. Signature of the Income-tax officer


Circle Ward






ANNEXURE H


INCOME TAX CLEARANCE CERTIFICATE


1. Name of style (of the Company,
Firm, HUF or individual) in which
The tenderer is assessed or
Assessable to Income-tax and the
Addresses for the purpose of assessment


2. Name of address of all Companies,
Firms or Associates of persons
In which the applicant is substantially
Interested in his individual
Fiduciary capacity.
3. The Income-Tax Circle/Ward/District
In which the tenderer is assessed to
Income tax.


4. Reference number of the assessment
And assessment year



Signature




Address: Signature of the Firm


1.
Names and private residential 2.
Addresses of the partners 3.
Consulting the firm: 4.
5.


(Tenderer to strike out whichever is not applicable)










ANNEXURE I
PERFORMANCE BOND


(The date of this bond must not be prior to the date of the instrument in connection with which it to given)


Principal (Consultancy)





Surety (Bank)



Sum of bond (Express in words and figures)





Contract No. and date of Contract



KNOW ALL MEN BY THESE PRESENTS, THAT WE,
THE PRINCIPALS AND SURVEY


Above mentioned are held and firmly bound up to the Municipal Commissioner, VMSS, Vadodara, owner of
thework of Constructing Storm Water Drain From Harni Main Road towards Motnath Mahadev
For:


hereinafter called the employer in the amount stated for payment of which sum, well and truly to be
made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by
these presents subject to the provisions of which the aforesaid contact on demand and without demand on a claim
being made by the employer
THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the principals herein after called
contactor viz. have entered into a contract with the Employer numbered and dates as shown above and hereto
attached for the execution of work.
NOW THEREFORE, if the principal shall well and truly perform and fulfill all the under takings, covenants, terms,
conditions and agreements, of said contract during the original terms of the said contract and any
extensions thereof, they may be granted by the employer with or without notice to the surety and during the lift
of any guarantee required under the contract and shall also well and truly perform, and fulfill all the
undertakings, contact, terms, conditions and agreements of any and all duly authorized modifications of
said contract that may hereafter be made, notice of which modifications to the surety being hereby waived or shall
pay over, make good and reimburse to the employer all losses and damages which the employer may sustain by
reason of failure or default on the part of said principal so to do.





We . further agree that guarantee herein
contained shall remain in full force and affect during the period that would be taken for the validity .
. of the said contract and that it shall continue to be enforceable till all the dues of
the employer under or by virtue of the contract have been fully paid and its claims satisfied of discharged or till the
Employer certifies that the terms and conditions of the contract have been fully and properly carried out by the said
contractor and accordingly discharges the guarantee. Unless a demand or claim under this guarantee is made on us
in writing on or before the .
.. we shall be discharged from all liability under this guarantee thereafter.


IN WITNESS WHEREOF the above bounded parties have executed this instrument under their several on the date
indicated above the name and corporate seal of each corporate party being hereto affixed and these presents duly
signed by its undersigned representative, pursuant to authority of its governing body.


In the presence of witness Individual Principal
1. as to (Seal)
2. as to (Seal)
3. as to (Seal)
4. as to (Seal)


Affix


By Corporate


Seal


Attested Corporate Surety



Business Address


Affix


By Corporate


Seal




Title

For and on behalf of the employer




ANNEXURE-J
PAYMENT TERMS
Name of Work Constructing Storm Water Drain From Harni Main Road towards
Motnath Mahadev
For:



The contractor shall be paid in line with following Payment Terms
The advance shall be recovered from the Contractors first 5 running bills.
The amount shall be paid to the contractor subject to conditions of clause 67 of Terms and Conditions
of Contract.
95 % based on Contractors Rates: On completion of the stretch of work including construction
of kaans, pipe laying, jointing, catch-pits, chambers, etc. The payment shall be made after completion of the
stretch.
05 % based on Contractors Rates: On completion of back filling, Inspection / testing of pipe lines and
on completion of road reinstatement (Pro rata stretch completed)





SECTION - C2 :: SAFETY PROVISIONS


1. Suitable scaffolds shall be provided for workmen for all that cannot safely be done from the ground, or
from solid construction except such short period work as can be done safely from ladders.
When a ladder is used, an extra mazdoor shall be engaged for holding the ladder and if the ladder is
used for carrying materials as well, suitable footholds and handholds shall be provided on the
ladder and the ladder shall be given an inclination not steeper than 1/4 to 1 (1/4 horizontal and 1
vertical).
2. Scaffolding or staging more than 3.25 meters above the ground or floor, swung or suspended from an
overhead support, or erected with stationery support, shall have a guard rail properly attached, bolted,
braced, and otherwise secured at least 1 meter high above the floor or platform of such scaffolding or
staging and extending along the entire length of the outside and ends thereof with only such openings
as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as
to prevent it from swaying form the building or structure.
3. Working platforms, gangways, and stairways shall be so constructed that they do not sag
unduly or unequally, and if height of a platform or gangway or stairway is more than 3.25 meters
above ground level or floor level, it shall be closely boarded, have adequate width and be suitably
fenced as described in 2 above.
4. Every opening in floor of a building or in a working platform shall be provided with suitable means to
prevent fall of persons or materials by providing suitable fencing or railing with a minimum height of 1
meter.
5. Safe means of access shall be provided to all working platforms and other working places. Every
ladder shall be securely fixed. No portable single ladder shall be over 3 meters in length. Width
between side rails in a rung ladder shall in no case be less than 30 cm for ladder up to and
including 3 meters in length. For longer ladders, this width shall be increased by at least 6 mm for
each additional 30 cm of length. Uniform step spacing shall not exceed 30 cm.
6. Adequate precautions shall be taken to prevent danger from electrical equipment. No material on any
of the sites shall be so stacked or placed as to cause danger or inconvenience to any person or the
public. The Contractor shall provide all necessary fencing and lights to protect public from accidents
and shall be bound to bear expenses of defence of every suit, action or other proceedings at law that
may brought by any person for injury sustained owing to neglect of the above precautions and to pay
all damages and costs which may be awarded in any suit, action or proceedings to any such person or
which may with the consent of the VMSS be paid to compromise any claim by any such person.
7. Excavation and Trenching: All trenches, 1.5 meters or more in depth, shall at all time be supplied with
at least one ladder for each 30 meters in length or fraction thereof. Ladder shall be extended from
bottom of trench to at least 1 meter above surface of the ground. Sides of a trench, which is 1.5
meters, or more in depth shall be stepped back to give suitable slope, or securely held by timber
bracing, so as to avoid the danger of sides collapsing. Excavated material shall not be placed
within 1.5 meters of edge of trench or half of depth of trench, whichever is more. Cutting shall be
done from top to bottom. Under no circumstance shall undermining or undercutting be done.
8. Demolition: Before any demolition work is connected and also during the process of the work:

a) All roads and open areas 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 operator, shall remain electrically charged.

c) All practical steps shall be taken to prevent danger to persons employed, from risk or fire or
explosion, or flooding. No floor, roof, or other part of a building shall be so over-loaded with debris or
materials as to render it unsafe.




9. All necessary personal safety equipment as considered adequate by the Engineer shall be available for
use of persons employed on the site and maintained in a condition suitable for immediate use, and the
Contractor shall take adequate steps to ensure proper use of equipment by those concerned.

a) Workers employed on mixing asphalt materials, cement and lime mortars/concrete shall be provided
with protective footwear, hand gloves and goggles.
b) Those engaged in handling any material, which is injurious to eyes, shall be provided with protective
goggles.

c) Those engaged in welding works should be provided with welders protective eye-shields.

d) Stonebreakers shall be provided with protective goggles and protective clothing and seated at
sufficiently sage intervals.

e) When workers are employed in sewers and manholes, which are in use, the Contractor shall ensure that
manhole covers are opened and manholes are ventilated at least for an hour before workers are allowed
to get into them. Manholes so opened shall be cordoned off with suitable railing and
provided with warning signals or boards to prevent accident to public.

f) The Contractor shall not employ men below the age of 18 and women on the work of painting with
products containing lead in any form. Whenever men above the ages of 18 are employed on
the work of lead painting, the following precautions shall be taken:
i. No paint containing lead or lead products shall be used except in the form of paste or ready-
made paint.
ii. Suitable face masks shall be supplied for use by workers when paint is applied in the form of spray or
a surface having lead paint dry rubber and scraped.
iii. The Contractor shall supply the workers with Overalls and adequate facilities shall be provided to
nable working painters to wash during and on cessation of work.
10. When work is done near any place where there is a risk of drowning, all necessary equipment shall be
provided and kept ready for use and all necessary steps taken for prompt rescue of any person in
danger and adequate provision made for prompt first aid treatment of all injuries likely to be sustained
during the course of the work.
11. Use of hoisting machines and tackle including their attachments, anchoring age, and supports
shall conform to the following:
a) These shall be of good mechanical construction, sound material and adequate strength and free from
patent defects and shall be kept in good repaid and in good working order.
b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable
quality and adequate strength, and free from patent defects.
c) Every crane driver or hoisting appliance operator shall be properly qualified and no person under the
age of 21 years shall be in charge of any hoisting machine including any scaffold winch or
give signals to operator.
d) In case of every hoisting machine and of every chain ring hook, shackle, swivel and pulley block used
in hoisting or lowering or as means of suspension, safe working load shall be ascertained by adequate
means. Every hoisting machine and all gear referred to above shall be plainly marked with safe
working load. In case of a hoisting machine having a variable safe working load, each sage
working load and 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 safe working load
except for the purpose of testing.
e) In case of departmental machine, safe working load shall be notified by the Engineer. As regards
Contractors machine, the Contractor shall notify safe working load of each machine to the Engineer
whenever he brings it to site of work and get it verified by the Engineer.



12. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances shall be
provided with efficient safeguards, hoisting appliances shall be provided with such means as will
reduce to the minimum risk of accidental descent of load adequate precautions shall be taken to reduce
to the minimum risk of any part of a suspended load becoming accidentally displaced. When
workers are employed on electrical installations, which are already energized, insulating mats,
wearing apparel such as gloves, sleeves and boots, as may be necessary, shall be provided. Workers
shall not wear any rings, watches and carry keys or other materials, which are good conductors of
electricity.
13. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in a
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.
14. These safety provisions shall be brought to the notice of all concerned by display on a notice board at a
prominent place at the work spot. Persons responsible for ensuring compliance with the
Safety Provisions shall be named therein by the Contractor.
15. To ensure effective enforcement of the rules and regulations relating to safety precautions,
arrangements made by the Contractor shall be open to inspection by the Engineer or his
representative and the Inspecting Officers.
16. Notwithstanding the above provisions 1 to 15, the Contractor is not exempted from the operation of
any other Act or Rule in force.




Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date




SECTION : C3 :: DESIGN DETAIL


The preliminary details of the Constructing Storm Water Drain From Harni Main Road
towards Motnath Mahadev
For:


proposed in the tender are presented herewith. VMSS reserves the right to change, omit or add any
pipe network/stretch of any size. The rates for the added / changed / altered network shall be same as that
as per this tender and contract


Design Drawings for :: Constructing Storm Water Drain From Harni Main Road towards
Motnath Mahadev
For:









Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date







SECTION D SPECIFICATION


SECTION-D1: EARTHWORK IN, EXCAVATION AND BACKFILLING
1.0 SCOPE
This specification covers the general requirements of earthwork in excavation in different materials, site
grading, filling in areas as shown in drawing, filling back in trenches, around foundations and in plinths,
conveyance and disposal of surplus spoils or stacking them properly as shown on the drawings
and as directed by engineer and all operations covered within the intent and purpose of this specification.
2.0 APPLICABLE CODES
The following Indian Standard Codes, unless otherwise specified herein, shall be applicable. In all cases,
the latest revision of the codes shall be referred to.


a. IS - 783 -Code of practice for laying of concrete pipes.
b. IS 1200 (Part 1 & Part 27)-Method of Measurement of Building Works
c. IS - 3764-Safety code for excavation work.
d. IS-3385 -Code of practice for measurement of Civil Engineering works.
e. IS - 2720- Part 2 Determination of Moisture Content.
Part 7 Determination of Moisture content-Dry density relation using Light Compaction.
Part 8 Determination of Moisture Content -Dry density relations using Heavy Compaction.
Part 28 Determination of Dry Density of Soils, in-place, by the Sand Replacement Method. Part
29 Determination of Dry Density of Soils, in-place, by the Core Cutter Method.
3.0 DRAWINGS
Engineer will issue further drawings wherever, in his opinion such drawings are required to show
areas to be excavated/filled, sequence of priorities etc. Contractor shall follow strictly such drawings.
4.0 GENERAL
4.1 Contractor shall furnish all tools, plants, instruments, qualified supervisory personnel,
labour, materials, any temporary works, consumable, any and everything necessary, whether or not
such items are specifically stated herein for completion of the job in accordance with specification
requirements.
4.2 Contractor shall carry out the survey of the site before excavation and set properly all
lines and establish levels for various works such as earthwork in excavation for grading,
basement, foundations, plinth filling, roads, drains, cable trenches, pipelines etc. Such survey
shall be carried out by taking accurate cross sections of the area perpendicular to established
reference/grid lines at 8 m intervals or nearer as determined by Engineer based on ground profile.
These shall be checked by Engineer and thereafter properly recorded.
4.3 The excavation shall be done to correct lines and levels. This shall also include, where
required, proper shoring to maintain excavation and also the furnishing, erecting and maintaining
of substantial barricades around excavated areas and warning lamps at night for ensuring safety.
4.4 The rates quoted shall also include for dumping of excavated materials in regular heaps, bunds,
riprap with regular slopes as directed by Engineer, within the lead specified and levelling the same
so as to provide natural drainage. Rock/soil excavated shall be stacked properly as directed by
Engineer. As a rule, all softer material shall be laid along the centre of heaps, the harder
and more weather resisting materials forming the casing on the sides and the top. Rock shall be
stacked separately.








5.0 CLEARING
The area to be excavated filled shall be cleared of fences, trees, plants, logs, stumps, bush, vegetation, rubbish,
slush, etc. and other objectionable matter. If any roots or stumps of trees are met during excavation, they
shall also be removed. The material so removed shall be burnt or disposal off as directed by Engineer.
Where earth fill is intended, the area shall be stripped of all loose/soft patches, topsoil containing objectionable
matter/materials before fill commences.
6.0 PRECIOUS OBJECTS, RELICS, OBJECTS OF ANTIQUITY, ETC
All gold, silver, oil, minerals, archaeological and other findings of importance, trees cut or other materials
of any description and all precious stones, coins, treasures, relics, antiquities and other similar things which
may be found in or upon the site shall be the property of Owner and Contractor shall duly preserve the same to the
satisfaction of Owner and from time to time deliver the same to such person or persons as Owner may from time to
time authorize or appoint to receive the same.
7.0 CLASSIFICATION
All materials to be excavated shall be classified by Engineer, into one of the following classes and shall be paid
for at the rates tendered for that particular class of material. No distinction shall be made whether the material is
dry, moist or wet. The decision of Engineer regarding the classification of the material shall be final and binding
on Contractor and not be a subject matter of any appeal or arbitration.
Any earthwork will be classified under any of the following categories:
a) Ordinary & Hard Soils
These shall include all kinds of soils containing kankar, sand, silt, murrum and/or shingle, gravel,
clay, loam, peat, ash, shale, etc., which can generally be excavated by spade, pick axes and
shovel, and which is not classified under soft and decomposed rock and hard rock defined
below. This shall also include embedded rock boulders not longer than 1 meter in any direction
and not more than 200 mm in any one of the other two directions.
b) Soft and Decomposed Rock
This shall include rock, boulders, slag, chalk, slate, hard mica schist, laterite and all other materials
which in the opinion of Engineer is rock, but does not need blasting and could be removed with
picks, hammer, crew bars, wedges, and pneumatic breaking equipment. The mere fact that
Contractor resorts to blasting for reasons of his own shall not qualify for classification under `hard
rock. This shall also include excavation in macadam and tarred roads and pavements. This shall
also include rock boulders not longer than 1 meter in any direction and not more than 500
mm in any one of the other tow directions. Masonry to be dismantled will also be measured
under this item.
c) Hard Rock
This shall include all rock occurring in large continuous masses, which cannot be removed except
by blasting for loosening it. Hard varieties of rock with or without veins and secondary minerals,
which, in the opinion of Engineer require blasting, shall be considered as hard rock.
Boulders of rock occurring in such sizes and not classified under (a) and (b) above shall also be
classified as hard rock. Concrete work both reinforced and un-reinforced to be dismantled will be
measured under this item, unless a separate provision is made in the Schedule of Quantities.
8.0 EXCAVATION
8.1 All excavation work shall be carried out by mechanical equipment's unless, in the opinion of Engineer, the
work involved and time schedule permit manual work.
8.2 Excavation for permanent work shall be taken out to such widths, lengths, depths and profiles as
are shown on the drawings or such other lines and grades as may be specified by
Engineer. Rough excavation shall be carried out to a depth 150 mm above the final level.
The balance shall be excavated with special care. Soft pockets shall be removed even
below the final level and extra excavation filled up as directed by Engineer should be carried out
just prior to laying the mud-mat.
8.3 Contractor may, for facility of work or similar other reasons excavate, and also backfill
later, if so approved by Engineer, at his own cost, outside the lines shown on the drawings



or directed by Engineer. Should any excavation be taken below the specified elevations,
Contractor shall fill it up, with concrete of the same class as in the foundation resting
thereon, up to the required elevation. Contractor shall claim no extra on this account.
8.4 All excavation shall be done to the minimum dimensions as required for safety and working
facility. Prior approval of Engineer shall be obtained by Contractor in each individual cases, for
the methods he proposes to adopt for the excavation, including dimensions, side slopes, dewatering,
disposal, etc.
This approval, however, shall not in any way relieve contractor of his responsibility for any
consequent loss or damage. The excavation must be carried out in the most expeditious and
efficient manner. Side slopes shall be as step as will stand safely for the actual soil conditions
encountered. Every precaution shall be taken to prevent slips. If slips occur, the slipped material
shall be removed and the slope dressed to a modified stable slope. Removal of the slipped earth
will not be paid for if the slips are due to the negligence of contractor.
8.5 Excavation shall be carried out with such tools, tackles and equipment as described above.
Blasting or other methods may be resorted to in the case of hard rock; however not without the
specific permission of Engineer.
8.6 Engineer may also direct that in some extreme case, the rock may be excavated by heating and
sudden quenching for splitting the rock. Fire - wood shall be used for burning and payment shall
be made for such work as called for in the schedule of quantities.
9.0 STRIPPING LOOSE ROCK
All loose boulders, semi-detached rocks (along with earthy stuff which might move therewith) not directly
in the excavation but so close to the area to be excavated as to be liable, in the opinion of Engineer, to fill or
otherwise endanger the workmen, equipment, or the work, etc., shall be stripped off and removed away from the
area of the excavation. The method used shall be such as not to shatter or render unstable or unsafe the portion,
which was originally sound and safe.
Any material not requiring removal as contemplated in the work, but which, in the opinion of Engineer, is
likely to become loose or unstable later, shall also be promptly and satisfactorily removed as directed by Engineer.
The cost of such stripping will be paid for at the unit rates accepted for the class of materials in question.
10.0 FILL, BACK FILLING AND SITE GRADING
10.1 GENERAL
All fill materials will be subject to Engineers approval. If Engineer rejects any materials,
Contractor shall remove the same forthwith from the site at no extra cost to the Owner. Surplus fill
material shall be deposited/disposed off as directed by Engineer after the fill work is completed.
No earth fill shall commence until surface water discharges and streams have been properly
intercepted or otherwise dealt with as directed by Engineer.
10.2 MATERIAL
To the extent available, selected surplus spoils from excavated materials shall be used as backfill.
Fill materials shall be free from clods, salts, sulphates, and organic or other foreign material. All
clods of earth shall be broken into pieces not larger than 150-mm size mixed with properly
graded fine materials consisting of murrum or earth to fill up the voids and the mixture used for
filling.
10.3 If any selected fill material is required to be borrowed; Contractor shall make arrangements
for bringing such material form outside borrow pits. The material and source shall be
subject to prior approval of Engineer. The approved borrow pit area shall be cleared of all
bushes, roots of trees, plants, rubbish etc. top soil containing salts/ sulphates and other foreign
materials shall be removed. The materials so removed shall be burnt or disposal off as
directed by Engineer. Contractor shall make necessary access roads to borrow areas and
maintain the same, if such access road does not exist, at his cost.
10.4 FILLING IN PITS AND TRENCHES AROUND FOUNDATIONS OF STRUCTURES, WALLS
ETC.



As soon as the work in foundations has been accepted and measured, the spaces around
the foundations, structures, pits, trenches etc, shall be cleared of all debris, and filled with earth in
layers not exceeding 45 cm., each layer being watered, rammed and properly consolidated,
before the succeeding one is laid. Each layer shall be consolidated to the satisfaction of Engineer.
Earth shall be rammed with approved mechanical compaction machines. Usually no manual
compaction shall be allowed unless Engineer is satisfied than in some cases manual
compaction by tampers cannot be avoided. The final backfill surface shall be trimmed and
leveled to proper profile as directed by Engineer or indicated on the drawings.
10.5 PLINTH FILLING
10.5.1 Plinth filling shall be carried out with approved material as described above in layers not exceeding
45 cm, watered and compacted with mechanical compaction machines. Engineer may
however permit manual compaction by hand tampers in case he is satisfied that mechanical
compaction is not possible. When filling reaches the finished level, the surface shall be
flooded with water, unless otherwise directed, for at least 24 hours, allowed to dry and then the
surface again compacted as specified above to avoid settlements at a later stage. The finished
level of the filling shall be trimmed to the level/slope specified.
10.5.2 Where specified in the schedule of works, compaction of the plinth fill shall be carried out by
means of 12 tones rollers smooth wheeled, sheep-foot or wobbly wheeled rollers. A smaller
weight roller may be used only if permitted by Engineer. As rolling proceeds water
sprinkling shall be done to assist consolidation. Water shall not be sprinkled in case of sandy
fill.
The thickness of each unconsolidated fill layer can in this case be up to a maximum of
450 mm. Engineer will determine the thickness of the layers in which fill has to be consolidated
depending on
the fill materials and equipment used.
Rolling shall commence from the outer edge and progress towards the centre and continue
until compaction is to the satisfaction of Engineer, but in no case less than 10 passes of the roller
will be accepted for each layer.
The compacted surface shall be properly shaped, trimmed and consolidated to an even and uniform
gradient. All soft spots shall be excavated and filled and consolidated.
At some location/areas it may not be possible to use rollers because of space restrictions
etc. Contractor shall then be permitted to use pneumatic tampers, rammers, etc. and he shall ensure
proper compaction.
10.6 SAND FILLING IN PLINTH AND OTHER PLACES
At places backfilling shall be carried out with local sand if directed by Engineer. The sand used
shall be clean, medium grained and free from impurities. The filling-in-sand shall be kept
flooded with water for 24 hours to ensure maximum consolidation. Any temporary work required
to contain sand under flooded condition shall be to Contractors account. The surface of the
consolidated sand shall be dressed to required level or slope. Construction of floors or other
structures on sand fill shall not be started until Engineer has inspected and approved the fill.
10.7 FILLING IN TRENCHES
10.7.1 Filling in trenches for pipes and drains shall be commenced as soon as the joints of pipe and drains
have been tested and passed. The backfilling materials shall be properly consolidated by watering
and ramming, taking due care that no damage is caused to the pipes.
10.7.2 Where the trenches are excavated in soil, the filling from the bottom of the trench to the level of the
centerline of the pipe shall be done by hand compaction with selected approved earth in
layers, backfilling above the level of the centre line of the pipe shall be done with selected
earth by hand compaction or other approved means in layers.
10.7.3 In case of excavation of trenches in rock, the filling up to a level 30 cm. above the top of the pipe
shall be done with fine materials, such as earth, murrum etc. The filling up of the level of the
centerline of the pipe shall be done by hand compaction in layers. Whereas the filling above the



centreline of the pipe shall be done by hand compaction or approved means in layer not exceeding
45 cms. The filling from a level 30-cm above the top of the pipe to the trench shall be done by hand
or other approved mechanical methods with broken rock filling mixed with fine material as
available to fill up the voids.
10.7.4 Filling of the trenches shall be carried simultaneously on both sides of the pipe to avoid
unequal pressure on the pipe.
11.0 GENERAL SITE GRADING
11.1 Site grading shall be carried out as indicated in the drawings and as directed by Engineer.
Excavation shall be carried out as specified in the specification. Filling and compaction shall be
carried out as specified under Clause 10.0 and elsewhere unless otherwise indicated below.
11.2 If no compaction is called for, the fill may be deposited to the full height in one operation and
leveled.
If the fill has to be compacted, it shall be placed in layers not exceeding 450 mm and
leveled uniformly and compacted as indicated in Clause 10.0 before the next layer is deposited.
11.3 To ensure that the fill has been compacted as specified, field and laboratory tests shall be carried
out by Contractor at his cost.
11.4 Field compaction test shall be carried out at different stages of filling and also after the fill to the
entire height has been completed. This shall hold good for embankments as well.
11.5 Contractor shall protect the earth fill from being washed away by rain or damaged in any other
way.
Should any slip occur, Contractor should remove the affected material and make good the slip at
his cost.
11.6 The fill shall be carried out to such dimensions and levels as indicated on the drawings
after the stipulated compaction. The fill will be considered as incomplete if the desired
compaction has not been obtained.
11.7 If specifically permitted by Engineer, compaction can be obtained by allowing loaded
trucks conveying fill or other material to ply over the fill area. Even if such a method is permitted,
it will be for Contractor to demonstrate that the desired/ specified compaction has been obtained.
In order that the fill may be reasonably uniform throughout, the material should be
dumped in place in approximately uniform layers. Traffic over the fill shall then be so
routed to compact the area uniformly throughout.
11.8 If so specified, the rock as obtained from excavation may be used for filling and levelling to
indicate grades without further breaking. In such an event, filling shall be done in layers not
exceeding 50 cm approximately. After rock filling to the approximate level, indicated above has
been carried out the void in the rocks shall be filled with finer materials such as earth,
broken stone, etc. and the area flooded so that the finer materials fill up the voids. Care shall be
taken out. Over the layer so filled, as 100 mm thick mixed layer of broken material and earth shall
be laid and consolidation carried out by a 12-tone roller. No less than twelve passes of the roller
shall be accepted before subsequent similar operations are taken up.
12.0 FILL DENSITY
The compaction, only where so called for, in the schedule of quantities/items shall comply with the specified
(proctor modified proctor) density at moisture content differing not more than 4 percent from
the optimum moisture content. Contractor shall demonstrate adequately at his cost, by field and laboratory
tests that the specified density has been obtained.

13.0 LEAD
Lead for deposition/disposal of excavated material, shall be as specified in the respective item of work. For the
purpose of measurement of lead, the area to be excavated or filled or area on which excavated material is to be
deposited/disposed off shall be divided into suitable blocks and for each of the blocks, the distance between
centerlines shall be taken as the lead which shall be measured by the shortest straight line route on the plan and not
the actual route taken by Contractor. No extra compensation is admissible on the grounds that the lead including



that for borrowed material had to be transported over marshy or `katcha land/route. The disposal of surplus
material shall be done in the area specified by the Engineer in charge (within the VMSS limit).
14.0 MEASUREMENT AND PAYMENT
14.1 All excavation shall be measured net dimensions for purpose of payment shall be reckoned
on the horizontal area of the excavation at the base for foundations of the walls, columns, footing,
tanks, rafts or other foundations/structures to be built, multiplied by the mean depth from
the surface of the ground in accordance with the drawings. Excavation in side slope will not be
paid for. Contractor may make such allowance in his rates to provide for excavation in side slopes
keeping in mind the nature of the soil and safety of excavation. Reasonable working space,
beyond concrete dimensions and shuttering where considered necessary in the opinion of
Engineer will be allowed in excavation and considered for payment. However, if concreting is
proposed against the excavated sides, no such over-excavation will be permitted. In such cases
over-excavation shall be mad good by Contractor with concrete of the same class as in the
foundation at his cost.
14.2 Unless otherwise specified, the unit rates quoted for excavation in different types of materials shall
also account for a basic lead of 100 meters for disposal as specified or directed. Only leads beyond
the basic lead of 100 meters will be considered as extra lead and paid for at the rates
quoted in the schedules.
14.3 Backfilling as per specification the sides of foundations of columns, footings, structures, walls,
tanks, rafts, trenches etc. with excavated materials will not be paid for separately. It shall
be clearly understood that the rate quoted for excavation including backfilling shall include
stacking of excavated material as directed, excavation/packing of selected stacked material,
conveying it to the place of final backfill, compaction etc. as specified. As a rule material
to be backfilled shall be stacked temporarily within the basic lead of 100 meters unless otherwise
directed by the Engineer. If Engineer directs/permits a lead of over 100 meters for such material,
the conveyance of the material for the extra distance over the basic lead of 100 meters for
backfilling will be paid for.
14.4 Payment for fill inside trenches, plinth or similar filling with selected excavated material will be
made for only compaction as specified/directed. Cost of all other operations shall be deemed to
have been covered in the rate quoted for excavation. Payment for this work will be made based on
measurement of plinth/trench dimensions filled. The Plinth ground levels shall be surveyed
before hand for this purpose. If no compaction is specified/desired such filling will not be
separately paid for. In such an event the fill shall be finished/finished to the profile as directed at
no extra cost.
14.5 Backfilling, plinth filling etc. with borrowed earth will be paid for at rates quoted. The quoted rate
shall include all operations such as clearing, excavation, lead and transport, fill, compaction
etc. as specified. Actual quantity of consolidated filling or actual quantity or excavation in the
borrow pits (less such topsoil which has been excavation and not used for filling) whichever
is less shall be measured and paid for in cubic meters. The lead, lift etc. shall be as
indicated in the schedule of quantities.
14.6 Actual quantity of consolidated sand filling shall be measured and paid in cubic meters.
14.7 The excavation and working in wet condition including De-watering shall be paid based on
the approved tender rate with out any extra rate.













