You are on page 1of 376

Financial Bid Vol.

I (Contract Conditions) 31
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........










FINANCIAL BID

VOLUME -1

(CONTRACT CONDITIONS)
Financial Bid Vol. I (Contract Conditions) 32
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

INDEX

S. No. DESCRIPTION PAGE No.

A. TECHNICAL BID
1. Press Notice 4
2. Information and instructions for bidders 5
3. Instructions to bidders for submission of tenders 9
4. Section - I : Brief particulars of the work 12
5. Section - II : information & instructions for bidders 14
6. Section - III : Letter of Transmittal 20
7. Forms A to H 21
8. Appendix I 29
9. Annexure I 30

B. FINANCIAL BID
VOLUME-I (CONTRACT CONDITIONS)
10. Instructions to Bidders for submission of tenders 34
11. CPWD 6 37
12. Integrity pact 47
13. CPWD 8 56
14. Schedule A to F 59
15. Chapter-1 : Amended Clauses of GCC- 2010 68
16. Chapter-2 : Additional conditions 83
17. Chapter 3 : Special conditions of contract 92
18. Chapter 4 : General scope of work 129

VOLUME -II (SPECIFICATIONS)
19. Chapter 5: Site Conditions 135
20. Chapter 6: Material Specifications 140
21. Chapter 7: Particular Specifications for Civil works 167
22. Chapter 8: Quality Systems 273
23. Chapter 9 : Terms, Special Conditions & Specifications for 304
Electrical works
24. Chapter 10: External Illumination 311
25 Annexures 327

VOLUME III (SCHEDULE OF QUANTITIES)
26. Schedule of Quantities for Civil Works (Part-A) 350
27. Schedule of Quantities for Electrical Works (Part-B) 400

VOLUME IV (TENDER DRAWINGS) 19 Nos. 407-427
Financial Bid Vol. I (Contract Conditions) 33
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


Name of work : Construction of Elevated Road over Barapulla Nallah
starting from Sarai Kale Khan to Aurobindo Marg near INA Market, New Delhi -
Phase-II from Jawaharlal Nehru Stadium to Aurobindo Marg with connection
at Ring Road, Lala Lajpat Rai Marg and Aurobindo Marg. SH:Construction of
Main carriageway works, traffic signages and electrical works etc.

NIT No. : 52/CE/PWD Zone F-1/ 2012-13.
ESTIMATED COST : Rs. 384,67,37,095 /-
(Rs. 381,31,47,779/- (Civil)+
Rs. 3,35,89,316/- (Electrical))
EARNEST MONEY : 3,94,67,371/-
SECURITY DEPOSIT : 5% of Tendered Cost
PERFORMANCE GUARANTEE : 5% of Tendered Cost
TIME ALLOWED : 24 MONTHS
Certified that this Financial Bid contains total 397 pages starting from page 31 to 427 in four
Volumes as following details
Volume I : Contract Conditions : Pages from 31 to 132
Volume II : Specifications: Pages from 133 to 347
Volume III : Schedule of Quantities: Pages from 348 to 406
Volume IV : Tender Drawings : 19 No. Drawings 407 To 427



M/s CCPL
Consul tant

Assistant Engineer
FPSD-1231, 1233 & 1234
PWD, Ramesh Park
Del hi -110092
Executive Engineer
FPD-123
PWD, Ramesh Park
Del hi -110092


Assistant Engineer (E)
FPD-1141, PWD, Ramesh Park
Del hi -110092
Executive Engineer (E)
FPD-114, PWD, MSO Bui l di ng
Del hi -110002


Assistant Engineer (P)
FPC-12, PWD, Ramesh Park
Del hi -110092


Project Manager
FPC-12, PWD, Ramesh Park
Del hi -110092

Assistant Engineer
(P)
FZ-1, PWD, MSO Bui l di ng
New Del hi -110002
Assistant Engineer (E) (P)
FPD-114, PWD, MSO Bui l di ng
Del hi -110002

Executive Engineer (P&A)
FZ-1, PWD, MSO Bui l di ng
New Del hi -110002
NIT amounting to Rs. 384,67,37,095/- (Rupees Three hundred Eighty Four Crore Sixty Seven Lakh
Thirty Seven Thousand Ninety Five Only) from page 31 to 427 including tender drawings is hereby
Approved



Chief Engineer
Flyover Zone F-1
Financial Bid Vol. I (Contract Conditions) 34
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

INSTRUCTIONS TO BIDDERS FOR SUBMISSION OF TENDERS

1. Payment of cost of Tender documents : The collection of Tender documents is
dispensed away with as there is no physical supply of tender documents and to
have absolute anonymity of the bidders participating in e-procurement solution. The
bidders can view / download the tender documents, from the
https://govtprocurement.delhi.gov.in. However the tenderer has to deposit the cost
of tender document in the office of Executive Engineer, Flyover Project Division F
123, PWD, Delhi by a draft / pay order of Rs. 10,000/- in favour of Executive
Engineer, Flyover Project Division F121, PWD, Delhi, duly sealed in a separate
envelope alongwith the envelope of EMD before prescribed date and time. The
tender received without tender cost will be summarily rejected. The scanned copy of
this Draft / Pay order is also required to be uploaded with other documents on
website.

2. Submission of Bids: The bidders who are desirous of participating in e
procurement shall submit their price bids in the standard formats prescribed in the
Tender documents, displayed at https://delhi.govtprocurement.com. The bidder
should upload the scanned copies of all the relevant certificates, documents etc., on
the https://delhi.govtprocurement.com in support of their technical/financial bids.
The bidder shall sign on all the statements, documents, certificates, uploaded by
him, owning responsibility for their correctness / authenticity.

3. Payment of Bid Security (Earnest Money Deposit) : The EMD shall be in the form
of the demand draft of scheduled bank / fixed deposit receipt of a scheduled bank
issued in favour of Executive Engineer, Flyover Project Division F-121, PWD,
Govt. of Delhi. Xerox copy of the DD/FDR/BG is to be scanned and uploaded
along with the Bid, and the original DD/FDR shall be sent to the office of Executive
Engineer Flyover Project Division F-123, PWD, Govt. of Delhi Ramesh Park, Opp.
Shakarpur Police Station, Delhi -110092, so as to reach before the date of closing of
the Bids. Failure to furnish the original DD/FDR before the closing of the bid as
prescribed, will entail rejection of bid.

4. Hard Copy : All affidavits along with supporting documents uploaded with tender
should be submitted in original in the office of Executive Engineer, Flyover Project
Division F-123 PWD along with EMD and draft/pay order of Rs. 10,000/- as cost of
tender to verify the same by prescribed date & time. Failure to submit the originals
before prescribed date & time will entail rejection of bid.

5. Price Bid Opening : The Price Bids will be opened online by the concerned officer /
officers at the specified date & time and the result will be displayed on the website
https://delhi.govtprocurement.com which can be seen by all the bidders who
Financial Bid Vol. I (Contract Conditions) 35
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

participated in the tenders. The date will be notified by F-123, PWD, after evaluation
of technical qualification of agencies.
6. Processing of Tenders: The concerned officer/officers will evaluate and process
the Tenders as done in the conventional tenders and will communicate the decision
to the bidder online.

7. Payment of performance Guarantee: The contractor whose bid is accepted will be
required to furnish performance guarantee of 5% (Five percent) of the bid amount
within the period specified in Schedule F. This guarantee shall be in the form of
cash (in case guarantee amount is less than Rs.10000/-) or Deposit at call receipt of
any scheduled bank / Bankers cheque of any scheduled bank / Demand Draft of
any scheduled bank / Pay order of any Scheduled Bank (in case guarantee amount
is less than Rs.1,00,000/-) or Government Securities or Fixed Deposit Receipts or
Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance
with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within in the period as indicated in Schedule F, including
the extended period if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor.
This guarantee shall be drawn in favour of Executive Engineer, Flyover Project
Division F-121, PWD, Delhi.

8. Participation of Bidders at the time of opening of bids: Bidders have two options
to participate in tendering process at the time of opening of Bids:
(i) Bidders can come at the place of opening of bids (electronically) as done in the
conventional tender process.
(ii) Bidders can visualize processing online.


9. Signing of agreement: After the award of the contract, an agreement will be signed
as done in Conventional Tenders.

10. The tenderers should read all the instructions, terms & conditions, contract clauses,
nomenclature of items, specifications etc. contained in the tender documents very
carefully, before quoting the rates. The tenderer should also read the general
conditions of contract, 2010 for CPWD works with upto date correction slips upto the
date of receipt of tender available with M/s Jain Book Agency, Connaught Palace,
New Delhi, which will form a part of the Agreement.

11. The contractor shall quote his rates keeping in mind the specifications terms &
conditions, additional conditions and special conditions etc. and nothing shall be
payable extra whatsoever unless otherwise specified.

Financial Bid Vol. I (Contract Conditions) 36
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

12. The Eligible contractor shall quote separate rates (item rate in words and figures)
for each part of schedule of quantity (Vol.-III) i.e. Part A for civil work and Part B for
Elect. Works.

13. 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 must be signed
on his behalf by a person holding a power of attorney authorizing him to do so. Such
power of attorney should be produced with the tender and it must be disclosed that
the firm is duly registered under the Indian partnership act, 1952.

14. Sales Tax, Excise duty as applicable shall be paid by the contractor himself.
Whereas Works Contract Tax, DVAT, Labour Cess and Income Tax etc. as
applicable shall be deducted by the department from the R/A bills. The contractor
shall quote his rates considering all such Taxes. However regarding the Service
Tax, the same shall be reimbursed by the department on production of proof of
actual payment of service tax to the concerned department.

15. Letter of recommendation for exemption of Octroi shall be issued by the department
on demand. However, the department is not liable to reimburse the Octroi duty in
case such exemption certificates are not honoured by the concerned authorities.

16. The agencies shall get registered with works contract cell of sales tax
department/under DVAT of Govt. of NCTD and submit valid registration certificate
from works contract cell of Sales Tax Department preferably at the time of tendering

17. The intending bidders should get registered themselves for getting class-III digital
signature from E-procurement help desk, 6th Floor, C- wing, Vikas Bhawan- II,
near Metcalf House, Civil Lines, Delhi. for becoming able to participate in the e-
tender process.



Executive Engineer
Flyover Project Division F-123,
PWD, Govt. of Delhi



Financial Bid Vol. I (Contract Conditions) 37
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

C.P.W.D.-6
PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER

1 The Executive Engineer PWD Division F-123, New Delhi, on behalf of the
President of India, invites the bids on Item Rate basis from firms/contractors of
repute in two bids system (Technical & Financial ) through e-procurement
solution for the work Construction of Elevated Road over Barapulla Nallah
starting from Sarai Kale Khan to Aurobindo Marg near INA Market, New
Delhi-Phase-II from Jawaharlal Nehru Stadium to Aurobindo Marg with
connection at Ring Road, Lala Lajpat Rai Marg and Aurobindo Marg. SH :
Construction of Main carriageway works, traffic signages and electrical
works etc. as per following eligibility criteria :-


2 The Contractors, who fulfill the following requirements, shall be eligible to apply.
Joint Ventures are not accepted.

i. Should have satisfactorily completed the works as mentioned below during the
last 7 years ending last day of the month previous to the one in which bids are
invited i.e. 30.11.2012:

a) Three similar completed works each costing not less than Rs. 154 cr.
or
b) Two similar completed works, each costing not less than Rs. 231 cr.
or
c) One similar completed work costing not less than Rs. 308 cr.

Note: - Similar work means work of construction of flyover/elevated
corridor/Metro corridor/ bridges.
and

ii. One completed work of any nature (either part of (i) above or a separate one)
costing not less than Rs. 154 cr. with some Central Government
Department/State Government Department/ Central Autonomous Body/Central
Public Sector undertaking.
and

iii. The bidder should also have experience of having completed (during the last 7
years ending last day of the previous month i.e. 30.11.2012) any flyover/elevated
Financial Bid Vol. I (Contract Conditions) 38
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

corridor/ elevated metro corridor/ Bridges work using precast segmental
technology including erection of segments with launching girders and the
component of precast segmental work should not be less than 10000 sqm. The
component of precast segmental work may either be part of any completed
similar work under (i), (ii) above or may be a separate work.
and

iv. Experience of having successfully completed one work with Balance Cantilever
System for span not less than 50 m. This may either be part of any completed
similar work under (i), (ii) and (iii) above or may be a separate work.

The value of executed work shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum, calculated
from the actual date of completion to last date of receipt of Technical & Financial
bids through e- procurement.

While considering any similar work executed by applicant firm under joint
venture, the experience of the applicant firm in that work shall be restricted to its
share/responsibilities as reflected in the Memorandum of Understanding (MoU),
signed between the parties, while forming joint venture for that work, attested
copy of which shall be submitted along with the technical bid.

v. Should have had average annual financial turnover of Rs. 116 cr. on
construction works during the last three years ending 31
st
March 2012.

vi. Should not have incurred any loss in more than two years during the last five
years ending 31
st
March 2012.

vii. Should have a solvency of at least Rs. 154 cr.

viii. Bank Draft / pay order of Rs. 10,000/- as cost of tender in favors of Executive
Engineer, Flyover Project Division F-121, PWD, Delhi.

ix. Earnest money of Rs. 3,94,67,371/- in the form of Receipt, Treasury
Challan/Deposit at Call receipt of a scheduled bank/fixed deposit receipt of a
scheduled bank/demand draft of a scheduled bank issued in favour of Executive
Engineer, Flyover Project Division F-121, Delhi. 50% of earnest money or Rs.
20 lakh, whichever is less, will have to be deposited in the shape prescribed
above and balance amount of earnest money can be accepted in the form of
Financial Bid Vol. I (Contract Conditions) 39
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Bank Guarantee issued by a scheduled bank issued in favour of Executive
Engineer, Flyover Project Division F-121which is to be scanned and uploaded
and original bank guarantee shall be dropped in the tender box. DD/FDR is to
be scanned and uploaded alongwith the bid, and the original DD/FDR shall be
dropped in tender box of the division in envelop upto 3.30 P.M. on 20.12.2012,
failure to furnish the original DD/FDR before the closing of the bid, will entail
rejection of bid.
x. Registration Certificate under Delhi Value Added Tax 2004
xi. Valid No Dues Certificate from concerned authority in VAT department or
submit an affidavit that up-to-date returns have been filed and the agency has
no dues towards Sales Tax/ VAT department, along with copies of all the returns
filed in Sales Tax / VAT department.
xii. Scanned copy of PAN Card issued by Income Tax Department.
xiii. Scanned copy of undertaking of Integrity pact duly signed by the contractor
/authroised signatory with rubber stamp (seal) on their letter head as shown in
the Financial Bid Vol.I.

3 Bid documents consisting of plans, specification, the schedule of quantities of the
various classes of work to be done and the set of terms and conditions of
contract to be complied with by the contractor whose bid may be accepted and
other necessary documents can be seen in the office of the Executive Engineer,
Flyover Project Division F-123, New Delhi between hours of 11:00 AM and 4:00
PM from 01.12.2012 to 19.12.2012 every day except on Sundays and Public
Holidays.

4 The hard copy of technical bid downloaded from web site with duly filled up forms
& signed is required to be submitted in the office of Executive Engineer, Flyover
Project Division F-123, PWD up to 03:30 pm on dated 20.12.2012 alongwith
EMD in original for further necessary evaluation. However the technical bid and
all required documents are also required to be uploaded on web site alongwith
financial bid.

5 Pre Bid conference shall be held in the chamber of Chief Engineer, Flyover
Project Zone, F-1 at 11:00 Hrs on 12.12.2012 to clear the doubt of intending
tenderers, if any.

6 The department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too many bids are received satisfying the laid down
criterion.

7 The work is estimated to cost Rs. 384,67,37,095/-. This estimated cost, however,
is given merely as a rough guide.
Financial Bid Vol. I (Contract Conditions) 40
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


8 The Technical & Financial Bid can be uploaded on website upto 15:00 hours on
20.12.2012 The technical bid will be opened online on 20.12.2012 at 16:00
hours for scrutiny by the Executive Engineer, Flyover Project Division F-123,
PWD, New Delhi. The technical bid will be displayed on the website
https://delhi.govtprocurement.com which can be seen by all the contactors
who participated in the Tenders. The financial bids of only the qualified and
technically acceptable bidders shall be opened on date and time, to be notified
later on, in the presence of the qualified bidders or their representatives. The
financial bid will also be displayed on the website
https://delhi.govtprocurement.com which can be seen by all the bidders who
participated in the Tenders

9 Agreement shall be drawn with the successful tenderer on prescribed Form No.
C.P.W.D. 8 which is available as a Govt. of India Publication. Tenderer shall
quote his rates as per various terms and conditions of the said form which will
form part of the agreement.

10 The time allowed for carrying out the work will be twenty four months from the
date of start as defined in schedule F or from the first date of handing over of
the site, whichever is later, in accordance with the phasing, if any, indicated in
the tender documents.

11 The site for the work will be made available in parts. Around 90 % of site will be
made available at the time of award of work. Balance 10% (approx.) site shall be
made available within 12 months after date of start of work and no hindrance on
this account shall be considered i.e. stipulated date of completion will remain un
altered and no claim on this account is admissible. However if balance site is
handed over later than 12 months from date of start of work, suitable extension of
time (to be worked out proportionate to work so hindered due to not handing over
of this much of site) shall be granted for delay occurred beyond 12 months as
stated above.

12 As the tender is to be opened through e-procurement therefore certifed copies of
all certificates as mentioned in bid document and all affidavits in original are
required to be submitted with EMD before prescribed date and time.

13 Interested contractor who wish to participate in the tender has also to deposit
the cost of tender document in the office of Executive Engineer, Flyover
Project Division F-123, PWD by draft/pay order of Rs.10,000/- in favour of
Executive Engineer, Flyover Project Division F-121, PWD, Delhi. duly sealed in a
separate envelope alongwith the envelope of EMD before prescribed date and
time. The tender received without this cost will summarily rejected. The scan
..**.. To be filled by EE
Financial Bid Vol. I (Contract Conditions) 41
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


copy of this Draft/ Pay order is also required to be uploaded with other
documents.

14 The contractor whose bid is accepted will be required to furnish performance
guarantee of 5% (Five percent) of the bid amount within the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee
amount is less than Rs.10000/-) or Deposit at call receipt of any scheduled bank /
Bankers cheque of any scheduled bank / Demand Draft of any scheduled bank /
Pay order of any Scheduled Bank (in case guarantee amount is less than
Rs.1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee
Bonds of any Scheduled Bank or the State Bank of India in accordance with the
prescribed form. In case the contractor fails to deposit the said performance
guarantee within in the period as indicated in Schedule F, including the
extended period if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor.
This guarantee shall be drawn in favour of Executive Engineer, Flyover Project
Division F121, PWD, Delhi.


15 The description of the work is as follows: Construction of Elevated Road
over Barapulla Nallah starting from Sarai Kale Khan to Aurobindo
Marg near INA Market, New Delhi -Phase-II from Jawaharlal Nehru
Stadium to Aurobindo Marg with connection at Ring Road, Lala
Lajpat Rai Marg and Aurobindo Marg SH : Construction of Main
carriageway works, traffic signages and electrical works etc.
Copies of other drawings and documents pertaining to the works will be open for
inspection by the tenderers at the office of the above mentioned Officer.
Tenderers are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their tenders as to the nature of the ground
and sub-soil (so far as is practicable), the form and nature of the site, the means
of access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their tender. A tenderer shall be
deemed to have full knowledge of the site whether he inspects it or not and no
extra charges consequent on any misunderstanding or otherwise shall be
allowed. The tenderer shall be responsible for arranging and maintaining at his
own cost all materials, tools & plants, water electricity access, facilities for
workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a tender by a
tenderer implies that he has read this notice and all other contract documents
and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which stores, tools and plant, etc. will be
Financial Bid Vol. I (Contract Conditions) 42
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

issued to him by the Government and local conditions and other factors having a
bearing on the execution of the work.

16 The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject any
or all the bids received without the assignment of any reason. All tenders in
which any of the prescribed condition is not fulfilled or any condition including
that of conditional rebate is put forth by the tenderer shall be summarily rejected.

17 Canvassing whether directly or indirectly, in connection with tenders is strictly
prohibited and the tenders submitted by the contractors who resort to canvassing
will be liable to rejection.
18 The competent authority on behalf of President of India reserves to himself the
right of accepting the whole or any part of the tender and the tenderer shall be
bound to perform the same at the rate quoted.

19 The contractor shall not be permitted to tender for works in the PWD Circle
(responsible for award and execution of contracts) in which his near relative is
posted as Divisional Accountant or as an Officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall
also intimate the names of persons who are working with him in any capacity or
are subsequently employed by him and who are near relatives to any gazetted
officer in the Central Public Works Department or in the Ministry of Urban
Development. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this Department.

20 No Engineer of gazetted rank or other Gazetted Officer employed in Engineering
or Administrative duties in an Engineering Department of the Government of
India is allowed to work as a contractor for a period of one year after his
retirement from Government Service, without the previous permission of the
Government of India in writing. This contract is liable to be cancelled if either the
contractor or any of his employees is found any time to be such a person who
had not obtained the permission of the Government of India as aforesaid before
submission of the tender or engagement in the contractors service.

21 The tender for the works shall remain open for acceptance for a period of 90
days (Ninety day) from the date of opening of Financial bid. If any tenderer
withdraws his tender before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of
the tender which are not acceptable to the department, then the Government
shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of
the said earnest money as aforesaid. Further the tenderer shall not be allowed to
participate in the re-tendering process of the work.
Financial Bid Vol. I (Contract Conditions) 43
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

22 This Notice Inviting of Tender shall form a part of the contract document. The
successful tenderer / contractor, on acceptance of his tender by the accepting
authority, shall, within 15 days from the stipulated date of start of the work sign
the contract consisting of
(i) The notice inviting tender, all the documents including additional conditions,
specifications and drawings, if any, forming the tender as issued at the time of
invitation of tender and acceptance thereof together with any correspondence
leading thereto.
(ii) Standard CPWD Form-8 i.e. General Conditions of Contract for CPWD works
(edition 2010) as modified and corrected upto the last date of submission of
tender.
(iii) Integrity Pact:- The Integrity agreement shall be integral part of tender
document.
23 In case any discrepancy is noticed between the documents as uploaded at
the time of submission of the bid online and hard copies as submitted
physically in the office of Executive Engineer, then the bid submitted shall
become invalid and the Government shall, without prejudice to any other
right or remedy, be at liberty to forfeit 50% of the said earnest money as
aforesaid. Further the tenderer shall not be allowed to participate in the re-
tendering process of the work etc.

24 The contractor shall quote his rates keeping in mind the specifications; terms &
conditions, particular specifications and special conditions etc. and nothing shall
be payable extra whatsoever unless otherwise specified. If the tenderer does not
quote the rate for any item, leaving the space blank, whatsoever, it will be
presumed that the tenderer has loaded the cost of this/ these item(s) on other
item(s), and he will execute this /these items at zero cost, and the tender will be
evaluated accordingly.

25 In case of any difference / ambiguity between English & Hindi versions, English
version shall prevail.

26 The department shall deduct Income Tax on the value of work done from each
bill of the contractor as per prevailing Government instructions/orders. In lieu, the
department shall issue a certificate of deduction of the tax at source to the
contractor, in relevant form.

27 The department shall deduct Labour Cess @1% on the value of work done from
each bill of the contractor as per prevailing Government instructions/orders. In
lieu, the department shall issue a certificate of deduction of the tax at source to
the contractor, in relevant form.

Financial Bid Vol. I (Contract Conditions) 44
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

28 In the tender document, the word CPWD shall include PWD (GNCTD)
wherever exists.

29 For Composite Bids
29.1 The Executive Engineer in charge of the major component will call bids for
the composite work. The cost of bid document and Earnest Money will be
fixed with respect to the combined estimated cost put to tender for the
composite bid.
29.2 The bid document includes the following components.
1. Technical Bid

2. Financial Bid in 4 volumes

Volume I : CPWD-6, CPWD-8 including schedule A to F for the work,
Standard General Conditions of Contract 2010 as amended/ modified up
to last date of receipt of tender, Additional Conditions, Special Conditions,
General scope of work.

Volume II : Scope of Work, Site Conditions, Materials & Testing for civil
works General Specification, Particular Specifications for Civil works
General Conditions, Special Conditions & Specifications for Electrical
works, External Illumination

Volume III : Schedule of Quantities containing Part A (for Civil work) &
Part B (for Electrical Work)

Volume IV : Tender Drawings

29.3 The main contractor shall also execute the minor component of work i.e.
Electrical component. He should be either an eligible CPWD registered
class-I electrical contractor himself or he shall submit names of upto three
eligible electrical contractors i.e. CPWD registered class-I electrical
contractor, whom (any one them) he intends to associate with, at the time
of submission of tender. In case the details of electrical agency are not
submitted by the tenderer, these shall be submitted before acceptance of
the work.
29.4 It will be obligatory on the part of the main contractor to tender and sign
the tender documents for all components.
29.5 On acceptance of the composite tender by the component authority, the
letter of award for all components shall be issued by the Executive
Engineer, in charge of major component, on behalf of the President of
India. The main contractor will have to enter to agreement consisting of
Financial Bid Vol. I (Contract Conditions) 45
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

complete scope of work including minor components of the work, with EE
in charge of major component of work. Besides this, separate tripartite
agreement for minor components shall be entered into by main contractor,
with EE in charge of minor component and the electrical agency engaged
by him for minor component.
29.6 First payment to the main contractor as well as the associated agencies
shall be made only after signing of tripartite agreements for minor
components. Executive Engineer in charge of minor Component shall
inform Executive Engineer in charge of major component regarding
signing/non signing of the tripartite agreement.
29.7 The main contractor will give detailed execution programme of the work
which will form part of this agreement with the department. He will indicate
in the programme, the time/stage of the work when the agencies of minor
components of works will be deployed by him.
29.8 Executive Engineer in charge of minor components shall make interim
payment in respect of minor component of work directly to the agency
engaged by main contractor. However, payment beyond 80% of tendered
amount of the minor component shall be made only to the main contractor
by EE in charge of minor component.
29.9 Final bill of whole work shall be finalized and paid by the Executive
Engineer in charge of major component. Executive Engineer in charge of
the minor component shall prepare and pass the final bill for minor
component of work and pass on the same to the Executive Engineer of
the major component for including in the final bill for composite work.
29.10 In case, the main contractor intends to change any of the above
agency/agencies during the operation of the contract, he shall obtain prior
approval of Engineer-in-Charge of main agreement. The new
agency/agencies shall also have to satisfy the laid down eligibility criteria.
In case Engineer-in-Charge is not satisfied with performance of any
agency, he can direct the contractor to change the agency executing such
items of work and this shall be binding on the contractor. In case of
change of agency of minor component, tripartite agreement shall be
entered into afresh.
29.11 If the main contractor fails to associate agency for execution of minor
component within a prescribed time or furnish incomplete details or furnish
details of ineligible agency even after the tenderer is given due
opportunity, the entire scope of minor component shall be withdrawn from
the tenderer and the same shall be got executed by the Engineer-in-
Charge at the risk and cost of main contractor.
Financial Bid Vol. I (Contract Conditions) 46
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

29.12 The main tenderer shall be responsible for acts of commission and non-
commission of the electrical contractors associates by him as per the
above conditions.
29.13 Completion certificate of composite work shall be recorded by Engineer-in-
Charge of major component. Engineer-in-Charge of minor component
shall intimate completion of minor component to Engineer-in-Charge of
major component.
29.14 The Eligible contractor shall quote separate rates (item rate in words and
figures) for each part of schedule of quantity (Vol.-IV) i.e. Part A for civil
work & Part B for Electrical work.

29.15 Security deposit @ 5% of the gross amount of the bills shall be deducted
from each running bill of the contractor till the sum along with the sum
already deposited as earnest money amounts to security deposit @ 5% of
accepted tendered amount of composite tender. Security Deposit shall be
deducted separately by EE (C) & EE (E). Earnest money deposited
alongwith tender shall be adjusted in security deposit of civil component.
29.16 In case of any difference/ambiguity in English version and Hindi version in
the tender document and standard CPWD Form No. 8, the English version
shall prevail over the Hindi version.



Signature of Divisional Officer
for & on behalf of President of India
Financial Bid Vol. I (Contract Conditions) 47
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........



INTEGRITY PACT CPWD

To,

-----------------------------------------
-----------------------------------------
-----------------------------------------

Subject : NIT No. ------------------------------------------- for the work Construction
of Elevated Road over Barapulla Nallah starting from Sarai
Kale Khan to Aurobindo Marg near INA Market, New Delhi -
Phase-II from Jawaharlal Nehru Stadium to Aurobindo Marg
with connection at Ring Road, Lala Lajpat Rai Marg and
Aurobindo Marg. SH : Construction of Main carriageway
works, traffic signages and electrical works etc.

Dear Sir,

It is hereby declared that PWD, GNCTD is committed to follow the principle of
transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that the Bidder will sign the integrity Agreement, which is an integral part of
tender/bid documents, failing which the tenderer/bidder will stand disqualified from the
tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing
of the same shall be deemed as acceptance and signing of the Integrity Agreement on
behalf of the PWD GNCTD.


Yours faithfully



Executive Engineer
Financial Bid Vol. I (Contract Conditions) 48
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


INTEGRITY PACT CPWD


UNDERTAKING INTEGRITY PACT
To,

Executive Engineer,
----------------------------,
----------------------------
Subject : Construction of Elevated Road over Barapulla Nallah starting
from Sarai Kale Khan to Aurobindo Marg near INA Market,
New Delhi-Phase-II from Jawaharlal Nehru Stadium to
Aurobindo Marg with connection at Ring Road, Lala Lajpat Rai
Marg and Aurobindo Marg. SH : Construction of Main
carriageway works, traffic signages and electrical works etc.
Dear Sir,
I/We acknowledge that PWD GNCTD is committed to follow the principles thereof
as enumerated in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on
the condition that I/We will sign the enclosed integrity Agreement, which is an integral
part of tender documents, failing which I/We will stand disqualified from the tendering
process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED
AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I /We confirm acceptance and compliance with the Integrity Agreement in letter
and spirit and further agree that execution of the said Integrity Agreement shall be
separate and distinct from the main contract, which will come into existence when
tender/bid is finally accepted by PWD GNCTD. I/We acknowledge and accept the
duration of the Integrity Agreement, which shall be in the line with Article I of the
enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the
Integrity Agreement, while submitting the tender/bid, PWD GNCTD shall have
unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the
tender/bid is accordance with terms and conditions of the tender/bid.
Yours faithfully

(Duly authorized signatory of the Bidder)
Financial Bid Vol. I (Contract Conditions) 49
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


INTEGRITY PACT CPWD

To be signed by the bidder and same signatory competent/authorized to sign the
relevant contract on behalf of PWD CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at --------------- on this --------- day of -------------20--------

BETWEEN

President of India represented through Executive Engineer --------------------------------------
(Name of Division)

PWD,GNCTD ------------------------------------------------------ , (Hereinafter referred as the
(Address of Division)
Principal /Owner, which expression shall unless repugnant to the meaning or
context hereof include its successors and permitted assigns)

AND

--------------------------------------------------------------------------------
(Name and Address of the Individual /firm/Company)

Through ----------------------------------------------------------------- (Hereinafter referred to as
the
(Details of duly authorized signatory)
Bidder/Contractor and which expression shall unless repugnant to the meaning or
context hereof include its successors and permitted assigns)
.
Preamble

WHEREAS the Principal /Owner has floated the Tender (NIT No. -----------------------)
(hereinafter referred to as Tender/Bid) and intends to award, under laid down
organizational procedure, contract for Construction of Elevated Road over
Barapulla Nallah starting from Sarai Kale Khan to Aurobindo Marg near
INA Market, New Delhi -Phase-II from Jawaharlal Nehru Stadium to
Aurobindo Marg with connection at Ring Road, Lala Lajpat Rai Marg and
Aurobindo Marg. SH : Construction of Main carriageway works, traffic
signages and electrical works etc. hereinafter referred to as the Contract

Financial Bid Vol. I (Contract Conditions) 50
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

AND WHEREAS the Principal /Owner values full compliance with all relevant laws of
the land, rules, regulations, economic use of resources and of fairness/ transparency in
its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter
into this Integrity Agreement (hereinafter reffered to as Integrity Pact or Pact), the
terms and conditions of which shall also be read as integral part and parcel of the
Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the
parties hereby agree as follows and this Pact witness as under:

Article 1: Commitment of the Principal/Owner

1) The Principal /Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her
family members, will in connection with the Tender, or the execution of the
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal/Owner will, in particular, before and during
the Tender process, provide to all Bidder(S) the same information and will not
provide to any Bidder(s) confidential /additional information through which the
Bidder(s) could obtain an advantage in relation to the Tender process or the
Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.

2) If the Principal /Owner obtains information on the conduct of any of its employees
which is a criminal offence under the Indian Penal code (IPC) /Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned
or if there be a substantive suspicion in this regard, the Principal/Owner will
inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(S)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers,
employees and agents) adhere to the highest ethical standards, and report to the
Financial Bid Vol. I (Contract Conditions) 51
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Government/Department all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering
process and throughout the negotiation or award of a contract.

2) The Bidders(s) /Contractor(s) commits himself to take all measures necessary to
prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution:


a) The Bidder(s)/Contractor(s) will not, directly or through any other person
or firm, offer, promise or give to any of the Principal/Owners employees
involved in the Tender process or execution of the Contract or to any third
person any material or other benefit which he/she is not legally entitled
to, in order to obtain in exchange any advantage of any kind whatsoever
during the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/Contractor(s) will not use improperly,
(for the purpose of competition or personal gain), or pass on to others,
any information or documents provided by the Principal/Owner as part of
the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted
electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and
address of agents/representatives in India, if any. Similarly
Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and
addresses of foreign agents/representatives, if any. Either the Indian
agent on behalf of the foreign principal or the foreign principal directly
could bid in a tender but not both. Further, in cases where an agent
participate in a tender on behalf of one manufacturer, he shall not be
allowed to quote on behalf of another manufacturer along with the first
manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and
all payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
Contract.
Financial Bid Vol. I (Contract Conditions) 52
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of fake/forged documents in order to induce public official to
act in reliance thereof, with the purpose of obtaining unjust advantage by or
causing damage to justified interest of others and /or to influence the
procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
use Coercive Practices (means the act of obtaining something, compelling an
action or influencing a decision through intimidation, threat or the use of force
directly or indirectly, where potential or actual injury may befall upon a person,
his/her reputation or property to influence their participation in the tendering
process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law
or the Contract or its established policies and laid down procedures, the
Principal/Owner shall have the following rights in case of breach of this Integrity Pact by
the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and undertakes to
respect and uphold the Principal /Owners absolute right:

1) If the Bidder(s)/Contractor(s) either before award or during execution of Contract
has committed a transgression through a violation of Article 2 above or in any
other form, such as to put his reliability or credibility in question, the
Principal/Owner after giving 14 days notice to the contractor shall have powers to
disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determine the Contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a
limited period as decided by the Prinicipal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the
Principal/Owner has disqualified the Bidder(s) from the Tender process prior to
the award of the Contract or terminated/determined the Contract or has accrued
the right to terminate/determine the Contract according to Article 3(1), the
Principal/Owner, apart from exercising any legal rights that may have accrued to
the Principal /Owner, may in its considered opinion forfeit the entire amount of
Financial Bid Vol. I (Contract Conditions) 53
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Earnest Money Deposit, performance Guarantee and Security Deposit of the
Bidder/Contractor.

3) Criminal Liability: If Principal/Owner obtains knowledge of conduct of a Bidder or
Contractor, or of an employee or a representative or an associate of Bidder or
Contractor which constitutes corruption within the meaning of IPC Act, or if the
Principal/Owner has substantive suspicion in this regard, the Principal/Owner will
inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach
or with Central Government or State Government or any other Central/State
Public Sector Enterprises in India that could justify his exclusion from the Tender
process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the Tender process or action can be taken for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the
Principal/Owner.

3) If the Bidder/Contractor can prove that he has resorted/ recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principle laid down in this agreement/Pact
by any of its Sub-contractors /sub-vendors.

2) The Principal /Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.
3) The Principal /Owner will disqualify Bidders, who do not submit, the duly signed
Pact between the Principal/Owner and the Bidder, along with the Tender or
violate its provisions at any stage of the Tender process, from the Tender
process.




Financial Bid Vol. I (Contract Conditions) 54
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to
be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority, PWD, GNCTD.

Article 7- Other Provisions
1) This Pact is subject to Indian law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have
not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all
the partners or by one or more partner holding power of attorney signed by all
partners and consortium members. In case of a Company, the Pact must be
signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement/Pact, any action taken
by the Owner/Principal in accordance with this Integrity Agreement/Pact or
interpretation thereof shall not be subject to arbitration.

Article 8 LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the
same shall be deemed to be cumulative and not alternative to such legal rights and
remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity
Pact will have precedence over the Tender/Contact documents with regard any of the
provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the
place and date first above mentioned in the presence of following witnesses:
Financial Bid Vol. I (Contract Conditions) 55
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


--------------------------------------------------------
(For and on behalf of Principal/Owner)

--------------------------------------------------------
(For and on behalf of Bidder/Contractor)

Witnesses:

1. ----------------------------------------
(SIGNATURE, NAME AND ADDRESS)

2. ----------------------------------------
(SIGNATURE, NAME AND ADDRESS)

Place:

Dated:

Financial Bid Vol. I (Contract Conditions) 56
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


CPWD 8
GOVERNMENT OF NCTD
PUBLIC WORKS DEPARTMENT

STATE : DELHI CIRCLE : F-12, PWD

BRANCH : B & R. DIVISION : F-123, PWD

ZONE : F1 SUB-DIV. : F1231, F1233 and F1234

ITEM RATE TENDER & CONTRACT FOR WORKS

1. Tender for the work of Construction of Elevated Road over Barapulla
Nallah starting from Sarai Kale Khan to Aurobindo Marg near INA
Market, New Delhi -Phase-II from Jawaharlal Nehru Stadium to
Aurobindo Marg with connection at Ring Road, Lala Lajpat Rai
Marg and Aurobindo Marg. SH : Construction of Main carriageway
works, traffic signages and electrical works etc.

(i) To be submitted Online by 15:00 hours on 20.12.2012 to Executive Engineer,
Flyover Project Division F-123, PWD(NCTD), at web site:
https://govtprocurement.delhi.gov.in

(ii) To be opened in presence of tenderers who may be present either at the place
of opening of tenders (electronically) or can visualize to process online at
16:00 hours on 20.12.2012 in the office of Executive Engineer, Flyover Project
Division F-123, PWD(NCTD), Delhi

Released to website:
https://govtprocurement.delhi.gov.in at Tender I.D. No. 2012_PWD_25858_1

Signature of officer releasing the documents ...............................**

Designation : Executive Engineer, Flyover Project Division F123, PWD
Date of Release: 01.12.2012

T E N D E R

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F.
Specifications applicable, Drawings & Designs, General Rules and Directions,
Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate and
Financial Bid Vol. I (Contract Conditions) 57
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the Govt. of NCTD within
the time specified in Schedule F, viz. schedule of quantities and in accordance in all
respects with the specifications, designs, drawings and instructions in writing referred in
Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of Contract
and with such materials as are provided for by and in respects in accordance with, such
conditions so far as applicable.

I/We agree to keep the tender open for Ninety (90) days from the due date of its
opening of Financial bid and not to make any modifications in its terms and conditions.

A sum of Rs. 3,94,67,371/- (Rupees Three Crore Ninety Four Lakh Sixty Seven
Thousand Three Hundred Seventy One Only) is hereby forwarded in cash/receipt
treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of
scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a
scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance
guarantee within prescribed period. I/We agree that the said President of India or his
successors, in office shall without prejudice to any other right or remedy, be at liberty to
forfeit the said earnest money absolutely. Further, if I/We fail to commence work as
specified, I/We agree that President of India or the successors in office shall without
prejudice to any other right or remedy available in law, be at liberty to forfeit the said
earnest money and the performance guarantee absolutely, otherwise the said earnest
money shall be retained by him towards security deposit to execute all the works
referred to in the tender documents upon the terms and conditions contained or referred
to those in excess of that limit at the rates to be determined in accordance with the
provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that
in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid. I/We
shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes
to the notice of Department, then I/We shall be debarred for tendering in PWD, GNCTD
in future forever. Also, if such a violation comes to the notice of Department before date
of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information/derived there from to any person other than a person to whom
I/We am/are authorized to communicate the same or use the information in any manner
prejudicial to the safety of the State.
Financial Bid Vol. I (Contract Conditions) 58
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


Dated ...........................**.......... Signature of Contractor
............**.......................

Witness:- ...................**............. Postal Address:-
..................**.............................

Address:- ..........................**.....
Telephone No. **
Occupation:- ................**.......... Fax: **
E-Mail:- **

**(to be filled by Contractor)

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned here
under ) is accepted by me for and on behalf of the President of India for a sum of
Rs...........**................./-(Rupees............................................**

The letters referred to below shall form part of this contract agreement.

for & on behalf of the President of India.


i) ** Signature .........**...................

ii) **

iii) .Any Other.**.. Designation **..

Dated :- .............**....................


**(to be filled by EE)










Financial Bid Vol. I (Contract Conditions) 59
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


SCHEDULES A to F

SCHEDULE A
Schedule of quantities (Enclosed) : As per Volume III of Financial Bid document

SCHEDULE B
Schedule of materials to be issued to the contractor : NIL

SCHEDULE C
Tools and plants to be hired to the contractor : NIL

SCHEDULE D
Extra schedule for specific requirements/documents for the work, if any : NIL

SCHEDULE E

Reference to General Conditions of contract.

Name of Work : Construction of Elevated Road over Barapulla Nallah
starting from Sarai Kale Khan to Aurobindo Marg near
INA Market, New Delhi -Phase-II from Jawaharlal Nehru
Stadium to Aurobindo Marg with connection at Ring
Road, Lala Lajpat Rai Marg and Aurobindo Marg. SH :
Construction of Main carriageway works, traffic signages
and electrical works etc.
Estimated cost : Rs. 384,67,37,095/- (Rs. 381,31,47,779/- (Civil) + Rs. 3,35,89,316/-
(Elect.))

Earnest Money : Rs. 3,94,67,371/-

Performance Guarantee : 5% of tendered value

Security Deposit : 5% of tendered value


SCHEDULE F

GENERAL RULES & DIRECTIONS :
Officer inviting tender : Executive Engineer, Flyover Project Division F-123, PWD,
New Delhi

Financial Bid Vol. I (Contract Conditions) 60
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Maximum percentage for quantity of items of work to
be executed beyond which rates are to be
determined in accordance with Clauses 12.2 & 12.3: See below

Definitions:
2(v) Engineer-In-Charge Executive Engineer, F-123, PWD, Delhi (for
civil works) and Executive Engineer, F-114,
PWD, Delhi (for Electrical works)

2(viii) Accepting Authority Chief Engineer, PWD, Flyover Project Zone F-
1, NCTD, New Delhi.

2(x) Percentage on cost of materials
and labour to cover all overheads
and profits
(A) Over Head charges and Contractor
Profit on analysis of rates as per
MORTH Data Book
(i) Category 1, for Major Bridges including
State of Art Bridges and Minor Bridges,
Over Head Charges = 25%
(ii) Category 2, for road work
Over Head Charges = 8%
(iii) Contractors profit has been taken
uniformly as 10% over the cost of items
including overhead charges analyzed as
per MORTH Data Book.

(B) Over Head charges and Contractor
Profit on analysis of rates as per
CPWD Delhi Analysis of Rates-2012
(DAR) = 15%
(C) Percantage on cost of materials and
labour to cover all overheads and
profits for electrical items is 15%

2(xi) Standard schedule of Rates :

For Civil Works 1. Standard Data Book for analysis of rates
published by MORTH,
2. Delhi Analysis of Rates-2012 as published
by CPWD with correction slips upto date of
receipt of tender.

Financial Bid Vol. I (Contract Conditions) 61
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

For Electrical Works SR 2012 (Internal & External) with
amendments thereto issued upto receipt of
tender

2(xii) Department Public Works Department New Delhi.

9(ii) Standard CPWD Contract Form GCC 2010, CPWD Form 8 modified &
Corrected up to last date of receipt of tender .

Clause-1: i) Time allowed for submission of 15 days
Performance guarantee from the
Date of issue of letter of acceptance,
in days

ii) Maximum allowable extension 7 days.
beyond the period as provided
in (i) above, in days.

Clause-2: Authority for fixing compensation The Project Manager,
Under clause 2 Flyover Project Circle, F-12,
PWD, Delhi

Clause-2A: Whether Clause-2A shall be applicable Yes, Applicable

Note :-The bonus under this clause shall be payable only if the contractor completes the
work ahead of stipulated date of completion as mentioned in the agreement. No bonus
shall be payable, if the work is completed after the stipulated date of completion even if
the Extension of time is granted without levy of compensation.

Clause-5:- Number of days from the date of issue 22 days
of letter of acceptance for reckoning
date of start.

Mile stone(s) : Refer ANNEXURE -2

Time allowed for execution of works : 24 months.

Authority to decide:
(i) Extension of time : Executive Engineer, F-123, PWD,
New Delhi.
(ii) Rescheduling of Milestones : Project Manager
Flyover Project Circle, F-12, PWD,
New Delhi
Financial Bid Vol. I (Contract Conditions) 62
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Clause 6, 6A
Clause applicable (6 or 6A) : Clause-6A (Computerised measurement
to be submitted by agency).

Clause-7:
Gross work to be done together with Rs. 1000 Lacs (for civil works)
net payment / adjustment of advances Rs. 50 Lacs (for Electrical works)
for material collected, if any, since the
last such payment for being eligible to
interim payment

Clause-10A: List of testing equipments : As mentioned in Financial Bid Vol. II
(para 8.4) and for electrical work as per
actual requirement
to be Provided by the contractor at site
lab

Clause-10B (ii): Whether clause 10B (ii) Yes
shall be applicable
Clause 10 C Not Applicable
Clause 10 CA Applicable
Also refer. ANNEXURE-1B

Materials covered under
this clause
Nearest Materials
(other than
cement, and
reinforcement
bars) for which All
India Wholesale
Price Index to be
followed :-

Base Price of all the materials
covered under clause 10 CA.
Cement (Port Slag cement) ----- Rs. 6700/- per MT*
Cement (OPC) ----- Rs. 5600/- per MT*
Reinforcement Bars TMT-500 D
(Primary Manufacturer)
----- Rs. 53,314/- per MT*

Clause 10CC
Clause 10 CC to be applicable in contracts
with stipulated period of completion
exceeding the period shown in next column.
(Also refer ANNEXURE -1C and IE)
18 months
Financial Bid Vol. I (Contract Conditions) 63
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Schedule of component of Other Materials, Labour & POL for price escalation (for civil
works).
Component of Civil component of other
construction materials (except cement and
Reinforcement steel covered under caluse
10CA)
expressed as percent of total value of work. -
Xm

25% of Civil works
Component of Fuel, Oil & Lubricant
expressed as percent of total value of work.-
Z

10% of Civil works
Component of Labour -
expressed as percent of total value of work.-
Y
15% of Civil works
FOR ELECTRIC WORKS :
Component of Electrical construction
Materials
expressed as percent of total value of
electrical work - Xme

90% of Electrcial works
Component of Fuel, Oil & Lubricant
expressed as percent of total value of
electrical work.- Ze
5% of Electrcial works
Component of Labour -
expressed as percent of total value of
electrical work.- Ye
5% of Electrcial works

Clause-11:- Specifications to be followed 1. MORTH Specifications for Roads
for Execution of work and Bridge Works (Fourth revision,
2001) published by IRC

2. CPWD Specification 2009 Vol I & II
with upto date amendments upto the
date of receipt of tender

3.CPWD General Specification for
electrical work (Part-I)- internal -2005,
(Part-II)-External-1994 with upto date
amendments up to the date of receipt
of tender.

Financial Bid Vol. I (Contract Conditions) 64
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


Clause-12:-
12.2 & 12.3- Deviation limit beyond which 30%
clauses 12.2 & 12.3 shall apply for Note:-
bridge and road work. A. For bridge/elevated road: all work
above pile cap
B. For road work all work above top of
GSB layer
C. All items of foot path & kerb stones

12.5- Deviation limit beyond which clauses 100%
12.2 & 12.3 shall apply for foundation work

Clause-16:- Competent Authority for deciding The Project Manager, FPC,
reduced rates. F12 PWD, New Delhi

Clause-18:- List of mandatory machinery, tools : As mentioned in tender
Plants to be deployed by the contractor document and as per
at site actual requirement
. for electrical work
Clause 25 :-

Constitution of Dispute Redressal
Committee (DRC)
Competent Authority to appoint DRC.

A. DRC for total claims more than Rs.
25 Lacs:
1. Chairman - Chief Engineer, PWD
(GNCTD), Zone M-1
2. Member - Director of Works, PWD
(GNCTD)
3. Member- Project Manager, PWD
(GNCTD), FPC, F-12 (Only to
present the case).

Chief Engineer, PWD, GNCTD, FPZ F-1

B. DRC for total claims upto Rs. 25
Lacs:
1. Chairman - Director of Works, PWD
(GNCTD).
2. Member- Executive Engineer, PWD
(GNCTD), FPD F-121
3. Member- Executive Engineer, PWD
(GNCTD), FPD F-122


Chief Engineer, PWD, FPZ F-1
Financial Bid Vol. I (Contract Conditions) 65
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4. Member Secretary - Executive
Engineer, PWD (GNCTD), FPD F-
123 (for civil works) / F114 (for
electrical works) only to present
the case




Clause 36 (i)

Requirement of Technical Representative (s) and Recovery Rates:


Sl.
No.

Designation
(Principal
Technical/
Technical
Representati
ve)

Minimum
Qualificati
on of
Technical
Represent
ative
D
i
s
c
i
p
l
i
n
e


Minimum
Experience
In years








N
u
m
b
e
r


Period for
which
required
Rate at which
recovery shall be
made from the
contractor in the
event of not
fulfilling
provision of
clause 36(i)

1 Project
Manager

Graduate
Engineer
C
i
v
i
l

20 (and also
having experience
of atleast one work
of elevated corridor
structure with
segmental
technology)
1 From date of
start
Rs. 60,000/- per
month

2

Deputy Project
Manager
Graduate
Engineer
C
i
v
i
l

12 (and also
having experience
of atleast one work
of elevated corridor
structure with
segmental
technology)
2 1 No. : from
date of start
1 No. : from 2
months after
date of start

Rs. 40,000/- per
Month per person
3 Project/Site
Engineer
Graduate
Engineer
or Diploma
Engineer
C
i
v
i
l

5
or
10
respectively
4 2 Nos. : from
date of start
2 Nos. : from 2
months after
date of start
Rs. 25,000/- per
month per person
Financial Bid Vol. I (Contract Conditions) 66
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


Sl.
No.

Designation
(Principal
Technical/
Technical
Representati
ve)

Minimum
Qualificati
on of
Technical
Represent
ative
D
i
s
c
i
p
l
i
n
e


Minimum
Experience
In years








N
u
m
b
e
r


Period for
which
required
Rate at which
recovery shall be
made from the
contractor in the
event of not
fulfilling
provision of
clause 36(i)

4 Quality
Engineer
Graduate
Engineer
C
i
v
i
l

8 2 1 No. : from
date of start
1No. : from 2
months after
date of start
Rs. 25,000/- per
month per person
5 Surveyor Minimum
Diploma
Engineer
C
i
v
i
l

8 2

from date of
start

Rs. 15000/- per
month per person
6 Project
Planning/
billing
Engineer
Graduate
Engineer
C
i
v
i
l

6 2 from 2 months
after date of
start
Rs. 20000/- per
month per person
7 Principal
Technical
Representative
Graduate
Engineer

E
l
e
c
t
r
i
c
a
l
l

5 years 1 From date of
start
Rs. 25000/- per
month per person
8 Technical
Representative

Graduate
Engineer/

Diploma
holder
E
l
e
c
t
r
i
c
a
l
l


NIL/

5 years
1




From 12
months from
date of start or
earlier if
directed by
Engineer-in-
charge
15,000/- per
person per month
(Rs. Fifteen
thousand only)


Note: 1.The recovery shall be applied on pro-rata basis.
2. The above requirement of Technical representatives is mandatory till the work is at
least 90% complete. After 90% completion of work, all the technical
representatives may not be required at site and type & number of technical
representatives to be deployed at site, after work is 90% complete, will be as
decided by Engineer-in-Charge which will be final and binding on the contractor.



Financial Bid Vol. I (Contract Conditions) 67
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Clause-42:-

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates DSR-2012 Printed by CPWD/MORTH
standard Data Book with correction slip issued upto the date of receipt of tender .

(ii) Variations permissible on theoretical quantities:
(a) Cement 2% plus/minus.

(b) Bitumen All Works 2.5% plus side only &
nil on minus side.
(c) Steel Reinforcement and structural steel
sections for each diameter, section and category 2% plus/minus

(d) All other materials. Nil





RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S.No. Description of Item Rates in figures and works at which
recovery shall be made from the
contractor
Excess beyond
Permissible
Variation
Less used
beyond the
permissible
variation
1 2 3 4


1.
2.
3.
4.
5.
To be arranged by contractor.

Cement
Steel reinforcement TMT bars
Structural sections
Bitumen Emulsion (Medium setting)
Bitumen CRMB-60



NIL



Not allowed
as the work is
liable to be
rejected.


Financial Bid Vol. I (Contract Conditions) 68
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........















CHAPTER 1



Amended Clauses of GCC- 2010
Financial Bid Vol. I (Contract Conditions) 69
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE-1B

1.1 CLAUSE 10 CA PAYMENT DUE TO VARIATION IN PRICES OF MATERIALS
AFTER RECEIPT OF TENDER

If after submission of the tender, the price of materials specified in Schedule F
increases/decreases beyond the price(s) prevailing at the time of the last stipulated date
for receipt of tenders (including extensions, if any) for the work, then the amount of the
contract shall accordingly be varied and provided further that any such variations shall
be effected for stipulated period of Contract including the justified period extended
under the provisions of Clause 5 of the Contract without any action under Clause 2.

However for work done/during the justified period extended as above, it will be limited to
indices prevailing at the time of stipulated date of completion or as prevailing for the
period under consideration, whichever is less.

The increase/decrease in prices of cement and steel reinforcement etc. shall be
determined by the Price indices issued by the Director General (Works), CPWD as
detailed below:-

The amount of the contract shall accordingly be varied for all such materials and will be
worked out as per the formula given below for individual material:-

Adjustment for component of individual material

CI - CIo
V = P x Q x --------------
CIo
where,
V = Variation in material cost i.e. increase or decrease in the amount of rupees to be
paid or recovered.

P = Base Price of material as issued under authority of DG(W), CPWD or concerned
Zonal Chief Engineer as indicated in Schedule "F" valid at the time of the last
stipulated date of receipt of tender including extensions, if any.

Q = Quantity of material brought at site for bonafide use in the works since previous
bill.

Clo = Price index for cement and steel reinforcement bars as issued by the
DG(W), CPWD as valid on the last stipulated date of receipt of tenders
including extensions, if any.

Financial Bid Vol. I (Contract Conditions) 70
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Cl = Price index for cement and steel reinforcement bars as issued under the
authority of DG(W), CPWD for period under consideration.

Note :
(i) In respect of the justified period extended under the provisions of
clause 5 of the contract without any action under clause 2, the index
prevailing at the time of stipulated date of completion or the prevailing
index of the period under consideration, whichever is less, shall be
considered.

(ii) For Ordinary portland cement and slag cement, CI & CIo will be the All
India Price index for Cement(OPC) issued by Director General, CPWD for
the period under consideration and as valid on the last stipulated date of
receipt of tender including extension, if any, respectively.


(iii) For Reinforcement Bars TMT-500 D (Primary Manufacturer), CI & CIo will
be the All India Price index for Reinforcement Bars TMT-500 (Primary
Manufacturer) issued by Director General, CPWD for the period under
consideration and as valid on the last stipulated date of receipt of tender
including extension, if any, respectively.

Provided always that provisions of the preceding Clause 10 C shall not be
applicable in respect of Materials covered in this Clause.

(iv) If during progress of work or at the time of completion of work, it is noticed
that any material brought at site is in excess of requirement, then
amount of escalation if paid earlier on such excess quantity of material
shall be recovered on the basis of cost indices as applied at the time
of payment of escalation or as prevailing at the time of effecting
recovery, whichever is higher.
Financial Bid Vol. I (Contract Conditions) 71
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE-1C
1.2 CLAUSE 10 CC (FOR CIVIL COMPONENT)

PAYMENT DUE TO INCREASE/DECREASE IN PRICES/WAGES AFTER RECEIPT
OF TENDER FOR WORKS

If the prices of materials (not being materials supplied or services rendered at fixed
prices by the department in accordance with clause 10 and 34 thereof) and/or wages of
labour required for execution of the work increase, the contractor shall be compensated
for such increase as per provision detailed below and the amount of the contract shall
accordingly be varied, subject to the condition that such compensation for escalation in
prices and wages shall be available only for the work done during the stipulated period
of the contract including the justified period extended under the provisions of Clause 5
of the contract without any action under the clause 2. However, for the work done during
the justified period extended as above, the compensation as detailed below will be
limited to prices/ wages prevailing at the time of stipulated date of completion or as
prevailing for the period under consideration, whichever is less. No such compensation
shall be payable for a work for which the stipulated period of completion is equal to or
less then the time as specified in Schedule F. Such compensation for escalation in the
prices of materials and labour when due, shall be worked out based on the following
provisions:

i) The base date for working out such escalation shall be the last stipulated date of
receipt of tender including extension, if any.

ii) The cost of work on which escalation will be payable shall be reckoned as below:

(a) Gross Value of work done upto this quarter : (A)
(b) Gross Value of work done upto the last quarter : (B)
(c) Gross Value of work done since previous quarter (A-B) : (C)
(d) Full assessed value of the secured advance fresh paid in this quarter : (D)
(e) Full assessed value of the secured advance recovered in this quarter : (E)
(f) Full assessed value of the secured advance for which escalation is
payable in this quarter (D-E) : (F)
(g) Advance payment made during this quarter : (G)
(h) Advance payment recovered during this quarter : (H)
(i) Advance payment for which escalation is payable in this quarter
(G-H) : (I)
(j) Extra items paid as per clause 12 based on prevailing market rates
during this quarter : (J)

Then, M = C F I - J
N = 0.85 M
Financial Bid Vol. I (Contract Conditions) 72
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(k) Less cost of material supplied by the department as per Clause 10 and
recovered during the quarter: (K)
(l) Less cost of services rendered at fixed charges as per clause 34 and
recovered during this quarter : (L)


Cost of work for which escalation is payable :
W = N (K+L)

iii) Components for materials (except cement, reinforcement bars under clause
10CA), labour, POL, etc. shall be pre-determined for every work and
incorporated in the conditions of contract attached to the tender papers included
in Schedule E. The decision of the Engineer-in-Charge in working out such a
percentage shall be binding on the contractors.

iv) The compensation for escalation for other materials (excluding cement,
reinforcement bars, covered under clause 10CA) and POL shall be worked out
as per formula given below:

(a). Adjustment for Civil component of construction materials (except
cement, reinforcement bars covered under clause 10CA).

Vm = W x Xm x MI MI0
100 MI0

Vm= Variation in material cost i.e. increase or decrease in the amount in
rupees to be paid or recovered.

W = Cost of work done worked out as indicated in sub para (ii) of Clause
10CC.

Xm= Component of materials (except cement, reinforcement bars,
covered under clause 10CA), expressed as per cent of the total
value of work.

MI =: 10CC index for Civil component of construction materials issued
by Director General, CPWD for the period under consideration.

(In respect of justified period extended under the provisions of
clause 5 of the contract, without any action under clause 2, the
index prevailing on the last date of quarter previous to the quarter
pertaining to stipulated date of completion or the index prevailing on
Financial Bid Vol. I (Contract Conditions) 73
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

the last date of the quarter previous to the one under consideration,
whichever is less, shall be considered).

MIo : 10CC index for Civil component construction materials issued by
Director General, CPWD as valid on the last stipulated date of
receipt of tender including extension, if any.

(b) Adjustment for component of Fuel, Oil & Lubricant

VF = W x Z x FI FI0
100 FI0

VF= Variation in cost of Fuel, Oil & Lubricant i.e. increase or decrease in
the amount in rupees to be paid or recovered.

W= Cost of work done worked out as indicated in sub para (ii) of Clause
10CC.

Z = Component of Fuel, Oil & Lubricant expressed as per cent of the
total of value of work.

FI = 10CC index for Fuel, Oil & Lubricant issued by Director General,
CPWD for the period under consideration.
If the same is not issued, then it will be All India Wholesale Price
Index for Fuel & Power for the period under consideration as
published by the Economic Advisor to Govt of India, Ministry of
Industry & Commerce, New Delhi.

(In respect of the justified period extended under the provisions of
clause 5 of the contract without any action under clause 2, the
index prevailing at the time of stipulated date of completion or the
prevailing index of the period under consideration, whichever is
less, shall be considered.)

FI0 = 10CC index for Fuel, Oil & Lubricant issued by Director General,
CPWD as valid on the last stipulated date of receipt of tender
including extension, if any.
If the same is not issued, then it will be All India Wholesale Price
Index for Fuel & Power as published by the Economic Advisor to
Govt of India, Ministry of Industry & Commerce valid on the last
stipulated date of receipt of tender including extension, if any.


Financial Bid Vol. I (Contract Conditions) 74
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

v) The following principles shall be followed while working out the Indices
mentioned in para (iv) above.

a) The compensation for escalation shall be worked out at quarterly intervals
and shall be with respect to the cost of work done as per bills paid during the
three calendar months of the said quarter. The first such payment shall be
made at the end of three months after the month (excluding) in which the
tender was accepted and thereafter at three months interval. At the time of
completion of the work, the last period for payment might become less than 3
months, depending on the actual date of completion.

b) The index (MI, FI etc.) relevant to any quarter/period for which such
compensation is paid shall be the arithmetical average of the indices relevant
to the three calendar months. If the period upto date of completion after the
quarter covered by the last such instalment of payment, is less than three
months, the index MI, and FI shall be the average of the indices for the
months falling within that period.

vi) The compensation for escalation for labour shall be worked out as per the
formula given below:-

VL = W x Y x LI LI0
100 LI0

VL : Variation in labour cost i.e. amount of increase or decrease in
rupees to be paid or recovered.

W : Value of work done, worked out as indicated in sub-para (ii) above.

Y : Component of labour expressed as a percentage of the total value
of the work.

LI : Minimum wage in rupees of an unskilled adult male mazdoor, fixed
under any law, statutory rule or order as applicable on the last date
of the quarter previous to the one under consideration.

(In respect of justified period extended under the provisions of
clause 5 of the contract, without any action under clause 2, the
index prevailing on the last date of quarter previous to the quarter
pertaining to stipulated date of completion or the index prevailing on
the last date of the quarter previous to the one under consideration,
whichever is less, shall be considered).

Financial Bid Vol. I (Contract Conditions) 75
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

LIo : Minimum daily wage in rupees of an unskilled adult male mazdoor
fixed under any law, statutory rule or order as on the last stipulated
date of receipt of tender including extension, if any.

vii) The following principles will be followed while working out the compensation as
per sub para (vi) above.

a) The minimum wage of an unskilled male mazdoor mentioned in sub
para (vi) above shall be the higher of the wage notified by Government
of India, Ministry of Labour and that notified by the local administration
both relevant to the place of work and the period of reckoning.

b) The escalation for labour also shall be paid at the same quarterly
intervals when escalation due to increase in cost of materials and POL
is paid under this clause. If such revision of minimum wages takes place
during any such quarterly intervals, the escalation compensation shall
be payable at revised rates only for work done in subsequent quarters.

c) Irrespective of variations in minimum wages of any category of labour
for the purpose of this clause, the variation in the rates for an unskilled
adult male mazdoor alone shall form the basis for working out the
escalation compensation payable on the labour component.

viii) In the event the price of materials and/or wages of labour required for execution
of the work decreases, there shall be a downward adjustment of the cost of work
so that such price of materials and/or wages of labour shall be deductible from
the cost of work under this contract and in this regard the formula herein before
stated under this clause 10(CC) shall mutatis mutandis apply, provided that:

(a) No such adjustment for the decrease in the price of materials and/or
wages of labour aforementioned would be made in case of contracts in
which the stipulated period of completion of the work is equal to or less
than the time as specified in Schedule-F.

(b) The Engineer-in-charge shall otherwise be entitled to lay down the
procedure by which the provision of this sub-clause shall be
implemented from time to time and the decision of the
Engineer-in-charge in this behalf shall be final and binding on the
contractor.
Financial Bid Vol. I (Contract Conditions) 76
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


ANNEXURE-1E


1.3 CLAUSE 10 CC (FOR ELECTRICAL COMPONENT)

PAYMENT DUE TO INCREASE/DECREASE IN PRICES/WAGES AFTER RECEIPT
OF TENDER FOR WORKS

If the prices of materials (not being materials supplied or services rendered at fixed
prices by the department in accordance with clause 10 and 34 thereof) and/or wages of
labour required for execution of the work increase, the contractor shall be compensated
for such increase as per provision detailed below and the amount of the contract shall
accordingly be varied, subject to the condition that such compensation for escalation in
prices and wages shall be available only for the work done during the stipulated period
of the contract including the justified period extended under the provisions of Clause 5
of the contract without any action under the clause 2. However, for the work done during
the justified period extended as above, the compensation as detailed below will be
limited to prices/ wages prevailing at the time of stipulated date of completion or as
prevailing for the period under consideration, whichever is less. No such compensation
shall be payable for a work for which the stipulated period of completion is equal to or
less then the time as specified in Schedule F. Such compensation for escalation in the
prices of materials and labour when due, shall be worked out based on the following
provisions:

i) The base date for working out such escalation shall be the last stipulated date of
receipt of tender including extension, if any.

i) The cost of electrical work on which escalation will be payable shall be reckoned
as below :

(a) Gross Value of work done upto this quarter : (A)
(b) Gross Value of work done upto the last quarter : (B)
(c) Gross Value of work done since previous quarter (A-B) : (C)
(d) Full assessed value of the secured advance fresh paid in this quarter : (D)
(e) Full assessed value of the secured advance recovered in this quarter : (E)
(f) Full assessed value of the secured advance for which escalation is
payable in this quarter (D-E) : (F)
(g) Advance payment made during this quarter : (G)
(h) Advance payment recovered during this quarter : (H)
(i) Advance payment for which escalation is payable in this quarter
(G-H) : (I)
(j) Extra items paid as per clause 12 based on prevailing market rates
Financial Bid Vol. I (Contract Conditions) 77
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

during this quarter : (J)

Then, M = C F I - J
N = 0.85 M
(k) Less cost of material supplied by the department as per Clause 10 and
recovered during the quarter: (K)
(l) Less cost of services rendered at fixed charges as per clause 34 and
recovered during this quarter : (L)

Cost of work for which escalation is payable :
W = N (K+L)

iii) Components of materials and labour etc shall be pre-determined for every work
and incorporated in the conditions of contract attached to the tender papers
included in Schedule E. The decision of the Engineer-in-Charge in working out
such a percentage shall be binding on the contractors.

iv) The compensation for escalation for materials shall be worked out as per formula
given below:


(a). Adjustment for Electrical component of construction materials

Vm = W x Xme x MI MI0
100 MI0

Vm= Variation in Electrical component of construction materials cost
i.e. increase or decrease in the amount in rupees to be paid or
recovered.

W = Cost of work done worked out as indicated in sub para (ii) of Clause
10CC.

Xme= Component of Electrical component of construction materials
expressed as per cent of the total value of work.

MI =: 10CC index for Civil component of construction materials issued
by Director General, CPWD for the period under consideration.

(In respect of justified period extended under the provisions of
clause 5 of the contract, without any action under clause 2, the
index prevailing on the last date of quarter previous to the quarter
pertaining to stipulated date of completion or the index prevailing on
Financial Bid Vol. I (Contract Conditions) 78
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

the last date of the quarter previous to the one under consideration,
which ever is less, shall be considered).

MIo : 10CC index for Civil component construction materials issued by
Director General, CPWD as valid on the last stipulated date of
receipt of tender including extension, if any.

(b). Adjustment for component of Fuel, Oil & Lubricant

VF = W x Ze x FI FI0
100 FI0

VF= Variation in cost of Fuel, Oil & Lubricant i.e. increase or decrease in
the amount in rupees to be paid or recovered.

W= Cost of work done worked out as indicated in sub para (ii) of Clause
10CC.

Ze = Component of Fuel, Oil & Lubricant expressed as per cent of the
total of value of work.

FI = 10CC index for Fuel, Oil & Lubricant issued by Director General,
CPWD for the period under consideration.
If the same is not issued, then it will be All India Wholesale Price
Index for Fuel & Power for the period under consideration as
published by the Economic Advisor to Govt of India, Ministry of
Industry & Commerce, New Delhi.

(In respect of the justified period extended under the provisions of
clause 5 of the contract without any action under clause 2, the
index prevailing at the time of stipulated date of completion or the
prevailing index of the period under consideration, whichever is
less, shall be considered.)

FI0= 10CC index for Fuel, Oil & Lubricant issued by Director General,
CPWD as valid on the last stipulated date of receipt of tender
including extension, if any.
If the same is not issued, then it will be All India Wholesale Price
Index for Fuel & Power as published by the Economic Advisor to
Govt of India, Ministry of Industry & Commerce valid on the last
stipulated date of receipt of tender including extension, if any.


Financial Bid Vol. I (Contract Conditions) 79
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

v) The following principles shall be followed while working out the Indices
mentioned in para (iv) above.

a) The compensation for escalation shall be worked out at quarterly
intervals and shall be with respect to the cost of work done as per bills
paid during the three calendar months of the said quarter. The first such
payment shall be made at the end of three months after the month
(excluding) in which the tender was accepted and thereafter at three
months interval. At the time of completion of the work, the last period for
payment might become less than 3 months, depending on the actual
date of completion.

b) The index ( MI, FI etc.) relevant to any quarter/period for which such
compensation is paid shall be the arithmetical average of the indices
relevant to the three calendar months. If the period upto date of
completion after the quarter covered by the last such instalment of
payment, is less than three months, the index MI, and FI shall be the
average of the indices for the months falling within that period.

vi) The compensation for escalation for labour shall be worked out as per the
formula given below:-

VL = W x Ye x LI LI0
100 LI0

VL : Variation in labour cost i.e. amount of increase or decrease in
rupees to be paid or recovered.

W : Value of work done, worked out as indicated in sub-para (ii) above.

Ye : Component of labour expressed as a percentage of the total value
of the work.

LI : Minimum wage in rupees of an unskilled adult male mazdoor, fixed
under any law, statutory rule or order as applicable on the last date
of the quarter previous to the one under consideration.

(In respect of justified period extended under the provisions of
clause 5 of the contract, without any action under clause 2, the
index prevailing on the last date of quarter previous to the quarter
pertaining to stipulated date of completion or the index prevailing on
the last date of the quarter previous to the one under consideration,
whichever is less, shall be considered).
Financial Bid Vol. I (Contract Conditions) 80
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


LIo : Minimum daily wage in rupees of an unskilled adult male mazdoor
fixed under any law, statutory rule or order as on the last stipulated
date of receipt of tender including extension, if any.

vii) The following principles will be followed while working out the compensation as
per sub para (vi) above.

a) The minimum wage of an unskilled male mazdoor mentioned in sub
para (vi) above shall be the higher of the wage notified by Government
of India, Ministry of Labour and that notified by the local administration
both relevant to the place of work and the period of reckoning.

b) The escalation for labour also shall be paid at the same quarterly
intervals when escalation due to increase in cost of cement, steel,
materials, POL and Plants & Equipments is paid under this clause. If
such revision of minimum wages takes place during any such quarterly
intervals, the escalation compensation shall be payable at revised rates
only for work done in subsequent quarters.

c) Irrespective of variations in minimum wages of any category of labour
for the purpose of this clause, the variation in the rates for an unskilled
adult male mazdoor alone shall form the basis for working out the
escalation compensation payable on the labour component.

viii) In the event the price of materials and/or wages of labour required for execution
of the work decreases, there shall be a downward adjustment of the cost of work
so that such price of materials and/or wages of labour shall be deductible from
the cost of work under this contract and in this regard the formula herein before
stated under this clause 10(CC) shall mutatis mutandis apply, provided that:

(a) No such adjustment for the decrease in the price of materials and/or
wages of labour aforementioned would be made in case of contracts in
which the stipulated period of completion of the work is equal to or less
than the time as specified in Schedule-F.

(b) The Engineer-in-charge shall otherwise be entitled to lay down the
procedure by which the provision of this sub-clause shall be
implemented from time to time and the decision of the
Engineer-in-charge in this behalf shall be final and binding on the
contractor.
Financial Bid Vol. I (Contract Conditions) 81
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE-1F
CONDITIONS OF CONTRACT
PARA 8.1
In case of discrepancy between the nomenclature of items, specifications, and /or
the drawings or in case no specifications are specified (Refer clause 28 of the
General Conditions of the Contract) the following order of preference shall be
observed:
i) Nomenclature of items including the scope of work as given in Schedule of
Quantities of this tender.
ii) Material specification, Particular Specifications, Special Conditions and other
provisions of this tender.
iii) Drawings.
iv) MORTH specifications for Road & Bridge works (Fourth revision), 2001
published by IRC with latest amendments issued up to the last day of receipt
of tender.
v) IRC codes including special publication and other publications of IRC (with all
latest amendments issued upto the last day of receipt of tender.
vi) CPWD Specifications (latest edition) with upto date correction slips issued
upto the last day of receipt of tender.
vii) BIS Codes with latest revisions issued upto the last day of receipt of tender.
viii) International standards and accepted international practices as approved by
Engineer-in-Charge
ix) Sound Engineering Practice as per directions of the Engineer-in-Charge.

Where ever reference of any IRC/BIS or any other standard code is there in the
tender document, it will be with all latest amendments issued up to the date of
receipt of tender.
If there are varying or conflicting provisions made in any one document forming
part of the contract, the Accepting Authority shall be the deciding authority with
regard to the intention/interpretation of the document and his decision shall be final
and binding on the contractor.
Financial Bid Vol. I (Contract Conditions) 82
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE-2

DETAILS OF PHYSICAL MILES STONES

S.
No.
Description of Milestone (Physical ) Time Allowed
in months
(from date of
start)
Amount to be
with held in case
of non
achievement of
mile stone
1. 200 piles, 20 pile caps, 10 piers,
casting of 50 segments
5 months In the event of
not achieving
the necessary
progress as
assessed from
the running
payment, 1% of
the tendered
value of work
will be withheld
for failure of
each mile stone.
2. 600 piles, 100 pile caps, 60 piers,
casting of 300 segments, segments
of 50 spans erection completion, 30
spans crash barrier & 25% RE wall
panel casting
10 months
3. complete piling & 200 pile caps, 180
piers, casting of 600 segments, 140
spans erection completion , crash
barrier for 125 spans, 50% RE wall
construction.
15 months
4. All pile caps, piers complete,
segment casting complete,
segments erection complete, crash
barrier for 80% of spans, 75% RE
wall construction.
20 months
5. All complete including electrical
fixtures etc.
24 months

Financial Bid Vol. I (Contract Conditions) 83
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........














CHAPTER 2



ADDITIONAL CONDITIONS
Financial Bid Vol. I (Contract Conditions) 84
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

CHAPTER-2

ADDITIONAL CONDITIONS

2.1 A tenderer shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charges consequent on any misunderstanding or
otherwise shall be allowed. It shall be deemed that the contractor has satisfied
himself as to the nature and location of the work, general and local conditions
and particularly those pertaining to probable location of batching plant/casting
yard, contractors offices site, transport, handling and storage of materials,
availability of labour, weather conditions at site and general ground / sub soil
conditions and the contractor has to estimate his cost accordingly.

2.2 The contractor(s) shall get himself acquainted with nature and extent of the work
and satisfy himself about the availability of materials from kiln or approved
quarries for collection and conveyance of materials required for construction.

2.3 The tenderer shall see the approaches to the site. In case any approach from
main road is required at site or existing approach is to be improved and
maintained for cartage of materials by the contractor, the same shall be
provided, improved and maintained by the contractor at his own cost. No
payment shall be made on this account.

2.4 On account of Security consideration, there would be some restrictions on the
working hours, movement of vehicles for transportation of material and location
of labour camp. The contractor shall be bound to follow all such restrictions and
adjust the programme for execution of work

2.5 The contractor shall also be required to follow the rules & restrictions imposed on
working /movement/stacking of materials by the local competent authority at all
times. Nothing extra shall be payable on this account.

2.6 Contractor shall take all precautionary measures to avoid any damage to
adjoining property. All necessary arrangement shall be made at his own cost.
Any damage caused by the contractor to the contractor to the existing building/
installations /roads/ boundary walls shall be made good by him (the contractor)
at his own cost.

2.7 The contractor shall make his own arrangement of water for completion of work
and nothing will be paid on this account. The contractor shall get the water
tested with regard to its suitability and conforming to the relevant IS Code. The
contractor shall obtain written approval from the Engineer-in-Charge before he
proceeds by using the same for execution of work. The contractor shall arrange
Financial Bid Vol. I (Contract Conditions) 85
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Municipal water at his own cost or if he intends to use tube well water, he will
have to install a RO plant to treat the water, if required,as the tube well is not, in
general, suitable for construction and nothing extra shall be paid to the
contractor on this account. Water charges shall not be recovered in case
arrangement of water is made at his own by the contractor.

2.8 For taking the permission to execute the work, if any required from any
Government Department like Delhi Traffic Police, DJB etc. the contractor will
associate themselves with the department.

2.9 The contractor shall make his own arrangement for obtaining electric connection
(s) if required, and make necessary payment directly to the department
concerned. The department will however make all reasonable recommendations
to the authority concerned in this regard

2.10 Unless otherwise specified in the schedule of quantities, the rates tendered by
the contractor shall be all inclusive and shall apply to all lifts & all heights, leads
and depths and nothing extra shall be payable on this account.

2.11 Unless otherwise specified in the schedule of quantities, the rates for all items,
shall be considered as inclusive of pumping / bailing out water, wherever
necessary for which no extra payment shall be made The area shall be kept
dry when the work is in progress even below water table. Nothing extra shall be
paid for removal of slush / sludge due to sub-soil condition, rains, spring etc.

2.12 Rates for the items are inclusive of all labour, materials, T&P , incidental
charges, octrai, taxes, contractors profit and overheads etc. unless, otherwise,
specified. The contractors shall quote the rates accordingly.

2.13 The contractor shall bear all incidental charges for cartage, storage and safe
custody of materials brought to site. The contractor shall be fully responsible for
the safe custody of materials brought by him issued to him even though the
some materials are under double lock key system

2.14 The work shall be executed and measured as per metric dimensions given in the
schedule of quantities, drawings etc. (FPS units wherever indicated are for
guidelines only).

2.15 The work should be planned in a systematic and coordinated manner with other
agencies working at site. The work shall be carried out in such a manner so as
not to interfere and disturb other works being executed by other agencies, if any.
Nothing extra shall be paid on this account .Any damage done by the contractor
Financial Bid Vol. I (Contract Conditions) 86
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

to any existing work or work being executed by other agencies shall be made
good by him at his own cost

2.16 The Contractor or his authorized representative should always be available at
the site of work to take instructions from departmental officers, and ensure
proper execution of work. No work should be done in the absence of such
authorized representative.

2.17 The contractor shall maintain in good condition, all works executed till the
completion of entire work allotted to the contractor.

2.18 Licenses

2.18.1 The contractor shall pay to the municipal, police or other authorities all the fees
etc. if required for execution of work, obtain requisite licenses for temporary
constructions, enclosures, and pay all fees, taxes and charges which shall be
leviable on account of their observations in executions of the contract. No extra
claim will be entertained on this account. However, department shall provide
necessary assistance by way of forwarding the applications of the contractor.

2.18.2 All license fees, royalty charges shall be paid by the contractor direct to the
authorities concerned. No extra claim will be entertained on this account.

2.19 The contractor shall be required to comply with the provisions of Delhi labour
welfare fund notified by the Delhi Govt. on 13.07.04 as per which if the contractor
employs directly or through other persons, five or more than five persons on any
working day during the preceding 12 months, owes a statutory obligation to
deposit:-

1. Fines realized from employees.
2. Unpaid accumulations.
3. Contribution of employees @75 paisa per employee, per six months.
4. Contribution of employer Rs.2.25 per employee, per six months.

As per the provision of the above said Act. All employees are covered, except
managerial and supervisory staff drawing as wages Rs.2,500/- per month or more,
engaged in different establishments and if any employ fails to deposit the amount
payable under the provisions of the said Act, penal interest would be charged @1%
P.M. for first three months and thereafter penal interest would be charged @1.5%
P.M. and the arrears are recoverable as arrears of Land Revenue.

Financial Bid Vol. I (Contract Conditions) 87
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2.20 The contractor shall indemnify the Govt. against any claims or obligations arising
out of any damage to adjacent property, structure or to building work done by
him.

2.21 PLANTS AND EQUIPMENTS

2.21.1 The contractor shall, at his own cost and risk, provide and operate all the
required equipment, T & P and machinery as required at site.

2.21.2 The contractor has to arrange a minimum number of following major plants and
equipment in good working condition required for execution of work at
appropriate time. The penalties for non mobilisation shall be applicable as per
relevant clause in special conditions of contract and as mentioned under clause
2.23 given below .

S.No Equipment Capacity
(Minimum)
Numbers
(Minimum)
1 Fully automatic computerised concrete
batching and mixing plant as per the
specifications with print outs for admixture,
concrete batching and other items
30cum/hour

2

2 Transit mixers 6 cum 8
3 Concrete pumps (One stationary and one
boom placer)
30 cum/hour 3
4 Vibratory Rollers (Front drum) 8-10 tonnes 2
5 Integrated Piling rig (Hydraulic operated rotary
type for bored cast-in-situ piles)
3
6 Tippers & dumpers 8
7 Poclain (excavator) 60cum/hr 2
8 Dozer 160hp 2
9 JCB 2
10 Cranes 60 ton 1
11 Cranes 40 ton 1
12 Crane 20 ton 1
13 Crane 10 ton 1
14 Motor grader 1
15 Water tanker with sprinkler 5000 lts 1
16 Bar bending and bar cutting machine 4
17 Launching girder for erection of precast
segments for atleast 2 spans
2

Financial Bid Vol. I (Contract Conditions) 88
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2.21.3 The above list of plants and equipment is not exhaustive and the actual
requirement may be more. The contractor shall also submit the list of other plants
and equipment (indicating the number and capacity) such as Trucks,
Compressors, Generators, Water Pumps, and gas cutters etc. proposed to be
used during the execution of the work. If the contractor wishes to use lesser
number of equipments, he should justify it by giving detailed programme to
complete the work within the stipulated time. However this shall not relieve the
contractor of his responsibilities to complete the work within the stipulated time.

2.21.4 All constructional tools, plants and machineries provided by the contractor shall
when brought on to the site, be deemed to be exclusively intended for the
construction and completion of the works and the contractor shall not remove the
same or any part thereof from the construction site, without the consent in writing
of the Engineer-in-charge. All T&P and machinery including formwork mobilized
by the contractor for execution of this work shall remain his property and shall be
demobilized and taken away from the site after completion of said work. All
machinery and equipments brought for the work shall be in good working
condition.

2.22 Activity Wise Slippage And Levy of Compensation

2.22.1 Without prejudice to any other conditions and table of milestones, in order to
achieve timely completion of the project without slippage over various activities,
following compensation as given in table below for various items/miles stones
shall be levied. All these compensations are independently and simultaneously
leviable and not refundable. However, total of the compensation levied under
clause 2 of the agreement and compensation levied under sl. No. (i) to (viii)
given below shall be subjected to a maximum as specified in clause 2 of General
Condition of Contract 2010. The decision of Engineer-in-Charge in this regard
shall be final and binding. The amount shall be deducted from contractor running
bills.

TABLE FOR LEVY OF COMPENSATION

Name of activity Target for completing
activity
Levy of Compensation
in case of failure (Rs.)
i) Lab establishment as
per Annexure-D of
tender
Within 90 days from
date of start
Rs 2000/- per day after
90 days


ii) Mobilization of
Barricading material
(of size and






Financial Bid Vol. I (Contract Conditions) 89
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

specification as per
drawing)
a) First 1000 m

b) Another 1000m

c) Additional quantity
beyond 2000m as
directed by Engineer-
in-Charge.

d) Cleaning/repainting/
proper maintaining of
Barricading boards, as
mentioned above and
as directed by
Engineer-in-Charge.



Within 30 days from
date of start
Within 60 days from
date of start
Within time limit as
directed by Engineer-in-
Charge.


The due date as
intimated by the
Engineer-in-Charge.






Rs. 500/- per meter per
week after due date with
maximum amount limited
to Rs. 4,000/- per meter.





Rs. 50 per meter per
week upto maximum of
Rs. 400/- per meter after
the due date.

ii) T&P (at least one
equipment)

a) Piling rig

b) Bar bending and
cutting machine

c) One Launching girder
for erection of precast
segments



within 45 days

Within 30 days


Within 150 days
all from the date of start





Rs. 1500/- per day after
45 days
Rs. 2000/- per day after
30 days

Rs. 10000/- per day after
150 days
(iii) Batching plants and
concrete pump by
contractor (at least
one equipment)

Within 90 days from
date of start
Rs 8000/- per day after
90 days

iv) Establishment of
Match casting yard
for casting of pre cast
segments of elevated
corridor
Within 90 days from
date of start
Rs 10,000/- per day after
90 days

v) Testing and approval
of materials
a) Cement,


Within 15 days


Rs 5000/- per day after
Financial Bid Vol. I (Contract Conditions) 90
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

aggregates,
admixture etc.
15 days
vi) Mobilisation of
shuttering as per
specifications
a. Shuttering for
piers with all
accessories (5
separate sets for
5 piers)
b. Superstructure
i. For precast
segments
ii. For crash
barrier
iii. For facia panel
of RE wall



within 45 days






within 90 days

within 180 days

within 90 days
all from date of start



Rs 5000/- per day per set
of pier after 45 days





Rs 5000/- per day after
90 days
Rs 3000/- per day after
180 days
Rs 3000/- per day after
90 days
vii) Mock ups for
approval as per
specifications
a) For piers

b) Precast segments

c) Facia panel for
RE wall
d) Precast panel of
crash barrier



Within 60 days

Within 100 days

Within 180 days

Within 180 days
All from date of start



Rs 5000/- per day after 60
days
Rs 5000/- per day after
100 days
Rs 2000/- per day after
120 days
Rs 2000/- per day after
120 days

viii) Safety equipments,

Within 30 days from
date of start
Rs 200/- per day per
person for violations after
30 days for Personal
Protection Equipments
(PPE) like Helmets,
Safety Belts, Boots etc.
as mentioned in Cl. 3.30a

ix) Submission of
Monthly progress
report and as built
drawing etc.











Financial Bid Vol. I (Contract Conditions) 91
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

a) Monthly progress
report by 7
th
of
next month



b) As built drawings
after completion
of project



c) Complete video
film and compiled
photographs
depicting
complete
progress of work
from start to
completion after
completion of
project.
By 7
th
of next month





Within one month of
completion of project.




Within one month of
completion of project
Rs. 1500/- per day after 7
days of next month with
maximum amount limited
to Rs. 45,000/- for single
default.

Rs. 1500/- per day after
one month of completion
of project with maximum
amount limited to Rs.
10,00,000/-.

Rs. 1000/- per day after
one month of completion
of project with maximum
amount limited to Rs.
2,00,000/-.
ix) Cleaning of road
and traffic
management and
non compliance of
provisions of
clause 3.42.14

Rs.10,000/- per single
violation compounded to
a maximum of
Rs.100000/- at any single
instance.
x) Non compliance
of safety
provisions related
to launching of
precast segments
as per provisions
of clause 3.40
Rs.10000/- for first
violation and Rs.20,000/-
for subsequent violations





Financial Bid Vol. I (Contract Conditions) 92
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


















CHAPTER 3



SPECIAL CONDITIONS OF
CONTRACT

Financial Bid Vol. I (Contract Conditions) 93
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


CHAPTER 3

SPECIAL CONDITIONS OF CONTRACT

3.1 AMENDMENT OF TENDER DOCUMENTS.
At any time prior to the deadline for submission of Tender, PWD may, for any
reason, whether at his own initiative or in response to a clarification requested by
a prospective Tenderers modify the Tender Document by issuing Corrigendum.
Corrigendum, if any, will be sent in writing to all Tenderers who have received the
Tender Document, and will form part of the Tender Documents. In order to afford
Tenderers reasonable time to take Corrigendum into account in preparation of
their Tenders, PWD may at its discretion, extend the deadline for submission of
Tenders.

3.2 VALIDITY OF TENDER
Tenders shall remain valid and open for acceptance for a period of 90 days after
the date of opening of Financial Bid. However, in exceptional circumstances,
prior to expiry of the original Tender validity period, PWD may request the
Tenderers for a specified extension in the period of validity. The request and the
responses there to shall be made in writing. A Tenderer may refuse the request
without forfeiting his Earnest Money. A Tenderer agreeing to the request will be
required to extend the validity of his Earnest Money correspondingly. The
provisions regarding discharge and forfeiture of Earnest Money shall continue to
apply during the extended period of Tender validity.

3.3 LANGUAGE
The documents prepared by the Tenderer, and all correspondence and
documents relating to the Tender exchanged by the Tenderer and the Engineer-
in-charge shall be written in the English language only. Supporting documents
and printed literature furnished by the Tenderer may be in another language
provided they are accompanied by an appropriate translation in English. For the
purpose of interpretation of the Tender, the English language shall prevail.

3.4 DISCREPANCY BETWEEN THE NOMENCLATURE OF ITEMS,
SPECIFICATIONS, AND /OR THE DRAWINGS
In case of discrepancy between the nomenclature of items, specifications, and /or
the drawings or in case no specifications are specified (Refer clause 28 of the
General Conditions of the Contract) the following order of preference shall be
observed:
Financial Bid Vol. I (Contract Conditions) 94
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


x) Nomenclature of items including the scope of work as given in Schedule of
Quantities of this tender.
xi) Material specification, Particular Specifications, Special Conditions and other
provisions of this tender.
xii) Drawings.
xiii) MORTH specifications for Road & Bridge works (Fourth revision), 2001
published by IRC with latest amendments issued up to the last day of receipt
of tender.
xiv) IRC codes including special publication and other publications of IRC (with all
latest amendments issued upto the last day of receipt of tender.
xv) CPWD Specifications (latest edition) with upto date correction slips issued
upto the last day of receipt of tender.
xvi) BIS Codes with latest revisions issued upto the last day of receipt of tender.
xvii) International standards and accepted international practices as approved by
Engineer-in-Charge
xviii) Sound Engineering Practice as per directions of the Engineer-in-Charge.

Where ever reference of any IRC/BIS or any other standard code is there in the
tender document, it will be with all latest amendments issued up to the date of
receipt of tender.
If there are varying or conflicting provisions made in any one document forming
part of the contract, the Accepting Authority shall be the deciding authority with
regard to the intention/interpretation of the document and his decision shall be final
and binding on the contractor.

3.5 DEVIATION FROM THE DRAWINGS, SPECIFICATIONS, STIPULATION,
CONDITIONS
The contractor is not to vary or deviate from the drawings, specifications,
stipulation, conditions of tender document or instructions to execute any work of
any kind whatsoever unless so authorised by the Engineer-in-Charge in writing.
For any extra work involved in consequence of some breach of this contract on the
part of the contractor(s), no extra payment will be admissible to the contractor.


Financial Bid Vol. I (Contract Conditions) 95
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.6 ENVIRONMENTAL IMPACT
The contractor shall take all precautions for safeguarding the environment during
the course of the construction of the works. He shall abide all laws, rules and
regulations in force governing pollution and environmental protection.
The contractor shall carry out the works in such a manner that the soil erosion is
fully controlled, and sedimentation and pollution of natural water courses, ponds,
tanks and reservoirs are avoided.
Bituminous hot mix plants shall be located sufficiently away from habitation,
agriculture operation or industrial establishments. The contractor shall take every
precaution to reduce the levels of noise, vibrations, dust and emissions from his
plant, machineries and equipments. The contractor shall be fully responsible for
any claims for damages caused to the owners of property, fields, residences in
the vicinity and for any fine imposed by the Govt. for violation of prevailing laws.
The contractor shall not use or generate any materials in the works which are
hazardous to the health of persons, animals or vegetation. Where it is necessary
to use some substances which can cause injury to the health of workers, the
Contractor shall provide protective clothing or appliances to his workers.
The Contractor must take all reasonable steps to minimise dust nuisance during
the construction of the works.
All existing highways and roads used by vehicle of the Contractor or any of his
sub-contractors or suppliers of materials or plant, and similarly any new roads
which are part of the works and which are being used by traffic, shall be kept
clean and clear of all dust/mud or other extraneous materials dropped by the said
vehicles or their tyres. Similarly, all dust/mud or other extraneous materials from
the works spreading on these highways and roads shall be immediately cleared
by the Contractor.
Clearance shall be affected immediately by manual/mechanical sweeping and
removal of debris and all dust, mud etc. shall be removed entirely from the road
surface. Additionally, if so directed by the Engineer-in-charge the road surface
shall be hosed or watered using suitable equipment.
Any structural damage caused to the existing roads by the Contractors
construction equipment shall be made good without any extra cost.
Compliance with the foregoing provisions will not relieve the Contractor of any
responsibility for complying with the requirements of any statutory Authority. The
cost for the above mentioned provisions are deemed to be included in quoted
amount and no separate payment shall be made on this account.


Financial Bid Vol. I (Contract Conditions) 96
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.7 SECURITY
The Contractor shall be responsible for the security of the Sites for the whole
time it is in his possession. The Contractor shall set up and operate a system
whereby only those persons entitled to be on the Sites can gain access. To this
end, the Contractor shall provide specific points at which entry can be effected,
and shall provide barriers at such points of entry and maintain at such barriers a
24 hours security guard, and such other security person and patrols elsewhere
as may be necessary to maintain security. No separate payment shall be made
on this account as the same is deemed to be included in the quoted rate of the
contractor.

3.8 SETTING OUT OF THE WORKS
The Contractor shall establish working Bench Marks tied with the Reference
Bench Mark in the area soon after taking possession of the site. The Reference
Bench Mark for the area shall be obtained by the Contractor from the Engineer-
in-charge. The working Bench Marks shall be at the rate of four per km and also
at or near all important structures like over-bridges and underpasses. The
working Bench Marks/levels should be got approved from the Engineer-in-
charge. Checks must be made on these Bench Marks once every month and
adjustments, if any, got agreed with the Engineer-in-charge and recorded. An up-
to-date record of all Bench Marks including approved adjustments, if any, shall
be maintained by the Contractor and also a copy supplied to the Engineer-in-
charge for his record.
In order to facilitate the setting out of the works the centre line of the structure
like embankment, roads, flyover loops and ramps etc. must be accurately
established by the Contractor and approved by the Engineer-in-charge. It must
then be accurately referenced in a manner satisfactory to the Engineer-in-charge,
every 50m intervals in plain and rolling terrains and 20m intervals in hilly terrain
and in all curve points as directed by the Engineer-in-charge, with marker pegs
and chainage boards set in or near the fence line, and a schedule of reference
dimensions shall be prepared and supplied by the Contractor to the Engineer-in-
charge. These markers shall be maintained until the works reach finished
formation level and are accepted by the Engineer-in-charge.
On construction reaching the formation level stage, the centre line shall again be
set out by the Contractor and when approved by the Engineer-in-charge, shall be
accurately referenced in a manner satisfactory to the Engineer-in-charge by
marker pegs set at the outer limits of the formation.
No reference peg or marker shall be moved or withdrawn without the approval of
the Engineer-in-charge and no earthwork or structural work shall be commenced
until the centre line has been referenced.
Financial Bid Vol. I (Contract Conditions) 97
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

The Contractor shall be the sole responsible party for safeguarding all
monuments, bench marks, beacons, etc. The Engineer-in-charge will provide the
Contractor with data necessary for setting out of centre line. All dimensions and
levels shown on the drawings or mentioned in documents forming part of or
issued under the Contract shall be verified by the Contractor on the site and he
shall immediately inform the Engineer-in-charge of any apparent errors or
discrepancy in such dimensions or levels. The contractor shall in connection with
the setting out of the center line, survey the terrain along the road and shall
submit to the Engineer in Charge for his approval, a profile along the centre line
and cross-sections at intervals as required by the Engineer-in-charge.
After obtaining approval of the Engineer-in-charge, work on earthwork can
commence and the profile and cross-sections shall form the basis for
measurements and payment. The Contractor shall be responsible for ensuring
that all the basic traverse points are in place at the commencement of the
contract and if any are missing, or appear to have been disturbed, the Contractor
shall make arrangements to re-establish these points. A Survey File containing
the necessary data will be made available for this purpose. If in the opinion of the
Engineer-in-charge, design modifications of the centre line or grade are
advisable, the Engineer-in-charge will issue detailed instructions to the
Contractor and the Contractor shall perform the modifications in the field, as
required, and modify the ground levels on the cross-sections accordingly as
many times as required. There will be no separate payment for any survey work
performed by the Contractor. The cost of these services shall be considered as
being included in the cost of the items of work in the Bill of Quantities.
The work of setting out shall be deemed to be a part of general works
preparatory to the execution of work and no separate payment shall be made for
the same.
Precision automatic levels, having a standard deviation of + 2 mm per km, and
fitted with micrometer attachment shall be used for all double run levelling work.
Setting out of road alignment and measurement of angles shall be done by using
theodolite with traversing target, having an accuracy of one second.
Measurement of distances shall be done by using theodolite with traversing
target, having an accuracy of one second. Measurement of distances shall be
done preferably using precision instruments like Distomat.
The contractor will make overall layout of the entire grade separator / flyover
along with verification of existing ground levels as mentioned in general
arrangement drawings and get them checked from Engineer-in-charge for the
feasibility of same at site. In case of any infringement or any problems in layout
and level, the same shall be brought to the notice of the Engineer-in-charge for
rectification of the same. The cost of all operations of setting out including
construction of bench marks is deemed to be included in the quoted rates. The
Financial Bid Vol. I (Contract Conditions) 98
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

work shall be done and to be got approved by Engineer in charge prior to starting
any construction activity on site.

3.9 TEMPORARY WORKS
The Contractor shall ensure that all Temporary Works are properly designed and
that the safety of persons and works has been properly considered. Also that the
effect of the Temporary Works on the Permanent Works has been evaluated.
Temporary Works shall not influence the ground conditions in a way that could
be harmful to the permanent construction. The design, approval of design,
construction/ erection, dismantling of temporary works after completion and
clearance of site are deemed to be included in the quoted amount and nothing
extra shall be paid on this account.

3.10 PROTECTION OF WORK
All finished Works shall be protected from damage that could arise from other
construction activities. Work shall be planned and executed in such a manner
that work completed by other agencies is not damaged. The compliance of these
provision are deemed to be included in the quoted amount and nothing extra
shall be paid on this account.
The contractor shall maintain in good condition all work till the completion of entire
work allotted to him. Engineer-in-Charge shall not be held responsible for any
claims for injuries to persons/workmen or for structural damage to property
happening from any neglect, default, want of proper care or misconduct on the part
of the contractor or of any other of his authorised representatives in his em-
ployment during the execution of the work. The compensation, if any, shall be paid
directly to the department/authority/persons concerned, by the contractor at his
own cost.

3.11 DAMAGE AND INTERFERENCE
Work shall be Carried out in such a manner that there will be no damage to or
interference with:
bench marks, beacons etc.
water courses or drainage systems
utility services and equipment;
structures, roads, street furniture, other public and private properties
public or private vehicular or pedestrian access
Financial Bid Vol. I (Contract Conditions) 99
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

trees and other vegetation
other than to the extent that it is necessary to construct the Works and that too
only with the approval of the appropriate authority and/or the PWD.
Items, which are damaged or interfered with as a result of the Works and items
which are removed to enable the Works to be carried out, shall be reinstated to
the satisfaction of the authorities and/or Client and to at least the same condition
as that existed before the Works started. The compliance of these provision are
deemed to be included in the quoted amount and nothing extra shall be paid on
this account.

3.12 WORKSHOP DRAWINGS
The Contractor shall be required to submit and get approved from the Engineer-in-
Charge, the shop drawings for all steel work i/c staging e/ shuttering etc. under the
supervision of an experienced professional Engineer at least one week in
advance of their use so that necessary amendments, if required, can be done in
time.. All workshop drawings have to be sent to Engineer-in-charge and his
consultant for approval.
The cost of preparation of workshop drawings, its modifications / revisions,
submittals etc. are deemed to be included in the quoted amount and nothing
extra shall be payable on this account.

3.13 PROJECT PLANNING AND MANAGEMENT
The contractor shall be responsible for making a detailed construction programme
in PRIMAVERA for all the activities within a month after award of the work.
Primavera Enterprise (latest version) for project planning, monitoring and updating
shall be used for all the programmes during the period of the contract. Scheduling
software i.e. latest version of Primavera Enterprise and instruction manual (with
licences in favour of Executive Engineer, F-123, PWD) shall be provided by the
contractor to the department to ensure direct file interchange. The Contractor shall
also provide one computer, one A3 size printer and one full time computer
operator (having the knowledge of Auto Cad) till six months after completion of
work. The computer system along with the scheduling software shall be retained
by the department and the quoted rates are deemed to be inclusive of this cost. No
additional payment shall be made to the Contractor on this account.
On the basis of project scheduling, the contractor shall also indicate month wise
requirements of materials to be procured by him under the terms and conditions of
the contract. The contractor shall suitably update, the above mentioned detailed
programme month wise or at appropriate intervals as decided by the Engineer-in-
charge, keeping in view the actual progress of work vis-a-vis the original
Financial Bid Vol. I (Contract Conditions) 100
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

scheduling, in order to control the duration of time for the activities falling in the
critical path. Suitable reports indicating the status of the work, work proposed to be
taken up in the coming weeks / months or any other related information required
for satisfactory monitoring of the work shall be made by the contractor for review /
monitoring at suitable intervals as decided by the Engineer-in-charge.
The approval of the above programme by the Engineer-in-Charge shall not
absolve or relieve the contractor of any of his responsibilities to complete the
whole of the works by the prescribed time or extended time, if any

3.14 RIGHT TO CARRY OUT THE WORK
The right to carry out the work either in conformity with or in a manner entirely
different from the terms of this tender document that may be considered the most
suitable before or subsequent to the receipt of tenders due to exigencies of work is
reserved with the Engineer-in-Charge.

3.15 PROGRAMME CHART:-
The Contractor shall prepare an integrated programme chart for the execution of
work, showing clearly all activities from the start of work to completion, with
details of manpower, equipment and machinery required for the fulfillment of the
programme within the stipulated period and submit the same for approval of the
Engineer-In-Charge within two weeks of the award of the contract.
i) The programme chart should include the following:-

a) Descriptive note explaining sequence of various activities.
b) Network (PERT / CPM / BAR-CHART) prepared on Prima Vera P3 which
will indicate resources in financial terms, manpower and specialized
equipment for every important stage.
c) Programme for procurement of materials by the contractor.
d) Programme of procurement of machinery / equipment having adequate
capacity, commensurate with the quantum of work to be done within the
stipulated period, by the contractor.
ii) If at any time, it appears to the Engineer-In-Charge that the actual
progress of work does not conform to the approved programme referred
above, the contractor shall produce a revised programme showing the
modifications to the approved programme by additional inputs to ensure
completion of the work within the stipulated time.

iii) The submission for approval by the Engineer-In-Charge of such
programme or the furnishing of such particulars shall not relieve the
contractor of any of his duties or responsibilities under the contract. This is
Financial Bid Vol. I (Contract Conditions) 101
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

without prejudice to the right of Engineer-In-Charge to take action against
the contractor as per terms and conditions of the agreement.

3.16 Progress of Work and its Documentation

3.16.1 The contractor shall make arrangements for a regular monthly or other frequency
as directed by Engineer-in-Charge for the documentation of the progress of work.
He shall give 6 (Hard and Soft) copies of progress report of the work done during
the previous month on the 7
th
Day of the next month or by such date as directed by
Engineer-in-Charge . Such progress report will include :

a. Actual quantum of work done during the previous month with respect to the
targets of the previous month.
b. Shortfall if any of the previous month and proposal to make up the shortfall.
c. Target of each item of work proposed to be executed during the month.
d. Important material consumed during the previous month and requirement
for the next month.
e. Materials at site at the beginning of previous month, procured and
consumed during the month and balance at site at the end of the month.
f. Manpower and T&P deployed during the previous month and requirement
for the coming month
g. Updated Completion Programme in the form of Primavera Software
output as decided by Engineer-in-Charge
h. Photographs and video recording, of the important activities showing
progress of the work in the month as below:-

(I) Minimum 15 coloured photographs in 6 copies (5x 7) and also in digital
format, of the bridge and other works including contractors yard etc.
depicting the progress of work at site during the month.

(II) 5 to 10 minutes duration video film (2 copies) on CD duly edited and
provided with voice commentary depicting the progress of work during the
month and the salient technical details of various items of work. The
clippings of video films taken shall be shown to the Engineer-in-charge as
and when shot for his perusal and directions.

3.16.2 Besides the above, documentation will include all drawings, machinery and
labour deployed, service details, pre casting/ batching plant yard details,
electrical lighting fixtures and construction schedule etc. In a nutshell complete
documentation is required.

Financial Bid Vol. I (Contract Conditions) 102
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.16.3 For delay in submission of the progress report beyond due date as above or as
fixed by the Engineer-in-Charge , a compensation @ Rupee One Thousand five
hundred (Rs. 1500/-) only per day of delay will be recovered from the dues of the
contractor with maximum amount limited to Rs. 45,000/- for single default.

3.17 As built drawings and compiled video / photographs after completion of work (To
be submitted within one month of date of completion of work.)
3.17.1 On completion of work, the contractor shall submit at his own cost four prints of
as built drawings,1 plot on Garware film or equivalent and on CD within one
month of completion of the project failing which a compensation @ Rs. 1500/-
per day with maximum amount limited to Rs. 10,00,000/- shall be levied on the
agency. In case the contractor fails to submit the aforesaid drawings to the
Engineer-in-Charge, the security deposit shall not be released.

3.17.2 As built drawings, shall have all details, incorporating, all changes/modifications
that might have taken place during the execution, of drainage (including invert
levels), street lighting, cabling, other services, levels (at desired interval w.r.t
permanent bench marks) of road, foothpath, drains, elevated
road/flyovers/bridges, FOBs etc., details foundations/substructure, superstructure
etc. as executed at site.

3.17.3 The monthly video clippings shall be combined, edited along with voice
commentary to make a video film of 3 hours duration and submitted to the
department on completion of the project work in 6 copies and also on CD format,
duly depicting the progress of entire work and the salient features thereof. A
minimum 200 photographs of 5x7 size should be submitted comprising full
project from start to finish in 3 copies, same shall be given on CD also. In case the
contractor fails to submit the aforesaid video film and compiled photograps, as
stated above, within one month of completion of project, a compensation @ Rs.
1000/- per day shall be levied on the agency with maximum amount limited to Rs.
2,00,000/-.

3.18 DRAWINGS TO BE KEPT AT SITE
Two complete sets of the drawings as approved by the department shall be kept
by the contractor at the site out of which one set shall be lined with cloth and same
shall at all reasonable time be available for inspection and use by the
Engineer-in-Charge and the representative of the Engineer-in-Charge and any
other person authorised by the Engineer-in-Charge in writing.


Financial Bid Vol. I (Contract Conditions) 103
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.19 FOREIGN EXCHANGE
No foreign exchange shall be made available for the purchase of equipment,
plants, machinery or materials of any kind or any other items/purpose required to
be carried out in execution of work. Also no foreign exchange required for
importing equipments, materials for tools, plants and machinery etc. that may be
required in carrying out the work, will be made available by the department. All the
payment for work done/Advances shall be paid in INR only.

3.20 NIGHT WORK
For completing the work in time, the contractor might be required to work in two or
more shifts (including night work) and no claim whatsoever shall be entertained on
this account, notwithstanding the fact that the contractor will have to pay to the
labourers and other staff engaged directly or indirectly on the work according to the
provisions of the labour regulations and the agreement entered upon and /or extra
amounts for any other reason.

3.21 EXISTING SERVICES
Existing drains, pipes, cables, overhead wires, sewer lines, water lines and similar
services encountered in the course of the execution of the work shall be protected/
maintained against the damage by the contractor. The contractor shall identify all
under ground / overhead services and take necessary measures to protect the
services before starting any excavation / activity. All temporary supports and other
measures required to protect and maintain the services during construction period
as per direction of Engineer-in-charge, shall be deemed to be included in the
quoted rate / amount of the contractor and nothing extra shall be paid on this
account. The contractor shall not store materials or otherwise occupy any part of
the site in a manner likely to hinder the operation of such services. For any
permanent shifting, PWD shall arrange to shift the services as and when required.
However in the interest of work, if PWD decides to get it shifted by the contractor,
then contractor shall be paid separately at the rates as decided by the Engineer-in-
charge based on the actual quantum of the work involved in shifting such
utilities/services. The decision of the Engineer-in-Charge in this regard shall be
final and binding.

3.22 DIVERSION OF SERVICES
All works pertaining to services including rerouting/diversion of services, routine
testing, installation etc., embracing in one or more than one process shall be
subject to examination and approval to each stage thereof by the
Engineer-in-charge or concerned department as would be notified by the
Financial Bid Vol. I (Contract Conditions) 104
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Engineer-in-charge or his accredited representative when such stage is ready. In
default of such notice, the Engineer-in-Charge shall be entitled to appraise the
quantity and extent thereof and the decision of Engineer-in-Charge or his
accredited representative in this regard shall be final and binding.
The contractor will not have any claim in case of any delay by the
Engineer-in-Charge in removal of trees or shifting, raising, removing of telegraph,
telephone or electric lines (over head or underground), water and sewer lines and
other structures etc., if any, which may come in the way of the work. However,
suitable extension of time will be granted to cover such delays.
3.23 DISPOSAL OF THE SPOILS
The contractor shall make his own arrangement for the disposal of the spoils from
the works to such place where the same shall not cause nuisance and should be
acceptable to the authorities concerned without any cost to PWD.

3.24 PROVISION OF FACILITIES
The contractor shall make his own arrangement at his own cost for the provision of
telephone and internet facilities at the site of works or at any other place.
The contractor shall make his own arrangement for obtaining electric and water
connections if required and make necessary payment directly to the department
concerned. The department shall however make all reasonable recommendations
to the authority concerned in this regard.

3.25 INSURANCE
3.25.1 Requirements

Before commencing the execution of the works, it shall be obligatory for the
contractor to obtain at his own cost, insurance cover under the following
requirements.

i. Contractors all risk and third party cover
ii. Liability under the workmans compensation act 1923, Minimum wages act
1923, Minimum wages act 1948 and contract labour (Regulation and
abolition)Act 1970
iii. Accidents to staff, Engineers, Supervisors and others who are not governed
by Workmans compensation act of the contractor and department.
iv. Damage to material, machinery and works due to fire, theft, flood etc.



Financial Bid Vol. I (Contract Conditions) 105
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.25.2 Policy in the joint names of Contractor and PWD

The policy referred to under sub- clause 3.25.1(i) shall be obtained in the joint
names of the contractor and Engineer in charge and shall inter-alia provide
coverage against the following, arising out of or in connection with execution of
works, their maintenance and performance of contract

i. Loss of life or injury involving public, employee of the contractor or that of
department, labour etc.
ii. Loss or damages to the finished works / in progress works.
iii. Loss or damage to the works or property belonging to public, Government
bodies, local authorities, utility organizations, contractors, employers or others

3.25.3 Currency of policy

The policies shall remain in force throughout the period of execution of the works
and till the expiry of the defects liability period. If the contractor fail to effect or
keep in force or provide adequate cover in the insurance policies mentioned sub-
clause 3.25.1 above or any other insurance he is required to effect under the
contract, then the employer may effect and keep in force any such insurance or
further insurance and the cost and the expenses incurred by the department in
this regard shall be deductible from the payment due to the contractor or from the
contractors security deposit.

The terms and conditions of the Insurance policies shall be got approved from
Engineer-in-charge. Policies and certificates for insurance shall be delivered by
the contractor to Engineer-in-charge or his authorised representative before the
start date. All such insurances shall provide for compensation to be payable and
the amount required to rectify the loss or damage incurred.

Alterations to the terms of insurance shall not be made without the approval of
the Engineer-in-charge.

3.26 CONTRACTOR TO INDEMNIFY
The Contractor shall at all times indemnify the department against all claims,
damages of compensation under the provisions of payments of Wages Act 1936,
Workmens Compensation Act 1923, Minimum Wages Act 1948, Employment
Liability Act 1938, Industrial Disputes Act 1947, Maternity Benefit Act 1961, Inter
state Migrant Workmen (Regulation of Employment and Conditions Sewage ) Act
1979 or any modifications thereof or any other law relating thereto any rules
made there under from time to time or as a consequence of any accident or
injury to any workmen or other person in or about the works, whether in the
employment of the Contractor or not, save and except where such accident or
Financial Bid Vol. I (Contract Conditions) 106
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

injury has resulted from any act of the department, their agents or servants and
also against all costs, charges and expenses of any suit, action or proceedings
arising out of such accident or injury and against all sum or sums which may with
the consent of the Contractor be paid to compromise or compound any such
claim without limiting his obligation and liabilities as above. The Contractor shall
insure against all claims, damages or compensation payable under the
Workmens Compensation Act 1923, or any modifications thereof or any other
law relating thereto.

The Contractor shall ensure that similar insurance policies are taken out by his
sub-contractor (if any) and shall be responsible for any claims or losses to
department resulting from their failure to obtain adequate insurance protection in
connection thereof. The contractor shall procure or cause to be produced by his
Sub-Contractors (if any) as the case may be relevant policy or policies and
premium receipts as and when required by the Engineer-in-charge.

3.27 SAFETY OF WORKERS
Over and above the provisions made in CPWD Safety Code, the following will also
be applicable:
In respect of all workmen directly or indirectly employed in the work for the
performance of the contractors part of this agreement, the contractor shall at his
expense arrange for the safety provisions as per Indian Standard Safety codes
shown below and shall at his own expense provide for all facilities in connection
there with. In case, the contractor fails to make arrangement and provide
necessary facilities as aforesaid, he shall be liable to pay penalty prescribed under
relevant clauses of these tender documents for each default and in addition the
Engineer-in-charge shall be at liberty to make arrangement and provide facilities
as aforesaid and recover the cost incurred on that behalf from the contractor, and
no claims on this account whatsoever shall be entertained.
1. IS:3696(part I) Safety code for scaffolds and ladders.
2. IS:3696(part II) Safety code for scaffolds and ladders Part II ladders.
3. IS:3764 Safety code for excavation work.
4. IS:4081 Safety code for blasting and drilling operations.
5. IS:5121 Safety code for piling and other deep foundations.
6. IS:5916 Safety codes for construction involving use of hot bituminous
materials.
7. IS:7293 Safety code for working with construction machinery.
8. IS:7969 Safety code for storage and handling of building materials.
Financial Bid Vol. I (Contract Conditions) 107
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

9. Any other code and/or as per directions of Engineer-in-charge.

The contractor shall issue identity cards to his labourers and supply the list of
names of all labourers engaged at the site along with their home addresses to the
local police station. Failure to do so may result in suspension of work by the
authority.

3.28 INCIDENTAL WORKS SUCH AS BAILING OUT WATER, SHORING ETC.
For execution of any items of work where incidental works such as bailing out
water, shoring etc. are actually required but not specifically stated in the scope of
item and/ or tender document, it is to be understood that the item rate prices and
rates quoted by the contractor shall cover such charges also and nothing extra on
account of such incidental charges, if any, shall be paid. For the designation of
such additional work whether incidental to the item or payable separately as extra
item, the decision of Engineer-in-Charge based on the intention of the contract and
scope of work specified for the item shall be final and binding on the contractor.

3.29 COMPLIANCE OF LAWS
The contractor shall keep himself fully informed of all acts and laws of the Central
and state govt. (i.e. Govt. of National Capital Territory of Delhi) all local bye laws,
ordinances, rules and regulations and all orders and decree of bodies or, tribunals
having any jurisdiction or authority which in any manner affect those engaged or
employed on the work or which in any way affect the conduct of the works.
Contractor shall at all times, observe and comply with all such laws, ordinances,
rules, regulations, orders and decrees, and shall give all notices and pay out of his
own money any fees or charges to which he may be liable. He shall protect and
indemnify the Department and its officers and employees against any claim or
liability arising out of violations of any such law, ordinances, legislations, order or
decree, whether by himself or by his employees & authorised representatives.

3.30 PREVENTION OF NUISANCE AND POLLUTION
The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupiers of adjacent properties and to
the public in general and to prevent any damage to such properties and any
pollution. He shall make good at his own cost and to the satisfaction of the
Engineer-in-charge, any damage to roads, paths, drainage works or public or
private property whatsoever caused by the execution of the work or by traffic
brought thereon by the contractor. All waste or superfluous materials shall be
Financial Bid Vol. I (Contract Conditions) 108
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

cleaned away by the contractor without any reservations entirely to the satisfaction
of the Engineer-in-charge at no extra cost.

3.31 NO WAIVING OF LEGAL RIGHTS AND POWERS
The Engineer-in-Charge shall not be precluded or stopped from taking any
measurements, and framing of estimates or detaining any certificates made either
before or after the completion and acceptance of the work and payment, from
showing the true amount and character of the works performed and materials
furnished by the contractor and from showing that any such measurements,
estimates or certificates untrue or incorrectly made and that Engineer-in-charge
shall not be precluded or stopped from recovering from the contractor such
damages as it may be sustained by reasons of his failure to comply with the terms
and conditions of the contract.
Neither the acceptance by the Engineer-in-Charge nor any payment for
acceptance of the whole or any part of the work nor any extension of time nor any
possession taken by the Engineer-in-Charge shall operate as a waiver of any
portion of the contract or any power here in reserved or of any risk to damage. A
waiver of any breach of the contract shall not be held to be a waiver of any other or
subsequent breach.

3.32 SITE MAINTENANCE
The Contractor shall maintain the Sites in good order during the whole
construction period. It is strictly prohibited to bury any kind of waste materials,
solid or liquid, in the ground. In the event of accidental discharge of polluting
materials, the Contractor shall take immediate mitigating action and shall
immediately inform the Client and the appropriate authorities.

3.33 ACCESS TO THE SITE OF BATCHING PLANT/CASTING
YARD/OFFICE/STORES ETC.
The Contractor shall establish, operate and maintain the means of access and
transportation to and from the Sites OF BATCHING PLANT/CASTING
YARD/OFFICE/STORES ETC. Access and transportation shall be approved by
the PWD/Delhi Traffic Police or any other appropriate authorities. The contractor
shall provide and bear all expense and charges for roads required by him in
connections with access to the site, at no extra charges and his tendered cost shall
deem to include the same. He shall alter, adopt or maintain the same as required
from time to time or as directed by the Engineer-in-Charge. The Department shall
have right of way to this at all times and will not entitle the contractor to claim extra
Financial Bid Vol. I (Contract Conditions) 109
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

on this account. After completion of the work the contractor shall restore the site as
provided to him at his own cost.

3.34 TENDER DRAWINGS
The drawings listed in the tender documents and placed in Volume 4 of the
Financial Bid Document are indicative. The execution drawings may undergo
changes. The drawings enclosed with the tender documents explain the concept
and the complexity involved in the project. It is made clear that changes may be
made in the execution drawings due to technical reasons. The work shall be
executed as per the drawings issued Good for Construction and no claim shall be
entertained on account of changes in execution drawings.

3.35 DAY TO DAY MAINTENANCE OF ROADS
During the construction activities, the contractor has to maintain
roads/footpath/drains etc. in good condition so that there is no inconvenience to the
all type of traffic/pedestrians. For the maintenance, following are incidental to the
work and nothing shall be paid on this account.

A) Opening of bellmouth
B) Cleaning/brooming of roads
C) Refixing of disturbed Kerb stones
D) Refixing of disturbed paver tile on foothpath

However for following items/works, payment shall be made to the contractor:

A) Potholes repairs
B) Widening of road
C) De silting of drains once a year (however drains shall be kept clear throughout
the year)
D) Refixing of old Kerb stone/Paver blocks in temporary foothpath/crossing
E) Kerb stone painting
F) Replacement of manhole frame and covers damaged due to normal traffic.

In case any repair etc. is necessitated on these roads or elsewhere due to
execution of work or damage done by the contractor, the contractor is bound to do
such repairs at his cost. In case of failure on the part of contract, the same shall be
got done by PWD at contractor's risk and cost.


Financial Bid Vol. I (Contract Conditions) 110
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.36 COMMUNICATION AND COMMUTING
3.36.1 The contractor shall make available 6 sets of appropriate instrument with PWD
for instant communication with site staff and contractors team for 24 hours. Such
instruments may be wireless radio system or as felt suitable by the agency for
proper co-ordination and to facilitate the execution of work. The regular monthly
expenditure of such a system shall be borne by the contractor from the start of
work till actual date of the completion of work. Apart from this, the cost of
providing instruments shall also be borne by the agency and nothing separately
shall be paid on this account. This facility will be provided till the actual completion
of work and no claim what so ever shall be entertained on the ground whether the
dealy in completion of work has been attributable to the Department or to the
contractor.

3.36.2 In order to complete the work within the scheduled time, the contractor shall be
required to do the work round the clock. The contractor shall make arrangement
of three vehicles at the disposal of PWD staff for commuting of site staff to the site
to enable the work supervised and inspected and having better quality control and
better liaising round the clock during the progress of work, from start till
completion of entire work. All expenses of this commuting including running and
maintenance, fuel charges, etc. shall be borne by the contractor. This facility will
be provided till the actual completion of work and no claim what so ever shall be
entertained on the ground whether the dealy in completion of work has been
attributable to the Department or to the contractor

3.37 WATER PROOFING TREATMENT
The contractor must associate himself with the specialised firm to be approved
by the Engineer-in-charge in writing, for water proofing treatment for the deck
slab of grade separator, and subway etc, 10 years guarantee in prescribed
proforma attached must be given by the specialised firm, which shall be counter
signed by the contractor, in token of his overall responsibility. In addition 10%
(ten percent) of the cost of these items would be retained as guarantee to watch
the performance of the work done. However, half of this amount (withheld) would
be release after 5 years, if the performance of the work done is satisfactory. If
any defect is noticed during the guarantee period, it should be rectified by the
contractor within 7 days and if not attended to, the same will be got done by
another agency at the risk and cost of the contractor. However, this security
deposit can be released in full, if bank guarantee of equivalent amount for 10
years is produced and deposited with the Department. Before the start of water
proofing treatement work the agency should furnish the fillowing information for
approval of the specialised firm by the Engineer-in-Charge.
a) The name of the specialised firm.
Financial Bid Vol. I (Contract Conditions) 111
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

b) The trade names of the product which would be used.
c) List of works where this treatment has been used.
d) Quantity of chlorides sulphates and sulphides used in the product.

3.38 LAND FOR TEMPORARY USE
The land for labour camps, storage, casting yard, batching plant , office etc. shall
be arranged by the contractor. The lease / rent charges, if payable, shall be
borne by the contractor. The Engineer-in-Charge shall extend necessary help
and issue necessary recommendations etc to the concerned department for
temporary allotment of land during construction period. The contractor shall
vacate the land after completion of work in same condition as was at the time of
allotment.
The land for casting and working yard, batching plants etc. has to be
arranged by the contractor. However, if the same is arranged by the
department and the contractor wishes to utilize it, the same shall be
handed over to the contractor on as is where is basis, which can be in one
piece or more than one piece, depending on availability of land. In such a
situation, a rent @ Rs. 55,550/- (Fifty five thousand five hundred and fifty
only) per acre per month shall be recovered from the contractor.

3.39 HOUSEKEEPING

i. Housekeeping is the act of keeping the working environment cleared of all
unnecessary waste, thereby providing a first-line of defence against accidents
and injuries.

General House keeping shall be carried out by the contractor and ensured at
all times at Work Site, Construction Depot, Casting Yard, Fabrication Yard,
Workshop, Batching Plant, Labour Camp, Stores, Offices and toilets/urinals
etc.

The contractor shall be responsible to provide segregated containers for
disposal of debris at required places and regular cleaning of the same.

ii. Full height, barricades etc. shall be erected around the site in order to prevent
the surrounding area from excavated soil, rubbish etc, which may cause
inconvenience to and endanger the public. The barricade especially those
exposed to public shall be aesthetically maintained by regular cleaning and
Financial Bid Vol. I (Contract Conditions) 112
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

painting as directed by the Engineer-in-charge. These shall be maintained in
one line and level.

The structural dimension of the barricade, material and composition, its colour
scheme, PWD logo and other details shall be in accordance with the drawing
and the direction of Engineer-in-charge.

iii. All stairways, passageways and gangways shall be maintained without any
blockages or obstructions. All emergency exits passageways, exits fire doors,
break-glass alarm points, fire fighting equipment, first aid stations, and other
emergency stations shall be kept clean, un-obstructed and in good working
order.

iv All surplus earth and debris shall be removed/ disposed off from the working
areas immediately. Trucks carrying sand, earth and any pulverized materials
etc. shall be covered while moving in order to avoid dust or odour impact. The
tyres of the trucks leaving the site shall be cleaned with water, wherever the
possibility of spillage on carriageways meant for regular road traffic exists.

v. No parking of trucks/trolleys, cranes and trailers etc. shall be allowed on
roads, which may obstruct the traffic movement.

vi. Roads shall be kept clear and materials like: pipes, steel, sand boulders,
concrete, chips and brick etc, shall not be allowed on the roads to obstruct
free movement of road traffic.

vii. Water logging or bentonite spillage on roads shall not be allowed.
viii. Proper and safe stacking of material are of paramount importance at yards,
stores and such locations where material would be unloaded for future use.
The storage area shall be well laid out with easy access and material stored /
stacked in an orderly and safe manner.

ix. Flammable chemicals, compressed gas cylinders etc. shall be safely stored.

Unused/surplus cables, steel items and steel scrap lying scattered at different
places within the working areas shall be removed to identified locations
(s).

All wooden scrap, empty wooden cable drums and other combustible packing
materials, shall be removed from the site. Lumber with protruding nails
shall be either bent / removed and properly stacked.

Financial Bid Vol. I (Contract Conditions) 113
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

x. The contractor shall be penalised at Rs.5000/- per single violation/ non
compliance of above mentioned provisions except s no (ii) above, which will
be covered under relevant clause of Traffic management, compounded to a
maximum of Rs.50000/- at any single instance. The decision of
Superintending Engineer, regarding violation and the number of instances,
shall be final and binding on the contractor. The compliance of above
provisions are deemed to be included in the quoted amount of the
contractor and no claim / payment whatsoever shall be entertained on this
account.

3.40 Launching Operation

As launching operation is one of the riskiest job, the contractor shall adopt all
necessary precautionary measures at all stages like planning, establishing
casting yard, casting segments, transporting segments, fabrication and erection
of launching girders, launching of segments, pre-stressing, auto launching of
girders and dismantling of launching girders.

The contractor shall prepare a comprehensive Method Statement for the
launching operation, adhering to all possible safety precautions. As the entire
process of launching has to be undertaken at an elevated level, the safety of
workers and the girder is of paramount importance. The following general
guidelines shall be adhered throughout the launching operation.

i) Necessary working platforms and fall protection anchorage arrangement shall be
provided in the launching girder itself.
ii) Provisions for mounting light fittings shall also be made available in the launching
girder.
iii) The casting yard shall be established ensuring the provision given for Batching
plant/ casting yard as mentioned elsewhere in tender document.
iv) The workmen engaged in fabrication of reinforcement, concreting the segment
shall be provided with necessary (Personal Protective Equipments) PPEs
including compulsory hand protection gloves.
v) Casting and curing of segment shall be undertaken under the direct supervision
of the responsible engineer of the contractor.
vi) Trucks with valid registration, license, safe worthiness certificate Engineer-in-
Charges approval certificate, and pollution under check certificate shall only be
used for transport of segments.
vii) The segments shall be rigidly secured to the truck with necessary wooden
wedges and necessary red indicators/safety tapes provided so that the vehicle is
clearly seen by other road users both in day /night time.
viii) Every launching girder shall have a responsible engineer on duty all the time.
Financial Bid Vol. I (Contract Conditions) 114
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ix) All the time from erection to dismantling, the area between the two piers, wherein
launching is in progress, shall always be barricaded.
x) Unloading of segments from trucks, lifting of segments, shifting of segments,
gluing shall be done under the direct supervision of the approved engineer of the
contractor.
xi) Auto launching shall be done only after approval from the Engineer-in-charge.
After every auto launching, the stability of launching girder shall be ensured.
xii) The vertical deflection of launching girder shall be monitored at all critical stages
like with/without loads and after every auto launching.
xiii) A register containing all important operational details from erection to dismantling
of launching girders shall be maintained and made available to Engineer-in-
charge, as and when required.
xiv) Test certificate for all lifting gears including Macalloy bars shall be maintained at
a location closer to the launching girder itself so that it can be referred during all
inspection.
xv) Adequate lighting ,at all time, shall be ensured in the entire area of operation.
xvi) Access to drinking water & toilet shall be ensured to all workmen engaged for
launching process.
xvii) Proper access ladders/stairways shall be maintained for safe ascending
/descending of workmen/engineers.

Non-adherence to any of the clauses mentioned above shall be viewed seriously
by the employer and penalty shall be levied on the contractor at the rate of
Rs.10000/- for first violation and Rs.20,000/- for subsequent violations. The
decision of the concerned Superintending Engineer/ Project Manager shall be
final and binding on the contractor. The compliance of the above provisions are
deemed to be included in the quoted amount of the contractor and no claim
whatsoever shall be entertained on this account.


3.41 Lighting:

The contractor shall provide sufficient site lighting, of the right type and at the right place
for it to be properly effective. Lighting ought not to introduce the risk of electric shock.
Therefore, 230 V supplies should be used for those fittings, which are robustly installed,
and well out of reach e.g. flood lighting or high-pressure discharge lamps.

The contractor shall ensure that luminaries should always be so placed that no person
is required to work in their own shadow and that the local light for one person is not a
source of glare for the others. Strongly made clamps should be available for attaching
luminaries to poles and other convenient supports.

Financial Bid Vol. I (Contract Conditions) 115
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Luminaries should be robust, resistant to corrosion and rain proof especially at the point
of the cable entry.

The correct type of lamp for each luminaries should always be used and when lamps
need to be replaced, it shall be in accordance with the supply voltage.

Lamp holders not fitted with a lamp should be capped off.

The contractor shall take every effort to illuminate the work site as per the direction of
Engineer-in-charge. The compliance of above provisions are deemed to be included in
the quoted amount of the contractor and no claim / payment whatsoever shall be
entertained on this account


3.42 Traffic Management

3.42.1 The basic objective of the following guidelines is to lay down procedures to be
adopted by contractor to ensure the safe and efficient movement of traffic and
also to ensure the safety of workmen at construction sites.

All construction workers should be provided with high visibility jackets with
reflective tapes as most of construction activities shall be done within right-of-way
of the roads. The conspicuity of workmen at all times shall be increased so as to
protect from speeding vehicular traffic.

The guiding principles to be adopted for safety in construction zone are to

i) Warn the road user clearly and sufficiently in advance.
ii) Provide safe and clearly marked lanes for guiding road users.
iii) Provide safe and clearly marked buffer and work zones.
iv) Provide adequate measures that control driver behavior through construction
zones.

3.42.2 Permission from competent authorities

i) Wherever operations undertaken are likely to interface with public traffic,
specific traffic management plans shall be drawn up and implemented by the
contractor in consultation with the approval of local police authorities, and /or
the concerned metropolitan/civil authorities as the case may be.
ii) Such traffic management plans shall include provision for traffic diversion and
selection of alternative routes. If necessary, the contractor shall carry out road
widening before commencement of works to accommodate the extra load.
The contractor shall be responsible for getting the Traffic Management Plan
Financial Bid Vol. I (Contract Conditions) 116
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

approved from Traffic Police before taking up any construction activity on the
road.

The rates quoted by the contractor shall be deemed to be inclusive of all the
related cost except the cost of road widening.

3.42.3 The primary traffic control devices used in work zones shall include signs,
delineators. barricades, cones, pylons, pavement markings and flashing lights ,
deployment of sufficient number of Marshalls on diversion roads and nothing
shall be paid on this account
.
The road construction and maintenance signs which fall into the same three
major categories as do other traffic signs, that are Regulatory Signs. Warning
Signs and Direction (or guidelines) Signs shall only be used. The IRC:67 (Code
of Practice for Road Signs) provide a list of traffic signs. The size, colours and
placement of sign shall confirm to IRC:67. Nothing shall be paid on this account

3.42.4 Regulatory signs

Regulatory signs impose legal restriction on all traffic. It is essential, therefore,
that they are used only after consulting the local police and traffic authorities and
nothing shall be paid on this account

3.42.5 Warning signs

Warning signs in the traffic control zone shall be utilised to warn the drivers of
specific hazards that may be encountered.

The contractor shall place detour signage at strategic locations and install
appropriate warning signs. In order to minimize disruption of access to
residences and business, the contractor shall maintain at least one entrance to a
property where multiple entrance exist.

A warning sign shall be installed on all secondary roads which merges with the
primary road where the construction work is in progress at sufficient distance
before it merges with the primary road so as o alert the road users regarding the
Construction Work in Progress.

Materials hanging over / protruded from the chassis / body of any vehicle
especially during material handling shall be indicated by red indicator (red
light/flag) to indicate the caution to the road users. The compliance of above
provisions are deemed to be included in the quoted amount of the contractor and
no claim / payment whatsoever shall be entertained on this account
Financial Bid Vol. I (Contract Conditions) 117
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


3.42.6 Delineators

The delineators are the elements of a total system of traffic control and have two
distinct purposes:

i. To delineate and guide the driver to and along a safe path

ii. As a taper to move traffic from one lane to another.

These channelising devices such as cones, traffic cylinders, tapes and drums
shall be placed in or adjacent to the roadway to control the flow of traffic, These
should normally be retro-reflectors complying to IRC:79. Recommended Practice
for Road Delineators.

3.42.7 Traffic cones and cylinders

Traffic cones of 500mm, 750mm and 1000mm height and 300mm to 500mm in
diameter or in square shape at base and are often made of plastic or rubber and
normally have retro-reflectorised red and white band shall be used wherever
required.

3.42.8 Drums

Drums about 800mm to 1000mm high and 300mm in diameter can be used
either as channelising or warning devices. These are highly visible, give the
appearance of being formidable objects and therefore command the respect of
drivers.


3.42.9 Barricades

3.42.9.1 The contractor shall make adequate arrangement for temporary
barricading and as directed by the Engineer-in-Charge to cover the entire
construction site including all T&P and materials in order to prevent the
working area from the risk of accidents due to speedy vehicular
movement. Same way barricades protect the road users from the danger
due to construction equipment and other temporary structures. No extra
payment shall be made for providing barricading of required
size/specification as the cost of barricading is deemed to be included in
the quoted rates of different items by the contractor. The structural
dimensions of the barricade boards, material and composition, its colour
scheme, PWD logo and other details shall be in accordance with the
Financial Bid Vol. I (Contract Conditions) 118
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

drawing attached with the tender document and direction of the Engineer-
in-charge.

3.42.9.2 The requirement of providing and fixing barricading at site shall be
decided as per the direction and approval of Engineer-in-Charge. The
barricading shall be provided continuously during the execution of the
entire work till completion and shall not be removed at any stage without
prior approval of the Engineer-in-Charge. All barricades shall be
conspicuously seen in the dark/night time by the road users so that no
vehicle hits the barricade. Conspicuity shall be ensured by affixing retro
reflective stripes of required size and shape at appropriate angle at the
bottom and middle portion of the barricade at a minimum gap of 1000mm.
In addition minimum one red light or red light blinker should be placed at
the top of each barricade The barricading shall include the following
without any extra cost:

a. Traffic signals during construction at site for day and night,
reflective signs, direction boards, marking, glow lamps, marking,
caution tape, traffic signage as per requirement, flags, Traffic
Marshals etc. as directed by the Engineer-in-Charge. However
traffic police signals shall not be the responsibility of the contractor.
b. Cleaning of barricading every fifteen days with water and detergent
so as to ensure that there is no dirt of splashes on the barricading.
The dust accumulated along the barricades on the carriageway
shall be removed every week.
c. Installation of temporary warning signs/lamps on all barricades
during the hours of darkness and kept it lit there at all times during
these hours.
d. Shifting and re fixing in position as per the direction of Engineer-in-
Charge and all incidentals to execute the job as many times as
directed by Engineer-in-Charge.
e. Repainting of the barricading after regular interval as directrd by
Engineer-in-Charge.
f. Proper maintenance of the barricading till completion of the work by
repairing/replacing the damaged barricade.
g. The barricades shall be maintained in one line and level
h. Non cleaning/repainting/proper maintaining of Barricading boards,
as mentioned above and as directed by Engineer-in-Charge, will
attract a levy of compensation @ of Rs. 50/- per meter per week
Financial Bid Vol. I (Contract Conditions) 119
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

upto maximum of Rs. 400/- per meter after the due date, as
intimated by Engineer-in-Charge.

3.42.9.3 The barricading provided shall be retained in position at site continuously
i/c shifting of barricading from one location to another location as many
times as required during the execution of the entire work till its completion
and shall not be removed at any stage without prior approval of the
Engineer-in-Charge. A barricade register shall be maintained by the
contractor.