SECTION - D2: TIMBER SHORING

1.0 SCOPE

This specification covers the general requirements of timber shoring for excavation of trenches, pits, open
excavations etc. Shoring / Strutting item shall be operated by the contractor where excavation in slope as mentioned
in excavation clause is not possible due to space restriction or where the soil strata
is loose and needs protection and safety for working.

2.0 DESCRIPTION

2.1 Close timbering shall be done by completely covering the sides of the trenches and pits generally
with short, upright members called `polling boards. These shall be of minimum 25 cm x 4 cm
sections or as directed by Engineer. The board shall generally be placed in position
vertically side by side without any gap on each side of the excavation and shall be secured by
horizontal walling of strong wood at maximum 1.2 meters spacing, strutted with bellies or as
directed by Engineer. The length of the belie struts shall depend on the width of the trench or pit.
If the soil is very soft and loose, the boards shall be placed horizontally against each side of
the excavation and supported by vertical wailings, which in turn shall be suitably strutted.
The lowest boards supporting the sides shall be taken into the ground and no portion of the
vertcal side of the trench or pit shall remain exposed, so as to render the earth liable to slip out.
2.2 Timber shoring shall be `close or `open type, depending on the nature of soil and the depth of pit
or trench. The type of timbering shall be as approved by Engineer. It shall be the
responsibility of contactor to take all necessary steps to prevent the sides of excavations,
trenches, pits, etc., from collapsing.
2.3 Timber shoring may be required to keep the sides of excavations vertical to ensure safety of
adjoining structures or to limit the slope of excavations, or due to space restrictions or for other
reasons. Such shoring shall be carried out, except in an emergency, only under instructions from
Engineer.
2.4 The withdrawal of the timber shall be done very carefully to prevent the collapse of the pit or
trench. It shall be started at one end and proceeded with systematically to the other end. Concrete
or masonry shall not be damaged during the removal of the timber. No claim shall be entertained
for any timber, which cannot be withdrawn and is lost or buried.
2.5 In case of open timbering the entire surface of the side of trench or pit is not required to the
covered. The vertical boards of minimum 25 cm x 4 cm sections shall be spaced
sufficiently apart to leave unsupported strips of maximum 50 cm average width. The detailed
arrangement, sizes of the timber and the spacing shall be subject to the approval of Engineer. In
all other respects, specification for close timbering shall apply to open timbering.
2.6 In case of large pits and open excavations, where shoring is required for securing safety of
adjoining structures or for any other reasons and where the planking for sides of
excavations/pits cannot be strutted against, suitable inclined struts supported on the excavated bed
shall be provided. Load from such struts shall be suitably distributed on the bed to ensure no
yielding of the strut. If, however, Engineer directs any timbering to be left in, keeping in
mind the type of construction or any other factor, Contractor shall be paid for at the scheduled
item rate for such left - in timbering.
3.0 MEASUREMENT
The actual effective area of shored faces as approved by Engineer shall be measured in sq. m. The area of
planking embedded in the bed/sides of excavation will not be considered, nor the area supporting inclined
struts in case of large pits/open excavation. All planks, boards, waling, verticals, struts, props and all other
materials for shoring and subsequent safe dismantling and removal shall be included in the quoted unit rates.



SECTION - D3 : DEWATERING and DIVERTING of contents of kaans
1.0 SCOPE
This specification covers the general requirements of dewatering in general.
2.0 DESCRIPTION
2.1 All excavations shall be kept free of water; Grading in the vicinity of excavations shall be
controlled to prevent surface water running into excavated areas. Contractor shall remove by
pumping or other means approved by Engineer any water inclusive of rain water and subsoil
water accumulated in excavations and keep all excavating dewatered until the foundation work is
completed and backfilled Sumps made for dewatering must be kept clear of the
excavations/trenches required for further work. Method of pumps shall be approved by Engineer
but in any case, the pumping arrangement shall be such that there shall be no movement of subsoil
or blowing in due to differential head of water during pumping. Pumping arrangements shall be
adequate to ensure no delays in construction.
2.2 When there is a continuous inflow of water and quantum of water to be handled is considered in the
opinion of Engineer, as large, well point system - Single stage of multistage, shall be
adopted, Contractor shall submit to Engineer his scheme of well point system including the stages,
the spacing, number and diameter of well points, headers etc., and the number, capacity and
location of pumps of approval. Unless separately provided for in the Schedule of prices, the cost
of dewatering shall be including in the item rate for excavation.
3.0 MEASUREMENT
Unless separately provided for in the Schedule of quantities, dewatering is deemed to have been included
in the unit rates quoted for excavation. If separately provided for, the unit of measurement shall be as indicated in
the schedule of quantities.

SECTION-D4 :: RAIN WATER DRAINAGE
1.0 SCOPE
Grading in the vicinity of excavation shall be such as to exclude rain/surface water draining into excavated
areas. Excavation shall be kept clean of rain and such water as the contractor may be using
for his work by suitably pumping out the same at no extra cost to the Owner. The Engineer shall
approve the scheme for pumping and discharge of such water.

SECTION-D5 CONCRETE AND ALLIED WORKS

1.0 SCOPE

1.1 This specification covers the general requirements for concrete using on-site production
facilities including requirements in regard to the quality, handling, storage of ingredients,
proportioning, batching, mixing, transporting, placing, curing, protecting, repairing, finishing and
testing of concrete, Formwork; requirements in regard to the quality storage, bending and fixing of
reinforcement grouting as well as mode of measurement and payment for completed works.
1.2 These specifications are complementary and are to be read together for correct interpretation of the
provisions of this specification.
1.3 It shall be very clearly understood that the specifications given herein are brief and do not
cover minute details. However, all works shall have to be carried out in accordance with
the relevant standards and codes of practices or in their absence in accordance with the
best accepted current engineering practices or as directed by ENGINEER from the time to
time. The decision of ENGINEER as regards the specification to be adopted and their
interpretation and the mode of execution of work shall be final and binding on
CONTRACTOR and no claim whatsoever will be entertained on this account.
1.4 Irrespective of the tender conditions, the Contractor shall use only Ready Mixed Concrete (RMC)
for all the major concrete work.



2.0 APPLICABLE CODE AND SPECIFICATIONS
2.1 The following specifications, standards and codes including all official amendments/revisions
and other specifications and codes referred to therein, should be considered a part of this
specification. In all cases the latest issue/edition/revision shall apply. In case of discrepancy
between this specification and those referred to herein below or other specifications forming
a part of this bid document, this specification shall govern.
2.2 MATERIALS
1) IS: 269 - Specification for 33 grade ordinary Portland cement
2) IS: 455 - Specification for Portland slag cement
3) IS: 1489 (Part 1 &2) -Specification for Portland- Pozolana cement
4) IS: 8112 - Specification for 43-grade ordinary Portland cement.
5) IS: 12330 - Specification for Sulphate resisting Portland cement
6) IS: 383 - Specification for coarse and fine aggregates from natural sources for concrete
7) IS: 432 - Specification for mild steel and medium tensile steel bars and hard-drawn steel
wires for concrete reinforcement.
8) IS: 1786 - Specification for high strength deformed steel bars and wires for
concrete reinforcement.
9) IS: 1566 - Specification for hard-drawn steel wire fabric for concrete reinforcement
10) IS: 9103 - Specification for admixtures for concrete
11) IS: 2645 - Specification for integral cement water proofing compounds
12) IS: 4990 - Specification for plywood for concrete shuttering work.
13) IS: 12269 - Specifications for 53 grade Ordinary Portland Cement.
2.3 MATERIAL TESTING
1) IS : 4031(Parts 1 to 15) -Methods of physical tests for hydraulic cement
2) IS : 4032 -Method of chemical analysis of hydraulic cement
3) IS : 650 -Specification for standard sand for testing of cement.
4) IS : 2430 -Methods for sampling of aggregates for concrete.
5) IS : 2386 -Methods of test for aggregates for concrete (Parts 1 to 8)
6) IS : 3035 -Methods of sampling and test (physical and chemical) water used in industry
7) IS : 6925 -Methods of test for determination of water-soluble chlorides in concrete
admixtures.
2.4 MATERIALS STORAGE
1) IS: 4082 -Recommendations on stacking and storing of construction materials at site.
2.5 CONCRETE MIX DESIGN
1) IS: 10262-Recommended guidelines for concrete mix design
2) SP: 23 -Handbook on Concrete Mixes
2.6 CONCRETE TESTING
1. IS: 1199 - Method of sampling and analysis of concrete
2. IS: 516 - Method of test for strength of concrete
3. IS: 9013 - Method of making, curing and determining compressive strength of accelerated
cured concrete test specimens.
4. IS : 8142 - Method of test for determining setting time of concrete by penetration
resistance.
5. IS : 9284 - Method of test for abrasion resistance of concrete
6. IS : 2770 - Methods of testing bond in reinforced concrete.



2.7 EQUIPMENT
1. IS : 1791 -Specification for batch type concrete mixers.
2. IS : 2438 -Specification for roller pan mixer.
3. IS : 4925 -Specification for concrete batching and mixing plant.
4. IS : 5892 -Specification for concrete transit mixer and agitator
5. IS : 7242 -Specification for concrete spreaders
6. IS : 2505 -General Requirements for concrete vibrators : Immersion type.
7. IS : 2505 -General Requirements for screed board concrete vibrators
8. IS: 2514 -Specification for concrete vibrating tables.
9. IS : 3366 -Specification for form vibrators for concrete.
10. IS: 4656 - Specification for form vibrators for concrete.
11. IS : 11993- Code of practice for use of screed board concrete vibrators.
12. IS : 7251 - Specification for concrete finishers.
13. IS: 2722 - Specification for portable swing weigh batchers for concrete (single and
double bucket type).
14) IS: 2750 - Specification for steel scaffoldings
2.8 CODES OF PRACTICE
1) IS : 456 -Code of practice for plain and reinforced concrete
2) IS : 457 -Code of practice for general construction of plain and reinforced concrete for
dams and other massive structures.
3) IS : 3370-Code of practice for concrete structure for storage of liquids (Parts 1 to 4)
4) IS : 3935 -Code of practice for composite construction.
5) IS : 2204 -Code of practice for construction of reinforced concrete shell roof.
6) IS : 2210 -Criteria for the design of reinforced concrete shell structures and folded plates.
7) IS : 2502 -Code of practice for bending and fixing of bars for concrete reinforcement.
8) IS : 5525 -Recommendation for detailing of reinforcement in reinforced concrete works.
9) IS : 2751 -Code of practice for welding of mild steel plain and deformed bars used for
reinforced concrete construction.
10) IS: 9417 -Specification for welding cold worked bars for reinforced concrete construction.
11) IS : 3558-Code of practice for use of immersion vibrators for consolidating concrete.
12) IS : 3414 -Code of practice for use of design and installation of joints in buildings.
13) IS : 4326 -Code of practice for earthquake resistant construction of building.
14) IS : 4014 -Code of practice for steel tubular scaffolding (Part 1& 2)
15) IS : 2571 -Code of practice for laying in-situ cement concrete flooring.
16) IS : 7861 -Code of practice for extreme weather concreting.
Part - 1 Recommended practice for hot weather
Part - 2 Recommended practice for cold weather concreting
2.9 CONSTRUCTION SAFETY
1) IS : 3696 -Safety code for scaffolds and ladders (Parts 1 & 2)
2) IS : 7696 -Safety code for handling and storage of building materials
3) IS : 8989 -Safety code for erection of concrete framed structures.
2.10 MEASUREMENT
1) IS : 1200 -Method of measurement of building and engineering works.



3.0 GENERAL
3.1 ENGINEER shall have the right at all times to inspect all operations including the sources
of materials, procurement, layout and storage of materials, the concrete batching and mixing
equipment, and the quality control system. Such an inspection shall be arranged and
Engineers approval obtained, prior to starting of concrete work. This shall, however, not relieve
CONTRACTOR of any of his responsibilities. All materials, which do not conform to this
specification, shall be rejected.
3.2 Materials should be selected so that they can satisfy the design requirements of strength,
serviceability, safety, durability and finish with due regards to the functional requirements
and the environmental conditions to which the structure will be subjected conditions to which the
structure will be subjected. Materials complying with codes/standards shall generally be used.
Other materials may be used after approval of the ENGINEER and after establishing their
performance suitability based on previous data, experience or test.
4.0 MATERIALS
4.1 CEMENT
4.1.1 Unless otherwise specified in specification or called for by ENGINEER/OWNER,
cement shall be Ordinary Portland Cement (OPC) conforming to IS: 269 (latest
edition). The approved makes of Cement shall be ACC / L&T Ultratech / Digvijay
/ JK Laxmi / Ambuja / Binani / Siddhi / Lotus / Saurashtra / Birla / Sanghi
4.1.2 Where OPC is used, it shall be ensured that consistency of quality is maintained,
there will be no adverse interactions between the materials and the finish specified is not
marred.
4.1.3 Only one type of cement shall be used in any one mix. The source of supply type or brand
for cement within the same structure or portion thereof shall not be changed without
approval from ENGINEER.
4.1.4 Cement, which is not used within 90 days from its date of manufacture, shall be tested at a
laboratory approved by ENGINEER and until the results of such tests are found
satisfactory, it shall not be used in any work.
4.2 AGGREGATES (GENERAL)
4.2.1 Aggregates shall consist of naturally occurring stones (crushed or uncrushed), gravel and
sand. They shall be chemically inert, strong, hard, clean, durable against weathering, of
limited porosity, free from dust/silt/organic impurities/deleterious materials and conform
to IS: 383. Aggregates such as slag, crushed over burnt bricks, bloated clay ash,
sintered fly ash and tiles shall not be used.
4.2.2 Aggregates for special purposes shall be as specified in specifications.
4.2.3 Aggregates shall be washed and screened before use where necessary or if directed by
the ENGINEER.
4.2.4 Aggregates containing reactive materials shall be used only after tests conclusively prove
that there will be no adverse affect on strength, durability and finish including long-term
effects, on the concrete.
4.2.5 The fineness modules of sand shall neither be less than 2.2 nor more than 3.2
4.2.6 The maximum size of coarse aggregate shall be as stated on the drawings but in no as
greater than 1/4 of the minimum thickness of the member.
4.2.7 Plums 160 mm and above of a reasonable size may be used where directed. Plums shall
not constitute more than 20% by volume of the concrete.
4.3 WATER

4.3.1 Water used for both mixing and curing shall conform to IS : 456. Potable water generally satisfactory.
Water containing any excess of acid, alkali, sugar or salt shall not be used.



4.4 REINFORCEMENT
4.4.1 The Reinforcement bars shall be TMT grade Fe415 conforming to BIS as shown or
specified on the drawing. The approved makes of the reinforcement shall be SAIL /
Visag / Tata / Wellspun / Electrotherm / Varsana TMT / Punjab/ Hytuff/Gujarat NRE.
4.4.2 All reinforcement shall be clean, free from pitting, oil, grease, paint, loose mill scales, rust,
dirty, dust, or any other substance that will destroy or reduce bond.
4.4.3 If permitted by ENGINEER, welding of reinforcement shall be done in accordance with IS
: 2751 or IS: 9417 as applicable.
4.5 ADMIXTURES
4.5.1 Accelerating, retarding, water reducing and air entraining admixtures shall conform to IS:
9103 and integral water proofing admixtures to IS:2645.
4.5.2 Admixtures may be used in concrete as per manufacturers instructions only with
the approval of ENGINEER based upon evidence that with the passage of time neither the
compressive strength nor its durability is reduced. Trial mixes shall verify an admixture's
suitability and effectiveness with the other materials used in the works. If two or more
admixtures are to be used simultaneously in the same concrete mix, their interaction
shall be checked and trial mixes done to ensure their compatibility. There
should also be on increase in risk of corrosion of the reinforcement or other
embedment.
4.5.3 Calcium chloride shall not be used for accelerating set of the cement for any
concrete containing reinforcement or embedded steel parts. When calcium chloride is
permitted such as in mass concrete works, it shall be dissolved in water and added to the
mixing water by an amount not exceeding 1.5 percent of the weight of the cement in each
batch of concrete. The designed concrete mix shall be corrected accordingly.
4.6 WASTAGE
Wastage allowance for cement and steel shall be as specified under Instruction to Bidders.
5.0 SAMPLES AND TESTS
5.1 All materials used for the works shall be tested before use.
5.2 Manufacturers test certificate shall be furnished for each batch of cement/steel and when directed
by ENGINEER. Samples shall also be got tested by the CONTRACTOR in a laboratory
approved by ENGINEER at no extra cost to OWNER. However, where material is
supplied by OWNER, all testing charges shall be borne by OWNER, but transportation of
material samples to the laboratory shall have to be done by CONTRACTOR at no extra cost.
5.3 Sampling and testing shall be as per IS : 2385 under the supervision of ENGINEER. The cost of
all tests, sampling etc. shall be borne by CONTRACTOR.
5.4 Water to be used shall be tested to comply with requirements of IS : 456.
5.5 CONTRACTOR shall furnish manufactures test certificates and technical literature for the
admixture proposed to be used. If directed the admixture shall be got tested at an approved
laboratory at no extra cost.
6.0 STORING OF MATERIALS
6.1 All materials shall be stored in a manner so as to prevent its deterioration and contamination, which
would preclude its use in the works. Requirements of IS:4082 shall be complied with.
6.2 CONTRACTOR will have to make his own arrangements for the storage of adequate
quantity of cement even if stored properly by OWNER. If such cement is not stored
properly and has deteriorated, the material shall be rejected. Cost of such rejected cement,
where OWNER supplies cement, shall be recovered at issue rate or open market rates which ever
is higher. Cement bags shall be stored in dry weatherproof shed with a raised floor, well away
form the outer walls and insulated from the floor to avoid moisture from ground. Not more than
15 bags shall be stacked in any tier. ENGINEER shall approve storage arrangement. Storage under
tarpaulin shall not be permitted. Each consignment of cement shall be stored separately and
consumed in its order of receipt.



6.3 Each size of coarse and fine aggregates shall be stacked separately and shall be protected from
leaves and contamination with foreign material. The stacks shall be on hard, clean, free
draining bases, draining away from the concrete mixing area.
6.4 CONTRACTOR shall make his own arrangements for storing water at site in tanks to
prevent contamination.
6.5 The reinforcement shall be stacked on top of timber sleepers to avoid contact with ground/water.
Each type and size shall be stacked separately.
7.0 CONCRETE
7.1 GENERAL
7.1.1 Concrete grade shall be as designated on drawings. In concrete grade M15, M20 etc. the
number represents the specified characteristic compressive strength of 150 mm cube at 28
days, expressed in N/sq.mm as per IS: 456. Concrete in the work shall be DESIGN MIX
CONCRETE or "NOMINAL MIX CONCRETE". All concrete works of grade M5,
M7.5 and M10 shall be NOMINAL MIX CONCRETE whereas all other grades,
M15 and above, shall be DESIGN MIX CONCRETE. The Contractor shall use only
approved Ready Mixed Concrete (RMC) for all the major concrete. Approved makes
being: Ultratech, Lafarge, JK lakshmi. Any other make (even his own RMC plant) if
proposed by the contractor shall be approved by the Engineer in charge beforehand.
7.2 DESIGN MIX CONCRETE
7.2.1 Mix Design & Testing
7.2.1.1 For Design Mix Concrete, the mix shall be designed according to IS: 10262 and SP: 23 to
provide the grade of concrete having the required workability and characteristic strength
not less than appropriate values given in IS:456. The design mix shall in addition be
such that it is cohesive and does not segregate and should result in dense and
durable concrete and also capable of giving the finish as specified. For liquid
retaining structures, the mix shall also result in watertight concrete. The
CONTRACTOR shall exercise great care while designing the concrete mix and executing
the works to achieve the desired result.
7.2.1.2 Unless otherwise specifically mentioned in specifications, the minimum cement
content for Design Mix Concrete shall be as per Appendix - A of IS : 456 or as given
below whichever is higher.


Grade of Concrete Minimum Cement Content in Kg/Cum. of Concrete
M15 260
M20 315
M25 365
The minimum cement content stipulated above should be adopted irrespective of
whether the CONTRACTOR achieves the desired strength with less quantity of cement.
The Contractors quoted rates for concrete shall provide for the above eventuality and
nothing extra shall become payable to the CONTRACTOR in this account. Even in the
case where the quantity of cement required is higher than that specified above to achieve
desired strength based on an approved mix design, nothing extra shall become payable to
the CONTRACTOR.
7.2.1.3 It shall be Contractors sole responsibility to carry out the mix design at his own cost. He
shall furnish to ENGINEER at least 30 days before concreting operations, a statement of
proportions proposed to be used for the various concrete mixes and the strength results
obtained. The strength requirements of the concrete mixes ascertained on 150 mm cubes
as per IS: 516 shall comply with the requirements of IS: 456.





Minimum Compressive Strength
Grade of N/sq.mm at 7 days N/sq.mm at 28
M15 10.0 15.0
M20 13.5 20.0
M25 17.0 25.0
M30 20.0 30.0
M35 23.5 35.0
M40 27.0 40.0

7.2.1.4 A range of slumps, which shall generally be used for various types of construction unless
otherwise instructed by the ENGINEER, is given below:
Slump in Millimeters
Structure Maximum Minimum
Reinforced foundation walls and footing 75 25
Plain footings, caissons and substructure walls 75 25
T.G. and massive compressor foundations 50 25
Slabs, Beams and reinforced walls 100 25
Pumps, & Miscellaneous 75 25
Building columns 100 25
Pavements 50 25
Heavy mass construction 50 25

7.2.2 Batching & mixing of Concrete
7.2.2.1 Proportions of aggregates and cement, as decided by the concrete mix design, shall be by
weight. These proportions shall be maintained during subsequent concrete batching by means
of weigh batchers capable of controlling the weights within one percent of the desired value.
7.2.2.2 Amount of water added shall be such as to produce dense concrete of required consistency,
specified strength and satisfactory workability and shall be so adjusted to account for moisture
content in the aggregates. Water - cement ratio specified for use by ENGINEER shall be
maintained. Each time the work stops, the mixer shall be cleaned out, and while recommencing;
the first batch shall have 10% additional cement to allow for sticking in the drum.
7.2.2.3 Arrangement should be made by CONTRACTOR to have the cubes tested in an approved
laboratory or in field at his own expense, with prior consent of ENGINEER. Sampling and testing
of strength and workability of concrete shall be as per IS : 1199, IS:516 and IS : 456.

7.3 NOMINAL MIX CONCRETE
7.3.1 Mix Design & Testing
7.3.1.1 Mix design and preliminary tests are not necessary for Nominal Mix Concrete. However works
tests shall be carried out as per IS : 456. Proportions for Nominal Mix Concrete and w/c
ratio may be adopted as per Table 3 of IS: 456. However it will be Contractors sole
responsibility to adopt appropriate nominal mix proportions to yield the specified strength.
7.3.2 Batching & mixing of Concrete
7.3.2.1 Based on the adopted nominal mixes, aggregates shall be measured by volume. However cement
shall be by weight only.
8.0 FORMWORK
8.1 FORMWORK shall be all inclusive and shall consist of but not limited to shores, bracing, sides of
footings, walls, beams and columns, bottom of slabs etc. including ties, anchors, hangers,
inserts, false-work, wedges etc.
8.2 The design and engineering of the framework as well as its construction shall be the responsibility
of CONTRACTOR. However, if so desired by ENGINEER the drawings and calculations for the



design of the Formwork shall be submitted to ENGINEER for approval.
8.3 FORMWORK shall be designed to fulfill the following requirements:
a) Sufficiently rigid and tight to prevent loss of grout or mortar from the concrete at all stages
and appropriate to the methods of placing and compacting.
b) Made of suitable materials
c) Capable of providing concrete of the correct shape and surface finishes within the
specified tolerance limits.
d) Capable of withstanding without deflection the worst combination of self-weight,
reinforcement and concrete weight, all loads and dynamic effects arising from
construction and compacting activities, wind and weather forces.
e) Capable of easily striking without shock, disturbance or damage to the concrete.
f) Soffit forms capable of imparting a camber if required.
g) Soffit forms and supports capable of being left in position if required.
h) Capable of being cleaned and /or coated if necessary immediately prior to casting the
concrete, design temporary opening where necessary for these purposes and to facilitate the
preparation of construction joints.
8.4 The framework may be of timber, plywood, steel, plastic or concrete depending upon the type of
finish specified. Sliding forms and slip form may be used with the approval of
ENGINEER. Timber for FORMWORK shall be well seasoned, free from sap, shakes, and loose
knots, wormholes, warps and other surface defects. Joints between FORMWORK and
structures shall be sufficiently tight to prevent loss of slurry form concrete, using seals if
necessary.
8.5 The faces of FORMWORK coming in contact with concrete shall be cleaned and two
coats of approved mould oil applied before fixing reinforcement. All rubbish, particularly
chipping, shavings, sawdust, wire pieces dust etc. shall be removed from the interior of the forms
before the concrete is placed. Where directed, cleaning of forms shall be done by blasting with a
jet of compressed air at no extra cost.
8.6 Forms intended for reuse shall be treated with care. Forms that have deteriorated shall not be used.
Before reuse, all forms shall be thoroughly scraped, cleaned, nails removed, holes suitably plugged,
joints repaired and warped lumber replaced to the satisfaction of ENGINEER. CONTRACTOR
shall equip himself with enough shuttering to allow for wastage so as to complete the job in time.
8.7 Permanent FORMWORK shall be checked for its durability and compatibility with adjoining
concrete before it is used in the structure. It shall be properly anchored to the concrete.
8.8 Wire ties passing through beams, columns and walls shall not be allowed. In their place bolts
passing through sleeves shall be used. FORMWORK spacers left in situ shall not impair
the desired appearance or durability of the structure by causing spalling, rust staining or allowing
the passage of moisture.
8.9 For liquid retaining structures sleeves shall not be provided for through bolts nor shall through bolts
be removed if provided. The bolts, in the latter case, shall be cut at 25-mm depth from the surface
and the hole made good by cement mortar of the same proportion as the concrete just after striking
the FORMWORK.
8.10 Where specified or shown on drawings all corners and angles exposed in the finished structure shall
have chambers or fillets of 20 mm x 20 mm size.
8.11 Forms for substructure may be omitted when, in the opinion of ENGINEER, the open excavation
is firm enough (in hard non-porous soils) to act as a form such excavations shall be slightly larger,
as directed by ENGINEER, than that required as per drawing to compensate for
irregularities in excavation.
8.12 CONTRACTOR shall provide adequate propose carried down to a firm bearing without
overloading any of the structures.
8.13 The shuttering for beams and slabs shall be so erected that the side shuttering of beams



can be removed without disturbing the bottom shuttering. If the shuttering for a column is erected
for the full height of the column, one side shall be built up in sections as placing of concrete
proceeds or windows left for placing concrete form the side to limit the drop of placing concrete
from the side to limit the drop of concrete to 1.0 m or as directed by ENGINEER.
CONTRACTOR shall temporarily and securely fix items to be cast in (embedment/inserts) in
manner that will not hinder the striking of forms or permit loss of grout.
8.14 FORMWORK showing excessive distortion during any stage of construction shall be repositioned
and strengthened. Placed concrete affected by faulty FORMWORK, shall be entirely
removed and FORMWORK corrected prior to placement of new concrete at contractors cost.
8.15 The striking time for FORMWORK shall be determined based on the following requirements:
a) Development of adequate concrete strength
b) Permissible deflection at time of striking formwork
c) Curing procedure employed - its efficiency and effectiveness
d) Subsequent surface treatment to be done
e) Prevention of thermal cracking at re-entrant angles
f) Ambient temperature, and
g) Aggressive of the environment (unless immediate adequate steps are taken to prevent
damage to the concrete)
8.16 Under normal circumstance (generally where temperature are above 20 Deg. C) forms may be
struck after expiry of the time period given in IS: 456 unless directed otherwise by ENGINEER.
For Portland Pozolona cement stripping time shall be suitably modified as directed by the
ENGINEER. It is the contractors responsibility to ensure that forms are not struck until the
concrete has developed sufficient strength to support itself, does not undergo excessive
deformation and resist surface damage and any stressed arising during the construction period.
9.0 REINFORCEMENT WORKMANSHIP
9.1 Reinforcing bars supplied, bent or in coils, shall be straightened cold without damage at no extra
cost. No bending shall be done when ambient temperature is below 5 Deg. C. Local
warming may be permitted if steel is kept below 100 Deg. C.
9.2 All bars shall be accurately bent gradually and according to the sizes and shapes shown
on the drawings/schedules or a directed by ENGINEER.
9.3 Re-bending or straightening incorrectly bent bars shall not be done without approval of
ENGINEER
9.4 Reinforcement shall be accurately fixed and maintained firmly in the correct position by the use
of blocks, spacers, chairs, binding wire etc. to prevent displacement during placing and compaction
of concrete. The tied in-place reinforcement shall be approved by ENGINEER prior to
concrete placement. Spacers shall be of such materials and design as will be durable, not lead to
corrosion of the reinforcement and not cause spalling of the concrete cover.
9.5 Binding wire shall be 16-gauge soft annealed wire. Ends of the binding wire shall be bent away from
the concrete surface and in n case encroach into the concrete cover.
9.6 Substitution of reinforcement, laps/splices not shown on drawing shall be subject to
Engineer's approval.
10.0 TOLERANCES
10.1 Tolerance for formed and concrete dimensions shall be as per IS:456 unless specified otherwise.
10.2 Tolerance specified for horizontal or vertical building lines or footing shall not be constructed to
permit encroachment beyond the legal boundaries.
11.0 PREPARATION PRIOR TO CONCRETE PLACEMENT
11.1 Before concrete is actually placed in position, the inside of the FORMWORK shall be cleaned
and mould oil applied, inserts and reinforcement shall be correctly positioned and securely held,
necessary openings, pockets etc. provided.