3.42.9.4 The contractor has to provide at least 1000 m of barricade boards (of size
and specification as per attached drawing) at site within 30 days of award
of work and another 1000m within 60 days of award of work. Depending
upon site requirement, the Engineer in-Charge may also further direct the
contractor to bring more barricading boards within a prescribed time
period. If the contractor fails to provide the barricading boards, as
above, within above time limit or the time limit prescribed by
Engineer in-Charge for further more quantity of barricading boards, a
compensation shall be levied on contractor @ Rs. 500/- per meter per
week subject to maximum of Rs. 4000/- per meter.

3.42.10 The contractor shall ensure that all his construction vehicles plying on
public roads (like dump trucks, trailers, etc.) have proper license to ply on
public roads from the state Transport Authority. Drivers holding proper
valid license as per the requirements of Motor Vehicles Act shall drive
these vehicles

The contractor shall not undertake loading and unloading at carriageways
obstructing the free flow of vehicular traffic. Any encroachment of existing
roads by the contractor applying the excuse of work execution shall not be
allowed.

3.42.11 Tow away vehicle

The contractor shall make arrangements for keeping toe away van /
manpower, at his cost, to tow away any breakdown vehicle in the traffic
flow without loosing any time and nothing shall be paid on this account.
.
3.42.12 Cleaning of roads

The contractor shall ensure the cleanliness of roads and footpaths by
deploying proper manpower for the same. The contractor shall have to
Financial Bid Vol. I (Contract Conditions) 120
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ensure proper brooming, cleaning washing of roads and footpaths, at all
the time, throughout the entire stretch till the currency of the contract
including disposal of sweepage without any extra cost.

3.42.13 The required number of traffic guards /marshals as decided by Delhi Traffic
Police / Engineer-in-charge shall be provided during construction period so
as to ensure safe movement of traffic without any extra cost to the
department. In case of default, the traffic guards/ marshals shall be
provided by the department and cost thereof shall be recovered from the
contractor in addition to recovery for violation of tender provisions. No claim
whatsoever shall be entertained on this account.

3.42.14 In case the contractor fails to adhere to any of the above mentioned
provisions, an amount of Rs.10,000/- shall be recovered for single violation
and compounded to a maximum of Rs.100,000/- at any single instance.
The decision of the Superintending Engineer in respect of violation and
number of instances shall be final and binding on the contractor.

The compliance of above mentioned provisions except cost of road
widening, if required, are deemed to be included in the quoted amount of
the contractor and no claim / payment shall be entertained on this account.

3.43 Batching Plant/Casting Yard

i. The batching plant/casting yard shall be effectively planned for smooth flow of
unloading and stacking the aggregates reinforcements and cement, batching
plant, transport of concrete, casting the segment, stacking the segment and
loading the segments on the trucks. As far as possible the conflicts should be
avoided.
ii. The batching plant/casting yard shall be barricaded and made as a
compulsory PPE zone.
iii. If in case of material unloading area is not maintainable as PPE zone, the
same shall be segregate properly and made as a non-PPE zone with
provision of appropriate barricading.
iv. Electrical system shall also be suitably planned so that location of diesel
generator, if any, location of DBs routing of cables and positioning of area
lighting poles/masts does not infringe on any other utility and pose danger.
v. Drainage shall be effectively provided and waste water shall be disposed after
proper treatment
vi. The office, canteen, drinking water, toilet and rest place shall be suitably
located for the easy access to workers. All the facilities shall be properly
cleaned and maintained during the entire period of operation.
Financial Bid Vol. I (Contract Conditions) 121
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

vii. Manual handling of cement shall be avoided to a larger extent. Whenever it is
absolutely necessary, the workmen shall be given full body protection, hand
protection and respiratory protection as a basic measure of ensuring better
health.
viii.The PPEs provided to cement handling workmen shall conform to
international standards.
x. Access roads and internal circulation roads shall be well laid and maintained
properly at all time.


3.44 Personal Protective Equipments (PPEs)

3.44.1 The contractor shall provide required PPEs to workmen to protect against
safety and/or health hazards. Primarily PPEs are required for the following
protection.

i) Head Protection (Safety helmets)
ii) Foot Protection (Safety footwear, Gumboot, etc.)
iii) Body Protection (High visibility clothing (waistcoat/jacket, Apron, etc)
iv) Personal fall protection (Full body harness, Rope-grap fall arrester, etc)
v) Eye protection (Goggles, Welders glasses, etc)
vi) Hand protection (Gloves, finger coats, etc.)
vii) Respiratory Protection (Nose mask, SCBAs, etc.)
viii) Hearing protection (Ear plugs, Ear muffs, etc)

The PPEs and safety appliances provided by the contractor shall be of the
standard as prescribed by Bureau of Indian Standards (BIS). If materials
conforming to BIS standards are not available, the contractor shall procure
PPE and safety appliances, as approved by the Engineer-in-charge.

3.44.2 All construction workers should be provided with high visibility jackets with
reflective tapes confirming to the requirement specified under BS EN 471: 1994.
The conspicuity of workmen at all times shall be increased so as to protect them
from speeding vehicular traffic.

The contractor shall provide safety helmet, safety shoe and high visibility clothing
for all employee including workmen, traffic marshal and other employees who are
engaged for any work under this contract as per the following requirement.

All employees of the contractor
including workmen
Traffic marshals
i) Hard hat with company Logo
ii) Safety boots
i) Hard hat with
ii) Safety boots
Financial Bid Vol. I (Contract Conditions) 122
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

iii) Hi- visibility waistcoat covering
upper body and meeting the
following requirements as per
BS EN 471:1994
a) Background in florescent orange
red in colour.
b) Two vertical green strips of 5cm
wide on front side covering the
torso at least 5cm
c) Two diagonal strips of 5 cm wide
on back in an X pattern covering
at least 5cm
d) Horizontal strips not less than
5cm wide running around the
bottom of the vertical strip in front
and X pattern at back.
e) The bottom strip shall be at a
distance of 5cm from the bottom
of the vest.
f) Strips must be retro reflective and
fluorescent
g) Waistcoat shall have a side
adjustable fit and a side and front
tear away feature on vests made
of nylon.
iii) Hi-visibility jacket upper body and
meeting the following requirements
as per BS EN 471:1994:
a) Background in fluorescent orange-
red in colour
b) Jackets with full-length sleeves
with two bands of retro reflective
material, which shall be placed at
the same height on the garment or
those of the torso. The upper band
shall encircle the upper part of the
sleeves between the elbow and
the shoulder: the bottom of the
lower band shall not be less than 5
cm from the bottom of the sleeve.
c) Two vertical green strips of 5cm
wide on front side covering the
torso at least 500 cm

d) Two diagonal strips of 5cm wide
on front side covering the torso at
least 500cm
e) Horizontal straight not less than
5cm wide running around the
bottom of the vertical strip in front
and X pattern at back.

f) The bottom strip shall be at a
distance of 5cm from the bottom of
the vest.
g) Strips must be retro reflective and
florescent
3.44.3 Colour codes for Helmets

Safety Helmet colour Code
(Every Helmet should have the
LOGO affixed/painted
Person to use
White PWD staffs
Grey All designers, Architect, Consultants, etc.
Violet Main contractors (Engineers/Supervisors)
Blue All sub-contractors (Engineers/Supervisors)
Red Electricians (both Contractor and Sub-
contractor)
Financial Bid Vol. I (Contract Conditions) 123
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Green Safety Professionals (Both Contractor and
Sub contractor)
Orange Security Guards/Traffic marshals
Yellow All workmen
White (with VISITOR sticker) Visitors

3.44.4 In addition to the above, any other PPE required for any specific jobs like,
welding and cutting, working at height, tunneling etc shall also be provided to all
workmen and also ensure that all workmen use the PPEs properly while on the
job.

The contractor shall not pay any cash amount in lieu to PPE to the workers/sub-
contractors and expect them to buy and use during work.

The contractor shall at all time maintain a minimum of 10% spare PPEs and
safety appliances and properly record and show to the Engineer-in-charge during
he inspections.

It is always the duty of the contractor to provide required PPEs for all visitors.
Towards this required quantity of PPEs shall be kept always at the security post.

3.44.5 Visitors to Site

No visitor is allowed to enter the site without the permission of the Engineer-in-
charge. All authorised visitors should report at the site office and contractor shall
provide visitors helmet (White helmet with visitor sticker) and other PPEs like
safety shoe, reflective jacket, respiratory protection etc. as per requirement of the
site.

All visitors shall be accompanied at all times by a responsible member of the site
personnel.

The contractor shall be fully responsible for all visitors safety and health within
the site.

For violation of the any of the above provisions an amount of Rs.200/- shall be
recovered for single violation (Single Violation means non compliance by any
worker/ individual).

3.45 Maintenance of Register of Tests
(i) All the registers of tests carried out at construction site or in outside
laboratories shall be maintained by the contractor which shall be duly
Financial Bid Vol. I (Contract Conditions) 124
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

authenticated by Engineer-in-Charge. Nothing extra shall be paid on this
account.

(ii) All samples of materials including cement concrete cubes shall be taken
jointly with contractor by representative of Engineer-in-Charge as per
MORTH/CPWD specification 2009. All the necessary assistance shall be
provided by the contractor. Cost of samples materials is to be borne by the
contractor and he shall be responsible for safe custody of samples to be
tested at site.

(iii) All the tests, if field lab setup at construction site, shall be carried out by the
Engineering staff deployed by the contractor which shall be witnessed by
Engineer-in Charge or his representative.

(iv) All the entries in the registers will be made by the designated Engineering
Staff of the contractor and same should be regularly reviewed by JE/AE/EE.

(v) Contractor shall be responsible for safe custody of all the test registers.

(vi) Submission of copy of all test registers, Material at site register and
hindrance register along with each alternate Running Account Bill and Final
Bill shall be mandatory. If all the test registers and hindrance register is not
submitted along with each alternate R/A Bill & Final Bill, no payment will be
released to the contractor.

3.46 Maintenance of Material at Site (MAS) Register.

All the MAS Registers including cement and Steel Registers shall be maintained
by Contractor which shall be issued to the contractor by Engineer-in-Charge in
the same manner as being issued to CPWD field staff.

3.47 Unless otherwise provided in the schedule of quantities the rates, tendered by
the contractor shall be all-inclusive and shall apply to all heights, depths, leads
and lifts
3.48 the tender paper the word CPWD shall include PWD (GNCTD) wherever exists
3.49 Royalty at the prevailing rates wherever payable shall have to be paid by the
contractor on the boulders, metal, shingle, sand and bajri etc. or any other
material collected by him for the work direct to revenue authorities and the
department shall pay nothing extra for the same.

3.50 The contractor shall provide at his own cost suitable weighing, surveying and
leveling and measuring arrangements as may be necessary at site for checking.
Financial Bid Vol. I (Contract Conditions) 125
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

All such equipment shall be got calibrated in advance from laboratory, approved
by the Engineer-In-Charge. Nothing extra shall be payable on this account.

3.51 Any cement slurry added over base surface for continuation of concreting for
better bond is deemed to have been included in the items and nothing extra
shall be payable on this account, also the cement consumed on this
account shall not be considered in theoretical consumption.

3.52 The rate for all items, in which the use of cement is involved, is inclusive of
charges for curing.

3.53 The work shall be carried out in accordance with the Architectural/Good for
construction drawings and structural drawings etc., to be issued from time to
time, by the Engineer-in-Charge. Before commencement of any item of work, the
contractor shall correlate all the relevant architectural and structural drawings
issued for the work and satisfy himself that the information available there from is
complete and unambiguous. The discrepancy, if any, shall be brought to the
notice of the Engineer-in-Charge before execution of the work. The
contractor alone shall be responsible for any loss or damage occurring by
the commencement of work on the basis of any erroneous and or
incomplete information and no claim whatsoever shall be entertained in his
respect.

3.54 No payment shall be made to the contractor for any damage caused by rain,
floods, earthquake or any other natural causes whatsoever during execution of
work. The contractor at his own cost will make the damages to the work good
and no claim on this account shall be entertained.

3.55 Any damage done by the contractor to any existing work or work being executed
by other agencies shall be made good by him at his own cost.

3.56 On account of Security consideration, there would be some restrictions on the
working hours, movement of vehicles for transportation of material and location
of labour camp. The contractor shall be bound to follow all such restrictions and
adjust the programme for execution of work

3.57 The contractor shall be bound to follow the instruction and restrictions imposed
by the Administration/Police authorities on the working and/or movement of
labour, materials etc. and nothing extra shall be payable on this account or due
Financial Bid Vol. I (Contract Conditions) 126
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

to less/restricted working hours or suspension of work or any detours in
movement of vehicles due to stated instructions and restrictions.

3.58 The Contractor or his authorized representative should always be available at the
site of work to take instructions from departmental officers, and ensure proper
execution of work. No work should be done in the absence of such authorized
representative

3.59 The malba / garbage, if to be removed from the site shall be disposed off by the
contractor at designated Municipal dumping ground as directed by the Engineer-
in-Charge. Nothing extra shall be paid on this account


3.60 LIST OF APPROVED MANUFACTURERS/ SUPPLIERS :

All materials and products shall conform to the relevant standard specification, IS
codes and other relevant codes etc. and shall be of approved makes and design.
The list of approved makes for products and materials is given below. Other
equivalent manufacturers will be considered with prior approval of the Chief
Engineer-in-charge.






















Financial Bid Vol. I (Contract Conditions) 127
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


LIST OF APPROVED MANUFACTURERS/SUPPLIERS

1. Ordinary Portland Cement ACC, GRASIM, Gujarat Ambuja, Vikram, Ultra-
tech, JP Rewa, Shree cement, Birla Jute, J.K.
cement, Cement Corporation of India.
2. Slag Cement ACC, Grasim, Gujrat Ambuja,
3. Reinforcing Bars TISCO, SAIL, RINL, IISCO
4. Bearings J.Sons, METCO, Sanfield (India) P Ltd.,
CECO, Mageba

5. Expansion Joints J.Sons, METCO, Sanfield (India) P Ltd., Z-
Tech (India) Pvt.Ltd., CECO, Mageba
6. Bitumen IOCL, BPCL, HPCL
7. Admixtures FOSROC, SIKA, MBT, Asian Laboratories,
Polygon Chemicals, CICO Technologies Ltd.,
MC Baucheme, BASF
8. Release Agent FOSROC, MBT, Dura Build Care , CICO, MC
Baucheme, BASF
9. Prestressing System Freyssinet, BBR, VSL, Dynamic, Killick Nixon
10. H T Steel Strand TATA SSL Ltd, Indore Wire Co. Ltd
11. HDPE Sheathing Rex Polyextrusion, Gwalior Polypipe Ltd.,
Triputi, Plastomatics Pvt Ltd.
12. Epoxy FOSROC, SIKA QUALCRETE, CIBA
13. Anchor Fastener HILTI, BOSCH
14. Geotextile & Geogrids AIMIL, Z-Tech, Netlon (India), Garware wall
ropes Ltd, Maccaferri,
15. G.I. strips AIMIL, Z-Tech, Netlon (India), , Maccaferri
16. Non-shrink grout Fosroc Chemicals, Sika, Dura Buildcare
17. Mild Steel Tubes Tata, Jindal
18. Structural Steel Tata, SAIL, RINL, IISCO and other
manufacturers approved by Chief Engineer-in-
charge.
19. Stainless Steel Prism Engineers, JINDAL.
20. Welding Electrodes ESAB, Advani-orlikon, Weld Alloy
21. Water proofing Polyguard, DWI Dermabit water proofin ind.,
Saudi Arabia, Soprema, France, Firestone
building Products, USA, FOSROC
22. Paints Akzo Nobel, Jenson and Nicholson, Burger
(Luxol gold), Asian(Apcolite), ICI Dulux (Gloss),
Nerolac (Full gloss hard drying)
23. Pile Integrity Testing CBRI, AIMIL, NDM technology,
Financial Bid Vol. I (Contract Conditions) 128
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

24. Bar Couplers Usha Ismal, Dextra Splice, Moment
25. Reinforced soil wall system AIMIL, VSL, Garware wall ropes , Earthcon
Systems, Z-tech india, Maccaferri, Reinforced
Earth India, Netlon
26. Anti carbonation paints CICO, MBT, FOSROC
27. Void former Spiral tubes pvt. Ltd. (Spiro), steel auto
industries,Hellical Tubes
28. Thermoplastic paints CBM, CMS
29. PVC waterstops Fixopan, Maruti Rubber
30. RMC ACC, BIRLA, L&T
31. HSFG Bolts Unbrako Precision, Panchsheel Fasteners,
Laxmi Precision Fasteners
32. Kerb Stone Nitco Prefab, K.K. Manhole, TERRAFIRMA,
UNISTONE & Precasted by the agency at site
with prior approval of Engineer-in-Charge.
33. Paverblocks Nitco Prefab, Ultra KK, TERRAFIRMA,
UNISTONE.

Equivalent material to be approved by the Chief Engineer-in-charge.

Financial Bid Vol. I (Contract Conditions) 129
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


















CHAPTER 4



GENERAL SCOPE OF WORK

Financial Bid Vol. I (Contract Conditions) 130
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

CHAPTER 4 : GENERAL SCOPE OF WORK

4.1 BROAD SCOPE

This tender documents pertain to construction of Elevated Road over Barapulla
Nallah from Jawahar Lal Nehru Stadium to Aurobindo Marg as phase II part of
total Project. In Phase I, the elevated road from Sarai Kale Khan to Jawahar Lal
Nehru Stadium has already been completed. Phase III will be covering the
stretch from Sarai Kale Khan to Mayur Vihar.

The work broadly comprises of the following:-

4.1.1 To ensure signal free movement between East Delhi and South Delhi, Barapulla
corridor has been planned by Govt. of Delhi. In phase I of the project, the stretch
from Sarai Kale Khan to Jawahar Lal Nehru stadium has been completed and
opened to traffic. In phase II, it is planned to cover the corridor from Jawahar Lal
Nehru Stadium to Aurobindo Marg.

The pre-cast segmental construction technology (Span to Span method of
construction technology) shall be adopted with three/four span continuous, with
straight/curved box girders with deck width around 10 m. The segments shall be
match cast and erected at site is the proposed broad sequence of construction.
The general span will be in the range of 32 to 35m, however the length & nos. of
spans in a continuous unit will vary depending on site constraints. The same will
be well planned in earlier stage of work based on the utilities plan & other site
constraint.. Though at most of the locations in superstructure, it is Pre-cast
segmental construction, however, if due to site constraints, Pre-cast construction
is not feasible then cast in situ construction at such locations shall be adopted.

The whole superstructure shall be supported on a system of bearings on single
pier, provided in central verge. The outer pre-cast surface of the crash barrier
and reinforced earth wall will have texture finish with the use of form liner.

Reinforced earth wall shall be provided in the closed portion of loops, Elevated
road, flyovers and ramps.

The scope of the work broadly includes construction of
(i) Pile Foundation as per approved drawings
(ii) Piers of required shape and height. Piers will have flutings / grooves / logos
as per the approved designs and shall be casted in single lift.

Financial Bid Vol. I (Contract Conditions) 131
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(iii) Casting of superstructure with precast segmental technology, cantilever
construction, Precast Pretensioned I beams and cast-in-situ solid slab
superstructure etc. as per approved construction drawing.
(iv) Expansion Joints
(v) Wearing Course, drainage spouts and Crash barriers with form liner finish
(vi) Reinforced Earth Wall with precast facia panel with form liner finish and
galvanized steel strip reinforcement.
(vii) Earth filling and road crust as per specifications

4.1.2 Other Structures

4.1.2.1 Embankment The earth filling inside the RE wall shall be granular in nature
and as per the specification.

4.1.2.2 Road Works Flexible pavements consisting of Granular Sub Base, Wet Mix
Macadam and Bituminous course is proposed over sub grade as per design.

4.1.2.3 Miscellaneous Works - Includes construction of storm water drains, drainage
pipes footpath, kerb stone, street lighting, signages and railing etc.

4.1.4 This is an item rate tender and work is to be carried out based on design and
drawing finalised by PWD. For some items like Reinforced Earth Wall, launching
Truss / Girders, Bearings, Expansion Joints, pre-stressing and temporary works
etc., it has been specifically mentioned that the contractor shall submit
design/drawing of specialised agency for the approval and acceptance by PWD
before execution. This is deemed to be included in the quoted rates of the
contractor and nothing extra shall be paid on this account.

The detailed scope of work for each item and schedule of quantity is given in
Volume 3 of Financial Bid Documents. Volume 4 of the Financial Bid Documents
includes General arrangement drawings as well as other drawings to guide the
contractor for the scope of work.

The nomenclature of the item given in Volume 3 of tender documents gives, in
general the work content but is not exhaustive i.e. does not mention all the
incidental works required for complete execution of works. There are several
incidental items, which are not mentioned in the Scope of Work of each item but
will be necessary to complete the item in all respects. All the incidental works
which are not covered in the scope of the work of the said items, but are
necessary to complete the item shall be deemed to have been included in the
rates quoted by the tenderer in the Schedule of Quantities. No adjustment of
rates shall be made for any variation in quantum of incidental works with respect
to drawing and/or instruction of Engineer-in-Charge as deviation in any such
Financial Bid Vol. I (Contract Conditions) 132
Barapulla Elevated Corridor : Phase II





A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

element of the work which is incidental to main items of work and are necessary
to complete the item in all respects. Unless otherwise provided, work like
centering, shuttering, concrete admixtures, grouting, HDPE ducts for
prestressing, anchorages(permanent & future provision) reinforcement couplers
etc. are not payable separately and the quoted rates of relevant RCC / PCC
items shall be deemed to take into account all such works.

The rates quoted by the contractor shall broadly include preliminary works like
setting and maintenance of permanent bench marks, reference points, central
line of the carriageway setting out of approaches centerline, pier locations& its
orientation. It shall also include making adjustment in the layout if required as per
site conditions and as directed by the Engineer-in-Charge. The lay out shall be
got approved from the Engineer-in-Charge before starting actual work. Existing
levels of the area under the scope of work shall also be recorded.

All ancillary and incidental facilities required for execution of the work e.g. labour
camps, stores, laboratory for testing equipments, offices for contractors, work
shop facilities, watch and ward, temporary structures for plants and machinery,
erection equipments, water storage structure, tube wells, electric/telephone
installation and charges, liaison work, protection work during execution not
included in the main items, any other item/activity contained in the tender
documents which is necessary for execution of work in the opinion of the
Engineer-in-Charge, shall be deemed to be included in the quoted rates of the
contractor..

For all the RCC works, chamfering or rounding etc. may be required to be
provided, for architectural purposes, in lieu of sharp edges. The Contractor shall
provide such shapes by making necessary provisions in the shuttering for which
no separate payment shall be made. At the same time, no reduction in volume of
concrete due to providing such shape shall be made.


4.2 Protection of Work

The contractor shall provide proper protection for carrying out the work in
weather condition which may adversely affect the works with the approval of
Engineer-in-charge. Permanent works under construction and materials for such
works shall be protected from exposure to weather conditions which may
adversely affect the quality and performance of the permanent works and the
materials. The compliance of these provisions are deemed to be included in the
quoted amount and nothing extra shall be paid on this account.
Financial Bid Vol. II (Specifications) 133
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........







FINANCIAL BID

VOLUME -2

(SPECIFICATIONS)

Financial Bid Vol. II (Specifications) 134
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

INDEX

S. No. DESCRIPTION PAGE No.

A. TECHNICAL BID
1. Press Notice 4
2. Information and instructions for bidders 5
3. Instructions to bidders for submission of tenders 9
4. Section - I : Brief particulars of the work 12
5. Section - II : information & instructions for bidders 14
6. Section - III : Letter of Transmittal 20
7. Forms A to H 21
8. Appendix I 29
9. Annexure I 30

B. FINANCIAL BID

VOLUME-I (CONTRACT CONDITIONS)
10. Instructions to Bidders for submission of tenders 34
11. CPWD 6 37
12. Integrity pact 47
13. CPWD 8 56
14. Schedule A to F 59
15. Chapter-1 : Amended Clauses of GCC- 2010 68
16. Chapter-2 : Additional conditions 83
17. Chapter 3 : Special conditions of contract 92
18. Chapter 4 : General scope of work 129

VOLUME -II (SPECIFICATIONS)
19. Chapter 5: Site Conditions 135
20. Chapter 6: Material Specifications 140
21. Chapter 7: Particular Specifications for Civil works 167
22. Chapter 8: Quality Systems 273
23. Chapter 9 : Terms, Special Conditions & Specifications for 304
Electrical works
24. Chapter 10: External Illumination 311
25 Annexures 327

VOLUME III (SCHEDULE OF QUANTITIES)
26. Schedule of Quantities for Civil Works (Part-A) 350
27. Schedule of Quantities for Electrical Works (Part-B) 400

VOLUME IV (TENDER DRAWINGS) 19 Nos. 407-427






Financial Bid Vol. II (Specifications) 135
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........






CHAPTER 5



SITE CONDITIONS


Financial Bid Vol. II (Specifications) 136
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

CHAPTER 5
SITE CONDITIONS

5.1 Site conditions given hereunder and elsewhere are given as guidelines and
contractor shall satisfy himself regarding all aspects of site conditions and no
claim will be entertained on the plea that the information supplied by the
department is erroneous or insufficient or at variance with site condition.

5.2 LOCATION
The project comprises of construction of elevated road over Barapulla Nallah
starting from Jawaharlal Nehru Stadium to Aurobindo Marg and other
connecting loops at Sarai Kale Khan, Aurobindo Marg and on intermediate
locations as per the tender drawings. The alignment also crosses Railway
Track.
The approach to the all the sites of work shall be made and maintained by the
contractor at his own cost. The tenderer has to plan most of their construction
activities carefully as only limited space will be available for construction
activities.
The yard for batching plant, precast elements, stores, godowns etc shall be
established by the contractor at the site approved by Engineerincharge.
The land will be provided by PWD. Suitable location and scheme for
establishment of this yard shall be submitted by the contractor to Engineer-in-
charge for approval. The contractor shall make all suitable arrangements for
establishment of working yard at / near site including earth filling (if required)
to raise the ground level, protection works to avoid flooding of yard during
monsoon, construction of approach roads to / inside the yard, barricading and
all incidental works required for operation of casting yard / working yard /
batching plants and nothing extra shall be payable for making all these
arrangements. No claim for lead shall be entertained from yard to the site.
The land for casting and working yard, batching plants etc. has to be
arranged by the contractor. However, if the same is arranged by the
department and the contractor wishes to utilize it, the same shall be
handed over to the contractor on as is where is basis, which can be in
one piece or more than one piece, depending on availability of land. In
such a situation, a rent @ Rs. 55,550/- (Fifty five thousand five hundred
and fifty only) per acre per month shall be recovered from the
contractor. The contractor shall use this land for works related to this
contract only and not for his any other contracts / works. Only the T&P,
laboratories and material related to this contract shall be stored at this land(s).
The area made available to the contractor must be cleaned and handed over
Financial Bid Vol. II (Specifications) 137
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

in the original condition to the department as soon as the intended use is
complete and / or before the recording of completion certificate by the PWD
whichever is earlier.

5.3 BENCH MARK
The contractor has to establish the correct positions of bench marks precisely
on site with respect to the arrangement shown in the drawings or as per the
direction of the Engineer-in-charge and maintain the same till end of project.

5.4 VARIATION IN WATER TABLE
No extra payment will be admissible on account of any variations in the water
levels including sub soil level at the site of work from those given in the
tender documents.

5.5 SITE CONSTRAINTS
The work has to be executed without disrupting the traffic especially at
Aurobindo Marg and Ring Road at Sarai Kale Khan. The contractor will have
to carefully plan his sequence of operations so that the traffic moves
unhindered at all times. The traffic diversion plan evolved by the contractor for
execution of the work at all locations will require approval of Delhi Traffic
Police and of the PWD. Modifications suggested by the Traffic Police and also
by the Department (PWD) shall be implemented by the contractor during
execution of the work.
Diversion of traffic as required for construction activities shall be arranged by
the contractor to the satisfaction of Engineer-in-Charge / Delhi Traffic Police.
However for diversion of traffic, if additional road / pavement is required to be
constructed, the same shall be decided by the Engineer-in-Charge. There are
certain services running along the existing carriageway and service road /
footpath etc. There may also be certain services fouling with the alignment of
proposed bridges and approaches. The contractor shall verify these services at
site and identify additional services, if any, well in advance by coordinating with
local authorities / agencies or by making trial pits and if required these shall be
removed / shifted by the contractor in consultation with the service provider
agency. Payment for this shall be made as per terms and conditions of the
contract. No claim for delay or otherwise due to above reasons shall be
entertained on this account.



Financial Bid Vol. II (Specifications) 138
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5.6 CLIMATIC CONDITIONS
The climate in this region is extreme with three major seasons - winter,
summer and rainy. The winter season lasts from October to March, summer
season from April to June and rainy season from July to September. This is
only for guidance and there may be variations. In the rainy season the
supplementary drain will carry the rain fall of the entire catchment area and
HFL is marked on the existing old bridge by the flood control department.

5.7 HOUSING, WATER SUPPLY, DRAINAGE AND ELECTRICITY
No accommodation is available at the site of work. The contractor has to
make his own arrangements for electric connection, housing, stores and field
offices, accommodations for his labour and other employees etc. including
drainage arrangements. Contractor should visit the site and see in what
manner he is able to arrange the above. Arrangement of water for drinking
purpose in addition to the water required for construction work is also to be
made by the contractor. For electric connection, the contractor shall obtain
necessary connection as per requirement from BSES (concerned
organization) and the contractor shall be authorized to use the same for
execution of work. The department shall provide necessary help for obtaining
electric connection.
In case of flooding of site on account of rising of water in the supplementary
drain or for any other cause, or any other damage whatsoever, no claim
financially or otherwise shall be entertained, notwithstanding any other
provisions elsewhere in the tender documents.

5.8 DEWATERING
Any dewatering required on account of heavy rains or water from any other
source shall be carried out by the contractor at his own cost and no claim on
this account will be entertained by PWD.


5.9 GROUND WATER TABLE, SOIL CONDITIONS AND SOIL INVESTIGATION
It shall be deemed that the contractor has satisfied himself as to the nature
and location of the work, general and local conditions and particularly those
pertaining to transport, handling, availability and storage of materials,
availability of labour, weather conditions at site and general ground/sub soil
conditions and the contractor has to quote his rates accordingly.

The department will bear no responsibility for the lack of such knowledge and
also the consequences thereof to the contractor. The information and site
data shown in the drawings and mentioned in the tender documents are
furnished for general information and guidance only. The Engineer-in-Charge
Financial Bid Vol. II (Specifications) 139
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

in no case shall be held responsible for the accuracy thereof or/and
deductions, interpretations or conclusions drawn there from by the contractor
and no claim shall be entertained whatsoever if the site conditions/information
is different or otherwise incorrect. It will be presumed that the contractor has
satisfied himself for all possible contingencies, situations, bottlenecks and
acts of coordination which may be required between the different agencies.
The contractor(s) shall study the soil investigation report for the site, available
in the office of the Engineer-in-Charge and satisfy himself about complete
characteristics of soil and other parameters at site. However, no claim on the
alleged inadequacy or incorrectness of the soil data supplied by the
department shall be entertained. The contractor, if he feel necessary and with
the approval of Engineer-in-Charge, may also be required to carry out
necessary confirmatory soil investigation at all pier locations or at required
location of piers, through required no. of bore holes at each location. The
subsoil investigation will be got carried out through a firm of repute to be
approved by Engineer-in-Charge. The cost of soil investigation will be paid to
the contractor as per the item of Schedule of Quantities. The contractor will
also get the confirmatory soil investigation report vetted from the
structural/Proof consultant, already appointed by PWD, and nothing extra
shall be paid on this account.






Financial Bid Vol. II (Specifications) 140
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........











CHAPTER 6



MATERIALS SPECIFICATIONS


Financial Bid Vol. II (Specifications) 141
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


CHAPTER 6
6. MATERIALS AND TESTING

6.1 GENERAL :

This Chapter covers the specifications of only the main and important materials to
be used in various items of the work. For the materials whose specifications are
not covered in this chapter, the contractor shall follow the relevant specifications in
the accepted order of preference given under special conditions of the contract. All
materials shall be of best available quality and shall be in conformity with the
specifications laid down in the contract document.

6.1.1 SOURCE OF MATERIALS
It shall be the responsibility of the contractor to procure all the materials required
for construction and completion of the contract. The contractor shall indicate in
writing the source of materials well in advance to the Engineer-in-Charge, after the
award of the work and before commencing the work. If the material from any
source is found to be unacceptable at any time, it shall be rejected by the
Engineer-in-Charge and the contractor shall forthwith remove the material
immediately from the site as directed by the Engineer-in-Charge.

6.1.2 QUALITY
All materials used in the works shall be of the best quality of their respective kinds
as specified herein, obtained from sources and suppliers approved by the
Engineer-in-Charge and shall comply strictly with the tests prescribed hereafter, or
where tests are not laid down in the specifications, with the requirements of the
latest issues of the relevant Standards/Codes in the accepted order of preference
given under special conditions of contract.

i Sampling and Testing: All materials used in the works shall be subjected to
inspection and test in addition to test certificates. Samples of all materials
proposed to be used in the permanent works shall be submitted to the
Engineer-in-Charge at least 30 days in advance for approval before actual
materials are brought to the site for construction/execution.

Samples approved by the Engineer-in-Charge after necessary tests are to be
kept and labeled in boxes suitable for storage. Materials or workmanship not
corresponding in character and quality with approved samples will be rejected
by the Engineer-in-Charge.

Samples required for approval and testing must be supplied sufficiently in
advance to allow for testing and approval, due allowance being made for the
Financial Bid Vol. II (Specifications) 142
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

fact that if the first samples are rejected further samples may be required.
Delay to the works arising from the late submission of samples will not be
acceptable as a reason for delay in completion of the works.

Materials shall be tested before leaving the manufacturers premises, quarry or
resource, wherever possible. Materials shall also be tested on the site and
they may be rejected if not found suitable or in accordance with the
specification, notwithstanding the results of the tests at the manufacturers
premises or elsewhere or test certificates or any approval given earlier.

The contractor shall supply material required for testing free of charge and
make necessary arrangement for transportation of test samples to laboratory.
The cost of tests that are not required to be tested in the field lab to be set up
by the contractor shall be borne by the contractor

The cost for all tests conducted in the field lab set up by the contractor or at
Manufacturers premises or test conducted at the beginning of work or change
of source shall be borne by the contractor.

ii Dispatch of materials: Materials shall not be dispatched from the
manufacturers works to the site without written authority from the Engineer-in-
Charge.

iii Test certificates: All manufacturers certificates of test, proof sheets, etc.
showing that the materials have been tested in accordance with the
requirement of this specification and of the appropriate Codes/ Standard are to
be supplied free of cost to the Engineer-in-Charge.

iv Rejection : Any materials that have not been found to conform to the
specifications will be rejected forthwith and shall be removed from the site by
the Contractor at his own cost within one week or as instructed by the
Engineer-in-Charge. The Engineer-in-Charge shall have power to cause the
Contractors to purchase and use such materials from any particular source, as
may in his opinion be necessary for the proper execution of the work.

6.1.3 STORAGE OF MATERIALS

Materials shall be kept in the joint custody of the contractor & the representative of
the Engineer-in-charge. Department shall not provide any storages. Should the
place where material is stored by the Contractor be required by the Engineer-in-
Charge for any other purpose in connection with this work, the Contractor shall
forthwith remove the material from that place at his own cost and clear the place
for the use of the Employer.

Materials required for the work whether brought by the contractor or supplied by
the department shall be stored by the contractor only at places; in standard profiles
and in the manner approved by the Engineer-in-Charge. Storage and safe custody
Financial Bid Vol. II (Specifications) 143
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

of materials shall be the responsibility of the contractor. The contractor shall make
sure that the materials shall be brought in, at a time, in adequate quantities to
suffice for the whole work or for at least a month's work. The storage of materials
shall be in accordance with IS 4082 Recommendation on stacking and storage or
construction materials on site and as per IS 7969 Safety code for handling and
storage of building materials.

The contractor shall construct suitable godowns at the site of work for storing the
materials safe against damage due to sun, rain, dampness, fire, theft etc. He shall
also employ necessary watch and ward establishment for this purpose and no
extra claim whatsoever shall be entertained on this account.

The materials which are likely to get deteriorated shall be stored under covered
sheds with waterproof roofs constructed on consolidated elevated platform with
adequate seepage control measures as per direction and satisfaction of
Engineer-in-charge. The quoted rates for various items shall be deemed to have
included the cost of storage. The storage space shall be open for inspection as
and when required by the Engineer-in-charge or his authorized representative.

The procedure for storing and stacking the important materials which the
contractor must adhere to during the currency of contract work shall be as
specified and/or as directed by the Engineer-in-Charge.

6.1.4 EXPLOSIVE AND INFLAMMABLE MATERIALS

If explosives or inflammable materials are to be used for execution of the works, the
contractor shall at his expense obtain such licenses as may be required for storing
and using explosive and/or inflammable materials. Contractor shall at his own cost
locate, construct and maintain magazines if such are required for storage in
accordance with the requirements of the appropriate rules in force for their use and
safety.

6.1.5 MATERIALS FOUND AT SITE OF WORK

Materials (other than unserviceable materials) obtained from dismantling and
excavation of the site shall remain the property of the department and shall be
disposed of as the Engineer-in-charge may direct.

All fossils, coins, articles of value or antiquity and structures or other remains or
things of geological or archaeological interest discovered on the site shall be the
absolute property of the department and the contractor shall take reasonable
precautions to prevent his workmen or any other person from removing or
damaging any such articles or valuables and shall immediately upon discovery
thereof and before removal, acquaint Engineer-in-Charge and obtain his directions
as to the disposal of the same at the expense of department.

Financial Bid Vol. II (Specifications) 144
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


6.2 CEMENT

1. Type of Cement: Cement to be used in the works shall be any of the following
as mentioned in nomenclature of items and/ or as approved by Engineer-in-
charge.

I. Ordinary Portland cement, 43 Grade conforming to IS:8112
II. Ordinary Portland cement, 53 Grade conforming to IS:12269
III. Portland slag cement conforming to IS:455 and conforming to strength
requirement of IS:8112

2. Supply of Cement: Cement shall be procured from approved manufacturer of
cement having a production capacity of one million tonne per annum or more
and holding license to use ISI certification mark for their product. The list of
approved manufacturers is mentioned elsewhere in the Tender Document.
Supply of cement shall be taken in 50 kg bags bearing manufacturers name and
ISI marking. Samples of cement arranged by the contractor shall be taken by the
Engineer-in-Charge and got tested in accordance with provisions of relevant BIS
codes. In case test results indicate that the cement arranged by the contractor or
RMC supplier does not conform to the relevant BIS codes, the same shall stand
rejected and shall be removed by the contractor or RMC supplier, as the case
may be, at his own cost within a weeks time of written order from the Engineer-
in-Charge to do so.

To the extent possible, complete lot of cement of each type shall be obtained
from one constant pre-approved source throughout the contract. Cement of
different types shall not be mixed together. Different grade/brands of cement, or
the same grade/brand of cement from different sources, shall not be used
without express consent and prior approval of the Engineer-in-Charge.

3. Batch and MTC : Every batch of cement will be accompanied with a
Manufacturers Test Certificate and subsequent tests will be conducted as per
the QAP

4. Packing: Packed cement shall be delivered to the site in original sealed bags
which shall be labeled with the weight, name of manufacturer, brand, type,
week of manufacture and ISI mark. Cement received in torn bags shall not be
used. Contractor may obtain cement in bulk and store it in suitable silos of
adequate capacity. Each type of cement shall be stored in a separate silo and it
shall be ensured, that cements of different quality are not mixed up.



Financial Bid Vol. II (Specifications) 145
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


5. Delivery: All cement shall be fresh when delivered and at ambient atmospheric
temperature. The cement shall be brought at site in bulk supply of
approximately 50 tonnes or more as decided by the Engineer-in-Charge.

6. Storage: Cement Godown of adequate capacity conforming to CPWD
specifications shall be constructed by the contractor at site of work for which no
extra payment shall be made. The contractor shall be responsible for the watch
and ward and safety of the cement godown. The contractor shall facilitate the
inspection of the cement godown by the Engineer-in-charge or his authorised
representative at any time. Cement brought to site shall not be removed from
site without written permission of Engineer-in-charge.

Separate godowns shall have to be provided for different grades / types of
cement. Each godown shall display the grade / type of cement stored in it
prominently. The testing of cement shall be carried out in advance. At least 15
days quantity shall be available at all times during the construction period in the
godown

7. Uniformity: In fair faced elements, the cement used in the concrete for any
complete element shall be from a single consignment. All cement for exposed
concrete shall be from the same approved source and uniform in colour.

8. Consumption: The actual receipt and consumption of cement of each type on
the work shall be regulated and proper accounts maintained. The theoretical
consumption of cement shall be worked out before the payment of each
Running Bills. The cement register as per direction of Engineer in Charge for
issue and receipt of cement shall be maintained by the contractor under the
control of authorised representative of Engineer-in-charge.


6.3 COARSE AGGREGATES

Coarse aggregate shall consist of naturally occurring crushed stones, crushed
gravel, natural gravel or a suitable combination thereof. Coarse aggregate
obtained from crushed or broken stone shall be angular, hard, strong, dense,
durable, clean and free from adherent coating, injurious amounts of disintegrated
pieces, alkali, vegetable matter, soft, friable, thin plate, elongated or flaky pieces
and any deleterious material. The presence of flaky and elongated pieces shall
be avoided. Coarse aggregate having positive alkali-silica reaction shall not be
used. All coarse aggregates shall conform IS:383 and tests for conformity shall
be carried out as per IS:2386, part-I to part- VIII

The maximum value for flakiness index shall not exceed 35%. The maximum
quantity of deleterious material shall not exceed the limit specified in Table I of
IS:383.

Financial Bid Vol. II (Specifications) 146
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

The nominal maximum size of aggregate to be used in R.C.C and PSC work
shall be 20 mm.

In order to obtain optimum workability, single sized aggregates of nominal size
20mm, 10mm, 4.75mm and 2.36mm will be blended in such a way that the
grading curve for all aggregates will be a smooth curve from size 0.15mm to
25mm falling within the established envelop grading curve. Contractor shall
establish envelop grading curve for each grade of concrete for given maximum
size of aggregates and get it approved by Engineer-in-Charge before finalising
the mix design. However, the grading of aggregate shall be controlled by
obtaining the coarse aggregate in different sizes and blending them in correct
proportions as and when required.

The contractor shall satisfy himself that the material proposed to be used for
construction complies with the requirements of IS: 383 and shall submit the
entire information indicated in Appendix A of IS: 383 for approval of the
Engineer-in-charge. In case the aggregate tested do not comply with any
requirement of the specifications, the source for the same shall be rejected. No
further samples from the rejected source shall normally be considered for
approval.

The aggregate shall be stored in such a way as to prevent mixing with foreign
materials. Different sizes of coarse aggregate shall be stored in paved area in
separate stock piles sufficiently distant from each other in order to prevent
intermixing of the materials at the edges of the stock piles.



6.4 FINE AGGREGATE

Fine aggregate shall consist of clean, hard, strong and durable pieces of crushed
stone, crushed gravel, or a suitable combination of natural sand, crushed stone or
gravel. They shall not contain dust, lumps, soft or flaky, materials, mica or other
deleterious materials in such quantities as to reduce the strength and durability of
the concrete, or to attack the embedded steel. Motorized sand washing machines
should be used to remove impurities from sand. Fine aggregate having positive
alkali-silica reaction shall not be used. All fine aggregates shall conform to IS: 383
and tests for conformity shall be carried out as per IS: 2386, (Parts I to VIII). The
contractor shall submit the entire information indicated in Appendix A of IS:383 for
approval of Engineer-in-charge. In case the aggregate tested do not comply with
any requirement of the specifications, the source for the same shall be rejected.
No further samples from the rejected source shall normally be considered for
approval

The fine aggregate shall conform to Zone II or Zone III of IS: 383 as per requirement
of trial mix design (or any combination of the two as approved by
Engineer-in-Charge; the decision of Engineer-in- Charge in this respect shall be
Financial Bid Vol. II (Specifications) 147
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

final). The quality, tests and acceptance criteria for fine aggregates shall be same as
per IS:383.The silt content of fine aggregate used for trial mix shall be recorded and
silt content in the fine aggregate shall neither exceed 6% nor 1% more than that of
the fine aggregate used in the trial mix..

Regarding storage of fine aggregate, provisions as specified for coarse aggregate
shall apply.

6.5 WATER

Water used for mixing and curing shall be clear and free from injurious impurities like
oils, acids, alkalis, salts, sugar, organic material or other substances that may be
deleterious to concrete or steel. The maximum permissible limits for physical and
chemical impurities shall be as per Quality Control requirements of this tender
document.

The PH value of water shall not be less than six. Potable water is generally
considered satisfactory for mixing concrete. As a guide, the following concentrations
represent the maximum permissible values.
(a) To neutralize 100 ml sample of water, using phenolphthalein as an indicator, it
should not require more than 5 ml of 0.02 normal NaOH. The details of test are
given in 8.1 of IS:3025 (Part 22).
(b) To neturalise 100 ml sample of water, using mixed indicator, it should not
require more than 25 ml of 0.02 normal H2S04. The details of test shall be as
given in Clause 8 of IS:3025 (Part 23).
(c) Permissible limit for solids shall be as under.

Tested as per Permissible limit (max.)
Organic IS:3025 (Pt. 18) 200 mg/lit.
Inorganic IS:3025 (Pt. 18) 3000 mg/lit.
Sulphates (as SO3) IS:3025 (Pt. 24) 400 mg/lit.
Cholorides (as Cl) IS:3025 (Pt. 32) 2000 mg/lit.
for concrete work not
containing embedded steel
and 500 mg/lit. for pre-
stressed / reinforced concrete
work.
Suspended matter IS:3025 (Pt. 17) 2000 mg/lit.

Water found satisfactory for mixing is also suitable for curing concrete; however
water used for curing shall not produce any objectionable stain or unsightly deposit
on the concrete surface. The presence of toxic acid or iron compounds is
objectionable.



Financial Bid Vol. II (Specifications) 148
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


6.6 ADMIXTURES
The admixtures, if used shall comply with the requirement of IS: 9103. Admixtures
shall not impair durability of concrete nor combine with constituents to form harmful
compounds nor risk the corrosion of reinforcement. The contractor shall provide
the following details concerning each Admixture proposed to be used, after
obtaining the same from the manufacturer, for the prior approval of the Engineer-
in-charge along with a copy of the Manufacturers Test Certificate of not earlier
than 6 months.

(a) Normal dosage and detrimental effects, if any, of under dosage and over
dosage.
(b) The chemical names of the main ingredients in the admixtures.
(c) The chloride content, if any, expressed as a percentage by the weight of the
admixture.
(d) Values of dry material contents, ash content and relative density of the
admixture which can be used for Uniformity Tests.
(e) Whether or not the admixture leads to the entrainment of air when used as per
the manufacturers recommended dosage, and if so to what extent.
(f) Where two or more admixtures are proposed to be used in any one mix,
confirmation as to their compatibility.
(g) There would be no increase in risk of corrosion of the reinforcement or other
embedment as a result of using the admixture.

The suitability of all admixtures shall be verified by trial mixes of concrete with 0.5%
& 1% of admixtures to ascertain compatibility between a particular cement and a
particular admixture at no additional cost and as per direction of Engineer-in-Charge

The workability, compressive strength and slump loss of concrete with and without
the use of admixture shall be established during the trial mixes before use of
admixture The minimum cement content specified shall not be reduced on
account of the use of the Admixtures. Cost of all admixtures shall be borne by the
contractor and deemed to have been included in his offer.

Admixture in addition to conformity to the requirement IS: 9103 shall satisfy the
following conditions.

(a) Plasticisers and Super-Plasticisers shall meet the requirements indicated
for Water reducing Admixture.

(b) Except where resistance to freezing and thawing and to disruptive action of
deicing salt is necessary, the air content of freshly mixed concrete in
accordance with the pressure method given in IS:1199 shall not be more than
2 per cent higher than that of the corresponding control mix and in any case
not more than 3 per cent of the test mix.

Financial Bid Vol. II (Specifications) 149
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(c) The chloride content of the admixture shall not exceed 0.2 per cent when
tested in accordance with IS:6925. In addition, the maximum permissible limit
of chloride content of all the constituents in concrete expressed as chloride-ion
shall not exceed 0.10 percent for PSC and 0.20 percent for RCC by mass of
cement used.

(d) Uniformity tests on the admixtures are essential to compare qualitatively the
composition of different samples taken from batch to batch or from the same
batch at different times.

The tests that shall be performed along with permissible variations in the same
are indicated below:

- Dry Material Content : to be within 3 per cent and 5 per cent of liquid and
solid admixtures respectively of the value stated by the manufacturer.
- Ash content: to be within 1 per cent of the value stated by the
manufacturer.

Relative Density (for liquid admixtures) to be within 2 per cent of the value
stated by the manufacturer.

(e) All tests relating to the concrete admixtures shall be conducted periodically at
an independent laboratory and compared with the data given by the
manufacturer.

6.7 SILICA FUME

Silica Fume may be delivered as in Natural state, in Densified state or as Slurry.
The requirements shall apply to dry silica fume or the dry powder part of the slurry
before mixing the slurry. It should be procured from a proven and reliable
manufacturer / supplier to the satisfaction of Engineer-in-Charge

The minimum cement content as specified in tender document shall not be reduced
on account of the use of silica fume.

Silica fume conforming to IS-15388 shall be used as part replacement of cement
provided uniform blending with cement is ensured. Silica fume shall normally be
used in proportion of 5 to 10 percent of the cement content of a mix.
When silica fume is used in powder form, the contractor shall take all precautions
against potential health hazards during handling of the material. Chilled water and/
or ice shall be used in the concrete mix depending on the ambient temperature,
dimensions of the concrete element, rate of pouring and design mix constituents.
Special profuse curing arrangements shall be made for dissipation of the heat of
hydration. The water curing shall be continued for a period of 21 days. The
concrete design mix and arrangement for mixing, transportation, and curing of
concrete shall subject to the approval of the Engineer-in-Charge.
Financial Bid Vol. II (Specifications) 150
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


6.8 STEEL REINFORCEMENT :

6.8.1 Type of Steel Reinforcement : Contractor shall be allowed to use only TMT bars
of grade Fe 500D conforming to IS:1786.

6.8.2 Supply of Steel Reinforcement: The contractor shall procure steel reinforcement
bars conforming to relevant specifications from main producers listed in this
document and no re-rolled steel shall be permitted. The contractor shall have to
obtain and furnish test certificates to the Engineer-in-Charge in respect of all
supplies of steel brought by him to the site of work. Samples shall also be taken and
got tested by the Engineer-in-Charge as per provisions contained in this regard in
approved Quality Assured Plan. In case the test results indicate that the steel
arranged by the contractor does not conform to BIS codes, the same shall stand
rejected and shall be removed from the site of work by the contractor at his cost
within a weeks time from written orders from the Engineer-in-Charge to do so.
In case of non-availability of steel from primary producers, the NIT approving
authority may permit use of TMT reinforcement bars procured from secondary
producers subject to the following
(a) The secondary producers must have valid BIS license to produce HSD bars
conforming to IS 1786 : 2008. In addition to BIS license, the secondary producer
must have valid license from either of the firms Tempcore, Thermex, Evcon Turbo
& Turbo Quench to produce TMT Bars.

(b) The TMT bars procured from secondary producers shall conform to the
specifications as laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as the
case may be.

(c) TMT bars procured either from primary producers or secondary producers, the
specifications shall meet the provisions of IS 1786 : 2008 pertaining to Fe 500D
grade of steel as specified in the tender.
(d) The contractor shall have to obtain and furnish test certificates to the Engineer-in-
charge in respect of all supplies of steel brought by him to the site of work.

(e) Contractor may be permitted to use TMT reinforcement bars procured from
secondary producers, if TMT reinforcement produced by primary producers is not
available in the market, subject to rate of providing & laying TMT reinforcement
bars, as quoted by the contractor in the tender, reduced by Rs.12.87/- per kg. (
Which includes Contractors Profit and Over Heads as applicable). Also, the base
price of TMT reinforcement bars as stipulated under schedule F be reduced by Rs.
9264/- per M.T.

The steel reinforcement shall be brought to the site in bulk supply of 9 MT or more for
each dia. as decided by the Engineer-in-Charge. The contractor shall produce original
Financial Bid Vol. II (Specifications) 151
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

challan voucher for purchase of steel reinforcement from approved manufacturer as a
proof of having purchased steel reinforcement from approved manufacturer.

For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of
sufficient length shall be cut from each size of the bar at random, and at frequency not
less than that specified below:

Size of bar For consignment below
100 tonnes
For consignment above
100 tonnes
Under 10 mm dia bars One sample for each 25
tonnes or part thereof
One sample for each 40
tonnes or part there of
10 mm to 16 mm dia
bars
One sample for each 35
tonnes or part there of
One sample for each 45
tonnes or part there of
Over 16 mm dia bars One sample for each 45
tonnes or part there of
One sample for each 50
tonnes or part there of

The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the
contractor.

6.8.3 Storage : The steel reinforcement shall be stored by the contractor at site of work
about 30 cm above the ground surface in such a way as to prevent distortion and
corrosion and nothing extra shall be paid on this account. Bars of different sizes and
lengths shall be stored separately and properly to facilitate easy counting and
checking. The reinforcement bars shall be given a cement and inhibitor wash as
soon as they reach the site and before stacking to prevent scale and rust at no extra
cost to the department. The procedure for applying cement and inhibitor wash shall
be as follows:-

a. Cleaning of steel reinforcement by wire brush for dust and sand blasting rust.
b. Apply one coat of cement slurry (1 kg cement and 600c.c. inhibitor solution
Patent No. 109784/67) by dipping or brushing. Allow it to dry for 24 hours in
shade. The preparation and application of the solution shall be as per
Manufacturers instructions and got approved by the Engineer-in-charge.
c. The second coat of cement slurry (1 kg cement and 600 c.c. inhibitor solution
shall be applied on reinforcement bar after cutting and bending but before
placing in position.

Any reinforcement which is certified as corroded by the Engineer-in-charge shall be
removed from the site.

6.8.4 Bending and Fixing: All reinforcement work shall be executed in conformity with
the drawings supplied and instructions given by the Engineer-in-Charge and shall
generally be carried out in accordance with the relevant Indian Standard
Specifications IS: 2502- Bending and Fixing of Bars for Concrete Reinforcement.
Financial Bid Vol. II (Specifications) 152
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Every bar shall be inspected before assembling on the works and any defective,
brittle, excessively rusted or burnt bars or bars with crack ends shall be removed.
All bars will be carefully and accurately bent by approved means in accordance
with IS: 2502, and relevant drawings. It shall be ensured that depth of crank is
correct as per the bar cutting and bending schedule. Bent bars are not to be
straightened for use in any manner that will injure the material.

6.8.5 Consumption: Reinforcement shall be measured in length of different diameters
as actually (not more than as specified in the drawings or authorised by engineer-
in-charge) used in the work nearest to a centimetre. The actual issue and
consumption of steel on work shall be regulated and proper account maintained as
provided in clause 10 of General conditions of contract for CPWD works 2010,
amended upto last day of the month prior to month of submission of tender. The
theoretical consumption of steel shall be worked out as per procedure prescribed
in clause 42 of the contract and shall be governed by conditions laid therein. No
payment for excess consumption of steel shall be allowed. However, for
consumption lesser beyond the permissible theoretical variation recovery shall be
made in accordance with conditions of contract without prejudice to action for
acceptance of work/item at reduced rate or rejection as the case may be.
The theoretical consumption of steel shall be worked out for measurement of
payment. Steel brought to site and steel remaining unused shall not be removed from
site without the written permission of the Engineer-in-Charge. The standard sectional
weights are as given below.
Dia. of Bar
(mm)
6 8 10 12 16 18 20 22 25 28 32 36 40
Weight
(Kg/m)
0.222 0.395 0.617 0.888 1.58 2.00 2.47 2.98 3.85 4.83 6.31 7.99 9.85

i) Records of actual sectional weights shall be kept dia wise and lot wise. The
average sectional weight for each diameter shall be arrived at from samples from
each lot of steel received at site. The decision of the Engineer-in-Charge shall be
final for the procedure to be followed for determining the average sectional weight
of each lot. Quantity of each diameter of steel received at site of work each day will
constitute one single lot for the purpose. The weight of steel by conversion of
length of various sizes of bars based on the actual weighted average sectional
weight shall be termed as Derived Actual Weight.

(a) If the Derived Weight as in sub-para (i) above is lesser than the standard
weight as in the table above then the derived actual weight shall be taken for
payment.
Financial Bid Vol. II (Specifications) 153
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


(b) If the derived actual weight in sub-para (i) above is found more than the
standard weight, then the standard weight as given in table above shall be taken
for payment. In such case nothing extra shall be paid for the difference between
the derived actual weight and the standard weight.

6.8.6 The steel brought to site and the steel remaining unused shall not be removed
from site without the written permission of the Engineer-in-charge.

6.8.7 Bar Bending Schedule : Prior to starting bar bending work, the Contractor shall
prepare bar bending schedule from the structural drawings supplied to him and get
the same approved from the Engineer-in-Charge in conformity with IS: 2502. Any
discrepancies and inaccuracies found by the Contractor in the drawings shall be
immediately reported to the Engineer-in-Charge whose interpretation and decision
there to, shall be accepted. No work shall be commenced without the Engineer-in-
Charges approval of the bar bending schedule.

6.8.8 Lapping: As far as possible, bars of the maximum length available shall be used.
Laps shown on drawings or otherwise specified by the Engineer-in-Charge will be
based on the use by the Contractor of bars of maximum length. Payment for
reinforcement shall be made only for reinforcement shown in such drawings and
approved bar bending schedule. The laps, chairs and spacers shall not be
measured for payment separately. The contractor shall quote his rate considering
the component of wastage, transportation, laps, chairs and spacers etc. Use of
couplers/grips may be permitted without any extra cost to PWD.

6.8.9 Welding: Welding of reinforcement shall generally be not accepted. Welding of
reinforcing bars (including tack welding for whatever reason), other than that
specified elsewhere to make provision for earthing, shall only be carried out when
approved by the Engineer in Charge. Wherever specified, all lap and butt welding
of bars shall be carried in accordance with IS:2571 using the appropriate welding
materials and methods and carried out by qualified and experienced welders. The
extreme non twisted end portion shall be cut off before welding. Electrodes with
rutile coating should be used. Bars shall be free from rust at the joints to be
welded. Slag produced in welding after alternative run should be chipped and
removed by brush. Electrode should not be lighted by touching the hot bar. The
welding procedure shall be approved by the Engineer-in-Charge and tests shall be
made to prove the soundness of the welded connection. Some pier bars will be
required to be welded with cross bars in diaphragm zone. Cost of the same is
deemed to be included in the cost of reinforcement.

Financial Bid Vol. II (Specifications) 154
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


6.8.10 Placement and Positioning: All reinforcement shall be placed and maintained in
the positions shown on the drawings. The Contractor shall provide approved types
of supports for maintaining the bars in position and ensuring required spacing and
correct cover of concrete to the reinforcement as specified on the drawings. Cover
blocks of required shape and size, M.S. Chairs and spacer bars shall be used to
ensure accurate positioning of reinforcement. Cover blocks shall be cast well in
advance and shall consist of approved proprietary pre-packaged free flowing
mortars (Conbextra HF of Fosroc or equivalent). They shall be circular in shape for
side cover and square for bottom cover. Alternatively, plastic cover blocks
conforming to approved international codes of practice shall be used. No extra
payment shall be made for cover blocks and spacers.18 SWG mild steel annealed
wire shall be used for binding reinforcement. The cost of cover block and 18 SWG
mild steel annealed wire shall be deemed to have been included in the rates.

6.8.11 Projecting Reinforcement: Reinforcement left projecting from newly placed
concrete shall be supported in such a way that there is no sag or risk of damage to
the newly placed concrete. The projecting bars, which are likely to be exposed for a
long time shall be protected by a coat of cement and inhibitor wash. These shall be
thoroughly cleaned and wire brushed before depositing fresh concrete around it. No
reinforcement bar shall remain exposed or projecting out of the finished concrete
surface. These shall be removed or treated in a manner as directed by
Engineer-in-Charge. The unwanted projected reinforcement bars shall be cut below
the finished surface and the cut end painted with cement slurry. Thereafter the
surface shall be repaired to match the colour, texture or pattern of adjoining concrete
to the satisfaction of Engineer-in-Charge.

6.8.12 Mechanical couplers and anchors: Mechanical couplers or anchors will have to
be used where called for in the design. Satisfactory test certificates for soundness of
material, bearing capacity and elongation for both static load and fatigue stress shall
be provided. For requirements regarding fatigue strength of couplers DS 411
applies. Full traceability of couplers and anchors for all stages of the production
process is required. Mechanical couplers will be required for extension of some pier
bars in superstructure. No separate payment shall be made for mechanical
couplers/ anchors / grips as the same is deemed to be included in the quoted rate of
reinforcement.





Financial Bid Vol. II (Specifications) 155
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


6.9 PRESTRESSING STEEL

Uncoated stress relieved low relaxation seven ply strands conforming to IS:14268
shall only be used for prestressing works.

Data in respect of modulus of elasticity, relaxation loss at 1000 hrs. minimum
ultimate tensile strength, stress-strain curve etc. shall necessarily be obtained from
manufacturers. Prestressing steel shall be subjected to acceptance tests prior to
actual use on the works (guidance may be taken from BS: 4447). The modulus of
elasticity value, as per acceptance tests, shall conform to the design value which
shall be within a range not more than 5 per cent between the maximum and
minimum.

The contractor shall procure the strands conforming to relevant specifications from
main producers listed in this document. The contractor shall have to obtain and
furnish test certificates to the Engineer-in-Charge in respect of all supplies of strands
brought by him to the site of work. Samples shall also be taken and got tested by the
Engineer-in-Charge as per the provisions in this regard contained in relevant
Codes/Standards and/or approved Quality Assurance Plan/Manual. In case the test
results indicate that the material arranged by the contractor does not conform to BIS
codes, the same shall stand rejected and shall be removed from the site of work by
the contractor at his cost within a weeks time from written orders from the Engineer-
in-Charge to do so.

The steel delivered on site is to be free of defects such as scratches, cracks or
splits and be free from oil, grease, lead, graphite and any other foreign material or
coating.

All high tensile steel for prestressing work shall be stored about 30 cm above the
ground in a suitably covered and closed space to protect it from dampness. It shall
also be invariably wrapped in gunny cloth or tar paper or any other suitable
materials, as per approval of Engineer-in-Charge. Even if it is to be stored in an
area at the site for short time during transit, it shall be suitably covered. Protection
during storage and re-packing or application of washable protective coating to the
H.T. steel shall be given by the contractor at no cost to the department if the packing
of H.T. strand during unloading and storage/handling in the stores gets damaged.
Stock piling of HT steel on the work site will not be allowed any time, especially
before and during the monsoon. Engineer-in-Charge or his authorised
representative shall always have an easy access to the store-yard for inspecting the
H.T. strands and satisfy him regarding the conditions thereof. The storage may
require removable roof to facilitate easy removal. Any arrangement regarding
storage suggested by Engineer-in-charge shall scrupulously be followed by the
contractor. During monsoon days, HT strands shall be kept in air-tight store.

The actual procurement and consumption of steel on work shall be regulated and
proper accounts maintained. The theoretical consumption of H T Strands shall be
Financial Bid Vol. II (Specifications) 156
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

worked out for measurement of payment. Strands brought to site and steel
remaining unused shall not be removed from site without the written permission of
the Engineer-in-Charge. Mass of strands only up to the anchorage wedges left
after stressing and cutting of the cables shall be measured for payment

6.10 HDPE SHEATHING

1. Type of Sheathing: All prestressing sheathing ducts shall be in the form of
corrugated HDPE ducts conforming to IRC:18-2000. The ducts shall be
corrugated on both sides. The material for the ducts shall be high-density
polyethylene with more than 2 percent carbon black to provide resistance to
ultra-violet degradation. The thickness of the wall shall be 2.0 0.3mm as
manufactured and minimum 1.5mm after loss in the compression test, for duct
size upto 160mm OD. Compatibility of HDPE duct with anchorages shall be
ensured by contractor.

2. Properties of Sheathing: The sheathing will have the following properties.

Density : 0.954 g/cm
3
at 23C
Tensile Strength) : 21 N/mm
2

Shore Hardness D (BS EN ISO 2039-1) :
3sec,value : 60
-15sec,value : 58
Yield Stress : 18.0 N/mm
2

Notch impact strength at 23C : 10 kJ/m
2

at -40C : 4 kJ/m
2

Coefficient of Thermal Expansion for 20C-80C : 1.50 x 10-4 / C

3. Joining of Ducts: The joints of all sheathing shall be water tight and conform
to the provisions contained in IRC:18. Special attention must be paid to the
junctions at the anchorages end, where the sheathing must tightly fit in to the
protruding trumpet end of anchorage and there after sealed to make it water
tight preferably with adhesive water-proof tape as per approved manufecturer.
These ducts shall be joined by adopting any one or more of the following
methods, as convenient to suit the individual requirements of the location,
subject to the satisfactory pressure tests, before adoption.

i Screwed together with male and female threads
ii Joining with thick walled HDPE shrink couplers with glue. This can also be
used for connection with trumpet, etc
iii Welding with Electro-fusion couplers.

The joints shall be able to withstand an internal pressure of 0.5 bar for 5
minutes as per water loss test procedure given in IRC:18-2000

4. Initial Acceptance Criteria : Material and formulation of sheathing ducts shall
conform to test and acceptance criteria of Appendix 1B of IRC:18-2000. The
Financial Bid Vol. II (Specifications) 157
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

initial acceptance tests such as bond test, compression test are required to be
performed as acceptance criteria for system. In addition to above, friction test
as given in FIB bulletin No-7 are also required to be performed as an
acceptance criteria.

5. Routine Tests : The routine test such as workability test, transverse load rating
test, tension load test and water loss test shall be applicable for both post
threading and pre threading system of cables. Loads to be imparted on the
120mm ID sheathing during transverse load rating test and tension load test
shall be extrapolated from values given for smaller dia sheathing. At least 3
samples for one lot of supply (not exceeding 3000 metre length) shall be
tested.

6. Precautions in Laying : Following precautions shall be observed while laying
and joining sheathing:

i Sharp Bends or sudden variation in sections shall be avoided. Vent holes
shall be provided at the crests of curved sheathing and also on either sides
of the crest at interval not exceeding 20 m in the portion of the duct having
an upward convex profile.

ii There must be sufficient concrete between the parallel ducts to prevent the
chances of leakage of grout from one duct into another. If the distance
between crossing ducts is too small, it is recommended that a metal strip be
placed between the ducts. If the parallel ducts are closer than twice the
diameter (centre to centre), they shall be grouted simultaneously.

iii The ducts must be watertight at the coupling between two sheathing
elements. The water tightness of duct must be checked after laying the
duct in position.

iv All necessary precautions shall be taken to avoid ingress of cement slurry
into the ducts during concreting.

v Before concreting, ducts shall be inspected for flaws, such as
misalignments, dents, splits or holes and all defects must be repaired.
Immediately after concreting and till final set of concrete, the cables should
be pulled back and forth to ensure that they remain free within the duct.

6.11 BRIDGE / STILTED DECK WATERPROOFING

6.11.1 Type of Waterproofing Membrane : Bridge / Stilted deck should be overlaid with
4mm thick bituminous waterproofing membrane as specified below and as per
manufacturer's recommendations.

Financial Bid Vol. II (Specifications) 158
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


6.11.2 Properties and Test Methods : The properties and test method of the same are
listed below:-

S. No. PROPERTIES TYPICAL VALUES TEST METHOD

1. Membrane Thickness
+ 5%
4 mm ASTM D751
2. Reinforcement Base Fibre glass
Polyester Mat

3. Softening point (R + B)
of coating mixture
110C-130C ASTM D36
4. Penetration (DOW) of
coating mixture
20 - 30 dmm ASTM D5
5. Tensile strength
Longitudinal 800 N/5cm UEAtc- ASTMD
146
Transversal 600 N/5cm CGSB-37-GP-56M
6. Elongation
Longitudinal 45% UEAtc-ASTMD 146
Transversal 54% CGSB-37-GP-56M
7. Tear Resistance
Longitudinal 190N UEAtc
Transversal 180N
8. Load Stain Product
Longitudinal 37500
Transversal 28620 CGSB-37-GP-56M
9. Lap Joint Strength


Longitudinal > 800 N\5cm UEAtc
Transversal >600 N\5cm CGSB-37-GP-56M
10. Puncture Resistance
Static L4 (Not
perforated at 25
kg)
UEAtc
Dynamic L4 UEAtc
11. Water Vapour
Permeability
Absolutely
impermeable
ASTM E96
12. Water Absorption- PBS Less than 0.15% ASTM D570
13. Creeping of the
membrane applied on
a 600 sloped surface at
a Test Temperature of
100C during 120 hour
No creping UEAtc
14. Flexibility at low
temperature (-10C)
No cracking UEAtc
Financial Bid Vol. II (Specifications) 159
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

15. Impermeability of the
membrane to water
Absolutely
impermeable
UEAtc
16. Resistance to Thermal
Ageing
No signs of
deterioration
after the test
UEAtc
17. Resistance to Ageing
due to UV- Radiation
No signs of
deterioration
after the test
ASTM G53
18. Adhesion strength of
the membrane fully
bonded to a concrete
deck, previously
treated with Derma-
primer
0.8 kg/ cm2 UEAtc

6.11.3 Providing and Installation : The scope of work shall include providing and
installation of the membrane over the complete deck (except crash barrier and
handrail locations) with necessary overlaps (minimum in area) and suitably upturned
on crash barrier/handrails. The membrane to be installed after application of suitable
primer-cum-adhesive coat and in the presence of authorised representative of the
supplier.