11.2 All arrangements - FORMWORK, equipment and proposed procedure, shall be
approved by ENGINEER. CONTRACTOR shall maintain separate Pour Card for each
pour as per the format enclosed.
12.0 TRANSPORTING, PLACING AND COMPACTING CONCRETE
12.1 Concrete shall be transported from the mixing plant to the FORMWORK with minimum time lapse
by methods that shall maintain the required workability and will prevent segregation, loss of
any ingredients or ingress of foreign matter or water.
12.2 In all cases concrete shall be deposited as nearly as practicable directly in its final position. To
avoid segregation concrete shall not be re-handled or caused to flow. For locations where direct
placement is not possible and in narrow forms CONTRACTOR shall provide suitable drops
and Elephant Trunks. Concrete shall not be dropped from a height of more than 1.0 m as
stipulated in clause 8.13.
12.3 Concrete shall not be placed in flowing water. Under water, concrete shall be placed in position
by tremies or pipeline from the mixer and shall never be allowed to fall freely through the water.
12.4 While placing concrete the CONTRACTOR shall proceed as specified below and also
ensure the following:
a) Continuously between construction joints and predetermined abutments.
b) Without disturbance to forms or reinforcement.
c) Without disturbance to pipes, ducts, fixings and the like to be cast in ensure that
such items are securely fixed. Ensure that concrete cannot enter open ends of pipes and
conduits etc.
d) Without dropping in a manner that could cause segregation or shock.
e) In deep pours only when the concrete and FORMWORK designed for this purpose
and by suing suitable chutes or pipes.
f) Do not place if the workability is such that full compaction cannot be achieved.
g) Without disturbing the unsupported sides of excavations prevent contamination of concrete
with earth. Provide sheeting if necessary. In supported excavations, withdraw the
linings progressively as concrete is placed.
h) If placed directly onto hardcore or any other porous materials, dampen the surface to
reduce loss of water from the concrete.
i) Ensure that there is no damage or displacement to sheet membranes.
j) Record the time and location of placing structural concrete.

12.5 Concrete shall normally be compacted in its final position within thirty minutes of leaving the
mixer. Concrete shall be compacted during placing with approved vibrating equipment
without causing segregation until it forms a solid mass free from voids thoroughly worked around
reinforcement and embedded fixtures and into all corners of the FORMWORK. Immersion
vibrators shall be inserted vertically at points not more than 450 mm apart and withdrawn slowly
till air bubbles cease to come to the surface, leaving no voids. When placing concrete in layers
advancing horizontally, care shall be taken to ensure adequate vibration, blending and melding of
the concrete between successive layers. Vibrators shall not be allowed to come in contact
with reinforcement, FORMWORK and finished surfaces after start of initial set. Over-vibration
shall be avoided.
12.6 Concrete may be conveyed and placed by mechanically operated equipment after getting the
complete procedure approved by ENGINEER. The slump shall be held to the minimum
necessary for conveying concrete by this method. When concrete is to be pumped the
concrete mix shall be specially designed to suit pumping. Care shall be taken to avoid stoppages
in work once pumping has started.
12.7 Except when placing with slip forms, each placement of concrete in multiple lift, work



shall be allowed to set for at least 24 hours after the final set of concrete shall stop when concrete
reaches the top of the opening in walls or bottom surface of slab, in slab and beam construction,
and it shall be resumed before concrete takes initial set but not until it has had time to
settle as determined by ENGINEER. Concrete shall be protected against damage until final
acceptance.
13.0 MASS CONCRETE WORKS
13.1 Sequence of pouring for mass concrete works shall be as approved by ENGINEER.
CONTRACTOR shall exercise great care to prevent shrinkage cracks and shall monitor the
temperature of the placed concrete if directed.
14.0 CURING
14.1 Curing and protection shall start immediately after the compaction of the concrete to protect it
form:
a) Premature drying out, particularly by solar radiation and wind.
b) Leaching out by rain and flowing water
c) Rapid cooling during the first few days after placing
d) High internal thermal gradients
e) Low temperature or frost
f) Vibration and impact, which may disrupt the concrete and interfere with its bond
to the reinforcement.
14.2 All concrete, unless directed otherwise by ENGINEER, shall be cured by use of continuous sprays
or ponded water or continuously saturated coverings of sacking, canvas, session or other
absorbent material for the period of complete hydration with a minimum of 7 days. The quality of
curing water shall be the same as that used for mixing.
14.3 Where a curing membrane is directed to be used by the ENGINEER, the same shall be of a non-
wax base and shall not impair the concrete finish in any manner. The curing compound to be used
shall be got approved form the ENGINEER before use and shall be applied with spraying
equipment capable of a smooth, even textured coat.
14.4 Curing may also be done by covering the surface with an impermeable material such as
polyethylene, which shall be well sealed and fastened.
15.0 CONSTRUCTION JOINTS AND KEYS
15.1 Construction joints will be as shown on the drawing or as approved by ENGINEER. Concrete
shall be placed without interruption until completion of work between construction joints.
If stopping of concreting becomes unavoidable anywhere, a properly formed construction joint
shall be made with the approval of ENGINEER.
15.2 Dowels for concrete work, not likely to be taken up in the near future, shall be coated with cement
slurry and encased in lean concrete as indicated on the drawings or as directed by ENGINEER.

15.3 Before resuming concreting on a surface which has hardened all laitance and loose stone
shall be thoroughly removed by wire brushing/hacking and surface washed with high pressure
water jet and treated with thin layer of cement slurry for vertical points and a 15 mm thick layer of
cement sand mortar for horizontal layers, the ratio of cement and sand being the same as in the
concrete mix.
15.4 When concreting is to be resumed on a surface, which has not fully hardened, all laitance
shall be removed by wire brushing, the surface wetted, free water removed and a coat of cement
slurry applied. On this a layer of concrete not exceeding 150-mm thickness shall be placed and
well rammed against the old work. Thereafter work shall proceed in the he normal way.
16.0 FOUNDATION BEDDING

16.1 All earth surfaces upon which or against which concrete is to be placed, shall be well compacted
and free from standing water, mud or debris. Soft or spongy area shall be cleaned out an and



back filled with either soil- cement mixture, lean concrete or clean sand compacted as directed by
ENGINEER. The surfaces of absorptive soils shall be moistened.
16.2 Concrete shall not be deposited on large sloping rock surfaces. The rock shall be cut to form
rough steps or benches by picking, barring or wedging. The rock surface shall be kept wet for 2 to
4 hours before concreting.
17.0 FINISHES
17.1 GENERAL
17.1.1 The formwork for concrete works shall be such as to give the finish as specified.
The CONTRACTOR shall make good as directed any unavoidable defects consistent with
the type of concrete and finish specified, defects due to bad workmanship (e.g. damaged or
misaligned forms, defective or poorly compacted concrete) will not be accepted.
CONTRACTOR shall construct the FORMWORK using the correct materials and to meet the
requirements of the design and to produce finished concrete t required dimensions, plumbs, planes
and finishes.
17.2 Surface Finish Type F1
17.2.1 This type of finish shall be for a non-exposed concrete surface against which back fill or concrete is
to be placed. The main requirement is that of dense, well-compacted concrete. No treatment is
required except repair of defective areas, filling all form tie holes and cleaning up of loose or
adhering debris. For surface below grade, which will receive waterproofing treatment, the
concrete shall be free of surface irregularities, which would interfere with proper and
effective application of waterproofing material, specified for use.
17.3 Surface Finish Type F2
17.3.1 This type of finish shall be for all concrete work, which will be exposed to view upon completion
of the job. The appearance shall be that of a smooth dense, well - compacted concrete showing the
slight marks of well fitted shuttering joints. The CONTRACTOR shall make good any blemishes.
17.4 Surface Finish Type F3
17.4.1 This type of finish shall be for concrete work which will be exposed to view but to give an
appearance of smooth, dense, well - compacted concrete with no shutter marks, stain free
and with no discoloration, blemishes, arises, air-holes etc. Only lined or coated plywood
with very tight joints shall be used to achieve this finish. The panel size shall be uniform
and as large as practicable. CONTRACTOR shall make any minor blemishes that might occur
good.
17.5 INTEGRAL CEMENT FINISH ON CONCRETE FLOOR
17.5.1 In all cases where integral cement finish on a concrete floor has been specified, the top
layer of concrete shall be screened off to proper level and tamped with tamper having conical
projections so that the aggregate shall be forced below the surface. The surface shall be finished
with a wooden float and a trowel with pressure. The finish shall be continued till the concrete
reaches its initial set. No cement or cement mortar finish shall be provided on the surface. Where
specified, a floor hardener as approved by the ENGINEER shall be supplied and used as
recommended by the manufacturer.
18.0 REPAIR AND REPLACEMENT OF UNSATISFACTORY CONCRETE
18.1 Immediately after the shuttering is removed, all the defective areas such as honey-combed
surfaces, rough patches, holes left by form bolts etc. shall be brought to the notice of ENGINEER
who may permit patching of the defective areas or reject the concrete work.
18.2 All through holes for shuttering shall be filled for full depth and neatly plugged flush with surface.
18.3 Rejected concrete shall be removed and replaced by CONTRACTOR at no additional cost
to OWNER.
18.4 For patching of defective areas all loose materials shall be removed and the surface shall be
prepared as directed by the ENGINEER.
18.5 Bonding between hardened and fresh concrete shall be done either by placing cement mortar or
by applying epoxy. The decision of the ENGINEER as to the method of repairs to be adopted



shall be final and binding on the contractor and no extra claim shall be entertained on this
account. The surface shall be saturated with water for 24 hours before patching is done
with 1:5 cement sand mortar. The use of epoxy for bonding fresh concrete shall be carried out as
directed by ENGINEER.
19.0 VACUUM DEWATERING OF SLABS
19.1 Where specified floor slabs either on grade or suspended, shall be finished by
vacuum DEWATERING including all operations such as poker vibration, surface
vibration, vacuum processing, floating and trowelling as per equipment manufacturers
recommendation. The equipment to be used shall be subject to Engineer's approval.
20.0 HOT WEATHER REQUIREMENTS
Concreting during hot weather shall be carried out as per IS:7861 (Part I). Adequate provisions shall
be made to lower concrete temperatures, which shall not exceed 40 Deg. C at the time of placement of
fresh, concrete. Where directed by ENGINEER, CONTRACTOR shall spray non-wax based curing
compound on unformed concrete surfaces at no extra costs.
21.0 COLD WEATHER REQUIREMENTS
21.1 Concreting during cold weather shall be carried out as per IS:7861(Part II)
21.2 The ambient temperature during placement and up to final set shall not fall below 5 Deg. C.
Approved anti freeze/accelerating additives shall be used where directed.
21.3 For major and large scale concreting works the temperature of concrete at times of mixing and
placing, the thermal conductivity of the FORMWORK and its insulation and stripping period shall
be closely monitored.
22.0 LIQUID RETAINING STRUCTURES
22.1 The CONTRACTOR shall take special care for concrete for liquid retaining structures,
underground structures and those others specifically called for to guarantee the finish and water
tightness.
22.2 The minimum level of surface finish for liquid retaining structures shall be Type F2.All
such structures shall be hydro-tested.
22.3 The CONTRACTOR shall include in his price of hydro testing of structure, all
arrangements for testing such as temporary bulk heads, pressure gauges, pumps, pipe lines etc.
22.4 Any temporary arrangements that may have to be made to ensure stability of the structures shall
also be considered to have been taken into account while quoting the rates.
22.5 Any leakage that may occur during the hydro-test or subsequently during the defects liability
period or the period for which the structure is guaranteed shall be effectively stopped either by
cement/epoxy pressure grouting, grunting or such other methods as may be approved by the
ENGINEER. All such rectification shall be done by the CONTRACTOR to the entire satisfaction
of the OWNER / ENGINEER at no extra cost to the OWNER.
23.0 TESTING CONCRETE STRUCTURES FOR LEAKAGE
23.1 Hydrostatic test for water tightness shall be done at full storage level or soffit of cover slab as may be
directed by ENGINEER, as described below:


a) In case of structures whose external faces are exposed, such as elevated tanks, the
requirements of the test shall be deemed to be satisfied if the external faces show no sign
of leakage or sweating and remain completely dry during the period of observation of
seven days after allowing a seven day period for absorption after filling with water.
b) In the case of structures whose external faces are submerged and are not accessible for
inspection such as underground tanks, the structures shall be filled with water and after the
expiry of seven days after the filling, the level of the surface of the water shall be
recorded. The level of water shall be recorded again at subsequent intervals of 24 hrs
over a period of seven days. Backfilling shall be withheld till the tanks are tested.
The total drop in surface level over a period of seven days shall be taken as an indication



of the water-tightness of the structure. The ENGINEER shall decide on the actual
permissible nature of this drop in the surface level, taking into account whether the
structures are open or closed and the corresponding effect it has on evaporation
losses. Unless specified otherwise, a structure whose top is covered shall be deemed to
be water tight if the total drop in the surface level over a period of seven days does not
exceed 40 mm.
c) Each compartment/segment of the structure shall be tested individually and then all
together.
23.2 For structures such as pipes, tunnels etc. the hydrostatic test shall be carried out by filling with
water, after curing as specified, and subjecting to the specified test pressure for specified period.
If during this period the loss of water does not exceed the equivalent of the specified rate, the
structure shall be considered to have successfully passed the test.
24.0 OPTIONAL TESTS
24.1 If the ENGINEER feels that the materials i.e. cement, sand, coarse aggregates,
reinforcement and water are not in accordance with the specifications or if specified concrete
strengths are not obtained, he may order tests to be carried out on these materials in
laboratory, to be approved by the ENGINEER, as per relevant IS Codes. Owner shall pay only
for the testing of material supplied by the OWNER, otherwise CONTRACTOR shall have to pay
for the tests. Transporting of all materials to the laboratory shall however be done by the
CONTRACTOR at no extra cost to OWNER.
24.2 In the event of any work being suspected of faulty material or workmanship requiring its removal
or if the ENGINEER reserves the right to order the CONTRACTOR to take out cores and conduct
tests on them or do ultrasonic testing or load testing of structure, etc. All these tests shall be
carried out by CONTRACTOR at no extra cost to the OWNER. Alternately ENGINEER also
reserves the right to ask the CONTRACTOR to dismantle and re-do such unacceptable
work at the cost of CONTRACTOR.
24.3 If the structure is certified by the ENGINEER as having failed, the cost of the test and
subsequent dismantling reconstruction shall be borne by CONTRACTOR.
24.4 The quoted unit rates/prices of concrete shall be deemed to provide for all testes mentioned above.
25.0 GROUTING
Grout shall be provided as specified on the drawings. The proportion of Standard Grout shall be such as to
produce a flow able mixture consistent with minimum water content and shrinkage. Surfaces to be grouted
shall be thoroughly roughened and cleaned. All structural steel elements to be grouted shall be cleaned of oil,
grease, dirt etc. The use of hot, strong caustic solution for this purpose will be permitted. Prior to grouting,
the hardened concrete shall be saturated with water and just before grouting water in all pockets shall
be removed. Grouting once started shall be done quickly and continuously. Variation in grout mixes
and procedures shall be permitted if approved by ENGINEER. The grout proportions shall be limited as
follows:
Use Grout thickness Mix Proportions W/C
Ratio
a) Fluid mix Under 25 mm One part Portland Cement to one part
sand
0.44
b) General mix 25 mm and over but less than
50 mm
One part Portland cement to 2 parts
of sand
0.53
c) Stiff mix 50 mm and over

One part Portland cement to 3 parts
of sand
0.53

25.2 NON - SHRINK GROUT
25.2.1 Non-shrink grout where called for in the schedule of Quantities or specified on the drawings shall
be provided in strict accordance with the manufacturers instructions/specifications on the



drawings.

26.0 INSPECTION
26.1 All materials, workmanship and finished construction shall be subject to continuous
inspection and approval of ENGINEER. Materials rejected by ENGINEER shall be expressly
removed from site and shall be replaced be CONTRACTOR immediately at no extra cost to
OWNER.
27.0 CLEAN UP
27.1 Upon the completion of concrete work, all forms equipment, construction tools, protective
covering and any debris, scraps of wood, etc. resulting from and work shall be removed and the
premises left clean.
28.0 ACCEPTANCE CRITERIA
28.1 Any concrete work shall satisfy the requirements given below individually and collectively for it to
be acceptable.
a) Properties of constituent materials
b) Characteristic compressive strength
c) Specified mix proportions
d) Minimum cement content
e) Maximum free-water/cement ratio
f) Workability
g) Temperature of fresh concrete
h) Density of fully compacted concrete
i) Cover to embedded steel
j) Curing
k) Tolerances in dimensions
l) Tolerances in levels
m) Durability
n) Surface finishes
o) Special requirements such as:
i) Water tightness
ii) Resistance to aggressive chemicals
iii) Resistance to freezing and thawing
iv) Very high strength
v) Improved fire resistance vi) Wear resistance
vi) Resistance to early thermal cracking
28.2 The Engineers decision as to the acceptability or otherwise of any concrete work shall be final
and binding on the CONTRACTOR.
28.3 For work not accepted, the ENGINEER may review and decide whether remedial
measures are feasible so as to render the work acceptable. The ENGINEER shall in that case
direct the contractor to undertake and execute the remedial measures. The
CONTRACTOR shall expeditiously and effectively implement these. Nothing extra shall
become payable to the CONTRACTOR by the OWNER for executing the remedial measures.






29.0 MODE OF MEASUREMENT AND PAYMENT
29.1 The unit rate for concrete work under various categories shall be all-inclusive and no claims for
extra payment on account of such item sleaving holes, embedding inserts, etc. shall be entertained
unless separately provided for in the schedule of Quantities. No extra claim shall also be
entertained due to change in the number, position and /or dimensions of holes, slots or openings,
sleeves, inserts or on account of any increased lift, lead of scaffolding etc. All these factors
should be taken into consideration while quoting the unit rates. Unless provided for in the
schedule of quantities the rates shall also include fixing inserts in all concrete work, whenever
required.
29.2 Payment for concrete will be made on the basis of unit rates quoted for the respective items in
the Schedule of Quantities. No deduction in the concrete quantity will be made for reinforcements,
inserts etc, and opening less than 0.100 of a sq. m. in areas where concrete is measured in sq.m. and
0.010 cum. where concrete is measured in cubic meters. Where no such deduction for
concrete is made, payment for shuttering work provided for such holes, pockets etc, will not be
made. Similarly the unit rates for concrete work shall be inclusive or exclusive of shattering as
provided for in the schedule of Quantities.
29.3 Payment for beams will be made for the quantity based on the depth being reckoned from
the underside of the slabs and length measured as the clear distance between supports.
Payment for columns shall be made for the quantity based on height reckoned up to the underside
of slabs/beams.
29.4 The unit rate for pre-cast concrete members shall include FORMWORK moldings, finishing,
hoisting and setting in position including setting mortar provision of lifting arrangement
etc.Complete. Reinforcement and inserts shall be measured and paid for separately under respective
item rates.
29.5 Only the actual quantity of steel embedded in concrete including laps as shown on drawings for as
approved by ENGINEER shall be measured and paid for, irrespective of the level or height at
which the work is done. The unit rate for reinforcement shall include all wastage binding
wires chairs spacers bars etc for which no separate payment shall be made.
29.6 Where the FORMWORK is paid for separately, it shall be very clearly understood that payment for
FORMWORK is inclusive of FORMWORK, shuttering, shoring, propping scaffolding, etc.
complete. Only the net area of concrete formed (shuttered) shall be measured for payment.

List of Approved Vendors for supply of Steel reinforcement, Structural steel & Cement based on
Vendor selection/ Sample- Test reports of various projects GWSSB, GWIL, GSPL & GSPC in and
around Gujarat State executed by CEIL.









`










Sr. No.

Item Manufacturer / Brand Name
1. Steel Reinforcement SAIL
Vizag Steel
Tata
Well Spun
Electro therm
Punjab Hytuff
Gujarat NRE
2. Structural Steel SAIL
Vizag Steel
Tata

3. Cement
(OPC)
ACC
L & T/ Ultratech
Digvijay
J.K.Lakshmi
Ambuja
Binani
Siddhi
Hathi








Kamal/ Lotus
Saurashtra Birla Cement
Sanghi
4. DI pipe Electro steel
Lanco
Jindal
5. RMC Ultratech
JK Lakshmi
Lafarge
6. PVC pipe (weep hole) Finolex
Supreme
Polysin
Prince






Signature of the Contractor with seal Signature of Head of the Department (Projects), VMSS
Date Date






































SECTION-D6 LAYING OF PIPES AND FITTINGS/SPECIALS

1.0 SCOPE
The specification covers the requirements for laying of pipes and fittings/specials below ground.
The two parts are complementary and are to be read together for a correct interpretation of the
provisions of this specification.
2.0 APPLICABLE CODES
The laying of pipes and fittings/specials shall comply with all currently applicable
statutes, regulations, standards and codes. In particular, the following standards, unless
otherwise specified herein, shall be referred to. In all cases, the latest revision of the
standards/codes shall be referred to. If requirements of this specification conflict with the
requirements of the standards/codes, these specifications shall govern.
2.1 CODES OF PRACTICE
a) IS: 783-Code of practice for laying of concrete pipes
b) IS: 3114 -Code of practice for laying of cast iron pipes
c) IS: 3764 -Excavation work - Code of Safety
d) IS: 4127 -Code of practice for laying of glazed stoneware pipes
e) IS: 5822 -Code of practice for laying of electrically welded steel pipes for water supply
f) IS: 6530 -Code of practice for laying of asbestos cement pressure pipes

3.0 CARTING AND HANDLING
Pipes and fittings/specials shall be transported from the factory to the work sites at places along the
alignment of pipeline as directed by Owner/ Engineer. Contractor shall be responsible for the safety of
pipes and fittings/specials in transit, loading/unloading. Every care shall be exercised in handling pipes
and fittings/specials to avoid damage. While unloading, the pipes and fittings/specials shall not be
thrown down from the truck on to hard surfaces. They should be unloaded on timber skids with
steadying ropes or by any other approved means. Padding shall be provided any other approved
means. Padding shall be provided between coated pipes, fittings/ specials and timber skids to avoid
damage to the coating. Suitable gaps between pipes should be left at intervals in order to permit
access from one side to the other. In case of spigot socket pipes, care should be taken
regarding orientation of pipes while unloading. As far as possible pipes shall be unloaded on one side of
the trench only. The pipes shall be checked for any visible damage (such as broken edges, cracking or
spalling of pipe) while unloading and shall be sorted out for reclamation. Any pipe, which
shows sufficient damage to preclude it from being used, shall be discarded. Dragging of pipes
and fittings/specials along concrete and similar pavement with hard surfaces shall be prohibited. Pipes
can be brought to site only after the mandatory tests i.e. are completed and pipe lots accepted. i.e. Cube
tests, T.E.B., Hydrostatic, water absorption test.
4.0 STORAGE

4.1 Each stack of pipes shall contain only pipes of same class and size, with consignment or batch
number marked on it with particulars of suppliers wherever possible. Storage shall be done on
firm level and clean ground and wedges shall be provided at the bottom layer to keep the stack
stable. The stack shall be in pyramid shape or the pipes laid length-wise and crosswise in
alternate layers. The pyramid stack shall be made for smaller diameter pipes for conserving space
in storing them. The height of the stock shall not exceed 1.5m.
4.2 Fittings/specials shall be stacked under cover and separated from pipes.
4.3 Rubber rings shall be stored in a clean, cool store away from windows, boiler, electrical
equipment and petrol, oils or other chemicals. Particularly in the field where the rubber rings are
being used it is desirable that they are not left out on the ground in the sun or overnight under
heavy frost or snow conditions.



5.0 LAYING

5.1 EXCAVATION
5.1.1 Before excavating the trench the alignment of pipeline shall be approved by Owner/Engineer. The
excavation of trenches and pits for manholes/ chambers shall be carried out in accordance
with the Technical Specification: Section-D1 and shall be done such that it does note get far ahead
of the laying operating as approved by Owner/Engineer.
5.1.2 To protect persons from injury and to avoid damage to property, adequate barricades,
construction signs, red lanterns and guards as required shall be placed and maintained during the
progress of the construction work and until it is safe for the traffic to use the roadways. The
relevant Indian Standards and the rules and regulations of local authorities in regards to safety
provisions shall be observed.
5.1.3 Suitable fencing shall be provided along the sides of trenches and pits. The posts of fencing shall
be of timber securely fixed in the ground not more than 3 m apart and they shall not be less than
75 mm in diameter or less than 1.2m above surface of the ground. There shall be two rails, one
near the top of the post and the other about 450mm above the ground and each shall be
from 50 mm to 70mm in diameter and sufficiently long to run from post to post to which they
shall be bound with strong rope. The method of projecting rails beyond the post and trying them
together where they meet will not be allowed on any account. All along the edges of the
excavation trenches a bank of earth about 1.2m high shall be formed where required by owner/
engineer for further protection.
5.1.4 The road metal and also the rubble packing shall first be stripped off for the whole
width of the trench/pit and separately deposited in such place or places as may be determined by
Owner/Engineer.
5.1.5 During excavation, large stones and rubble shall be separated and removed from the excavated
soil and stacked separately. The material from excavation shall be deposited on either side of the
trench leaving adequate clear distance from the edges of the trench and pit, or as may be necessary
to prevent the sides of the trench pit to slip or fall, or at such a distance and in such a manner as to
avoid covering fire hydrants, sluice valves, manholes covers etc. and so as to avoid abutting the
wall or structure or causing inconvenience to the public and other service organizations or
otherwise as Owner/engineer may direct.
5.1.6 Contractor shall take into account additional excavation if any as Owner/ Engineer may
require in order to locate the position of water pipes, drains, sewers etc. or any other works
which may be met with, in or about the excavation of trenches/pits while quoting the rates for
excavation. Such service lines if met with during excavation shall be properly maintained by
Contractor, by means of shoring, strutting, planking over, padding or otherwise as
Owner/Engineer may direct, and shall be protected by the Contractor from damage during the
progress of the work. All precautions shall be taken during excavation and laying operations to
guard against possible damage to any existing structure/pipeline of water, gas, sewage etc.
5.1.7 If the work for which the excavation has been made is not completed by the expected
date of the setting of monsoon as stipulated or the setting in of rain whichever is earlier, or
before the day fixed by Owner/ Engineer for filling in any excavation on account of any
festival or special occasion. Contractor shall backfill such excavation and consolidates the
filling.
5.1.8 Utmost care shall be taken to see that the width of the trench at the top of pipe is not more than
that specified. In case additional width is required it shall be provided only in the top portion
from the ground level up to 300-mm above the top of pipe. If any extra width is provided in the
area below this portion, Contractor shall have to provide remedial measures in the form of
lime concrete or rubble masonry otherwise at the discretion and to the satisfaction of
Owner/Engineer. If rock is met with, it shall be removed to 15 cm below the bottom of pipes and
fittings/specials and the space resulting shall be refilled with granular materials and properly
consolidated. Bottom of trenches/pits shall be saturated with water well rammed wherever
Owner/ Engineer may consider it necessary to do so.