Before taking up the actual execution, mock-up trials shall be performed to ensure
proper installation procedures are being followed. The rate quoted shall be
inclusive of all the requirements detailed above. The measurement shall be made
in sqm for the deck area actually covered with membrane. The overlap/upturned
shall not be considered for the purpose of the payment.


6.12 INSERTS AND EMBEDMENTS

Various steel inserts and embedments are required under the contract to be
fabricated, positioned and secured firmly into place inside the formwork
prior to concrete being poured. There may also be requirements of jointing,
threading, bolting and welding inserts and embedments of different concrete and
structural steel elements in order to establish structural continuity and connection.
Great care shall be exercised by the contractor in executing all aspects of the
work related to inserts and embedments, including tolerances, primers, etc. so
that the final assembly of the concrete elements can meet satisfactorily the re-
quirements intended in the structure.

In general, the concrete structures shall be protected from adverse effects related
to corrosion of embedded and partially embedded items. The materials and
systems applied shall be approved by the Engineer-in-Charge.
Financial Bid Vol. II (Specifications) 160
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........



6.13 PRESTRESSING SYSTEMS
All prestressing items shall be delivered to site clearly marked for identification.
Full traceability is required from delivery to the final location in the structures.
During transport and storage of tendons and their sheathing, they shall be
protected against corrosion, physical damage, contamination and deformation etc.

6.13.1 Prestressing Anchorage and couplers:

1. General : Only original anchorages and couplers appropriate for the particular
system may be used. Test certificates shall be provided of the suitability of the
anchorages and couplers with tendons stressed to failure.

2.Testing : The testing shall include, inter alia, fatigue tests. The shape of
anchorages and couplers shall permit complete filling up with injection grout.

3.Grouting : The necessary number of vents and drains shall be incorporated in
accordance with the detailed design for carrying out the tensioning and injection in
one or more stages. Fixed couplers shall allow for free choice between injection
before or after tensioning the subsequently attached tendon.

4.Traceability : Full traceability of anchorages and couplers for all stages of the
production process is required.

6.13.2 Equipment and Anchorage :

Multistrand and multicone prestressing jacks shall only be used for post tensioning
work. The prestressing equipments such as hydraulic pumps for jacks, grout mixing
tanks and agitators, grout pumps etc. shall all be electrically operated. Such
equipments before they are brought to site, shall be tested and calibrated duly
certified by the original manufacturer. For other accessories like anchorage cones
(guides), bearing plates, anchorage, grips and barrels etc, the contractor should first
submit the specification and acceptance criteria for all such materials proposed to be
used in the work immediately after the award of work for approval of Engineer in
Charge. They should also submit a quality assurance plan for such materials from
the stage of drawing of raw materials up to the finishing stage to ensure a proper
process control.


6.14 POT-CUM-PTFE BEARINGS / ELASTOMERIC BEARINGS
POT cum PTFE Bearings/ Elastomeric Bearings have to be suitably designed
for the service as well as construction stage loading and movement. These
designs shall be performed by the supplier selected by the Contractor and shall be
duly approved by the Department. The Contractor shall purchase the bearings
Financial Bid Vol. II (Specifications) 161
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

from the approved supplier as mentioned in LIST OF APPROVED
MANUFACTURERS/ SUPPLIERS given in special condition of contract..

IRC: 83 (Relevant Part) shall form the basis of bearing design. All the anchor
sleeves, bolts, plates etc. shall be hot dip galvanized @ 300 gm/m
2
. The contractor
shall submit a detailed methodology for the installation of bearings for the approval
of the Engineer-in-charge. The supplier of bearings shall also furnish maintenance
manual for bearings. The supplier of the bearing shall be associated during
installation of the bearings and the supplier shall give an undertaking certifying that
the bearings have been installed as per specifications.

An amount of 10% of the actual cost of BOQ item will be retained as security
deposit in the form of standard bank guarantee for 15 years. This is in addition to
the security deposit under clause 1A of GCC2010. The contractor shall be
responsible for rectifying defects noticed within Fifteen years from the date of
completion of the work and the additional security deposit relating to Bearings
shall be refunded after the expiry of this period.


All the bearings shall carry at least 15 years warranty in a prescribed format in
Annexure - G. The bearings shall be replaced free of cost by the contractor, if any
defects are observed during this period, failing which the same shall be got done
from the other agency at the risk and cost of the contractor.


6.15 EXPANSION JOINTS

Expansion joints shall be obtained from the manufacturers as mentioned in LIST
OF APPROVED MANUFACTURERS/ SUPPLIERS given in special condition of
contract. The expansion joint shall cater for expected movement and rotation of the
structure at the joints and providing smooth riding surface. It shall also be easy for
inspection, maintenance and replacement. The expansion joint shall be robust,
durable, water tight and able to safely withstand all the imposed loads including the
impact load from live load and other sources.

An amount of 10% of the actual cost of BOQ item will be retained as security
deposit in the form of standard bank guarantee for 15 years. This is in addition to
the security deposit under clause 1A of GCC2010. The contractor shall be
responsible for rectifying defects noticed within Fifteen years from the date of
completion of the work and the additional security deposit relating to Expansion
Joints shall be refunded after the expiry of this period


The expansion joints shall conform to and be installed as section 2600 of MORTH
Specification and duly supplemented by manufacturer's recommendations. IRC:
SP69 2005 shall also be followed on guidelines for expansion joints.

Financial Bid Vol. II (Specifications) 162
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


All the expansion joints shall carry at least 15 years warranty in a prescribed
format in the Annexure F. The expansion joints shall be repaired / replaced free of
cost by the contractor to the satisfaction of the Engineer-in-charge, if any defects
are observed during this period.


6.16 MISCELLANEOUS WORKS :
6.16.1 Epoxy
1. Type of Epoxy Bonding Agent: Epoxy bonding agents for match cast joints of
segments shall be thermosetting 100 percent solid compositions that do not
contain solvent or any non-reactive organic ingredient except for pigments
required for coloring. Epoxy bonding agents shall be of two components, resin
and hardener. The two components shall be distinctly pigmented, so that
mixing produces a third color similar to the concrete in the segments to be
joined.

Epoxy bonding agents shall be insensitive to damp conditions during application
and after curing, shall exhibit high bonding strength to cured concrete, good water
resistivity, low creep characteristics and tensile strength greater than the concrete.
In addition, the epoxy bonding agents shall function as a lubricant during the
joining of the match cast segments, as a filler to accurately match the surface of
the segments being joined and as a durable water tight bond at the joint.

2. Package of Material : Epoxy bonding agent shall be packaged in proportioned,
labelled, ready-to-use containers. The quantity of resins and hardeners in
respective containers should be exactly required for application in one segment
so that the balance material is not wasted. Epoxy bonding agents shall be
formulated to provide application temperature ranges that will permit erection of
match cast segments at substrate temperatures from 5
o
C to 45
o
C. If two
surfaces to be bonded have different substrate temperatures, the adhesive
applicable at the lower temperature shall be used.


6.16.2 Bitumen
1. Bitumen of grade as specified conforming to relevant BIS code shall be used for
the work. The Contractor shall procure bitumen of required grade from the
manufacturers of repute as mentioned in tender document or any other
manufacturer holding license to use ISI certification for their product as
approved by the Engineer-in-Charge.

2. Bitumen of specified grade shall be brought to plant site in one lot for theoretical
requirement up to 50 tonnes and in lots of 50 tonnes or more for theoretical
requirement of more than 50 tonnes. The day to day receipt and issue accounts
of bitumen shall be maintained by the Contractor or his authorized agent and
Financial Bid Vol. II (Specifications) 163
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

daily signed by the authorised representative of Engineer-in-Charge on the
following proforma.


PROFORMA FOR THE BITUMEN REGISTER RECEIPT

Date of
Receipt
Qty.
Receiv
ed
Progressi
ve Total
Date of
Issue
Qty.
Issued
Total
Issue
Balanc
e in
hand
Cont.
initial
1 2 3 4 5 6 7 8


Initial of
Department
al officer JEs initials
Item of Work
of which
issued
Approx.
Qty. of
Work
done on
each day
Theoretical
requirement
for work
Remarks
AE/AEE Ex. Eng.
9 10 11 12 13 14


3. When bitumen is issued/brought in drums, the same shall be stacked in fenced
enclosures, to be provided by the Contractor, at his own cost, as directed by the
Engineer-in-Charge. The Contractor shall be responsible for the watch & ward
and safety of bitumen. The Contractor shall facilitate the inspection of bitumen
stockyard by the Engineer-in-Charge or his representative at any time.

4. Materials shall be kept in the joint custody of the Contractor and the
representative of the Engineer-in-Charge. The empty containers shall not be
removed from the site of work till the relevant item of work has been completed
and permission obtained from the Engineer-in-Charge. No heating of bitumen in
drums for any purpose whatsoever shall be allowed.

5. Sampling and Testing The Contractor shall have to obtain and furnish test
certificates issued by the manufacturer to the Engineer-in-Charge in respect of
bitumen procured by him. The samples shall be collected by the Engineer-in-
charge from the every lot and got tested as per provisions of relevant IS
codes/MORTH/CPWD Specifications from the laboratories approved by him.

In case, the test result indicate that the bitumen procured by the Contractor
does not conform to the relevant BIS codes/ Specifications, the same lot shall
stand rejected and shall be removed from the site of work by the Contractor at
his own cost within a weeks time of written order from Engineer-in-Charge to do
so.

6. The bitumen content in bituminous mix shall be checked by conducting the
bitumen extraction test conforming to IRC:SP 11 at regular interval during the
progress of work and the actual consumption of bitumen shall be worked out
Financial Bid Vol. II (Specifications) 164
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

based on such test results. The theoretical consumption shall be worked out
based on the job mix formula and the actual consumption based on extraction
test as well as MAS account. If actual consumption is found less than theoretical
one, The work found shall be considered as sub-standard work and hence shall
be liable for rejection. However, nothing extra shall be paid if actual
consumption so worked out is higher than theoretical consumption. This is
without prejudice to action under other relevant clause of the agreement.

Bitumen brought to site/Hot Mix Plant and bitumen remaining unused after
completion of work shall not be removed from site without permission of the
Engineer-in-Charge.

6.16.3 C.C. Kerb Stones
Procurement
Pre-cast C.C. kerb stones conforming to M-25 grade of concrete shall be of
different size and shape to be provided at different locations and shall be procured
only from reputed manufacturer approved by Engineer-in-Charge or pre casted at
casting yard using proper moulds and methodology, if agreed by Engineer-in-
Charge.

6.16.4 Thermoplastic Paint
The Thermoplastic paint material shall conform to relevant specifications &
standards as described in Particular Specifications and shall be procured from
approved manufacturer as given in para 3.60 of Special Conditions of Contract.
Documents to be submitted by the contractor for approval by the Engineer-in-
Charge.
(i) The catalogue / brochure containing manufacturers name and address with
trade mark, brand name and test certificates from CRRI / BIS or approved
institution for the thermoplastic paint proposed to be used in the work.
(ii) List of the roads, highways and expressways where the thermoplastic paint
have been provided by the principal manufacturer / applicant during the last
five years and the performance reports from the concerned authorities
/owners.
(iii) List of in house testing facilities available with the applicant of thermoplastic
paint and the principal manufacturer of thermoplastic paint.
(iv) List of the independent laboratories where testing facilities similar to in
house testing facilities are available.
(v) List of the independent laboratories where the manufacturers have been
sending samples for quality assurance tests and copies of the test reports
duly linked with the applicable standards.
Financial Bid Vol. II (Specifications) 165
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(vi) An undertaking to the effect that the contractor will necessarily deploy
Automatic paint applicator machine on the work.
In case of procurement of thermoplastic paint from the foreign based
manufacturers, the following documents shall have to be submitted by the Indian
Associates (Marketing agents) before material is allowed to be used in the work:
(i) Order placed on the foreign-based manufacturers.
(ii) Performa invoice received from the foreign-based manufacturers.
(iii) Letter of credit established for release of payment to the foreign-based
manufacturers.
(iv) Bill of loading, invoice, packing list and all other related shipping documents.
(v) Proof of payment of custom duty.
(vi) Catalogue / brochures published by the manufacturer for the product.
Full quantity of material required as per theoretical consumption shall be deposited
by the contractor with the Engineer-in-Charge of the work before commencement
of the work. Procurement shall be from maximum of two batches from the
manufacturer. If the material is procured from more than two batches, the cost of
additional tests shall be borne by the contractor. All the material shall be kept in
joint custody of the contractor and the representative of the Engineer-in-Charge.

Batch wise Test report with satisfactory results for the each supply of thermoplastic
material & glass beads duly tested from National Test House, Alipur or equivalent
shall be produced by the contractor. However Engineer-in-Charge shall be at
liberty to get the materials tested and from any testing laboratory at his sole
discretion. Test result thus obtained shall be binding upon the contractor for
acceptance. However nothing extra shall be paid to contractor for cost of material
tested.

Consumption of paint shall be regulated by preparing a theoretical consumption
statement with each Running Account / Final Bill for which rate of consumption of
paint shall be 50.00 kg. Per 10 Sqm. comprising of glass beads @ 30% by weight
of paint. A variation of (-) 5%, however, shall be allowed. If actual consumption is
found below the permissible limit and upto (-) 10% variation, a recovery @
Rs.140/- per Kg. shall be made from the contractor and beyond (-) 10% variation,
work shall out rightly be rejected and for excess consumption, if any, nothing extra
shall be paid.

Unless otherwise specified, nothing extra shall be payable for compliance of the
aforesaid conditions.





Financial Bid Vol. II (Specifications) 166
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

6.16.5 Other Materials
All other materials not specifically mentioned but are to be used on work shall be
of best quality and shall conform to relevant IRC / BIS codes/BS
codes/MORTH/CPWD specifications. Wherever no specific code of practice of
IRC/BIS is applicable, the decision of the Engineer-in-charge shall be final and
binding regarding specification to be adopted for any particular material.
Financial Bid Vol. II (Specifications) 167
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

CHAPTER 7




CHAPTER 7
PARTICULAR SPECIFICATIONS
FOR CIVIL WORKS
Financial Bid Vol. II (Specifications) 168
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


CHAPTER 7
7. PARTICULAR SPECIFICATIONS FOR CIVIL WORKS
7.1 GENERAL
All the works unless otherwise specified hereinafter or permitted by
Engineer-in-Charge shall be done in accordance with the latest editions of MORTH
Specifications, CPWD Specifications, IRC codes, with up to date correction slips &
relevant BIS Codes as applicable, issued up to the date of issue of Tender. In case
of any inconsistency among different Codes / Specifications, the order of
precedence given in Chapter-3 (Special Conditions of Contract) will govern.
Unless otherwise expressly stated to the contrary either in Schedule of Quantities
or elsewhere in this Tender, the method of measurements and other guide-lines as
generally laid down in the MoRT&H Specifications and CPWD specifications will
be applicable as per the order of precedence given in Chapter-3. The work shall be
executed and measured as per metric units given in the Schedule of Quantities,
drawings etc. (FPS units where indicated are for guidance only). Except where
distinguished by BOQ, the rates apply to all heights, depths, sizes, shapes and
locations. Absence of terms such as providing, supplying, laying, installing, fixing
etc in the descriptions does not even remotely suggest that the Contractor is
absolved of such providing, supplying etc unless an explicit stipulation is made in
this contract. In the absence of any definite provisions on any particular issue in the
above mentioned specifications, the design and construction shall be in conformity
with the Sound Engineering Practice and in all such matters the decision of the
Engineer-in-Charge shall be final and binding on the contractor and nothing shall be
paid extra on such account. The Owner shall bear no costs of materials, labour,
equipment, duties, taxes, royalties etc.
The Work shall be carried out in accordance with the "Good for Construction"
drawings as would be issued to the Contractor by the Engineer-in-Charge duly
signed and stamped by him. The Contractor shall be conscious not to take any
drawings, designs, specifications, etc. not bearing Engineer's signature and stamp.
Similarly the Contractor shall be conscious not to take instructions given by any
other Authority except the instructions given by the Engineer-in-Charge in writing.
The specifications may have been divided into different sections / sub-heads for
convenience only. They do not restrict any cross-references. The Contractor shall
take into account inter-relations between various parts of works/trades. No claim
shall be entertained on the basis of compartmental interpretations.

Financial Bid Vol. II (Specifications) 169
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.2 Sustainability of Environment
This section of the Specification sets out limitations on the Contractors activities
specifically intended to protect the environment for a sustainable construction.
The Contractor shall take all necessary measures and precautions and otherwise
ensure that the execution of the works and all associated operations on site or off-
site are carried out in conformity with statutory and regulatory environmental
requirements including those prescribed elsewhere in this document.
The Contractor shall take all measures and precautions to avoid any nuisance or
disturbance arising from the execution of the Works. This shall wherever possible
be achieved by suppression of the nuisance at source rather than abatement of
the nuisance once generated.
In the event of any spoil, debris, waste or any deleterious substance from the Site
being deposited on any adjacent land, the Contractor shall immediately remove all
such material and restore the affected area to its original state to the satisfaction of
the Engineer.

7.2.1 Water Pollution
The Contractor shall prevent any interference with the supply to or abstraction
from, and prevent any pollution of water resources (including underground
percolating water) as a result of the execution of the Works.
Areas where water is regularly or repetitively used for dust suppression purposes
shall be laid to fall to specially-constructed settlement tanks to permit
sedimentation or particulate matter. After settlement, the water may be re-used for
dust suppression and rinsing.
All water and other liquid waste products arising on the Site shall be collected and
disposed of at a location on or off the Site and in a manner that shall not cause
either nuisance or pollution.
The Contractor shall not discharge or deposit any matter arising from the execution
of the Works into any waters except with the permission of the Engineer and the
regulatory authorities concerned.
The Contractor shall at all times ensure that all existing stream courses and drains
within, and adjacent to, the site are kept safe and free from any debris and any
materials arising from the Works.
The Contractor shall protect all watercourses, waterways, ditches, canals, drains,
lakes and the like dike from pollution as a result of the execution of the Works.
Financial Bid Vol. II (Specifications) 170
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.2.2 Air Pollution
The Contractor shall devise and arrange methods of working to minimize dust,
gaseous or other air-borne emissions and carry out the Works in such a manner as
to minimize adverse impacts on air quality.
Contractor shall utilize effective water sprays during delivery manufacture,
processing and handling of materials when dust is likely to be carried, and to
dampen stored materials during dry and windy weather. Stockpiles and friable
materials shall be covered with clean tarpaulins, with application of sprayed water
during dry and windy weather. Stockpiles of material or debris shall be dampened
prior to their movement, except where this is contrary to the Specification.
Any vehicle with an open load-carrying area used for transporting potentially dust
producing material shall have properly fitting side and tail boards. Materials having
the potential to produce dust shall not be loaded to a level higher than the side and
tail boards, and shall be covered with a clean tarpaulin in good condition. The
tarpaulin shall be properly secured and extend at least 300 mm over the edges of
the side and tail boards.
In the event that the Contractor is permitted to use gravel or earth roads for
haulage, he shall provide suitable measures for dust palliation, if these are, in the
opinion of the Engineer, necessary. Such measures may include spraying the road
surface with water at regular intervals.

7.2.3 Noise Pollution
The Contractor shall consider noise as an environmental constraint in his planning
and execution of the Works.
The Contractor shall take all necessary measures so that the operation of all
mechanical equipment and construction processes on and off the site shall not
cause any unnecessary or excessive noise, taking into account applicable
environment requirements. The Contractor shall use all necessary measures and
shall maintain all plant and silencing equipment in good condition so as to
minimize the noise emission during construction works.

7.2.4 Land Pollution
The Contractor shall control the disposal of all forms of waste generated by the
construction operations and in all associated activities. No uncontrolled deposition
or dumping shall be permitted. Wastes to be so controlled shall include, but shall
not be limited to, all forms of fuel and engine oils, all types of bitumen, cement,
Financial Bid Vol. II (Specifications) 171
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

surplus aggregates, gravels, bituminous mixtures etc. The Contractor shall make
specific provision for the proper disposal of these and any other waste products,
conforming to local regulations and acceptable to the Engineer.

7.2.5 Social Factors
The Contractor shall plan and provide for remedial measures to be implemented in
the event of occurrence of emergencies such as spillages of oil or bitumen or
chemicals.
The Contractor shall provide the Engineer with a statement of the measures he
intends to implement in the event of such an emergency which shall include a
statement of how he intends to provide personnel adequately trained to implement
such measures.
No separate payment shall be made in respect of above compliance by the
Contractor with the provisions of this Section of the Specification. The Contractor
shall be deemed to have made allowance for such compliance with these
provisions in the preparation of his lump sum price and the prices for items of work
included in the Bills of Quantities and full compensation for such compliance will be
deemed to be covered by them.

7.3 Site maintenance and Provisions by Contractor
The Contractor shall provide and maintain at site throughout the period of works
the following at his own cost and without extra charge, Except for the items
specified in the Bill of Quantities the cost being held to be included in the Contract
Rates:
(i) General works such as setting out, site clearance before setting out and on
completion of works. All weather approach roads to the site office should
also be constructed and maintained in good condition.
(ii) All labour, materials, plant, equipment and temporary works, Over head
charges as well as general liabilities, obligations, insurance and risks arising
out of GCC, required completing and maintaining the works to the
satisfaction of the Engineer-in-Charge.
(iii) Adequate lighting for night work, and also whenever and wherever required
by the Engineer-in-Charge.
(iv) Temporary fences, guards, lights and protective work necessary for
protection of workmen, supervisors, engineers, general public and any other
persons permitted access to the site. Contractor shall provide proper
signage as directed. All fences, barricade shall be painted with colour
Financial Bid Vol. II (Specifications) 172
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

shades as specified by the Engineer-in-Charge. The barricading should be
as per drawing to ensure visual obstruction of work from public view. The
barricading for the contractors yard will not be payable. Only the approved
barricading as per drawing or as per instructions of Engineer-in-Charge
shall be payable.
(v) All equipment, instruments, labour and materials required by the Engineer-
in-Charge for checking alignment, levels, slopes and evenness of surfaces
measurements and quality etc.
(vi) Design mixes and testing them as per relevant clauses of specifications
giving proportion of ingredients, sources of aggregates and binder along
with accompanying trial mixes. Test results to be submitted to the Engineer-
in-Charge for his approval before adoption on works.
(vii) Cost of preparation and compliance with provision of a Quality Assurance
control programme.
(viii) Cost of safe guarding the environment as mentioned under section 9.1.1.
(ix) A testing laboratory as specified by the Engineer-in-Charge equipped with
all the equipment / apparatus required to carry out field tests and all site lab
tests (2A) as per Annexure-C, materials and competent trained staff
required for carrying out tests, as specified elsewhere in the tender
document.

7.4 DRAWINGS AND DIMENSIONS
Figured dimensions on drawings shall only be followed and drawings to a large
scale shall take precedence over those to a smaller scale. Special dimensions or
directions in the specifications shall supersede all others. All dimensions shall be
checked on site prior to execution.
The dimensions where stated do not allow for waste, laps, joints, etc. but the
Contractor shall provide at his own cost sufficient labour and materials to cover
such waste, couplers, laps, joints, etc.
The levels, measurements and other information concerning the existing site as
shown on the drawings are believed to be correct, but the contractor should verify
them for himself and also examine the nature of the ground as no claim or
allowance whatsoever will be entertained on account of any errors or omissions in
the levels or the description of the ground levels or strata turning out different from
what was expected or shown on the drawings.


Financial Bid Vol. II (Specifications) 173
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.5 SETTING OUT OF WORKS
The Contractor shall set out the works indicated in the Conditions of Contract. The
Contractor shall provide suitable stones with flat tops and build the same in
concrete for temporary bench marks. All the pegs for setting out the Works and
fixing the levels required for the execution thereof shall, if desired by the Engineer-
in-Charge, likewise be built in masonry at such places and in such a manner as the
Engineer-in-Charge may direct. The Contractor shall carefully protect and preserve
all bench marks and other marks used in setting out the works. The contractor will
make overall layout of complete work and get it checked from Engineer-in-Charge.
The cost of all operations of setting out including construction of bench marks is
deemed to be included in the quoted rates as per Bill of Quantities.
All the survey work except leveling shall be carried out using total stations with 3
second accuracy. The leveling work shall be carried out using Auto level.
The triangulations point to be given in the detailed drawings or by Engineer-in-
Charge before start of work shall be maintained during execution and handed over
back to Engineer-in-Charge after completion of work.

7.5.1 Codes and Standards
A list of relevant IRC Codes, other publication of IRC and Recommended Codes of
Practice is given in Annexure-B, which is not exhaustive but informative only. The
contractor shall make available at site all relevant Codes of practice as applicable.
Any additional standard specifications or criteria for design and construction of
roads and bridges that may have been published by the IRC and in practice up to
the date of issue of tender shall also be taken into account. In the absence of any
definite provisions on any particular issue in the above mentioned specifications,
the design and construction shall be in conformity with the Sound Engineering
Practice and in all such matters the decision of the Engineer- in- Charge shall be
final and binding on the contractor and nothing extra shall be paid on such
account. For order of precedence, please refer to clause 3.1 of Chapter-3 (Special
Conditions of Contract)

7.6 LOAD TESTING ON COMPLETED STRUCTURES
During the period of construction or within the defect liability period the Engineer-
in-Charge may at his discretion order the load testing of any completed structure or
any part thereof if he has reasonable doubts about the adequacy of the strength of
such structure for any of the following reasons:
Financial Bid Vol. II (Specifications) 174
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(i) Results of compressive strength on concrete test cubes falling below the
specified strength.
(ii) Premature removal of formwork.
(iii) Inadequate curing of concrete.
(iv) Over loading during the construction of the structure or part thereof.
(v) Carrying out concreting of any portion without prior approval of the
Engineer-in-Charge.
(vi) Honey combed or damaged concrete which in the opinion of the Engineer-
in-Charge is particularly weak and will affect the stability of the structure to
carry the design load, more so in important or critical areas of the structure.
(vii) Any other circumstances attributable to alleged negligence of the contractor
which in the opinion of the Engineer-in-Charge may result in the structure or
any part thereof being of less than the expected strength.
All the loading tests shall be carried out by the contractor strictly in accordance
with the instructions of the Engineer-in-Charge, IS: 456 and as indicated
hereunder. Such tests shall be carried out only after expiry of minimum 28 days or
such longer period as directed by the Engineer-in-Charge.

7.6.1 Methodology
The structure shall be subjected to a super-imposed load equal to 1.0 times the
specified superimposed load assumed in the design. This load shall be maintained
for a period of 24 hours before removal. During the test, struts strong enough to
take the whole load shall be placed in position leaving a gap under the members
as directed. The deflection due to the superimposed load shall be recorded by
sufficient number of approved deflectometers capable of reading up to 1/500 of 1
cm and located suitably under the structure as directed by the Engineer-in-Charge.
The structure shall be deemed to have passed the test if the maximum deflection
at the end of 24 hours of loading does not exceed the deflection given by the
following expressions
D = 0.001 L
2
/25 T
Where,
D = max deflection due to imposed load only
L = span of the member under load test (the shorter span in case of slabs).
The span is the distance between centers of the supports or the clear distance
between the supports plus the depth of the member, whichever is smaller. In case
Financial Bid Vol. II (Specifications) 175
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

of cantilever, this shall be taken as twice the distance from the support to the end
and deflection shall be adjusted for movement of the support.
T = depth of member.
If within 24 hours of the removal of the superimposed load, the structure does not
recover at least 75% of the deflection under the superimposed load, the test
loading shall be repeated after a lapse of 72 hours. If the recovery after the second
test is less than 80% of the maximum deflection shown during the second test, the
structure shall be considered to have failed to pass the test and shall be deemed
to be unacceptable.
In such cases the portion of the work concerned shall be taken down or cut out
and reconstructed to comply with the specifications. Other remedial measures may
be taken to make the structure secure at the discretion of the Engineer-in-Charge.
However such remedial measures shall be carried out to the complete satisfaction
of the Engineer-in-Charge.

7.6.2 Cost of Testing
All costs involved in carrying out the tests (except integrity test for piles) and other
incidental expense thereto shall be borne by the contractor regardless of the result
of the tests. The contractor shall take down or cut out and reconstruct the defective
work or shall make the remedial measures instructed at his own cost including
consultancy charges for suggestion of remedial measures.

7.6.3 Other Tests
In addition to the above load tests, non-destructive test methods such as core test
and ultrasonic pulse velocity test shall be carried out by the contractor at his own
expense if so desired by the Engineer-in-Charge. Such tests shall be carried out
by an agency approved by the Engineer-in-Charge and shall be done using only
recommended testing equipment. The acceptance criteria for these tests shall be
as specified by the testing agency or good engineering practice and as approved
by the Engineer.

7.7 CEMENT CONCRETE

These specifications shall be read in conjunction with MORTH Specifications and
other relevant specifications described in Special Conditions of Contract.


Financial Bid Vol. II (Specifications) 176
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.7.1 Grade of Concrete

7.7.2 Only design mix concrete shall be used in the works for structural members. The
grades of concrete for various components shall be as given in the respective
items in the schedule of quantities and in the approved construction drawings. The
contractor shall submit mix design for each grade of concrete and get it approved
from the Engineer-in-charge one month in advance of commencement of item of
work. The first concrete mix design / laboratory tests, with admixture (if to be used
by contractor at his own cost) and without admixture will be carried out by the
contractor, at his own cost, from the laboratory approved by the Engineer-in-
Charge. In this regard, IRC:SP 94-2011 can be used as the guideline for choosing
a laboratory. However, any laboratory chosen is subjected to approval of the
Engineer-in-Charge.

7.7.3 Trial Mixes

The trial mixes shall be designed to have target mean strengths as specified in
IRC:112. The trial mix shall be prepared with approved aggregates, cement,
admixture and water for each grade of mix design. The Engineer-in-Charge shall
be at liberty to inspect the operations and the quality of materials being used by
the Contractor for trial mixes. The trial mixes, which do not conform to the
specifications, shall be rejected by Engineer-in-charge.

Trial mixes: Trial mixes shall be prepared using samples of approved materials for
all grades of concrete.

The concreting plant and means of transportation employed to make the trial mixes
and to transport them to representative distances shall be similar to the
corresponding plant and transport to be used in the works. A clean dry mixer shall
be used and the first batches shall be discarded. Test cubes shall be taken for trial
mixes as follows.

For each mix, set of six cubes shall be made form each of three consecutive
batches. Three cubes from each set of six shall be tested at an age of 28 days and
three at an earlier age approved by the Engineer-in-charge. The cubes shall be
made, cured, stored, transported and tested in compression in accordance with the
specification.

The average strength of the nine cubes at 28 days shall exceed the specified
characteristic strength by the current margin minus 3.5 MPa. Nothing extra shall be
paid on this account.


Financial Bid Vol. II (Specifications) 177
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


Additional trial mixes: Additional trial mixes and tests, shall be carried out during
production before substantial changes are made in the material or in the
proportions of the materials to be used, except when adjustments to the mix
proportions are carried out in accordance with 302.9.2.1 of IRC:21-2000


7.7.4 Sampling, Testing and Acceptance Criteria

7.7.4.1 Sampling and Testing

Samples from fresh concrete shall be taken as per IS:1199 and cubes shall be
made, cured and tested at 28 days in accordance with IS:516.

Sampling Procedure

A random sampling procedure shall be adopted to ensure that each concrete batch
shall have a reasonable chance of being tested i.e. the sampling should be spread
over the entire period of concreting and cover all mixing units. The point and time
of sampling shall be at delivery into the construction, unless otherwise agreed to.

Frequency

The minimum frequency of sampling of concrete of each grade shall be in
accordance with the following Table:

QUANTITY OF CONCRETE IN WORK (m
3
) NO. OF SAMPLES

1 5
6 - 15
16 30
31 50
51 and above
1
2
3
4
4 plus one additional sample for each
additional 50 m
3
or part thereof

At least one sample shall be taken from each shift of work. A sample consists of
minimum of 3 cubes of 150mm x 150mm x 150mm size.

Test Specimen and Sample Strength

Three test specimens shall be made from each sample for testing at 28 days.
Additional cubes may be required for various purposes such as to determine the
strength of concrete at 7 days or for any other purpose.

The test strength of the sample shall be the average of the strength of three
specimens. The individual variation should not be more than 15% of the average.

Financial Bid Vol. II (Specifications) 178
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.7.4.2 Acceptance Criteria

Compressive Strength

When both the following conditions are met, the concrete complies with the
specified compressive strength:

The mean strength determined from any group of four consecutive samples
should exceed the specified characteristic compressive strength by at least 3
MPa.
Strength of any sample is not less than the specified characteristic compressive
strength minus 3 MPa.

7.7.5 Workability

The concrete mix proportions chosen should be such that the concrete is of
adequate workability for placing condition of the concrete to ensure proper
compaction. Slump at the point of placing the concrete shall be at least 80 to
100mm for all concrete except for pile concrete for which minimum slump between
150mm and 200mm unless a larger slump is required for a particular structural
member. Requirement of slump makes it imperative to use water-reducing
admixture in order to limit the maximum water-cement ratio.

7.7.6 Water-Cement Ratio

Maximum water-cement ration shall be restricted to 0.4 for all RCC, PSC members
and also for piles.

7.7.7 Cement Content

Minimum and Maximum cement content for structural members shall be restricted
to 400 kg/cum of concrete and 550 kg/cum of concrete respectively for all RCC
and PSC members. However, in the case of under water concrete for piles, bottom
plug etc. 10% additional cement over and above that required by the mix design
subject to minimum 400 kg/cum of concrete shall be used.

7.7.8 Chloride Content

Unless otherwise specified and agreed, the method of calculation and test shall be
based upon the chloride-ion contents of all constituents and the composition of the
concrete. The chloride-ion content of each of the constituent used in the
calculation shall be one of the following:

a) the measured value
b) the value declared by the manufacturer
c) the maximum value where specified in the BIS for constituent as appropriate
Financial Bid Vol. II (Specifications) 179
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


The calculated chloride content of the chloride expressed as the percentage of
chloride-ion by mass of cement shall not exceed 0.1 for PSC and 0.2 for RCC and
PCC.

7.7.9 Proportioning of Concrete

In proportioning concrete, the quantity of both cement and aggregates shall be
determined by weight. The cement shall be weighed separately from the
aggregates. All measuring equipment shall be maintained in a clean and
serviceable condition. The amount of mixing water shall be adjusted to
compensate for moisture content in both coarse and fine aggregates. The
moisture content of aggregates shall be determined in accordance with IS:2386
(Part III). Suitable adjustments shall also be made in the weights of aggregates to
allow for the variation in weight of aggregates due to variation in moisture content.


7.7.10 Production of Concrete

All concrete shall be produced at site through fully computerised weigh-batching
plant of suitable capacity conforming to IS:4925 with the arrangements for
automatic dispensing of admixture and having facility of giving print out indicating
weight / details of all ingredient of concrete in each lot/ batch and variations from
the approved design mix if any. Minimum 2 fully automatic batching and mixing
plant having capacity not less than 30 cum/ hour shall be installed at site by the
contractor. The batching and mixing plants shall be dedicated plant for this project.
Contractor shall make his own arrangements for the necessary infrastructure for
installation of batching plant and other machineries. However, if due to any reason,
contractor wishes to supplement the concrete from Ready Mix Concrete (RMC)
supplier, he is permitted to procure the same from the source approved by the
Engineer-in-charge. In such a situation, all technical requirements such as cement
type and minimum cement quantity, w/c ratio, slump, admixture etc shall be
conveyed to RMC supplier by the contractor and contractor shall be wholly
responsible for ensuring the property of concrete as required at site. The
contractor may take some time to install his own batching plants at site and till the
batching plants are installed, the contractor is permitted to procure concrete from
approved Ready Mix Concrete (RMC) supplier for a period 3 months from date of
start of work or the period as agreed by Engineer-in-Charge. Similarly, when the
work is nearing completion and daily requirement of concrete is very less, if agreed
by the Engineer-in-Charge, the contractor may be permitted to procure the
concrete from approved Ready Mix Concrete (RMC) supplier.

The batching and mixing plant shall be fully automatic of suitable capacity not less
than 30cum./hour. Automatic batcher shall be charged by devices which when
actuated by a single starter switch will automatically start the weighing operation of
each material and stop automatically when the designated weight of each material
is fed in the mixer. The batching plant shall have automatic arrangement for
Financial Bid Vol. II (Specifications) 180
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

dispensing the admixture and shall be capable of discharging water in more than
one stage. A batching plant essentially shall consist of the following components:

- Separate storage bins for different sizes of aggregates, silo for cement and
flyash; water storage tank.
- Batching equipment
- Mixers
- Control Panels
- Mechanical material feeding and elevating arrangements

The compartments of storage bins for aggregates shall be approximately of equal
size. The cement compartment shall be centrally located in the batching plant. It
shall be water tight and provided with necessary air vent, aeration fittings for
proper flow of cement & emergency cut off gate. The aggregate and sand shall be
charged by power operated centrally revolving chute. The entire plant from mixer
floor upward shall be enclosed and insulated. The batch bins shall be constructed
so as to be self cleansing during draw-down. The batch bins shall in general
conform to the requirements of IS:4925.

The batching equipment shall be capable of determining and controlling the
prescribed amounts of various constituent materials for concrete accurately i.e.
water, cement, sand, individual size of coarse aggregates etc. The accuracy of
measuring devices shall fall within the following limits.


The batching and mixing plant shall have the provision of adjusting the plus /
minus quantity of various ingredients in the next batch so that there is no variation
in quantity of ingredients from design mix in a lot consisting of 5 to 6 batches.


The mixer in the batching plant shall be so arranged that mixing action in the mixer
can be observed from the operators station. The mixer shall be equipped with a
mechanically or electrically operated timing, signalling and metering device which
will indicate and assure completion of the required mixing period. The mixer shall
have all other components as specified in IS: 4925.




Measurement of Cement: + 2% of the quantity of
cement in each batch
Measurement of Water: + 3% of the quantity of water
in each batch
Measurement of Aggregate: + 3% of the quantity of
aggregate in each batch
Measurement of Admixture: + 3% of the quantity of
admixture in each batch
Financial Bid Vol. II (Specifications) 181
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.7.11 Transportation, Placing and Compaction of Concrete

Mixed concrete from the RMC / Batching plant shall be transported to the point of
placement by transit mixers and placed in position through concrete pumps and/or
steel closed bottom buckets capable of carrying minimum 0.6 cum concrete. In
case the concrete is proposed to be transported by transit mixer, the mixing speed
shall not be less than 4 rev/min. of the drum nor greater than a speed resulting in a
peripheral velocity of the drum 70 m/minutes at its largest diameter. The agitating
speed of the agitator shall be not less than 2 rev/min nor more than 6 rev/min of
the drum. The number of revolution of the mixing drum or blades at mixing speed
shall be between 70 to 100 revolutions for a uniform mix, after all ingredients, have
been charged into the drum. Unless tempering water is added, all rotation after
100 revolutions shall be at agitating speed of 2 to 6 rev/min and the number of
such rotations shall not exceed 250. The general construction of transit mixer and
other requirement shall conform to IS:5892.

In case concrete is to be transported by pumping, the conduit shall be primed by
pumping a batch of mortar through the line to lubricate it. Once the pumping is
started, it shall not be interrupted (if at all possible) as concrete standing idle in the
line is liable to cause a plug. The operator shall ensure that some concrete is
always there in the pump receiving hopper during operation. The lines shall
always be maintained clean and shall be free of dents.

at all stages. Special precaution shall be taken that surrounding temperature
during concreting shall not exceed 30 degree centigrade

Except where otherwise agreed to by the Engineer-in-Charge, concrete shall be
deposited in horizontal layers to a compacted depth of not more than 450 mm.
Unless agreed to by the Engineer- in-Charge, concrete shall not be dropped into
place from a height exceeding 1.5m. In order to avoid such situations chutes,
tremie pipe or closed bottom buckets shall be used. These shall be kept clean and
used in such a way as to avoid segregation. Slope of the chute shall be so
adjusted that concrete flows without the use of excessive quantity of water. The
delivery end of chute shall be as close as possible to the point of deposit. the
chute shall be thoroughly flushed with water before and after each working period
and the water used for this purpose shall be discharged outside the formwork. The
concrete shall be compacted by using immersion type vibrators. When the
concrete is being continuously deposited to a uniform depth along a member,
vibrator shall not be operated within one meter of free end of the advancing
concrete. Every effort shall be made to keep the surface of the previously placed
layer of concrete alive so that the succeeding layer can be amalgamated with it by
the vibration process. In case the concrete in underlying layer has hardened to
such an extent that it cannot be penetrated by the vibrator but is still fresh (that is,
just after initial set), un-imposed bond shall be achieved between the top and
underlying layer by first scarifying the lower layer before the new concrete is
placed by systematically and thoroughly vibrating the new concrete. The points of
Financial Bid Vol. II (Specifications) 182
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

insertion of vibrator in the concrete shall be so spaced that the range of action
overlap to some extent and the freshly filled concrete is sufficiently consolidated at
all locations. The spacing between the dipping positions of vibrator shall be
maintained uniformly throughout the surface of concrete so that concrete is
uniformly vibrated. The vibrating head shall be regularly and uniformly inserted in
the concrete so that it penetrates of its own accord and shall be withdrawn slowly
whilst running so as to allow redistribution of concrete in its way and allow the
concrete to flow back into the hole behind the vibrator. The vibrator head shall be
kept in one position till the concrete within its influence is completely consolidated.
Vibration shall be continued until the coarse aggregate particle have blended into
the surface but have not disappeared. The contractor shall keep at least one
additional vibrator in serviceable condition to be used in the event of breakdowns
and maintenance problems.

The vibrator head shall not be brought more than 200 mm near to the formwork as
this may cause formation of water stagnations. The formwork shall be strong and
great care shall be exercised in its assembly. It shall be designed to take up
increased pressure of concrete and pressure variations caused in the
neighbourhood of vibrating head, which may result in excessive local stress on the
formwork. The joints of the formwork shall be made and maintained tight and
close enough to prevent the squeezing out slurry or sucking in of air during
vibration. The formwork to receive concrete shall be cleaned and made free from
standing water, dust, etc. The contractor shall keep provision for screed and
shutter vibrators at site.

No concrete shall be placed in any part of the structure until the approval of
Engineer-in-Charge has been obtained. If concreting is not started within 24 hours
of the approval being given, it shall have to be obtained again from the Engineer-
in-Charge. Concreting shall be done continuously over the area between
construction joints. Fresh concrete shall not be placed against concrete which has
been in position for more than 30 minutes unless a proper construction joint is
formed. When concreting has to be resumed on a surface which has hardened, it
shall be roughened, swept, clean, thoroughly wetted and covered with a 13 mm
thick layer of mortar composed of cement and sand in the same ratio as in the
concrete mix itself. The 13 mm layer of mortar shall be freshly mixed and placed
immediately before placing of new concrete.

Where concrete is not fully hardened, all latency shall be removed by scrubbing
the wet surface with wire or bristle brushes. Care shall be taken to avoid
dislodgement of particles of coarse aggregate. The surface shall then be
thoroughly wetted, all free water removed and then coated with neat cement grout.
Particular attention shall be given to corners and close spots.

7.7.12 Surface Finish

The exposed surface of concrete of all grades shall be shutter finished except
where form liner is used. Concrete with surface defects larger than 1/6th of the
Financial Bid Vol. II (Specifications) 183
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

cover shall be rejected. Any special surface finish such as form liner finish of outer
surface of crash barrier, shall be as per approved drawing or as directed by the
Engineer-in-Charge. The quoted rates shall deemed to have included such
elements and nothing extra shall be payable on this account.

All members above ground or formation level shall have shutter finished surfaces.
The contractor shall ensure that Piers are cast in a single pour without any
construction joint. No tie bolt shall be permitted in piers. Cast-in-situ superstructure
shall be casted in single pour between the expansion joints. Utmost care shall be
taken by the contractor in erection of formwork for components cast in stages if
any. Location of construction joints in between such stages shall be pre-decided
and all such joints shall be treated in a manner approved by the
Engineer-in-charge so as to match with the surrounding concrete without leaving
any visual aberration or bad patches and/or bands. The contractor shall be
deemed to have included the cost of such operation in his quoted rates and no
claim whatsoever shall be entertained at a later date.

The form finished concrete surfaces shall be free from honeycomb, blemishes,
holes, surface defects, surface undulation etc. In no case such defects shall
exceed 200 mm in any direction for individual spots or the continued area of such
defects shall not exceed 0.2% of the entire area of related surface. Any variation
beyond this limit shall be considered as a substandard work and shall be liable for
rejection. The Engineer-in-Charge shall have the option to accept the so formed
concrete at a reduced rate for defects exceeding this limit provided it is structurally
adequate and due matching of defective patches is done by the contractor to the
entire satisfaction of the Engineer-in-Charge.

Special care shall be taken to ensure that no stains are left on the formed concrete
either from formwork or exposed reinforcement bars. Such stains shall be
removed by the contractor at no extra cost so as to match with adjoining concrete
surfaces to the satisfaction of the Engineer-in-Charge.

7.7.13 Additional Specifications for Concrete M60 or Above

Mineral admixture in the form of micro-silica or condensed silica fume shall be
permitted in the design mix. It shall comply with ASTM C 1240-03a Standard
Specifications for Silica Fume used in Cementitous Mixtures.

(i) It should be procured from proven and reliable manufacturer / supplier to
the satisfaction of the Engineer-in-Charge.
(ii) Adequate and complete dispersal of the micro silica during the concrete
mixing shall be ensured.
(iii) When micro-silica is used in powder form the contractor shall take all
precautions against potential health hazards during handling of the material.
(iv) Chilled water and / or ice shall be used in the concrete mix depending on
the ambient temperature, dimensions of the concrete element, rate of
pouring and design mix constituents.
Financial Bid Vol. II (Specifications) 184
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(v) Special detailed curing arrangements shall be made for dissipation of the
heat of hydration. The water curing shall be continued for a period of 21
days.
(vi) The concrete design mix and arrangement for mixing, transportation and
curing of concrete shall be subject to the approval of the Engineer-in-
Charge.

7.7.14 Curing of Concrete

Curing of concrete shall be complete and continuous using water that is free of
harmful amounts of deleterious materials that may attack, stain or discolour the
concrete.

Immediately after compaction and completion of any surface finishes, the concrete
shall be protected from evaporation of moisture by means of polyethylene sheets,
wet hessian or other material kept soaked by spraying. As soon as the concrete
has attained a degree of hardening sufficient to withstand surface damage, moist
curing shall be implemented and maintained for a period of at least 14 days after
casting.

Method of curing and their duration shall be such that the concrete will have
satisfactory durability and strength and members will suffer a minimum distortion,
be free from excessive efflorescence and will not cause undue cracking in the
works by its shrinkage.

The top surface of the slabs and other horizontal surfaces shall be cured by
impounding water in cement mortar bunds. Steeply sloping and vertical formed
surfaces shall be kept completely and continuously moist prior to and during the
striking of formwork by applying water to the top surfaces and allowing it to pass
down between the formwork and the concrete. After removal of form, moist curing
to be done by wrapping hessian cloth, etc. and keeping it moist by suitable means.
Approved non-wax base curing compounds can be applied on vertical and inclined
surfaces, after 7 days of moist curing, where permitted by the Engineer-in-Charge
at no extra cost. However it is required to be proved that using curing compound
the concrete shall not have less strength than concrete cured by water curing. It
shall not leave any discolouration on the structural concrete. Such approved
compounds shall be applied to all exposed surfaces of the concrete.

Steam curing with approved methodology can be adopted if required, for precast
segments. No additional payment will be made for adopting steam curing.

7.7.15 Concreting of Narrow Members

Wherever the concreting of narrow member as in case of piers/ column (as
adjudged by Engineer-in-Charge) is required to be carried out within shutters of
considerable depth, temporary openings in the sides of the shutters shall, if so
desired by the Engineer-in- charge, be provided to facilitate the pouring and
Financial Bid Vol. II (Specifications) 185
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

consolidating of concrete. Before any concreting is commenced, shutters and
centering shall be carefully examined and the space to be occupied by the concrete
be thoroughly cleaned out. The concrete in such members shall be compacted with
suitable shutter vibrators as appropriate.

7.7.16 Protection of Concrete below ground level

Concrete placed below the ground shall be protected from falling earth during and
after placing. Concrete placed in ground containing deleterious substances shall
be kept free from contact with such ground and with water draining there from
during placing and for a period of seven days or as otherwise instructed thereafter.
Approved means shall be taken to protect immature concrete from damage by
debris, excessive loading, abrasion, vibrations, deleterious ground water, mixing
with earth or other materials, and other influences that may impair the strength and
durability of the concrete.

7.7.17 Construction Joints

Before the concrete is fully hardened, all latency shall be removed by scrubbing
the wet surface with wire or bristle brushes. Care shall be taken to avoid
dislodgement of particles of coarse aggregate. The surface shall then be
thoroughly wetted, all free water removed and then coated with neat cement grout.
Particular attention shall be given to corners and close spots.

Construction joints in all concrete work shall be made as directed by the Engineer-
in-Charge. Where vertical joints are required, these shall be shuttered as directed
and not allowed to take the natural slope of the concrete. Before fresh concrete is
placed against a vertical joint, the old concrete shall be chipped, cleaned and
moistened.

When a horizontal construction joint is formed, provision shall be made for
interlocking with the succeeding layer by the embedment of saturated wooden
blocks or wooden strips beveled on four sides to facilitate their removal. Prior to
the next pour the wooden pieces shall be loosened and removed in such a manner
as to avoid injury to the concrete. After about 8 to 12 hours of concreting, contact
surface shall be hacked to expose the aggregate surface and remove laitance.
Immediately thereafter clean the surface using compressed air to remove all the
dirt. The surface shall then be compressed cleaned to remove all dirt. Before
applying fresh concrete, the contact surface shall be wetted for at least 6 hours.
After the surface has dried, a coat of cement slurry shall be applied uniformly using
a brush over the old concrete just before placing the fresh concrete. The fresh
concrete shall be placed immediately after applying the cement coats. The fresh
concrete shall be thoroughly vibrated near the construction joint so that the mortar
from the new concrete flows between the large aggregate and develop proper
bond with old concrete. The construction joint shall ensure proper bond and leak
proof joint.

Financial Bid Vol. II (Specifications) 186
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

If use of metal, rubber or plastic water stops is specified, this shall be cast into
joints. Measures shall be taken by the Contractor to ensure that no displacement
or distortion of water stops takes place during placing of concrete. The
construction joints shall ensure proper bond and leak proof joint.


7.7.18 Defects in Concrete

A. Cracks
If external cracks developed in concrete construction are more than 0.2 mm and in
the opinion of the Engineer-in-Charge, these are detrimental to the strength of the
construction, the Contractor at his own expense will conduct Loading Tests on the
structure in the manner as specified elsewhere in this document. If under such test
loads the cracks develop further, the Contractor shall dismantle the construction,
carry away the debris, replace the construction and carry out all consequential
work thereto.

If any cracks develop in the concrete construction are not more than 0.2 mm or in
the opinion of the Engineer-in-Charge, the cracks are not detrimental to the
stability of the construction, the Contractor at his own expense shall grout the
cracks with neat cement grout or with other composition as directed by Engineer-
in-Charge and also at his own expense and risk shall make good to the satisfaction
of the Engineer-in-Charge all other works such as plaster, moulding, surface finish,
which in the opinion of the Engineer-in-Charge have suffered damage either in
appearance or stability owing to such cracks. The Engineer-in-Charge's decision
as to the extent of the liability of the Contractor in the above matter shall be final
and binding.

B. Honeycombing

If any concrete be found honeycombed or in any way defective, such concrete
shall be cut out partially or wholly by the Contractor as per the directions of the
Engineer-in-charge and made good at his own risk and cost using pressure
grouting or any other technique. If Engineer-in-Charge feels that repaired structure
will not be having same strength or shape or uniformity with other exposed surface
as original desired structure / original structure, the same shall be rejected by
Engineer-in-Charge and required to be dismantled and disposed by contractor at
his own cost as instructed by Engineer-in-Charge. Decision of the Engineer-in-
Charge shall be final binding in this regard.

On no account shall concrete surfaces be patched or covered up or damaged
concrete rectified or replaced until the Engineer-in-Charge or his representative
has inspected the works and issued written instructions for rectification. Failure to
observe this procedure will render that portion of the works liable to rejection.
Contractor shall submit methodology for rectification of defects for approval.
Proprietary products for concrete repair shall be used.

Financial Bid Vol. II (Specifications) 187
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

7.7.19 Additional Specifications for Precast Concrete

A. Handling and Storage

The precast units shall be stored as directed by the Engineer-in-Charge. The
area intended for the storage of precast units should be surfaced in such a way
that no unequal settlement can occur.

To prevent deformation of slender units, they should be provided with supports
at fairly close intervals and should also be safeguarded against tilting. Lifting
and handling positions should conform to the Engineer-in-Charge's directions
and drawings. In addition, location and orientation marks should be put on the
members, as and where necessary. During erection the precast units should be
protected against damage caused by local crushing and chafing effects of lifting
and transport equipment.

B. Temporary Supports and Connections

Temporary supports provided during erection should take into account all
construction loads likely to be encountered during the completion of joints
between any combination of precast and in-situ concrete structural elements.
The supports should be arranged in a manner that will permit the proper
finishing and curing of any in-situ concreting and grouting associated with the
precast member being supported when the gaps of joints have to be filled with
concrete or mortar. They should first be cleaned and faces of the joints should
be wetted. The mixing, placing and compacting of cement and mortar should
be done with special care. Mortar of a dry consistency should be in the
proportion of 1:1 (1 part of cement to 1 parts of sand) and should be placed
in stages and packed hard from both sides of the joint.

C. Tolerances

The following tolerances apply to finished precast products at the time of
placement in the structure. The forms must be constructed to give a casting
well within these limits :
i Overall dimensions of members should not vary more than + 6mm per 3m
length with a maximum variation of + 20mm.
ii Cross-sectional dimensions should not vary more than the following :
+ 3mm for sections less than 150mm thick
+ 4mm for sections over 150mm & less than 450mm
+ 6mm for sections over 450mm to 1000mm
+ 10mm for sections over 1000mm
iii Deviation from straight line in long sections should not be more than + 6mm
up to 3m, + 10mm for 3m to 6m, + 12mm for 6m to 12m.
iv For tolerances on precast segments for girders refer separate section


Financial Bid Vol. II (Specifications) 188
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.8 PILE FOUNDATIONS
The bored cast-in-situ reinforced concrete piles conforming to relevant IRC/IS
Codes shall be provided. The Contractor is advised to go through the sub-soil
investigation report kept in the office of Executive Engineer-123, PWD for
reference purpose. The information provided in the sub-soil investigation report is
for the guidance and indicative only. The Contractor shall assess all other
necessary information at his own cost.

7.8.1 Length
The average basic length of the piles mentioned in the drawings is tentative. The
final length of the pile shall be decided by the contractor with the approval of the
Engineer-in-charge on the basis of resistance actually observed during initial load
test at site. It will be the responsibility of the contractor to ensure by subsequent
routine load tests that the installed length of piles is able to carry the specified safe
load and the resulting deflections shall be within permissible load test.

The contractor should study the bore log data (which may be seen in the Office of
the Engineer-in-Charge) and satisfy himself regarding the sub soil and adequacy
of designed length of piles. In case of failure of any pile in routine load test, the
additional remedial measures shall be borne by the contractor and no claim shall
be entertained on his account.

7.8.2 Methodology, Programme and Records
The Contractor shall submit full details of his proposed piling plant, and detailed
method statements for carrying out the Works to the Engineer-in-Charge for
approval prior to the commencement of piling work by at least two weeks. The
method statement should include all details of casings and concreting methods in
respect of bored cast in situ concrete piles. The method adopted shall be chosen
giving due consideration to the subsoil data, ground water conditions and to the
other relevant conditions at site as well as to the presence of adjacent structures.
Piles shall be constructed in a sequence approved by the Engineer-in-Charge.
During boring, the Contractor shall, where required by the Engineer-in-Charge,
take soil, rock or ground water samples and transport them to an approved testing
laboratory or carry out soil tests as directed.

The Contractor shall not commence any piling until the plant and methods which
he proposes to use have been approved by the Engineer-in-Charge but such
approval shall not relieve the Contractor from any of his obligations and
responsibilities under the Contract. If for any reason the Contractor wishes to
make any change in the plant and methods of working which have been approved
by the Engineer-in-Charge, he shall not make any such change without having first
obtained the Engineer-in-Charge approval thereof.

The Contractor shall intimate the Engineer-in-Charge, in writing, each days
programme of piling in advance by one day and shall give adequate information of
his intention to work outside normal hours and at weekends, whenever required.
Financial Bid Vol. II (Specifications) 189
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


The Contractor shall keep complete records of all data required by the Engineer-in-
Charge covering the fabrication, driving and installation of each pile and shall
submit two copies of these records in pre-approved format to the Engineer-in-
Charge within 24 hours of the execution of any pile.

7.8.3 Reinforcement
The reinforcement shall be pre-fabricated in one length, hoisted & lowered by a
crane. The quantity of reinforcement to be provided at each cross section shall be
in accordance with the prescribed/approved drawings and shall be got approved
by the Engineer-in-charge beforehand and should also comply with the stipulations
laid down for "steel reinforcement". The minimum cover to the reinforcement shall
be 75mm and minimum clear spacing between main bars shall be 100mm. Only
circular concrete cover blocks threaded on to the helix shall be used for ensuring
the specified cover. Joints in main longitudinal bars will be permitted only where, in
the opinion of the Engineer-in-Charge, each bar cannot be supplied in one
complete length. Where permitted, joints shall be provided at permitted spacing,
designed to develop the full strength of the bar across the joint, provided with
adequate extra links or stirrups and staggered in position from those of adjacent
longitudinal bars, all with the approval of the Engineer-in-Charge.

All main longitudinal bars shall be tack weld at lapping if any. The last one circle of
helical stirrups at each end shall be welded to main longitudinal bars. Any extra
tack welding required for handling and lowering of cage in borehole shall be done
by the contractor at no extra cost. The reinforcement cage shall be maintained in
position during the casting.

If the bore hole trench excavation is done deeper than the designed or the
specified depth, the pile has got to be done for such depth but payment will be
restricted to the specified depth only. It shall be ensured that before lowering the
reinforcement cage the excavation is done to the required depth so that there is no
short fall in the penetration of the pile below the desired bottom level of excavation.

7.8.4 Boring
Boring shall be done using hydraulic drilling rigs suiting to different kinds of strata
encountered. As a general guideline, size of cutting tool shall in no case be less
than the diameter of the pile minus 75mm. However the size of cutting tool shall be
chosen by contractor depending on the type of substrata and equipment employed
by contractor so that executable pile shall not have diameter less than nominal
diameter of pile as specified in drawing. The contractor shall also ensure that there
is no reduction in poured concrete quantities. These calculations shall be based on
consumption of concrete poured in bore (as recorded in pour log) and actual
concrete required in bore on theoretical basis i.e. based on nominal diameter of
pile and actual bore hole length (based on actual sounding of founding level).
Deficiency in quantity of poured concrete in pile by more than 5 % quantities will
make it liable for rejection. In general piling shall be done by using hydraulic rig
with temporary liner of minimum 5 metre depth from ground level to protect loose
Financial Bid Vol. II (Specifications) 190
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

soil falling in bore hole as directed by Engineer-in-Charge. No extra payment shall
be made to the contractor for using temporary liner, over the item of piling as in
BOQ. However if Permanent liner is to be provided, extra for using permanent liner
in place of temporary liner shall be paid as per agreement item.

A. Drilling Mud
The bentonite used for preparing the solution shall be of approved quality and shall
have the required properties as per IS:9556 so as to hold the excavated side of the
borehole firmly without any collapse or erosion. The specific gravity of the solution
will be as approved and the contractor shall provide the necessary laboratory
facilities at site for checking the quality of the bentonite earth and the specific
gravity of the solution during the course of the work.

The work shall be carried out in such a way that the area is kept clean and tidy
without causing any nuisance due to over flow or spilling of bentonite slurry or any
other material all over the place. The working area shall be suitability fenced if
required by the Engineer-in-Charge. A certificate shall be obtained by the
contractor from the approved supplier of the bentonite powder showing properties
of the consignment delivered to site. This certificate shall be made available to the
Engineer-in-Charge.

The bentonite powder shall be mixed thoroughly with clean fresh water. The
percentage of bentonite used to make the slurry shall be such as to maintain the
stability of the borehole.

Control tests shall be carried out on the bentonite & bentonite slurry using suitable
apparatus to determine the specified parameters as stated below:

i Mud Density < 1.05 gm/cc
ii Marsh Cone Viscosity between 30 and 40 seconds
iii The pH value between 9.5 and 12
iv Particles with size more than 75 < 1%
v The liquid limit of bentonite > 400%.
vi Bentonite shall be saturated for 24 hours and then used.

Tests to determine density, viscosity & pH etc. shall be carried out initially until a
consistent working pattern has been established, taking into account the mixing
process, any blending of freshly mixed bentonite slurry and previously used
bentonite slurry and any process which may be employed to remove impurities
from previously used bentonite slurry.

Where bentonite slurry is re-used and possibly blended with freshly mixed slurry or
has chemical additions made to preserve its properties, there will be a need for
routine checking throughout the work, particularly in regard to the tests for density
and viscosity.

Financial Bid Vol. II (Specifications) 191
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

The frequency of testing may initially need to be on each pile basis where
bentonite slurry becomes heavily contaminated during its first use and may in other
cases (e.g. mainly in clayey soil) be on a daily basis where contamination is slight.
Frequency will be decided by the Engineer-in-Charge in the light of the test results
obtained.

In those cases where a mechanical process is employed to remove contaminating
solids from the slurry, the frequency of testing depends on the circumstances and
the equipment employed. The contractor shall indicate to the Engineer-in-Charge
prior to the commencement of the work, that he intends to employ such a method
and tests should be carried as for re-used and blended slurries.

B. Bentonite Slurry in Bore Hole prior to Placing Concrete
Prior to placing concrete in any bore hole, the contractor shall ensure heavily
contaminated bentonite slurry which could impair the free flow of concrete from the
tremie pipe, has not accumulated in the bottom of bore hole. If it occurs, the
proposed method of checking this situation is to be stated by the contractor and is
to be got approved from the Engineer-in-Charge prior to commencement of work. If
the bentonite slurry is found to exhibit properties outside the agreed appropriate
range, then it shall be modified or replaced till the required agreed condition is
achieved. Flushing shall be done with fresh bentonite slurry after lowering of
reinforcement cage and tremie before starting of concreting.

NOTE : One method of identifying contaminated bentonite slurry is to take a
sample of the slurry from near the bottom of the borehole excavation (say about
0.2 m above the base of the borehole) and to carry out a density test on this using
mud balance. Where this method is employed, the density determined should not
be greater than 1.25 g/ml to enable satisfactory concrete placing.

During construction, the level of bentonite slurry in the borehole shall be
maintained within the depth of the temporary casing, and at a level not less than
1.5m above the level of external standing ground water.

Where saline or chemically contaminated ground water occurs, special measures
shall be taken as required by the Engineer-in-Charge to modify the bentonite
slurry.

The modification required depends on the nature of the contamination. In Saline
conditions it is frequently necessary to ensure that the bentonite is fully hydrated in
fresh water before supplying it to the borehole.

All reasonable steps shall be taken to prevent spillage of bentonite slurry on the
site away from the immediate vicinity of the borehole. Discarded bentonite slurry,
which has been pumped from the borehole, is to be removed promptly from the
site. The contractor shall ensure proper disposal of bentonite and the associated
water especially from the point of view of environmental hazard. He shall obtain
Financial Bid Vol. II (Specifications) 192
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

necessary permission of the concerned statutory bodies before disposing off the
bentonite.

In order to avoid collapse of upper soft soil into the borehole, temporary liner of
thickness not less than 6mm shall be provided upto 5m. from the existing ground
level. The liner shall be provided by hydraulically/mechanically operated
mechanism. After concreting of borehole, the liner shall be extracted.

C. Cleaning of Borehole Bottom
When borehole is stabilised by casing and drilling mud or by maintaining water
head using temporary/permanent casing, the bottom of the hole shall be cleaned
very carefully by reverse circulation. Alternative method shall be employed only
with the prior permission of Engineer-in-Charge in writing before concreting work is
taken up. Cleaning / flushing methodology shall be submitted and got approved by
the Engineer-in-Charge prior to commencement of piling.

Generally, to lift the spoil at founding level before concreting, borehole hole shall
be agitated by jetting with fresh drilling mud at a relatively higher pressure than
that used during boring, or air through tremie pipe. The specific gravity of the mud
suspension in the vicinity of the bottom of borehole shall be determined by using a
suitable slurry sampler. Concreting shall not be taken up when the specific gravity
of bottom slurry is more than 1.20. Consistency of the drilling mud suspension
shall be controlled throughout the boring as well as concreting operation in order to
keep the sides of the hole stabilized as well as to avoid concrete mixed up with the
thicker suspension of the mud.

7.8.5 Tremie Method for Concreting
The concrete for piles underwater or in drilling mud shall be placed with a tremie
pipe. The tremie pipe shall not be less than 200mm diameter for 20mm aggregate.
It is essential that the water level within the pile bore be in equilibrium before
commencement of concreting. The concrete levels in the tremie shall be checked
for every half a metre in order to note the difference, if any, between the theoretical
quantity that should have been placed and actual quantity that has gone in. This
serves to locate the position of over cut during pouring. The dia. of tremie pipe
shall be 200mm minimum and the funnel should be capable of holding 0.4 cum of
concrete.

The following rules shall strictly be observed prior to and during the tremie method:

i The concrete shall be coherently rich in cement and having slump in the range
of 150 to 200mm. Suitable precautions shall be taken for prevention of
segregation. Internal vibrators shall not be used unless the Contractor is
satisfied that segregation will not result because of vibration and unless the
method of use has been approved by the Engineer-in-Charge.

ii The first charge of concrete shall be placed in the hopper over a sliding plate at
the bottom of the hopper. The charge should be adequate in volume to ensure
Financial Bid Vol. II (Specifications) 193
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

flushing action to prevent mixing of water or drilling mud and concrete.
Alternatively floating plugs of approved specification may be used before the
first charge of concrete.

iii The tremie pipe shall always penetrate deep enough into the concrete with an
adequate margin of safety against accidental withdrawal. The tremie pipe shall
not be withdrawn until the completion of concreting. At all times a sufficient
quantity of concrete shall be maintained within the pipe to ensure that the
pressure from it exceeds that from the seepage water. Spot measurements
shall be taken at suitable intervals to check that the tremie pipe has an
adequate penetration into previous concrete.

iv The joint between the hopper and tremie pipe as well as the joints in the tremie
pipe shall be water tight in order to avoid mixing of borehole fluid with the
concrete.

v The tremie shall essentially be water tight All tremie tubes shall be scrupulously
cleaned after every use.

A. Prolonged Delays In Concreting
Prolonged delays in the commencement of concreting after the completion of
the boring shall not be permitted. The time interval between the completion of
boring and placing of concrete shall not exceed 6 hour. The concreting of a pile
must be completed in one continuous operation. In case of long piles of large
diameter, large size mixers or more mixers shall be used so that the entire
concreting operation is completed in not more than two hours. In case, under
the unavoidable circumstances, the operation has to suspend for a period of 2
hours (maximum), the tremie shall not be taken out of concrete. Instead, it shall
be raised and lowered slowly from time to time which would prevent the
concrete around the tremie from setting. Concreting should be resumed by
introducing a little richer concrete (5% additional cement) with a higher slump
for easy displacement of the partly set concrete.

If the concreting cannot be resumed before final set of the concrete already placed,
the pile so cast may be liable for rejection. Acceptance with modifications shall be at
the sole discretion of the Engineer-in-Charge provided contractor is able to prove to
the satisfaction of the Engineer-in-Charge that the modifications suggested by him
are acceptable. Nothing extra shall be paid on this account. Similarly, contractor
shall be liable to carry out all remedial measures at no extra cost to the Department.

In case of withdrawal of tremie out of the concrete either accidentally or to remove a
choke, the tremie may be reintroduced in the following manner to prevent
impregnation of latence or scum lying on the top of the concrete already discharged
in the borehole.