5.1.9 Wherever a socket or collar of pipe or fitting/special occurs, a grip is to be cut in the bottom of the
trench or concrete bed to a depth of at least 75 mm below the bed of the pipe so that the pipe may
have a fair bearing on its shaft and does not rest upon its socket. Such grip shall be of sufficient
size in every respect to admit the hand all around the socket in order to make the joint and the grip
shall be maintained clear until the joint has been approved by Owner/Engineer.
5.1.10 When welding is to be carried out with the pipes and specials in the trench, additional excavation
of not more than 60 cm in depth and 90 cm in length shall be made at joints in order to facilitate
welding.
5.1.11 The excess excavated material shall be carried away from site of works to a place up to a distance
as directed by Owner/Engineer. This shall be done immediately so as not to cause any
inconvenience to the public or traffic. If the instructions from Engineer are not implemented
within seven days from the date of instructions to cart the materials and to clear the site,
the same shall be carried out by Owner/Engineer and any claim or dispute shall not be
entertained in this respect.
5.2 DEWATERING
During the excavation, if subsoil water is met with Contractor shall have to provide necessary
equipment and labourers for dewatering the trenches/pits by bailing out water or water mixed
with clay; if pumping out subsoil water is found to be necessary, Contractor shall provide sufficient
number of pumps for the same. In both the above cases the excavation shall be done to the required level
and the pipes shall be laid to proper alignment and gradient. Contractor shall also make
necessary arrangement for the disposal of drained water to nearby storm water drain or in a pit if allowed
by Owner/Engineer. In no case the water shall be allowed to spread over the adjoining area.
Before discharging this water into public sewer/drain, Contractor shall take necessary permission
from the local authorities.
5.3 SPECIAL FOUNDATION IN POOR SOIL
Where the bottom of the trench and sub-grade is found to consist of material which is unstable to such a
degree that in the opinion of Owner/Engineer, it cannot be removed and replaced with an approved
material thoroughly compacted in place to support the pipe properly, a suitable foundation for
the pipes, consisting of piling, timbers or other materials, in accordance with relevant drawings
and as instructed by Owner/Engineer shall be constructed.
5.4 WOODEN SHORING
5.4.1 Contractor shall suitably design polling bards, walling and struts to meet different soil conditions
that might be encountered in excavating trenches/ pits. The horizontal and vertical spacing of
struts shall be such that not only the sides of trenches shall be prevented from collapse but also
easy lowering of pipe in trenches shall be ensured without creating undue obstructions for the
excavation of the work. Any inconvenience and/or delay that might be caused in lowering
pipes in trenches as a result of adopting improper spacing of struts by Contractor shall be his
sole responsibility. No part of shoring shall be at any time be removed by Contractor without
obtaining permission from Owner/Engineer. While taking out shoring planks the hollows of any
form must simultaneously be filled in with soft earth well rammed with rammers and with water.
5.4.2 Owner/Engineer may order portions of shoring to be left in the trenches/pits at such places, where
it is found absolutely necessary to do so to avoid any damage, which may be caused to buildings,
cables, gas mains, water mains, sewers etc. in close proximity of the excavation, by pulling out
the shoring from the excavations. Contractor shall not claim, on any reason whatsoever, for the
shoring, which may have been left in by him at his, won discretion.
5.5 STEEL PLATE SHORING
Where the subsoil conditions are expected to be of a soft and unstable character in trench/pit
excavation, the normal method of timbering may prove insufficient to avoid subsidence of the
adjoining road surfaces and other services. In such circumstances Contractor will be required to use steel
trench sheeting or sheet piling adequately supported by timber struts, walling etc., as per the
instructions, manner and method directed by Owner/ Engineer. Contractor shall supply, pitch, drive and
subsequently remove trench sheeting or piling in accordance with other items of the specification.



5.6 BONING STAVES AND SIGHT RAILS
5.6.1 In laying the pipes and fittings/specials the centre for each manhole/chamber or pipeline
shall be marked by a peg. Contractor shall dig holes for and set up two posts (about 100 x 100 x
1800 mm) at each manhole/chamber or junction of pipelines at nearly equal distance from the peg
and at sufficient distances there from to be well clear of all intended excavation, so arranged that a
sight rail when fixed at a certain level against the post shall cross the centre line of the
manhole/chamber or pipelines. The sight rail shall not in any case be more than 30m apart.
intermediate rails shall be put up if directed by Owner/Engineer.
5.6.2 Boning staves of 75mm x 50 mm size shall be prepared by Contractor in various lengths, each
length being of a certain whole number of meters and with a fixed tee head and fixed
intermediate cross pieces, each about 300 mm long. The top-edge of the cross piece must be fixed
below the top-edge of the cross piece must be fixed below the top-edge of the tee-head at a
distance equal to the outside diameter of the pipe or the thickness of the concrete bed to be laid as
the case may be. The top of cross pieces shall indicate different levels such as excavation for
pipeline, top of concrete bed, top of pipe etc. as the case may be.
5.6.3 The sight rail of size 250-mm x 40 mm shall be screwed with the top edge resting against the level
marks. The centre line of the pipe shall be marked on the rail and this mark shall
denote also the meeting point of the centre lines of any converging pipes. A line drawn from the
top edge of one rail to the top edge of the next rail shall be vertically parallel with the bed of the
pipe, and the depth of the bed of pipe at any intermediate point may be determined by
letting down the selected boning staff until the tee head comes in the line of sight from rail to
rail.
5.6.4 The post and rails shall be perfectly square and planned smooth on all sides and edges. The rails
shall be painted white on both sides and the tee-heads and crosspiece of the boning staves shall be
painted black.
5.6.5 For the pipes converging to a manhole/chamber at various levels, there shall be a rail fixed for
every different level. When a rail comes within 0.60 M of the surface of the ground, a higher
sight-rail shall be fixed for use with the rail over the next point.
5.6.6 The posts and rails shall in no case be removed until the trench is excavated, the pipes are laid and
Owner/Engineer gives permission to proceed with the backfilling.
5.7 BEDDING
The type of bedding for pipes shall be as per Approved Drawing.
5.8 LAYING OF PIPES AND FITTINGS/SPECIALS
5.8.1 All precautions shall be taken during excavation and laying operations to guard against
possible damage to any existing structure/pipeline of water, gas, sewage etc. After
excavation of trenches, pipes shall not be lowered unless the dimensions of trenches and bedding
work for pipes at the bottom of the trenches are approved and measured by Owner/Engineer.
Pipes and fittings/specials shall be carefully lowered in the trenches. Special arrangements
such as cranes, tripods with chain pulley block for lowering the pipes and fitting/specials shall
be made by Contractor. In no case pipes and fittings/specials shall be dropped. Slings of canvas
or equally non-abrasive material of suitable width or special attachment to fit the ends of pipes
and fittings/specials shall be used to lift and lower the coated pipes and fittings/specials. The
pipes and fittings/specials shall be inspected for defects and is rung with slight hammer
preferably while suspended to detect cracks. If doubt persists, further confirmation shall be
done by pouring a little kerosene /dye on the inside of the pipe at the suspected spot. No sign of
kerosene/dyke should appear on the outside surface. Pipes and fittings/specials damaged
during lowering or aligning shall be rejected by Owner/Engineer.
5.8.2 All the pipes are to be laid perfectly true both in alignment and to gradient specified. In case of
spigot and socket pipe the socket end of the pipe shall face upstream, except when the pipeline
runs uphill in which case the socket ends should face the upgrade. The laying of pipes shall
always proceed upgrade of a slope. After placing a pipe in the trench, the spigot end shall be
centered in the socket and the pipe forced home and aligned to required gradient. The pipes shall
be secured in place with approved backfill material tamped under it except at the socket. Pipes



and fittings/specials, which do not allow a sufficient and uniform space for joints, shall
be removed and replaced with pipes and fittings/specials of proper dimensions to
ensure such uniform space. Precautions shall be taken to prevent dirt from entering the
jointing space. At times when pipe laying is not in progress, the open ends of pipe shall be
closed by a watertight plug or other means approved by Owner/Engineer. During the period that
the plug is on, the Contractor shall take proper precautions against floating of the pipe owing to
entry of water into the trench. Wherever it is necessary to deflect pipe from a straight line, either
in the vertical or horizontal plane, to avoid obstructions or where long radius curves are
permitted the deflection allowed at joints shall not exceed 2%. In case of pipes, with joints to
be made with loose collars, the collars shall be slipped on before the next pipe is laid. The pipes
shall be laid such that the marking on pipes appears at the top of the pipes.
5.8.3 The cutting of pipe for inserting valves, fittings or specials shall be done in a neat and workman
like manner without damage to the pipe so as to leave a smooth end at right angles to the axis of
the pipe. For this purpose, pipe-cutting machine shall be used.
5.9 THRUST BLOCKS
Thrust blocks shall be provided, to counteract hydraulic thrust, at places wherever directed by
Owner/Engineer and as per relevant drawing.
5.10 JOINTING
Jointing for pipes and fittings/specials shall be done in accordance with the relevant
specifications depending upon the type of pipes being used.
5.11 TESTING AND COMMISSIONING
Testing and commissioning of pipes shall be done in accordance with the relevant specifications.
5.12 BACKFILLING
Trenches shall be backfilled with approved selected excavated material only after the successful
testing of the pipeline. The tamping around the pipe shall be done by hand or other hand-operated
mechanical means. The water content of the soil shall be as near the optimum moisture content as
possible. Filling of the trench shall be carried out simultaneously on both sides of the pipe in such a
manner that unequal pressure does not occur. Backfilling shall be done in layers not exceeding 30 cm.
Each layer shall be consolidated by watering, ramming, care being taken to avoid damage to the
pipeline. In case of mild steel pipes/specials, the spiders provided during assembly and welding shall be
retained until the trench is refilled and consolidated. Where timbers are placed under the pipeline to aid
alignment, these timbers shall be removed before backfilling.
5.13 REINSTATEMENT OF ROAD/FOOTPATH
Reinstatement of road/footpath shall be done as per the requirements of local authorities and the
relevant specifications after completion of work.
5.14 CLEARING OF SITE
All surplus materials, and all tools and temporary structures shall be removed from the site as directed
by Owner/Engineer and the construction site left clean to the satisfaction of Owner/Engineer.
6.0 MEASUREMENT
6.1 The measurement for excavation in trenches shall be done in following manner and will
be paid accordingly.
i. Length: As per the actual length of pipes and fittings/specials laid at work site.
ii. Width & cross-section: As specified.
iii. Depth: Average depth of trench from ground level to invert of pipe.
6.2 Excavation of asphalt road and reinstatement of road shall be measured on per square meter basis and the
length and width at top of trench shall be considered same as those mentioned for excavation of
trench.
6.3 In case the excavation is done in wet condition either by bailing out water or by resorting to pumping, the
respective items shall be paid according to the items in schedules of quantities and rates.
The measurement for these items shall be made as per the units for relevant item(s) in



schedule of quantities and rates. However, Engineer will decide on site the mode of dewatering
and his decision shall be final and binding on Contractor.
6.4 Shoring (open/close) shall be measured on the square meter basis of the actual area of trenches
shored.
6.5 The measurement for removal of excess excavated material up to a specified distance shall be as
per the relevant item(s) in the Schedule of Quantities and Rates and shall be measured on
cubic meter basis. In case of soil 30% deduction shall be done to take account for voids where it
will be 40% in case of rubble.
6.6. Measurement for pipes and fittings/specials shall be in accordance with the relevant clause
(5) of specification for particular type of pipes.
6.7 NOTES
6.7.1 Fencing provided along the sides of trenches and pits shall not be paid for separately and
Contractor shall take into account the costs of such works and quote accordingly.
6.7.2 In case of the metal packing or dressed stones not being deposited as specified or being mixed up
with excavated materials, and not available for the reinstatement of road/pavement, the cost
of the new metal packing or dressed stones required shall be charged to Contractor by
Owner/Engineer.
6.7.3 Contractor shall not be paid any additional compensation for excess excavation over what is
specified as well as for any remedial measures that are specified.
6.7.4 The excess excavated material shall be carried away from site of works as specified, failing which
in view of public safety and traffic convenience Owner/Engineer may carry out the work by any
other agency at Contractors risk and cost.
6.7.5 Portion of shoring left in the excavate trenches or pits shall be measured and paid
separately if instructed by Owner/Engineer to do so.

Width of the Trench at the bottom:
For pipe dia 600 - 800 mm OD + 0.7m
For Pipe dia 900 and above OD + 0.8m
For Rectangular Drains PCC width + 1m


Bedding shall be provided at road crossings.



























SECTION - D7 REINFORCED CEMENT CONCRETE PIPES (Collar / Socketed)
1.0 SCOPE
This specification covers the requirements for manufacturing, testing, supplying, jointing and testing at
work sites of Reinforced Cement Concrete (RCC) pipes, of both pressure and non pressure varieties used
for pumping mains, sewers and storm water drains. Laying of pipes and fittings/specials is
covered in Technical Specifications: Section-D6. The two parts are complementary and are to be read
together for a correct interpretation of the provisions of this specification.
2.0 APPLICABLE CODES
The manufacturing, testing, supplying, jointing and testing at work sites of RCC pipes shall comply with
all currently applicable statutes, regulations, standards and codes. In particular, the following
standards, unless otherwise specified herein, shall be referred. In all cases, the latest revision of the codes
shall be referred to. If requirements of this specification conflict with the requirements of the codes and
standards, this specification shall govern.
2.1 MATERIALS
a) IS: 458-Specification for pre-cast concrete pipes (with and without Reinf.)
b) IS: 3597 -Method of tests for concrete pipes.
c) IS: 5382 -Specification for rubber sealing rings for gas mains, water mains and sewers.

d) IS: 516-Method of test for strength of concrete.
2.2 CODE OF PRACTICE
a) IS: 456 - Code of practice for plain and reinforced concrete
b) IS: 783 - Code of practice for laying of concrete pipes

3.0 DESIGN
Design of RCC pipes including reinforcement details and the ends of pipes shall be in accordance with the
relevant clauses of IS: 458.
4.0 MANUFACTURING
4.1 GENERAL
4.1.1 The method of manufacture shall be such that the form and the dimensions of the finished pipes are
accurate within the limits specified in relevant clause of IS: 458. The surfaces and edges of the
pipes shall be well defined and true, and their ends shall be square with the longitudinal axis. The
ends of the pipes shall be further reinforced by an extra ring of reinforcement to avoid
breakage during transportation.
4.1.2 The RCC pipes and collars/rubber rings shall be systematically checked for any manufacturing defects by
experienced supervisors so as to maintain a high standard of quality.
4.1.3 Owner/Engineer shall at all reasonable times have free access to the place where the
pipes and collars/rubber rings are manufactured for the purpose of examining and testing
the pipes and collars/rubber rings and of witnessing the test and manufacturing.
4.1.4 All tests specified either in this specification or in the relevant Indian Standards shall be
performed by the supplier/contractor at his own cost and in presence of Owner/Engineer if
desired. For this, sufficient notice before testing of the pipes and fittings shall be given to
Owner/Engineer.
4.1.5 If the test is found unsatisfactory, Owner/Engineer may reject any or all pipes of that lot. The decision of
Owner/Engineer in this matter shall be final and binding on Contractor and not subject to
any arbitration or appeal.
4.2 MATERIALS
4.2.1 Cement
Cement used for the manufacture of RCC pipes and collars should be Ordinary Portland Cement (OPC)
only and shall confirm to relevant IS codes.



4.2.2 Aggregates
Aggregates used for the manufacture of RCC pipes and collars shall conform to IS:383. The maximum
size of aggregate should not exceed one-third the thickness of the pipe or 20 mm, whichever is
smaller.
4.2.3 Mixing and Curing Water
Water shall be clean, colorless and free from objectionable quantities of organic matter, alkali, acid, salts or other
impurities that might reduce the strength, durability or other desirable qualities of concrete
and mortar.
4.2.4 Reinforcement
Reinforcement used for the manufacture of the RCC pipes and collars shall be mild steel Grade I or medium
tensile steel bars conforming to IS: 432 (Part-I) or hard-drawn steel wire conforming to IS: 421
(Part-2). Reinforcement cages for pipes and collars shall be as per relevant requirements of IS:
458.
4.2.5 Concrete
Concrete used for the manufacture of RCC pipes and collars shall conform to IS: 456. The
minimum cement content and minimum compressive strength of concrete shall be as per relevant
requirements of IS:458 (Latest Edition). Compressive strength tests shall be conducted on
15 cm cubes in accordance with the relevant requirements of IS: 456 and IS: 516.
4.2.6 Rubber Ring
Rubber ring chords used in pipe joints shall confirm to 1A of IS: 5382-1967
4.3 CURING
4.3.1 Pipes manufactured in compliance with IS:458 (Latest Edition) shall be either water cured or steam cured
for minimum stipulated curing period in accordance with relevant requirements of the
latest revised IS:458 (Latest Edition).
4.4 DIMENSIONS
4.4.1 The internal diameter, wall thickness and length of barrel and collar of pipes, reinforcement
(longitudinal and spiral), type of ends and minimum clear cover to reinforcement and
strength test requirements shall be as per the relevant clauses/tables of IS: 458 for different
classes of pipes.
4.4.2 The tolerances regarding overall length, internal diameter of pipes or sockets and barrel wall thickens shall
be as per relevant clause of IS: 458.
4.5 WORKMANSHIP AND FINISH
4.5.1 Pipes shall be straight and free from cracks except that craze cracks may be permitted. The ends
of the pipes shall be square with their longitudinal axis so that when placed in a straight line in the
trench no opening between ends in contact shall exceed 3 mm in pipes up to 600 mm diameter
(inclusive), and 6 mm in pipes larger than 600 mm diameter.
4.5.2 The outside and inside surfaces of the pipes shall be smooth, dense and hard, and shall not be
coated with cement wash or other preparation unless otherwise agreed to between
Owner/Engineer and the manufacturer or supplier.
4.5.3 The pipes shall be free from defects resulting from imperfect grading of the aggregate,
mixing or moulding.
4.5.4 The pipes shall be free from local dents or bulges greater than 3 mm in depth and extending over a
length in any direction greater than twice the thickness of barrel.
4.5.5 The deviation from straight in any pipe throughout its effective length, tested by means
of a rigid straight edge parallel to the longitudinal axis of the pipe shall not exceed, for
all diameters 3 mm forever meter run.
4.6 TESTING
4.6.1 All pipes for testing purposes shall be selected at random from the stock of the manufacturer and
shall be such as would not otherwise be rejected under the criteria of tolerances as



mentioned in IS:458 (Latest Edition).
4.6.2 During manufacture, tests on concrete shall be carried out as per IS:456. The
manufacturer shall supply, when required to do so by Owner/Engineer the results of compressive
tests of concrete cubes and split tensile tests of concrete cylinders made from the concrete
used for the pipes. The manufacturer shall supply cylinders or cubes for test purposes
required by the Owner/Engineer and such cylinders or cubes shall withstand the tests prescribed
by the manufacturer for the hydrostatic test pressure. For non-pressure pipes, 2 percent of the
pipes shall be tested for hydrostatic test pressure.
4.6.3 The specimen of pies for the following tests shall be selected in accordance with relevant Clause
of IS:458 (Latest Edition)and tests in accordance with the methods described in IS:3597.
i) Hydrostatic test
ii) Three edge bearing test iii) Absorption test
Note : Three edge bearing strength to produce 0.25 mm crack in case of special design of pipes shall be as
per IS 458 Latest Edition.
4.7 SAMPLING AND INSPECTION
4.7.1 In any consignment, all the pipes of same class and size and manufactured under similar
conditions of production shall be grouped together to constitute a lot. The conformity of a lot to
the requirements of this specification shall be ascertained on the basis of tests on pipes selected
from it.
4.7.2 The number of pipes to be selected from the lot for testing shall be in accordance with Table 15 of
IS:458 (Latest Edition).
4.7.3 Pipes shall be selected at random. In order to ensure randomness, all the pipes in the lot
may be arranged in a serial order and starting from any pipe, every nth pipe be selected till the
requisite number is obtained, n being the integral part of N/n, where N is the lot size and n is the
sample size.
4.7.4 All pipes selected as per clause 4.7.2 shall be inspected for dimensional requirements,
finish and deviation from straight. A pipe failing to satisfy one or more of these requirements
shall be considered as defective.
4.7.5 The number of pipes to be tested for tests under clause 4.6.3 shall be in accordance with column 4
of Table 15 of IS:458 (Latest Edition). These pipes shall be selected from pipes that have
satisfied the requirements mentioned in Clause 4.7.4.
4.7.6 A lot shall be considered as conforming to the requirements of IS:458 (Latest Edition) if the
following conditions are satisfied.
(a) The number of defective pipes shall not be more than the permissible number given in
column 3 of Table 15 of IS:458 (Latest Edition).
(b) All the pipes tested for various tests as per Clause 4.6.3 shall satisfy corresponding
requirements of the tests.
(c) In case the number of pipes not satisfying requirements of any one or more tests, one or
two further samples of same size shall be selected and tested for the test or tests in which
failure has occurred. All these pipes shall satisfy the corresponding requirements of the
test.
4.8 MARKING
The following information shall be clearly marked on each pipe :
a) Internal diameter of pipe
b) Class of pipe
c) Date of manufacture, and
d) Name of manufacturer or his registered trademark or both.
5.0 LAYING OF PIPES
The laying of RCC pipes shall conform to Technical Specifications: Section-D6. .



6.0 JOINTING
6.1 GENERAL

Jointing of RCC pipes shall be done with OPC cement only and as per the requirements of following
specifications and as per the relevant IS. The type of joints shall be as per Bill of Quantity. After jointing,
extraneous material, if any, shall be removed from the inside of the pipe and the newly made joints shall be
thoroughly cured. In case, rubber-sealing rings are used for jointing, these shall conform to IS 5382.
6.2 SPIGOT AND SOCKET JOINT (RIGID)
The spigot of each pipe shall be slipped home well into the socket of the pipe previously
laid and adjusted in the correct position. The opening of the joint shall be filled with stiff
mixture of cement mortar in the proportion as specified, which shall be rammed with caulking
tool. This joint is used for low-pressure pipeline.
6.3 COLLAR JOINT (RIGID)
After laying the RCC pipes at proper alignment and gradient their abutting faces shall be coated
with hot bitumen in liquid condition by means of a brush. The wedge-shaped groove in the end of
the pipe shall then be filled with a tarred gasket in one length for each joint. The collar shall then
be slipped over the end of the pipe and the next pipe butted well against the tarred gasket by
suitable appliances approved by Owner/Engineer so as to thoroughly compress the tarred
gasket into the grooves, care being taken that the concentricity of the pipes and levels are not
disturbed during this operation. The collar shall then be placed symmetrically over the end
of the two pipes and the space between the inside of the collar and the outside of the pipe
filled with a mixture of cement and sand as specified, tempered with just sufficient water to have
a consistency of the semi-dry conditions, well packed and thoroughly rammed with caulking
tools. The joints shall be finished off with a fillet sloping at 45( to the side of the pipe. The
finished joints shall be protected and cured thoroughly as directed by Owner/Engineer.
Any plastic solution or cement mortar that may have been squeezed into the inside of the pipe
shall be removed so as to leave the inside of the pipe perfectly clean.
6.4 FLUSH JOINT (INTERNAL)
This joint shall be generally used for culvert pipes of 900-mm diameter and over. The ends of
the pipes are specially shaped to form a self-centering joint with an internal jointing space 13-mm
wide. The finished joint is flush with both inside and outside with the pipe wall. The jointing
space is filled with cement mortar in the proportion as specified in IS Code, mixed
sufficiently dry to remain in position when forced with a trowel or rammed.
6.5 FLUSH JOINT (EXTERNAL)
This joint is suitable for pipes which are too small for jointing from inside. This joint is
composed of specially shaped pipe ends. Each end shall be butted against each other and
adjusted in correct position. The jointing space shall then be filled with cement mortar as
specified in IS Code, sufficiently dry and finished off flush. Great care shall be taken to ensure
that the projecting ends are not damaged as no repairs can be readily affected from inside the pipe.
6.6 SPIGOT AND SOCKET (SEMI-FLEXIBLE)
This joint is composed of specially shaped spigot and socket ends on the RCC pipes. A rubber
ring as specified in IS Code, shall be lubricated and then placed on the spigot, which is forced into
the socket of the pipe previously laid. This compresses the rubber ring as it rolls into the annular
space formed between the two surfaces of the spigot and socket, stiff mixture of cement and
mortar as specified in Data Sheet-A, shall then be filled into the remaining annular space with a
caulking tool.
6.7 COLLAR JOINT (SEMI-FLEXIBLE)
This joint is made up of a loose collar, which covers two specially shaped pipe ends. Each end
shall be fitted with a rubber ring as specified in Data Sheet-A which when compressed between
the spigot and collar, seals the joint. Stiff mixture of cement mortar shall then be filled
into the remaining annular space and rammed with a caulking tool.



6.8 SPIGOT AND SOCKET JOINT (FLEXIBLE)

The RCC pipe with the rubber ring accurately positioned on the spigot shall be pushed well home into
the socket of the previously laid pipe by means of uniformly applied pressure with the aid of a jack or
similar appliance. The RCC pipes shall be of spigot and socket type and rubber rings as specified in
IS Code, shall be used, and the manufacturers instructions shall be deemed to form a part of
these specifications. The rubber rings shall be lubricated before making the joint and the lubricant shall be
soft soap water or an approved lubricant supplied by the manufacturer.
7.0 CLEANING OF PIPES
7.1 As soon as a stretch of RCC pipes has been laid complete from manhole to manhole or for a
stretch as directed by Owner/Engineer, contractor shall run through the pipes both
backwards and forwards a double disc or solid or closed cylinder 75 mm less in diameter than
the internal diameter of pipes. The open end of the incomplete stretch of pipeline shall be
securely closed as may be directed by Owner/Engineer to prevent entry of mud or silt etc.
7.2 If as a result of the removal of any obstructions Owner/Engineer considers that damages
may have been caused to the pipelines, he shall be entitled to order the stretch to be tested
immediately. Should such test prove unsatisfactory, contractor shall amend the work and carry
out such further tests as are required by Owner/Engineer.
7.3 It shall also be ascertained by contractor that each stretch from manhole to manhole or the stretch
as directed by Engineer is absolutely clear and without any obstruction by means of visual
examination of the interior of the pipeline suitably enlightened by projected sunlight or otherwise.
8.0 TESTING AT WORK SITE
8.1 After laying and jointing of RCC pipes is completed the pipeline shall be tested at work site as per
the following specifications and as directed by Owner/Engineer. All equipment for testing at
work site shall be supplied and erected by contractor. Water for testing of pipes shall be
arranged by him. Damage during testing shall be contractors responsibility and shall be
rectified by him to the full satisfaction of Owner/Engineer. Water used for test shall be
removed from pipes and not released to the excavated trenches.
8.2 After the joints have thoroughly set and have been checked by Owner/Engineer and before
backfilling the trenches, the entire section of the sewer or storm water drain shall be provided with
Flow Test. The method used for the purpose of testing shall be approved by
Owner/Engineer. Contractor if required by Owner/Engineer shall dewater the excavated pit
and keep it dry during the period of testing.
9.0 DISINFECTION OF WATER MAINS
9.1 The mains intended for potable water supplies should be disinfected before commissioning them for use.
9.2 The mains shall be chlorinated with a liquid chlorine solution (that is liquid chlorine gas and
water mixture). The disinfection shall be considered to have been achieved if a chlorine residual
of not less than 10 PPM remains in the water after 24 hours standing in the pipe. If this
requirement is met with, the mains should be thoroughly flushed with clean water.
9.3 If the treatment specified in clause 9.2 is not possible, enough chlorinated lime, calcium or
sodium hypochlorite should be introduced to produce the required concentration of chlorine in the
solution. The solution should then be allowed to stand for not less than 24 hours, after which it
should be tested for residual chlorine, which should not be less than 10 PPM. If found
satisfactory, the mains should be thoroughly flushed with clean water.

10.0 MEASUREMENT

10.1 All RCC pipes shall be measured according to the work actually done and no allowance will be
made for any waste in cutting to the exact length required. The measurement for pipes shall be in
running meter nearest to a cm. of length along the centre line of pipe as actually laid at work sites.




10.2 The rate for providing, laying and jointing of RCC pipes shall be deemed to include the
cost of collars/rubber rings, jointing material, testing and extra excavation required for ordinary
bedding of pipes and also for collars and pipe sockets, if any.
10.3 NOTES
10.3.1 If any damage is caused to the pipeline during the execution of work or while
cleaning/testing the pipeline as specified. Contractor shall be held responsible for the same and
shall replace the damaged pipeline and retest the same at his own cost to the full satisfaction of
Engineer.
10.3.2 Water for testing of pipeline shall be arranged by Contractor at his own cost.
10.3.3 Pipes shall be brought on site proportionate to the required progress for Thirty days only.

DATA SHEET - A

Sr.No Item Specification
Three edge bearing strength to produce 0.25 mm crack.
(NP2)
150 mm dia 10.40 KN/m
200 mm dia 10.90 KN/m
250 mm dia 11.40 KN/m
300 mm dia 12.00 KN/m
350 mm dia 12.60 KN/m
Three edge bearing strength to produce 0.25 mm crack.
(NP3)
400 mm dia 19.16 KN/m
450 mm dia 21.56 KN/m
500 mm dia 23.95 KN/m
600 mm dia 28.74 KN/m
1
Three edge bearing strength to produce 0.25 mm crack.
(NP4)
700 mm dia 52.20 KN/m
800 mm dia 59.30 KN/m
900 mm dia 66.30 KN/m
1000 mm dia 74.00 KN/m
1200 mm dia 90.00 KN/m
1400 mm dia 106.10 KN/m
2. Type of joints Collar/spigot-socket
3. Proportion of cement use mortar for use in jointing of pipes. (1.1)






















SECTION - D8 ANCILLARY WORKS-MANHOLES, CATCHPITS AND VENT SHAFTS
1.0 SCOPE
This specification covers the requirements for providing and constructing ancillary works such as
manholes, scraper manholes, vent shafts etc. These specifications are to be read together for a
correct interpretation of the provisions of this specification.
2.0 APPLICABLE CODES
The following standards/codes, unless otherwise specified herein, shall be referred. In all cases, the latest revision
of the standards/codes shall be referred to. If requirements of this specification conflict with the
requirements of the codes and standards, this specification shall govern.
2.1 MATERIALS
a) IS: 210 - Specification for grey iron castings
b) IS: 269 - Specification for ordinary and low heat Portland cement.
c) IS: 383 - Specification for coarse and fine aggregate.
d) IS: 432 - Specification for mild steel and medium tensile steel bars and hard drawn steel wire for
concrete reinforcement.
e) IS: 518 - Methods of tests for strength of concrete.
f) IS: 651 - Specification for salt-glazed stoneware pipes and fittings.
g) IS: 1077 - Specification for common burnt clay building bricks
h) IS: 1726 - Specification for cast iron manhole covers and frames
i) IS: 1766 - Specification for high strength deformed steel bars and wires for concrete
reinforcement.
j) IS: 2116 - Specification for sand for masonry mortars.
k) IS: 3495 - Methods of tests of burnt clay building bricks, mains, water mains and sewers.
l) IS: 5455 - Specification for cast iron steps for manholes.

2.2 CODE OF PRACTICE
1. IS:456 - Code of practice for plain and reinforced concrete
2. IS:2211 - Code of practice for brickwork
3. IS:2250 - Code of practice for preparation and use of masonry mortars
4. IS:4111 - Code of practice for ancillary structures in STORM WATER DRAINAGE system
manholes
5. IS:4127 -Code of practice for laying of glazed stoneware pipes.
3.0 MANHOLES / CATCHPITS
3.1 LOCATION
Manholes shall be constructed at places as shown on relevant drawings (the detailed drawings will be
furnished during execution of the work) and as directed by Owner/Engineer. The type,
size and specific requirements for construction of manholes shall be as per Approved drawing.
3.2 EXCAVATION
Excavation, shoring, dewatering etc. for the pits of manholes shall be done in accordance Technical
Specification: Section-D1 for excavation, shoring and dewatering and Technical
Specification: Section-D1 for laying of pipes and fittings/specials. The rate quoted for manhole
shall be inclusive of excavation and backfilling, bailing or pumping out water and shoring.
3.3 BED CONCRETE
The bed concrete for manholes shall be done in accordance with specification Technical Specification:
Section-D5 and drawings.
3.4 BRICKS



3.4.1 Bricks used for construction of manholes shall conform to the relevant Indian Standards. They shall be
sound, hard, homogeneous in texture, well burnt in kiln without being vitrified, table moulded,
deep red, cherry or copper colored, of regular shape and size and shall have sharp and square and parallel
faces. The bricks shall be free from pores, chips, flaws or lumps of any kind.Bricks containing
ungrounded particles and/or which absorb water more than 1/6th of their weight when soaked in
water for twenty-four hours shall be rejected. Over burnt or under burnt bricks shall be liable to
rejection. The bricks shall give a clear ringing sound when struck and shall have a minimum crushing
strength of 35-kg/sq. cm. unless otherwise noted in drawings. The class and quality requirements
of bricks shall be as laid down in IS:1077. 3.4.2 The size of the brick shall be 23.0 x 11.5 x 7.5 cm unless
otherwise specified; but tolerance up to (3 mm in each direction shall be permitted. Only full size
brick shall be used for masonry work. Brickbats shall be used only with the permission of
Owner/Engineer to make up required wall length or for bonding. Sample bricks shall be submitted to
Owner/Engineer for approval and bricks supplied shall conform to approved samples. If demanded by
Owner/Engineer, brick sample shall be got tested as per IS: 3495 by Contractor at no extra cost to
Owner/Engineer. Bricks rejected by Owner/Engineer shall be removed from the site of works within 24
hours.
3.5 CEMENT MORTAR
3.5.1 Mortar for brick masonry shall be prepared as per IS:2250. Manholes shall be constructed in brick
masonry with cement mortar. Gauge boxes for sand shall be of such dimensions that one bag
containing 50 kg of cement forms one unit. The sand shall be free from clay, shale, loam, alkali and
organic matter and shall be of sound, hard, clean and durable particles. Sand shall be as approved by
Owner/Engineer. If so directed by Owner/Engineer sand shall be thoroughly washed till it is free of any
contamination.
3.5.2 For preparing cement mortar, the ingredients shall first be mixed thoroughly in dry conditions. Water
shall then be added and mixing continued to give a uniform mix of required consistency.
Cement mortar shall be used within 25 minutes of mixing. Mortar left unused in the specified period shall
be rejected.
3.5.3 Contractor shall arrange for test on mortar samples if so directed by Owner/Engineer. Retempering of
mortar shall not be permitted.
3.6. BRICK MASONRY
3.6.1 All bricks shall be thoroughly soaked in clean water for at least one hour immediately before being laid.
The cement mortar for brick masonry work of manholes shall be in the proportion specified in
3.6.2. Brick work 230 mm thick and over shall be laid in English Bond unless otherwise specified. 115 mm
thick brickwork shall be laid with stretchers. For laying bricks, a layer of mortar shall be spread over the
full width of suitable length of the lower course. Each brick shall be pressed into the mortar and shoved
into final position so as to embed the brick fully in mortar. Bricks shall be laid with frogs uppermost.
3.6.3 All brickwork shall be plumb and square unless otherwise shown on drawing and true to dimensions
shown. Vertical joints in alternate courses shall come directly one over the other and be in line.
Horizontal courses shall be leveled. The thickness of brick courses shall be kept uniform. For walls of
thickness greater than 230 mm both faces shall be kept in vertical planes unless otherwise specified. All
interconnected brickwork shall be carried out at nearly one level (so that there is uniform
distribution of pressure on the supporting structure) and no portion of the works hall be left more than one
course lower than the adjacent work. Where this is not possible, the works hall be raked back according
to bond (and no saw toothed) at an angle not exceeding 45 degrees. But in no case the level difference
between adjoining walls shall exceed 1.25 m. Workmanship shall conform to IS: 2212.
3.6.4 Brick shall be so laid that all joints are well filled with mortar. The thickness of joints shall not be less
than 6mm and not more than 10mm.The face joints shall be raked to a minimum depth of 12mm by raking
tools daily during the progress of work when the mortar is still green, so as to provide a proper key for the
plastering to be done. When plastering is not required to be done, the joints shall beuniform in thickens
and be struck flush and finished at the time of laying. The face of brickwork shall be cleaned daily and all
mortar droppings removed. The surface of each course shall be thoroughly cleaned of all dirt before
another course is laid on top. If mortar in the lower courses has begun to set, the joints shall be raked out
to a depth of 12mm before another course is laid. No extra payment will be made for raking joints.




3.7 CEMENT PLASTER
3.7.1 All joints in masonry shall be raked to a depth of 12 mm with a hooked tool made for the purpose
when the mortar is still green and in any case within 48 hours of its laying. The surface to be
rendered shall be washed with fresh clean water free from all dirt, loose material, grease etc. and
thoroughly wetted for 6 hours before plastering work is commenced. Concrete surfaces to be
rendered will however be kept dry. The wall should not be too wet but only damp at the time of
plastering. The damping shall be uniform to get uniform bond between the plaster and the wall.
3.7.2 The proportion of the cement mortar shall be as specified on relevant drawings. Cement
shall be mixed thoroughly in dry condition and then just enough water added to obtain a
workable consistency. The quality of water, sand and cement shall be as per relevant I.S. The
mortar thus mixed shall be used immediately and in no case shall the mortar be allowed to remain
for more than 25 minutes after mixing with water.
3.7.3 Curing of plaster shall be started as soon as the applied plaster has hardened enough so as not to
be damaged. The decision, as to when the plaster has hardened, will be given by
Owner/Engineer. Curing shall be done by continuously applying water in a fine spray and shall be
carried out for at least 7 days.
3.7.4 Plastering shall be done on both faces of brick masonry in cement mortar.
3.8 CEMENT CONCRETE CHANNEL
The channel for the manhole shall be constructed in cement concrete 1:2:4. Both sides of the channel
shall be taken up to the level of the crown of the outgoing sewer. They shall be
benched up in concrete and rendered in cement mortar (1:1) of 20-mm thickness and formed to a
slope of 1 in 12 towards the channel.
3.9 PIPE ENTERING OR LEAVING MANHOLE
Whenever a pipe enters or leaves a manhole, bricks on edge must be cut to a proper form and laid around
the upper end of the pipe so as to form an arch. All around the pipes, there shall be a joint of
cement mortar (1:2) 13-mm thick between it and the bricks.
3.10 CAST IRON STEPS
3.10.1 Cast iron steps shall be as per IS :5455. The steps shall be of grey cast iron or grade 15 as per IS
210. The steps shall be clean, well cast and they shall be free from air and sand holes,
cold shuts and wrappings. The portion of the step, which projects, from the wall of the manhole
shall have a raised chequered design to provide and adequate non-slip grip. C.I. steps shall weigh
not less than 4.5 kg each and shall be of 150 mm x 375 mm overall dimensions. These steps shall
be coated with a black bituminous composition. The coating shall be smooth and tenacious. It
shall not flow when exposed to a temperature of 63 degrees C and shall not be brittle as to chip of
at temperature of 0 degree C.
3.10.2 Where the depth of invert of manhole exceeds 800 mm, cast iron steps of approved patterns hall
be fixed in the brickwork at the interval of 300 mm vertically and staggered at 360 mm
horizontally centre to centre. In case of pipe diameter greater than 600 mm, box type C.I. steps
weighing 19 kg each shall be provided at 300 mm vertically in the channel of manhole as per
drawing.
3.10.3 Poly Propylene molded/coated steps should be as per instructions of Engineer in charge and
Abstract sheet
3.11 FRAME AND COVERS
Frame and covers for manholes shall be of required type and dimensions as per the relevant drawings.
Following information shall be clearly marked on each cover.
a) Year of manufacture
b) Identification mark of the purchaser
c) SEWER/SWD
d) Arrow showing direction of flow



3.11.1 Cast Iron Frame and Cover
The cast iron frame and cover shall be of grey cast iron as per IS: 1726. The general requirements for
casting and coating of CI frame and cover shall be as specified for CI steps in Clause 3.10.1. The
covers shall have a raised chequered design to provide an adequate non-slip grip. The
rise of the chequer shall be not less than 4 mm. The locking device for cover shall be provided
as directed by Owner/Engineer. The CI covers for load test shall be selected at one for
every lot of fifty or part thereof for each type and size manufactured and as directed by
Owner/Engineer. The frame shall be fixed in cement concrete of M15 grade all round and
finished with neat cement. The manhole frame shall have 560-mm diameter clear opening and
shall weigh not less than 208 kg. including cover. In case of rectangular CI frame and cover of
900 mm x 600 mm clear opening, the total weight shall not be less than 275 kg. In case of scraper
manhole the frame shall have clear opening of 1200 mm x 900 mm and shall weigh not less
than 900 kg including cover. The manhole cover and frame shall be painted with three
coats of anti-corrosive paint after fixing in position. The size, type, weight of frame and cover as
well as locking arrangement for cover shall be as per Approved drawing.
3.11.2 Fibre Reinforced Concrete Frame and Cover
Fibre reinforced concrete frame and cover shall be capable of withstanding load of 35 tones. The
frame shall be fixed in cement concrete of M15 grade all around and finished with neat cement.
The fibre-reinforced frame shall have clear opening of 560-mm diameter and weighing 102 kg.
The cover shall have a minimum thickness of 100 mm and weighing 78-kg. The fibres shall
constitute 1% by weight of the concrete in the form of 50 mm to 100-mm long high tensile steel
wires. For the cover, MS sheet lapping of 18 gauges shall be provided to avoid damage to the
edges. Similarly for frame, MS angle/flat shall be provided along the edge. Both MS sheet and
angle shall be painted with black bituminous paint. The cover should have suitable lifting
arrangement. The fibre reinforced frame and cover shall be manufactured as per the drawing
approved by Owner/Engineer. The size, type, weight and locking arrangement for frame and
cover shall be as per approved drawing.
3.11.3 Reinforced Cement Concrete Frame and Cover
Reinforced cement concrete frame and cover for manholes shall be of required dimensions and shape as
shown in drawing. The frame and cover shall be cast in cement concrete of M20 grade.
Minimum cover to the reinforcement shall be 40 mm. The edges of frame and covers shall be
provided with mild steel angles to avoid damages to the corners. These angles shall be
painted with black bituminous paint. The covers should have suitable lifting arrangement.
3.12- DROP MANHOLE
3.12.1 When a sewer connects a main sewer, and where the difference in level between water line (peak
flow levels) of main line and the invert level of branch line is more than 800 mm or a drop of
more than 800 mm is required to be given in the same sewer line and it is uneconomical or
impractical to arrange the connection within 600 mm, a drop connection shall be provided
for which a manhole shall be constructed as per relevant drawing, incorporating a vertical drop
pipe from the higher sewer to the lower one. This pipe shall be provided outside the shaft and
encased in concrete. A continuation of the branch sewer should be built through the shaft wall to
form a rodding and inspection eye, which should be provided with a half blank flange. The
diameter of the backdrop should be at least as large as that of the incoming pipe. The drop pipe
should terminate at its lower end with a plain or duck-foot bend turned so as to discharge its flow
at 45 degrees or less to the direction of the flow in the mains ewer. The pipe unless of cast iron
should be surrounded with 150 mm thick concrete.
3.12.2 In the case of sewers over 450 mm in diameter the drop in level may be accomplished by one of
the following methods as shown on relevant drawings :
a) A cascade
b) A ramp
c) By drops in previous manholes.



3.13 RCC MANHOLE
3.13.1 In general, plain and reinforced concrete work for manholes shall be carried out in accordance
with the Technical Specification: Section-D5 unless otherwise specified in this specification.
The top slab of manhole shall be cast with shutters lined with plywood and shall be smooth
finished as per Clause 22.4.3 of above specification. For avoiding surface cracks due to variation
in atmospheric temperature and exposure to direct sunlight, RCC slab of manholes after casting
shall be kept wet. M20 grade of concrete used for construction of RCC manhole shall have
minimum cement content of 330 kg/cum. of concrete. Bar bending schedule for reinforcement
shall be prepared by Contractor and got approved from Owner/Engineer before proceeding with
the work. Minimum cover to the reinforcement shall be 40 mm.
4.0 VENT SHAFTS
4.1 GENERAL
Vent shafts shall be erected at such places as shown on relevant drawings (the detailed drawings
will be furnished during execution of the work) and as directed by Owner/Engineer. The
type and height above ground of vent shaft shall be as per Approved drawing.
4.2 MILD STEEL VENT SHAFT
Mild steel vent shaft shall be of 150-mm diameter and 12.2 m height from ground level with
C.I. ornamental cap. This shall be fixed firmly and encased in cement concrete of M15 grade as
shown on relevant drawing with necessary mild steel bolts, plates, etc. for foundation. The vent
shaft shall be painted with one coat of silver paint over one coat of red lead oxide paint. The vent
shaft shall be connected to manhole by 150-mm diameter glazed stoneware pipe encased by M10
concrete of 150 mm thickness all around as per drawing and as directed by Owner/Engineer.
4.3 RCC VENT SHAFT
Reinforced cement concrete vent shaft shall be of M20 grade concrete, 200 mm diameter at bottom and
tapered to 100 mm diameter at top (both inside clear openings) and 6 m height from ground level.
The vent shaft shall be embedded in concrete of M15 grade and anchored by 2 nos. of 16-mm
diameter and 600 mm long MS bars as per the relevant drawing. The vent shaft shall be
connected to manhole as specified in Clause 4.2 of this specification through a brick masonry flue
chamber as per relevant drawing.
4.4 JOINTING OF STONEWARE PIPES
The salt glazed stoneware pipes and fittings shall conform to IS:65. The spigot and socket joints of
stoneware pipes shall be of rigid type and shall be caulked with tarred gasket (prepared ready for
use before being brought on the work) in one length for each joint and sufficiently long
to entirely surround the spigot end of the pipe. The gasket should be driven up to one-fourth
depth of socket by means of caulking tools. After the pipes are thoroughly cleaned and
moistened, mixture of one part of cement and one part of clean fine sand tempered with just
sufficient water to have a consistency of semi-dry condition should be forced into the joint and
well rammed with caulking tools, so that the whole space around the spigot and socket is
completely filled with lightly caulked mortar and the joints shall be finished off with a
splayed fillet sloping at 45 degrees to the side of the pipe. The joint shall be thoroughly cured.
The laying, jointing and testing of stoneware pipes and fittings shall be as per IS:4127.
5.0 MEASUREMENT
5.1 MANHOLES / CATCHPITS
The measurement shall be recorded based on the quantity of brick masonry, plastering,, bed concrete,
Cover Slab, concrete in channel, concrete coping at top, Mild Steel frame and cover,
steps etc. including excavation, backfilling and shoring, but exclusive of bailing and pumping out
water.
5.2 VENT SHAFTS
The rate quoted in Schedule of Quantities and Rates for mild steel vent shaft shall deem to include the cost
of vent shaft with C.I. ornamental cap and/or base including MS. bolts and plates,
necessary excavation, dewatering, backfilling, foundation, stoneware pipe connection to



manhole inclusive of concrete encasement, painting, erecting etc. complete. The measurement
for vent shaft shall be per number basis. The measurement for vent shaft shall be per number
basis.
5.3 NOTES
5.3.1 If any damage is caused to the other services such as water supply pipeline, sewer, cable, etc.
during the construction of manholes and erection of vent shafts, Contractor shall be held
responsible for the same and shall replace the damaged services at his own cost to the full
satisfaction of Owner/Engineer.
5.3.2 The interior of manholes shall be cleared of all debris after construction and before testing the
same for water tightness by Contractor at his own cost.
5.3.3 Water for testing of manholes along with pipeline shall be arranged by Contractor at his own cost.







































































SECTION - D9 SPECIFIC TECHNICAL REQUIREMENTS FOR LAYING OF RCC PIPES

1.0 SCOPE
1.1 This section specifies the specific technical requirements for laying, jointing, testing
and commissioning of R.C.C. pipes for conveyance of sewage. This section and other
specifications of Section D are mutually dependent and essential for correct interpretation of the
contract. In case of conflict in any of these specifications, the requirements of this section shall
govern.
2.0 EXCAVATION
2.1 Before excavating the trench, the alignment of the R.C.C. pipes shall be got approved
from Owner/Engineer. The excavation for trenches shall be carried out in accordance with the
Technical Specification: Section-D1. All excavation work in trenches for laying of the
R.C.C. pipes shall be mechanized except in local developed areas to expedite the work.
2.2 All precautions shall be taken during excavation and construction to guard against possible
damage to any existing structure/pipelines etc. Also utmost care shall be taken to prevent side
collapse during excavation. No payment for removal of any collapsed earth shall be made.
2.3 Contractor shall provide suitable barricade, fencing on both sides of excavation for its full length.
Also necessary construction signs, red lanterns and guards as required shall be provided
and maintained during the progress of work.
2.4 Stable side slopes to excavation shall be provided wherever space for such slopes is available and
side slopes are permitted by Engineer. The excavation with side slopes shall be measured and
paid for. Engineers approval for side slopes during excavation shall not relieve
Contractor from his responsibility for any damage or subsidence. In congested areas, where
side slopes are not feasible and/or not permitted by Engineer, Contractor shall provide
suitable shoring and strutting for excavation. The design of bedding and quantities are based
on width of trench defined in approved drawing and side slope of 1 horizontal to 10 vertical on
either side in dry soil and 1 : 5 in wet soil. A suitable side slope shall be provided to meet
with specific site condition as directed by Engineer in Charge.
2.5 The material from excavation shall be deposited at such places as directed by Engineer
leaving adequate clear distance form the edge of the trench as may be necessary to prevent the
sides of the trench from slipping or collapsing or at such a distance and in such a manner as to
avoid covering fire hydrants, manhole covers, etc. and so as to avoid abutting against any
wall or structure or causing inconvenience to the public and other service organizations or
otherwise as Owner/Engineer may direct. The basic lead for disposal of excavator material shall
be 50m, as against 100m mentioned in Technical Specifications: Section-D1, Earthwork in
Grading, Excavation and Backfilling.
2.6 Service lines if met with during excavation shall be properly maintained by Contractor by means
of shoring, strutting, planking over, padding or otherwise as Owner/Engineer may direct
and shall be protected by Contractor from damage during the progress of the work and if
damaged, such damage shall be made good either by Contractor or by other agency, as
Owner/Engineer may decide and wholly, in either case at the risk and cost to contractor. For
supporting 150mm diameter and above pipes and high-tension cables, contractor shall be paid
separately only if special measures have been taken to support the above services by Contractor
and deemed fit by Engineer.
2.7 Utmost care shall be taken to see that width of trench at the top of pipe is not more than that
specified in Approved drawing. In case additional width is required it shall be provided only in
the top portion from the ground level up to 3mm above the top of pipe. If any extra width is
excavated in the area below this portion Contractor shall have to provide remedial measures
as directed by Engineer. Contractor shall not be paid for extra excavation as well as for any
remedial measures. The design of bedding and quantities are based on width of trench defined in
Approved drawing and side slope of 1 horizontal to 10 vertical on either side in dry soil and 1 : 5



in wet soil. A suitable side slope shall be provided to meet with specific site condition as directed
by Engineer in Charge.
2.8 In case of excavation of existing roads, the road metal and also the rubble packing shall
first be stripped off for the whole width of the trench/pit and separately deposited in such place or
places as may be determined by Engineer. In case of the metal packing or Khandakies not being
so deposited or being mixed up with excavated material and not being available for making good
the road surface, the cost of the new metal packing of Khandakies as required shall be
charged to the Contractor. Excavation in asphalt/concrete road or pavement of any thickness
shall be considered as separate item for payment as provided in Schedule of Quantities and
Rates. Such work shall neither be part of excavation in hard rock as mentioned in Technical
Specification: Section-D1.
2.9 The excess excavated material shall be carried away immediately from site of works to places up
to a distance specified in Schedule of Quantities and Rates and as directed by Owner/Engineer so
as not to cause any inconvenience to the public or traffic convenience, Owner/Engineer shall carry
out and the work by any other agency at Contractors risk and cost. If the instructions
from Engineer are not followed within seven days from the date of instructions to cart the
materials and to clear the site, the same shall be carried out by Owner/Engineer at the risk and
cost of Contractor and no claim or dispute shall be entertained in this respect.
3 BACKFILLING
3.1 Trench shall be back filled with approved selected excavated material only after successful
inspection / testing / verification of levels of the pipeline by VMSS or their authorized
representative. The tamping around the pipe shall be done by hand and other hand operated
mechanical means. The water content of the soil shall be as near the optimum moisture content as
possible. Filling of the trench shall be carried out simultaneously on both sides of the pipe in
such as manner that unequal pressure does not occur. Backfilling shall be done in layers not
exceeding 30cm. Each layer shall be consolidated by watering, ramming, care being taken
to avoid damage to the pipeline. The compaction shall be done to achieve the 95% of Proctor
density. The trench shall be back filled after end of work and road shall be restored according to
the drawing and specifications.
4.0 R.C.C. PIPES
4.1 R.C.C. pipes and collars shall strictly conform to IS: 458. The internal diameter, type, class and
three edge bearing strength of pipes shall be as per IS: 458 Latest Edition.
4.2 The pipes shall be laid perfectly true both in alignment and gradient on specified bedding as
shown on relevant drawing. The type of joint and the cement mortar proportion for jointing of
pipes shall be as per IS Code.
4.3 Contractor should protect the completed work of pipeline from any damage and prevent the back-
filled earth entering into the pipe at his own cost. After laying and jointing of pipeline Contractor
should clear the entire pipeline inclusive of manholes/chambers of all debris before testing. It will
be the sole responsibility of the contractor to prevent the earth, silt, any type of material/water etc.
entering into the excavated trench, laid pipelines or manholes during the course of execution of
work also. Due to any reason, any material if entered, will have to be removed by the contractor,
at his own risk and cost.
5.0 TESTING FOR WATER TIGHTNESS
5.1 R.C.C. pipes after jointing inclusive of manholes shall be tested for water tightness in
suitable stretches before backfilling excavated earth, as per clause nos. 8.1 and 8.2 of Technical
Specification: Section-D7 Reinforced Cement Concrete Pipes.
6.0 AGGREGATES
Aggregates used for concrete shall consist of naturally occurring stones (crushed or uncrushed) and sand.










D10 - BREAKING OF ASPHALT ROADSURFACE

Breaking of Asphalt road surface :
For laying of pipes the contractor shall break the asphalt road surface of any thickness wherever shown by the
corporation after diverting the traffic and keeping the sign board of "Road closed - Work in Progress". The
contractor shall carry out the work after providing proper lighting during the night hours, providing
fencing wherever required and publishing a public notice for the closure of road. The rubbish
excavated shall be stacked nearby and shall be used during refilling.