The tremie shall gently be lowered on the old concrete with a very little
penetration initially followed by a vermiculite plug introduced in the tremie. A
Financial Bid Vol. II (Specifications) 194
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

fresh concrete of slump between 150mm and 200mm shall be filled in the
tremie which shall push the plug forward and shall emerge out of the tremie
displacing latence/scum out of its way. When tremie is buried by about 60 to
100cm, the concreting may be resumed.

7.8.6 Cut Off Level ( Col)
Cut off level of piles shall be indicated in working drawings or as indicated by
Engineer-in-Charge.

The top of concrete in pile shall be brought above the cut off level to remove all
laitance & weak concrete and to ensure good concrete at cut off level. Pile is
required to be finished to a height of one meter above the designed cut-off level.
The top of concrete in a pile shall be brought above the cut-off level since the top
concrete is loose and is weak because of contamination with water/drilling mud.
This ensures good concrete at the cut-off level.

As general guidelines, for cut off level up to 1.5m below working level, the concrete
shall be cast of 1000mm above COL. Higher allowance may be necessary
depending on the length of the pile, as directed by the Engineer-in-Charge, when
concrete is placed by tremie method, to permit overflow of concrete for visual
inspection or to a minimum of 1 meter above cut off level. In the circumstance
where COL is below ground water level, the need to maintain a pressure should be
observed & accordingly length of extra concrete above COL shall be determined
by the Contractor and approval of Engineer-in-Charge obtained. No extra payment
over and above the quoted rate for the pile shall be allowed for such spoils.

Any defective concrete in the head of the completed pile shall be cut away and
made good with new concrete.

When a casing is being extracted a sufficient quantity of concrete shall be
maintained within the bore to ensure the pressure from external ground water and
soil is adequately exceeded by the pressure of concrete. Otherwise necking of the
pile may result. No concreting shall be placed in the bore once the bottom of the
casing has been lifted above the top of concrete.

After each pile has been cast any empty bore shall be protected and carefully
backfilled as soon as possible with approved materials.

Complete boring and concreting records shall be submitted to the Engineer-in-
Charge for each pile. The records shall include the duration of concreting, tremie
lengths (individual and cumulative), tremie pipe lengths removed, theoretical
sounding, actual sounding, actual lengths of pile concreted and the volume of
concrete placed, cut off level, founding levels etc, For piles with temporary casings
records of sequence of casing withdrawal and levels of concrete before and after
withdrawal shall also be included in the reports.

Financial Bid Vol. II (Specifications) 195
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

7.8.7 Testing of Piles
i The load tests shall be in accordance with the Indian Standard Code of
Practice for Design and Construction of Pile Foundations IS 2911 (Part IV)
Load Tests on Piles. For initial load test, test load will be 2.5 times the
theoretical designed capacity of pile. For initial load, test arrangement shall also
cater for additional 25% above test load and nothing extra will be paid on this
account. Permissible stresses in test arrangement (steel truss or plate girder) to
cater for test load plus additional 25% load shall be within permissible stresses
as per IS:800 (as for permanent structure). For test frame, steel of Grade B
conforming to IS:2062 shall be used.

ii Engineer-in-Charge will decide the locations and nos of initial load tests to be
performed in different zones depending on variation in substrata but minimum
two initial load tests are required to be done for different types of strata. The
contractor shall undertake test piles required for initial pile load test in the initial
stages of work using the same methodology and equipments which will be
subsequently used for working piles. These tests shall be undertaken well in
advance of working pile. No working pile would be allowed to undertaken till
satisfactory initial pile load tests have completed. Non-granting of permission
for pile/ pile cap by Engineer-in-Charge in such respect will not be considered
as reason for delay or any claim thereof. The test arrangement to be employed
shall be of nature which is quick to install and remove and easily transferable.
Sufficient nos. of test arrangement will be required to be mobilized by
contractor so as to conduct required nos. of initial load tests simultaneously.
Vertical cyclic loading tests shall be carried out where specially needed and
specified for separation of skin friction and point bearing components of the
load carrying capacity of the piles.

iii Routine tests shall be performed on working piles to determine/ check the load
carrying capacity and settlements of the pile foundations. The piles for Routine
Load Test shall be selected by the Engineer-in-Charge. The Routine load tests
shall be in accordance with the Indian Standard Code of Practice for Design
and Construction of Pile Foundations i.e. IS 2911 (Part IV) Load Tests on Piles.
Number of routine load test shall not be less than 2% of total nos. of piles
subject to minimum two routine load tests.

iv The Contractor shall give the Engineer-in-Charge at least 48 hours notice of the
commencement of construction of these piles which are to be subjected to
Initial Tests. The load tests shall not normally be conducted unless the concrete
is at least 28 days old.

v All testing shall be done under the direction of experienced personnel
conversant with the equipment and the testing procedure. Before the
commencement of the tests, all the particulars regarding the test pile including
boring data and concrete cube strengths shall be made available at site and
shall form a part of the test report.

Financial Bid Vol. II (Specifications) 196
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

vi On completion of each load test the Contractor shall submit a report of the load
test which shall include the following information.

a. Description of soil conditions, ground water table, actual boring and
installation records, concrete cube test results.
b. Method of load application
c. Load settlement readings during loading and unloading
d. Time load-settlement curve
e. All other observation relevant to the test being conducted

vii The Dynamic Integrity test using pile driving analyser or approved equivalent
for pile integrity shall be performed on all the working piles. The top of the pile
shall be made accessible, chipped off up to hard concrete, levelled by trimming
it back as far as practicable. The reinforcing bars of the piles tested shall be
bent sideways. The test shall be performed after removal of bad/ weak
concrete at top so that the wave propagation is steady through hard concrete.
The test shall be carried out at minimum 3 locations on each pile in such a way
that the entire cross section of the pile is evenly covered. The test shall be
conducted with a minimum age of concrete of 3 days. A specialist approved
agency shall be employed for the test and the tests shall generally be as per
recommendations of the agency unless directed by the Engineer-in-Charge. A
complete report indicating the graphical display of wave propagation under
each flow shall be submitted along with interpretation of results showing
discontinuities, cross-sectional changes or material changes if any. The results
are to be co-related with Site data.
viii Nothing extra is payable for conducting any type of tests i.e. initial load test,
routine load tests, integrity tests on pile as the quoted rates of the contractor
deems to include cost of these tests.

7.8.8 Defective Piles

The Engineer-in-Charge reserves the right to reject any pile which in his opinion
has not been constructed in accordance with the specifications. The Contractor will
not be paid for rejected piles. The increase in cost of the pile caps, tie beams and
other measures adopted for strengthening as a result of rejection of defective piles
shall be borne by the Contractor.

7.8.9 Criteria for Defining Rocky Strata
The contractor shall keep a note of penetration depth versus time from the
beginning of the drilling operation. Once the boring reaches the top of the
weathered rock, the penetration rate will drop, there will be an increase in the
slope of depth versus time plot. If there is no change in the rate of penetration
then the contractor will change the bottom tool of piling rig for drilling in rock or
provide appropriate machine suitable for drilling in rock. The top of the weathered
rock beyond which socketing would start shall be determined from the sample
collected from rock drilling. The pile shall be terminated after the specified
socketing length is reached. Under the condition that the pile cannot be taken to
Financial Bid Vol. II (Specifications) 197
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

be prescribed termination level owing to encountering hard rock then the
following criteria should be adopted.
i. Once the hard rock is reached the slope of the penetration depth versus time
plot will increase further and tend to be near vertical.
ii. Continue drilling until the slope is near vertical.

7.8.10 Pile Anchoring
In rocks the pile shall be taken down to rock strata devoid of any likely extension of
erosion and properly socketed as required (minimum one diameter of the piles) by
the design. Nothing extra shall be paid on this account.

7.8.11 Penalty on Mishandling of Bentonite

Mishandling of bentonite (like splashing of bentonite outside specified width of
barricading or non-cleaning of tyres of dumpers and transit mixers before leaving
the piling site thereby making the road dirty etc.) is strictly prohibited.
Noncompliance of same shall attract a penalty as mentioned elsewhere in tender
document.

7.9 REINFORCED SOIL STRUCTURES
7.9.1 General

The work of Reinforced Earth Structures shall consist of precast concrete facing,
galvanized High adherence ribbed carbon steel strip reinforcement, Geo grid
reinforcement and backfill material in accordance with the following specifications by
a specialised agency as appointed by the contractor with the approval of Engineer-
in-Charge.

The work shall be executed in conformity with the lines, levels, grades, design and
dimensions shown on the drawings submitted by that specialised agency with the
prior approval of the Engineer-in-Charge. The contractor, through the specialised
agency, shall submit all the design calculations and drawings, at least two weeks in
advance, to the Engineer-in-Charge for approval.

7.9.2 Codes And Standards

The work shall generally be done in conformity to the MORTH Specifications for
Road and Bridge Works : 4th Revision (2001), Section 3100 and Sub-sections
thereto. The detailed design and drawings submitted by the contractor through the
specialised agency engaged for the purpose shall be in accordance with (i) MORTH
specifications (ii) BS: 8006:1995 Strengthened/ Reinforced Soils and Other Fills
meeting the ultimate and serviceability limit state requirements and as per French
Standard AFNOR NFP 94-220 or (iii) AASHTO/US Federal Highway Administration
(FHWA) design guidelines. In case BS: 8006 is used for design, reference should be
Financial Bid Vol. II (Specifications) 198
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

made to other codes of practices listed above for a seismic design. Specifications of
specialised agency shall also be incorporated wherever relevant.

7.9.3 Precast Concrete Facia Panels

7.9.3.1 General

Precast concrete facing elements shall conform to the details and dimensions
shown on the drawings provided by the specialised agency and approved by the
Engineer-in-Charge. The area of single precast facia panel in elevation (after
placing in position) shall not be less than 1.50 m
2
(height not less than 900mm,
except for top panels, which may vary in height depending upon slope/ gradient)
with a minimum thickness of 180mm. Concrete shall conform to the requirements
given in this tender document. Precast concrete facing panels in M-35 grade
concrete shall be finished with form liner finish as approved by the Engineer-in-
charge.

7.9.3.2 Casting

The elements shall be cast on a flat area. Tie-strips connecting pins, PVC pipes
and lifting anchors shall be set in place to the dimensions and tolerances shown on
the shop drawings provided by the specialised agency and tie-strips guides shall
be set on the rear face, prior to casting. The concrete in each unit shall be placed
without interruption and shall be consolidated by the use of a vibrator
supplemented by hand-tamping as may be necessary to force the concrete into the
corners of the forms and prevent formation of stone pockets or cleavage planes.
Release agent of the approved manufacture shall be used throughout the casting
operation. Air entraining, retarding or accelerating agents or other additives
containing chloride shall not be used without approval of Engineer-in-Charge.
Coping beam Shall be provided at the top. Thermocol (polystyrene foam) shall be
provided in between the top panel of RE wall/Coping beam and nib of crash
barrier.

7.9.3.3 Curing

The precast elements shall be cured for a sufficient length of time (at least 14
days) so that the concrete develops require compressive strength.



7.9.3.4 Removal Of Forms

The forms shall remain in place until they can be removed without damaging the
elements.



Financial Bid Vol. II (Specifications) 199
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.9.3.5 Scribing

The date of manufacture shall be clearly scribed on the rear face of each unit.

7.9.3.6 Concrete Finish

The front (exposed) face of the panels, shall have form liner finish as per drawing.
The rear face shall have the finish of unformed surface.

7.9.3.7 Tolerances

All elements shall be cast within the following tolerances

i All dimension : within 5mm
ii Evenness of the front face : 5mm over 1500mm
iii Thickness : 5mm
iv Difference of two Diagonal dimension : 5mm

7.9.3.8 Handling Storage and Transporting

All elements shall be handled, stored and transported in such manner as to
eliminate the danger of chipping, cracks, fracture and excessive bending stresses.
Panels in storage shall be supported on firm blocking located adjacent to tie strips
to avoid bending.

7.9.3.9 Acceptability and Placement

Acceptability of the precast elements shall be determined on the basis of
compression tests, as specified and visual inspection. The age of concrete of
precast facia elements shall not be less than 14 days at the time of placement in
position and shall have achieved minimum 75 % of 28 days strength.

7.9.3.10 Levelling Pad

Leveling pad made of M15 grade concrete shall be provided under the walls. The
pad shall be cured for at least 24 hours prior to placing of panels. Regular check
shall be conducted for verticality of wall after every layer of placement of panels by
plumb.

7.9.3.11 Rejection

Elements shall be subjected to rejection in case of failure to meet any of the
requirements specified above. In addition, defects that indicate imperfect moulding,
or defects indicating honeycombed or open textured concrete, shall be sufficient
cause for rejection.

Financial Bid Vol. II (Specifications) 200
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.9.4 Hot Dip Galvanised Soil Reinforcing Strips And Fasteners

A. Reinforcing Strips

The soil reinforcement shall be in the form of High Adherence hot rolled steel
strip with transverse ridges and shall be galvanized. The soil reinforcements
shall conform to the specifications of the manufacturer and shall be subject to
the approval of Engineer-in-Charge prior to supply of the material at the site.
The steel strips with minimum tensile, bearing and shear strength of 490N/mm
2

having a silicon content of not less than 0.20% and not more than 0.40%
complying with the requirements of BS EN 10025:1993 (or equivalent IS)
except elongation which should be a minimum of 18 % after galvanization shall
be used.
After fabrication, the High Adherence Strips and panel lugs are hot-dip
galvanized to BS EN ISO 1461:1999 and BS 729:1971 requirements, except
that the average zinc coating weight for any individual test area is not less than
1000gm/m
2
.

B. Panel Lugs

The panel lugs shall be manufactured from hot-rolled steel strip. The panel lug
steel strip should have minimum tensile, bearing and shear strength of 490
N/mm
2
, having a silicon content of not less than 0.20% and not more than
0.40%, complying with the requirement of BS EN 10025:1993 (or equivalent
IS). Reinforcing and tie strips shall be cut to the lengths and tolerances shown
on approved drawings. Holes for bolts shall be made in the locations shown.
They shall be carefully inspected to ensure they are true to size and free from
defects that may impair their strength or durability.

C. Bolts And Nuts

Bolts and nuts shall be hexagonal in shape and high strength screw conforming
to European norms E25100 CLASS 10.9 or equivalent IS. They shall be 12mm
in diameter 40mm in length hot dip galvanized in conformity with ASTM A153
or equivalent IS. The average zinc coating shall not be less than 500gm/m
2
.


7.9.5 Panel Joint Treatment

The facia unit joint filler shall be as per the recommendations of the manufacturer
and shall be durable resistant to the effect of air pollution and water. Joints
between discrete panels shall be covered with non-woven fabric strips with a
minimum overlap of 2 on the panel surface.The non-woven geotextile shall be
pasted using glue to avoid any chance of slippage during installation. Bearing
pads for horizontal joints between panels shall be made of elastomer with
Financial Bid Vol. II (Specifications) 201
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

vulcanized EPDM. The joint width shall be selected at the design stage and
indicated on the drawings.

7.9.6 Drainage

A 600 mm wide filter media/separation layer consisting of mixture of 10mm down
coarse aggregates (65%) and 0.425mm up medium coarse sand (35%) and a
layer of geotextile shall be placed behind the panels. The Reinforced Soil backfill is
considered a self-draining media, having sufficient permeability to relieve
hydrostatic pressures. Sub surface drainage system consisting of perforated PVC
pipe of min dia 150mm wrapped in filter fabric shall be placed near the ground
level and connected to a nearby storm water drain.

7.9.7 Reinforced Soil Backfill

The backfill material shall conform to Clause 3103 0f MORTH Specifications or as
approved by the Engineer-in-Charge . The filling material from the precast
concrete facing to the end of the soil reinforcement galvanized steel strips) shall be
referred as reinforced fill while the filling material beyond the soil reinforcement
shall be referred as retained fill. Backfill materials used in the Reinforced Soil
volume shall be reasonably free from organic or otherwise deleterious materials.
For retained fill specification as given for low height embankment shall be followed.
Backfill material shall conform to the following mechanical and electrochemical
requirements.

Water of minimum resistivity exceeding 700 cm shall be used for compaction and
compaction of backfill material shall be min 95% (97% for top 50 cm) of modified
Proctor Density for fill materials.

7.9.8 Execution Of Work

A representative of the specialised agency shall always be present on site during
the entire casting and erection phases to ensure that the quality of the works
performed by the Contractor is in accordance to the specifications. The
representative shall also assist the contractor whenever required during the entire
construction period of reinforced soil wall.
All expenses relating to his presence on site shall be borne by the Contractor.
Procedure for the execution of the work is given in the following paras.

A. Excavation

Excavation shall be in accordance with the relevant section of these
specifications and in conformity to the construction stages shown on the
drawings.

Financial Bid Vol. II (Specifications) 202
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

B. Foundation Preparation

The foundation for Reinforced Soil Structures shall be graded level for a width
equal to or exceeding the length of reinforcing elements or as shown on the
drawings. Prior to wall construction, if felt necessary by the Engineer-in-charge,
the foundation shall be compacted with a smooth wheel vibratory roller. Any
foundation soils found to be unsuitable shall be removed and replaced with
suitable soil.

C. Erection

Pre-cast concrete facia shall be placed with the aid of light crane. Panels shall
be placed in successive horizontal lifts in the sequence shown on the drawings
as backfill placement proceeds. As fill materials is placed behind a panel, the
panels shall be maintained in position by means of temporary wooden wedges
placed in the joint at the junction of the two adjacent top rows of panels during
construction.

External bracing may also be needed for the initial lift. However, bracings shall
be placed in an area not more than 1.50 meter wide beyond the outer face of
panels. Vertical tolerances (plumbness) and horizontal alignment tolerance
shall not exceed 25mm when measured along a 3 meters straight edge. The
maximum allowable offset in any panel joint shall be 15mm from the vertical
plane of the panel.

D. Backfill Placement And Compaction

Backfill placement shall follow closely the erection of each lift of facia panels. At
each reinforcing level, backfill should be roughly leveled before placing the soil
reinforcement. The galvanized steel strips shall be placed normal to the face of
the wall or as shown on the drawings. The program for filling shall be such that
no construction machinery runs directly on the reinforcement.

Drainage outlets at the bottom level joints of panels with provision of non-
woven geo-textile backing shall be provided along the facia for drainage layer.
The retained fill shall have drainage bay, 600mm wide, with 19.5mm to 9.1mm
well graded crushed aggregate with infill of coarse sand to allow free draining
of the reinforced fill & retained fill.

All construction plant having a mass exceeding 1000kg shall be kept at least
1.5m from the inner face of the wall. In this area (upto 1.5m from the inner face
of the wall) the compaction shall be done with a vibratory plate compactor of
maximum weight 1000kg.

Compaction by any other method shall only be permitted with the prior approval
of the Engineer-in-Charge. During construction the retained material beyond
the reinforcement shall be maintained at the same level as reinforced fill.
Financial Bid Vol. II (Specifications) 203
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


The compacted layer shall not be more than 300mm, to achieve the
compaction of minimum 95 percent of modified proctor density when measured
as per IS: 2720 (Part 8). The contractor shall decrease the thickness if that is
necessary to obtain the specified density. Temporary formwork shall be used to
support the pre-cast concrete facing as per specified details given in the
drawings. The forms, scaffolding, and props shall be sufficient in numbers to
allow executing the job within the specified time schedule.
At the end of each days operations, the Contractor shall shape the last
level of backfill as to permit runoff of rainwater away from the wall face.

7.9.9 Quality Control For Backfill And Reinforcing Elements

A suggested QAP for Reinforced Soil Walls construction is as given below:
a. Tests related to steel
i. Tensile strength testing, one for every lot
ii. Test for galvanization, one for every lot
iii. Determination of interface friction by pull out test, maximum once in a
project, if the values used in design are not as per the codes of practices,
otherwise at owners cost

b. Tests related to selected backfill
i. At source approval and on any change of approved source:
1. Grain size analysis
2. peak
3. Maximum dry density with heavy compaction
4. Electrochemical properties of soil

ii. During construction for every 10,000 cum or minimum one test
1. Grain size analysis
2. peak
3. Maximum dry density with heavy compaction
4. Electrochemical properties of soil
5. Density of each compacted layer (>95% of MDD). One test for every 250
sqm.

iii. During construction for each compacted layer
1. Grain size analysis
2. Maximum dry density with heavy compaction
3. Density of each compacted layer (>95% of MDD)

7.9.10 Measurement
The measurement shall be in terms of completed area of M35 grade concrete
precast facing panels in square meter. The unit rate shall include the supply of
the precast facia panels, all specialist fitments and accessories, placing and
attaching galvanized steel strips, all sealant and fixings, filter media behind
Financial Bid Vol. II (Specifications) 204
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

precast facing panels and at the base of the filling as per drawing, submission
of detailed design and construction drawings (prepared by the manufacture of
the soil reinforcement), supervision to site works and all labour, equipment,
tools and incidentals to complete the work.

7.9.11 Backfill Materials
The backfill material shall conform to the specifications of the manufacturer and
got approved by the Engineer-in-charge prior to placement in position. The filling
material from the precast concrete facing to the end of the soil reinforcement
(galvanized steel strips) shall be referred as reinforced fill while the filling material
beyond the soil reinforcement shall be referred as random fill. Backfill material
used in reinforced soil volume shall be reasonably free from organic or otherwise
deleterious material and shall confirm to necessary mechanical requirements. The
backfill soil shall also meet all chemical and electro-chemical properties required
for carbon steel strips reinforcement. The soil used as reinforced fill shall conform
to the following specifications:
The filling material for reinforced soil structure shall have an angle of internal
friction between the compacted fill and the reinforcing element of not less than 25
o
,
measured in accordance with IS: 13326 (Part 1). The soil shall be predominantly
coarse grained and not more than 10 percent of particles shall pass 75 micron
sieve. The uniformity coefficient (CU), of the backfill material shall be greater than
2.5. The soil should have properties such that the salts in the soil should not react
chemically or electrically with the reinforcing elements in an adverse manner.

7.10 BEARINGS
7.10.1 POT cum PTFE Bearings
The work of POT bearings will include design of bearings based on the load
parameters given in the drawings and as directed by Engineer-in-charge, getting
the design approved by Engineer-in-charge, their fabrication, supplying and fixing
in position in accordance with details shown on drawings. Design of bearings will
also include the design of all components individually. The work is to be carried out
meeting the required Specifications, codes and standards quoted therein and as
directed by Engineer-in-Charge. The installation of bearings shall be carried out
under the supervision of the manufacturer of the bearings. The Contractor shall
provide a warranty for 15 years (Annx.- G) and the bearings shall be repaired or
replaced free of cost by the Contractor, in case any defect is observed during this
period. Decision of the Engineer-in-charge regarding replacement / repair of
bearing shall be final and binding. An amount of 10% of the actual cost of BOQ
item will be retained as security deposit in the form of standard bank guarantee for
15 years. This is in addition to the security deposit under clause 1A of GCC2010

Financial Bid Vol. II (Specifications) 205
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

The contractor shall be responsible for rectifying defects noticed within Fifteen
years from the date of completion of the work and the additional security deposit
relating to Bearings shall be refunded after the expiry of this period

It shall be ensured that the bottoms of the segments to be received on the
bearings are plane at the location of these bearings and care shall be taken that
the bearings are not displaced while casting the segments. Detailed methodology
for fabrication and fixing shall be submitted for the approval to the Engineer-in-
charge and the work will be carried out as strictly as per the approved method
statement.

a) Material Specifications of Pot Bearings
All the components of Pot Bearings will meet the following standards:
(i) The material such as PTFE lubrication, confined elastomer, stainless steel
& internal seal shall conform to requirement of IRC: 83 Part-III.
(ii) The POT base, saddle & top plate shall be of cast steel conforming to IS:
1030 Gr 280-520 W. The anchor bolts shall conform to IS: 1364.
(iii) All welding shall conform to IS: 816 & IS: 9595 with electrode as per IS:
814.
(iv) Painting on non-working surface of bearing shall be as per IRC: 83 Part-III.
(v) The mating surface of Piston and cylinder shall be hardened to 350 BHN
(Min).
(vi) Guides of sliding POT bearing shall be monolithic to parent component.
(vii) All the part of bearing such as anchor sleeves, anchor bolts, plates etc
embedded in concrete shall be hot dip galvanized @ 300gm/m2.

b) Modifications to the Requirements of IRC: 83 Part III
All the design requirements for Pot bearing as specified in IRC: 83 Part-III has to
be fulfilled with following modifications.
(i) No increase in permissible stresses in any steel component of Pot bearing
or bearing stress between concrete and bearing is permitted in seismic
condition.
(ii) No increase in permissible bearing stress between concrete and bearing is
permitted in seismic condition.

c) Anchor sleeve
The anchor sleeves have to be designed taking account of difference in elasticity
of steel of sleeve and concrete. The effect of shifting of center of rotation of sleeve
should be also taken into account.

d) Testing of Pot Bearing

Proof Load Test
A test bearing shall be tested as defined in IRC-83 Part-III. The bearing will be
visually examined both during the test and upon disassembly after the test.
Bearings having any resultant visual defects, such as extruded or deformed
elastomer or PTFE, damaged seals, or cracked steel, will not be accepted.
Financial Bid Vol. II (Specifications) 206
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


During the test, the steel bearing plate and steel piston shall maintain continuous
and uniform contact and if any lift-off is observed, the bearings will not be
accepted.

Sliding Coefficient of Friction
For all guided and non-guided expansion type bearing, the sliding coefficients of
friction shall be measured at the bearing's design capacity. The sliding coefficient
of friction shall be calculated as the horizontal load required to maintain continuous
sliding of one bearing, divided by the bearing's vertical design capacity.

The test result will be evaluated as follows:
(i) The measured sliding coefficients of friction shall not exceed 3%.
(ii) The bearing will be visually examined both during and after the test. If any
resultant visual defects, such as bond failure, physical destruction, cold flow
of PTFE to the point of de-bonding, or damaged components is found, the
bearings will be rejected.

e) Sampling and Testing

Lot Size
Sampling testing and acceptance consideration will be made on a lot basis. A lot
shall be defined as those bearings presented for inspection at a specific time or
date. A lot shall be further defined as the smallest number of bearings as
determined by the following criteria.
(i) A lot shall not exceed a single contract or project quantity
(ii) A lot shall not exceed 25 bearings
(iii) A lot shall consist of those bearing of the same type regardless of load
capacity. Bearing types shall be fixed or expansion bearings types. Guided
and non-guided expansion bearing shall be considered a single type.

Sampling and Testing Requirements
The manufacture shall furnish the required number of samples to perform testing in
accordance with Table Given below:-

Test Sample Required
Proof load
Coefficient of Friction
Physical Properties of
elastomeric rotational elements
Physical properties of PTFE
sheet

One production bearing per lot
One production bearing per lot
One elastomeric element per lot

One 10" x 15" sheet of PTFE material
per project

A minimum of thirty (30) days shall be allowed for inspection, sampling and testing
of production bearings and component materials. All exterior surfaces of sampled
production bearings shall be smooth and free from irregularities or protrusions that
Financial Bid Vol. II (Specifications) 207
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

might interfere with testing procedures. The manufacturer will select, at random,
the required sample bearing(s) from completed lots of bearings for testing by the
manufacturer. He will complete the required testing and determine compliance with
this specification before submitting the lot(s) for inspection, sampling, and
acceptance consideration.

The Engineer-in-Charge or his authorized representative shall select, at random,
the required sample bearing(s) from completed lots of bearings.

Necessary test certificates for all the raw materials shall be furnished by
manufacturer. Test specified in IS: 1030 for cast steel shall be performed. Casting
shall be ultrasonically got tested by approved testing agency.

f) Fabrication Details
The Contractor shall provide the Engineer-in-Charge with written notification thirty
(30) days prior to the start of bearing fabrication. This notification shall include all
of the information shown on the shop drawings which are required as explained in
subsequent section.

The finish of the mould used to produce the elastomeric rotational element shall
conform to good machine shop practice.

All steel surfaces exposed to the atmosphere, except stainless steel surfaces and
metal surfaces to be welded, shall be shop painted in accordance with the
Contract Plans. Prior to painting, the exposed steel surfaces shall be cleaned in
accordance with the recommendations of the coating's manufacturer. Metal
surfaces to be welded shall be given a coat of clear lacquer, or other protective
coating approved by the Engineer-in-Charge, if the time of exposure before
welding takes place is to exceed three months, the coating shall be removed at the
time of welding. No painting will be done to these surfaces prior to the completion
of welding.

Stainless steel sheet shall be attached to its steel substrate with an approved
epoxy to ensure complete contact and then sealed with a continuous seal weld.

The steel piston and the steel pot shall each be machined from a solid piece of
cast steel. The outside diameter of the piston shall be no more than 1mm less than
the inside diameter of the pot at the interface level of the piston and elastomeric
rotational element. The sides of the piston shall be beveled to facilitate rotation.
Except as noted all bearing surfaces of steel plates shall be finished or machined
flat in accordance with tolerance written below:

Tolerances:
Manufacture tolerance shall be as per IRC: 83 Part-III. All these measurements will
be taken using dial height gauges, Vernier Calipers, surface finish measurement
instrument etc. which manufacturer has to arrange at the workshop. Every bearing
shall have the Project identification number, lot number, and individual bearing
Financial Bid Vol. II (Specifications) 208
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

number indelibly marked with ink on a side that will be visible after erection.

After assembly bearing components shall be held together with steel strapping, or
other means, to prevent disassembly until the time of installation. Packaging shall
be adequate to prevent damage from impact as well as from dust and moisture
contamination during transportation and storage.

g) Shop Drawings
Along with detailed design of different types of bearing, shop drawings shall
be submitted .The shop drawings shall contain the following information,
which is necessary for proper design and detailing of the bearings.
(i) Quantity, type (fixed, guided expansion, non-guided expansion), and
location of all bearing units.
(ii) A table containing maximum and minimum vertical and horizontal loads,
design rotation requirements, and magnitudes and directions of movements.
(iii) Allowable contact stresses, maximum dimensions, and anchorage
requirements at the bearing interfaces; grades, bevels, and slopes at all
bearings; and allowable coefficients or friction of all sliding surfaces.
(iv) The painting system to be used on the steel components to guard against
corrosion.
(v) Any special consideration such as earthquake requirements, uplift details,
or temporary attachments.
(vi) Installation scheme of pot bearing


7.10.2 Elastomeric Bearings
The terms bearing in this case refers to an elastomeric bearing consisting of one
or more internal layers of elastomer bonded to internal steel laminates by the
process of vulcanisation. The bearing shall cater for translation and / or rotation of
the superstructure by elastic deformation.

The work of elastomeric bearings will include design of bearings based on the load
parameters given in the drawings and as directed by Engineer-in-charge, getting
the design approved by Engineer-in-charge. The work of elastomeric bearings will
include its manufacturing as per the details specified in drawings and as per
section 2005 of MORT&H Specifications for Road and Bridge Works (Fourth
Revision), supplying and installation in position in accordance with details shown
on drawings. Design of bearings will also include the design of all components
individually.

An amount of 10% of the actual cost of BOQ item will be retained as security
deposit in the form of standard bank guarantee for 15 years. This is in addition to
the security deposit under clause 1A of GCC2010.

The contractor shall be responsible for rectifying defects noticed within Fifteen
years from the date of completion of the work and the additional security deposit
relating to Bearings shall be refunded after the expiry of this period.
Financial Bid Vol. II (Specifications) 209
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


a) Raw Material
Chloroprene (CR) only shall be used in the manufacture of bearing.
Grades of raw elastomer of proven use in elastomeric bearings, with low
crystallization rates and adequate shelf life (e.g. Neoprene WRT,
Bayprene 110 Skyprene B- and Denka S-40V) shall be used.
No reclaimed rubber or vulcanized wastes or natural rubber shall be
used.
The raw elastomer content of the compound shall not be lower than 60
per cent by its weight. The ash content shall not exceed 5 percent (as
per tests conducted in accordance with ASTM D-297, sub-section 10).
EPDM and other similar candidate elastomers for bridge bearing use
shall not be permitted.

b) Properties
The elastomer shall conform to the properties specified in Clause 4.3.1 of
the IRICEN publication titled "Bearings for Railway Bridges" and those
specified in Table 2000-1 of MORTH Specifications for Road and Bridge
Works 2001 (Fourth Revision).

c) Fabrication and Tolerances
Fabrication and dimensional tolerances shall be governed by the
specifications laid down in Clause 4.3.2 of the IRICEN publication & Clause
2005.2 of the MORTH specifications mentioned above.

d) Acceptance Specifications
For inspection and testing requirement Clause 4.4 of the above mentioned
IRICEN publication shall be referred with modifications of lot size as
mentioned below:

Sampling testing and acceptance consideration will be made on a lot basis. A lot
shall be defined as those bearings presented for inspection at a specific time or
date. A lot shall be further defined as the smallest number of bearings as
determined by the following criteria.
A lot shall not exceed a single contract or project quantity
A lot shall not exceed 50 bearings
A lot shall consist of those bearing of the same type regardless of load
capacity.

Accepting and testing requirements shall also conform to the specifications laid
down in Clause 2005.3 of the referred MORTH specifications.

In addition to tests mentioned above, all bearings shall be also weighed actually
and compared with the theoretical weight.

All bearings shall carry a warrantee of not less than 15 years in an approved
format. The contractor shall be responsible for immediate repair or replacement of
Financial Bid Vol. II (Specifications) 210
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

the bearings in case of failure / distress to the satisfaction of the Owner at no extra
cost to the Owner within the warrantee period. Criteria for Selection of bearing
manufacturer shall conform to requirement of MoST letter No-RW/NH-34057(1) /
95-(S & R) dated 2nd November-2000.

e) Design
The design of elastomeric bearings shall be as per IRC: 83 (Part II) 1987.
Alternatively, design can also be made with the guidelines laid down in the
UIC 772 R or the latest version of Euronorm prEN1337-3 Part 3.

The design, drawings and detailed method statements for installation and
replaceability of the bearings shall be checked and certified by approved
independent agency before submitting to the Engineer-in-Charge for
approval.

f) Storage and Handling
Each elastomeric bearing shall be clearly labelled or marked. The bearing
shall be wrapped in a cover. They shall be packed in timber crates with
suitable arrangement to prevent movement and to protect corners and
edges.

Care shall be taken to avoid mechanical damage, contamination with oil,
grease and dirt, undue exposure to sunlight and weather to the bearings
during transport and handling prior to and during installation.

g) Installation
Installation procedure shall conform to the guidelines listed in Clause 4.5 of
the IRICEN publication and Clause 2005.6 of the MORTH specifications.
Cost of Non-shrink grout above and below the bearing is included in the
cost of bearing.
h) Measurement

Measurement shall be made in cu.cm correct to two places of decimals. All
linear dimensions required to arrive at volume of elastomer shall be
measured correct to mm.


7.11 EXPANSION JOINTS
The work of Expansion Joint will include its based on the parameters given in the
drawings and as directed by Engineer-in-charge, getting the design approved by
Engineer-in-charge, their fabrication, supplying and fixing in position in accordance
with details shown on drawings. The work is to be carried out meeting the required
Specifications, codes and standards quoted herein and as directed by Engineer-in-
Charge. The Contractor shall provide a warranty for 15 years (Annexure-H) and
the Expansion joints shall be repaired or replaced free of cost by the Contractor, in
case any defect is observed during this period. Decision of the Engineer-in-charge
regarding replacement / repair of Expansion joints shall be final and binding. An
Financial Bid Vol. II (Specifications) 211
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

amount of 10% of the actual cost of BOQ item will be retained as security deposit
in the form of standard bank guarantee for 15 years. This is in addition to the
security deposit under clause 1A of GCC2010

The contractor shall be responsible for rectifying defects noticed within Fifteen
years from the date of completion of the work and the additional security deposit
relating to Expansion Joints shall be refunded after the expiry of this period

Relevant clause of IRC: SP: 69 2005 would be applicable. For other details
regarding fabrication, fixing, sealing, etc. specifications are as follows:

7.11.1 Strip Seal Expansion Joint
Expansion joint type described here is the strip seal type.
a) Components
Strip seal expansion joint shall comprise the following items:

(i) Edge Beam:
This shall be either extruded or hot rolled steel section or cold rolled cellular steel
section with suitable profile to mechanically lock the sealing element in place
throughout the normal movement cycle. Further the configuration shall be such
that the section has a minimum thickness of 10mm all along its cross section
(flanges and web). Thickness of the lip holding the seal shall not be less than
6mm. The minimum height of the edge beam section shall be 80mm. The
minimum cross sectional area of the edge beam shall be 1500mm
2
.

(ii) Separator Beam:
Separator beams / lamellas shall be there only in case of Modular Strip Seal type
expansion joint. This shall be either extruded or hot rolled steel section or cold
rolled cellular steel section with suitable profile to mechanically lock the sealing
element in place throughout the normal movement cycle. Further the configuration
shall be such that the section has a minimum thickness of 10mm all along its cross
section (flanges and web). Thickness of the lip holding the seal shall not be less
than 6mm. The minimum height of the separator beam section shall be 80mm.

(iii) Anchorage:
Edge beams shall be anchored to the deck by reinforcing bars or bolts or anchor
plates cast in concrete or a combination of anchor plate and reinforcing bars.
Anchor bars studs or bolts shall engage the main structural reinforcement of the
deck and in case of anchor plates or loops, this shall be achieved by passing
transverse bars through the loops or plates.

The minimum thickness of anchor plate shall be 12mm. Total cross sectional area
of bar on each side of the joint shall not be less than 1600 mm
2
per meter length of
the joint and the center to center spacing shall not exceed 250mm. The ultimate
resistance of anchoress shall not be less than 600 KN/m in any direction.


Financial Bid Vol. II (Specifications) 212
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


(iv) Sealing Element:
This shall be a preformed / extruded single strip of such a shape as to promote self
removal of foreign material during normal joint operation. The seal shall possess
high tear strength and be insensitive to oil, gasoline and ozone.

b) Materials for Components
Suitability of material for different components of the expansion joints will be as
detailed below:
(i) The steel for edge beams shall conform to any of the steel grade
corresponding to RST 37-2 or 37-3 (DIN), ASTM A36 or A588, CAN/CSA
Standard G40.21 Grade 300W or equivalent.
(ii) Anchorage steel shall conform to IS: 2062 or equivalent.
(iii) All steel sections shall be protected against corrosion by hot dip galvanizing
or any other approved anticorrosive coating with a minimum thickness of 100
micron.
(iv) Chloroprene of strip seal element shall conform to Clause 915.1 of IRC: 83
(Part-II). The properties of chloroprene shall be as specified in Table 1.

c) Fabrication (Pre-installation)
Fabrication details for the expansion joints are given below:
(i) The strip seal joint system and all its component parts including anchorages
shall be supplied by the manufacturer /system supplier.
(ii) Sealing element is made of chloroprene and must be extruded section. The
working movement range of each sealing element shall be at 70mm.
(iii) The width of the gap to cater for movement due to thermal effect, pre-stress,
shrinkage and creep, superstructure deformations (if any) and sub-structure
deformations (if any) shall be determined and intimated to the manufacturer.
Depending upon the temperature at which the joint is to be installed, the gap
dimension shall be preset.
(iv) Each strip seal expansion joint system shall be fabricated as a single entity
unless stage construction or excessive length prohibits monolithic fabrication.
It shall fit the full width of the structure as indicated on the approved drawing.
The system shall be pre-set by the manufacturer prior to transportation.
Presetting shall be done in accordance with the joint opening indicated on the
drawing.
(v) The finally assembled joint shall then be clamped and transported to the work
site.

Table 1: Strip Seal Element Specification


PROPERTY

SPECIFIED VALUE

Hardness
DIN 53505
ASTM D 2240 (Modified)

63 5 Shore A
55 5 Shore A
Financial Bid Vol. II (Specifications) 213
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Tensile Strength
DIN 53504
ASTM D 412

Min 11 MPa
Min 13 .8Mpa
Elongation at fracture
DIN 53504
ASTM D 412

Min 350 %
Min 250 %
Tear Propagation Strength
Longitudinal
Transverse

Min 10 N/mm
Min 10 N/mm
Shock elasticity Min 25 %
Abrasion Min 220 mm
3
Residual Compressive Strain
(22h/70C/30% Strain)
Max 28 %
Aging in hot air
(14days/70C)
Change in hardness
Change in tensile strength
Change in elongation at
fracture


Max + 7 Shore A
Max 20 %
-20 %
Ageing in Ozone
(24h/50pphm/25C/20%
elongation)
No cracks

Swelling behaviour in oil
(168h/25C)
ASTM Oil No. 1
Volume Change
Change in hardness


Max + 5 %
Max 10 Shore A
ASTM Oil No. 3
Volume Change
Change in hardness
Cold Hardening Point

Max + 25 %
Max 20 Shore A
Max 35C

Only one set of specification viz. ASTM or DIN shall be followed depending on the
source of supply.

d) Handling and Storage
Following precautions shall be followed for the handling and safe storage of the
joints before putting them into the job at site.

(i) For transportation and storage, auxiliary brackets shall be provided to hold
the joint assembly together.

(ii) The manufacturer/supplier shall supply either directly to the Engineer-in-
Charge or to the Bridge Contractor all the materials of strip seal joints
including sealants and all other accessories for the effective installation of the
jointing.
Financial Bid Vol. II (Specifications) 214
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


(iii) Expansion joint material shall be handled with care. It shall be stored under
cover on suitable lumber padding.

e) Supply / Installation:
Components of expansion joint such as edge beam and strip seal shall be
imported from the specified manufacturer / collaborator with the prior approval of
Engineer-in-charge. Contractor shall furnish a warranty on pre-approved format for
trouble free performance for at least fifteen years and free rectification of defects /
replacement, if any, during this period.

The joints shall be installed by the manufacturer / supplier or their authorized
representative who will ensure compliance to the manufactures instructions for
installation.

Taking the width of gap for movement of the joint into account, the dimensions of
the recess in the decking shall be established in accordance with the drawings or
design data of the manufacturer. The surfaces of the recess shall be thoroughly
cleaned and all dirt and debris removed. The exposed reinforcement shall be
suitably adjusted to permit unobstructed lowering of the joint into the recess. The
recess shall be shuttered in such a way that dimensions in the joint drawing are
maintained. The formwork shall be rigid and firm. Immediately prior to placing the
joint, the presetting shall be inspected. Should the actual temperature of the
structure be different from the temperature provided for presetting, correction of
the presetting shall be done. After adjustment, the brackets shall be tightened
again.

The joint shall be lowered in a pre determined position. Following placement of
the joint in the prepared recess, the joint shall leveled and finally aligned and the
anchorage steel on one side of the joint welded to the exposed reinforcement bars
of the structure. Upon completion, the same procedure shall be followed for the
other side of the joint. With the expansion joint finally held at both sides, the
auxiliary brackets shall be released, allowing the joint to take up the movement of
the structure.

High quality concrete shall then be filled into the recess. The packing concrete
must feature low shrinkage and have the same strength as that of the
superstructure, but in any case not less than M40 grade. Good compaction and
careful curing of concrete is particularly important. After the concrete has cured,
the movable installation brackets and shuttering still in place shall be removed.

The neoprene seal shall be field installed in continuous length spanning the entire
roadway width. In order to ensure proper fit of seal and enhance the ease of
installation dirt, spatter or standing water shall be removed from the steel cavity
using a brush, scrapper or compressed air. The seal shall be installed without any
damage to the seal by suitable hand method or machine tools.

Financial Bid Vol. II (Specifications) 215
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

The deck surfacing shall be finished flush with the top of the steel sections. The
horizontal leg of the edge beam shall be cleaned beforehand. It is particularly
important to ensure thorough and careful compaction of the surfacing in order to
prevent any premature depression forming in it.

f) Acceptance Criteria
All joints will meet the following acceptance criteria before these are accepted for
lowering and installation at the required location as per the drawings.

(i) All steel elements shall be finished with corrosion protection system.

(ii) For neoprene seal, the acceptance test shall conform to the requirements
stipulated in Table-1. The manufacturer / supplier shall produce a test
certificate accordingly, conducted in a recognized laboratory, in India or
abroad.

(iii) The manufacturer shall produce test certificates indicating that anchorage
system had been tested in recognized laboratory to determine optimum
configuration of anchorage assembly under dynamic loading.

(iv) Prior to acceptance 25% of the completed and installed joints, subject to a
minimum of one joint, shall be subjected to water tightness test. Water shall
be continuously pounded along the entire length for a minimum period of 4
hours for a depth of 25mm above the highest point of deck. The width of
ponding shall be at least 50mm beyond the anchorage block of the joint on
either side. The depth of water shall not fall below 25mm anytime during the
test. A close inspection of the underside of the joint shall not reveal any
leakage.

(v) As strip seal type of joint is specialized in nature, generally of the proprietary
type, the manufacturer shall be required to produce evidence of satisfactory
performance of this type of joint.

g) Test and Standards of Acceptance:
The materials shall be tested in accordance with these specifications and shall
meet the prescribed criteria. The manufacturer / supplier shall furnish the requisite
certificates from the recognized testing laboratory of India or abroad.

7.12 ADDITIONAL SPECIFICATIONS FOR PSC SEGMENTAL PRECAST
CONCRETE BOX GIRDER
A. General

The superstructure for major portion of the stilted length shall be constructed by
precast segmental construction with epoxy bonded joints. The pre-stressing
cables will be internal to the concrete. The standard two/three/four span
continuous superstructures shall be constructed "span by span" sequentially,
Financial Bid Vol. II (Specifications) 216
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

starting at one end of a continuous stretch and finishing at the other end in
stages.
The method of erection of segments shall be by means of overhead gantry
(Launchers). The sequence of operation proposed shall be as follows.
1. Casting of segments and transported, erected and assembled with the
overhead launching girder.
2. Each segment is glued with epoxy and with temporary pre-stressing.
3. Longitudinal permanent pre-stressing is applied on Segments.
4. Overhead launching girder is shifted to the next span, for further launching
of segments.
Sufficient care shall be taken, (in the form of safety nets, quality control etc)
while erection and stitching, since there will be movement of traffic at ground
level.

B. Design Calculations For Construction Procedures

Design assumptions and calculations shall be submitted for temporary pre-
stressing, false work, erection devices, formwork or other temporary
construction which may be required to complete the work. Assumptions and
Calculations shall also be submitted to substantiate the system and method of
permanent and temporary pre-stressing proposed by the Contractor.

C. Method Statements

The Contractor shall submit the Method Statements which will include complete
details and information concerning the method, materials, equipment and
procedures he proposes to use. Method Statements shall be submitted
sufficiently in advance of the start of superstructure field construction
operations, so as to allow the Engineer-in-Charge adequate review period,
which shall not be less than 30 days. The submittals shall invariably include
step-by-step erection procedure. Method Statements shall also include all
calculations, drawings and information as may be relevant.

7.12.1 Precast Segments
In general pre-cast segments shall be 3.0m in length. Segments shall be match
cast. Where this is not possible or advisable for some reason, the segments will be
of length between 0.5m and 3.0m. Hence, the mould/casting bed shall be
adaptable to cast non-standard length of segment. Multiple Shear keys shall be
provided at segmental joints at the webs as well as at top flange and soffit slab of
the girder. The governing weight of the segments will vary depending upon
carriageway width

Specifications of Pre-cast segmental construction include all the specifications of
concrete work given under section 7.6 and pre-stressing works given under section
7.10. Additional specifications related with pre-cast segments, its form work and
launching girder are given in this section.
Financial Bid Vol. II (Specifications) 217
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.12.1.1 Casting, Handling, Transportation And Erection Of Precast Segments

A. General
The Contractor shall submit detailed Method Statements for casting, handling,
transportation and erection of pre-cast. The superstructure shall be erected by
the method indicated in the tender, or by alternate method submitted by the
Contractor, subject to the approval of the Engineer-in-Charge. The stressing
system, cage of reinforcement and lifting details shall be successfully
demonstrated on sample segment prior to casting any permanent segments.

All handling and erection plant and equipment shall be load tested prior to their
use at site or when specifically asked for by the Engineer-in-Charge. Any
additional material required to cater to any temporary condition including
temporary pre-stressing shall be borne by contractor and nothing extra will be
paid on this account.

Casting yard shall have the following minimum facilities

i. Casting beds as required.
ii. All handling facilities for pre-cast elements.
iii. Curing arrangements as required.
iv. Stacking arrangements for pre-cast elements.
v. Storing of materials.
vi. Proper drainage and approach roads.

B. Casting Of Segments

Pre-cast segments shall be match cast at the casting yard and later transported
to location and erected in position. Details for casting bed and hardware for
adjustment shall be submitted by the Contractor for the Engineer-in-Charge's
approval. Casting bed and forms shall be structurally adequate to support the
segments without settlement or distortion. The casting bed shall be designed
for the hardware needed to adjust and maintain grade and alignment. Special
consideration shall be given to those parts of the forms that have to change in
dimensions. To facilitate alignment or adjustment, special equipment such as
wedges, screws or hydraulic jacks shall be provided. Fittings shall not interfere
with stripping of forms. Grading of the forms and the deck of each segment
shall take into consideration the relative position of the member in the structure.
External vibrators shall supplement the internal vibration, if necessary, and be
attached at locations that will ensure maximum consolidation. Casting of
segments shall be done in a single pour.

After the first segment of each unit is cast, all succeeding segments shall be
cast against previously cast segments to ensure complete bearing and proper
alignment on all mating surfaces.

Financial Bid Vol. II (Specifications) 218
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

The anchorage system shall permit tendons to be inserted in the member after
erection of segments and tensioned from one end or both end.

Care shall be taken to ensure that deformations of match cast segments due to
thermal gradients caused by the heat of hydration of the new cast concrete are
negligible. These deformations shall be prevented by properly protecting both
the match cast and new cast segments with curing blankets and plastic
sheeting. Both the previous segment and the new segment will be maintained
at the same temperature.

Reinforcing steel shall be fabricated in cages and placed according to the shop
drawings (based on execution drawings) made by contractor and approved by
Engineer-in-charge. Any conflict or interference with the proper location of
sheathing and / or reinforcement or block-outs shall be promptly resolved and
corrections made as directed by the Engineer-in-Charge.

All segments shall be marked on the inside with a unique identification at the
time of form removal. This identification shall be used to identify each segment
on shop plans, post-tensioning details and calculations and any other
document pertaining to the fabrication and erection of pre-cast concrete
segments.

Positive means of holding the sheathing in its correct position shall be provided
in all cases and shall be indicated on the shop drawings submitted for approval.
The sheathing shall be stiffened from the inside by rubber or plastic hoses or by
inflatable rubber tubes.

C. Methods Of Casting

Match cast segments may be cast by the long line or short line method. The
Contractor has to select the option carefully and provide appropriate type of
formwork as well as casting and handling operations. The "short line" method
requires much greater precision in the work as compared to the "long line"
method. Hence short line method will be permitted only for length of flyover
which is straight in plan alignment.

I. The "Long Line" Method
Match cast segments may be cast by the long line method.

The principle of the long line method is the casting of the segments, in their
correct relative position, on a long line casting bed which exactly reproduces
the profile of the structure. A long line is easy to set up, whilst the geometry of
the segments is easily controlled. The segments shall be cast by long line
method for spans curved in plan.

After stripping the forms it is not necessary to take away the segments
immediately. Substantial space may be required for the long line. The
theoretical length for casting alone is normally slightly more than the length of
Financial Bid Vol. II (Specifications) 219
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

the longest span of the structure. It must be constructed on a firm foundation
which will not settle or deflect under the weight of the segments. In case the
structure is curved, the long line must be designed to accommodate horizontal
and vertical curvature as well as twists, if any, because the forms are mobile,
equipment for casting, curing, etc has to move from place to place. Handling
and Storage Suggested Deck Alignment on Vertical Curves

On Vertical Curves, deck will follow the path of straight line joining the two
points on adjacent piers.

On circular / transition horizontal curves, each segment of the deck will follow
the profile of short chord line. The bottom and side form for segment to be cast
are positioned to span between the stiff fixed end bulkhead and the previously
match cast segment. The previously match cast segment shall be oriented
w.r.t. segment to be cast and it should be ensured that fixed bulkhead always
remain perpendicular to end face of formwork.

Due to orientation of match cast segment, the length of segment towards inner
side of curve will be less and towards outer side of curve will be more than
segment length along centreline. The formwork to be used should have
flexibility to adjust the segment length on both sides by adjusting the position of
the match cast segment without any additional pieces and it shall be ensured
that offset of match cast segment and segment to be cast is limited to value so
calculated.

II. The Short Line Method

The segments are cast at the same place in stationary forms and against a
neighboring element. After casting, the neighboring element is taken away and
the last element is shifted to the place of the neighboring element, clearing the
space to cast the next element. The space needed for the short line method is
small in comparison to the long line method, approximately three times the
length of a segment for one short line. The entire process is centralized.
Horizontal and vertical curves and twisting of the structure are obtained by
adjusting the position of the neighboring segment and through specified
formwork.

To obtain the desired structural configuration, the neighboring segments must
be accurately positioned. Care must be taken that the formwork be sufficiently
flexible to allow for adaptation at the joint with the accurately positioned
matching segment.

D. Separation Of Match-Cast Segments

The Contractor shall provide equipment to be used for uniform separation of
match cast segments without damage. The method as well as details of the
equipment to be used for separating match cast segments shall be included in
Financial Bid Vol. II (Specifications) 220
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

the shop drawings. A bond breaking material shall be used in the form of wax
only on the webs and soffit slab of the previously cast segment and a newly
cast segment, as well as the end headers when required. The material shall not
be injurious to the concrete and shall permit removal of a segment without
adhesion of the concrete.

Any breakage in segment end face during separation /handling shall not be
repaired, unless specifically accepted by the Engineer-in-Charge, in which case
repairing at end face of segment shall be done with epoxy at the time of epoxy
application. Segments with excessive breakage shall be rejected. Decision of
the Engineer-in-Charge shall be final and binding in this regard.

E. Tolerance For Segment Casting And Placed In Position

Finished segment tolerances should not exceed the following:

i Length of match-cast segment. 10 mm/m, 25 mm max.
ii Length of cast-in-place segment 12 mm
iii Length of one span 50 mm
iv Web Thickness....................................... 10 mm
v Depth of top and bottom slab.. 10 mm
vi Overall top slab width. 5 mm/m, 25 mm max.
vii Diaphragm thickness . 12 mm
viii Grade of form edge and soffit.... 1 mm/m
ix Tendon hole location... 3 mm
x Position of shear keys. 6 mm
xi Horizontal position of the pier segment 15mm of the alignment
xii Vertical position of the pier segment 15mm of the alignment

F. Handling And Storing Of Segments

The Contractor shall be responsible for the proper handling, lifting, storing,
transporting and erection of all segments so that they may be placed in the
structure without damage. Only HTS bar such as Macalloy or Dywidag shall be
used for lifting/handling of segment at any stage of construction with due care
for fatigue considerations (multiple re-use).

Segments shall be maintained in an upright position at all times and shall be
stored, lifted and/or moved in a manner to prevent torsion and differential
deformation and undue stress. Members shall be lifted, hoisted or stored with
lifting devices approved on the shop drawings.

The Contractor shall furnish calculations to establish that the stresses induced
during any stages of construction shall not exceed 50% of the cube strength
achieved at that stage, nor 40% of the specified 28 days cube strength. In
addition, the following limitations shall be observed

Financial Bid Vol. II (Specifications) 221
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

i The segment shall not be lifted from the casting bed till the concrete
reaches a minimum Cube strength of 25MPa.
ii The age of the concrete shall not be less than 14 days at the time of its
erection provided it has achieved its specified 28 day strength.

Segment shall be stacked with three point support in curing tank / stacking
yard. Curing shall be done using sprinkler system (assisted by steam curing in
the initial stages if adopted) and it has to be ensured that all parts of segment
are water cured during water curing period.

G. Cleaning, Transportation And Erection Of Segments

Before transportation of segment, mating surface shall be cleaned by water
rinsing or sand blasting as approved by the Engineer-in-Charge.

When sand blasting is employed, surface shall be abraded to an extent that
i Bond breaker such as wax applied during match casting is removed
ii Laitance is removed so that small aggregates are just exposed
iii Cleaned surface is neither polished nor excessively rough

I. Load Testing Of Launching Girder

Contractor shall conduct full scale load traveller test of all launching girder prior
to using it for execution purpose. Such tests are required to be done for all the
launching girders engaged for project, even if the similar design of launching is
adopted elsewhere. Nothing extra will be payable for conducting such test and
the rate shall be included in respective item.

J. Permanent Pre-stressing Of Segments

The permanent pre-stressing cables shall generally be of the type 19K15, as
suited to 19 nos. strands of 15.2mm nominal dia. Intermediate numbers of
strands may also be specified in the design, for which suitable anchorage
heads shall be used. Post-tensioned cables shall be threaded-in-situ and
tensioned from one end or both end depending on cable to cable. All aspects of
pre-stressing including the system proper shall be subject to the approval of the
Engineer-in-Charge. The corrugated sheathing shall be of HDPE. Maximum
anchorage set- in shall be 6mm. Maximum friction ratios shall be 0.0020m-1
and 0.17 rad-1.

Longitudinal permanent pre-stressing is applied for joining segments together.

7.12.1.2 Shop Drawings For Segments

The Contractor shall submit detailed shop drawings of all the segments for
approval. The shop drawings shall be based on Execution Drawings issued by
Engineer-in-Charge to the Contractor and shall include:
Financial Bid Vol. II (Specifications) 222
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


i Fully and accurately dimensioned views showing the geometry of segments
including all projections, recesses, notches, openings, block-outs, blister , ribs ,
ribs box junction detail if any and where acceptable, as well as other pertinent
details.

ii Details of any special reinforcing required for handling of segments or for other
purposes. Also all bar bending schedules shall be presented based on
reinforcement schedules given in Execution Drawings issued by Engineer-in-
Charge.

iii Sheathing supports, grout tubes, vents and drains shall be shown including size,
type and locations.

iv Details and locations of all other items to be embedded in the segments such as
inserts, lifting devices and post-tensioning hardware shall be shown.

v Pre-stressing system details shall include sizes and properties of tendons,
anchorages, plates, assemblies and stressing procedure, and details and
locations of additional reinforcement necessary to resist anchor block stresses.

vi Graphs, charts or tables showing the theoretical location of each segment to be
erected or placed shall be furnished to the Engineer-in-Charge for his use in
checking the erection of the superstructure. Detailed procedures for making
geometry corrections shall be described.

vii Details of grouting equipment, grout mix design and method of mixing and
placing grout shall be provided.


7.12.1.3 Forms For Precast Segmental Construction

Forms for pre-cast segmental construction shall be metal form work only. Metal
forms shall be reasonably free from rust, grease or other foreign materials. All
forms shall be cleaned thoroughly prior to each casting operation. End headers
shall be maintained to provide a smooth casting surface. All formed surfaces for
casting members shall be constructed and maintained to provide segment
tolerances given under clause no. 7.10.3.1 E. All side, bottom, inside and header
forms for precast segmental construction shall be constructed of steel. Joints in
external formwork shall be avoided as far as possible. Where sections of forms are
for some reason to be joined on the exterior face of the segment, an offset in
excess of 0.5mm for flat surfaces and 1 mm for corners and bends will not be
permitted. Forms shall be of sufficient thickness, with an adequate external bracing
and stiffeners, and shall be sufficiently anchored to withstand the forces due to
placement and vibration of concrete. Internal bracing and holding devices in forms
shall be limited to stay bolts in webs, which can be removed from the concrete
surface to permit patching following form removal. Joints in the forms shall be
Financial Bid Vol. II (Specifications) 223
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

designed and maintained for mortar tightness. The grade and alignment of forms
shall be checked each time they are set and shall be maintained during the casting
of concrete.

Shop drawings shall be submitted for all formwork. The segments during storing
/curing shall always be supported as shown in tender drawings or as approved by
Engineer-in-Charge only.

In addition to the requirements of the Standard Specifications, the forms used for
casting the concrete segments shall be capable of

i Match casting for precast segmental construction.
ii Producing the segments within the permitted tolerances
iii Adjusting to changes in segment geometry as shown in Execution Drawings
issued by Engineer-in-Charge, or for correcting previous minor casting errors to
prevent accumulation.
iv Adjusting the profile to take into account design camber values
v Stripping without damage to the concrete.
vi The form design shall provide a tight leak-proof jointing to the previous
segment. The bulkhead must be capable of connecting the sheathing in a
manner to hold their position and prevent intrusion of grout.

The faces of all forms, other than end headers, shall be properly cleaned and
treated with form oil or other bond breaking coating prior to placing concrete.
Between adjacent match cast segments and headers bond breaking materials
shall be provided as indicated elsewhere in these specifications. The oil or other
materials used shall be of a consistency and composition to facilitate form removal.
Materials, which stain or react with concrete, shall not be used. Care shall be
exercised to facilitate formwork and segment removals without damage to the
concrete. Forms shall not be removed until the concrete has attained adequate
strength Care should be exercised in removing the forms to prevent spalling and
chipping of the concrete.

7.12.1.4 Epoxy Bonding Of Joints

A. Storage And Handling Of Epoxy

Instructions furnished by the supplier for the safe storage, mixing and handling
of the epoxy bonding agent shall be followed. The epoxy shall be thoroughly
mixed until it is of uniform colour. Use of a proper sized mechanical mixer
operating at not more than 600 RPM will be required. Contents of damaged or
previously opened containers shall not be used. Surfaces to which the epoxy
material is to be applied shall be at least 40
0
F and shall be free from oil,
laitance form release agent or any other material that would prevent epoxy from
bonding to the concrete surface. All laitance and other contaminants shall be
preferably removed by water rinsing, or, alternatively, by light sand-blasting.
Wet surfaces shall be dried before applying epoxy bonding agents. The surface
Financial Bid Vol. II (Specifications) 224
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

shall be at least the equivalent of saturated surface dry (no visible water).

B. Mixing Of Epoxy

Mixing shall not start until the segment is prepared for installation. Application
of the mixed epoxy bonding agent shall be according to the manufacturers
instructions using trowel rubber glove or brush on one or both surfaces to be
joined. The coating shall be smooth and uniform and shall cover the entire
surface with a minimum thickness of 1 to 2mm applied on both surfaces. Epoxy
should not be placed within 20 mm of pre-stressing ducts to minimize flow into
the ducts. A discernible bead line must be observed in all exposed contact
areas after temporary post-tensioning. Erection operations shall be coordinated
and conducted so as to complete the operations of applying the epoxy bonding
agent to the segments erection assembling and temporary post-tensioning of
the newly joined segment within 70% of the open time period of the bonding
agent.

C. Application Of Epoxy

The Epoxy shall be spread with the help of a stubby brush to a thickness of
about 1 mm each on both the joining surfaces. In order to prevent intrusion of
epoxy in sheathing, an O-ring (10-20mm wide and 4mm thick) of polypropylene
shall be provided on both mating surfaces. The purpose of the epoxy joint shall
be
i to serve as lubricant during segment positioning,
ii to provide water proofing of the joints for durability in service conditions
and
iii to provide a seal to avoid cross-over of grout during grouting of one cable
into other ducts.

The epoxy material shall be applied to all surfaces to be joined within the first
half of the gel time as shown on the containers. The segments shall be joined
within 45 minutes after the application of the first epoxy material placed and a
minimum required temporary pre-stress over the cross section should be
applied within 70 percent of the open time of the epoxy material. The joint shall
be checked immediately after the erection to verify uniform joint width and
proper fit. Excess epoxy from the joint shall be removed where accessible. All
tendon ducts shall be swabbed immediately after stressing while the epoxy is
still in the non-gelled condition to remove or smooth out any epoxy in the
conduit and to seal any pockets or air bubble holes that have formed that joint.

If jointing is not completed with 70 percent of the open time, the operation shall
be terminated and the epoxy bonding agent shall be completely removed to the
maximum possible extent from the surfaces. The surface must be prepared
again and fresh epoxy shall be applied to the surface before resuming jointing
operations. As general instructions cannot cover all situations, specific
recommendations and instructions shall be obtained in each case from the
Financial Bid Vol. II (Specifications) 225
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Engineer-in-Charge.

D. Testing Of Epoxy

The epoxy used for the bonding of segments shall be special purpose
proprietary material with proven past record. Selection shall be subject to the
approval of the Engineer-in-Charge. It shall meet the requirements of relevant
provision of FIB (International Federation of Concrete, previously FIP -
International Federation of Prestressed Concrete). For selection of epoxy, all
tests which govern the properties of epoxy for its application and subsequently
determine the durability of joint are required to be done in laboratory
temperature controlled condition. Some tests for evaluating properties of epoxy
are critical in the upper limit of specified application temperature range while
other tests are critical for evaluating the properties in the lower limit of specified
application temperature range. The tests shall be conducted in laboratories
equipped to handle controlled temperature conditions. All tests shall conform to
FIB requirements.

Every batch of Epoxy procured at site shall be tested at the site laboratory at
prevailing ambient temperature (except shear modulus, instantaneous and
deferred modulus in compression and water absorption, heat resistance, shear
strength and solubility in water) are required to be done to conform to the
uniformity of standard of supplied product. In case the received batch is kept at
site for a period of more than three months all tests are required to be re-done.

With every erection, tests for pot life and open time are required to be done at
site at prevailing ambient temperature. Nothing extra shall be payable for
providing epoxy and all related operations.

E. Temporary Pre-stressing Of Epoxy Jointed Segments

The uniform compressive stress during the curing period may be applied by
approved external temporary bar pre-stressing (such as Macalloy or Dywidag
bar systems). A minimum compressive stress of 3 kg/cm
2
shall be provided
uniformly over the cross-section for the closure stress on the epoxied joint until
the epoxy has set. This temporary compressive stress can be accomplished
using short HTS bar connecting the adjoining segments. The bars shall be
anchored on temporary steel frame in deck slab and soffit slab. All passing-
through holes in deck slab and soffit slab shall be filled with free flow, high
strength non-shrink cement grout. The curing period for application of the
compressive stress, method of mixing and application of epoxy and all related
aspects including surface preparation shall be as per approved manufacturer's
specifications.

F. Testing Of Segments Interface Joined With Epoxy

Prior to grouting, all cables shall be tested with water pressure of 0.3 Mpa for
Financial Bid Vol. II (Specifications) 226
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

approximately 3 minutes, to investigate leakages and connectivity of ducts.
Since the epoxied joint is of paramount importance to ensure long-term
durability of pre-stressing cables, this field test shall be taken as indication of
the Contractor's quality of work in general and effectiveness of the epoxy joint
executed by him. All other aspects of grouting of cables shall be governed by
MORTH Specifications.
Temporary pre-stressing will be also required across the joint between cast-in-
situ diaphragm and precast segment until permanent integration cables will not
be stressed.

Nothing extra shall be payable for such temporary stress application including
all related works. The rates will be deemed to be included in the respective item
of BOQ.

7.12.1.5 Load Testing of Erected Span of Elevated Structure.

This works involves construction of elevated road using precast segments erected
on central pier. The contractor has to carry out load testing of atleast one
completed span, as decided by Engineer-in-Charge, as per the methodology given
in this tender document or as directed by Engineer-in-Charge. Nothing extra shall
be paid on this account.


7.13 PRESTRESSED CONCRETE WORK (POST-TENSIONED) :

7.13.1 General

The contractor shall adopt any approved system of post-tensioned pre-stressing
with the prior approval of the Engineer-in-Charge. The patented items such as pre-
stressing jacks, anchorages, wedges block plates etc. shall be obtained from
authorised manufacturers only as listed elsewhere in this document. All pre-
stressing operations shall be carried out by trained personnel only under the
control and supervision of a specialised pre-stressing agency with the prior
permission of the Engineer-in-Charge All pre-stressing operations starting from
fabrication of cables up to grouting shall be executed in the presence of
responsible and qualified representative of the manufacturer of the pre-stressing
system and pre-stressing equipment. At the end of the pre-stressing, the
manufacturer shall ensure, monitor and certify their correctness.

7.13.2 Pre-stressing System, Codes And Standards

The pre-stressing work shall be carried out in accordance with the provisions of
IRC:112 and these specifications or as approved by the Engineer-in-Charge. The
pre-stressing accessories shall be subjected to an acceptance test prior to their
actual use on the works, as per FIP Recommendations for the Acceptance of
Post-Tensioning System, where corresponding IS Provisions do not exist.

Financial Bid Vol. II (Specifications) 227
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Contractor shall ensure that different components of pre-stressing such as jacks,
bearing plates, wedges, anchorages, strands and HDPE ducts are compatible to
each other.

7.13.3 Concrete Work
The requirement of clauses relating to cement concrete shall be observed
generally in case of pre-stressed concrete work so far as they are applicable as
well as requirements mentioned hereinafter relating to pre-stressed work in
particular.


7.13.4 Pre-stressing Operations For Post-Tensioning Work

7.13.4.1 Pre-stressing Hardware

A. Anchorages

Anchorages shall be procured from authorised manufacturers only and shall
conform to BS:4447. Load transfer test and anchorage efficiency shall be
conducted as defined in FIP-1993. Engineer-in-Charge or his representative
will select at random, the required anchorage sample from completed lots for
testing by the manufacturer. The concrete unit of required size/R/F will be
made by contractor using same design mix of concrete which will be required
for the load transfer test. The load transfer test shall be conducted at the
strength of concrete at which stressing are proposed in the drawings.

All bearing surfaces of the anchorages shall be cleaned to the satisfaction of
the Engineer-in-Charge prior to concreting and tensioning. The anchorages
shall be recessed from the concrete surface as per drawings. Each anchorage
device shall be set square to the line of action of the corresponding pre-
stressing tendon and shall be positioned securely to prevent movement during
concreting. No damaged anchorages shall be used. Anchor cones, blocks and
plates shall be securely positioned and maintained during concreting such that
the centre line of the duct passes axially through the anchorage assembly.
Steel parts shall be protected from corrosion at all times. Threaded parts shall
be protected by greased wrappings and tapped holes shall be protected by
suitable plugs until used. The anchorage components shall be kept free from
mortar and loose rust and any other deleterious coating. After concreting, any
mortar or concrete which adheres to bearing or wedging surfaces, shall be
removed immediately

B. Hydraulic Jacks

Hydraulic jacks shall be power-driven unless otherwise approved by the
Engineer-in-Charge. The means of attachments of the pre-stressing steel to the
jack or any other tensioning apparatus shall be safe and secure.

The tensioning equipment shall be such that it can apply controlled total force
Financial Bid Vol. II (Specifications) 228
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

gradually on the concrete without inducing dangerous secondary stresses in
steel, anchorage or concrete and means shall be provided for direct
measurement of the force by use of dynamo-meters or pressure gauges fitted
in the hydraulic system itself to determine the pressure in the jacks. Facilities
shall also be provided for the linear measurement of the extension of pre-
stressing steel to the nearest mm and of any slip of the gripping devices at
transfer.

All dynamo meters and pressure gauges including a master gauge shall be
calibrated by an approved laboratory immediately prior to use and then at
intervals not exceeding 3 months and the true force determined from the
calibration curve.

Pressure gauges shall be concentric scale type gauges accurate to within two
per cent of their full capacity. The minimum nominal size of gauge shall be 100
mm. The gauge shall be so selected that when the tendon is stressed to 75 %
of its breaking load, the gauge is reading between 50% and 80% of its full
capacity.

Suitable safety devices shall be fitted to protect pressure gauges against
sudden release of pressure.

Provision shall be made for the attachment of the master gauge to be used as
a check whenever requested for by the Engineer-in-Charge.

C. High Tensile Strands

High tensile Strands shall be free from loose rust, oil, grease, tar, paint, mud or
any other deleterious substance. Cleaning of the steel may be carried out by
immersion in suitable solvent solutions, wire brushing or passing through a
pressure box containing carborundum powder. However, the tendons shall not
be brought to a polished condition.

High tensile strand shall be supplied in coils of sufficiently large diameter such
that tendons shall retain their physical properties and shall be straight as it
unwinds from the coil. Tendons of any type that are damaged, kinked or bent
shall not be used. The packing of prestressing strand shall be removed only
just prior to making of cable for placement. Suitable stands shall be provided to
facilitate uncoiling of strands without damage to steel. Care shall be taken to
avoid the possibility of steel coming into contact with the ground.

D. Sheathing

The sheathing and all joints shall be water tight. Any temporary opening in the
sheathing shall be satisfactorily plugged and all joints between sheathing and
any other part of the prestressing system shall be effectively sealed to prevent
entry of mortar, dust, water or other deleterious matter. Sheathing shall be
neatly fitted at joints without internal projection or reduction of diameter.

Financial Bid Vol. II (Specifications) 229
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Enlarged portions of the sheathing at couplings or anchorages shall be of
sufficient length to provide for the extension of the tendons.


7.13.4.2 Cable Profile And Threading The Strands

Pre-stressing steel shall be accurately located and maintained in position, both
vertically and horizontally, as per drawings, within a maximum tolerance of 5 mm.
Tendons shall be so arranged that they have a smooth profile without sudden
bends or kinks. Sheathing shall be placed in correct position and profile by
providing suitable ladders and spacers. Such ladders may be provided at intervals
of approximately 1.0 m. Sheathing shall be tied rigidly with such ladders/spacer
bars so that they do not get disturbed during concreting. The sheathings or the
duct formers being supported and fixed at intervals not exceeding 0.75 m by fixing
steel chairs or spacer bars to secondary reinforcement in such a manner that the
profiles of the cables is in no way disturbed by heavy and prolonged vibrations or
by the pressure of wet concrete or by workmen or construction traffic as well as to
minimise frictional effects during stressing operations.

The positioning of pre-stressed cables shall be such as to facilitate easy placement
and vibration of concrete in between the tendons.

In viaduct constructed by pre-cast segmental construction, cables shall be
threaded after application of temporary pre-stressing. In any cast-in-situ
continuous unit, cables will be stressed as various segments are cast
progressively. Such cables shall be threaded after concreting. During concreting
operation of the segments, it shall be ensured that sheathing is not blocked by
concrete / slurry. In such cases, a temporary flexible PVC tube of 90 mm O.D.
shall be homed through sheathing which will provide adequate stiffness to
sheathing during concreting and also prevent blockage of sheathing in case of
possibility of leakage. The temporary PVC tube shall be pulled out before
threading of the permanent cables.

Stressing of cables shall be done strictly in accordance with stressing schedule as
specified by the Engineer-in Charge. No deviation from the order of stressing
specified shall be allowed.

A. TOLERANCES
Permissible tolerances for positional deviation of Pre-stressing tendons in cast-
in-situ construction shall be limited to the following

i Variation from the specified horizontal profile : 5 mm
ii Variation from the specified vertical profile : 5 mm
iii Variation from the specified position in member : 5 mm

Financial Bid Vol. II (Specifications) 230
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Permissible tolerances for positional deviation of pre-stressing tendons in
precast segmental construction shall be limited as defined elsewhere in the
tender document.


7.13.4.3 Concrete Strength Prior To Pre-stressing

It shall be ensured that in no case, the load is applied to the concrete before it
attains the strength specified on the drawing or as stipulated by the pre-stressing
system supplier, whichever is more. No post tensioning of the steel shall take
place until the concrete has attained the specified strength as ascertained from
tests on cubes cured and hardened under the same conditions as the concrete of
the member. Sufficient cubes shall be cast so that if the stipulated strength is not
achieved, further cubes will be available for such additional testing as may be
required.

7.13.4.4 Pre-stressing Operations

Tensioning force shall be applied in gradual and steady steps and carried out in
such a manner that the applied tensions and elongations can be measured at all
times. A small initial tension shall be applied to remove any slackness in the pre-
stressing strands and to hold the jack in position without any support. The initial
tension shall be taken as the starting point for measuring elongation i.e. a datum
shall be established of wires for measuring elongation. This shall be obtained by
plotting on graph a few readings of gauge pressure as abscissa and measured
extensions as ordinates and extending the line joining these points to meet the
vertical axis. The pressure gauge shall be periodically calibrated to ensure that
they are recording pressures correctly. After pre-stressing steel has been
anchored, the force exerted by the tensioning equipment shall be decreased
gradually and steadily as to avoid shock to the pre-stressing steel or anchorage.
The tensioning force applied to any tendon shall be determined by direct reading of
the pressure gauges or dynamo-meters and by comparison of the measured
elongation with the calculated elongation. The calculated elongation shall be
invariably adjusted with respect to the modulus of elasticity of steel for the
particular lot as given by the manufacturer. The required elongation and
corresponding or appropriate pre-stressing force shall be as per the relevant
drawings. The elongation is based on assumed frictional losses, should the
specified elongation not be obtained with the specified force then the force shall be
modified as directed by the Engineer-in-Charge.

The pre-stressing force should be applied from one end or both the ends as
specified in the drawings. Measurement of the force shall be by an accurate gauge
indicating the force of the hydraulic jack and also by the elongation of the steel
after allowing for any initial slip in the wedge or jaws of the grips. When stressing
from one end only, the slip at the end remote from the jack shall be accurately
measured and an appropriate allowance made in the measured extension at the
jacking end.
Financial Bid Vol. II (Specifications) 231
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


The sequence of stressing, applied tensions and elongations shall be in
accordance with the approved drawing or as directed by the Engineer-in-Charge.
Each wire, pair or wires, cables, strand or bar shall be attached in such a manner
as to ensure that the elongation is uniform throughout its length, should any
tensioned steel or anchorage break or be damaged, it should be replaced if so
ordered

Throughout all tensioning operations, a spare jack capable of maintaining the
designated load should be available. All tensioning shall be carried out in the order
specified or approved.

1. Elongation In Strands And Pre-stressing Force
The difference between calculated and observed tension and elongation during
pre-stressing operations shall be regulated as follows:

I. If the calculated elongation is reached before the specified gauge pressure is
obtained, continue tensioning till attaining the specified gauge pressure,
provided the elongation does not exceed 1.05 times the calculated elongation.
If 1.05 times the calculated elongation is reached before the specified gauge
pressure is attained, stop stressing and inform the Engineer-in-Charge.

II. If the calculated elongation has not been reached at the specified gauge
pressure, continue tensioning by intervals of 5kg/sq. cm until the calculated
elongation is reached provided the gauge pressure does not exceed 1.05 times
the specified gauge pressure.

III. If the elongation at 1.05 times the Specified gauge pressure is less than 0.95
times the calculated elongation, the following measures must be taken, in
succession, to determine the cause of this lack of discrepancy

i. Check the correct functioning of the jack, pump and leads. De-stress the
cable. Slide it in its duct to check that it is not blocked by mortar which has
entered through holes in the sheath. Re-stress the cable, if free of any
blockage or obstruction.

ii. Re -establish the modulus of elasticity of steel for the particular lot from an
approved laboratory. Contractor may suggest other remedial measure for
approval of the Engineer-in-Charge.

IV. If the required elongation is still not obtained, contact the designer and till
further instructions, further finishing operations as cutting or sealing, should not
be undertaken without the approval of the Engineer-in-Charge.




Financial Bid Vol. II (Specifications) 232
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........



7.13.4.5 Safety Precautions

Utmost safety precautions shall be taken before, during or after stressing to
prevent accidents. Stout timber shields armoured with steel shall be placed in line
with pre-stressing steel and behind the jacks so as to protect personnel. Only
trained persons shall be allowed to conduct the stressing operations, and shall be
asked to wear helmets and any other safety device. Every precaution shall be
taken by the contractor to ensure the safety of all persons in the vicinity during the
tensioning period.

Jacks shall be secured in such a manner that they will be held in position, should
they lose their grip on the tendons. No person shall be allowed to stand behind the
jacks or close to the line of the tendons while tensioning is in progress. The
operations of the jacks and the measurement of the elongation associated
operations shall be carried out in such a manner and such a position that the
safety of all concerned is ensured.

A safety barrier shall be provided at both ends to prevent any tendon, which
might become loose from recoiling unchecked.

During actual tensioning operation, warning sign shall be displayed at both ends of
the tendon. After pre-stressing, concrete shall neither be drilled nor any portion cut
nor chipped away nor disturbed, without the express approval of the Engineer-in-
Charge.

No welding shall be permitted on or near tendons nor shall any heat be applied to
tendons. Any tendon which has been affected by welding, weld spatter or heat
shall be rejected.

7.13.4.6 Pre-stressing Record

Full and accurate records of all operations connected with the pre-stressing along
with elongation and jack pressure data shall be maintained in the format given in
Appendix 1800/II of MORTH Specification. shall be kept by the contractor. Three
copies of all such records shall be furnished to the Engineer-in-Charge.

At transfer of the pre-stress, the measured deflection of the girder shall not exceed
the limits given on the drawings, or as specified to the satisfaction of the
Engineer-in-Charge.

No cracks will generally be permitted on account of (a) shrinkage, settlement of
formwork, or damage in handling before application of pre-stress, (b) local
weakness of concrete at or immediately following pre-stressing, or (c) improper
handling and transporting after application of pre-stress. Any breakage of
individual strand / groups of strands during tensioning shall require immediate de-
stressing of all strands and replacement of the all the strands by fresh strands.
Financial Bid Vol. II (Specifications) 233
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.13.4.7 Grouting

Pre-stressing steel shall be continuously protected against corrosion, until grouted.
The corrosion protector shall have no deleterious effect on the steel or concrete or
on the bond strength of steel to concrete. Grouting shall conform to these
specifications or as directed by the Engineer-in-Charge and shall be carried out
only with the prior approval of the Engineer-in-Charge.

A. Grout Vents

Grout vents of at least 20 mm diameter shall be provided at both ends of the
sheathing and at all valleys and crests along its length. Additional vents with
plugs shall also be provided along the length of sheathing such that the spacing
of consecutive vents do not exceed 20 m. Each of the grout vents shall be
provided with a plug or similar device capable of withstanding a pressure of 1.0
MPa without the loss of water, air pressure or grout.

Prior to grouting, all cables shall be tested with water pressure of 0.3 Mpa for
approximately 3 minutes, to investigate leakages and connectivity of ducts.
Since the epoxied joint (in precast segmental construction) is of paramount
importance to ensure long-term durability of pre-stressing cables, this field test
shall be taken as indication of the Contractor's quality of work in general and
effectiveness of the epoxy joint executed by him. The approval / rejection of
such span shall depend on the decision of Engineer-in-Charge. Leakage of
grout in such case may requires epoxy injection.

All other aspects of grouting of cables shall be governed by the provisions of
Appendix 5 of IRC: 18 - 2000 and MORTH Specification for Road and Bridge
Works 2001 (4th Revision). A record of grouting operations shall be maintained
in the format as given in Appendix 1800/IV of MORTH Specifications.

7.13.4.8 Cutting Of Strands

After completion of pre-stressing and grouting of cable in PSC girders, the extra
length of pre-stressing strands projecting outside the anchorage are required to be
cut and all anchor ends are to sealed. Thereafter, the surface shall be painted with
two coats of epoxy of suitable formulation having a dry film thickness of 80 microns
per coat and entire recess shall be filled with non-shrink/pre-packaged mortar.

Cutting and trimming of wires or strands shall be done by suitable means as
approved by Engineer-in-charge.

In post-tensioning the ends of pre-stressing steel projecting beyond the
anchorages, shall be cut after the grout has set.


Financial Bid Vol. II (Specifications) 234
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.14 Temporary Work

7.14.1 All designs for temporary work shall conform to and comply with all the
requirements given in the latest edition the relevant IRC Codes, Standard
specifications and codes of practice for Road Bridges and other technical
Specifications as detailed in this tender. These standard specifications and
codes of practices shall be supplemented wherever necessary by, MORT&H
Specifications' for Road and Bridge works published by Indian Roads
Congress, and relevant BIS codes specifications etc., so far as applicable.
These shall also deem to incorporate any subsequent amendments that may be
recommended by respective authorities of the above mentioned specifications
and codes of practices, up to the last date of the month prior to month of receipt
of tender.

7.14.2 For all work for which the contractor has to submit design for approval of the
Consultant appointed by the Department, the same shall be got prepared by the
contractor from approved consultants who are specialized in the field. For
particular item of scaffolding, staging and shuttering, use of any proprietary
method of staging should be supplemented with proper designs of such system
after getting approval from the Engineer-in-Charge.


7.15 Shuttering, Formwork etc. :

7.15.1 General

Form work shall include all temporary or permanent forms required for forming the
concrete of shape, dimensions and surface finish as shown on drawing or as
directed by Engineer-in-charge together with all props, staging, centring, scaffolding
and temporary construction required for their support. The design, erection and
removal of form work shall conform to IRC:87 :Guidelines for Design and Erection of
False work for Road Bridges and there specifications.

Steel form work or any other internationally accepted System Form work shall only
be used for concrete work to produce a smooth and uniform finish on all exposed
surfaces. The entire responsibility of planning, designing, erection, dismantling,
safety and shifting of false work lies with the contractor. Individual steel shuttering
plates shall have minimum size 0.9m x 1.5 m (minimum area 1.35 sqm) except in
the matching pieces, piers and smaller components. Formwork shall be made out of
minimum 5 mm thick M.S. Plates with stiffners (thickness not less than 5mm) or as
per design approved by Engineer-in-charge. Planning and design of formwork shall
be got approved from the Engineer-in-charge prior to actual mobilisation and use. All
piers shall be cast in one operation and the formwork shall be planned and provided
accordingly. All members above ground or formation level shall have shutter finished
surfaces. The outer surface of the crash barriers shall have form liner finish of
design and pattern as approved by the Engineer-in-charge. Recklli from liner or
Financial Bid Vol. II (Specifications) 235
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

equivalent shall be used for form liner finish. Nothing extra shall be paid on account
of form liner finish as such finish is deemed to be included in the quoted rate/
amount of the contractor.

7.15.2 Design of Formwork

All temporary works shall be designed/ constructed so that the concrete can be
properly placed and thoroughly compacted to obtain the required shape, position
and level subject to specified tolerances. All temporary works such as formwork,
false work, staging, launching girder scheme etc. shall be designed by the
Contractor and submitted to the Engineer-in-charge at least 30 days in advance for
approval. Any improvement to shuttering, staging and its supporting system as
suggested by Engineer-in-charge shall be binding on the contractor without any
extra cost. The approvals by Engineer-in-charge, however, do not absolve the
contractor of his full and final responsibility towards the safety and serviceability of
the staging and formwork as well as men and equipment working on them during
the preliminary works before concreting, during concreting and afterwards.
Shutters shall be water tight and fixed in perfect alignment and securely braced so
as to be able to withstand, without any displacement, deflection or movement of
any kind, the loads due to the pressure of concrete, the movement of construction
personnel, materials and plant.

7.15.3 Formwork for Exposed Concrete Surfaces

Exposed concrete surfaces shall be smooth and even, originally as stripped
without any finishing or rendering. For the form finish required for the exposed
work like pier, outer face of crash barrier, care shall be taken to maintain a single
source of the raw material for concreting to achieve a uniform colour. The
Contractor shall exercise special care and supervision of formwork and concreting
to ensure that the cast members are made true to their sizes, shapes and positions
and to produce the surface patterns desired. Contractor shall ensure that no air
bubbles are formed on the exposed surface. Concrete pouring sequence, vibration
methodology etc. shall be planned to avoid air bubbles. A full scale mock-up trial
shall be carried out, to ensure feasibility of form liner finish of crash barrier. The
cost of such incidental works will be deemed to be included in the quoted rates by
the contractor for different items.

All the formwork and launching truss and other selected temporary works shall be
tested for the load including factor of safety for which the truss/formwork is
designed before use in works. The design of false work should be such as to
facilitate easy and safe access to all parts for proper inspection.

Methodology for removal of form should be planned as a part of total form work
design.
In case of pre-stressing concrete, careful consideration shall be given to re-
distribution of loads due to pre-stressing.

Financial Bid Vol. II (Specifications) 236
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.15.4 Pre-assembly of Formwork

It shall be obligatory on the part of the contractor to pre- assemble the formwork for
walls, slabs, diaphragms, crash barrier etc. on ground prior to actual use. The
contractor shall arrange for all material, labour, facilities, etc. to facilitate first hand
checking and carry out necessary modifications as required for making the formwork
true to line level and shaping at no extra cost. However, the contractor shall be
responsible for the correctness of the formwork when erected in position finally.
Despite the pre-inspection, the contractor will continue to be wholly responsible for
producing the required surface finish. The formwork shall be load tested for the
probable anticipated loads before the same is put to actual use, at the direction of
Engineer-in-charge. However, load testing of formwork shall not relieve the
contractor of his responsibility for safety and serviceability. The cost of all such
operations will be deemed to be included in the quoted rates of different items by the
contractor.
The following shall apply to all formwork :
i. To avoid delay and unnecessary rejection, the Contractor shall obtain the
approval of the Engineer-in-Charge for the design of forms and the type of
material used before fabricating the forms.

ii. All shuttering planks and plates shall be adequately backed to the satisfaction
of the Engineer-in-Charge by a sufficient number and size of walers or
framework to ensure rigidity during concreting. All shutters shall be adequately
strutted, braced and propped to the satisfaction of the Engineer-in-Charge to
prevent deflection under deadweight of concrete and superimposed live load of
workmen, materials and plant, and to withstand vibration.

iii. Vertical props shall be supported on wedges or other measures shall be taken
where the props can be gently lowered vertically during removal of the
formwork. Props for an upper level shall be placed directly over those in the
level immediately below, and the lowest props shall bear on a sufficiently strong
area. Care shall be taken that all formwork is set plumb and true to line and
level or camber or better where required and as specified by the Engineer-in-
Charge.

iv. Provision shall be made for adjustment of supporting struts where necessary.
When reinforcement passes through the formwork care should be taken to
ensure close fitting joints against the steel bars so as to avoid loss of fines
during the compaction of concrete.

v. If the formwork is held together by bolts, these shall be so fixed that no iron will
be exposed on surfaces against which concrete is to be laid. In any case wires
shall not be used with exposed concrete formwork. The Engineer-in-Charge
may at his discretion allow the Contractor to use tie-bolts running through the
concrete and the Contractor shall decide the location and size of such tie-bolts
in consultation with the Engineer-in-Charge. Holes left in the concrete by these
Financial Bid Vol. II (Specifications) 237
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

tie-bolts shall be filled as specified by the Engineer-in-Charge at no extra cost.

vi. Provision shall be made in the shuttering for beams, columns, and walls for a
opening of convenient size so that all extraneous materials that may be
collected could be removed just prior to concreting.

vii. Formwork shall be so arranged as to permit removal of forms without jarring the
concrete. Wedges, clamps and bolts shall be used wherever practicable
instead of nails.

viii. The formwork for beams and slabs shall be so erected so that forms on the
sides of the beams and the soffit of slabs can be removed without disturbing
the beam bottoms or props under beams.

ix. Surfaces of forms in contact with concrete shall be oiled with a mould oil of
approved quality/ form releasing agent. If required by the Engineer-in-Charge
the contractor shall execute different parts of the work with different mould oils
to enable the Engineer-in-Charge to select the most suitable. The use of oil
which results in blemishes of the surface of the concrete shall not be allowed.
Oil shall be applied before reinforcement has been placed and care shall be
taken that no oil comes in contact with the reinforcement while it is being
placed in position. The formwork shall be kept thoroughly wet during concreting
and the whole time that is left in place. Nothing extra shall be paid to contractor
for oiling.

x. Immediately before concreting is commenced, the formwork shall be carefully
examined to ensure the following :

a. Removal of all dirt, shavings, sawdust and other refuse by brushing and
washing.
b. The tightness of joints between panels of sheathing and between these and
any hardened core.
c. The correct location of tie bars, bracing and spacers, and especially
connections of bracing.
d. That all wedges are secured and firm in position.
e. That provision is made for traffic on formwork not to bear directly on
reinforcing steel.

xi. The Contractor shall obtain the Engineer-in-Charge's approval for dimensional
accuracies of the work and for the general arrangement of propping and
bracing. All scaffolding and staging shall be either of steel tubes or built up
section of rolled steel with adequate bracing at several levels in each
perpendicular direction connecting each prop. In addition to this, diagonal
bracing should be provided in elevation ideally at 45 or between 30 and 60.
The Contractor shall be entirely responsible for the adequacy of propping, and
for keeping the wedges and other locking arrangements undisturbed through
the de-centering period.
Financial Bid Vol. II (Specifications) 238
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


xii. Formwork shall be continuously watched during the process of concreting. If
during concreting, any weakness develops and formwork shows any distress,
the work shall be stopped and remedial action, as directed by the Engineer-in-
Charge, shall be taken.

7.15.5 Permissible Tolerances

The formwork shall be so made as to produce a finished concrete, true to shape,
lines, levels, plumb and dimensions as shown on the drawings subject to the
following tolerance for in-situ casting unless otherwise specified or shown in
drawings or directed by the Engineer-in-charge.

a. Sectional dimension - 5mm
b. Plumb - + 1 in 1000 of height
c. Levels - 3 mm (before any deflection has taken
place)
d. Overall Length - shall not exceed 10mm or 0.1% of the
span length, whichever is lesser
e. Permissible surface irregularity - 5mm when measured with a 3m
straight edge or template

The tolerances given above are specified for local aberrations in the finished
concrete surface and should not be taken as tolerance for the entire structure taken
as a whole or for the setting and alignment of formwork, which should be as
accurate as possible to the entire satisfaction of the Engineer -in- charge. Errors, if
noticed, in any lift/tilt of the structure after stripping of forms, shall be corrected in the
subsequent work to bring back the surface of the structure to its true alignment
provided always that prior approval of the Engineer-in-charge shall be obtained in
respect of acceptability of such corrective measures without affecting the component
structurally or aesthetically.

Tubular steel props, shores, bracing or similar rigid material approved by the
Engineer-in-charge shall be used for shuttering, scaffolding and staging.

7.15.6 Preparation of Formwork Before Concreting

The inside surfaces of forms shall, except in the case of permanent formwork or
where otherwise agreed to by the Engineer-in-Charge be coated with an approved
form release agent to prevent adhesion of concrete to the formwork. Release
agents shall be applied strictly in accordance with the manufacturer's instructions
and shall not be allowed to come into contact with any reinforcement or pre-
stressing tendons and anchorages. Different release agents shall not be used in
formwork for concrete which will be visible on the surface of finished works.

Formwork shall be tight enough to prevent any loss of cement slurry during
concreting and vibrations. For this purpose, use of silicon putty, foam or any other
Financial Bid Vol. II (Specifications) 239
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

approved material may be made to ensure the water tightness. Immediately before
concreting, all forms shall be thoroughly cleaned.

Contractor shall give the Engineer-in-charge due notice before placing any concrete
in the forms to permit him to inspect and accept the formwork as to their strength,
alignment and general fitness, but such inspection shall not relieve the contractor of
this responsibility for safety of men, machinery, materials and for result obtained.

7.15.7 Removal of Shutters

The minimum time period for the removal of formwork shall as per section 1508 of
MORTH Specifications for Road and Bridge Works (4
th
Revision 2001). The
Engineer-in-Charge may vary the periods specified, if he considers it necessary.
Immediately after the forms are removed, they shall be cleaned with a jet of water
and a soft brush. Where directed by the Engineer-in-Charge, the surface shall be
rubbed with carborundum stone immediately on stripping the forms.

The work of form work removal should be planned and a definite scheme of
operation worked out. Formwork shall be removed carefully without jarring the
concrete, and curing of the concrete shall be commenced immediately. Concrete
surfaces to be exposed shall, where required by the Engineer-in-Charge, be
rubbed down with carborundum stone or bush-hammer to obtain a smooth and
even finish. Where the concrete requires plastering or other finish later, the
concrete surface shall be immediately hacked lightly all over as directed by the
Engineer-in-Charge. No extra charge will be allowed to the Contractor for such
work on concrete surfaces after removal of forms. The consent of the
Engineer-in-Charge shall be obtained in writing in all cases before any shuttering is
removed. The contractor must notify the Engineer-in- Charge well in advance to
enable him to inspect the concrete, if he so desires. The contractor shall record in
any approved manner, the date on which concrete is placed in each part of the work
and the date on which the formwork is removed there from and have this record
checked and countersigned by the Engineer-in-charge. The contractor shall be
responsible for the safe removal of the formwork and any work showing signs of
damage due to premature removal of formwork or loading shall be rejected and
entirely reconstructed by the Contractor without any extra cost to the Department.
The Engineer-in-Charge may, however, instruct to delay the removal of formwork if
he considers it necessary and no claim whatsoever shall be entertained on this
account.


7.15.8 Re-use of Forms

Before re-use, all forms shall be thoroughly scrapped, cleaned, joints and planes
examined and when necessary / repaired and inside surface treated as specified
herein before. Formwork shall not be used / re-used if declared unfit or
unserviceable by the Engineer- in-charge. Nothing extra or any claim whatsoever
shall be admissible on this account.
Financial Bid Vol. II (Specifications) 240
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


The contractor is to make good at his own expenses any injury to the concrete work
and any damage caused by, or arising from the removal and striking of shutters and
supports. Notwithstanding conditions and requirements mentioned in the foregoing
paragraphs the shuttering should be such that all concrete work remains shutter
finished as per pattern approved by the Engineer-in-charge.


7.15.9 Formwork for Precast/ Prestressed Concrete

i. The provisions in this section shall be considered supplementary to the general
provisions stated above and additional Technical Specifications for pre-cast
segments. Precast concrete members and panels shall be made in accurately
constructed moulds, on a properly prepared casting bed. All aspects of the
making, curing and erection of precast units shall be subject to the approval of
the Engineer-in-Charge.

ii. The contractor shall submit detailed drawings of formwork for the approval of
the Engineer-in-Charge. Finishing with cement mortar shall not be allowed.

iii. The formwork should be so designed that it does not restrain the shrinkage
movements and possible shortening due to pre-stress of the concrete. The
formwork shall be of sturdy construction with special considerations to shutter
vibrators when used. All edges and joints of the formwork should be designed
and sealed so that no cement grout can escape and there is no wedging or
keying to the concrete. The effect of curing on the formwork should be given
special consideration. Depending on care, curing erection and maintenance
after stripping, the number of uses that can be made with different types of
formwork will be as per satisfaction of Engineer-in-Charge.

iv. Stripping: As soon as the precast units have attained sufficient strength, the
formwork shall be stripped. The precast unit shall be lifted uniformly out of the
formwork without being subjected to tilting or restraint effects.


7.15.10 Proprietary System Of Formwork

If proprietary system of form work is used, following information shall be furnished
to Engineer-in-Charge for approval before use.

The information which the manufacturer is required to supply shall be in such detail
as to obviate unsafe erection and use of equipment due to the intention of the
manufacturer not having been made clear or due to wrong assumptions on the part
of the user. The user shall refer unusual problems of erection/assembly not in
keeping with intended use of equipment, to the manufacturer of the equipment.

The manufacturers of proprietary systems shall supply the following information.
Financial Bid Vol. II (Specifications) 241
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


i. Description of basic functions of equipment.

ii. List of items of equipment available, giving range of sizes, spans and such like,
with manufacturers identification number or other references.

iii. The basis on which safe working loads have been determined and whether the
factor of safety given applies to collapse or yield.

iv. Whether the suppliers data are based on calculations or tests. This shall be
clearly stated as there may be wide variations between results obtained by
either method.

v. Instructions for use and maintenance, including any points which require
special attention during erection, especially where safety is concerned.

vi. Detailed dimensional information, as follows :

a. Overall dimensions, depths and widths of members.
b. Line drawings including perspectives and photographs showing normal
uses.
c. Self-weight.
d. Full dimensions of connections and any special positioning and supporting
arrangements.
e. Sizes of members, including tube diameters and thicknesses of material.
f. Any permanent camber built into the equipment.
g. Sizes of holes and dimensions giving their positions.
h. Manner of fixing including arrangements for sealing joints.

vii. Data relating to strength of equipment as follows

a. Average failure loads as determined by tests.
b. Recommended maximum working loads for various conditions of use.
c. Working resistance moments derived from tests.
d. Working shear capacities derived from tests.
e. Recommended factors of safety used in assessing recommended loads and
deflections based on test results.
f. Deflections under load together with recommended pre-camber and limiting
deflections.
g. If working loads depend on calculations, working stresses should be tested.
If deflections depend on theoretical moments of inertia or equivalent
moments of inertia rather than tests, this should be noted.
h. Information on the design of sway bracing against wind and other horizontal
loadings.
i. Allowable loading relating maximum extension of bases and/or heads.
j. Any restrictions regarding usage of any component or full assembly with
regard to spans, heights and loading conditions.
Financial Bid Vol. II (Specifications) 242
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........



7.16 STEEL REINFORCEMENT FOR STRUCTURE
7.16.1 General
The reinforcement bars bent and fixed in position shall be free from rust or scales,
chloride contamination and other corrosion products. Effective methods of cleaning
will have to be used so that the steel is free from rust, scales and contamination.
The decision of Engineer-in-Charge in this regard shall be final & binding.
7.16.2 Bending of Reinforcement
Bending of reinforcement shall be done as per bar bending schedule to be prepared
and got approved by the contractor from Engineer-in-Charge or his authorised
representative prior to commencement of work. The bar cutting and bending for
16mm and above diameters shall be done on bar cutting and bending machine only.
7.16.3 Placing of Reinforcement
Reinforcement left projecting from newly placed concrete shall be supported in such
a way that there is no sag or risk of damage to the newly placed concrete. The
projecting bars that are likely to be exposed for a long time shall be protected by a
coat of neat cement wash. These shall be thoroughly cleaned and wire brushed
before depositing fresh concrete around it. No reinforcement bar shall remain
exposed or projecting out of the concrete surface. These shall be removed or
treated in a manner as directed by Engineer- in- Charge. The unwanted projected
reinforcement bars shall be cut below the finished surface and the cut end painted
with epoxy paint. Thereafter the surface shall be repaired to match the colour,
texture or pattern of adjoining concrete to the satisfaction of Engineer- in- Charge.
7.16.4 Bar Splices
The location of joints in continuous reinforcing bars, not shown in drawings, shall
be submitted to the Engineer for acceptance. If nothing contrary has been
specified, the number of bars to be joined in any cross section shall not exceed
one-third of the total.

7.17 TEMPORARY WORK
7.17.1 All designs for temporary work shall conform to and comply with all the
requirements given in the latest edition the relevant IRC Codes, Standard
specifications and codes of practice for Road Bridges and other technical
Specifications as detailed in this tender. These standard specifications and codes
of practices shall be supplemented wherever necessary by, MORT&H
Specifications' for Road and Bridge works published by Indian Roads Congress,
Financial Bid Vol. II (Specifications) 243
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

and relevant BIS codes specifications etc., so far as applicable. These shall also
deem to incorporate any subsequent amendments that may be recommended by
respective authorities of the above mentioned specifications and codes of
practices, up to the last date of the month prior to month of receipt of tender.

7.17.2 For all work for which the contractor has to submit design for approval of the
Consultant appointed by the Department, the same shall be got prepared by the
contractor from approved consultants who are specialized in the field. For
particular item of scaffolding, staging and shuttering, use of any proprietary method
of staging should be supplemented with proper designs of such system after
getting approval from the Engineer-in-Charge.

7.18 STRUCTURAL CONCRETE WORKS
(i) Concrete Joints
Notwithstanding the provision of waterproofing membranes, the Contractor shall
construct the concrete works so as to minimize the likelihood of water penetration.
Before placing new concrete against concrete that has already hardened, the face
of the old concrete shall be treated as per specifications.
Concrete shall be cast watertight between construction joints. Should such
concrete be found to leak or to have moist patches, the affected concrete shall be
rectified by injection of resin material, breaking out and recasting, or other methods
of sealing within the concrete. Inside rendering will not be accepted as a method of
making watertight.
(ii) Waterstops
All waterstop used in the Works shall be of PVC material and of a type appropriate
to the location. All joint shall be made with moulded or prefabricated intersection
pieces properly jointed in accordance with the manufacturers instructions. The
waterstops shall be installed so that they are securely held in their correct positions
whilst the concrete is being placed. No hole shall be made through any waterstop
except where provided for by the manufacturer.

7.19 SHUTTERING, FORMWORK etc.
7.19.1 General
Steel formwork or any other internationally accepted System Formwork shall only
be used for concrete work to produce a smooth and uniform finish on all exposed
surfaces. The entire responsibility of planning, designing, erection, dismantling,
Financial Bid Vol. II (Specifications) 244
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

shifting and safety of false work lies with the contractor. Individual steel shuttering
plates shall have a minimum size of 0.9m x 1.5m (minimum area 1.35sq.m) except
in the matching pieces, piers and smaller components. Formwork shall be made out
of minimum 5 mm thick M.S. plates with stiffeners (thickness not less than 5mm) or
as per design approved by Engineer-in-Charge. Planning of formwork shall be got
approved from the Engineer- in- Charge prior to actual mobilisation and use. All
piers shall be cast in one operation and the formwork shall be planned and
provided accordingly.
All shuttering and supports shall be designed by the contractor in accordance with
the loads, pressures, stresses, etc. stipulated in the "IRC: 87-1984, Guidelines for
the Design and Erection of Formwork and Centering for Road Bridges" and relevant
drawings. The Contractor shall submit design calculations for strength and deflection
of the formwork/staging and portal for central span including its foundation in
triplicate to the Engineer- in- charge for approval at least 30 days before the
contractor is ready to erect the same in position. Any improvement to portals,
shuttering, staging and its support system as suggested by the Department shall be
binding on the contractor without any extra cost to the Department. These
suggestions shall however not absolve the contractor of his full and final
responsibility towards the safety and serviceability of the staging and formwork as
well as men and equipment working on them during the preliminary works before
concreting, during concreting and afterwards. Shutters shall be water tight, fixed in
perfect alignment and shall be able to withstand, without any displacement,
deflection or movement of any kind, the loads due to the pressure of concrete, the
movement of construction personnel, materials and plant.
Attention is drawn to the form liner finish required for the outer face of crash barrier,
reinforced soil wall panels (if required), piers etc. It may be noted that the formwork
for the piers will have suitable number of pieces (in plan) to facilitate easy removal of
formwork without breaking the vertical ribs on the pier face. Actual scale trials (mock
ups) using FRP made form liners of piers for full height including foundation, curved
voided deck slab portion for a length of 3m along longitudinal direction and full width
of carriageway including voiders, using FRP made form liners for crash barrier, RS
wall panels, External surfaces of RCC ground supported boxes and retaining walls
shall be performed for demonstrating the efficiency of the system to the satisfaction
of the Engineer-in-charge. The cost of one such final approved mock up of each
type shall be payable as per respective items of concrete and reinforcement. No
costs shall be payable for unsatisfactory mock ups or trials. The concreting for the
piers shall have to be done in single pour only using concrete pump. The location for
making mock up items shall be as per the directions of engineer in charge.
Temporary openings may be required in the formwork of the piers for proper
compaction of concrete. Care shall be taken to maintain a single source of the raw
Financial Bid Vol. II (Specifications) 245
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

material for concreting to achieve a uniform colour. Shuttering joints for all important
items shall be got approved.

7.19.2 Pre-assembly of Formwork
It shall be obligatory on the part of the contractor to pre assemble the formwork for
mock up piers, crash barrier, pedestrian railing, Precast RCC railing, Kerb etc. on
ground of suitable scale /dimension as directed by engineer-in-charge, prior to
actual use. The contractor shall arrange for all material, labour, facilities, etc. to
facilitate first hand checking and carry out necessary modifications as required for
making the formwork true to line, level and shape at no extra cost. However, the
contractor shall be responsible for the correctness of the formwork when erected in
position finally. Pre-checking of formwork shall not be a ground for accepting any
defective and bad formwork produced by the contractor.
The formwork shall be load tested for the probable anticipated loads before the
same is put to actual use, at the direction of Engineer-in-charge. However, load
testing of formwork shall not relieve the contractor of his responsibility for safety and
serviceability.

7.19.3 Permissible Tolerances
The formwork shall be so made as to produce a finished concrete, true to shape,
lines, levels, plumb and dimensions as shown on the drawings subject to the
following tolerance for in- situ casting unless otherwise specified or shown in
drawings or directed by the Engineer- in- charge.
a) Sectional dimension - + 5mm
b) Plumb - + 1 in 1000 of height
c) Levels - 3 mm (before any deflection has taken place).

The tolerances given above are specified for local aberrations in the finished
concrete surface and should not be taken as tolerance for the entire structure taken
as a whole or for the setting and alignment of formwork, which should be as
accurate as possible to the entire satisfaction of the Engineer- in- charge. Errors, if
noticed, in any lift/tilt of the structure after stripping of forms, shall be corrected in the
subsequent work to bring back the surface of the structure to its true alignment
provided always that prior approval of the Engineer- in- charge shall be obtained in
respect of acceptability of such corrective measures without affecting the component
structurally or aesthetically.
Financial Bid Vol. II (Specifications) 246
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

All shutters of beams, slabs and other members shall be so designed and
constructed that the sides may be removed without disturbing the bottom plates or
supports thereto. The bottom of each shutter shall be provided with a camber
approximately to the final deflection of both shutter and beam under load as
determined by the Engineer- in- charge. The supporting struts shall be adjusted and
fixed in position by suitable means duly approved by the Engineer- in- Charge.
Tubular steel props, shores, bracing or similar rigid material approved by the
Engineer- in- charge shall be used for shuttering, scaffolding and staging.

7.19.4 Preparation of Formwork Before Concreting
The inside surfaces of forms shall, except in the case of permanent formwork or
where otherwise agreed to by the Engineer- in- Charge be coated with an approved
material to prevent adhesion of concrete to the formwork. Release agents shall be
applied strictly in accordance with the manufacturers instructions and shall not be
allowed to come into contact with any reinforcement or pre-stressing tendons and
anchorages. Different release agents shall not be used in formwork for concrete,
which will be visible on the surface of finished works. Releasing agent should not
leave any stain marks/difference in colour shades on finished exposed surface of the
RCC / PSC member. Use of grease or burnt lubricant oil etc. on shutters, as release
agent shall not be permitted.
Formwork shall be tight enough to prevent any loss of cement slurry during
vibrations. Immediately before concreting, all forms shall be thoroughly cleaned.
Contractor shall give the Engineer- in- charge due notice before placing any
concrete in the forms to permit him to inspect and accept the formwork as to their
strength, alignment and general fitness, but such inspection shall not relieve the
contractor of this responsibility for safety of men, machinery, materials and for result
obtained.

7.19.5 Removal of Formwork
The minimum time period for the removal of formwork shall be as per section 1508
of MoRT&H Specifications for Road and Bridge Works (4th Revision). However this
shall be taken as guidance only and the scheme for removal of formwork (de-
shuttering and de-centering) shall be planned well in advance and furnished to the
Engineer-in-charge for scrutiny and approval. No formwork or any part thereof shall
be removed without prior approval of the Engineer-in-charge.
The contractor shall record in any approved manner, the date on which concrete is
placed in each part of the work and the date on which the formwork is removed
Financial Bid Vol. II (Specifications) 247
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

there from and have this record checked and countersigned by the
Engineer- in- charge. The contractor shall be responsible for the safe removal of the
formwork and any work showing signs of damage through premature removal of
formwork or loading shall be rejected and entirely reconstructed by the Contractor
without any extra cost to the Department. The Engineer- in- charge may, however,
instruct to postpone the removal of formwork if he considers it necessary and no
claim whatsoever shall be entertained on this account.

7.19.6 Re-use of Forms
Before re-use, all forms shall be thoroughly scrapped, cleaned, joints and planes
examined and when necessary / repaired and inside surface treated as specified
herein before. Formwork shall not be used / re-used if declared unfit or
unserviceable by the Engineer- in- charge. Nothing extra or any claim whatsoever
shall be admissible on this account.
The contractor is to make good at his own expenses any injury to the concrete work
and any damage caused by, or arising from the removal and striking of shutters and
supports. Notwithstanding conditions and requirements mentioned in the foregoing
paragraphs the shuttering should be such that all concrete work remains shutter
finished as per pattern approved by the Engineer- in- charge.

7.19.7 Formed Surface and Finish
All members above ground or formation level shall have shutter finished surfaces.
Utmost care shall be taken by the contractor in erection of formwork for components
cast in stages. Location of construction joints in between such stages shall be pre-
decided and all such joints shall be treated in a manner approved by the
Engineer- in- charge so as to match with the surrounding concrete without leaving
any visual aberration or bad patches and/or bands. The contractor shall be deemed
to have included the cost of such operation in his quoted rates and no claim
whatsoever shall be entertained at a later date.
The formed finished concrete surfaces shall be free from honeycomb, blemishes,
holes, surface defects, etc. In no case such defects shall exceed 200mm in any
direction for individual spots or the continued area of such defects shall not exceed
0.2% of the entire area of related surface. Any variation beyond this limit shall be
considered as a substandard work and shall be rejected.
Special care shall be taken to ensure that no stains are left on the formed concrete
either from formwork or exposed reinforcement bars. Such stains shall be removed
by the contractor at no extra cost so as to match with adjoining concrete surfaces to
the satisfaction of the Engineer- in- charge.
Financial Bid Vol. II (Specifications) 248
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........



7.20 ROAD WORK

7.20.1 Sub-Grade Construction

It shall be ensured prior to actual execution that the borrow area material to be
used in the sub-grade satisfies the requirements of design CBR (not less than 5%,
under soaked condition). For the purposes of specifications, the top 500mm thick
layer of filling in the embankment (just below the sand drainage layer) over the
entire formation width and directly supporting the road pavement will be termed as
subgrade.

Sub-grade shall be compacted and finished to the design strength consistent with
other physical requirements. The actual laboratory CBR values of constructed sub-
grade shall be determined on remoulded samples. IRC: 37-1984 shall be referred
to for details.

The 500mm thick of the sub-grade shall be compacted to achieve at least 97% of
MDD at OMC.

7.20.2 Granular Sub-Base Course

This work shall consist of laying and compacting well-graded material on prepared
sub-grade in accordance with the requirements of these Specifications. The
material shall be laid in one or more layers as sub-base or lower sub-base and
upper sub-base (termed as sub-base hereinafter) as necessary according to lines,
grades and cross- sections shown on the drawings or as directed by the Engineer-
in-Charge.

The granular sub-base (GSB) material shall be closed graded of grading I and III,
conforming to the requirements of clause 401 and table 400-1 of MORTH,
Specifications for Road and Bridge Works (4
th
Revision).

7.20.3 Wet Mix Macadam Base Course

The work shall consist of laying and compacting clean, crushed, graded aggregate
and granular material premixed with water, to a dense mass on a prepared
subgrade/sub- base/base or existing pavement as the case may be in accordance
with the requirements of these specifications. The material shall be laid in one or
more layers as necessary to lines, grade and cross section shown on the approved
drawings or as directed by the Engineer-in-charge. The laying of WMM layer shall
be done using paver only.
The wet mix macadam base course shall satisfy the requirements of clause 406 of
MORTH, Specifications for Road and Bridge Works.


Financial Bid Vol. II (Specifications) 249
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.20.4 Bituminous Work
All the bituminous mixes shall be prepared using batch type hot mix plant. The
contractor shall have to necessarily deploy self-propelled paver with electronic
sensor having suitable hydraulically operated screeds capable of spreading,
tamping and finishing the mix true to the specified lines, grades and cross sections
of the road. The paver finisher shall have the following essential features:


(i) Loading hoppers and suitable distributing mechanism.

(ii) All drives having hydrostatic drive/control.

(iii) The machine shall have a hydraulically extendable screed for appropriate
width requirement.

(iv) The screed shall have tamping and vibrating arrangement for initial
compaction to the layer as it is spread without rutting or otherwise marring the
surface. It shall have adjustable amplitude and variable frequency.

(v) The paver shall be equipped with necessary control mechanism so as to
ensure that the finished surface is free from surface blemishes.

(vi) The paver shall be fitted with an electronic sensing device for automatic
leveling and profile control within the specified tolerances.

(vii) The screed shall have the internal heating arrangement.
(viii) The paver shall be capable of laying 2.5 to 4.0 m width in service road and
4.0 to 7.0m width on main carriageway as per site requirement.

(ix) The paver shall be so designed as to eliminate skidding/slippage of the tyres
during operation.

(x) The contractor shall have to necessarily deploy the road rollers, for BM, DBM
& BC for their compaction as per relevant MORT&H specifications.
Mix shall be prepared in a computerized hot mix plant of adequate capacity and
capable of yielding a mix of proper and uniform quality with thoroughly coated
aggregate. Hot Mix Plant shall be preferably of batch mix type with electronic load
sensor device. The requirement of clause 504.3.4 of MORTH specifications shall
be strictly adhered to.

7.20.5 Prime Coat

The work shall consist of the application of a single coat of low viscosity liquid
bituminous material to a porous granular surface preparatory to the
superimposition of bituminous mix material. The work shall execute in accordance
Financial Bid Vol. II (Specifications) 250
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

with clause 502 and sub clause there to of MORTH specifications for Road &
Bridge works 2001.

The emulsified bitumen for prime coat shall be medium setting conforming to IS:
8887-1995. The bitumen emulsion shall be brought at site in one lot in sealed
drums and shall be got verified and checked by the representative of Engineer-in-
Charge before its use. After priming coat the road can be opened to the traffic as
directed by the engineer in charge.

7.20.6 Tack Coat

The work shall consist of application of single coat of low viscosity liquid
bituminous material to an existing road surface preparatory to another bituminous
construction over it. The binder used for tack coat shall be bitumen of suitable
grade as specified in nomenclature of item.

a) The emulsified bitumen for tack coat on road shall be medium setting (MS)
type conforming to IS: 8887-1995. The bitumen emulsion shall be brought at
site in one lot in sealed drums and shall be got verified and checked by the
representative of Engineer-in-Charge before its use. The work shall be done
strictly in accordance with clause 503 and sub-clauses thereto of MORT&H
specifications for Roads & Bridges work (Fourth Revision), 1995.

b) Cleaning and Preparation of the Surface: The surface on which the tack coat
is to be applied shall be clean and free from dust, dirt and any extraneous
material and be otherwise prepared in accordance with the requirements of
clauses 501.8 and 902 as appropriate. Immediately before the application or
the tack coat, the surface shall be swept clean with a mechanical broom and
high pressure jet or by other means as directed by the Engineer-in-Charge.

7.20.7 Bituminous Macadam

The work shall consists of constructing a single layer of specified compacted
thickness of bituminous macadam having crushed stone aggregate premixed with
bituminous binder on a previously prepared base to the requirement of clause-504
and sub clause thereto of MORTH specifications for Road & Bridge works (Fourth
Revision) 2001 and as directed by the Engineer-in-Charge.

7.20.7.1 Material

(i) Bitumen
Bitumen shall confirm to grade and quantity as specified in nomenclature of item.

(ii) Aggregate
Aggregate shall consists of crushed stone aggregate as laid down in sub clause -
504.2.2 to 504.2.5 of MORTH Specifications for Road & Bridge works ( 4th
revision). The grading shall conform to grading 2 of Table 500-4.
Financial Bid Vol. II (Specifications) 251
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


(iii) Rate
The contract unit rate for the Bituminous Macadam shall be payment in full for
carrying out all the required operations as specified, and shall include, but not
necessarily limited to all component listed in 501.8.8.2 (i) to (xi) as MORTH
specifications for Road & Bridges (Fourth revision) 2001. The rate shall include the
provision of bitumen @ 3.5% by weight of total mix with provision that variation of
quantity on minus side is not acceptable. However, no extra payment would be
admissible for use of bitumen if the variation is on higher side i.e. beyond 3.5% of
weight of total mix.

7.20.8 Dense Bituminous Macadam

The work shall consists of constructing dense bituminous macadam in two layers
of specified compacted thickness having crushed stone aggregate premixed with
bituminous binder on a previously prepared base to the requirement of clauses
507 and sub clause thereto of MORTH specifications for Road & Bridge works
(Fourth Revision) 2001 and as directed by the Engineer-in-Charge.


7.20.8.1 Material

(i) Bitumen
Bitumen shall confirm to grade and quantity as specified in nomenclature of item.

(ii) Aggregate
Aggregate shall consists of crushed stone aggregate as laid down in sub-clause-
507.2.2 to 507.2.5 of MORTH Specifications for Road & Bridge works . The
grading shall conform to grading of Table 500-10/

(iii) Filler
Filler shall consist of hydrated lime of grade & specification conforming to clause
509.2.4 of MORTH specification for Roads & Bridges.

(iv) Rate
The contract unit rate for the Dense Bituminous Macadam shall be payment in full
for carrying out all the required operations as specified, and shall include,. But not
necessarily limited to all component listed in 501.8.8.2 (i) to (xi) as MORTH
specifications for Road & Bridges (Fourth revision) 2001. The rate shall include the
provision of bitumen @ 5.0% by weight of total mix with provision that variation of
quantity on minus side is not acceptable. However, no extra payment would be
admissible for use of bitumen if the variation is on higher side i.e. beyond 5% of
weight of total mix.

7.20.9 Bituminous Concrete

The work shall consist of constructing a single layer of specified compacted
Financial Bid Vol. II (Specifications) 252
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

thickness or dense bituminous concrete consisting of .crushed stone aggregate
mixed with bituminous binder to serve as wearing course laid immediately after
mixing on a previously prepared base in accordance with the requirements of
specifications as laid down in clause 509 and sub-clauses thereto of MORTH
specifications for Roads & Bridges works and as directed by Engineer-in-Charge.

7.20.9.1 Material

Bitumen shall conform to grade and quantity as specified in nomenclature of item.

(i) Aggregate
Aggregates shall consist of crushed stone aggregate conforming to grading &
specifications as laid down in sub-clause 509.2.2 to 509.2.5 of MORT&H
specifications for Road & Bridges work. Only natural aggregate or sand shall be
allowed. The grading shall conform to grading 1 of Table 500-18.

(ii) Filler
Filler shall consist of hydrated lime of grade & specification conforming to clause
509.2.4 of MORTH specification for Roads & Bridges .

(iii) Rate
The contract unit rate for the Dense Bituminous Concrete shall be payment in full
for carrying out all the required operations as specified, and shall include, but not
necessarily limited to all component listed in 501.8.8.2 (i) to (xi) as MORTH
specifications for Road & Bridges (Fourth revision) 2001. The rate shall include the
provision of bitumen @ 5.5% by weight of total mix with provision that variation of
quantity on minus side is not acceptable. However, no extra payment would be
admissible for use of bitumen if the variation is on higher side i.e. beyond 5.5% of
weight of total mix.

7.20.10 Compaction
The degree of compaction for the various bituminous layers shall be established by
taking CORE from the laid bituminous layer. The bill of the contractor shall be paid
only if the same qualifies as per the specifications / requirements. Sand
replacement method for verifying the degree of compaction of laid bituminous
layers will not be allowed.


7.21 ANTICARBONATION COATING ON CONCRETE

The protective coating shall comprise a penetrating Silane/Siloxane primer and a
single component aliphatic acrylate coating. The total dry film thickness (DFT) of
the coating shall not be less than 150 microns and shall be capable of providing
carbon di-oxide diffusion resistance and the depth of carbonation shall be proved
to be nil through suitable tests when tested at 24 hrs by accelerated carbonation
test as per BS: 1881.

Financial Bid Vol. II (Specifications) 253
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.22 ROAD MARKING WORK WITH THERMOPLASTIC PAINT

7.22.1 The road marking work shall be carried out as per clause 803 of MoRT&H
Specifications for Road and Bridge Works (Fourth Revision) 2001 with upto date
correction slip.

7.22.2 Guarantee:- The Thermoplastic paint shall last at least for a period of two
years. The marking, when tested, shall show no sign of cracking, flaking,
peeling off or disintegration. Two years guarantee in prescribe proforma as per
Annexure 'D' must be given by the contractor in acceptance of his overall
responsibility regarding satisfactory performance of Thermoplastic Painting
work. If any defect is noticed during the guarantee period, it shall be rectified by
the contractor within 7 days by re-executing the defective Thermoplastic
Painting Work, and if not attended to, the same will be got done from another
agency at the risk and cost of contractor. An amount of 10% of the actual cost of
BOQ item will be retained as security deposit in the form of standard bank
guarantee for 2 years. This is in addition to the security deposit under clause 1A
of GCC2010.


7.22.3 The contractor shall be responsible for rectifying defects noticed within two
years from the date of completion of the work and the additional security
deposit relating to road marking work using Thermoplastic Paint shall be
refunded after the expiry of this period

7.23 OVERHEAD SIGNS

7.23.1 The work shall be carried out as per agreement item, as per clause 801 (but
using sheet for the road signages of unmetalized micro prismatic retro reflective
element material (Type-IX of ASTM : D4956-07), 802 of MoRT&H Specifications
for Road and Bridge Works (Fourth Revision) 2001 with upto date correction
slip. and as per direction of Engineer-in-Charge.

7.23.2 Test Certificates and Testing of Material

The physical and mechanical properties of ACM Shall be as per Table I below:
Table I : Specification for Aluminum Composite Material (4 mm with 0.5 mm Al
skin)
Sl.No. Description
Specification
Standard Test
Acceptable value /
result
A Physical Tests For ACM
1 Over all thickness of AM Measurement 4 mm (Tolerance 0.2
mm).
2 Aluminum Skin thickness (each
side)
Measurement 0.5 mm (Tolerance
0.03mm)
Financial Bid Vol. II (Specifications) 254
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3 Panel weight (ACM) Measurement 5.5 Kg/sqm (5%)
B Mechanical Properties of ACM
1 Peel off strength (Drum Peel
Test)
ASTM D903 More than 4 N/mm
2 Tensile strength ASTM E8 More than 40 N/mm
2

3 0.2% Proof Stress ASTM E8 More than 34 N/mm
2

4 Elongation ASTM E8 6%
5 Flexural Strength ASTM 393 More than 130 N/mm
2

6 Flexural Modulus ASTM 393 More than 44,000
N/mm
2

7 Shear strength with Punch shear
test
ASTM 732 More than 30 N/mm
2

C Properties of Aluminum Skin
1 Tensile strength (Rm) ASTM E8 Minimum 165 N/mm
2

2 Modulus of elasticity ASTM E8 Minimum 70000 N/mm
2

3 Elongation ASTM E8 A502%
4 0.2% Proof Stress ASTM E8 Minimum 110 N/mm
2

D Properties of High Surface
energy coating

1 (90 Deg.) Peel adhesion strength
of Retro Reflective sheeting on
ACM surface with high-surface
energy coating
ASTM D3330 Minimum of 1.5 kgf i.e.
Equal to or more than
that with surface
prepared aluminum


7.23.3 Performance Certificate

Requisite conformance certificate from the manufacturer of the ACM stating
compliance with ACM technical specifications as per Table I shall be submitted.
Retro Reflective Sheet for Signages

(i) The sheet for the road signages shall be unmetalized micro prismatic retro
reflective element material (Type-IX of ASTM : D4956-07) and retro
reflectivity characteristics of the same at short road distances shall meet the
parameters for different observation angle and entrance angle as laid down
under table-E3 of ASTM : D4956-07.
(ii) Only brand new sheet shall be used for the work and shall show no evidence
of cracking, scaling, pitting, blistering, edge lifting or curling.
(iii) The colour of the sheet shall be white.
(iv) The adhesive backing shall be pressure sensitive as specified in para 4.3.1 of
ASTM : D4956-07.
(v) All signs shall be dated during fabrication with indelible marking.
Testing of Retro Reflective Sheet in Local Laboratory
Every lot of the sheets to be used on the work shall be got tested for
following test from CRRI or any approved independent test house and the entire
cost of testing on account of cost of sample, its packing and carriage to laboratory
Financial Bid Vol. II (Specifications) 255
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

& other incidental charges etc., shall be borne by the contractor. Testing charges,
if any, shall be borne by the department provided the material passes the tests,
other wise the same shall be borne by the contractor Result of such tests shall be
binding upon the contractor.
(i) Coefficient of Retro Reflection.
(ii) Dry time colour & luminous.
(iii) Removability of liner.
(iv) Specular Gloss.
(v) Flexibility.
(vi) Shrinkage.
(vii) Impact Resistance.
(viii) Resistant to accelerated weathering.
(a) Colour fastness
(b) Appearance.
(c) Reflective Intensity.
(d) Adhesion.
(e) Reflective intensity during rainfall after accelerated weathering.
(ix) Adhesion.
Five samples each of all sign boards shall be got tested from CRRI or some
approved independent test house after completion of second, third and seventh
year of installation of the sign boards at site to observe the performance of high
intensity Retro Reflective Sheeting, Transparent film, screen printed or cut out
letters/legends etc. The results shall be compared with the provisions of ASTM-D-
4956-07. Necessary facility/means including carriage to the test house, cost of the
samples, other incidental charges, if any, making arrangement for lowering down,
etc. shall be provided by the contractor at his own cost. Testing charges, if any,
shall be born by the department provided the material passes the test, other wise
the same shall be borne by the contractor. Result of such tests shall be binding
upon the contractor.
Fabrication of Signages
(i) The signages shall be fabricated in the manner as specified in the description
of respective item of work in the schedule of quantity.
(ii) The M.S. angle iron frame work for the signages shall be fabricated in
accordance with CPWD Specification-2009.
(iii) The surface of the ACP substrate to receive the retro reflective sheeting shall
be thoroughly cleaned, descaled, dusted and degreased before the sheeting is
laid over the same.
(iv) To the extent possible, there shall be no joints in the retro reflective sheet laid
for signages. However, in unavoidable circumstances, joints can be allowed
with prior approval of Engineer-in-Charge. Over lapping in such cases shall
not be less than 5mm.
7.23.4 Warranty

(a) The contractor shall obtain a seven (7) years warranty (Annxure-E) in original
from the manufacture of Retro Reflective Sheeting for satisfactory field
performance including stipulated retro reflectance of the retro reflective
Financial Bid Vol. II (Specifications) 256
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

sheeting of super high intensity unmetalised micro prismatic type and submit
the same to the Engineer-in-Charge.
(b) In Addition, a 7 years warranty for satisfactory field performance of the finished
signs with retro reflective sheeting of super high intensity unmetalised micro
prismatic type, inclusive of the cut out letters / legends, transparent field and
their bonding to the retro reflective sheeting shall be obtained from the
contractor in favour of Executive Engineer, Flyover Project Division F-132,
PWD (NCTD), New Delhi.
(c) The contractor shall also furnish a certificate that the signs and materials
supplied against the assigned work meets all the stipulated requirements and
carry the stipulated warranty. The warranty shall also cover the replacement
obligation by the sheeting manufacture as well as contractor for replacement /
repairing / restoration of the retro reflective efficiency.

All signs shall be dated during fabrication with indelible marking to indicate the
date of manufacture of the Road Sign and actual date of installation at site in
an unprotected outdoor exposure. Warranties should be given in original and
should have legal jurisdiction in India. Warranties given by power of attorney
holders/ distributors will not be acceptable.


7.23.5 Guarantee

Seven years guarantee in prescribed proforma attached as AnnexureF of tender
documents must be given by the Authorised Converter. In addition 10% (Ten per
cent) of the actual cost of items of signages executed as per of the schedule of
quantities of the tender documents would be retained as guarantee for 7 (seven)
years to watch the performance of the work executed. This is in addition to the
security deposit under clause 1A of GCC2010. The contractor shall be responsible
for rectifying defects noticed within Seven years from the date of completion of the
work. However, half of this amount would be released after three years if the
performance of the work executed is found satisfactory when tested as per the test
requirement prescribed in para 7.23.3 of these documents. If any defect is noticed
during the guarantee period it will be either rectified or replaced in total by the
contractor within 7 days and if not attended to, the same shall be got done by
another agency at the risk and cost of the contractor. However, this security
deposit can be released in full, if bank guarantee of equivalent amount for 8 years
is produced and deposited with the department.


7.24 STORAGE OF MATERIALS

All materials shall be stored so as to prevent deterioration, and to ensure the
preservation of their quality and fitness for the work. If required by the Engineer-in-
charge, the materials shall be stored under cover and suitably painted for the
protection against weather condition. Any material, which has deteriorated or has
Financial Bid Vol. II (Specifications) 257
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

been damaged shall be removed from site and replaced by new members, as
directed by the Engineer-in-charge at no extra cost and time.

A. The steel to be used in fabrication shall be stored in a separate stack clear of
the ground section wise and lengthwise.

B. The storage area shall be kept clean and properly drained. Structural steel shall
be so stored and handled in such a manner that members are not subjected to
excessive stresses and damage. Girders and beams shall be placed in upright
position. Long members shall be supported on closely spaced skids to avoid
unacceptable deflection.

C. The Contractor shall have a suitable shop storage yard at his own premises for
storing the fabricated steel structures and other materials. The yard shall have
proper facilities such as drainage and lighting including access for cranes,
trailers and other heavy equipment.

D. All Shop / field connection materials, shop paint etc. shall be stored on racks
and platforms, off the ground in a properly covered building by the contractor.

E The contractor shall have proper arrangement for sand blasting of steel sections
so that these sand blasted materials may be used for fabrication wherever
required.


7.25 DELINEATORS

The work covers supplying and fixing roadway delineators with solar warning light.

The design, material to be used and the location of the road delineators shall
conform to Recommended Practice for Road Delineators, IRC: 79, and to relevant
drawings or as otherwise directed by the Engineer.

The posts for the delineators shall be tubular and in MS steel painted as per
specifications, as per dimensions given in the Drawing.


7.26 ROAD MARKING USING HOT APPLIED THERMOPLASTIC PAINT
7.26.1 General
(i) The road marking symbols, patterns, sizes, colour and legends shall be
adopted in accordance with the code of practice for Road Marking with paints,
IRC 35-1997 and as specified in the drawings or as directed by the Engineer-
in-Charge.
Financial Bid Vol. II (Specifications) 258
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(ii) The colour of the compound shall be white or yellow (IS colour No.356) as
specified in the drawings or as directed by the Engineer-in-Charge.
(iii) The thermoplastic compound shall be screeded / extruded on to the
pavement surface in a molten state by suitable machine capable of controlled
preparation and laying with surface application of glass beads at a specific
rate. Upon cooling to ambient pavement temperature, it shall produce an
adherent pavement marking of specified thickness and width and capable of
resisting deformation by traffic.
(iv) Where the compound is to be applied to cement concrete pavement, a
sealing primer as recommended by the manufacturer, shall be applied to the
pavement in advance of placing of the stripes to ensure proper bonding of the
compound. On new concrete surface any laitance and/or curing compound
shall be removed before the markings are applied.

7.26.2 Materials
Road markings shall be of hot applied thermoplastic compound, or reflectorised
paint as specified in the item and the material shall meet the requirements as
specified below.
7.26.3 Thermoplastic Paint
Material
The thermoplastic material shall be homogeneously composed of aggregate,
pigment, resins and glass reflectorising beads. Road markings shall be of hot
applied THERMOPLASTIC COMPOUND which shall meet the requirements as
specified below.
Requirements
Composition: The Thermoplastic material shall be homogeneously composed of
aggregate, pigment, resins and glass reflectorising beads. The pigment, beads and
aggregate shall be uniformly dispersed in the resin. The material shall be free from
all skins, dirt and foreign objects and shall comply with requirements indicated in
Table-1.
Table-1: Proportions of Constituents of Marking Material
(Percentage by Weight)
COMPONENT WHITE YELLOW
Binder 18.0 min. 18.0 min.
Glass Beads 30-40 30-40
Financial Bid Vol. II (Specifications) 259
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Titanium Dioxide 10.0 min. ----
Calcium Carbonate and Inert
Fillers.
42.0 max. **
Yellow pigments ---- **
** NOTE: Amount of Yellow pigment, calcium carbonate and inert fillers shall be at
the option of the manufacturer, provided all other requirements of these
specifications are met.
Properties:-The properties of thermoplastic material, when tested in accordance
with ASTM D36/BS-3262 (Part-I), shall be as below.
(a) LUMINANCE
White: Daylight luminance at 45 degree Celsius shall be 65 percent min. as
per AASHTO M-249.
Yellow: Daylight luminance at 45 degree Celsius shall be 45 percent min. as
per AASHTOM-249.
(b) Drying time: When applied at a temperature specified by the manufacturer
and to the required thickness, the material shall set to bear traffic in not
more than 15 minutes.
(c) Skid resistance: Not less than 45 as per BS 6044.
(d) Cracking resistance at low temperature:-The material shall show no cracks
on application to concrete blocks.
(e) Softening point: 102.5 + 9.5C as per ASTM D-36.
(f) Flow resistance: Not more than 25 percent as per AASHTO M-249.
(g) Yellowness index (for white thermoplastic paint): not more than 0.12 as per
AASHTO M-249.
The paint shall conform to the following technical specifications.

TECHNICAL DATA WHITE YELLOW
Type of Aggregate Silica sand/Dolomite Silica sand / Dolomite
Type of extender Calcium Carbonate Calcium Carbonate
Type of Binder Synthetic resin Synthetic resin
Glass beads content % (min)
by weight
30% (reflective) 30% (reflective)
Financial Bid Vol. II (Specifications) 260
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Heat Stability 65 min. 65 min.
Flash Point (COC degree C) 270 min. 270 min.
Relative Density 2.00+0.1 2.00+0.1
Application Temperature
o
C 165+ 15 165+ 15
Max. Heating Temperature
o
C 210 210
Durability (Class) 2 Years (A) 2 Years (A)
Pigment Consists of Titanium
Dioxide Type-R(rubile)
Yellow pigment is
substitute for a part of
TITANIUM DIOXIDE.
The pigment shall have
a heating range upto
300
o
C in order to
withstand heating temp.
up to 250
o
C without
colour change.

7.26.4 Storage Life
The material shall meet the requirements of these specifications for a period of one
year. The thermoplastic material must also melt uniformly with no evidence of
skins or un-melted particles for the one year storage period. Any material not
meeting the above requirements shall be replaced by the manufacturer/supplier /
Contractor.

7.26.5 Reflectorisation
Shall be achieved by incorporation of beads, the grading and other properties of
the beads shall be as specified elsewhere in tender document.

7.26.6 MARKING
Each container of the thermoplastic material shall be clearly and indelibly marked
with the following information:
(i) The name, trade mark or other means of identification of manufacturer.
(ii) Batch number
(iii) Date of manufacture.
Financial Bid Vol. II (Specifications) 261
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(iv) Colour (white or yellow).
(v) Maximum application temperature and maximum safe heating temperature.