The rate shall be in sq. meters.















































D 11 - CI / DI PIPES

Purchasing, Providing & Laying of Ductile Iron Pipes :
Ductile iron Spun Pressure Pipes, suitable for Drainage works, of required diameter Shall be supplied at store as
per I.S. 8329-2000 and its latest amendment .
The pipe shall of K-9 class with Socket Spigot ends suitable for push-on-Jointing with inside cement mortar
lining (OPC) and outside Zinc plus Mechanically/ Spray (Cold) applied Bitumen Coating conforming to
IS 8329-2000 along with test certificate. Materials to be supplied with consideration of third party
inspection of the agency approved by VMSS.
The pipe shall be of K-9 class and including supply & fixing of SBR Tyton Ring (having ISI mark) required in
joint. Rate shall be per running Meter of pipe length & Contractor shall include in his rate, all taxes,
loading, unloading, insurance, carting etc. comp.
The socket and spigot shall be properly cleaned using wire brush before the DI pipes and specials are laid in line
in the trench. The spigot shall be properly fixed in the socket in line and level, using chain pulley block or
such approved method. If required the pipes shall be cut using appropriate equipment before they are laid.
Fixing/ Jointing of specials is included in the labour charge. The Tyton rings as per IS 5382-1985 ( Neoline and
Nitrile rubber, SBR ) shall be used for making the joints for the pipes and specials. The required
material for the Tyton joint shall be procured and supplied by the contractor and its rate shall be
included. Laying of D.I. pipes include necessary connections with the existing APS / Manholes as per the
instruction of the Engineer-in-charge. Contractor shall give Hydraulic pressure test at 6.0 kg/sq.cm.
for 15 minutes and leakage test at 3 kg/sq.cm for 2 hours as per relative IS Specification, the water,
material & equipment required for testing shall be arranged by the contractor at his own cost.
The Rate shall be per running meter.
Supply of DI Specials
Manufacture, supply & Delivery of Ductile Iron Flange socket spigot bends, tees, reducers or any
other specials as per BS-EN-545/1995 Class-A series K-12 suitable for use with D.I. pipes
manufactured as per IS:8329/1994 delivery of specials is to be made to VMSS store or site of works. D.I.
fitting shall be as per IS specification and ISI-mark, along with test certificate, including all taxes, loading,
unloading, carting, stacking, insurance, inspection charges, octroi etc. complete .
The rates shall be per kilogram weight of specials.
Lead Jointing :
The DI pipes shall be cut as per instruction of the Engineer in-charge and the material / debris and
waste obtained shall be deposited in the respective stores of the corporation. The contractor shall bring
Tee, collar, bends, etc., specials to the site of work, place the same in position, cut the existing DI pipe,
and fix the pipe in required line and level. The required jute, lead, tools, etc., shall be supplied by
the contractor. For the excavation for the existing lines, the contractor shall provide rope fencing,
required lighting during night hours, after dressing and providing wooden planks, de-watering, lead joint
shall be made in presence of the corporation's Engineer in-charge.
To make the lead joint and the to facilitate the caulking the area around the joint shall be excavated to 1.5 ft. as
directed by the corporation' engineer to make available the working space. Cleaning the pipes
and special sockets, supplying approved quality of jute and inserting it with required equipment and
filling the joint with lead as per the details given below or as per PWD HBA-2, Table - CC (VII). The
joint shall be kept open from all the sides and got checked from the site overseer.








Sr No. Details of Lead required Depth of Lead Joint Remark
(kg) (cm)
1 100 mm. DI pipe 2.50 5.0 As per PWD
2 150 3.62 6.0 HBA-2,
3 225 6.12 7.85 Table - CC (VII)
4 300 7.70 8.00
5 375 10.45 8.25
6 450 14.30 8.30
7 525 16.25 8.50
8 600 19.00 9.15
9 700 21.00 10.0
10 750 25.00 11.0


Maintaining the gaps as mentioned above, pouring lead into the joints using lead, wool, etc., at site and
after heating the lead making the joint in presence of the corporation's engineer. The joint made in
absence of the engineer shall not be considered and the contractor shall remove the joints and the lead at
his own expense and redo the joint in presence of the engineer. The contractor shall provide the required
caulking tools and do the caulking. Contractor shall see that in no case the lead come out of the joint and
in no circumstances he would be allowed to cut the same.
The item shall be paid per number.
Supplying Cast Iron Valves
Sluice Valve
For the work of supplying of (PN-1.0) C.I. double flanged sluice valve, as per relative IS Specification (IS 780
& IS 2906) & mark, double flanged, non magnetic, stainless steel housing, 3 tpi spindle with gun metal
nut, hand wheel-operated and opening clockwise direction, tested & confirming to IS 2906/ 1969,
flanges drilled to IS 1538/ 1976 with cap, hydraulic tested of Kirloskar, I.V.C., Kilburn, Durga make as
approved by department, shall be supplied at site. Test certificate as per IS requirements shall have to be
provided with the valve. The rate shall be inclusive of all type of taxes, loading, unloading, freight, octroi,
insurance, etc. in the proposed supply. The sluice valve body shall be tested for a pressure of 20 kg/cm2.
And seat for 10 kg/cm2. Item includes supply of tail pieces for the connections.
The rate shall be per number.
Air Valve
The Air Valve shall be 100mm dia. Double ball flanged type of relative IS Specification (IS 780 & IS 2906) and
approved make, H-40 type, with all types of fittings, required bolts, rubber gasket (packing) etc. shall be
supplied with the valve.
The rate shall be per number.
Fixing of CI Valve
The materials purchased from the market such as sluice valves, air valves, tail piece, bolt, nut, rubber packing,
lime, etc. after properly checking and verifying, transporting to the site of work, jointing the tail piece
and valve using rubber packing, nut, bolt, lime, etc. after properly cleaning the tail piece and the flanges
of the valve. Thereafter the trench shall be further excavated as required and the valve shall be lowered
using the chain pulley block and keeping wooden planks and bricks at the side and bottom for
proper leveling. The contractor shall be responsible for protecting the valve., tail piece, etc.
materials brought to the site. The contractor will be responsible for protecting the sluice valve spindle
till the pipe line is handed over to the corporation. The excavation required for the valve shall be paid in
the item of excavation.
The rate shall be per number.
Constructing Valve Chamber (1.3mt X 1.3mt)



a. The contractor shall carry out the excavation work as per the relevant item. To lay 150 mm. thick
1:4:8 PCC using black metal cement concrete, compacting, finishing and curing as shown in the
design and drawing. To construct 23 cm thick wall in CM 1:6, 12 mm thick (1:3) smooth cement
plaster from inside and 1:3 cement pointing on outside surface with cement pointing. The top of
the chamber shall be covered with 150 mm. thick in 1:2:4 RCC pre-cast slab in two parts with
Key hole provision. 30 cm below the pipe line invert the cement concrete block shall be extended.
The coping shall be 150mm thick in 1:2:4. The valve base shall be in 1:2:4 C.C. C.I.
steps shall be of 4.5 kg/each weight and at 350mm vertical c/c distance. The IPS shall be casted
in 40 mm. thick in the proportion of (1:2:4). The above work shall be inclusive of cost for
centering, reinforcement, sand, bricks, binding wire and all other required material and labour etc.
The chamber shall have clear internal dimensions of 1.3 m. x 1.3 m. The rate shall be per number
up to 1.0m depth chamber of above size. If depth exceeds 1m extra rate applicable shall be per
meter depth beyond 1m depth.
b. For the additional depth work shall be carried out as specified above, the rate of which shall be
per running meter.
c. The contractor shall construct valve chamber required for the heavy duty valve inclusive of
required brick masonry, plaster, etc., as shown in the drawing and specification and inclusive of
the required material and labour.
Constructing Valve Chamber (2.0mt X 2.0mt)
a. The contractor shall carry out the excavation work as per the relevant item. To lay 230 mm. thick
1:4:8 PCC using black metal cement concrete, compacting, finishing and curing as shown in the
design and drawing. To construct 35 cm thick wall in CM 1:6, 15 mm thick (1:3) smooth cement
plaster from inside and 1:3 cement pointing on outside surface with cement pointing. The top of
the chamber shall be covered with 150 mm. thick in M-200. RCC pre-cast slab in two parts with
Key hole provision. 30 cm below the pipe line invert the cement concrete block shall be extended.
The coping shall be 150mm thick in M-200. The valve base shall be in M-200 C.C. The C.I.
steps shall be of 4.5 kg/each weight and at 350mm vertical c/c distance. The IPS shall be casted in
40 mm. thick in the proportion of (1:2:4). The above work shall be inclusive of cost for centering,
reinforcement, sand, bricks, binding wire and all other required material and labour etc.
The chamber shall have clear internal dimensions of 2.0 m. x 2.0 m. The rate shall be per
number up to 2.0m depth chamber of above size. If depth exceeds 2m extra rate
applicable shall be per meter depth beyond 1m depth.
b. For the additional depth work shall be carried out as specified above, the rate of which shall be per
running meter.
c. The contractor shall construct valve chamber required for the heavy duty valve inclusive of
required brick masonry, plaster, etc., as shown in the drawing and specification and inclusive of
the required material and labour.





















D 12 - GENERAL BUILDING ITEMS
Specifications of civil engineering materials
1.1 Water
The Contractor shall make all the arrangements for adequate supply of water for efficient execution of the
work and for the needs of the labour employed thereon. Water used in masonry work,
making concrete, mortar for bricks and for other plain or reinforced general constructions shall be
reasonably clean and free from impurities, Alkali, Salts and other deleterious substances
likely to cause efflorescence or which are likely to be harmful to the work. As a rule water is
clear and potable will be considered satisfactory for all those purpose.


1.2 Sand
The sand shall consist of natural sand composed of fine granular materials resulting from natural
disintegration produced by crushing hard stone or gravel. The sand shall be hard, durable,
chemically inert, clean and free from adhering coating, particles of shells, mica and organic, clay
balls or pellets. The sand shall not contain any harmful impurities, such as iron, pyrites, alkalis,
salts, laminated or other materials in such a form or in such quantities as to affect adversely the
hardening, strength, the durability or the appearance of the mortar or concrete. The amount of
deleterious substance, namely clay, fine silt and fine dust, shall not exceed 4 percent, sand
containing more than the prescribed limits of clay or mud etc. shall be properly washed prior to
being used. The sand shall not contain organic impurities in quantities, show a colour
darker than the standard, when subjected to Carolinian test as specified in IS : 2116 & IS
1542. The contractor shall use sand for concrete work from approved quarries only.


1.3 Coarse Aggregate
The source from which the aggregate is to be procured shall be subject to approval to the Engineer-in-
charge /Consulting Engineer, it shall be conforming to IS : 383. The coarse aggregate
shall be of stone or clean gravel and the size of gauge specified having clear, hard strong and
durable fragments. It shall be free from dirt, clay, leaves or any organic matter, the broken stone
and shall be free from admixture of soft or decayed stone and shall have not infuriuos chemicals
actions when mixed with concrete. The contractor shall wash the aggregate use of his
expense wherever required by the authorized representative of Engineer-in-charge/ Consulting
Engineer.

1.4 Cement
Portland Cement conforming to Indian Standards specifications IS: 269 1958 shall be used. It
shall be stored to the satisfaction of the Engineer-in-charge in weather proof sheds, building or
ware house or dry platform and protected from rain and moisture. Cement shall be stored in bulk
at place but should be staked out separately and distinctly. Cement which has set a partially set,
shall not be used in the work. Any cement that is damaged through careless handling
transport and storage shall be contractor's responsibility and contractor shall remove all
rejected cement from site within 24 hours. Cement stored for a period not more than three months
shall only be allowed to be used, if permitted by the Engineer-in-charge, and if any tests required
to be carried out the contractor shall do so at his cost.

1.5 General Note



Wherever discrepancies regarding specifications of materials mentioned aforesaid are
found, and where no specification numbers are mentioned (pertaining to materials to be used in
the works) in all such cases relevant Indian Standard Specifications with all their latest
amendments shall be applicable.

The Engineer-in-charge at his own discretion may reject any material offered or delivered for use
in the work if not found fulfilling specifications. The quality of the materials is to be
supported by manufacturer's certificate.


The contractor shall have to carry out third party inspection of all the material including
pipes, valves, etc. at contractor's cost from the Govt. approved Lab. Or Agency fixed by the
Engineer-in- charge, and submit the certificates. Above this, the Engineer-in-charge shall
have liberty to have this material tested at contractors cost and the result of such test should be
final and binding to the contractor.





D - 13: SPECIFICATIONS OF COMPLETED ITEMS
13.1 Excavation for laying of Ductile Iron Pipe / RCC Pipe / Construction of channel / Manholes &
Chambers
Excavation in all types of soils, soft and hard up to 1.5 m. depth and from 1.5 m. to 9.0 m. depth
(keeping the clear cover of soil on the top of the pipe 1.2 m ). Line out along the alignment of the
pipe or channel using lime or suitable colour, getting it approved from the deputy engineer,
breaking the surface and excavating up to the required depth. The contractor shall provide at his
own cost, red light and a watchman during the night hours, and provide fencing using ropes on
both the edges of the trench before starting of work. The contractor shall keep a sign board with
"Road closed - Work in Progress" written on it.
Along the alignment of pipe, breaking of the road surface, removing stone paving carefully and
also removing the rubbles, metal, bricks and stones and dumping the excavated materials viz;
metal, brickbats, etc. 1.0 m. away from the trench and protecting the excavated material till the
work is complete. Excavation will be allowed to be carried out up to maximum 100 m. length.
Further excavation shall be permitted after laying of the pipe line is complete in the excavated
trench.
The work shall be executed in such a way that the water connections, drainage
connection, telephone, electric cables, etc., met during excavation are not damaged. If required
these cables and poles shall be supported properly, even then these lines and cables are
damaged, the contractor shall be held responsible. In case of damage to the water and drainage
lines, electric poles etc., during excavation the contractor shall repair the same at his own cost
immediately. In case such repair work is not attended immediately, it will be executed through
other agency or department and the entire repair expenditure shall be deducted from his
bill or from the amount payable to him.
Any diversion required in existing service lines/House connections coming in the line of work
shall have to be diverted by the contractor at his cost & risk, as per the instructions & directions
of Engineer-in-charge. Excavation shall be carried out in all types of soil, dry, moist or water
logged. If required the contractor shall procure his own pump and carry out the de-
watering. The places where the soil is soft or made-up (refilled), the contractor shall
provide wooden planks and supporting structure to the trench, to avoid any mishap or accident.
The excavated stuff shall be dumped at about 2 m. away from the trench (within 90 meter lead),
properly in the line and approach shall be provided across the trench at a suitable interval for the
public to cross over. The contractor's rate shall include excavation in all types of roads including
breaking brickwork, concrete, etc. No extra rate shall be payable for this work.
The rate shall be per cubic meter.
13.2 Refilling :
After the pipes are laid and jointed, the trenches shall be refilled keeping the joints on both the
sides open, in layers of 15 cm., watering, compacting / ramming and refilling the balance trench
after successful testing of pipe. The top 23 cm. layer in the trench shall be refilled with metal,
brickbats and the broken pieces of asphalt road surface and compacting the same using rammer.
The excess excavated material shall be carried and disposed off properly by the
contractor within VMC limits at the place shown by the department. In case extra earth is
required for refilling of the trench the contractor shall bring the earth at his own cost and
satisfactorily complete the refilling.
Rate shall be per cubic meter.
13.3 Dismantling and demolition of RCC / PCC / Brick Work
The contractor shall have to dismantle existing RCC/ PCC/ Brick work according to requirement
and instruction of engineer in charge. The removed stuff shall be transported and
placed without affecting the work and general peoples according to instruction of engineer-in-
charge.





13.4 Brickwork
Brickwork shall be done in bond as per design and with frog upwards necessary to make the
bond. The bricks shall be well burnt, free from crack, flows, stone, efflorescence, regular in shape
and size and shall have sharp and square sides and parallel faces to ensure uniformity of thickness
of the course of brickwork. Any random brick chosen as sample shall have a clear ringing
sound when struck with might hammer. Bricks shall not break when thrown over a height of
75cm. The work of brickwork shall proceed in horizontal layers preferably for the complete
length. All courses shall be truly horizontal. This thickness of the mortar joint shall not exceed
12mm. There shall be only 7 courses in a height of 60 cm.
13.5.1 Soaking
Before being used in the work all bricks must be thoroughly soaked in water for atlas 4 hours.
The water absorption shall not be more than 18% of its own weight.
13.5.2 Racking of joints
In ordinary work and in all work to be covered up, the mortar in each joint shall be struck as the
work proceeds. When the brickwork is to be pointed or plastered the joints shall be racked clear
of mortar to a sufficient depth not less than 20mm while the mortar is still soft.
13.5.3 Watering the work
The work is to be kept well watered complete work is to be kept wetted for a period of 15 days.
13.6 Mortar
The mortar shall be of Cement mortar proportions 1:6/ 1:3 as specified shall conform to
the specifications of the mortar. The proportion shall be by volume All joints horizontal and
vertical shall be thoroughly and firmly filled in with mortar. The prepared mortar shall be used
within 30 minutes of adding water. So only such quantity of mortar shall be prepared which can
be used within 30 minutes. The rate shall be per cum. Half brick wall masonry shall be paid on
square meter basis.
13.7 Laying Cement Concrete in Foundations under Floors:
Before laying the concrete, the bottom and sides of the trench up to the proposed height of the
concrete shall be moistened. The concrete shall be laid and not thrown, in layers not exceeding
150mm in depth and shall be tamped immediately after laying.
13.7.1 Weep holes, Chases, Holes, Recesses and Inserts:
The contractor shall provide 110 mm dia PVC pipes (pressure capacity: 4 kg/sq.cm) for weep
holes and fix the same according to requirement during masonry work as per the
instruction of engineerin charge. Make shall be FINOLEX, SUPREME, POLYSIN, PRINCE
only. The rate shall be per Running Meter. All chases, holes and recesses for foundations
bolts, various services and other requirements must be formed as shown on the drawings or as
directed by the Executive Engineer during the execution of the work, without extra charge.
The contractor shall fix all necessary inserts in the concrete for support of hangers for pipes
and cables, ceiling clamps for lights and fans or for ducts, etc. If any of the inserts are to be
supplied by other agencies, no extra payment will be made to the Contractor for placing
the inserts in positions.
13.7.2 Load Testing of the Structures:
Load Tests shall be carried out in accordance with IS: 456, if required by the City Engineer/
Engineer.
13.8 Mild Steel / Tor Steel reinforcement
The mild steel, Tor steel reinforcement to be used in the structures shall be tested
according to the standard specifications. The diameters and the length of the bars shall be
according to the design and shall be free from any rust or color on it. The bars shall be cut to
sizes, and tied using binding wires after arranging as shown in the drawing. The reinforcement
shall be got approved from the Engineer in charge.



Note : Mild steel/tor steel reinforcement to be tested in compression (chemical and physical test)
which shall not be paid extra and has to be included in the tender by the contractor.
The rates shall be in Kilogram weight of reinforcement.

13.9 Providing and Laying Plain Cement Concrete
Good quality of cement, sand, gravel, shall be supplied for the work of plain cement
concrete 1:2:4 / 1:3:6 / 1:4:8. The sand and the gravel shall be actually measured and mixed with
cement in the mixture machine to make uniform consistent concrete and this concrete shall only
be used.
Whenever concrete is required to be mixed manually the same shall be mixed on the
concrete / steel platform using 10% more cement, which shall not be paid extra. When the
concrete is to be manually mixed, it shall be thoroughly mixed twice before the water is added
and twice after the water is added and when the concrete is of uniform color then only it can be
used. The concrete left unused for more than 20 minutes will not be allowed to be use. The form
work for the cement concrete work shall be strong and of very good quality. Oil shall be applied
on it before the concreting. The item shall include the rate of providing form work, centering
nails, labour for removing form work, etc., and no separate charge shall be paid for it. The
concrete work shall be kept wet by watering at least 3 times a day and cured for 15 days. The
entire work shall be carried out using good quality material and form work and employing skilled
masons. The rate shall be per cubic meter of concrete.
13.10 RCC work in proportion M-250 / M-200 / M-150
All major RCC work shall be carried out in RMC as per the latest amendment of IS-456. No
water proofing chemical/compound shall be used for any kind of RCC works. The details of
cement, sand, gravel for casting column footing, column, beam, slab, lintel, coping, wall,
etc., as specified earlier. The cement, sand and gravel shall be actually measured and mixed
in the mixer machine to make uniform consistent concrete and this concrete shall only be used.

Curing shall be compulsorily done for 28days otherwise the contractor shall be penalized.
Whenever concrete is required to be mixed manually the same shall be mixed on the concrete /
steel platform using 10% more cement, which shall not be paid extra. When the concrete is to be
manually mixed, it shall be thoroughly mixed twice before the water is added and twice after the
water is added and when the concrete is of uniform color then only it can be used. The concrete
shall be shifted and poured within 20 minutes after addition of water and the concrete left at the
end of the day shall not be allowed to be used in the next day. The form work for the cement
concrete work shall be strong and of very good quality. Oil shall be applied on it before the
concreting. The item shall include the rate of providing form work, centering nails, labour for
removing form work, etc., and no separate charge shall be paid for it.
The form work once used shall be properly cleaned using wire brush and grease or oil shall be
applied on it. The centering and form work shall have to be got approved from the executive
engineer and the centering shall be supported on double tier. The form work shall be kept in
position for 4 days for column, 4 days for slab and 22 days for beam and lintel bottom. In case of
exposed concrete form work as recommended by the architect or form work from good quality
plywood shall be used. Loft of any thickness shall be provided as shown in the RCC design and
drawing. Reinforcement steel shall be provided as shown in the design and drawing and the same
shall be got approved from the executive engineer. Care shall be taken during concreting
so that the concrete can be placed all around the reinforcement and proper compaction shall be
carried out using vibrator.
The concrete thus cast shall be watered at least 3 times a day to keep it wet all throughout the day
and shall be cured for 28 days otherwise the contractor shall be penalized. The surface
continuously exposed to the sun shall be provided with cement plaster and white wash or color
wash in 3 coats. Cube testing shall be done as per IS specifications and one copy of the testing
certificate shall be submitted to VMSS, PMC, TPI each.



General
Applicable provisions of Conditions of Contract shall govern work under this section. All concrete work,
plain or reinforced shall be carried out strictly with this specification and any working drawing or
instructions given from time to time to the Contractor. The Contractor's rates shall allow for wastage in all
materials as well as for all tests of materials and for concrete.
No concrete shall be cast in the absence of the Executive Engineer's representative or any other person
duly authorized by him. The Contractor's Engineer shall personally check that both the formwork and
reinforcement have been correctly placed and fixed, and shall satisfy himself that all working preparatory
to the casting is completely ready, before calling the Executive Engineer's representative for final
inspection and approval for which purpose at least 24 hours notice shall be given by the Contractor.
The Indian Standards wherever referred to herein shall be the latest edition of such standards.
Cement
Cement shall confirm to IS : 269 Cement Tests shall have to be carried out at Contractor's expense
as and when directed.
Aggregate:
The fine and coarse aggregates shall confirm IS : 383 and shall meet prior approval of the Executive
Engineer [SWD ].
Reinforcement:
The Tor steel reinforcement shall conform to relevant IS .
The reinforcement shall be bend to the shapes shown on the drawings prior to placing and all bars must
be bend bold. The steel shall be placed in such a way that, it is rigidly held in position while concrete is
being cast. The correct clearance from the form shall be maintained by either precast mortar
blocks or by metal supporting chairs to be supplied by the contractor free of cost. The intersections of
rods crossing each another shall bound together with soft pliable wire No. 16 S.W.G. at frequent intervals
so that reinforcement will not be displaced in the process of depositing concrete. The loops of binding
wire should be tightened by pliers.
Concrete Proportioning:
The concrete proportion shall be as indicated on the approved drawings and shall confirm to IS : 456.
The minimum cover to main reinforcement shall be 25mm or the diameter of the bar whichever is
greater, or as specified in the drawings. In case of surfaces exposed to corrosive action of sewage as in
sumps, the cover shall be increased up to 55mm as directed. Type of joints, spacing of joints, use of all
jointing materials and other features pertaining to the provision of movement joints in liquid
retaining structures shall be got approved prior to the commencement of construction. All reinforced
concrete work shall be thoroughly and efficiently vibrated during laying by use of vibrators. For liquid
retaining structures, whose external surfaces are exposed, the same shall be deemed to be satisfactorily
watertight if the external faces show no signs of leakage and remain apparently dry over the period of
observation of 7 days. After allowing a period of 7 days, for absorption after filling, Covered tank where
all faces are not accessible for inspection, shall be kept filled with water for 7 days and thereafter, the
drop of water over the next 7 days shall not exceed totally a depth of 12.5mm. Approved corrective
measures, if necessary, shall be undertaken by the Contractor at his own expense.
Workmanship
All concreting work shall be carried out according to the IS:456, Indian Standard Code of Practice for
Plain and Reinforced Concrete for General Building construction. It should, however, be noted that for
over 20 cum of concrete placed or for every one day's work a minimum of 6[Six] cubes shall be cast for
test purposes and tested at the contractor's expense in an approved laboratory.
Form Work
The form work shall conform to IS:456.
Curing
The Concrete shall be cured according to IS:456 or as directed.



Concrete Finish
The Concrete surface on removal of form work shall be such that no finishing is necessary, if however,
the surface is not satisfactory, the contractor shall, if so instructed, remove unwanted projecting parts by
chipping and smoothen the surface with cement rendering at his own expense.
Construction Joints
These shall be in accordance with IS:456 or as shown on the approved drawings. The centering for forming,
the construction joint shall be firmly fixed and adequately slotted for reinforcement extending
beyond the joint. If any concrete flows past this stop, it shall be backed off as soon as the concrete has set.
Care shall be taken not to disturb the reinforcing steel in casting the second half of a member with a
construction joint and thereby crack the concrete previously placed.
The joint shall be of the 'rebated' or 'keyed' type, inclined 'feather' or 'straight joint' shall not be permitted.
The joints/ Water Stops shall be got approved by the Engineer-in-charge before their placement in to the
structure. Water stop as per requirement shall be provided. Supply of 180mm size Dum Belled type PVC
water shall be separate item and shall be paid running meter length basis.
Expansion Joints
Expansion joints shall be provided at positions shown in the approved drawing or as directed and shall
comply strictly with the details shown on construction drawings. Reinforcement shall not extend across
any expansion joint and the break between the two sections MUST be complete. Unless otherwise
specified, the gap shall be filled with an elastic joint consisting of the following ingredients ( by weight ),
pre heated to a temperature of 190C ( 375F ).
a) Very fine sand - 60%
b) Hot Bitumen Emulsion - 33%
c) Cement - 7.5%
d) Fine Chipped Hemp - 2%
Contractor's Supervision
The contractor shall provide constant and strict supervision of all the items of construction during
progress of work, including the proportioning and mixing of the concrete and bending and placing
of reinforcement. Before any important operation such as concrete or striping of form work has begun,
adequate notice shall be given.
13.11 Cement Plaster
Materials : Cement aggregates and water provided by the contractor for the item shall
confirm to the specifications of the materials in this tender and IS : 456 of 1967.
Smooth surface of concrete shall be suitably roughened to provide necessary bond, while in
masonry work, joints shall be racked out when mortar is green, all dirt, soot, oil or any other
material that might interfere with satisfactory bond shall be removed. The surface shall be
screened and scrubbed with fresh water and kept wet for six hours prior to plastering, it shall be
kept damp during the progress of work.
Patches of plaster 150mm x 150mm shall be put on about 3 meters apart as gauges to ensure even
plastering in one plane. In all plaster work, the mortar shall be applied with some what more than
the required thickness and well pressed into the joints, and the surface scrubber and leveled
with a flat wooden rule to give required thickness. Long straight edges shall be freely used to
ensure perfectly plane and even surface. All corners shall be finished to their true angles or
rounded as directed by the Engineer-in-charge. Plastering shall be done from top to downwards.
All exposed angles and junctions shall be carefully finished. The finished thickness shall not be
less than in any place. Finishing coat shall be provided to the plaster as specified. A coat of
cement and fine sand mortar or neeru (about 12mm thick) shall be applied to the surface with a
trovel to provide uniform texture while the base coat is still plastic. All plaster work shall be kept
damp continuously for 7 days. The rate shall be per square meter.