7.26.7 Sampling and Testing
The thermoplastic material shall be sampled and tested in accordance with the
appropriate ASTM/BS method. The contractor shall furnish to the Employer a copy
of certified test reports from the manufacturers of the thermoplastic material
showing results of all tests specified herein and shall certify that the material meets
all requirements of this specification.

7.26.8 Reflectorising Glass Beads
7.26.8.1 General
This specification covers two types of glass beads to be used for the production of
reflectorised pavement markings.
Type-1 beads are those which are a constituent of the basic thermoplastic
compound as described in Table-1 and Type-2 beads are those which are to be
sprayed on the surface as described in clause 10.4.9.
7.26.8.2 The glass beads shall be transparent, colourless and free from milkiness, dark
particles and excessive air inclusions. These shall conform to the requirements
spelt out in clause 10.4.7.3.

7.26.8.3 Specific Requirements
(i) Gradation: The glass beads shall meet the gradation requirements for the
two types as given in Table 2:
Table 2: Gradation Requirements for Glass Beads
Percent retained
Sieve size Type 1 Type 2
1.18 mm 0 to 3 ----
850 micron 5 to 20 0 to 5
600 micron ---- 5 to 20
425 micron 65 to 95 ----
300 micron ---- 30 to 75
Financial Bid Vol. II (Specifications) 262
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

180 micron 0 to 10 10 to 30
Below 180 micron ---- 0 to 15

(ii) Roundness: The glass beads shall have a minimum of 70 percent true
spheres
(iii) Refractive index: The glass beads shall have a minimum refractive index of
1.50.
(iv) Free flowing properties: The glass beads shall be free of hard lumps and
clusters and shall dispense readily under any conditions suitable for paint
striping. They shall pass the free flow-test.
7.26.8.4 TEST METHODS:- The specific requirements shall be tested with the following
methods:
(i) Free-flow test: Spread 100 grams of beads evenly in a 100 mm diameter
glass dish. Place the dish in a 250 mm inside diameter desiccators which is
filled within 25 mm of the top of a desiccators plate with sulphuric acid
water solution (specific gravity 1.10). Cover the desiccators and let it stand
for 4 hours at 20 to 29 degree C. Remove sample from desiccators, transfer
beads to a pan and inspect for lumps or clusters. Then pour beads into a
clean, dry glass funnel having a 100 mm stem and 6 mm orifice. If
necessary, initiate flow by lightly tapping the funnel. The glass spheres shall
be essentially free of lumps and clusters and shall flow freely through the
funnel.
(ii) The requirements of gradation, roundness and refractive index of glass
beads and the amount of glass beads in the compound shall be tested as
per BS: 6088 and BS: 3262 (Part-1).
(iii) The contractor shall furnish to the Employer a copy of certified test reports
from the manufacturer of glass beads obtained from a reputed laboratory
showing results of all tests specified herein and shall certify that the material
meets all requirements of this specification. However, if so required, these
tests may be carried out as directed by the Engineer-in-Charge.
7.26.9 Application Properties of Thermoplastic Material
The thermoplastic material shall readily get screeded / extruded at temperatures
specified by the manufacturers for respective method of application to produce a
line of specified thickness which shall be continuous and uniform in shape having
clear and sharp edges.
The material, upon heating to application temperatures, shall not exude fumes
which are toxic, obnoxious or injurious to persons or property.
Financial Bid Vol. II (Specifications) 263
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

7.26.10 Preparation
The material shall be melted in accordance with the manufacturers instructions in
a heater fitted with a mechanical stirrer to give a smooth consistency to the
thermoplastic material to avoid local overheating. The temperature of the mass
shall be within the range specified by the manufacturer, and shall on no account be
allowed to exceed the maximum temperature stated by the manufacturer. The
molten material should be used as expeditiously as possible and for thermoplastic
material which has natural binders or is otherwise sensitive to prolonged heating,
the material shall not be maintained in a molten condition for more than 4 hours.
After transfer to the paint applicator machine, the material shall be maintained
within the temperature range specified by the manufacturer for achieving the
desired consistency for laying. The maximum safe heating temperature should not
exceed 210C
The melted material may be allowed to use, provided the total time in melted state
has not exceeded 4 hours.
7.26.11 Properties of Finished Road Marking
(i) The stripe shall not be slippery when wet.
(ii) The marking shall not lift from the pavement in freezing weather.
(iii) After application and proper drying, the stripe shall show no appreciable
deformation or discolouration under traffic and under road temperature upto
60C.
(iv) The marking shall not deteriorate by contact with sodium chloride, calcium
chloride or oil drippings from traffic.
(v) The stripe or marking shall maintain its original dimensions and position.
Cold ductility of the material shall be such as to permit normal movement
with the road surface without chopping or cracking.
(vi) The colour of yellow marking shall conform to IS colour No.356 as given in
IS:164-1981.
7.26.12 Application
Marking shall be done by fully / semi-automatic paint applicator machine in order to
maintain straight line, size and sharp edges. For locations where painting cannot
be done by machine, approved manual methods shall be used with prior approval
of the Engineer- in-Charge. The contractor shall maintain control over traffic while
painting operations are in progress so as to cause minimum inconvenience to
traffic compatible with protecting the workmen.
Financial Bid Vol. II (Specifications) 264
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

The thermoplastic material shall be applied hot either by screeding or by extrusion
process. After transfer to the laying apparatus, the material shall be laid at a
temperature within the range specified by the manufacturer for the particular
method of laying being used. The paint shall be applied using a screed or
extrusion machine.
The pavement temperature shall not be less than 10C during application. All
surfaces to be marked shall be thoroughly cleaned of all dust, dirt, grease, oil and
all other foreign matter before application of the paint. Priming coat as per
manufacturers recommendation shall be applied.
Badly worn out bituminous surface and concrete road surface shall be treated with
BITEX or equivalent primer prior to application of Thermoplastic Paint. Nothing
extra shall be paid on this account.
The material, when formed into traffic stripes, must be readily renewable by
placing an overlay of new material directly over the old line of compatible material.
Such new material shall so bond itself to the old line that no splitting or separation
takes place.
Thermoplastic paint shall be applied in intermittent or continuous lines of uniform
thickness of at least 2.5 mm unless specified otherwise, having uniform width and
sharp edges. In addition to the beads included in the material, a further quantity of
glass beads of Type 2, conforming to the above noted specifications (B.S.-6088
clause-B) shall be sprayed uniformly with the help of glass beads spray pump into
a mono-layer on to the hot paint line in quick succession of the paint spraying
operation. The glass beads shall be applied at the rate of 250 grams per Sq. m
area.
The minimum thickness specified is exclusive of surface applied glass beads. The
method of thickness measurement shall be in accordance with Appendices B and
C of BS-3262 (Part-3).
The finished lines shall be free from ruggedness on sides and ends and be parallel
to the general alignment of the carriage way. The upper surface of the lines shall
be level, uniform and free from streaks.
7.26.13 Performance Requirements
The road markings laid shall meet the performance requirements of Class-A road
marking specified in the BS-3262 (Part-II)-1989. The wear index shall not exceed
35 at each regular inspection interval as per the Appendix D of B.S.-3262. The
spread of the markings of each stripe measured between 600 mm & 900 mm from
the near side kerb shall not increase at each regular inspection interval by more
than 10% of its initial value.
Financial Bid Vol. II (Specifications) 265
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

GUARANTEE:- The Thermoplastic paint shall last at least for a period of two
years. The marking, when tested, shall show no sign of cracking, flaking, peeling
off or disintegration. Two years guarantee in prescribe Performa as per Annexure
'L' must be given by the contractor in acceptance of his overall responsibility
regarding satisfactory performance of Thermoplastic Painting work. If any defect is
noticed during the guarantee period, it shall be rectified by the contractor within 7
days by re-executing the defective Thermoplastic Painting Work, and if not
attended to, the same will be got done from another agency at the risk and cost of
contractor.
The contractor shall be responsible for rectifying defects noticed within two years
from the date of completion of the work and the portion of the security deposit
relating to road marking work using Thermoplastic Paint shall be refunded after
the expiry of this period.

7.26.14 Measurements for payment
The painted markings shall be measured in sq. m of actual area marked (excluding
the gaps, if any).

7.26.15 Rate
The contract unit rate for road marking shall be paid in full compensation for
furnishing all labour, materials, tools, equipment, including all incidental costs
necessary for carrying out the work at the site conforming to these specifications
complete as per the approved drawings or as directed by the Engineer- in- Charge
and all other incidental costs necessary to complete the work to these
specifications.
NOTE: In case of any discrepancy in particular specifications for Thermoplastic
Paint and the specifications as per Section 803 MoRT&H specifications (4th
Revision) 2001, the later will prevail.

7.27 STRUCTURAL STEELWORK SPECIFICATION FOR WELDED STRUCTURE

7.27.1General

Scope of Specification
This Specification covers the supply, fabrication transportation and erection at Site of
welded structural steelwork, including the supply of approved consumables, electrodes,
wires and other materials required for fabrication and field connections of all structural
steelwork covered under the scope of the Specification. The shear connectors studs as
specified in the drawing shall also be welded in the shop.
Financial Bid Vol. II (Specifications) 266
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7.27.1.1 Products

Ref. Specification for Structural Steel

7. 27.1.2 Execution

Workmanship

7. 27.1.3 General

All workmanship shall be in accordance with the best practices in modern structural
shops. Greatest accuracy shall be maintained in the manufacture of every part of the
work and similar parts shall be strictly interchangeable. The contractor shall not proceed
with any welding until the Engineer-in-charge has approved his welding plan, which shall
include all informations on welding procedures, equipment, additives and preheating
during welding operation.

Details of non destructive testing methods

- Precautions with regard to welding shrinkage
- Possible treatment of completed welds by grinding
- Procedure and programme of welding sequence

During Design & Detailing of component lengths, care has been taken to avoid butt weld
in built up members. Therefore it is essential to use only nearest size and length of
section that have been procured to scheduled sizes and lengths by proper planning by
contractor. No butt weld shall be carried out without approval of Engineer-in-charge.

7. 27.1.4 Templates

Templates used throughout the work shall be of steel. In cases where actual materials
have been used as templates for drilling similar pieces, the Engineer-in-charge shall
decide whether such materials are fit to be used as parts of the finished structure.

7. 27.1.5 Straightening

All materials shall be straight and free from twists, and if necessary, before being worked,
shall be straightened and/or flattened by pressure, unless required to be of curvilinear
form.

7. 27.1.6 Clearance

The clearance between fraying surface of bolted connections shall not be greater than
1mm at each end. If separation is between 1 to 3mm, the surface should be tapered to
Financial Bid Vol. II (Specifications) 267
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

eliminate the separation. Separation of 3mm or more shall be filled with filler plates /
washers. Such situations may be avoided and if situations are more, the correction may
be carried out by the contractor as per the direction of the Engineer-in -charge.

7. 27.1.7 Shearing, Cutting and Planning

Cutting shall be done automatically. Cutting by shearing machine may be used for plates
not exceeding 10 mm in thickness provided that the plate edges be fully enclosed in a
weld. For Plates above 10mm, Oxygen cutting/flame cutting may be used provided a
smooth and regular surface free from cracks and notches is secured.

1. Chipping of edges of plates, wherever necessary, shall be done without damaging the
parent metal. Chipped edges shall be ground to a neat finish and sharp corners and
hammered rough faces shall be rounded off.

2. The edges and ends of all cut/sheared plates shall be plained/ground. Edge
preparation for welding may be done by machine controlled flame cutting, with edges free
from burrs should be clean and straight.

3. The butting surfaces at all joints of girders shall be planed so as to butt in close contact
throughout the finished joint.

7. 27.1.8 Assembly

1. All parts assembled for welding shall be in as close contact as practicable over the
whole surface.
2. The component parts shall be so assembled that they are neither twisted nor
otherwise damaged. Specified cambers, if any, shall be provided.
3. All parts of bolted and welded members shall be held firmly in position by means of
jigs or clamps while bolting or welding. No drifting of holes shall be permitted,
except to draw the parts together and no drift used shall be larger than the nominal
diameter of the bolt. Drifting done during assembling shall not distort the metal or
enlarge the holes.
4. Trial assemblies shall be carried out at the fabrication stage to ensure trial
assemblies. accuracy of workmanship. These checks shall be witnessed by the
Engineer-in-charge and such trial assemblies shall be at the cost of the Contractor.
Nothing extra is to be paid for.

7. 27.1.9 Welding

7. 27.1.9.1 General

The welding shall conform to code, IS:816 (1969) and IS:9595 (1980) and other
applicable codes and standards, unless otherwise specified. As much work as possible
shall be welded in shops and the layout and sequence of operations shall be so arranged
as to eliminate distortion and shrinkage stresses. Submerged arc welding and Gas Metal
Financial Bid Vol. II (Specifications) 268
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

arc welding (MIG) shall only be done in the shop. No welding is permitted at site except
tack welding for temporary structure.

7. 27.1.9.2 Electrodes/Wires / Flux

All electrodes/ wires / flux shall be kept under dry conditions. Any electrode / wires /flux
damaged by moisture shall not be used unless it is guaranteed by the manufacturer that,
when it is properly dried, there will be no detrimental effect. Any electrode, which has part
of its flux coating broken away or is otherwise damaged, shall be rejected. Any electrode
/wires/ flux older than six (6) months from the date of manufacture shall not be used.
Batch certificates for electrodes/ wires /flux shall be submitted by the Contractor.

7. 27.1.10 Preparation of Joints

1. The edges shall be prepared, with an automatically controlled flame cutting torch,
correctly to the shape, size and dimensions of the groove, prescribed in the design
and fabrication drawings. In case of U-groove joints, the edges shall be prepared
with an automatic false cutting torch in two phases, following a bevel out with a
gouging pass, or by machining.
2. The welding surfaces shall be smooth, uniform and free from fins, tears, notches or
any other defects, which may adversely affect welding, and shall be free of loose
scale, slag, rust, grease, paint, moisture or any other foreign material.

7. 27.1.11 Welding Procedure

1. All welding procedures shall be submitted to the Engineer-in-charge for approval,
well before starting fabrication.
2. The welding procedures shall be arranged by the Contractor to suit the details of
the joints, as indicated in the drawings, and the position at which welding has to be
carried out. Welding procedure shall cover the following:

a. Type and size of electrodes
b. Current and (for automatic submerged arc welding) arc voltage
c. Length of run per electrode; or (for automatic welding) speed of travel
d. Number and arrangement of runs in multi run welds
e. Position of welding
f. Preparation and set-up of parts
g. Welding sequence
h. Pre or post heating
i. Any other relevant information.

3. The welding procedures shall be so arranged that distortion and shrinkage
stresses are reduced to the minimum.
Financial Bid Vol. II (Specifications) 269
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4. Any weld found defective shall be removed, by using either chipping hammer or
gouging torch, in such a manner that parent material is not injured in any way.
5. Welding shall not be carried out when temperature is below 10 degrees Celsius or
surface is wet or during periods of strong winds unless the work and the welder is
adequately protected.

7. 27.1.12 Fusion Faces and Surrounding Surfaces

1. Fusion faces and the surrounding surfaces within 50mm of the welds shall be free
from all mill scale and free from oil, paint or any substance which might affect the
quality of the welds or impede the quality/progress of welding. These shall be free
from irregularities, which would interfere with the deposition of the specified size of
weld or be the cause of defects.
2. All mill scale within 50mm of welds shall be removed prior to welding, either by
pickling followed by thorough power wire brushing, or by other approved methods.
3. If preparation or cutting of the fusion faces is necessary, the same shall be carried
out by shearing, chipping, gas cutting or flame gouging.
4. Where hand gas cutting or hand gouging is employed, the blowpipe or gouging
blowpipe shall be properly guided.


7. 27.1.13 Assembly for Welding

Parts to be welded shall be properly assembled and held firmly in position by means of
jigs and clamps prior to and during welding.



7. 27.1.14 Plate Construction

Automatic submerged arc welding shall be employed for fabrication of all members. Metal
inert gas welding (CO2) may be done for short length where access to the location of the
weld does not permit submerged arc welding subject to approval of Engineer-in-charge.

7. 27.1.15 Accuracy of Fit-Up

Parts to be fillet welded shall be brought into as close contact as practicable, and the gap
due to faulty workmanship or incorrect fit-up shall not exceed 1.5mm. If greater
separation occurs at any position, the size of fillet weld shall be increased at such
positions by the amount of the gap.

7. 27.1.16 Jigs and Manipulators

Jigs and manipulators shall be used, where practicable, and shall be designed to facilitate
welding and to ensure that all welds are easily accessible to the operators.

7. 27.1.17 Ends of Butt Welded Joints
Financial Bid Vol. II (Specifications) 270
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


The ends of butt joints shall be welded so as to provide full throat thickness. This may be
done by the use of extension pieces, cross-runs or other approved means.

7. 27.1.18 Weld Face and Reinforcement of Butt welds

The weld face shall, at all places, be deposited projecting the surface of the parent metal.
Where a flush surface is required, the surplus metal shall be dressed off.

7. 27.1.19 Testing of Butt Welds

Butt-welded joints are to be 25% radio graphically tested by the Contractor at his own
cost. If such tests indicate the joints to be defective, the cost of rectification of defective
welds shall also be borne by the Contractor. The agency for testing of welds shall be
specified for approval by engineer-in-charge.

7. 27.1.20 Minimum Leg Length & Throat Thickness in Fillet Welds

The minimum leg length of a fillet weld as deposited shall be not less than the specified
size as per codal provisions. In no case shall a concave weld be deposited, unless
specifically permitted. Where permitted, the leg length shall be increased above that
specified length, so that the resultant throat thickness is as great as would have been
obtained by the deposition of a flat-faced weld of the specified leg length.


7. 27.1.21 Dislodging

After making each run of welding, all slag shall be thoroughly removed and the surface
cleaned.

7. 27.1.22 Quality of Welds

The weld metal, as deposited (including tack welds), shall be free from-cracks, slag
inclusions, porosity, cavities and other deposition faults. The weld metal shall be properly
fused with the parent metal without under cutting or overlapping at the toes of the weld.
The surface of the weld shall have a uniform consistent contour and regular appearance.

7. 27.1.23 Weather Conditions

Welding shall not be done under weather conditions, which might adversely affect the
efficiency of welding.

7. 27.1.24 Qualification and Testing of Welders

The Contractor shall satisfy the Engineer-in-charge that the welders are suitable for the
work for which they will be employed, and shall produce evidence to the effect that
welders, have satisfactorily completed appropriate tests, as described in IS:817 Part I
Financial Bid Vol. II (Specifications) 271
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(1992). The Engineer-in-charge may, at his own discretion, order periodic tests of the
welders and/or of the welds produced by them. Such tests shall be at the expense of the
Contractor.

7. 27.1.25 Supervision

The Contractor shall employ competent welding supervisors to ensure that the standard
of workmanship and the quality of the materials comply with the requirements laid down
in this document.

7. 27.1.26 Machining of Butts and Bases

Splices and butt joints of compression members, depending on contact for stress
transmission, shall be accurately machined over the whole section. In column bases, the
ends of shafts together with the attached gussets, angles, channels etc., after bolting
and/or welding together as the case may be, shall be accurately machined so that the
parts connected butt over the entire surface of contact. Care shall be taken that
connecting angles or channels are fixed with such accuracy that they are not reduced in
thickness by machining by more than 0.8mm.

7. 27.1.27 Requirement of Welded Joints

Apart from the requirements of welding specified under the above sub clauses, sections
above, the Contractor shall ensure the following requirements in the welded joints.

i) Strength-quality with parent metal.
ii) Absence of defects
iii) Corrosion resistance of the weld shall not be less than that of parent material in an
aggressive environment.

7. 27.1.28 Studs

Studs may be used at interface of in-situ deck slab and plate girder to transfer the
longitudinal shear. The material used shall have characteristic yield strength of 385 MPa,
minimum elongation of 18% and characteristic tensile strength of 495 Mpa.


7. 27.1.29 Welding of stud shear connectors

The stud shear connectors shall be fusion welded to the plate girder using stud welding
machine as per the manufacturer's instructions. No other type of welding shall be
permitted. The stud and the surface to which studs are welded shall be free from scale,
moisture, rust and other foreign material. The stud base shall not be painted, galvanised
or cadmium plated prior to welding.
Financial Bid Vol. II (Specifications) 272
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Welding shall not be carried out when temperature is below 10 degrees Celsius or
surface is wet or during periods of strong winds unless the work and the welder is
adequately protected.
The welds shall be visually free from cracks and shall be capable of developing at least
the nominal ultimate strength of studs.
The procedural trial for welding the stud shall be carried out when specified by the
Engineer-in-charge.

7. 27.1.30 Shop Assembly

1. The steelwork shall be temporarily shop assembled, as necessary, so that the
accuracy of fit may be checked before dispatch. The parts shall be shop assembled with
a sufficient number of parallel drifts to bring and keep the parts in place.

2. Since parts drilled or punched, with templates having steel bushes shall be similar and,
as such, interchangeable, such steelwork may be shop erected in part only, as agreed by
the Engineer-in-charge.

7. 27.1.31 Erection Marking

1. Each fabricated member, whether assembled prior to dispatch or not so assembled,
shall bear an erection mark, which will help to identify the member and its position in
respect of the whole structure, to facilitate re-erection at site.
2. These erection marks shall be suitably incorporated in the shop detail and erection
drawings.

7. 27.1.32 FIELD INSPECTIONS

Field inspections shall be done as per clause 1905.7 of MORTH Specification-2001.

Financial Bid Vol. II (Specifications) 273
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........











CHAPTER 8



QUALITY SYSTEMS
Financial Bid Vol. II (Specifications) 274
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


CHAPTER 8
8. QUALITY SYSTEMS

8.1 QUALITY SYSTEM OF PROJECT
For the purpose of quality assurance, this project is to be treated as 'Extra High
Assurance level/class' as per IRC:SP-47 & IRC:SP-57. In addition
department/contractor shall get the quality assurance tests and if required,
inspections done from independent/external agency/agencies. Immediately after
the award of the work the successful tenderer shall submit his detailed Quality
Assurance Plan(QAP) / Quality Assurance Manual(QAM) with detailed method
statements/detailed Proforma commensurating with the specifications of the work,
provisions of IRC:SP-47 & IRC:SP-57 and get it approved by the department within
a month of award of the work. The quoted price of the tenderer shall include all
these aspects of extra high level quality assurance system.

8.2 QUALITY ASSURANCE MANUAL

The tables given in Annexure - QA shows the tentative Quality Assurance Plan for
testing some typical materials to be used in this work. QAP is given in 4 columns
indicating the name of the test, frequency of testing, check level, Referred codes.
The levels shown under the check level are defined as below.

a. Level 1 indicates the Manufacturers Test Certificate (MTC) or the tests
performed by the contractor at his own level before requesting the
department for accepting the material for its approval .

b. Level 2 (2A or 2B) indicates the tests to be conducted in order to ensure
the suitability of the material being used. Level 2 is classified in two
categories i.e. Level 2A for the tests conducted at site laboratory and level
2B for the tests conducted outside the site laboratory as necessary
facilities cannot be made available at site.

c. Level 3 indicates the testing of the sensitive material from an independent
source equipped with proper controls like temperature, humidity etc.
essential for the specific material testing and also equipped with well-
qualified staff, from whom an expert opinion can be obtained.

Within the two months of start of work, the contractor shall establish a complete
site testing laboratory and arrange all relevant Indian and International codes and
standards. The contractor shall depute at least two full time qualified Engineers,
Financial Bid Vol. II (Specifications) 275
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

exclusively for supervising all the laboratory tests to the satisfaction of Engineer-in-
charge. The quoted rates shall include cost of all test material and their tests to be
conducted at field laboratory for the purpose of quality assurance. Similarly, for the
tests to be carried out by the external laboratories, the contractor shall supply free
of charge all the materials required for testing and the testing charges shall be
borne by the contractor. Nothing shall be paid on this account.

All the testing machines and equipment (including batching plant) shall be
calibrated prior to first use and recalibrated periodically as determined by the
Engineer-in-charge to detect errors. The calibration certificates/ charts (from an
approved laboratory) shall be submitted to the Engineer-in-charge well in advance
of execution of work. The moulds for cubes shall be checked at regular interval as
decided by Engineer-in-Charge and made to conform to specifications contained in
IS-516.

The contractor or his authorised representative shall associate in collection,
preparation forwarding and testing of such samples. In case he or his authorised
representative is not present or does not associate himself, the Engineer-in-charge
shall do the needful for getting the samples collected and tested, the results of
such tests and consequences thereof shall be binding on the contractor.

The contractor shall give not less than 7 days notice for all tests in order that the
Engineer-in-charge may be present. Two copies of all test certificates shall be
supplied by the contractor to the Engineer-in-charge for approval immediately after
the completion of the tests. Test certificates shall invariably be supplied to the
Engineer-in-charge well in advance before the materials or components are used
in the works, unless the Engineer-in-charge directs otherwise.

The Engineer-in-Charge shall be free to carry out such additional tests as may be
decided by him at his sole discretion, from time to time, in addition to those
specified in this document. The Contractor shall provide the samples and labour
for collecting the samples. Nothing extra shall be payable to the Contractor for
samples or for the collection of the samples. The results of such additional tests
and third party inspection shall be binding on the contractor

The test under Level 2 shall be conducted at the Site laboratory that shall be
established by the Contractor or at any other Standard External Laboratory
selected by the Engineer-in-Charge. The Contractor shall transport the samples to
the laboratory for which nothing extra shall be payable. In the event of the
Contractor failing to arrange transportation of the samples in proper time, the
Engineer-in-Charge shall have them transported and recover two times the actual
cost from the Contractor's bills. All sampling and testing shall be performed in the
presence of Engineer-in-Charge or his authorised representative. Testing may be
witnessed by the Contractor or his authorised representative if permitted by the
Standard External Laboratory. Whether witnessed by the Contractor or not, the
test results shall be binding on the Contractor.

Financial Bid Vol. II (Specifications) 276
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

The Engineer-in-Charge shall have the right at all times to inspect all operations
including the sources of materials, procurement, layout and storage of materials,
all equipment including the concrete batching and mixing equipment, and the
quality control system. Such an inspection shall be arranged and the Engineer-in-
Charge's approval obtained prior to starting of the particular item of work. This
shall however, not relieve the Contractor of his responsibilities. All materials which
do not conform to these specifications shall be rejected and shall be removed from
the site immediately. The Engineer-in-Charge shall have the powers to cause the
Contractors to purchase and use materials from any particular source, as may in
the Engineer-in-Charge's opinion be necessary for the proper execution of work.


8.3 THIRD PARTY QUALITY CONTROL
In order to achieve a high standard of quality, it shall be required to go for Third
Party Quality Control. For this purpose, a separate agency shall be appointed by
the owner who will carry out independent testing of materials and checking and
ensuring overall quality procedures. The contractor shall be required to fully
cooperate with agency and facilitate them in taking samples, transportation and
examination of various activities including documentation at no extra time and
cost to the owner. In case of any adverse findings by the agency, the contractor
shall do the needful rectifications at no extra time and cost to the owner. The
Engineer-in-charge shall be at liberty for getting quality assurance work done
through agencies like CRRI, IIT Roorkee, Delhi College of Engineering (DTU),
IIT, Delhi, NCCBM Ballabhgarh, EIL, RITES etc. (any one agency as approved by
Chief Engineer) at its own cost. The successful tenderer shall include the
provisions mentioned in this chapter while framing the proposed methodology for
tests.


8.4 FIELD LABORATORY
All the materials to be used in the work and tested in the laboratory shall comply with
the requirements of relevant specification or particular specifications as applicable or
such recognised specifications as acceptable to Engineer-in-Charge in terms of this
tender.

The testing machines shall be recalibrated periodically as per QAP/QAM and
approved by Engineer-in-Charge. The calibration shall be got done from a
authorized laboratory approved by Engineer-in-Charge. The site laboratory shall be
equipped with the minimum of the items given in clause 121.3 of MORTH
Specification(Fourth Revision) 2001 besides the following items:






Financial Bid Vol. II (Specifications) 277
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


LIST OF EQUIPMENTS FOR SITE LABORATORY
Particulars Item Quantity

(I) Aggregate
testing

1. Set of coarse sieves 30 cm dia (GI Sheet
frames) with aperture size (40 mm, 25 mm,
20 mm, 16 mm, 17.5 mm, 10 mm, 4.75 mm
all with lid and pan).
a) Motorized sieves shaker for the above sieves.
2. Set of fine sieves 30 cm dia (GI Sheet
frames) with aperture size 94.75 mm, 2.36
mm, 1.18 mm, 600mic, 300 mic, 150 mic, 75
mic, all with lid and pan).
a) Motorized sieves shaker for the above sieves.
3. Flakiness & elongation Index Screen.
4. Los Angeles Abrasion Testing Machine.
5. Bulk Density and voids and Aggregates
Cylindrical Metal measures with capacity (3
ltr, 10 ltr, 15 ltr or 20 ltr).
6. Pycnometer 1000 ml capacity with brass.
7. Hot Air Blower (Hair Dryer).
8. Aggregate Impact value apparatus with
automatic blow counter.
9. Hot Plate 1000 to 2000 watts with regulator
cum switch.
10. Drying pans (Frying Pans).
11. China clay dishes with dia 10 cm & 15 cm.
12. Watch glasses for above 10 cm & 15 cm.
13. Sieve Brushes.
1 set


1 No.
1 set



1 No.
1 No.
1 No.
1 No./each


1 No.
1 No.
1 No.

1 No.

2 Nos.
2 Nos./each
2 Nos./each
2 Nos.

(II) Concrete Testing

1. Concrete cube moulds 15 x 15 x 15 cm.
2. Pruning Rods 2 kg weight length 40 cm and
ramming face 25 mm
2
.
3. Extra Bottom Plates for 15 cm cube mould.
4. Standard Vibration Table for cubes.
5. Compression Testing Machine (ASEW or
equivalent0 with Electricity cum manually
operated tamping unit with pressure guage
preferably 30 cm dia., 0.150 tonne in 1 tonne
divisions. Sensitivity 0.5 tonne.
6. Slump Test Apparatus Complete.
7. Pocket Concrete Penetremeter 0 to 50 kg./ sqcm.
8. GI Tray approx 1 m x 1 m with sides 10 cm high
for hand mixing of concrete.
9. Concrete temperature measuring Thermometer.

60 Nos.
4 Nos.

6 Nos.
2 Nos.
1 No.



3 Nos.
1 No.
2 Nos.

2 Nos.

(III) Cement Testing 1. Mortar cube moulds 7.07 x 7.07x 7.07 cm.
2. Standard Sand Grade I, II & III.
10 Nos.
50 Kgs/each
Financial Bid Vol. II (Specifications) 278
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3. Mortar cube vibrator.
4. Vicat needle Apparatus.

1 No.
1 No.
(IV) Weighing
equipment
1. Physical balance capacity 200 gms.
2. Dial type spring balance having knob capacity 10
kg reading to kg.
3. Counter scale capacity 1 kg & 10 kg.
4. Weighting platform capacity 100 kg.
5. Iron weights of 5 kg, 2 kg, 500 gm, 200 gm, 100
gm.
6. Brass weights of 50 gm, 20 gm, 10 gm, 5 gm, 2
gm, 1 gm.

1 No.
2 Nos.

1 No./each
1 No.
2 Nos./each

2 Nos./each


(V) Water Measuring
Equipment
1. 5 ltr, 2 ltr, 1 ltr, ltr.
2. Measuring cylinder capacity 10 ml, 500 ml, 250
ml, 100 ml.
3. Beakers with capacity 500 ml, 200 ml, 50 ml.
4. Wash bottles capacity 500 ml.
5. Thermometers 0-100 degree centigrade.

5 Nos./each
2 Nos./each

2 Nos./each
2 Nos./each
5 Nos./each
(VI) Laboratory Tools 1. Set of Box spanner ratchet.
2. Hammer 1 lb.
3. Rubber Hammer
4. Hacksaw with 6 blades.
5. Measuring tape 2 mtr.
6. Depth guage 20 cm.
7. Vernier Calliper.
8. Micrometer screw 25 mm guage.

2 Nos.
2 Nos.
2 Nos.
1 No.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
Miscellaneous item 1. Showels & Spade.
2. Plastic or GI Buckets 15 ltr, 10 ltr & 5 ltr.
3. Wheel Barrow.
6 Nos./each
3 Nos./each
3 Nos.

The laboratory shall be equipped with the following equipment also:

a) Balances:-
i) 7 kg 10 kg. capacity, semi self-indicating type-accurate to 10 gm.
ii) 500 gm capacity, semi self indicating type-accurate to 1 gm.
iii) Pan balance type 5 kg accurate to 10 gm.

b) Oven:- Electrically operated, thermostatically controlled up to 110
o
C sensitivity
1
o
C.
c) Sieves: as per IS: 460

1) IS sieve 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm,
25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.
Financial Bid Vol. II (Specifications) 279
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2) IS Sieves 200 mm internal dia (bras frame) consisting of 2.36 mm, 1.18 mm, 500
microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns with lid and pan.

d) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with
timing switch assembly.
e) Equipment of slump test slump cone, steel plate, temping rod, steel scale, scoop.

f) Dial gauges 25 mm tr4avel 0.01 mm / division least count 2 nos.
g) Graduated measuring cylinders 200 ml capacity 3 nos.
h) Enamel trays for efflorescence test for bricks:-

300 mm x 250 mm x 40 mm = 2 Nos.
Circular plates of 250 mm dia. = 4 Nos.

i) Other instruments like steel tapes 30 m, vernier calipers, a good quality plumb
bob, spirit level minimum 30 cm long with 3 bubbles for horizontal vertical, wire
gauge (circular type) disc, foot rule, long nylon thread, magnifying glass, screw
driver 30 cms long, ball pin hammer 100 gms, plastic bags for taking samples etc.

j) The equipment not relevant for this work may be exempted by Engineer-in-Charge
on the written request of the agency.

k) Any other equipment specified by Engineer-in-Charge.

8.5 OTHER APPROVED LABORATORIES

The tests which cannot be carried out in the field laboratory shall be conducted from
the laboratories listed in IRC:SP:94:2011, as approved by the Engineer-in-Charge.

The contractor or his authorised representative shall associate in collection,
preparation, forwarding and testing of such samples. The cost of such samples
shall be borne by the contractor.

The representatives of PWD Lab shall be at liberty to inspect the testing facilities at
site and conduct testing at random in consultation with Engineer-in-Charge. The
contractor shall provide all necessary facilities for the purpose.

It is also a term of the agreement that out of tests which can be carried out in field
laboratory, minimum 10% of important tests e.g. concrete cube tests, test for
cement etc., or the tests as directed by Engineer-in-Charge, shall be got done
through agencies/labs as mentioned under clause 8.5 above. For the all tests, the
contractor shall supply free of charge all the materials required for testing and the
testing charges shall be borne by the contractor. No extra claims whatsoever on
this account shall be admissible.


Financial Bid Vol. II (Specifications) 280
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

8.6 UNSUITABLE MATERIALS

If at any stage of execution of work, Engineer-in-Charge finds that the particular
materials are not suitable to be used in any component of the work, the
Engineer-in-Charge may order retesting of the material from any approved
laboratory. The rejected material either after the initial test or after re-testing, as the
case may be, shall be immediately removed from the site of work by the contractor
at his own cost. In case of default on the part of the contractor in removing rejected
materials and any work executed with such unaccepted materials, the
Engineer-in-Charge shall be at liberty to have them removed and/or dismantled by
other means at the risk and cost of the contractor. In case of retesting of any
material, the cost of sample, its conveyance, its testing charges etc. shall be borne
by the contractor. No claim whatsoever shall be entertained on the account whether
the re-test result confirm the material to be acceptable or to be rejected.

Financial Bid Vol. II (Specifications) 281
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE-QA
TESTING OF MATERIALS

A. CONCRETE WORKS
1. COARSE AGGREGATES
Test Frequency Laboratories Ref. Codes
1. Particle Size
and
S
hape
a) Sieve Analysis
b) Flakiness Index &
Elongation Index
1. At the beginning
for approval of
each source and
change of source
2. Sieve analysis
once in day,
Flakiness index
and Elongation
index once in a
week
1


2A
IS: 383-1970
IS: 2386 (Part
I)-1963


2. Deleterious
Materials
1. At the beginning
for approval of
each source and
change of source
2. Once in a month
1


2B
IS: 383-1970
IS: 2386 (Part
II)-1963
3. Specified Gravity
& Density
1. At the beginning
for approval of
each source and
change of source
2. Once in a month
1


2A
IS: 383-1970
IS: 2386 (Part
III)-1963
Financial Bid Vol. II (Specifications) 282
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4.

Mechanical
Properties
a) Aggregate
Crushing Value
b) Impact Value
c)10 percent Fines
d) Abrasion Value

1. At the beginning
for approval of
each source and
change of source
2. Once in a week


1


2A/2B

IS: 383-1970
IS: 2386 (Part
IV)-1963

5. Soundness 1. At the beginning
for approval of
each source and
change of source
2.Once in a 3 months
1


2B
IS: 383-1970
IS: 2386 (Part
V)-1963
6. Surface
Moisture
Content
1. At the beginning
for approval of
each source and
change of source
2. At every change of
mix design
3.Every time making
the concrete
1


1/2A

2A

IS: 383-1970
IS: 2386 (Part
III)-1963
7. Alkali
Reactivity
1. At the beginning
for approval of
each source and
change of source.
2. Once in 3 months
1


2B
IS: 383-1970
IS: 2386 (Part
VII)-1963
8.
P
etro-graphic
Examination
a)Trade Group
b) Petrological name
& Description
c) Description of Bulk
d) Particle shape
e) Surface
texture
1. At the beginning
for approval of
each source and
change of source.
2. Once in 6 months
1


2B
IS: 383-1970
IS: 2386 (Part
VII)-1963
Financial Bid Vol. II (Specifications) 283
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2. FINE AGGREGATES
Test Frequency Laboratories Ref Codes
1. Particle
Sizes


1. At the beginning
for approval of
each source and
change of source
2. Once in 15 days
1


2A
IS: 383-1970
IS: 2386 (Part I)-
1963
2. Deleterious Materials 1. At the beginning
for approval of
each source and
change of source
2. Once in a month
1


2B
IS: 383-1970
IS: 2386 (Part II)-
1963

3. Silt
Content
1. At the beginning
for approval of
each source and
change of source
2. Once Daily
1


2A
IS: 383-1970
IS: 2386 (Part III-
1963
4. Specific Gravity & Density 1. At the beginning
for approval of
each source and
change of source.
2. Once in 3 months
1


2A
IS: 383-1970
IS: 2386 (Part III)-
1963
5. Water absorption 1. At the beginning
for approval of
each source and
change of source.
1 IS: 383-1970
IS: 2386 (Part V)-
1963
6. Moisture Content 1. Daily at regular
interval
2A
7. Soundness 1. At the beginning
for approval of
each source and
change of source
2. Once in 3 months
1


2B


Financial Bid Vol. II (Specifications) 284
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3. WATER

Test Frequency Laboratories Ref Codes
Chemical
Analysis
a) pH value
b) Chlorides (as Cl)
c) Sulphates (as SO3)
d) Neutralization with
NaOH (with
phenolphthalein as
indicator)
e) Neutralization with
H2SO4 (with mixed
indicator)

1. Once at
beginning for
approval of each
source and
change of source
2. Once in 3
months
3. Chemical test
Daily in the site
laboratory with
testing kits.

1



2B

2A

IS: 456:2000
IS:3025(Part24)
IS:3025(Part32)
IS:3025(Part22)
IS:3025(Part 23)


Physical
Analysis

a) Suspended matter
b) Organic matter
c) Inorganic matter



1. Once at
beginning for
approval of each
source and change
of source
2. Once in 3
months


1



2B



IS:3025(Part 17)
IS:3025(Part 18)
IS:3025(Part 18)


Financial Bid Vol. II (Specifications) 285
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4. CEMENT
ORDINARY PORTLAND CEMENT (43/53 GRADE)
Test Frequency Laboratories Ref Codes

1. Chemical Tests

Total Chloride content
Ratio of Alumina to that
of Iron Oxide
Magnesia % by mass
Total sulphate content
Loss on Ignition
Insoluble Residue
Lime saturation factor.

1. At the
beginning for
approval of
each source
and change
of source
2. Once for
every lot
3. Once in 3
months

1




2A/2B

3

IS:12269
1987 (for 53
Grade) & IS:
8112- 1989 (for
43 Grade)





2. Physical tests
a) Setting Time
Initial
Final
b) Soundness
c) Compressive Strength
i) At 3 days
ii) At 7 days
iii) At 28 days
d) Fineness

1. At the
beginning for
approval of
each source
and change
of source
2. Once for
every lot
3.Once in 3
months
1




2A/2B

3



Financial Bid Vol. II (Specifications) 286
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(b) PORTLAND SLAG CEMENT
Test Frequency Laboratorie
s
Ref Codes

Chemical Tests
a) Magnesium oxide
(MgO)
b) Sulphur Trioxide
(SO3)
c) Sulphide Sulphur(S)
d) Loss on Ignition
e) Insoluble Residue
f) Chloride Content

1. At the beginning
for approval of
each source and
change of
source
2. Once for every
lot
3. Once in 3
months

1



2B/2A

3

IS:455-1989
IS:4032:1985

Physical Tests
a) Fineness (Blains Air
permeability method)
b) Soundness
c) Setting time
Initial
Final
d) Compressive
Strength
72 1h
168 2h
672 4h
1. At the beginning
for approval of
each source and
change of
source
2. Once for every
lot
3. Once in 2
months
1



2A/2B

3
IS : 4031
(Part 2) : 1988
IS : 4031 (Part
3) : 1988
IS : 4031
(Part5) : 1988
IS : 4031 (Part
6) : 1988


Financial Bid Vol. II (Specifications) 287
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5. PLASTICISER (NORMAL AND RETARDING TYPE SUPERPLASTICISER)
Test Frequency Laboratorie
s
Ref
Codes
1. Water content, % of control
sample
2. Slump
3. Time of Setting, allowable
deviation from control sample
Initial and Final
4. Compressive strength, %
of Control sample
1 day, 3 days, 7 days, 28
days, 6 months, 1year
5. Flexural Strength, % of
control sample
3days, 7 days, 28 days
6. Length change, % increase
Over control sample
28 days, 6 months, 1 year
7. Bleeding, % increase over
control sample.
8. Loss of workability
9. Air content (%) over
Control specimen
10. Uniformity Tests
Dry Material Content
Ash content
Relative Density
Chlorides ion content
pH
1. At the beginning
for approval of
each source and
change of source
(for test at
S.No.1 to 10)
2. One for every lot
3. Once in 3 months









1 / 3




2B
3









IS:9103-
1999





Financial Bid Vol. II (Specifications) 288
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

B. ROAD WORK
1. AGGREGATES FOR ROAD WORK (NON BITUMINOUS SUB BASE AND BASE)
GRANULAR SUB BASE (GSB)
Test Frequency Laboratories Ref Codes
1. Gradation 1. At the beginning for
approval of each source
and change of source
2. One test per 200 m
3

1


2A
MoRT&H
Specifications
for Road &
Bridge Works
2. Deleterious Materials

1. At the beginning for
approval of each source
and change of source
2. Once in 3 months


1


2B
IS: 383-1970
IS: 2386 (Part
II)-1963
3. Water absorption


1. At the beginning for
approval of each source
and change of source
2. Once in a month

1


2A
IS: 383-1970
IS: 2386 (Part
III)-1963
4. 10 % Fines



1. At the beginning for
approval of each source
and change of source
2. Once in 3 month


1


2B
BS : 812 (Part
111)


5. Soundness
(Test is
required if
water
absorption is
greater than
2 %)
1. At the beginning for
approval of each source
and change of source
2. Once in 3 month
1


2B
IS: 383-1970
IS: 2386 (Part
V)-1963
6. Atterberg Limits for material passing 425 sieve 1. At the beginning for
approval of each source
and change of source
2. Once per 200 m
3

1

2A/2B
IS : 2720 (Part
5)



Financial Bid Vol. II (Specifications) 289
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


2. WET MIX MACADAM (WMM)
Test Frequency Laboratories Ref Codes
1) Sieve
Analysis
1. At the beginning for approval of
each source and change of
source
2. Once per 100 m
3
of aggregate
1

2A
IS: 383-1970
IS: 2386 (Part
I)-1963
2)
Deleterious
Materials
1. At the beginning for approval of
each source and change of
source
2. Once in a month
1


2B
IS: 383-1970
IS: 2386 (Part
II)-1963
3) Water
absorption
1. At the beginning for approval of
each source and change of
source
2. Once in a month
1


2A
IS: 383-1970
IS: 2386 (Part
III)-1963
4)
Mechanical
Properties
a) Aggregate Crushing
Value
b) Impact Value
c) Los Angeles
Abrasion Value
d) Combined Flakiness
and Elongation Value
1. At the beginning for approval of
each source and change of
source
2. Once per 200 m
3
of aggregate
1


2A/2B
IS: 383-1970
IS: 2386 (Part
IV)-1963
5) Soundness
(Test to be conducted if
water absorption is more
than 2 %)
1. At the beginning for approval of
each source and change of source
2. Once a month, if required
1


2B
IS: 383-1970
IS: 2386 (Part
V)-1963
6) Plasticity
Index of
Materials finer
than 425
sieve
1. At the beginning for approval of
each source and change of
source
2. Once per 100 m
3
of aggregates
1


2A/2B
IS :2720 (Part
5) & MORTH
7) Density of
Compacted layer
One test per 500 m
2
2A/2B
Financial Bid Vol. II (Specifications) 290
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3. AGGREGATES FOR ROAD WORK (BITUMINOUS BASE AND SURFACE COURSES) :
Bituminous Macadam (BM), Dense Bituminous Macadam (DBM) and Bituminous Concrete
(BC)

Test Frequency Laboratories Ref Codes
1. Sieve
Analysis
1. At the beginning for approval of each
source and change of source
2. Once per 25 m
3
of aggregate
1

2A
IS: 383-1970
IS: 2386 (Part
I)-1963
2. Deleterious Materials
1. At the beginning for approval of each
source and change of source
2. Once in a month
1
2B
IS: 383-1970
IS: 2386 (Part
II)-1963
3. Water absorption
1. At the beginning for approval of each
source and change of source
2. Once in a month
1

2A
IS: 383-1970
IS: 2386 (Part
III)-1963
4. Mechanical Properties
a) Impact Value
b) Los Angeles
Abrasion Value
c) Combined Flakiness
and Elongation
Value
1. At the beginning for approval of each
source and change of source
2. Once per 50 m
3
of aggregate
1

2A/2B
IS: 383-1970
IS: 2386 (Part
IV)-1963
5. Soundness
(Test to be
conducted if
water
absorption is
> 2 %)
1. At the beginning for approval of each
source and change of source
2. Once a month, if required
1

2B
IS :2720 (Part
5)
6) Stripping Test Bitumen Aggregate Mixtures
1. At the beginning for approval of each
source and change of source
2. Once a month
1

2B
IS : 6241
7) Retained Tensile Strength (Test to be conducted if retained coating is < 95 %)
1. At the beginning for approval of each
source and change of source
2. Once a month
1

2B



Financial Bid Vol. II (Specifications) 291
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4. MASTIC ASPHALT

INDUSTRIAL BITUMEN (FOR MASTIC ASPHALT)

Test Frequency Check Level Ref. Codes

1) Specific Gravity at 27
0
C

2) Flash Point,
0
C

3) Softening point
0
C

4) Penetration at 25C,
100g , 5 sec., 1/10mm

5) Ductility at 27C

6) Loss on heating

7) Matter soluble in tri-
chloroethylene,

1. At the
beginning for
approval of
each source
and change of
source
2. For every Lot

1



2A/2B


IS:702
IS:1202

IS:1209

IS:1205

IS:1203

IS:1208

IS:1212

IS:1216

5. LIME





Test Frequency Laboratories Ref Codes

1. CaCO3
content
2. Sieve
Analysis



1. At the beginning
for approval of
each source and
change of source

2. One Test for
every 5MT of
lime
consumption.


1



2B

IS: 1195-1978
Financial Bid Vol. II (Specifications) 292
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

6. Earth











Test Frequency Laboratorie
s
Ref Codes

Atterberg Limits
a) Liquid limit
b) Plasticity Index
Clay & Sand
Content
Deleterious
Content Test
Classification of
Soil
CBR
OMC and
Maximum Dry
Density
Density
Grading
Moisture
Content

1. Once for each
kind of soil.
2. Once at
beginning of
supply
3. 2 tests per
3000m
3
.
(For density refer
clause 2.7.6 of
Particular
Specifications)

1. Once every 250
m
3


1

1

2A/2B






2A

IS: 2720 Part 5


IS: 2720 Part 4
IS: 2720 Part 27

IS:1498
IS: 2720 Part 16
IS: 2720 Part 8
IS: 2720 Part 8
IS: 2720 Part 4
IS: 2720 Part 2
Financial Bid Vol. II (Specifications) 293
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


7. REINFORCING BARS (TMT)
Test Frequency Laboratories Ref Codes
1. Chemical Tests

a) Carbon
b) Sulphur
c) Phosphorus
d) Sulphur +
Phosphorus

2. Physical Test
a) Ultimate Tensile
Strength.
b) 0.2% Proof stress
c) Percentage Elongation
d) Bend and Rebend Test
e) Mass per meter run
(Kg)
1. At the beginning
for approval of
each source and
change of
source
2. Once for every
lot*
3. Once in 3
months


1. At the beginning
for approval of
each source and
change of source
2. Once for every
lot**
3. Once in 3
months
1



2B

3


1



2B

3
IS: 1786-
1985

The lot shall be defined as under from each source for each dia.
* a) for consignment below 100 MT.
i) Under 10 mm One sample for each 25 MT or part thereof.
ii) 10 mm to 16 mm dia. One sample for each 35 MT or part thereof.
iii) Over 16mm dia. One sample for each 45MT or part thereof.
** a) For consignment above 100 MT.
i) Under 10 mm One sample for each 40 MT or part thereof.
ii) 10 mm to 16 mm dia. One sample for each 45 MT or part thereof.
iii) Over 16 mm dia. One sample for each 50 MT or part thereof.
Financial Bid Vol. II (Specifications) 294
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

8. MILD STEEL AND STRUCTURAL STEEL
Test Frequency Laboratorie
s
Ref Codes
Chemical
Composition
Physical Test
Tensile Test
Bend Test
Impact Test
Y- Groove crackability
test
1. At the
beginning for
approval of
each source
and change of
source
2. Once in a
project for
every source


1



3


IS:2062-1999


9. GALVANISING
Test Frequency Laboratories Ref. code

1. Mass of Zinc
Coating
2. Visual Test
3. Free Bore
Test
4. Uniformity of
Galvanized Coating
5. Adhesion
Test
One Test per lot

One Test per lot
One Test per lot
One Test per lot

One Test per lot
3

3
3
3

3
IS:6745-1972

IS:2629-1985
IS:2633-1986
IS:4736-1986

IS:2629-1985


Financial Bid Vol. II (Specifications) 295
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


10. NON SHRINK GROUT

Test Frequency Laboratorie
s
Ref Codes

1. Compressive
Strength (50 mm
cubes)
2. Compressive
Strength with
addition of
aggregates.
3. Flexural
Strength
4. Time for
expansion (after
mixing)
a) Start
b) Finish
5) Pull out Bond
Strength
6) Time for
expansion
7) Fresh wet
Density
8) Youngs
Modulus
9) Dynamic Load
resistance
10) Coefficient of
thermal Expansion
11) Unrestrained
Expansion
12) Pressure to
restrain Plastic
Expansion
13) Flow
Characteristics
Grout Consistency

1. At the
beginning for
approval of
each source
and change of
source



1






ASTM C109-99
ASTM 469-94
BS 4551, 1998





Financial Bid Vol. II (Specifications) 296
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

11. WATER PROOFING COMPOUND
Test Frequency Laboratorie
s
Ref Codes
1. Permeability
2. Setting Time.
3. Compressive
Strength
4. Chloride
Content
5. Sulphate
Content


1. At the
beginning for
approval of
each source
and change of
source
2. Once in a
project for
every source
1




2B

IS:2645-1975




12 ASSEMBLED ACCESSORIES
A. STAINLESS STEEL
Test Frequency Check
Level
Ref. Codes
Chemical Tests.
Carbon
Silicon
Manganese
Nickel
Chromium
Molybdenum
Sulphur
Phosphorus
Mechanical Tests
Tensile Test
Yield Strength
Hardness Test
Elongation
1. At the beginning
for approval of
each source and
change of
source
2. Once in a
project for every
source
1



3
IS-6911:1992








IS:1663:1972
IS:1608:1972
IS:1500:1983
IS:1501:1984
IS:1586:1988

Financial Bid Vol. II (Specifications) 297
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

B. CHLOROPRENE ELASTOMER
Test Frequency Check
Level
Ref. Codes
Hardness
Minimum Tensile
Strengths
Minimum
Elongation at
Break
Maximum
Compression Set
Strengths
Accelerated
Ageing
a) Maximum Change in
Hardness
b) Maximum Change in
Tensile strength
c) Maximum change in
elongation
Shear Modulus
Ash Content
As per the
requirement of the
respective item
3 MoRT&H
Specification
for Road &
Bridge works
(fourth revision)

C. POLY TETRA FLOURO ETHYLENE (PTFE)
Test Frequency Check
Level
Ref. Codes

Form
Density at 23 2
0
C
Tensile Strength at
break
Elongation at
Break
Resistance to heat
Dimensional
stability

As per the
requirement of the
respective item


3


BS:3784
BS:6564
Part 2 - 1991



Financial Bid Vol. II (Specifications) 298
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


D. CAST STEEL (FOR BEARING GRADE 280-250W)

Test Frequency Check Level Ref. Codes

1. Chemical
Test

2. Physical Tests
a) Ultrasonic
Tests
b) Magnetic
Particle
Examination
c) Liquid
Penetration
Examination
d) Radiographic
Examination



1. Once in the
beginning for
source
2. During execution
depending upon
the nature of use
3. Once in a project
for every source

1


3


3

IS:1030-1989

Financial Bid Vol. II (Specifications) 299
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

E. TESTS ON NEOPRENE SEAL (FOR STRIP SEAL EXPANSION JOINTS)


Test Frequency Check
Level
Ref. Codes
1) Hardness
2) Tensile
Strengths
3) Elongation at
Break
4) Tar Propagation
Strength
a) Longitudinal
b) Transverse
5) Shock Elasticity
6) Abrasion
7) Residual
Compressive
strain (22h/70 C
/30 % strain)
8) Ageing in hot air
Maximum Change in
Hardness, in Tensile
strength, in elongation
9) Ageing in
Ozone (24h/50
pphm/ 25C/ 20 %
strain)
10) Swelling
behaviour in oil
Volume Change
Change in Hardness
ASTM oil No. 3
Volume Change
Change in Hardness
Cold Hardening
Point
1. At the beginning
for approval of
each source and
change of
source
2. Once for every
Lot


















1



3









MoRT&H
Specification for
Road and Bridge
works (fourth
revision)








Financial Bid Vol. II (Specifications) 300
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

F. POT-PTFE BEARINGS
Test Frequency Check
Level
Ref. Codes

Dimensional
Tolerance
Plan dimensions
Overall Height
Height of any steel
component
Machined/ Unmachined
Height of Elastomer

Stainless steel
sliding surface
a) Flatness
b) Surface finish
Load Test
Friction Test
Ultrasonic Test
Dye Penetration
Test
Raw Material
Testing


All bearing to be
tested for overall
dimension



All bearing to be
tested for overall
dimension
All bearing


Two bearings per
lot
All castings
All welding
All raw material

3




3

3




3

3


3


MoRT&H
Specification
for Road and
Bridge works
(fourth revision)


IRC: 83 Part-I








Financial Bid Vol. II (Specifications) 301
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


G.. STRIP SEAL EXPANSION JOINTS

Test Frequency Check
Level
Ref. Codes
Tests on
Neoprene seal
Test on Edge
Beams
Fatigue Strength
Test on Anchorage
system
Dynamic Loading
characteristics
Water Tightness
test
Satisfactory Past
Performance
1. Once for all
joints
2. Once for each
lot
3

2B
MoRT&H
Specification for
Road and
Bridge works
(fourth revision)


13. THERMOPLASTIC PAINTS

Test Frequency Laboratori
es
Ref. Code

1. Binder content
2. Glass Beads
3. Titanium
Dioxide content
4. Calcium
Carbonate & Inert
fillers.
5. Yellow Pigments
6. Luminance
(Daylight)
7. Drying Time
8. Skid Resistance
9. Cracking
Resistance at low
temperature
10. Softening Point
11. Flow
resistance
12. Yellowness
Index

1. At the
beginning for
approval of
each source
and change of
source
2. Once in a
project for
every lot

1



2B

MORTH
specifications

Financial Bid Vol. II (Specifications) 302
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


14. BENTONITE

Test Frequency Laboratori
es
Ref Codes

1. Density
2. Marsh Cone
Viscosity
3. pH value
4. Silt content
5. Liquid limit


1. At the beginning
for approval of
each source and
change of
source
2. Once for every
day of Piling

1



2A

MORTH
Specifications
for Road &
Bridge works

15. H. T. STRANDS (UNCOATED STRESS RELIEVED LOW RELAXATION SEVEN
PLY STRAND)

Test Frequency Check
Level
Ref. Codes

1) Chemical Test
(i) Sulphur
(ii) Phosphorus

2) DimensionTolerance
& Mass
(i) Tolerance in Diameter
(ii) Nominal area
(iii) Nominal Mass of
strands
(iv) Difference in dia of
central course and
surrounding wires
(v) Length of lay

3) Physical Properties
(i) Breaking Strength of
strands
(ii) 0.2% Poof load
(iii) Elongation

(iv) Modulus of Elasticity

4) Relaxation Properties
(i) 100 hours
(ii) 1000 hours

1. At the beginning
for approval of
each source and
change of
source
2. Once for every
lot (Except for
Relaxation Test)


1





3

IS:228 (Part-3)
-1987

IS:228 (Part-9)
1989

IS:14268 - 1995


Financial Bid Vol. II (Specifications) 303
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

16. HDPE SHEATHING DUCTS

Test Frequency Check
Level
Ref. Codes

1) Bond Test



2) Compression
Test



1. At the beginning for
approval of each
source and change of
source

2. Once for every lot

1



2A/2B

IRC-18-2000
(Appendix 1 B)




































Financial Bid Vol. II (Specifications) 304
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........





CHAPTER 9


SPECIAL CONDITIONS &
SPECIFICATIONS FOR
ELECTRICAL WORKS

Financial Bid Vol. II (Specifications) 305
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


CHAPTER 9
9. SPECIAL CONDITIONS & SPECIFICATIONS FOR ELECTRICAL
WORKS


9.1 GENERAL :

9.1.1 The work shall be carried out as per CPWD General Specification for electrical
work (Part-I)- internal -2005, (Part-II)-External-1994 with upto date amendments,
and CPWD Specifications Civil 2009 (Vol.-I & II) amended upto the last date of
issue of tender and in accordance with any, modification indication here under and
in the schedule of quantity.

9.1.2 All materials brought by the contractor for use on work shall have to be good
quality. The same has to be got approved from the Engineer-in-Charge before
using the same on work. No claim for defective material brought by the contractor
and not approved by the Engineer-in- Charge shall be entertained.

9.1.3 All T & P required for the execution of work, handling of materials and testing of
installation shall be arranged by the contractor at his own cost and nothing extra
shall be paid on this account.

9.1.4 The contractor has to carry out all electrical works in a fixed time frame in close
coordination with civil contractor. It will be the responsibility of the contractor to
carry out the work with in target period utilizing all possible resources.

9.1.5 Contractor shall make his own arrangement for watch & ward and safety of his
men and materials and nothing extra shall be paid by the department on this
account. Contractor shall also be responsible for the safe custody of materials
issued to him by the department till such time the work is completed. Nothing extra
shall be paid on this account.

9.1.6 The contractor and his men shall have to abide by the traffic rules of Delhi Traffic
Police.

9.1.7 The work is to be carried out in close co-ordination with the progress of civil works.
No claim of idle labour or any other claims on this account shall be entertained by
the department.

9.1.8 Empty wooden cable drum and assorted packing boxes of fittings etc shall be the
property of contractor after completion of work and such property shall be removed
by the contractor within two weeks of the physical completion of works under
intimation to Engineer-in-Charge.

Financial Bid Vol. II (Specifications) 306
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

9.1.9 Size of angle iron/flat iron/GI pipe (Medium class)/RCC/PVC/HDPE pipe wherever,
mentioned are nominal size.

9.1.10 Water and electricity required for execution of work and labour etc including
temporary accommodation for them will be arranged by the contractor himself at
his own cost and nothing extra shall be paid on this account.

9.1.11 The contractor will have to provide proper alignment of pole and focus the lighting
luminaries on the pole for which nothing extra will be paid.

9.1.12 The contractor will be required to clear shrub etc falling on the cable route for
which no extra payment will be made.

9.1.13 All the associated works considered necessary for completion of whole work
including any preliminary work are deemed to be included with in the scope of the
tender.

9.1.14 The contractor shall have to get the feeder pillars/control panel from the vender
having type test certificate from CPRI for 31 MVA, short circuit rating upto 400
Amps. for cubical panels. The copy of the type test certificate shall also have to be
produced failing which feeder pillars shall not be accepted. The shop drawings for
feeder pillar shall be submitted by contractor for approval by Engineer-in-Charge.

9.1.15 The pole foundation will be casted strictly as per drawing supplied by the
department or as per pole manufactures foundation design.

9.1.16 The firm shall have to provide GI foundation bolts with nuts & washers and GI arm
bracket manufactured from the pole manufacturing company only.


9.2 COMMON TECHNICAL SPECIFICATIONS

9.2.1 Technical Bid

During the Technical Bid, Prime Bidder will submit
a) Computer Aided Lighting Design Calculations and all data as specified in the
details technical specification.

b) After lighting calculations are approved, all technical details and samples of
luminaries shall be submitted.

Note:- All items should be supported by the type test reports from the Govt. lab/accredited
lab by NABL as per applicable IS/ international standards.




Financial Bid Vol. II (Specifications) 307
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

9.2.2 Detailed Quality Assurance Plan:

Manufacturer shall submit the Quality Assurance offered plan along with the
technical bid of all major equipment such as Poles, light fittings, lamps, LT Cables
etc.

9.2.2.1 Lighting & Light Fitting

Pre inspection of equipment shall be done as per the approved QA plan given by
the bidder. For lamps, Type test certificates need to be submitted by the bidder.

Post Installation, field measurement will be carried our by the contractor in
presence of representatives of Engineer-in- Charge.
9.3 Lighting Lux Level

The average lighting level shall be calculated as per clause 7.13, 7.14, 7.15 of CIE
Technical report for Road Lighting calculations. No CIE- 140-2000

Voltage during measurement should be maintained at 230V +/-5% and frequency
50Hz- 2.5% and +1%
Luxmeters, to be used for testing would also be calibrated from standard
laboratories, and calibration certificates produced to the Engineer-in-Charge.
Prefered brand are LMT, Minolta.

For Delhi, lighting measurements shall be done during April to September.

9.3.1 Design Basis

Bidder shall submit computer aided lighting design calculations to substantiate
lighting results
A Overall Maintenance factor of 0.75 to take into account Pollution Level.
Line Voltage Drop of 2.5% Product Tolerance etc.

Lumen output for basis of calculation should be the lumen at 230V to take
into account available supply voltage during peak evening hours, which is
85% of the declared lumen output by manufactures at nominal voltage.

9.3.2 Design Configuration for Main Traffic Roads
Following Design configurations will be the basis of detailed designing to be
followed by all bidders. This is only a general guidelines. Detailed designing for
individual sections will be done by concerned agencies depending on site
situations. However, pole heights, brackets, tilt angles will be strictly adhered to, so
that the overall harmony is maintained in the city. Lighting levels and other
technical parameters need to be complied to.

Financial Bid Vol. II (Specifications) 308
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


9.4 Technical Specification of Products & Standardisation of Lighting Equipment

Indian Standards specifications shall be followed unless until it is specifically
mentioned otherwise. Daytime appearance of any City is as important as its night
time appearance. To create a visual hierarchy, certain standardisation is required
for Poles, Bracket Design, and type of lamps and Luminaries. This is a basic
foundation of Integrated City Lighting Master Plan.

9.4.1 Luminaries
The bidder shall supply the lamps, luminaries & control gear with which type test
report has been furnished. All the equipments suppliers and erectors should have
ISO 14001 certification in the filed of manufacturing of lighting equipments. In
house testing & measurement facility for calibrated system for measuring lumen
output of light sources, light distribution and environment protection of luminaries
and other tests as specifies by IS. Type test certification from National physical
laboratories, Central Research Institute, National test house shall only be
acceptable.

Following data will need to be submitted before finalization of luminaries supplier

Technical Catalogue of Products
Lumen Depreciation Curves of Lamps and Lumen-Voltage Curve.
Polar Diagram of Luminaries
Printout of Computer aided calculations for all parameters.
Lamp Lumen Maintenance, Survival Curves and Lumen- Voltage curves for
lamps.
Manufactures Type Test Certificates of Lamps, Luminaries and Gears from
Govt. Accredited Test Laboratories/ R&D Labs to be provided.
Test certificate for compliance of IP 66 shall be carried out at any of the
laboratories (NTH, CPRI, NPL- New Delhi) and test certificates submitted.
However, all luminaries shall be pre inspected as per IS 10322 (incl IP test)
by 3
rd
party agencies at manufacturers premises before despatch.

9.4.2 Ballasts & Igniters

All Accessories as per IS standards
Power Delivery to Lamp> 95%
PF >0.85 for HID luminaries
Should be Vacuum impregnated open construction ballast
Low loss with maximum watt loss not more than 44 for 400W lamp
State of art winding techniques shall be followed to minimize the eddy currents and
iron losses.
Maximum temperature rise of 75 deg C
Maximum winding temperature 130deg C
State of art Ignitors to safeguard lamp operations.

Financial Bid Vol. II (Specifications) 309
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

9.4.3 Lamps
A. High Pressure Sodium Vapour Lamps 400W
Luminous efficacy of at least 110-130 lumens/Watt within built integrated antenna
Robust internal construction with excellent reliability through life, fast re-ignition
time less than 180 seconds
High lumen maintenance of 95% at the end of 15000 hrs.
Life at 50% mortality > 30000 burning hours

9.5 Prior approval of drawing & inspection of feeder pillar:-

9.5.1 Drawing of the feeder pillars shall be submitted through a technically competent
and authorized person within 15
th
day.
9.5.2 Drawing shall be approved by the department and communicated within 7 days of
receipt of drawing (by Fax etc.) & will be handed over to the site representative.
9.5.3 The sample shall be offered for inspection within 15 days of date of approval of
drawing.
9.5.4 Inspection of the sample shall be carried out by the department at manufacturer
premises and arrangement of inspection will be done by the contractor.
9.5.5 The fabrication and delivery at site of feeder pillars shall be completed within 3
weeks of inspection of the same. The fabrication of the feeder pillar shall be done
as per the approved drawing and change, modification, rectification suggested as
per inspection observations.
9.5.6 All items to be manufactured as per approved drawing and inspection
observations. Non-compliance shall be lead to summary rejection of such item and
action shall be taken under relevant terms and conditions of agreement.
9.5.7 No further inspection shall be done by the department However if final inspection is
desired by the contractor before despatch, charges have to be born by the
contractor as demanded by the department ( on basis of actual as per TA & DA
rules of the department).

9.6 Specification of road light fixtures: The street light luminaries will be supplied
with IP-66 protection and conforming to IS: 10322 Part-5 section-3 with following
technical specification:

(a) Housing : High pressure die cast aluminum body/ or with nyorill plastic,
powder coated.

(b) Reflector: Deep drawn high grade aluminum. Electro chemically brightened
and anodized.

(c) Glass: Toughened heat resistant glass sealed with silicon gasket.

(d) Lamp holder: E-40 adjustable for various optics

(e) Control gear: Integral with electromagnetic copper wound ballast, ignitor &
capacitor wired with heat resistant wire.

Financial Bid Vol. II (Specifications) 310
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(f) This road shall be considered as Group A-1.

Before procurement of luminaries, the successful contractor shall submit computer
calculation for various parameter as per requirement of IS-1944 Part-I & Part-II for
suitability of the luminaries for the specific requirements. After receipt of the details, the
department shall permit the procurement.

9.7 List of approved make of electrical items is given in Annexure-J.

Financial Bid Vol. II (Specifications) 311
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........