13.12 Sand Faced Plaster



The base coat plaster shall be of cement mortar of specified proportions and thickened and shall be laid
as per previous item. However, instead of finishing the top surface, smooth keys shall be formed on the
surface with wavy horizontal lines when mortar is still plastic. The base coat shall be cured for minimum
two days.
Second coat shall be of cement mortar with specified kind of cement and specified proportions and
thickness. The coat shall be applied evenly in true line and level by using approved quality of coarse
sand. This shall be perfectly screened so that cleaned coarse sand of uniform size shall be used. The
surface shall be finished with a wooden float or rubber sponge to obtain the surface sand faced.
So as to have uniform number of sand particles per square meter, This shall be uniform
throughout and shall give approved Grey color to the structure. Sample plaster shall be got
approved by the Engineer-in-charge before starting the work and the whole work shall be carried
out strictly in conformity with the approved sample. When the finishing coat is hardened, the surface
shall be kept watered continuously for 14 days. The rate shall be per square meter.
13.13 Water Bound Distemper Paint:
Approved quality, make & shade of Distemper shall be dissolved with specified sufficient quantity of
water thoroughly mixed and stirred to attain consistency. The surface shall be prepared by
removing the mortar droppings and foreign matter and thoroughly cleaned with wire or fibre
brush or other suitable means as directed by Engineer-in-charge. All loose pieces and scale shall be
scrapped off and holes filled with mortar. On the surface so prepared the distemper shall be applied with
brush. The first stroke of the brush shall be from top downwards, another from bottom upwards over the
first stroke and similarly one stroke from the right and from the left over the first brush before it dries.
This will form one coat, each coat must be allowed to dry before next coat is applied. Number of
such coats as specified shall be laid. It shall present smooth and uniform finish free from brush
marks and its should not come off easily when rubbed with finger. Splashing and dropping, if any, on the
doors, windows, floors, etc. shall be removed and surface cleaned. The rate shall be per square meter.
13.14 Snowcem Cement Paint: (In Three Coats)
The surface shall be prepared by removing the mortar droppings and foreign matter and thoroughly
cleaned with wire or fibre brush or other suitable means as directed by Engineer-in-charge. All loose
pieces and scale shall be scrapped off and holes filled with mortar. On the surface so prepared
one coat of primer shall be applied with brush. Then Snowcem Cement paint of approved quality and
shade shall be applied to the surface prepared as per the instruction of the Engineer-in-charge. Number of
such coats as specified shall be laid. It shall present uniform finish free from brush marks and its should
not come off easily when rubbed with finger. Splashing and dropping, if any, on the doors, windows,
floors, etc. shall be removed and surface cleaned. The job shall be done to the full satisfaction of the
Engineer-in-charge of the work. The rate shall be per square meter.
13.15 Providing and Laying 40 mm thick I.P.S. Flooring:
The flooring shall be provided with ordinary cement concrete. The thickness of the work shall be as
specified in the item of work. The concrete of required mix shall be laid immediately after mixing. The
flooring shall be laid in alternate bays not exceeding 6 sqm. Each. The edge of each panel into which the
floor is divided shall be vigorously sliced and spaced with suitable tools to prevent formation of voids or
honey comb pockets. The concrete shall be brought to the specified levels by means of heavy straight
edges, while concreting, care shall be taken to ensure that the edges of previously laid bays are not
damaged by careless or had tamping. The casting shall be done in level and grade as per
instructions. The concrete shall be thoroughly temped till cement slurry creams up on the surface. The
top shall be brought to a smooth by adding dry neat cement on it. The finished shall be brought to a
smooth and even surface free from defects and blemishes and tested with straight edge. When the cement
mortar rendering is sufficiently stuff, lines may be marked on it as directed with string or any other
devices to give the appearance of tiles or any other size not larger than 0.45sqm. The junctions of floor
with wall shall be rounded off, if so directed. After the concrete bays are set, joints of the panels shall be
filled with cement cream or as specified. Curing shall start on the next day after finishing and shall be
continued for fourteen days. The rate shall be per square meter.
13.16 MS grating



MS grating shall be provided as shown in the drawing. The grating shall be fully welded and no tack
welding shall be permitted.
13.17 Pre & Post Alignment Survey
The contractor shall be responsible for pre alignment survey before commencing the construction work
and post alignment survey after completion of construction work. For that he will be given the place and
the value of TBM or PBM and alignment of work, according to which the survey work shall be carried
out. The survey work shall include detailed survey of RL of existing ground, RL of centre line of
proposed / completed work, top/invert level of storm water drain/catch pit/ manhole/ any other
important relevant data according to instruction of engineer in charge. The contractor shall
submit the Pre and post survey drawings/maps/details (which include longitudinal section and
cross section of SWD according to instruction of engineer-in-charge) in form of one soft copy and
three hard copies. The pre survey shall be submitted to the VMSS and PMC while Post survey (as built)
drawings shall be sent to VMSS, PMC and TPI. The contractor shall be responsible for adding or altering
any information mentioned in the drawing according to instruction of engineer-in-charge.
The rate shall be per KM length.
13.18 Removal of Pipes
The contractor shall remove the existing RCC pipes of different diameters according to instruction. He
shall take care to prevent damage to RCC pipes during the work. The contractor shall carry out the
necessary safety work. He shall have to stack the removed pipes according to requirement. The rate shall
be per running meter.
13.19 Transportation of extra stuff/debris
The contractor shall remove the extra-excavated stuff/debris and transport the same by the means of
tractors only and unload/place/spread the same at the place within VMSS territory according to instruction
of engineer-in-charge. No bulkage shall be paid. The rate shall be per cubic meter.
13.20 Service Lines (Water supply, sewerage, storm water drain) shifting / replacement in
case of breakage
The contractor shall have to shift all service lines like water supply, sewerage, storm water etc
that is obstructing during construction at proper location shown by engineer-in-charge. If line
damages / breaks during construction/shifting process, contractor shall have to lay new lines and
appurtenances to make it in working condition again. Contractor will be paid for replacement of lines on
running meter basis and specials
on Kg basis.
13.21 Breaking of Asphalt road surface:
For laying of pipes or construction of channel, the contractor shall break the asphalt road surface of any
thickness wherever shown by the corporation after diverting the traffic and keeping the sign board of
Road closed work in progress. The contractor shall carry out the work after providing proper lighting
during the night hours, providing fencing wherever required and publishing a public notice for the closure
of road. The rubbish excavated shall be stacked nearby and shall be used during refilling.
The rate shall be in sq. meters.
13.22 Purchasing & providing NP2/NP3/NP4 class RCC pipes of various sizes:
The pipes shall confirm to IS 458:1988 Indian Standard for Precast Concrete pipes (with or without
reinforcement) as amended from time to time. Bidder shall quote for pipes with socket and spigot ends /
Collar ends as specified in the Bill of Quantities and with rubber ring joints or as suggested by VMSS.
Bids offering Plain ended pipes with flush or collar joints shall be outright rejected. It is an intention of
VMSS to have leak proof joints. The pipe manufacturer shall therefore ensure that the socket and spigot
ends of pipes, the profiles are true and accurate and tolerance is within the specified limits. Pipes not
confirming to the profiles and tolerances would be rejected.
Bidders can offer pipes manufactured either by spinning process or by vertical casting process. As both
this manufacturing methods are permitted by IS: 458 however, the bidder shall clearly and mention in
their bids, the method of manufacture, the process to use and furnish a detail note thereon. Details shall be
furnished on all aspects of concrete manufacturing like gradation of aggregates coarse and fine, control of



water cement ratio, weigh batching, mode of transport of concrete, etc. along with laboratory set-up
proposed by them for quality control and testing of concrete and pipes.
Bidders offering pipes manufactured by spinning method shall furnish a note describing in details, the
measures they would undertake to ensure compliance to specification regarding profile and tolerance of
socket and spigots.
Bidders offering pipes manufactured by vertical casting process shall submit along with bids, all
relevant of pies parameters like wall thickness, reinforcement details (increase their offer is for
reinforced pipes grade of concrete join details and strength test requirement for 3-edge bearing tests, to
enable VMSS to scrutinize the same.
The rate shall be inclusive of supply of required size and as per relative IS specification & mark rubber
ring for RCC pipe joint. i.e. one rubber ring for each single length of pipe piece. The material procured
for the work The rate shall be inclusive of supply of required size and as per relative IS specification &
mark rubber ring for RCC pipe joint. i.e. one rubber ring for each single length of pipe piece. The
material procured for the work shall be supplied at the site of works at his own cost. The contractor shall
be responsible for any delay in supply. Theft or damage to the material. The pipe after received at site
shall be got approved from the Engineer-in-charge. The rate shall be inclusive of loading, unloading,
freight, transportation, octroi, taxes etc. complete.
The rate shall be per running meter of pipe length.
13.23 Laying RCC pipes of various sizes:
The pipes, collars/spigot socket and required jointing material brought to the site of work shall be got
approved before laying, by the executive engineer or the supervisory staff appointed by him. The bottom
level of the excavated trench shall be got checked and approved from the authorized engineer from the
corporation, before lowering of the pipes. After his permission only the pies shall be joined with approved
jointing material (collars of approved make & relative IS specification and marks). The joint shall be
covered with vata (for 600 mm and above diameter pipes inside-outside both, end or lower diameter pipes
outside only) in cement mortar prepared in proportion 1:1. After the vata are completed, curing shall be
carried out at least for three days refilling shall be permitted so that the contractor can keep the joints in
wet soil at least for 20 days. If required, the pipeline shall be connected to the working manhole;
contractor shall supply at his site all the required material for the entire work at his own cost. The refilling
shall be carried out as per the specification after the approval from the corporations authorized supervisor.
13.24 Dewatering:
Dewatering from excavated trench includes providing pumping labour, equipment machineries, fuel,
temporary platform and proper disposal of the muddy water as per the instruction and requirement and to
the satisfaction of the engineering-in-charge. All safety measures shall be taken by the contractor to keep
the trench in position.
The rate shall be cum of excavation.
13.25 Polypropylene steps:
Purchasing & providing at site/at store steps as per IS specification and fixing the same with CM (1:6)
during execution of the work as per direction of Engineering-in-charge.
13.26 Strenghtening of banks at disposal end:
The contractor has to carry out bank protection works and strengthening at the point where kaans is
connected to the River so as to prevent washing away of the banks. The work shall be carried out according
to the instructions of the Engineer-in charge.










D 14 - REPAIRING / REINSTATEMENT OF ASPHALT ROAD :: The contractor shall have to follow
prevailing specifications of Road Project Department of VMSS as per instructions of Engineer-in-charge.
These specifications shall be given to the contractor at the time of work and shall be binding to him.
However general specifications are as under :

Repairing of Asphalt Road:
After setting the trench properly, contractor shall reinstate the broken asphalt road and make it as before.
The road construction shall be as per the standard section provided by VMSS and as directed by
Engineer-in- charge. The road construction shall be as per drawing and specifications.
WBM Road Construction
Excavating the surface in line, level and camber for preparation of sub-grade and spreading excavated
earth on road edge within 50 meter lead, removing excess earth from site and disposal of the same within
VMSS limit . Watering rolling the surface.
After necessary rolling and watering good quality hand broken 45 to 90 mm size metal shall be used as
per attached drawing, this shall be done in layers. Good quality murrum @ about 20% volume of the
land broken metal, shall be spread over metal soling and watered and then rolled layer wise.
Metal Grouting ::
Machine cut metal of 22.4 mm to 53 mm size shall be brought and spread in 10 cm layer in line level and
camber. Rolling the layer, spreading VG-10 grade hot bitumen @ 3.5 kg/sq.m. rate and flushing good
quality black Grit @ 1.3 cum./100 sq.m. Rolling & brushing etc. as required, including providing and
supplying and required material including bitumen.
Carpeting ::
50/60 mm. thick compacted asphalt macadam carpet using coarse aggregate, fine aggregated / filler as
per required gradation shall be laid on metal grouting. Tack coat at the rate of 5 to 10 kg. /10 sqm. /And
using asphalt (60/70 grade) 4% by weight of mix and mixing by drum mix process spreading by paver
finisher and flushing quarry dust/coma sand on B.T., surface at the rate of 0.75 (m/100 sq.m. Including
consolidation etc. complete by using Sevalia Quarry material. THECARPETING IS NOT INCLUDED
IN THE SCOPE OF THE CONTRACTOR.
Seal Coat ::
25 mm thick compacted asphalt concrete sealing surface using coarse aggregate fine aggregate/filler as
required gradation and asphalt (VG-30 grade) 6% by weight of mix and mixing by drum mis process
including applying tack coat at the rate of 5 kg/10 sq.m. And spreading by paver finisher and flushing
quarry dust/coma sand on B.T. surface at the rate of 0.75 CM/100 sq.m. including consolidation etc.
complete by using Sevalia Quarry material. THE SEAL COAT IS NOT INCLUDED IN THE SCOPE
OF THE CONTRACTOR
The rate shall be as per square meter of road up to Metal Grouting. The contractor shall be liable for three
years (during performance guarantee validity) in which any defect generated shall be rectified by
necessary repairing. All material including supply of bitumen shall be included in the item. Required
machineries and transportation shall have to be arranged by the contractor only. For material and
workmanship relative IS standard shall be followed.




..-. -|c|-||- -||| -|-|
.... :: .--... ..- (...) ....
|--|-- ||||
--:- :| ;|.:,ooo/
---| :|-|. ;| +oo/-
.- -.. :: .............................
-||-||-| -||-|||
|||| -||| -|-|| |--|
|-|--|| |-| -||- -||-||-| |-||-|| -||| -||-||


+. ..- .-. -. .--.. -.... (1.ac.:) -.-..-.. .. ..- . -... -
-.....- ... - -.c. -.. . . ... -.. . -.....- .-c.- c.. ..
... ... ... ..-.- -....- -.c. -.. ..
-. (..) -.. .--.. ...- .-.... ..-.. ...... ..... - -. -... -
-.....-.. -.c. ... .. -... ..- . .-... -....-.. (-..) .... ..-...
.-. -... c.. ... .-.. . -.. ... . . -.....- .- .. ..-.- -..
..... ... . '..- c.. .. -....- -.c. -. ...
. -.... -.-.. ... -...-.. -..- .-.- .... .-...-.. ... - ..-. -...
.... .'.... - -... ..... . . . -.. -... .... . --. .....
.. -.-. -...-.. ... ... .-..-. ..-.. -.. -.-.... -. ..... -c.. -.-..
-... .-.. ... . .-. ..-.. -. ..-. -..-.. ... .c..
:. .c-..-..-.. -..... .-... '....-.. .- .-. .- -.... -..-.. .- ..
.-. '...... ---.- .....- -.... -...-..-.. ... .c..
. .-. .- ... -.... -...-..-.. ... .c..
.. .. '. .-.. -. -. ... - -.... -.....-.. ... . c.. . '-....
. .-.. .-. -....-.. .. ...- .-.... -.-.... . .. .c..
.. -...-.. -..- .-... -...-.. -. c.. . .-.. ..-. ... ..... .- -... ..-.
.-. ...... --. -... .... .-. -....... ..'... .c.-.. .. -..
..
.. -..... ... -... -.-- -. ... . - .... -..... '... . '.....
.--.. -.....- c... '-.... -...-..-.. ... .c. -. ... -.. - ...
-..... .-. ..... .. .... c... ..
:. -.'-.'. .- -.-.... '..-... -..... +-c '.-... - . ..... ...--..
...- :c '.-... - -..... -.- ... ..-.- -..-.. .... -.-c -..
'... .. .-.-. ..... -.... -. ... . ...... --. ... -....... .
.
+c. .-.... -.-. -..-.- .-.. -.-.-.. --.. ..--. .-..- ... --... -.-. .....
... .. - ... . . ... ... .-.- -..-... ..
++. .. -.. -.- ... ...... -...-... .-. .- ..... ..-.... -..-... -
-...-..-.. ... . -..-. . . .-. -..-... - -.. .--.. c. ..
-...-..-.. .... .-. -..-. . -...-... -.-.. -.-.... -.-. '-.... -...-..-..
... .c..



+-. .-.-. -... -... -..-... ....-. .- --.. ....-.. ..-.-.. c.. .. .-...
..-... -....'. -. -..-.... - .-.. -... .. .c.. .--. -..-.. ... -....
.-. -... .. .c..
+. -.... -.- -. .- ..-.- -. . -...-.. -..-.-. - -....-..
.. . .-. -.... -.-..- ..-.-.. .--.. -.... .. .c..
+:. -...-.. -..- .-... '.... .. -..-.-.... -...-..-... ...-.. ...... c..
.. . .... .-. -.... '.... (s.citica|iea) '..-.. -..'c.. -..-. -.. .....
-. -.....-.. ... . .. ....- .-....
+. --... ... . -. .... -..... .-.-. .- .-... .'.'.'. '..- -.-..
c.- .-... -.-.. .....-.. ....
+.. -...-...-. ...... '... '..-... .... ..... --... ... .-... .'. -....
..... .-..-. ....... ..-..- -c. . . -.-c '..-.. .-.. -..... ..-
.. ....- .-....

|:|-| -|c|-||- -||| -|-|

|--||| |-- (||-) ||||

|--| -- ||||

-.... -.-..-. ..-.

|-|-| |-|-|

.-...
.-.
..-
.-.. ..-. ....
--. .- .
..- ...
-..... ....
--. '-....
.-. .-
-.... -. .
..... -. ...
--. ...... -.-..
..-.. .-. ...
.-...
+ - :
+









c--.. -.. -... -......
-.c.. ... --. .--... ..-
....... .-..

.- -. ,...ccc/

-.-. ... ,..+cc/

,...:.c.../

. -..-.
(..-..-..
'-....)
- .. ..-..
,..+....c../
.-..
.-./......
. .-....
-.-.... -c..










. -.-c -.... -...-..-.. .. .. c/-.. -.. ... -..-.. -.... -.-.. .-..-.
.-.. .-..-. .... ... /. . . .-..-. ....-.. . . .. '... .-. -.--.. -.....
--. .- ..-. -.c...-..'..-.. -.-... . -... ..-.. ,..+....c../ --. -....
. --. c/-.. ... --. - ..-.. . -.-. .- ...-.... +c ...
-.. . .. -..-. -...-.. -.- .. -...... -.-.. .-. .-..-. -.c...-..'.. . -.
.. ... -.. - . -../-... .. -.- .

... -c+-.
-.... -.-..-.. -.c.........................................................

-.-..-. ........................................................
....................................................................
....................................................................

-.-c -.... ..-. -.c...-..'.. ... -.-

... -c+-.
-|- --||- |||-|-|| -|c|


-|--|| |--||


+) .-.-. -.... -.- -..-.. .. c.. .-. -.... -.- .... ..- .....
..-.... -....... -..-.. . -.c...-..'... -- ... .. . .-.. - ...
-.-. .... -.c. -. ... . . . -.- .-. .-... .-. ... -.-.. .-..
.-.-. ...... .-.....-. .-. -. --. .-... . '-.... ... .. -.....
(.... .-. .... . .. -...) ..-.. -.-. .. . .- .-... ... ......
(....) -.... -. .. --. ... ..-.. ... .. - ..... -..-.. . .-..-.
-..-.. .c. .. .. -.... -... - -.. . .... ..-.. . .... ... .. .-.
.-.-... ..-.... ...-.... -.-c .-.-. ..-. -.. .... ... ...

-) -....-.. .-. .- -.... ..... -..-.. .-.- ..-.-. .-. .- -. .
. --.. -..-.. .-. .- -.... --.. ..-.. . ... .. '.-.. ... . - ..
'.-. .- .-. ... .-./-.c-. .. -... ,.. '..-. -.. .-.- ...
...... . -.. .-..... . .-... -... ....-. ... ..-.... .-...-.. ....

-) (+) -....-.. -.... .-. .- ... . ..-.... .-.- '. : -.. .... .c-
-. .. . .-..-. .c. .... - .-. '.-... -.- -... ,..+/ .. ...-.. ....
-.-.. .-. .. .. ..-. ....-.. ..-. -.c...-..'.... ....-. '..-.. ....
.. -..... ....-. ...... -. '..-.. -.. c. . ....-. '..-.
c....



) ... .-.-.. . ..-. -.c...-..'.... ....-. '..-.. -. ... .-.-
'.-. .-. ..... - .- . --.. -..-.. ... .-..-. .-. .c. -. . ..
-.-.. . .. ...... -.- - -.... .- -.-.-. -.... ... '-.... -.-.-.
.. . ..-. -.c...-..'.. 'c. . -..... :'. .-. .- -... ..... '..-
-c. . -.-.-. -.-c .-. . -. - -...-..-... . .. c.. .- ... .
.... ....-. -... .... c.. .-.... .-. ... ... -... ..... -....... c
-c. .c. . ... .-.. .. .-. .. -.. .- -... c.. ..- -.c...-..'...
.-. .- -.. '... .. ... .-.... ... ..... -.c...-..'.... ....-.. -.-..
-c. . .... .-..-. -.- - -..-.. .. . .-.. ..-. -.c...-..'....
....-. '..-... .. . ... '-... .-. .. . -.. .. .-..-.. . .. ..
-... -.-.-. . --. .-.. -.... c -c. .c.. .- . -.... ..-.. .
-..-.. ... .c. . ..- -.. .-... '-.. ...-.. .. ..- -.c...-..'....
....-. '..-. .... .-..-..-.. ..... --. . . .... ... ...

:) - ..-.-.. ..... '..- ..... .-.. ..-. -.c...-..'.... ....-.
'..-.. -- ... .. .-. -.... -. .- ... ..... -... - ..
-...-..-... c'...- '..- .-.-. .- ..: ..... . . -.--.. .... -...
-.. .- ... -... ... ..- -... .-..-. ... ..-.. . -. ... .-
'c-...-.. -.- ... .. . .-..-. -- . ... .. .-.- ... -...-..-... c'...-
'..- -. -.. .-... . . . .-..-. .-...-.. . .. .. .. ..-. '..-.
.-.-.. .. .-.. .... .- c-... .. ...-. -. .. .-. .-.-. -.-
.. ... ....-. '..-. ... -...-..-..... ... -..... .- .-.....-...
.- ..-.. -.... .-.... .- .-.-. .... .... .- ...-. . --...
.-.-. .- -- ... .... ... .-.-. -.. .-.. ... -..-.. -.. -..
.-.. -...-.. ..... ... ... .. -.. -. ...

) .-.-. ... .-.-.. .. c-. . .-. .- -..-.. '... -.-.... ... -c ..
c-... ..-.... -..-... -..-.. .-. ....-. '..-. .-- - -.. . .
. .-.-. -.. .--.. ... .. ... .. -.. ... .. -. . .-..-... ....-.
'..-. .--.. -... .'.. c-. '-.... .-.-.. -.-.. .-.... .-. - -..
. --.. -..-.. .- . ... .. .. -.. -... . ... ... --. -.-....
....-.-.... -. . . .. .c..

.) .. .-.- ..... ...-... .-. .-. .- '..- - .. . c.. .-. -....
--.. -... .-. .- . .. .-. -... . c.. .-.. ... .-. ..--.... ..-...
'.... -..... .'.... ---..... .- -..... .-. -... - ... -..- - .c.
.. -... .-. .-. .- .. . -.... .. .c. . . .-.-. .. .-..-. .-.
.- -. -... -.. .. ... -..-.. -.- -. .. ....-. '..-. .-.-. ..
. .-..-. -... ...

.) ,..cc/ ,'... ...-.. -..... .-.... .... --. .-.. .-. . -. ...
'-.... . . .. .c. . ,..cc/ ,'... ...-.... '. . ... .-..-..
.... .-. .-.. .-. .-.-. ..... -...-.. -...-.. .-. c. ... -...-
.... -.. -.. -..-.. ..... ..... --. . . .. -. ... ... .-.-..
. ... --.. .-. .-.-. -.. .- .. 'c-... ...-.. ... . .-..-. .



.-... -... .. 'c-..... .-. . . . (raya.a| et Acceea|) .-..-.
.-...-.. ... . .... ..... ..--.. ... -.-.... -..-.. ....

.) .-. .-... ..-.. . .-. -..-. -.. -..- . .-.. .-..-. c... ..- . -..-..
... .c.. .. .-.... .-.. .-. -. -..-.. ... ..-.. ...-..
... c.. .. .. -.'..-.. .-. 'c-...-.... .... -. ... . .... ..-..
.... .... ... ... .- . c.. .-. ... .-.. -.. c-. -..
....-. '..-.. -..-. '..- .
:) ..- .-. ..-.. .- .-. .-.. (-.-..-...-..) -.c...-..'....
...--.... -. .... -...-..-... ...-.. .... .- .-.- -..-. .--..
...-.. ....- -...-..-... ..-.. . . --. c.. ..- . .. -...
...-.. ....- -...-..-..... .-..... -... ... ..... .. '..-..
'...-.c. . -..-.. -... . . .-.-. .... ... -- .-..-. -...
... . . - .... -..... '-.... ..-.. .-.- . ..... ..-....
.....-.... .- .c-..-.... ..-.... ..... - .-..-. .- ....
-... .-.- -.c. -.. .-.... -. ..--. .-.. ...-.. .... .-.-.
...-.. ... .-..-. -...-..-... -.c...-..'.... '-... .-...-.. ... . .
.-. .--. .-. -.. . .. .c.. .-. -.c...-..'.... ....-.
'..-. .-. . ... ...-.. ... ... -.. .... -...-..-... .. .-. .- ..
.- .-. - -.... .-.. -...-..-... .. . ....-. '..-. -- -...
...--.. ... ...-.. .- .-.. .... -..-... .-.- -. -. .. .c. .-
... . .-. .... ..... -.... .. .c..

:/+) -.c...-..'.. .--.. .-... ...-.. .... .-.. -.. . .-. ..-..
-...-..-... ....-. ...-.. .. . .-..-. -...-..-... ..... -.c. .. .- ..
..-. . .'.'.'. --.--.. -. ..... -c.. (-...-....c./...-:.++.+:.)

:/-) -.-c -...-..-..... -......... .-. .-... . ... . ...... .-..-. ..-..
....-. ...... ..- -c.. -...-.. .-. ..-.. ..-. .- '.... '--..-.
.. ... ... -.... . ... .. ... ....-. ....-.. . --. ....-
...... -.. ..... -c. .-. ...-.... . ... -. ...-.. ....
(-...-...c./...-:.++.+:. .. -.-)

..- .-. ..+c .-. ... ... .. ... -.... -.-. -...

..- .... . . -.-..-...-.. -.... .... '.-..'. c.. ..- .... .
. -.-..-..... .-. .-..-. .-. -... . -. -.... . ..-.. -.. .... ..
c.. . .-.... '.-..'. c.. .. .. ... . -.-..-..... .-. .-..-. .-.
-... . .-.. ..-.... ... -.. c.. ..- ....-. '..-. .. -.. .-.
-. . ...... -.... -.-. ... ...-.. -.... -.... ... . .-.- . .-..-. .-.
-. .. ... . -.-..-...-.. .... -... .'.. c.. .. -.- ... ..-..
-... ....-. '..-. . -... . .'.. -...-. ... ... . .
-.-..-...-.. -..... .. . .-.... '.-..'. '-...... ..-.... .-.. .





-..... -... -.... ...-.. '.-.. .... .-... . .-.-. ... .-..-. -.
..

+c) .-.- .-..-. .-. -.... -..-. .-...-... -. . . .-..-.. -.... .-..
.-..-. -...-..-... ..-.. . .-. .-.-. .-... -... -.c...-..'.. ....-.
'..-... -.c... -.... .-.. .... ..... -....... .-. -.. -.. -.. ..

++) ..-.. ...... -.... -. . c.. .-.. .-... --.... .-..-. .... ....
... . .-..-. ... -.... -.. -. .-...-.. . .-. -..-.. .... ..- ...
-c./-.
.- -..-.. ... . c.. ... .-.. . .-. -..-.. ... .c..

+-) ... '..-... c-... -.c...-..'.. ....-. '..-.. .-... ... -. ...
-.-..-... '..--.. --. . ---.- .-. -...-. ...-. -.... ... .-.-.. '..-
.-. .-... '-.'.. .-.-.. -.... '..- ... ... . ... -.. .'.. ....
-.... .-..-. .-. -.. .-.- ...... . ... ---.-.. -. -.- - ... .-...-..
... .c. ... -.. -....-.. ..... -.... -.. .. .-...-. .- .c. ...
-. --.. .-. .-. (Bx|:a l|.a) .-... -... .-. .-.-. -... -..-.. ..
. .-. .-.-. -. .-. -... -.-- .... .-..-. .-... . -.-.. ... -....-.. .-.
-.. -..... -.. . . .-. .- -.... -.. .. .... .-... -. .-. -.....
.-..-...-..- ...-..-.. ... . . .-..-. -... ....-. '..-. .... .. .
..... .-.... -.-.. .c.-.. --.. ...-.. .-. .-..-.-.. -.... (sc|.cei.
ka|.s) -.. ... -.. -.... .-..-. -. . . .-.... -.- .-..-. -. .-... -...
-... .. .. -.... --.. c.. .... .. .. -..-.. ... . ... .-..-.-..
-....-.. .. --. (l|.a) ... . .... c.. ... -... ... '..-. .--..
-.- ... . . .-.- ... ...-... --.. .-. -.. .. c.. . .-.-
-...-. .. ... -... .... ....... .c. .. -.. '.. -.- -..-.. ...
. . .-.- .-..-.-.. -.....-.. .. -.-.... -.. . c.. .. ...-.. .-. -..
... . c.. .. -.c...-..'.. ....-. '..-. ... ....-. -... '..-. .-..-. ...
... -. ...

+) .-. .-..-. --.. .-.. .. ... -.. .- -... '-.'.-.. ---.- -.... . ..
... .-. .- ... -... -.. -.... .- -.-.- ..-... ...-.. .. ....
... ..- .... ..... ... . .- .- ..: -. .-. ... ....... .-
.-.. ---.- -.. -.c...-..'.... ....-. '..-.. '..- . .-... . -...
-.-.- ..-... ... ...-.. .. . .-.. ... .-. . -.... .- ... ..... -....
.-. .... . .... -.... .. .c..

+:) . -.c...-..'.. ....-. '..-. -..c. .- .. .-... ..... .-. .. .-
.- ... -.-.... .-...-... -... -... .- c.. .... -...-..-... ..-...
...-.. .- .. .-..-. .-. .- ... -... .-.-. .-... --.... .-..-. --.
-... ... ..... .- --... -.. ... -.... ... . -.. .-.- . .-..-.
...... .. -. . . ... -.. ....-. .'..-. .- .-... .... ....
-.. - . .-.- .. -.. .- - .- .-... -. -..-.. -.. .-.
.... -...-..-... ... -.-.. c.. .-.. (... -... ... .-... .-.. '.-.)
c.. .. .... -.. - - -.. ....-. '..-. .... -. . ... .... --.
.-.-.. .-. ..-.. c-.. --.. .-.. -. ...



+) . -.c...-..'.. ....-. '..-.. ... .-. -. .-.. (s.citica|iea)
.-..-. ... ... -. . .-. ..... . . ... . -... .-.. ... ... . -... ...
..-.. . -.. .-.. '..- . -. ... -.. -. . -. .-... -.- - .

+.) .-.-.. .... .-..-. ..... .-.. -.c...-..'.... ....-. '..-. ... .-...
..... .-. -... ...-.. ... .-.- c-... ..- .-. - ... c.- -c. . .-.
. c.. ..- ...... ....- .'.'.'.. .-... c-.... ... . ..- ....-.
'..-. .--.. .- .-... .... '..-. .--.. -.... -. .-... -..... ... c-.
... - ... c.- -.... . . ... -.. -..... .'.'.'.. . c-..
...-.. .. . . -. ....-. ...-.. .... c-.. .-..-. ....-
.-...-.. ....

+.) -.c...-..'.... ....-. '..-. .--.. -.....-.. .. . ... .-... ...-.-..
. ... c'...-. -.-. '..- .-..-. .-.- .--.. ...... .. ...-.. ...
. . ... -.. .-.- ...-.. . .. .-.-.. .. -. ... . .... ..
... . ..... ..-.... .....-.... .-.. . ...
+.) ..- .-... .-. -... .. .... c.. . . ... -.. . ... .. '-.'.
.c.- .. c.. ..- .-. .. .. c.. ... .-. -.... . ... . . ... .-..
.... c.. .-.- -.c...-..'.... ....-. '..-. .- .-... ..... '...
-... '.-... .'.. -.... ... . . ... .-. ... .-... .'.. -.....
-.... .. . - .-..-. ... -..-.. . .. ....-. '..-.. ... ... ..
.... -... .-.- .. .-... .. .- ... .. .. .-. ... -...-..-... ..
..-.. . -..-.. ... .c..
+:) . . .-.- .- ... .-. -.. -..-.-.. .-. - . .-. -.. c.. .
-..... .-. -...-.. ... -..... --... ... .- ..-. ... -.... .-
....- -.. -.... ... ... .- .... c... .- .-. ... c.. . ...
.-. .--... . .-.. .... c.. .- .. .-. .- ..... ..-.... ....
- ..-.. -.. .. .. .-. ...... .. --. -. ... . .c. ..
-.c...-..'..... ....-. '..-. ... .-..-. ..-... --. -... .. . ....
.. .-.-.. c-.. .... c.. .- -.c...-..'.. ..- ... ... . --.-....
.-.. -. ...






-c) .-.- ...... .. -... .-. .- -.. -... ... -.. c'...-.. -......
'....... .-... .... '..- .-. .... . ..... . .. -..... .. -. ...
.-.. .. .-. .-. .-.. -.. .- -...-..-.... -.. ... .. -.. .- .-...
.... (iia.ce|) -..-.. -...... -- . -. .. .... ..- ...
.. ... ..-.... . ... . c.. . -..- ... .. . .-..... ..-.-.
-.. .. -.... .c. -.... .. - ..-.. .- -... ,..-/ .. ,../ -.....
-..-.. .... ..-.. .... -.... ... '-.... -. -.c...-..'.. .--.. . ....
..-.. -. ... .. ....-.. ...-.... .-.. -..-.. .... (-...-......-:++
. .. -.-) .-. .-. - .-. -....- -.c...-..'.... -.c-. .- .-. -..-
-.-. .. .. -. -...... .- .- .-. ..- --... . .... .. ..
... .-..-. ....-. .-.-. ..- -c.. ... .-.. ... .- -'-.. .. .. ...
.... -..-.. .- ..... ...-.. ... -... .. . .-. -..-... . . . -...
..... .- .. ... c-. ... . ... ..



-+) -.c...-..'.. ....-. '..-... .'.. -.-.'-. ..- ... ..-..-.. ... -. ...
.c. .- ... .-.-. ... .-. ... ... .c.. . .-..-. -.-.'-. -. ....
..- .-.- -.. ... - .- ... .-. .. .. .-. .-.-.. .-... -..
-.. .-...-.. ... . -.c...-..'.. ....-. '..-. . -.. .-. - -.
.. . .-.- -.-.. ..--. .. - -.. ..-.. -.c...-..'..-.. -. ... ...
.. . . -.c...-..'... -..... -c. . .-.- -. -. -...-..-..... .-
. -... -... ..... ....-. ..-. .... ... . -... ..- -....... c ..
-c. .c..
--) -..... - -.-.. -.c. - .-... ....-... -... -.....-.-.. ---.- .....
.. ... ... ... ---.- .... .-.- ....-. '..-.. .'.. ..- ...
..
-) .-. .- -.. -... ..--. -.. -... ..-.... --. .- ... . .... 'c-...
. .-. .- ..... .... -... . -. -..-.. .... .'.. .-.. -... .-. .-
... . .. -... .-... . .... ..-.. -.c...-..'.. .-- -... -...-..
.... . .-.. ..-. -..-. --.... .-... ... -.. .c. . .. -.c...-..'..
....-. '..-. -....- .
-:) . .-. .- ..... ..-.... .. -.. --... ... .-.-.. .-.- -.-..
.c..-.. .--... .. .c. -. . ... -.- .-.. .-...-. ... .-..
-...-..-..... ... .... -..... ..-.. -.. .. .. .-.-. .. .
..-. --. -..-.. ... . .... .. .-.-. --. . .... ... . c..
.-.... .-.. -..-.. ....
-) .-... ... .-... . -.. --... -.c...-..'.... ....-. '..-... c-.. ...
.-... . . .... .-.. . .-...-. . -...-..-..... .-..... ....-.. .-...
'.-.. .... . ....- .-....

-.) .-... ....-.. .-.. -. -- -..-.. .... . c.. . .-.. -..-. -..
-.c...-..'.... ....-. '..-... --.... . -.... .-..-. -. ..










-.) ..-.... -.. ..... -.... .. . .. ... .. . .... ..-. .. -.. . c..
.. . .-.- .-.. ..
-.) . .-...-. -.... .-. ..-.. -...-.. .-.- c. .. -.... ... -... ..-....
-.'c.. - -. ... .. ... . -.. '... .. . -.... .-. ..-.. ...
.... .c..
-:) .-.- -.- .... ..-.... . -..-... - .-. -.... -... ...-.. . .. ..
.-.- -.--.... -.. ... -...-.. -. . . .-..-. .-.- -...-.. ... ..
-.-. ..-.. --. -. -..-.. ....
:o) .-.- ..-..-.. ...-.. .... .-..-. -...-..... -..... -.. .-... -... .....
....-. .... -c. . .-... -....-.. . .. c. .. -..-. '..-. .. - .
-.. .-...-. ... .... .-... . .. .-...-.. ..... '-.'.-.. .......
....-. .-.-.. -c. . ... .. .-. .. -........ -c. ... -..-.
'..-. .-... ..- -. .-...-.. ..-. ..-. . -.. '.-.. -. ...

+).-.- .... .. -.- ....-.. (CAk reiicy) ..-.... -c.. -..
..... -.;... -.-.... -.... -c..


.-.. ..-..(.c-..-.. .'-.. ... -...)
.-.-. ..-. (. -.-.. c.. .. ... ...-..- ....-... ..-..).
-.c...- -... -.... -.'.'-... '-..-.. .. c... ..
'.-.... --. ..-.. .. -....... --. ... c... ..
-) -. .-...-.. ..-. -.. -... -..-.. ../... -.. .-.-.. .... ..-.
-.... -...-.. ... .. ..... ..-.... ....c. -..-.. ...
) . .-.. .-.- -..-.. .-... -.... -.- -.... -c..
:) .-.- .-...-... ... -.. ... c.. .. ..-. /-.... . .
-.'.-. ..... ..-,. .-...-. '-.... . .-. . c.. .. .-..-. .-. '.'-..
-.-.. -....-.. .-. -... -c..
) .-.- ..-. .-...-... . .- ... .. -.- .. .. -. .-...-.
.- .. .. ( . .-. . . ..-. ...) -.-. -..... .. .-.. -.-.. .-..
... ..-. ... -.-.... .. -.. ... .. -..-. '..-. ... ....... a.-.
...'-. . ...--.. ...- .-. -.... .... ... -.... .. -.. . ... .
-....-.. .-.-. -.. .-. . ... -... ... . ..-. ..-. ..-. .
-... .-.- -.-. .-..-. ..-... . -... -.c...- -...-.... ..-.
.-..-.... ... .-.... .-.- ..-... -. .. . . .-.. .-.-. ..
... -.. -.. ... .. ...-.. -... -.-.--... . -.-.-. -.-..-.. .-. :
-.-.-..-.-.. .-. -..-.. .... ..... .....-.. -..-. ....c... .-.
-.-.... ... .
.) ..-. -.c...- -... -..-.. --... . .-.... .-.- . .- -.. '.c -..
..-. -.c...- -... -... --... -... ..../-.. -... .... -c..
37) .-.- -.- .-. ....-... '.... ... -.-..-... ..... .. .-... -. -...
-..... -c..

|||| --||- |-|- |- |||||-|-|| -|c|

-|-| --||- |-|- |||||-|-|| -|||||-|-|| -|c|
--|-


-||-||-|-| |-|-|-
|:|-| -|c|-||- -||| -|-|-|| |-||



|:|-| -|c|-||- -||| -|-|-|| |-|| -|| -|.+

|:|-| -|c|-||- -||| -|-|-|| |-||


:: -|--|| -|-|-|| ::
:: -|- ::
-.. ...-. :: +. ..-. -.c...- -... -.. -. .-.. -... ... -.'.'-... '-..--..
..-. .. c. .. -|c|-||- -||| -|-| .-. .. -.. (.
.-... -.-.-.-. -....-..--.... -.-.... ... ) ... ...
...............
-. ............................... ..-. ... -.. -..... ... . -..
-.............................................. -.... -.. ................... .........
................... c. .. |-|- .-. .. -.. .-.. .-... ..
-.-.. ..--.. ..-.--.. -..... ....-. .-..-... -.-....
... . -.c...- -... -.. . .-.- .. ..... '.... . ...
./-.- -..-.. .. .
..-. -.c...- -... -.... .--... ..- .... .-.
.............................................................. .-. ..-. -. -...... -...... .
,.............................. . -................... ../... -..... -...-..-.
.............../.................... .-.-.. ..-. -.- ... . .-.. .-.- -...
-...... -.-..-.... . .- '..- .-.. .-.. ... -.... .-.. . -.- -..-..
.. .
+. .-.- -.-. -..... -.-..-... ... .-.. ... -.- .-. -..... ..-..'.
.-..-. ... -.-.. -... ,. .-....
-. . .-. .-.- .........../...../........... ., -. '.............-.. ., -... .
-.....-.. .-. .- -.... .... -..-.. .-.- ..-..-. .-. ., -. .
. --.. -..-.. .-. .- -.... --.. ..-.. .. ... -.-.. .. ... ....
-.-.... -..... ... -... '- -....... --... c.+c .-. ..-.. ..
-....... --... +c -..... (....... -.) .-.- ...-... ......
-c..
. .-...-... . .--.. -.... .. .-. ., .. . .-.- '.. -.. .'..
-.c...- -... -... -.... ... . .-..-.. .c. .. -..... ..-.. .-.


../., -.. ... .... -.... .c. -..-.. .. .. ... -.. ...-.. ....
(...+:+c .. -..-.. -.- .... -. ... -.. . )
+. + .. . '.-. ,.. +c/
-. . .. + '.-. ,.. cc/
. +. .. c '.-. ,.. .cc/
. -.... -... ...-.... ...-.. ....
:. -.- .-. .-.- -.-.. -..... .-. -.- .-... -.-. -. .-. ... -. ..
..c.-/.-. .-..-. -... ... . -.-.. -... .-...-.. ....
. -.-. -....... -.... .-.. . -.-..-... -.. .-...-. -.... -..-. ...
.-. .-.-.. -c..
.. -.- .-.- . .-. .... .-.. -.....-.. .... .-...-. -... .-.- .-.
(... ....-) -.... . -.- .-...-... -.-.. --... .-...-. -..
... ..-. ..-.. --... .-... (--...) .. .--. -.c...- .
-.-.-./. -.-.-. ..... ..-.... .... ... .. . . .../..-
. ....-../.. ....-.. ..-. ... .'-.. .. .. . ... -..-. ...
.-. .-.-.. -c.. . . -.c...- -... -.... ..-. .... ....-. -c.
.c..
.. . -.- ... ..-. .-. . -.'..-.. . '... .'-.. .. .. ... '.....
. -.'.'-... '-..- ... .-. -. ..-.. ... ...... .
+::c .. ..... .-. .... ... .-.. .... -...-. c-.. ..... -..
-.c...- -... -.. -... .....- .-. ..-.. . ... '..... '.-.. ...
. ..-. .-... . .. ...-.. ..... -c..
.. .-.. .... .-..-. -...-.... .-... -. -.... - -.... ....-. .-.-..
...... -c..
:. .-.- .... ..- (-... . .....) .. ..'.. - ...
...... .... -... -c.. \iaiaea va.s Ac|. -.-.. . .... ...
-.c...- -... -... -.-.- .-. ... -..-.. .. ... ..... .... -....
....-. .-.-.. -c..
+c. . -.- ... ..-. .-.. . . '... .'-.. .. .. -.;. ..o -.. -....
.. ..-..- ..-. .... c-... .... -c..


++. .-.- -.- .-. .... ....- .. -.-. ....-.. ..... -c. . .-.. .
'... ... .. . ... .-..-. ....-. .-.-.. -c..
+-. -.....-.. -.... -.. .-.- -.- -.-.. ..... -.. -. .. .-.-.
-.. -.... TERMINATE and BLACKLIST .... -.c...- -... -.. .
...
+. -.- .-. .-.- . .--.-.- .- -..-.. '.- ... ... .-.. ...-.. -.-
.-...-. . .-.- ... -.-.. ..-. -.- .-... .-.-.. .. . ..-.
-... ... . . . .. ... . -.- .-.- ..-... .-.. -.. -.c...- -...
-... .-..-. '..- -c. ... -.c...- -... -... ... -... .. .-.- ..-.
-.-. .-..-. ..-... . -. ...
+:. .-...-... ..'. -.-.. -..... ... -... -.... -c.. ... .-...-. -.-.. -....-..
.-. -.... -c..
+. -.- -.-.. ... .-. -.- -....... -...-.. . '.-..... ... .. -.-
-.....-.. .... .... .-.-... -c. ... . ..... -c.... -... -... ..-.
.-....
. -.- -.. .-. ...-. .... ..... -.-....... -.-. -...... ... .-
-.c.. -. . . -... .. -.- .

-. : ..-.. .-.-.. -.c.
.-.-.. -.-... ..-. . -.-..-..
-.... :
+...-.: -.c.
-.-..-. :

-. ..-. : -.c.


-.-..-. :


|:|-| -|c|-||- -||| -|-| |-||,
||||-| -|-(|--||| |-- ||||)


|:|-| -|c|-||- -||| -|-|,
-|||| -||-||-|-|| -|||-||

... -... -..-. ,., .....-.. ...

+...-.: -.c.

-. ..-. : -.c.








VADODARA MAHANAGAR SEVA SADAN













Constructing Storm Water Drain From Harni Main Road towards
Motnath Mahadev
For:


For:













EXECUTIVE ENGINEER,
Storm Water Drainage Project,
Vadodara Municipal Corporation,
Khanderao Market Building,
Raj Mahal Road,
VADODARA 390 001

September - 2012
VOLUME- II :
FINANCIAL
DOCUMENT




PART : II,
FINANCIAL DOCUMENT.


BIDDERS TO NOTE

1. The Technical details and specifications of units and items provided in the attached Financial
Forms are in addition to those provided in the Volume 1, specifications of Tender and not
in lieu of the technical specifications.

2. The rates quoted shall be inclusive of all taxes, duties, levies, etc. by state and Central government.

3. Contractors shall fill / quote for all the item in the respective Financial Forms / Format only. All the
final figures shall be in figures as well as words.

4. The Financial Bid shall be submitted only through online.

5. All the Forms shall be signed, stamped and dated.

6. The price bids shall not have any conditions. Conditional price bids shall be rejected.







Name, Address and Stamp of the Tenderer




VADODARA MAHANAGAR SEVA SADAN






NAME OF WORK : Constructing Storm Water Drain From Harni Main
Road towards Motnath Mahadev
For:


PRICE BID






Name of Tenderer :

Address of Tenderer :

:
:




Signature of the Contractor Signature of the
with seal Head of Department (Projects),
VMS
Date Date






Signature of the Tenderer :


Signature of the Officer issuing :
The Tender document

Signature of the Officer opening :
The Tender document






VADODARA MAHANAGAR SEVA SADAN




NAME OF WORK : Constructing Storm Water Drain From Harni Main
Road towards Motnath Mahadev
For:

QUOTATION SHEET


ESTIMATED COST Rs.84,03,756/- Based on the enclosed Bill of
Quantity.


I / We am/are willing to carry out work at .
... the rates and
estimated cost as mentioned in the attached Bill of Quantity. Amount of
my/our tender works out for Rs. (In figures) ... Rupees (in
words) ...

Note: * Please mention in figure & word











Signature of the Contractor with seal Signature of the
Head of the Department (Projects),VMSS
Date Date







ABSTRACT OF ESTIMATE


VADODARA MAHANAGAR SEVA SADAN

NAME OF WORK :: Constructing Storm Water Drain From Harni Main Road towards
Motnath Mahadevr:
Item
Number
(upto 200
characters)
Item Description
Quantity
(onl y
figures)
UNIT
(upto 50
characters)
Tender
Rate
( Upto 2
Decimals )
Amount
( Upto 2
Decimals)

1
Dismantling of Road
Dismantling of Bituminous road of any
thickness as per the specification and
direction of Engineer-in-charge
(Approved Rate)
100.00 Sq.m. 0 0

2






2 (i)
Dismantling Work
Demolition including stacking of nserviceab
material and disposal of unservicable
materials with all lead and lift.(R&B SOR 11-
12 Page
no.63,I.No.(20.3.i),.(20.1.ii),.(20.11.ii) (Chap
20- Demolition and dismantaling ))
Brick Work
50.00 Cu.m. 0 0

2 (ii)
PCC Work 50.00 Cu.m. 0 0

2 (iii)
RCC Work 50.00 Cu.m. 0 0

3






3 (i)
Excavation Excavation of trenches including
all safety provisions using side rails and
staking excavated stuff upto a lead of 90 Mt.
cleaning the site etc complete for lifts and
strata as specified (in all sorts of soil and soft
murrum.) (GWSSB SOR-11-12/Sec.-B /
Pg.No.65/I.No.15 (a)
0 m to 1.5 m
3700.00 Cu.m. 0 0

3 (ii)
1.5 m to 3.0 m 1200.00 Cu.m. 0 0

3 (iii)
3.0 m to 4.5 m 100.00 Cu.m. 0 0

4 CC M15 for Foundation
Providing and cast in situ CC in grade M15
proportion of ingredients as per mix design by
weigh batching using granite, quartzite trap
metal of size 6 mm to 20 mm for RCC work
including sacaffolding, centering, formwork,
needle vibrated consolidation, curing and
hydraulic testing etc. complete (excluding
cost of reinforcement) (GWSSB SOR-11-
12/Sec.-D / Pg.No.77/I.No.3 (1)
95.00 Cu.m. 0 0

5
Brick Work
Brick work using common burnt clay building
bricks having crushing strength not less than
35 kg/sqcm in foundation and plinth in
cement mortar 1: 5 (1 cement :5 fine sand)
for drains, manholes, catchpits, etc. for all
depths. (R & B 11-12 , Page No.
16,,I.No.6.12.(B)
350.00 Cu.m. 0 0

6
Plaster (12 mm Thk)
Providing 12 mm thick cement plaster in
single coat on fair side Brick/ concrete walls
for interior plastering upto floor level and
finished and finished even and smooth in
Cement mortar 1:3 ( 1 cement : 3 sand) for
drains, manholes, catchpits, etc (VMSS SOR)
600.00 Sq.m. 0 0




7
Providing and laying 40 mm thick cement
concrete flooring 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm) laid
in one layer finished with a floating coat of
neat cement (R & B 11-12, Page no. 43 (I.No.
14.71(A))
100.00 Sq.m. 0 0

8
CC M15 for Coping
Providing and cast in situ CC in grade M15
proportion of ingredients as per mix design by
weigh batching using granite, quartzite trap
metal of size 6 mm to 20 mm for RCC work
including sacaffolding, centering, formwork,
needle vibrated consolidation, curing and
hydraulic testing etc. complete (excluding
cost of reinforcement) (GWSSB SOR-11-
12/Sec.-D / Pg.No.77/I.No.3 (2)
15.00 Cu.m. 0 0

9
Providing and cast in situ R.C.C. M 25 Grade
Slab of Pipe Catch-pits and RCC Drain with
curing complete including cost of scaffolding
centering,form work, needle vibration in : (1)
flat bottom slab/floor slab with shuttering
(GWSSB SOR 11-12 / Sec. D / P.NO.78 /
I.NO.6(1))
60.00 Cu.m. 0 0

10
Reinforcement Steel
Purchasing and supplying at site of work
Reinforcement Steel of various dia. Incl. Rly
freight, loading , unloading, cutting, binding,
insurance charges, etc. complete including
labour charges for fabricating MS
reinforcement in postion, for all RCC work
(GWSSB SOR-11-12/Sec.-D/Pg.No.79 /
I.No.9).
10.00 MT 0 0

11
MS Grating
Purchasing, supplying on site, lowering,
laying,fixing, various size of M.S. section
such as joints channel, angles plates,etc
complete. (R&b SOR 11-12, P.No.29,
I.No.10.100(A))
4600.00 Kg. 0 0

12













12 (i)
Pipes : Providing and Supplying
Providing and supplying I.S.I R.C.C.tested
pipes including freight, taxes, insurance and
laying and jointing them along with specials
such as tees, bends, reducers and jointing
material and joints including lighting,
guarding, barricading and other safety
provisions, cutting the pipes,
inspection/testing after laying etc. complete
for following material of construction and
sizes of pipes (excluding cost of excavation,
refilling, etc.) (GWSSB/11-12/Sec.-A / Page
No.16/ I.No.7.(D) (5-10)
RCC Pipe with collars/spigot-socket NP3
Class Test Pressure 0.7 Kg/sq.cm
600 mm dia
300.00 R.mt. 0 0

12 (ii)
900 mm dia 750.00 R.mt. 0 0

13








13 (i)
Pipes :L,L& J of R.C.C. Pipes
Lowering, laying and jointing R. C. C. pipes in
C. M. 1:1 1/2 of following diameters in proper
position, grade and
alignment as directed by Engineer-in-charge
including conveyance from stores to site of
work, labour, giving hydraulic
testing as per ISI com (excluding cost of
excavation, refilling, etc.) (GWSSB SOR-11-
12 /Sec.-B/Pg.No.61/I.No.8 (B) (6-13)
600 mm dia
300.00 R.mt. 0 0

13 (ii)
900 mm dia 750.00 R.mt. 0 0




14
Refilling of trenches
Filling available excavated earth
(excluding rock) in trenches. plinth,
sides of foundations etc. in layers not
exceeding 20cm. in depth consolidating
each disposited layer by ramming and
watering (R & B 11-12,Page no.04,I.No. 4.12)
3650.00 Cu.m. 0 0

15
Extra lead for transportation of surplus stuff
spreading or stacking as directed (removal of
excavated stuff from site) up to VMSS limit
(GWSSB SOR-11-12/Sec.-B /
Pg.No.81/I.No.25 (1)
1400.00 Cu.m. 0 0

16
PP steps
Providing and supplying poly propylene steps
of stand specification, installation complete as
per the direction of Engineer-in-
charge.(Approved rate)
500.00 No. 0 0

17











17 (i)
Providing , Supplying, Lowering, Laying &
Jointing ISI standard Stoneware pipes in
standard length and with cement joints in
C:M 1:1 proportion of following class and
diameter incl. all taxes, insurance,
transportation, freight, octroi, inspection
charges, loading, unloading, conveyance to
departmental stores, stacking etc. complete
(IS-651/1989). (GWSSB SOR 11-12/ Sec.
A & B / P.NO.29 & 63 /I.NO.11a (i) & 2 &
I.No.(2) & (3)
100mm dia. class A
50.00 R.mt. 0 0

17 (ii) 150mm dia. class A 50.00 R.mt. 0 0

18






(i)
Providing, Supplying, Lowering, Laying &
J ointing ISI mark G.I pipe (Medium Duty)
with couplings / fittings of following dia.
including all taxes, insurance, transportation,
freight, octroi, inspection charges, loading,
unloading, conveyance to departmental
stores, stacking etc. complete. (GWSSB
SOR : 11-12/ sec. - A / P.NO.15/ I.NO.05 (b)
1,2,3 & GWSSB SOR : 07-08 / Sec.-B /
P.No.50 / I.No.6 (1,2,3)
15 mm dia. medium duty class
50.00 R.mt. 0 0

18 (ii)
20 mm dia. medium duty class 50.00 R.mt. 0 0

18 (iii)
25 mm dia. medium duty class 50.00 R.mt. 0 0

19







19 {i}
Providing, Supplying, Lowering, Laying &
J ointing ISI marked C.I. pipes with rubber
gaskets of following class and diameter incl.
all taxes, insurance, freight, octroi, inspection,
loading, unloading conveyance to site /
departmental stores, stacking etc. complete.
(GWSSB SO/R : 11-12 / Sec. A / P.No.3 /
I.No.2 (A) & Sec. B / P.No.59 / I.No.2.)
100 mm. dia Pipe
50.00 R.mt. 0 0

19{ii}
150 mm dia Pipe 50.00 R.mt. 0 0

20
Dewatering using 10.0 Hp pump
Dewatering by pumping set of reqd. capacity
incl. fuel & labour etc. comp.(pump of 10.0
Hp).
1000.00 Hp/Hr. 0 0

21
Conducting topography Survey work of
Road/nala by electronic total station by taking
cross-section at 30 m interval Longitudinally
and cross-section at 1.5 m of existing detailed
road/kaans width. The work will cover the
topographical details of existing detailed road,
building, nala CD, work, electric/telephone
poles trees, compound wall, chamber, trialpits
and any other necessary data required. the
work will also cover fixing of TBM/PBM at
2.00 Km. 0 0




every 30 m. interval submitting the PLAN, L-
SECTION, CROSS-SECTION drawing
onhard and soft copy. (APPROVED RATE)
22
Repairing of Road (15cm +11cm) thk
Compacted metal soling repairing of
subgrade with rolling,watering with
complete.(upto grouting) (Approved Rate)
100.00 Sq.m. 0 0

23
Repairing of Road (10cm) thk
Compacted metal grouting repairing of road
with rolling,watering with
complete.(Carpeting)(Approved Rate)
100.00 Sq.m. 0 0


Total

Вам также может понравиться