CHAPTER 10



EXTERNAL ILLUMINATION

Financial Bid Vol. II (Specifications) 312
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

CHAPTER 10
10. EXTERNAL ILLUMINATION
10.1 SCOPE
- The scope covers design, fabrication, transport to site, erection, testing and
commissioning of external lighting G. I. poles, luminaries, laying & termination of
cables and earth wire through out the route as per the drawings and complying to
the requirements of national Electrical Code & relevant I S Codes and CPWD
specifications amended up to date.
- Street light poles shall be erected on Concrete foundation prepared for the type of
pole to be used. Cable lead-in and lead-out HDPE pipe of minimum 70 mm
diameter shall be provided in the civil foundation for the poles.
- Hume pipes / G I Pipes shall be provided buried in ground below the road for
laying the cables across the road.
- Cable markers and route markers shall be provided for the entire route length of
cables.
- Power distribution system shall be installed as per BOQ and related drawings
following good engineering practice.

10.2 STEEL LIGHT POLES (STEEL POLYGONAL POLE).

10.2.1 DESIGN REQUIREMENT

- Steel polygonal poles shall conform to the latest edition of I S 2713.
- The poles shall be designed using limit state principle to be considered as:
(i) Ultimate and
(ii) Serviceability based on a design wind speed of 180 Km/Hr with a return
period of 25 years.
- The Poles, Foundation Bolts and luminaire mounting brackets shall be sourced
from one manufacturer to ensure compatibility and overall finish of the material.

10.2.2 CONSTRUCTION

- The pole shaft shall have octagonal cross section and shall be continuously
tapered with single longitudinal welding done by Submerged Arc Welding
(SAW) process. There shall not be any welding along the circumference. Pole
shafts with more than one longitudinal weld shall not be acceptable.

- Bending of the sheet into polygonal shape/ circular shape shall be done
through a CNC controlled, Laser aligned single blade bending process.
Financial Bid Vol. II (Specifications) 313
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

- Pole shall be straight, smooth and octagonal. Material of the pole shall show
minimum tensile strength of (45 k ft / mm2) when tested in accordance with I
S: 1894, 19882: method of tensile testing of tube.
- Height of the pole shall be measured with luminaire mounting bracket as the
vertical distance between the base flange plate and the plane in which the
lamps lie in their operating position & shall be as specified in data sheet / BOQ.
- The poles shall be hot dip galvanized as per IS:2629/IS 2633/ IS 4759
standards with average coating thickness of 65 micron. The galvanizing shall
be done in single dipping. No painting, touch-up or rectification shall be
allowed post galvanizing. The galvanizing unit shall have ISO 14001
certification for environmental management system.
- All octagonal pole shafts shall be provided with the rigid base flange plate of
appropriate size with provision for fixing 4 foundation bolts. This base plate
shall be fillet welded to the pole shaft at two locations, i.e. from inside and
outside. The welding shall be done as per qualified MMAW process approved
by Third Party Inspection agency.
- Material for construction:
- Octagonal Pole Shaft : Steel conforming to Grade S355JO as per BSEN
10025 or equivalent .
- Base Flange Plate : Steel conforming to Grade S235JO as per BSEN
10025 or equivalent.
- Foundation Bolts : 8.8 Grade as per IS 1367.
- The octagonal Poles shall have a cut out with a sliding door of minimum size of
500 mm x 150 mm at an elevation of 2500 mm from the base flange plate.
The door shall be vandal resistant and dust proof to ensure safety of inside
connections. The door shall be flush with the exterior surface and shall have
suitable locking arrangement. The junction Box shall have a M12 G. I. bolt
arrangement at the bottom to earth it.
- A Loop-in loop-out arrangement shall be made up to the junction box; to be
provided inside the hollow portion of the pole. Junction box shall be made of
18 gauge sheet steel duly hot-dip galvanized. It will house a TPN terminal
block suitable for loop-in loop-out arrangement for 4Cx25 sq. mm AYFY cable
& 10 A MCB (1 no. for single arm bracket & 2 nos. for double arm bracket).
Luminaire shall be connected to the MCB using 3C x 2.5 sq. mm copper cable
(YWY as per BIS codes).
- The Octagonal Pole shall be bolted on a pre-cast RCC foundation in which a
set of four galvanized foundation bolts are grouted with their top threaded
portion projecting outside the foundation. The concrete mix shall be M20 with
Fe 415 steel reinforcement.
- Appropriate anchor plate (free from laminations) with galvanized nuts and
washers shall also be provided.
- Octagonal sleeve type galvanized brackets with double or single arm with
60mm outer diameter pipe, shall be supplied along with the Octagonal Pole for
installation of the luminaires. The brackets shall be as per approved design,
Financial Bid Vol. II (Specifications) 314
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

fixed on the pole through stainless steel bolts provided on the sleeve. The
minimum overlap between the luminaire mounting bracket sleeve and the pole
shall be 200 mm. Stiffeners shall be provided to impart strength to the bracket
arm as required.
- The responsibility of design, fabrication, approval from Engineer-in-Charge,
supply, installation, stability and safety of poles as per drawings and
Specifications lies with the contractor and nothing extra shall be
payable on this account.

- The pole should be mechanically strong, rugged, single longitudinally
welded, ideal for corrosive atmosphere and camouflaged junction box &
electrical control gears.

- The contractor has to arrange inspection of pole and streetlight luminiaries
at manufacturers permises to carry out necessary test contained in IS2629
& IS 10322 part 5 section-3 respectively.

10.3 STREET LIGHT FIXTURES
- The fixtures for street lighting shall conform to the safety norms according to
IEC 598 / ENEC 60598.
- The fixtures for street lighting shall also conform to latest editions of I S 10322-
Pt 5/3,1982, I S. 2149 and shall be complete with all standard accessories viz.
choke, igniter, capacitor, lamp holder etc..
- The housing shall be made of anodized deep drawn Aluminium (LM6) alloy. It
shall have:
- A separate lamp and reflector compartment shall be with IP 66 degree of
enclosure protection. The bowl shall be made of toughened glass sealed on
to the reflector.
- The control gear compartment shall be with IP 54 degree of enclosure
protection and shall have control gear mounted on a removable gear-tray
with all the accessories (ballast, igniter, capacitor etc.) for ease of
maintenance.
- The mounting arrangement shall allow the fixture to be mounted directly on
the pole or through an arm.
- Lamp holders shall be shock proof, spring-loaded and rotary type to ensure
positive lamp locking. It shall not be possible to touch live parts of the lamp
during the insertion or removal of the lamp.
- Power factor capacitor shall be provided with hermetically sealed housing to
ensure trouble free service. Terminal soldering tag shall be provided for easy
electrical connection. The capacitor shall be suitable for power factor
improvement up to 0.95.
- The ballast provided shall be in accordance with the requirements of I S 6616
for high pressure sodium vapour lamps.
Financial Bid Vol. II (Specifications) 315
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

- The tubular lamp shall conform to I S 2418, HPMV lamp to I S 9900 and HPSV
lamp to I S 9974.
- The metal parts of the fixture shall be such that it can:
(i) Withstand the atmospheric conditions prevailing in the area,
(ii) Provide mechanical protection to the lamp and accessories,
(iii) Assist in uniform light distribution.

10.4 POWER DISTRIBUTION SYSTEM

10.4.1 FEEDER PILLAR

10.4.1.1 GENERAL
Feeder Pillar shall be of FIXED (non-draw out) design and shall be lockable.
The Feeder Pillar shall be suitable for use on 415 Volts, 3 phase, 50 Hz.
system with a fault current withstand capacity of 16 K A. r m s symmetrical.
The Feeder Pillar shall be complete with an in-built weatherproof canopy
having I P 54 degree of enclosure protection as per I S 2147 suitable for
tropical conditions with high ambient temperature & humidity.
Feeder Pillar shall accommodate the components in accordance with single
line diagram.
The Contractor shall have to get the control panels fabricated from the vendor
having type test certificate from CPRI for 31 MVA short circuit rating upto 400
amp for cubical panels. The copy of the type test certificate shall also have to
be produced; failing which feeder pillar shall not be accepted.
The material/work shall conform to/shall be carried out as per CPWD General
Specification for electrical work (Part-I)- internal -2005, (Part-II)-External-1994,
and part-IV sub station work as amended up-to-date.
Angle iron legs shall be suitably shaped at the bottom for anchoring in concrete
base.
The feeder pillars shall be provided with ventilation window covered with wire
net in double fold from inside. The window shall be provided on the both the
side panels of feeder pillars.
The feeder pillars shall be provided with a danger notice plate as per CPWD
specifications for electrical work part-I internal 2005.
Interconnections of the various mountings on the feeder pillar shall be done
using PVC insulated conductors, or solid strips with PVC taping/sleeving of
appropriate sizes. Termination shall be made such that local heating is
avoided.
Financial Bid Vol. II (Specifications) 316
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

All the metal work of feeder pillar shall be painted prior to erection with one
coat of anti-rust primer. After erection, they shall be painted with two coats of
appropriate enamel paint as required, on all sides wherever accessible.
Prior Approval Of Drawing & Inspection Of Feeder Pillar:-

Drawing of the feeder pillars shall be submitted through a technically competent
and authorized person. Drawing shall be approved by the department and
communicated within 7 days of receipt of drawing (by Fax etc) & will be handed
over to the site representative. The sample shall be offered for inspection
within15 days of date of approval of drawing. Inspection of the sample shall be
carried out by the department. The fabrication and delivery at site of feeder
pillars shall be completed within 3 weeks of inspection of the same. The
fabrication of the feeder pillar shall done as per the approved drawing and
change, modification, rectification suggested as per inspection observations. All
items to be manufactured as per approved drawing and inspection
observations. Non compliance shall be lead to summary rejection of such item
and action shall be taken under relevant terms and conditions of agreement.
No further inspection shall be done by the department. However if final
inspection is desired by the contractor before dispatch, charges have to be
borne by the contractor as demanded by the department (on basis of actual as
per TA & DA rules of the department).

10.4.1.2 Standards
Feeder Pillar shall conform to the requirements of the latest editions of National
standards, Electricity Rules and Regulations as follows:
- IS-8623 (Pt.-1), 1993 : Factory built assembly of switch gear & Control gear
- I S 4237 : General requirements of switch gear and Control
gear (Voltage upto1000 V)
- I S 2147 : Degree of protection for L V switch gear.
- I S 375 : Marking and arrangement of bus bars.
- I S 5578, 1984 : Guide for marking of insulated conductors.
- Feeder Pillar shall meet all other statutory regulations including that of the local
authorities.
10.4.1.3 Individual Equipment
Individual equipment mounted in the Feeder Pillar; shall conform to the
requirements of following I S Specifications (latest edition):
- I S 13947-2, 1993 : MOULDED case Circuit Breaker
- I S 8828, 1996 : Miniature Circuit Breaker
- I S 13947-4-1 : A C Contactor of voltage not exceeding 1000 V.
- I S 13947-4-1 : Bimetal over load relays.
Financial Bid Vol. II (Specifications) 317
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

- I S 13947-3 : Air Break SFU / FSU not exceeding 1000 V.
- I S 13703 (pt-2) : Low voltage fuses
- I S 694 & 8130 : PVC insulated Cables and Al. Conductor.
- I S 1248 : Direct acting electrical indicating Instrument.
- I S 3231 : Relays
- I S 13947 : Control Switches and Push Buttons.
10.4.2 CONSTRUCTION
10.4.2.1 Feeder Pillar shall be:
Metal enclosed double door, outdoor type.
Dust & damp protected, Vermin-proof and have the degree of protection I P 54
as per I S 2147 (latest edition),
Have a vertical section which shall be arranged in multi-tier to accommodate
components such as MCCB, switchfuse and out going feeders of various
ratings.
Have arrangement to carry out cable terminations on the bottom-side of the
panel. Suitable arrangement for cable termination shall be provided with
removable gland plate of min 3 mm thickness.
Have the panel sheet machine pressed without any punched openings for
meters, indicating lamps etc. The metal work shall be degreased and cleaned
using 7 tank process and passivated. Two coats of primer and two coats of
finishing paint shall be applied to give a smooth finish. Alternatively, the
prepared metal work shall be powder coated in approved shade.
Doors shall be provided with locking arrangement using go down locks.
10.4.2.2 Dimensions
The height, width and depth of the Feeder Pillar shall be suitable to
accommodate all the components; maintaining the permissible temperature rise.
10.4.2.3 Bus Bars
The three phase and neutral bus bars, suitable for 4 wire, 415 volts, 50 Hz.
system, shall be made of high conductivity Aluminium alloy of grade E-91-E as
per I S 5082 (latest edition) / Copper strips conforming to I S: 375, 1963.
The bus bars shall have uniform cross section through-out all the panels
length and shall be capable of carrying minimum 1.5 times the rated current at
415 volts continuously as also short circuit current for the specified period
without exceeding permissible temperature rise. The bus bars shall be
designed to withstand a temperature rise of 45
o
C above the ambient.
Bus bars shall be supported on suitable non-hygroscopic, non-flammable
insulating material such as Fiber-glass reinforced plastic (FRP) / SMC at
sufficiently close intervals (not exceeding 1 M.) to prevent bus bar sag. Bus
Financial Bid Vol. II (Specifications) 318
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

bars; including their supports; shall be able to withstand thermal and dynamic
stresses due to the system short circuits.
All the bus bars shall be insulated with heat shrink, PVC sleeve suitably color-
coded for phase identification.
10.4.2.4 Earth Bus
The Feeder Pillar shall be provided with a continuous Copper earth bus of
uniform cross section running throughout the length of the switch-board.
Earth bolts shall be provided on the main earth bus on either side to connect it
to the earth grid at site. Star / Bi-metallic washers shall be provided at the
joints. The earth bus shall be bonded to each section to achieve earth
continuity between the panels and the sheet metal parts.
10.4.2.5 Electrical Equipment
The Feeder Pillar shall house feeder components in multi-tiers as per the single
line diagram. Each feeder shall be labeled with permanent stickers.
Equipment shall be mounted to ensure their vibration-free operation. Cable
termination arrangement shall be provided for each feeder. Designation shall
be provided for each equipment.
All electrical components shall be accessible from the front of the panel.
The electrical components / equipment shall conform to the latest edition of
relevant I S specification as mentioned earlier.

A. Components
INCOMER shall be MCCB / MCB / FSU of specified rating and poles as per
SLD.
BUS BARS
- Bus-bars shall be suitable for 3 phase, 4 wire system.
- Earth bus shall be continuous through the width of the Feeder Pillar.
- Size and material of the bus bars shall be as per SLD.
OUT-GOING
- Out-going feeder components shall be MCCB / MCB / FSU of specified rating
and poles as per SLD.
- RELAYS for automatic control of the out-going feeders with digital time switch
controlled.
- The automatic operation shall be through magnetic Contactor, controlled by
above device.
- Auto/manual selection shall be provided when the auto operation is associated.
- TIME CONTROLLER
Financial Bid Vol. II (Specifications) 319
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

- Time controller shall be digital type.
- It shall conform to IEC 60730-1 or EN 60730-1.
- It shall be able to operate satisfactorily under tropical conditions in dusty
atmosphere.
- Operating voltage shall be 230 V, 50 Hz, 1 Phase.
- It shall be of modular construction.
- It shall be able to calculate the time of Sun set/Sun rise round the clock; once
the date and coordinates of the place of installation are set for it.
- The ON/OFF timing shall be settable by about 60 minutes.
- The operating contact shall have a current interruption capacity of at least 10
Amps.
10.4.2.6 Tests at Factory
The Feeder Pillar shall be tested at factory after assembly of all components
and completion of all inter-connections and wiring. Tests shall be conducted in
accordance with the requirements of latest edition of I S: 8623, B S: 3659 /
6.4.1 and requirements of local electricity authorities in presence of the Clients
representative.

10.4.3 L T CABLES
10.4.3.1 Standards
The LT cables shall conform to the requirements of the following I S Standards
(latest editions):
- I S 1554, Pt. I, 1988 : PVC insulated Cables up to 1100 V
- I S 8130, 1984 : Conductors for insulated electric cables.
- I S 5831, 1984 : PVC insulation and sheath of electric cables.
- I S 7098, 1973 : Rating and Testing of cables.
- I S 7098 (Pt-1) : XLPE Cables
10.4.3.2 Technical Specification
L T CABLE XLPE INSULATED
XLPE cable shall be Aluminium conductor, XLPE extruded insulated, extruded
/ taped inner sheath, armored, over-all PVC sheathed conforming to I S: 7098
(Part -I) (Latest edition).
The inner and outer sheaths shall be GP PVC / as specified in BOQ.
The armor shall be G I strip or round wire as per the IS specification.
Core identification for multi-core cables shall be provided with color coding.
10.4.3.3 CABLE INSTALLATION
Financial Bid Vol. II (Specifications) 320
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

A. GENERAL
LT cables shall be supplied, inspected, laid, tested and commissioned in
accordance with drawings, specifications, latest edition of relevant Indian
Standard Specifications, National Electrical Code (latest edition) and cable
manufacturer's instructions.
The cable shall be delivered at site in original drums with manufacturer's name
clearly written on the drum.
The recommendation of the cable manufacturer with regard to joining and
sealing shall be strictly followed.
B. CABLE LAYING
Cables shall be laid by skilled and experienced workmen using adequate
rollers to minimize scratching of cables.
The cable drum shall be placed on jacks before unwinding the cable taking
care to avoid formation of kinks. The drum shall be unrolled and cable run over
wooden rollers in trenches placed at intervals not exceeding 2 meters.
Cables shall be laid in trenches or in hume pipe/G I Pipe as per indicated
routes. While laying cables in trenches, at least 10 cm of fine sand shall be put
under them.
At change in directions in horizontal and vertical planes, the cable shall be bent
smooth with a radius of bend not less than 12 times the diameter of cable.
Minimum 2 meter long loop shall be provided at both sides of every straight
joint and at each end of cable.
Identification marks indicating cable numbers as per cable schedule on cable
tags shall be tied on the cable ends for identification.
Insulation tapes of appropriate voltage in red, yellow and blue color shall be
wrapped just below the sockets for phase identification.
C. LABELS ON CABLES
Labels shall be of anodized aluminium, with white engraving on black background.
They shall be properly secured with fasteners.
D. JOINTS IN CABLES
- The cables received at site; shall be apportioned to various locations in such a
manner as to ensure maximum utilization avoiding joints. This apportioning
shall be approved by the client before the cables are cut to required lengths.
- Normally no jointing shall be permitted between feeder lengths unless
the required length is more than the cable drum length.
E. CABLE TERMINATION
Cable entries and terminations shall be provided in the Distribution board to
suit the number, type and sizes of power and control cables specified.
Financial Bid Vol. II (Specifications) 321
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Provision shall be made for top or bottom entry of cables in the Distribution
board as required with the position of cable gland and terminals such that
cables can be conveniently and safely terminated.
Barriers or shrouds shall be provided to permit safe working at the terminals of
one circuit without accidentally touching that of another live circuit.
Cable risers shall be adequately supported to withstand the effects of rated
short circuit currents without damage and without causing secondary faults.
10.4.3.4 CABLE IDENTIFICATION
Cable identification shall be provided as per the requirements of I S by embossing
on the outer sheath the following:
- Manufacturers name / trade mark,
- Voltage grade,
- Year of manufacture,
- Type of insulation,
- Nominal area of cross-section of the conductors & No. Of cores.

10.4.3.5 PACKING
Cables shall be supplied in non-returnable drums made of wood / steel. The drums
shall be of heavy construction as per I S requirements.
10.4.3.6 TESTS
A. TESTS AT MANUFACTURERS WORKS
Type tests as agreed; shall be carried out at the manufacturers works as per I S:
8629, 1977 (latest edition).
All routine tests specified in I S: 8623-1977 (latest edition) shall be carried out and
test certificates submitted to the Engineer-in-charge.
The Contractor should offer department for inspection of cable at manufacturer
premises before dispatch of cable.
B. TESTS BEFORE LAYING
Insulation test between phases and phase & earth for each length of cable before
laying the cable.
C. TESTS AFTER LAYING
On completion of cable laying work, the following test shall be conducted in the
presence of the Owners representative:
- Insulation resistance Test. (Sectional & overall)
- Continuity Resistance Test.
- Sheathing continuity Test.
Financial Bid Vol. II (Specifications) 322
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

- Earth Test.
All tests shall be carried out:
- In accordance with relevant Indian Standard Code of Practice and Indian
Electricity Rules.
- The Contractor shall provide necessary instruments, equipment and labor
for conducting the above test and shall bear all expenses in connection with
such tests.
- All tests shall be carried out in the presence of the clients Representative.
10.4.3.7 DOCUMENTATION
- Manufacturers Catalogue giving cable construction details, current ratings
under different laid conditions, guaranteed technical particulars etc.
- Type test reports.
10.4.4 EARTHING
10.4.4.1 EARTH PIT
A. GENERAL
- Electrical Earth shall conform to latest editions of I S: 3043, 1987, National
Electrical Code (NEC), relevant Indian Electricity Rules, 1956 and the
regulations of the local Electricity Supply Authority.
- Two independent earth connections shall be provided at a distance of minimum
1.5 M from the building line. Each earth shall comprise of an earth pit
connected to G I Strip. The earth electrodes shall be interconnected
underground at (-)1000 mm from GL.
- All the non-current carrying metal parts shall be connected to the two earth
arrangements separately using suitably sized G I / Cu strips.
B. EARTH ELECTRODE

PIPE ELECTRODE
Pipe electrode shall be 40 mm diameter G I pipe, perforated and of specified length but
not less than 4.5 meter (minimum) length. The top edge of the pipe shall be minimum
250 mm below the ground level.
CONNECTION WITH EARTH ELECTRODE
- 20 mm diameter medium class G I pipe shall be provided and attached to the
electrode-from the ground level to the top edge of the ground electrode. A
funnel with G I wire mesh; shall be provided on the top of this pipe for
moisturizing the earth around the earth-electrode.
- The watering funnel attachment shall be housed in a masonry chamber of not
less than 300 x 300 x 300 mm size-flushed with the ground level. M S frame
with cover having locking arrangement shall be provided at top face of this
chamber.
Financial Bid Vol. II (Specifications) 323
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

- The M S frame shall be provided with at least two coats of red oxide paint and
finally painted in gray shade to be approved by the owner / client. The inside of
cover shall carry the earth station number in the following manner.
EARTH PIT NO. 5
- Earth electrode shall be situated not less than1.5 meters away from the
building line. Care shall be taken that the excavation for earth electrode shall
not affect the column footing or foundation of the building or any structure. In
such case, electrode may be pushed further away from the building.
- Earth electrodes shall be situated away from the effective area of the nearest
electrode but not less than 3 meters away from each other.
ARTIFICIAL TREATMENT OF SOIL
The soil immediately surrounding the earth electrode shall be treated by addition
of sodium chloride / calcium chloride / sodium carbonate / copper- sulphate salt,
soft coke (wood charcoal) and wood saw-dust in alternate layers of 300 mm to
reduce the earth resistance.
RESISTANCE TO EARTH
- The over-all resistance of earth system shall not exceed One Ohm.
- If the earth resistance is too high, multiple earth electrodes shall be provided.
- All the earth electrodes shall be connected to each other in a ring formation
with G I / Cu earth strip wire of specified size laid at a depth of 1000 mm from
G. L. The over-all resistance of this earth grid system shall not exceed One
Ohm.
- The soil resistivity immediately surrounding the earth electrodes shall be
reduced by addition of sodium chloride / calcium chloride / sodium carbonate /
copper sulphate salt, soft coke (charcoal) and wood saw-dust in alternate
layers of 300 mm as mentioned above to reduce the grid earth resistance to <
1 ohm.
EARTH CONNECTION
- All the non-current carrying metal parts of electrical installation shall be
connected to earth properly.
- All earth buses shall be solidly connected to the earth pits at two points with
properly sized G I/Cu Strips/conductors as laid down in the relevant
specifications.
- All switch gear, distribution boards, switch boxes, outlet boxes, metal
conduits / trunking and all other non-current carrying metal parts shall be
bonded together and connected by means of two nos. specified earth
conductors to an earth system.



Financial Bid Vol. II (Specifications) 324
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


10.4.5 Specification for HDPE pipe:-

10.4.5.1 The DWC high density polyethylene pipe having corrugation on outer wall & plain
in inner wall should to confirm to IS-14930 part- II amended upto date.
10.4.5.2 The pipe shall be Rex or Dura line or equivalent make.
10.4.5.3 Contractor has to arrange inspection of pipe at manufacturers permises to carry
out necessary tests contained in IS-14930 part II (compression test, impact test,
banding test etc.)
10.4.5.4 Job includes accessories like HDPE snap fit coupler with required No. of
neoprene O rings in order to make water/damp proof joint.
10.4.5.5 Water proof sealing shall be done between cable and HDPE pipe at every end
within the scope of laying of cable/pipe.
10.4.5.6 Contractor has to produce test report of anti rodent test, toxicity test of pipe from
Govt. approved test house.

11.4.5 Inspection of materials and equipments.

Materials and equipment including poles etc. to be used in the work shall be inspected
by the departmental officers, such inspection will of following categories.
a) Inspection of materials/equipment to be witnessed at the manufacturers permises
in accordance with relevant BIS/Agreement inspection procedure.
b) To receive materials at site with manufacturers test certificates.
c) To inspect materials at the authorized dealers godowns to ensure delivery of
genuine material at site.
d) To receive materials after physical inspection at site.

10.5 Payments Terms

1. 70% of the contract rates for the materials and equipment supplied will be paid on
initial inspection and delivery at site in good condition on Pro-rata Basis.
2. Further 15% of the contract rate shall be paid on proper completion of installation.
3. Further 15% of the contract rates will be paid after, successfully testing and
commissioning of the installation on the basis of certificate to be issued by the
Engineer-in-Charge in proof of the work having been successfully completed and
handing over the installation for beneficial use. The guarantee period shall be
reckoned from date of completion of work.
4. The contract rates referred to in this Para means the rates for each item of work in
the Schedule of work and any additional substituted and deviated items of work
under this contract.
5. Security deposit shall be deducted from each bill.
6. No mobilization advance shall be paid for the work.

Financial Bid Vol. II (Specifications) 325
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

10.6 Material Quality

All the material, whatsoever, to be supplied and provided by the contractor should be
of standard and approved quality. These should be got approved from the Engineer-
in-charge or his authorized representative before procurement and installation. No
payment will be made for any unapproved or sub-standard/ rejected material used on
the work. Rejected material should be removed from the site of work within 48 hours,
failing which the same will be liable for removal by the department at the risk & cost
of contractor, without any notice. The work shall be done in close co-ordination and in
phase, strictly with civil works wherever these are in progress. In case of any hold up
or suspension of work at any time for reasons beyond the control of this office, no
claim for idle labour shall be entertained under this agreement.

10.6.1 Inventory
The contractor shall submit neatly prepared electrical inventory of the fittings
provided along with completion plan in triplicate (one of them on tracing cloth) and
also test report of the electrical installation failing which necessary recovery will be
effected.

10.6.2 License Works
Persons executing electrical work should have electrical license as required under
IE Rules.

10.6.3 Foundation

Erection and cement concrete foundations for LT Panel/ Pumps etc. are to be
done in the presence of authorised representative of Engineer-in-charge and in
whose presence the cement and aggregate is to be mixed. This shall be plastered
with cement sand mixture to give smooth finish. All masonary / CC work should be
properly cured as per CPWD Specification 2009 Vol. I & II for building works. All
CC collars are to be painted with at least 3 coats of paint.

Numbering / marking of panel / feeder pillars etc should be got done through a
regular painter. The manner and the colour of enamel paint to be used for this
purpose shall be got approved from Engineer-in-charge or his authorized
representative.

The contractor must get acquainted with the proposed site of work and study
specifications and conditions carefully before tendering. The contractor shall make
his own arrangements for the supply of water and electricity. Damage or loss of
any kind shall be borne by the contractor and the department shall not be
responsible in any way. No payment shall be made to the contractor for damage
caused by rains, floods or other natural calamities or thefts during the execution of
the works and no such claim on this account will be entertained.



Financial Bid Vol. II (Specifications) 326
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


10.7 NATURAL CALAMITY

No payment will be made to the contractor for any damage caused by theft, rain,
snow fall, floods, dampness, fire, sun or any other natural cause whatsoever
during the execution of work. The damage to the work due to above reasons, if
any, shall have to be made good by the contractor at his own cost and no claim on
this account shall be entertained. In case of delay in making good the damage by
the contractor, the same shall be got done by the department at the risk & cost of
contractor.

10.7.1 The Contractor will be responsible for watch & ward and safety of electrical
installation and materials till the same are handed over to the maintenance
division.
10.8 Pumping and bailing out water in suitable manner as directed by Engineer-in-
Charge at no extra cost.
10.9 Unless otherwise provided in the schedule of quantities the rates, tendered by the
contractor hall be all-inclusive and shall apply to all heights, depths, leads and lifts.
10.10 The existing poles in central verge shall be removed and reinstalled at number of
locations and the contractor will take all precautions while removing from present
position and reinstalling at new locations. It is the term of contract that if during
shifting, custody of contractor & reinstallation of existing poles/fittings, if any
damage takes place or theft takes place , the contractor will
rectify/replace/replenish the damaged/stolen poles/fittings, with same make &
model, free of cost. If contractor fails to do so, the following recovery will be done
from his bills.

Item Recovery Rate
12 Mtr Height Pole Rs. 45,000/- Per Pole.
400 Watt Albatan Fitting (Imported) Rs. 45,000/- each fitting.

10.11 The contractor will give credit to the department for taking away old cable, as per
item in BOQ, as the dismantled cable is the property of the contractor. Even if the
contractor does not take out the old cable and take away, then also the amount of
credit, as quoted in the BOQ, will be recovered from the contractor.

Financial Bid Vol. II (Specifications) 327
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........







ANNEXURES


Annexure A : Form of Performance Security Bank Guarantee
Annexure B : Affidavit
Annexure C : Form of Earnest Money Deposit Bank Guarantee Bond
Annexure D : Guarantee for Thermoplastic Paints
Annexure E : Certificate from sheet manufacture
Annexure F : Warranty for micro prismatic Retro Reflective Sheeting
Annexure G : Guarantee Bond for Bearings
Annexure H : Guarantee Bond for Expansion Joint
Annexure I : Guarantee bond for water proofing works
Annexure J : Approved Makes for Electrical items
Annexure K : Technical data to be given for Electrical works
Annexure L : Willingness Certificate from concerned Electrical Contractor
Annexure M : Tripartite Agreement for Electric Works






Financial Bid Vol. II (Specifications) 328
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Annexure-A

FORM OF PERFORMANCE SECURITY/ BANK GUARANTEE BOND
In consideration of the President of India (hereinafter called The Government") having
agreed to accept the tender of M/s (Herein after called "the
said contractors") for the work .. which on its
acceptance shall be deemed as "Agreement"
between......................on behalf of the Government and the
said contractors (herein after referred to as the said agreement) and having further
agreed under the terms and conditions of the said tender/agreement to production of a
irrevocable Bank Guarantee for Rs..
(Rupees) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms & conditions
in the said agreement , We .. (Hereinafter referred to as
"the Bank") (Indicate the name of the Bank) hereby undertake to pay to the Government
an amount not exceeding Rs.....................
(Rupees.................................................................................only) on demand by the
Government.
2) We . Do hereby undertake to pay the amounts due
and payable
(indicate the name of the Bank)
under this Guarantee without any demure, merely on a demand from the Government
stating that the amount claimed is required to meet the recoveries due or likely to be due
from the said contractor(s). Any such demand made on the Bank shall be conclusive as
regards the amount due and payable by the bank under this Guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs.
.(Rupeesonly).
3) We, the said bank further undertake to pay to the Government any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit
or proceeding pending before any court or Tribunal relating thereto, our liability under this
present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor(s) shall have no claim against us for making such
payment.

4). We ..........................(Indicate the name of the
Bank) further agree that the guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said agreement
Financial Bid Vol. II (Specifications) 329
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

and that it shall continue to be enforceable till all the dues of the Government under or by
virtue of the said agreement have been fully paid and its claims satisfied or discharged or
till Engineer-in-Charge on behalf of the government certifies that the terms and conditions
of the said agreement have been fully and properly carried out by the said contractor(s)
and accordingly discharges this guarantee.
5) We further agree with the Government that
(indicate the name of the Bank)
The Government shall have the fullest liberty without our consent and without effecting in
any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said contractor(s) from time to time or
to postpone for any time or from time to time any of the powers exercisable by the
Government against the said contractor (s) and to for bear or enforce any of the terms
and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said
contractor(s) or fore any forbearance, act of omission on the part of the Government or
any indulgence by the Government to the said contractor(s) or by any such matter or
thing whatsoever which under the law relating to sureties would, but for this provision,
have effect of so relieving us.
6) This guarantee will not be discharged due to the change in the constitution of the
Bank or the contractor(s).
7) We (Indicate the name of the Bank) lastly
undertake not to revoke this guarantee except with the previous consent of the
Government in writing.
8) This guarantee shall be valid up to _______________, unless extended on demand
by Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. _______________ (Rs. ________________________only)
and unless a claim in writing is lodged with us within six months of the date of expiry or
the extended date of expiry of this guarantee all our liabilities under this guarantee shall
stand discharged.

Dated the ___________________________ day of
________________________________for
__________________________________________ (indicate the name of bank)


Financial Bid Vol. II (Specifications) 330
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Annexure-B

A F F I D A V I T


I/ We have submitted a bank guarantee for the work
_______________________________________________________________________
(Name of work)
Agreement No.______________________________________________dated
_______from
_______________________________________________________________________
(Name of the Bank with full address)
to the Executive Engineer ________________________________________ with a view
to seek exemption from payment of security deposit/performance guarantee in cash. This
bank guarantee expires on ____________________________________. I/We undertake
to keep the validity of the bank guarantee intact by getting it extended from time to time at
my/our initiative upto a period of _____________________ months after the recorded
date of completion of the work or as directed by the Engineer-in-Charge.

I/We also indemnify the Government against any losses arising out of non-
encashment of the bank guarantee, if any.

Note: The affidavit is to be given by the executant before a first class Magistrate.




Financial Bid Vol. II (Specifications) 331
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Annexure-C

Form of Earnest Money Deposit
Bank Guarantee Bond

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the
contractor") has submitted his tender dated ............. (date) for the construction of
.............................................. (name of work) (hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of
bank) having our registered
office at ................................... (hereinafter called "the Bank") are bound unto
...................................................
(Name and division of Executive Engineer) (hereinafter called "the Engineer-in-Charge")
in the sum of Rs.
......................... (Rs. in words .................................................) for which payment well and
truly to be made to the said Engineer-in-Charge the Bank binds itself, 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 after tender opening the Contractor withdraws, his tender during the period of
validity of tender (including extended validity of tender) specified in the Form of
Tender;
(2) If the contractor having been notified of the acceptance of his tender by the
Engineer-in-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with
the provisions of tender document and Instructions to contractor,
OR
(c) fails or refuses to start the work, in accordance with the provisions of the
contract and Instructions to contractor,
OR
Financial Bid Vol. II (Specifications) 332
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this
Bank Guarantee, against Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge up to the above amount upon
receipt of his first written demand, without the Engineer-in-Charge having to substantiates
his demand, provided that in his demand the Engineer-in- Charge will note that the
amount claimed by his is due to him owing to the occurrence of one or any of the above
conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the
deadline for submission of tender as such deadline is stated in the Instructions to
contractor or as it may be extended by the Engineer-in- Charge, 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)
*Date to be worked out on the basis of validity period of 6 months from last date of receipt
of tender













Financial Bid Vol. II (Specifications) 333
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE-D

GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF THERMOPLASTIC PAINT

The Agreement made this ** day of **two thousand Six
between ** son of **of
M/S**(hereinafter called the Guarantor of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part).

WHEREAS THIS agreement is supplementary to a contract (hereinafter called the
contract), dated . **and made between the GUARANTOR OF THE ONE part
and the Government of the other part, whereby the contractor, M/s___________
undertook to render the road markings in the said contract recited completely
conforming to quality specified in particular specifications of document .

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the
said markings will remain intact for two years from the date of record of completion
certificate for the work.

NOW THE GUARANTOR hereby guarantees that quality control and assurance at every
step during the manufacturing of thermoplastic compound & its application on the road
surface, stand guaranteed for a period of two years against any defect in the material or
its application. Guarantee period of two years shall be reckoned from the date of record of
completion certificate for the work. If any defect is found during the above-mentioned
period, the same shall be redone by the contractor including the cost of material and
labour without any extra cost to the department.

Provided that the Guarantor will not be responsible for damage caused by earthquake or
structural defects or misuse of road or alteration and for such purpose:

(a) Misuse of road shall mean any operation that will damage thermoplastic
treatment, like chopping of firewood and things of the same nature that
might cause damage to the paint.

(b) The decision of the Engineer-in-Charge with regard to cause of damage
shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of
any defect being found render the road markings to the satisfaction of the Engineer-in-
Charge at his cost and shall commence the work for such rectification within seven days
from the date of issue of the notice from the Engineer-in-Charge calling upon him to
rectify the defects failing which the work shall be got done by the department by some
other contractor at the GUARANTOR'S cost and risk. The decision of the Engineer-in-
Charge as to the cost, payable by the Guarantor shall be final and binding.
** To be filled in by the Executive Engineer.

Financial Bid Vol. II (Specifications) 334
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

That if the Guarantor fails to execute the thermoplastic road marking or commits
breach thereunder, then the Guarantor will indemnify the Principal and his
successors against all loss, damage, cost, expense or otherwise which may be
incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount
of loss and/or damage and/or cost incurred by the Government the decision of the
Engineer-in-Charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor
**. and ** for and on behalf of
the PRESIDENT OF INDIA on the day, month and year first above written.

Signed, sealed and delivered by Obligor in the presence of --

1.


2.


GUARANTOR

Signed for and on behalf of the President of India by Executive Engineer,
PWD(NCTD), Delhi in the presence of --

1.


2.


EXECUTIVE ENGINEER



** To be filled in by the Executive Engineer







ANNEXURE-E
Financial Bid Vol. II (Specifications) 335
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


CUSTOMER NAME :
NAME OF WORK :
TENDER DUE ON :
CERTIFICATE FROM SHEET MANUFACTURE
This is to certify that ________________________Super High Intensity unmetalised
micro
(Brand name of Sheet)
Prismatic Retro Reflective Sheet
is to be supplied by M/s ___________________________________________ to
(Name of Sheeting manufacture)
M/s ________________________ for Retro Reflective Sign Boards as mentioned above
(Name of Indian Subsidiary)
conform to the provisions of ASTM-D-4956-07 Type-IX performance specifications. It is
further certified that the Sheeting has been tested from the reputed laboratory in an
unprotected outdoor exposure for three years and no significant change in the
manufacturing process and in any ingredient after the initial development and obtaining
the outdoor exposure test reports, have been made. I/We indemnify the Government
against any losses arising out of inferior material so supplied and agree to replace the
defective sheeting within seven years with no cost to the department.





(Sheet Manufacture)
AUTHORISED SIGNATORY




Financial Bid Vol. II (Specifications) 336
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE-F
CUSTOMER NAME :
ADDRESS :
NAME OF WORK :
EFFECTIVE DATE :
WARRANTY
This warranty is in effect on ____________________________ Super High Intensity
unmetalised micro prismatic Retro Reflective Sheeting for the Agreement number
stated above.

M/s _________________________warrants to Executive Engineer, Flyover Project
Division
(Name of Sheeting manufacture) . Delhi, an agency engaged in purchasing
signs from a Qualified Sign Converter that
_____________________________________Super High Intensity
(Brand name of Sheet)
unmetalised micro prismatic Retro Reflective Sheeting used in the fabrication of
signs will remain effective for its intended used and meet the stated minimum 80% & 75%
of the original retro-reflective values (given below) at the end of 3 and 7 years
respectively.

All measurements shall be made after cleaning the retro reflective surface with soap and
water in dry condition.
For Screen printed transparent areas on white sheeting, the coefficients of retro-reflection
shall not be less than 50% of the values for coloured sheeting as given in the above table.

If____________________________________Super High Intensity unmetalised micro
(Brand name of Sheet)
Prismatic Retro-reflective Sheeting.
which has been processed and applied in accordance with the recommended
procedures deteriorates within 7 years from the date of fabrication due to natural causes
to the extent that:
Financial Bid Vol. II (Specifications) 337
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

1. The sign is ineffective for its intended purpose when viewed from moving vehicle
under normal day and night driving conditions by a driver with normal vision, or
2. The coefficient of retro reflection is less than the minimum herein specified,
M/s_______________________________ will furnish the necessary amount of
(Name of Sheeting manufacture)
______________________________ Super High Intensity unmetalised micro
(Brand name of Sheet)
prismatic Retro Reflective Sheeting
to restore the surface to its original effectiveness. Such failure must be solely the
result of defects in the ______________________________ Super High Intensity
unmetalised
(Brand name of Sheet)
Micro prismatic Retro Reflective Sheeting and not of outside causes such as
improper fabrication, handling, maintenance or installation, failure of sign substrate,
vandalism or malicious mischief. M/s ____________________ reserves the right to
determine
(Name of Sheeting manufacture)
the method of replacement.



(Sheet Manufacture)
AUTHORISED SIGNATORY






Financial Bid Vol. II (Specifications) 338
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE G
GUARANTEE BOND FOR BEARINGS

The agreement made this ------------------day of ----------------------Two thousand two
between M/s ------------------------------------------------------------------------------------------------
-----------son of--------------------------------------------------of------------------------------------------
---------------------------------------------------------------(hereinafter called the Guarantor of
the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of
the part)

WHEREAS THIS agreement is supplementary to a contract (hereinafter called the
Contract) dated-------------------- and made between the GUARANTOR OF THE ONE
part and the government of the other part, whereby the Contractor,
_____________________________________________ in the said contract recited
quality of elastomeric bearings, Material, Manufacture and workmanship as per
revised interim specification for elastomeric bearings issued by MORTH upto the date
of receipt of tenders.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the
said elastomeric bearings will remain satisfactorily functional for fifteen years to be
reckoned from the date after the maintenance period prescribed in the contract
expires.

During , this period of guarantee, the guarantor shall make good all defects and for
that matter, shall replace at his risk and cost such elements of the elastomeric
bearings i/c cost of installation and fixing of the elastomeric bearings to the
satisfaction of the Engineer-in-Charge, at his cost and he shall commence the work
for such rectification within seven days from the date of issue of the notice from the
Engineer-in-Charge calling upon him to rectify the defects, failing which the work shall
be got done by the Department through some other contractor at the GUARANTORs
cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the
Guarantor shall be final and binding.

That if the Guarantor fails to execute the replacement/rectification or commits breach
thereunder, then the Guarantor will indemnify the Principal and his successors
against all loss, damage, cost, expense or otherwise which may be incurred by him
by reason of any default on the part of the Guarantor in performance and observance
Financial Bid Vol. II (Specifications) 339
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

of this supplementary agreement. As to the amount of loss and/or damage and/or
cost incurred by the Government , the decision of the Engineer-in-Charge will be final
and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the obligor -----------
---------and by -------------------------------------------------------for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.

Signed, sealed and delivered by Obligor in the presence of:

1


2


Signed for and on behalf of PRESIDENT OF INDIA by Executive Engineer,
..PWD,
New Delhi . in the presence of:

1


2


to be filled by the Executive Engineer.




Financial Bid Vol. II (Specifications) 340
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........







ANNEXURE-H

GUARANTEE BOND FOR EXPANSION JOINT

The agreement made this------------------------day of------------------------------------
Two Thousand two between M/s ----------------------------------------------------------------------
---------------------------------(hereinafter called the Guarantor of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of other part)

WHEREAS THIS agreement is supplementary to a contract (hereinafter called
the Contract) dated-------------------------and made between the GUARANTOR OF THE
ONE part and the government of the other part, whereby the Contractor
_________________________________in the said contract recited quality of single
strip seal Modular strip box seal expansive joints , Material , Manufacture and
workmanship as per revised interim specification for expansion joint issued by
MORTH upto the date of receipt of tenders.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect
that the said strip seal expansion joint will remain satisfactorily functional for fifteen
years to be reckoned from the date after the maintenance period, prescribed in the
contract, expires.

During this period of guarantee, the guarantor shall make good all defects and
for that matter, shall replace at his risk and cost such elements of the joints i/c cost of
installation and fixing of the expansion joint to the satisfaction of the Engineer-in-
Charge, at his cost and he shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-charge calling
upon him to rectify the defects, failing which the work shall be got done by the
Department through some other contractor at the GUARANTORs cost and risk. The
Financial Bid Vol. II (Specifications) 341
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be
final and binding.

That if the Guarantor fails to execute the replacement/rectification or commits
breach thereunder, then the Guarantor will indemnify the Principal and his
successors against all loss, damage, cost, expense or otherwise which may be
incurred by him by reason of any default on the part of the Guarantor in performance
and observance of this supplementary agreement. As to the amount of loss and/or
damage and/or cost incurred by the Government , the decision of the Engineer-in-
Charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor -
---------------and by----------------------------------------------for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.


Signed, sealed and delivered by Obligor in the presence of:

1 ______________________


2 ______________________

Signed for and on behalf of PRESIDENT OF INDIA by Executive Engineer,
.PWD, New Delhi in the presence of:

1


2



Financial Bid Vol. II (Specifications) 342
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

to be filled by the Executive Engineer











ANNEXURE-I


GUARANTEE BOND FOR WATER PROOFING WORKS

The Agreement made this ....................... day of ....................... two thousand and
....................... between M/s ............................................. (hereinafter called the
Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called
Government of the other part).
WHEREAS this agreement is supplementary to a contract (hereinafter called the
Contract) dated............. and made between the GUARANTOR of the one part and the
Government of the other part, whereby the Contractor, inter alia, undertook to render the
structures in the said contract recited completely water and leak-proof.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him
will render the structures completely leak-proof and the minimum life of such water
proofing treatment shall be ten years to be reckoned from the date after the maintenance
period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of structure or alteration and for such purpose:

(a) Misuse of structure shall mean any operation which will damage proofing treatment,
like chopping of firewood and things of the same nature which might cause damage to the
structure;

(b) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee the guarantor shall make good all defects and in case of
any defect being found, render the structure water-proof to the satisfaction of the
Engineer-in-Charge at his cost, and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-Charge calling upon
him to rectify the defects, failing which the work shall be got done by the Department by
Financial Bid Vol. II (Specifications) 343
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

some other contractor at the GUARANTORS cost and risk. The decision of the Engineer-
in-Charge as to the cost, payable by the Guarantor shall be final and binding.

That if GUARANTOR fails to execute the water proofing or commits breach thereunder
then the
GUARANTOR will indemnify the Principal and his successors against all loss, damage,
cost, expense or otherwise which may be incurred by him by reason of any default on the
part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and/or cost incurred by the
Government the decision of the Engineer-in-Charge will be final and binding on the
parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor
....................... and by ....................... and for and on behalf of the PRESIDENT OF INDIA
on the day, month and year first above written.

Signed, sealed and delivered by OBLIGOR in the presence of
1.
2.

Signed for and on behalf of THE PRESIDENT OF INDIA by ....................... in the
presence of
1.
2.




Financial Bid Vol. II (Specifications) 344
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE J
Approved Makes for Electrical items

1. L T Cable : Universal / Fort Gloster / Polycab / Skytone /
Rallison / Havells/Finolex.
2. MCCB : Legrand / Merlin Gerin / G E Power.
3. MCB : Legrand / Hager / G E Power / Merlin Gerin.
4. 4. Contactor (Magnetic): Legrand / Merlin Gerin / ABB / G E Power/L&T
5. Time Controller : Rexmodular Rex 2000 D-41 Astro type Legrand
make, L & T/Siemens or any other make with
equivalent astro specifications.
6. Cable Gland : Comet/Cosmos/HMI
7. Lugs : Dowells/Asian/Action
8. Feeder Pillar : Advance Power Control /ASPL/Tricolite / SPC
Electotech Pvt. Ltd./Milestone Switchgears Pvt.
Ltd.
9. Meters : AE / IMP / L&T
10. Toggle switch : Kaycee
11. Street light Pole / : As per Specification. (Bajaj/BPP/ Philips/Valmont).
High Mast (Note:- Steel Metal used for pole should be made
from TISCO/SAIL/JSW/ESSAR.)
12 Lamps : Philips / Osram / GE
13. Wires : F.R. Type Plaza, National, Grandley, Skytone,
Rallison, Finolex, Polycab, Havells, Paragon.
14. HDPE Pipe : Duraline/REX/ Triputi ISI marked (Anti Rodent).
15. Indicating Lamps : BCH/L&T/SIEMENS/Philips.
16. G.I. Pipe : Tata/Jindal (Hisar).
17. Heavy Duty Godown: Harrison / Plaza
Lock in Feeder Pillar
18. 250 Watt Street Light : Philips, EU/Shreder, Belgium/Trilux Germony..
fixtures


Equivalent material to be approved by the Chief Engineer-in-charge.







Financial Bid Vol. II (Specifications) 345
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE K

TECHNICAL DATA TO BE GIVEN FOR ELECTRICAL WORKS

(To be given by the contractor before placing / supply of
Equipments for approval from Engineer-in-charge.)



1. POLE & BRACKET:

(a) Make
(b) Height
(c) Bracket Make
(d) Bracket Length


2. STREET LIGHT FIXTURES:

(a) Make
(b) Model No
(c) Lamp Make

3. ARMOURED L.T. CABLES:

(a) Make


4. FEEDER PILLAR:

(a) Make of Panel
(b) Make of MCCBs
(c) Make of starter

5. MAKE OF HDPE PIPE



Financial Bid Vol. II (Specifications) 346
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE L

WILLINGNESS CERTIFICATE FROM CONCERNED COMPETENT ELECTRICAL
CONTRACTOR

Name of Work : Construction of Elevated Road over Barapulla Nallah
starting from Sarai Kale Khan to Aurobindo Marg near INA Market,
New Delhi-Phase-II from Jawaharlal Nehru Stadium to Aurobindo
Marg with connection at Ring Road, Lala Lajpat Rai Marg and
Aurobindo Marg. SH:Construction of Main carriageway works etc.


I hereby give my willingness to work as Electrical contractor for the above
mentioned work.

I will execute the work as per specifications and conditions of the agreement and
as per direction of the Engineer-in-Charge.

Also will employee full time technically qualified supervisor for the work. I will
attend inspection of officers of the department as and when required.

Date:-


Signature of Contractor
Address & Registration Detail














Financial Bid Vol. II (Specifications) 347
Barapulla Elevated Corridor : Phase II

A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

ANNEXURE M
Tripartite Agreement

Between Engineer-in-Charge, Main Contractor and Electrical Contractor


1. M/s (hence referred as the 1
st
Party) have engaged M/s (hence referred as the 2
nd

Party) (who are the contractor) for execution of Electrical works as per clause of
the tender documents. Electrical works shall be executed by M/s
____________________ on behalf of the main Civil contractor as per terms and
conditions of the tender. The main civil contractor shall be held responsible for
quality and timely completion of works. Delays in Electrical works and quality of
works shall be the responsibility of the Main contractor only. In cases of non-
performance of Electrical contractor, the department reserves the right to direct
main contractor to engage another Electrical contractor of appropriate category.

2. The above arrangement does not take away any responsibility and liability of the
main contractor i.e. 1
st
party for proper and complete execution of the Electrical
work and ensure coordination and completion of both Civil and Electrical work.




Financial Bid Vol. III (Schedule of Quantities) 348
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........




FINANCIAL BID

VOLUME - III

(SCHEDULE OF QUANTITIES)

Financial Bid Vol. III (Schedule of Quantities) 349
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


INDEX

S. No. DESCRIPTION PAGE No.

A. TECHNICAL BID
1. Press Notice 4
2. Information and instructions for bidders 5
3. Instructions to bidders for submission of tenders 9
4. Section - I : Brief particulars of the work 12
5. Section - II : information & instructions for bidders 14
6. Section - III : Letter of Transmittal 20
7. Forms A to H 21
8. Appendix I 29
9. Annexure I 30

B. FINANCIAL BID
VOLUME-I (CONTRACT CONDITIONS)
10. Instructions to Bidders for submission of tenders 34
11. CPWD 6 37
12. Integrity pact 47
13. CPWD 8 56
14. Schedule A to F 59
15. Chapter-1 : Amended Clauses of GCC- 2010 68
16. Chapter-2 : Additional conditions 83
17. Chapter 3 : Special conditions of contract 92
18. Chapter 4 : General scope of work 129

VOLUME -II (SPECIFICATIONS)
19. Chapter 5: Site Conditions 135
20. Chapter 6: Material Specifications 140
21. Chapter 7: Particular Specifications for Civil works 167
22. Chapter 8: Quality Systems 273
23. Chapter 9 : Terms, Special Conditions & Specifications for 304
Electrical works
24. Chapter 10: External Illumination 311
25 Annexures 327

VOLUME III (SCHEDULE OF QUANTITIES)
26. Schedule of Quantities for Civil Works (Part-A) 350
27. Schedule of Quantities for Electrical Works (Part-B) 400

VOLUME IV (TENDER DRAWINGS) 19 Nos. 407-427

Financial Bid Vol. III (Schedule of Quantities) 350
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........





SCHEDULE OF QUANTITIES
PART-A
(For CIVIL Works)

Financial Bid Vol. III (Schedule of Quantities) 351
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

SCHEDULE OF QUANTITIES


Name of Work : Construction of Elevated Road over Barapulla Nallah starting from Sarai Kale
Khan to Aurobindo Marg near INA Market, New Delhi-Phase-II from Jawaharlal Nehru Stadium to
Aurobindo Marg with connection at Ring Road, Lala Lajpat Rai Marg and Aurobindo Marg. SH:
Construction of Main carriageway works etc.
PART - A : CIVIL WORKS



S. No.
Sub Heads and Description of Items
Quantity

Uni
t
Rate
(Rs.)
Amou
nt (Rs)
Quantity Unit In Fig. In Fig.

SH I : FOUNDATIONS




1.1 Conducting and reporting investigation on all kinds of soil
by boring hole of required depth by using shell and auger
equipment including standard penetration test, collection of
undisturbed soil samples at every identifiable change of
strata, Conducting laboratory tests on soil samples to decide
necessary shear strength parameters of soil as well as
compression index and coefficient of consolidation. These
tests include natural moisture content, bulk and dry density,
liquid and plastic limits, particle size distribution, and
specific gravity, unconfined compression tests, tri-axial
shear tests and consolidation tests on specimen from
collected undisturbed soil samples and particle size
distribution, liquid limit, plastic limit etc. on specimen from
collected disturbed soil samples. Conducting chemical
analysis of subsoil water samples for evaluation of pH value,
sulphate content, calcium content, chloride content and total
dissolved solids in water for each borehole including
preparation & submission soil investigation report, giving
complete comprehensive record of field and laboratory
investigations and interpretation in soft and hard copy all
complete as per SP002, as per MORTH Technical
Specification - 1102, 2403, 2404, 2405 and as per direction of
Engineer-in-charge.

8648 m per
m

A) The scope of work in the item includes:
1. All initial layout and setting out work using total station survey
and including identification of boring locations.

2. Barricading and all safety requirements as specified elsewhere
in the tender documents.

3. Arrangements of all kinds of machinery, equipment, labour, et.,
to collect the samples in specified manner and getting them
tested from the approved laboratory.

4. All incidental labour, materials, equipment and works required
to execute and complete the job as per approved drawings and
specifications.

Financial Bid Vol. III (Schedule of Quantities) 352
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5. Cost of testing of all materials involved in the execution of item
as per nomenclature of item and specifications in approved
laboratory including providing the samples and transporting to the
testing laboratory.

B) Mode of Measurement :
Measurements for payment shall be made on the length basis in
meters of soil boring data collected a, tested and reported.


1.2 Boring, providing and installing cast-in-situ bored vertical
piles with M35 grade reinforced cement concrete using
Portland Slag Cement (conforming to strength requirements
of IS: 455, 4031, 4032 and 8112) all complete as per the
drawing and Section 1100 &1700 of MORTH specifications
for Road Bridge work and IRC:78-2000 at locations as
directed by Engineer-in-charge. The rates shall be inclusive
of providing, fabricating and installing 6mm (Min or as per
design) thick mild steel temporary liner wherever required or
as directed by Engineer-in-charge. In case permanent liner is
required as per design/drawings at some location, the same
shall be paid as per item no. 1.3. Reinforcement shall be
measured and paid separately as per item 4.1.

a 1000 mm Dia Pile 3,700 RM per
m

b 1200 mm Dia Pile 24,100 RM per
m

A) The scope of work in the item includes:
1. All initial layout of piles after site clearance by dismantling
existing structures as per instructions of Engineer-in-charge and
setting out of piles using total station survey including initial
excavation (if any).



2. Boring through all type of soils, existing road/pavement using
hydraulic piling rig, removal of all obstructions like boulders etc. by
chiselling or any other method as approved by the Engineer-in-
charge. If a bore is abandoned for any reasons no payment shall
be made for such incomplete boring and shifting of the equipment.


3. 100 mm dia empty boring through all type of soils, existing
road/pavement for 5m depth to identify the utility services at all
pile locations, removal of all obstructions like boulders etc. by
chiselling or any other method as approved by the Engineer-in-
charge.

4. Providing, preparation, circulation and handling of bentonite
slurry including cleaning of bore bottom after completion of
boring.

5. Stacking of usable earth coming out of boring or any other
activity (which can be used as random fill) at locations as directed
by Engineer-in-charge.

Financial Bid Vol. III (Schedule of Quantities) 353
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

6. Disposal of all spoils, bentonite waste, dismantled material,
surplus unusable earth for all leads and lifts and keep the work
area neat and tidy during the work and thereafter, as per
directions of Engineer-in-charge.

7. Providing, driving/placing and withdrawal of 6mm thick (or
thickness as per design, whichever is more) temporary Mild Steel
liner for each pile upto a depth of 5m below adjoining Ground
Level or as per site requirement beyond which the bore hole can
be stabilised using Bentonite slurry and as directed by Engineer-
in-charge. Nothing extra shall be paid for non-withdrawal of
temporary mild steel liner. Wherever permanent liner is required
as per designs & drawings, measurement and payment for the
same shall be made separately under relevant item.

8. Providing and mixing all ingredients of cement concrete
including admixture if required, with fully computerised weigh
batching plant, transportation, placement of concrete by tremie
pipe for the required lengths of pile including pile heads at all
locations.

9. Placement of reinforcement cage including cost of any
stiffeners, lapping and welding of bars, etc. with cover blocks of
approved quality and thickness to maintain the cage in its
designed shape and spacing of bars as per directions of
Engineer-in-charge.

10. Breaking of pile head (manual chipping) after a minimum of 3
days and to remove and dispose spoiled concrete to bring the
pile head to the cut off level including cleaning and arranging the
extended reinforcement bars as per drawings.

11. Working for all leads, lifts, pumping / bailing out of water,
labour, materials and equipment etc.

12. Mobilising to site, installation at different locations transferring
/ dismantling, shifting, reinstalling and removal from site of the
piling rigs and/or other equipment and all accessories including
working platforms from site.

13. Identification, protection and maintenance of existing
services, if any, which in the opinion of Engineer-in-charge are
likely to be affected by piling operation or any related activities
including temporary shifting of such services to facilitate piling job
at no extra cost.

14. Safety measures including Barricading around the bore holes
during and after boring as specified elsewhere in the tender
document.

15. All incidentals, labour, materials, equipment and works
required to execute and complete the job.

16. Filling up of the abandoned empty bore with M15 grade
cement concrete and restoration of road if required.

17. The quoted rate will be applicable for all lengths of piles.
Financial Bid Vol. III (Schedule of Quantities) 354
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

18. The quoted rate will include cost of all load tests conforming
to section 1113.1 of MORTH specifications and integrity tests of
piles as described in relevant portion of this document. Minimum
number of tests shall be as follows :
Initial vertical load test: 2 nos. (for each dia.)
Initial horizontal load test: 2 nos. (for each dia.)
Routine vertical load test: 2% of total number of working piles.
Routine horizontal load test: 2% of total number of working
piles.
Integrity test : 100 % of working piles
Working piles may be used for reaction for routine load test but
not for initial load test of piles.

19. Cost of testing of all materials involved in the execution of
item as per approved QAP and Specifications in internal /
external laboratory including providing the samples and
transporting to the testing laboratory.


B) Mode of Measurement :
Measurement for payment shall be made on the length of pile
measured from cut off level to the tip of the pile correct to a
centimeter. Pile bored and installed for initial load test will not be
measured for payment purpose.


1.3 Extra for providing permanent MS liner in lieu of temporary
liner for piles as per site requirement or as directed by
Engineer-in-charge. The rates shall be inclusive of
fabricating, providing and driving the liner in position.
498 MT per
MT

A) The scope of work in the item includes:
1. All incidentals, labour, material and testing , equipment and
works required to execute and complete the job.

2. Working for all leads, lifts, pumping / bailing out of water,
labour, materials and equipment etc.

3. Cost of testing of all materials involved in the execution of item
as per approved QAP and Specifications in internal / external
laboratory including providing the samples and transporting to the
testing laboratory.

4. Safety measures including Barricading around the bore holes
during and after boring as specified elsewhere in the tender
document.

B) Mode of Measurement :
Measurement shall be based on the basis of weight
(considering the density as 7850 Kg per cum of steel) of actual
length of liner becoming part of permanent structure


1.4 Providing and laying M 15 grade levelling course Plain
cement concrete under pile caps, open foundations for
buildings, electrical poles, signage etc. and any other
foundations using Ordinary Portland Cement (conforming to
strength requirement of IS:8112 and IS:12269) including the
cost of steel centering and shuttering etc. with all leads, lifts
and depths all complete.
1027
Cum
per
cu
m

Financial Bid Vol. III (Schedule of Quantities) 355
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


A) The scope of work in the item includes:
1. All initial layout and setting out work using total station survey
and including identification and temporary supporting and
protecting of existing services.

2. Providing and mixing all ingredients including admixtures, if
any, in batching plant and transportation, placement, finishing
and curing of concrete for all leads, lifts and depths.

3. Cost of Maintenance and protection of existing services if any
which in the opinion of Engineer-in-charge are likely to be
affected by any related activities including temporary shifting of
such services to facilitate construction of pile cap/footing work
shall also have to be done, if so required by the Engineer-in-
charge, and the cost for the same shall be included in the quoted
rates.

4. Installation of any fixture into the pile cap/footing (cost of fixture
to be paid separately as per requirement).

5. Barricading and all safety requirements as specified elsewhere
in the tender documents.

6. All incidental labour, materials, equipment and works required
to execute and complete the job as per approved drawings and
specifications.

7. Cost of testing of all materials involved in the execution of item
as per approved QAP and Specifications in internal / external
laboratory including providing the samples and transporting to the
testing laboratory.

B) Mode of Measurement :
Measurements for payment shall be made on the volume basis in
cubic meters of Plain cement concrete and the volume shall be
calculated by simple geometrical concepts and formulae for the
finished volume


1.5 Providing and laying RCC in pile caps, tie beams, open
foundations for buildings, electrical poles, signage etc. and
any other foundations in M 35 grade Reinforced cement
concrete using Portland Slag Cement (conforming to
strength requirement of IS: 455, 4031, 4032 and 8112)
including the cost of steel centering and shuttering etc. with
all leads, lifts and depths all complete. Item to include fixing
of all types of structural steel inserts as per drawings and
specifications. Reinforcement shall be measured and paid
separately as per item 4.1.
17008
Cum
per
cu
m

A) The scope of work in the item includes:
1. All initial layout and setting out work using total station survey
and including identification and temporary supporting and
protecting of existing services.

Financial Bid Vol. III (Schedule of Quantities) 356
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2. Excavation up to the bottom level of PCC levelling course
through all types of soils with stable slopes including removal of
all obstructions like boulders, rocks, cement concrete structures
etc.

3. Disposal of all spoils, dismantled materials, surplus earth for all
leads and lifts, and to keep the work area neat and tidy during the
work and thereafter.

4. Cost of pumping/bailing out of water, including its labour,
material and equipment etc.

5. Cost of providing centering and shuttering including its
erection, dismantling and removal for all leads and lifts with all
required tools and plants.

6. Providing and mixing all ingredients including admixtures in
batching plant and transportation, placement, finishing and curing
of concrete for all leads, lifts and depths.

7. All arrangements needed to keep the reinforcement bars of
pile cap and pier in position with due cover blocks of approved
quality and thickness.

8. Cost of compacted backfilling around the pile cap/isolated
footing with approved material and temporary restoration of road
if required.

9. Cost of Maintenance and protection of existing services if any
which in the opinion of Engineer-in-charge are likely to be
affected by any related activities including temporary shifting of
such services to facilitate construction of pile cap/footing work
shall also have to be done, if so required by the Engineer-in-
charge, and the cost for the same shall be included in the quoted
rates.

10. Installation of any fixture into the pile cap/footing (cost of
fixture to be paid separately as per requirement).

11. Barricading and all safety requirements as specified
elsewhere in the tender documents.

12. All incidental labour, materials, equipment and works required
to execute and complete the job as per approved drawings and
specifications.

13. Cost of testing of all materials involved in the execution of
item as per approved QAP and Specifications in internal /
external laboratory including providing the samples and
transporting to the testing laboratory.

B) Mode of Measurement :
Financial Bid Vol. III (Schedule of Quantities) 357
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Measurements for payment shall be made on the volume basis in
cubic meters of concrete and the volume shall be calculated by
simple geometrical concepts and formulae for the finished
volume (excluding PCC levelling course to be laid down below
pile caps, which is to be measured and paid separately under
relevant item) only. Quantity of concrete of piles, which has gone
into the pile caps shall be deducted.

TOTAL UNDER SUB-HEAD I





SH-II: SUB-STRUCTURE



2.1 Providing and laying Reinforced cement concrete for
construction of piers, abutments, portal frames, pier caps
and bearing pedestals and seismic arresters over pier/
abutment caps at all locations with specified grade using
Ordinary Portland Cement (conforming to strength
requirement of IS:8112) including the cost of steel centering
and shuttering etc. complete including testing of materials
etc. for casting pier & pier cap in one/two stage, necessary
tools, plants, machinery and all related operations as
required to complete the work as per drawings and
specifications with all leads, lifts and depths true to level and
position but excluding the cost of providing reinforcement.
Reinforcement shall be measured and paid separately as per
item 4.1.

a M50 grade Reinforced Cement Concrete 8,238 cum per
cu
m

b M60 grade Reinforced Cement Concrete 3,149 cum per
cu
m

c Extra for using Self-compacting Concrete in any M50/M60
gradeconcrete instead of ordinary concrete
3,030 cum per
cu
m


A) The scope of work in this item includes
1. All incidental work required including providing, placement
fixing and removal of steel shuttering, staging, scaffolding and
form liner etc.

2. Casting of piers & pier cap as per approved mock up pattern
in piers etc. including providing and mixing all ingredients and
admixtures (if required) etc. in weigh batching plant,
transportation, placement, vibration, compaction finishing and
curing, which shall also involve preparation of surface, placing in
position as per specification and the direction of the Engineer-in-
charge.

3. Disposal of all spoils and rubbish and to keep the work area
neat and tidy during the work and thereafter.

4. All arrangements needed to keep the reinforcement bars in
position with due cover blocks of approved quality and thickness.

Financial Bid Vol. III (Schedule of Quantities) 358
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5. Installation of any fixtures (cost of fixtures if any, to be paid
separately or shall be supplied by the department free of cost).

6. All incidentals, labour, material, sampling and testing, Quality
assurance, equipment and works required to execute and
complete the job as per specifications and as approved by
Engineer-in-charge.

7. Casting and approval of the Mock up for the full height pier, if
required at designated location including surface
patterns/grooves from the Engineer-in-charge.

8. Safety measures including barricading around the piers/
abutments or any similar structure during construction as
specified in approved drawings and as directed by the Engineer-
in-charge.

B) Mode of Measurement :
Measurement shall be made for the finished volume of concrete
only as per the approved drawings. No deduction will be made for
the volume occupied by any fixture provided in the pier etc.
structural component and reinforcement etc. For form finish on
the pier surface, the measurement for the concrete volume shall
be based on concrete dimensions measured at outside surface of
form finish i.e. without deduction for grooves. There will be no
measurement of the mockup piers.


2.2 Supplying, fitting and fixing in position true to line and level
PIN and / or POT-cum-PTFE bearing consisting of a metal
piston supported by a disc or unreinforced elastomer
confined within a metal cylinder, sealing rings, dust seals,
PTFE surface sliding against stainless steel mating surface,
complete assembly to be of cast steel /fabricated structural
steel, metal and elastomer elements to be as per IRC: 83
part-I & II respectively and other parts conforming to BS:
5400, section 9.1 & 9.2 and clause 2006 of MoRT&H
Specifications complete as per drawing and approved
technical specifications, grouting holes and filling the
underside of base plates using pre-packed, free flowing high
strength, non-shrinkage grout such as CONBEXTRA HF of
M/s FOSROC or approved equivalent, as per manufacturers
specifications. Cost of providing temporary bearings /
supports as required and other incidental expenses (if any)
shall also be included. Bearings shall be provided with a
warranty of trouble free maintenance of 15 years.

a Free Bearings

(i) V = 280 T 126 Nos.
Movement Longitudinal = 70 mm
Movement transverse = 10 mm

(ii) V = 510 T 198 Nos.
Movement Longitudinal = 50 mm

Movement transverse = 10 mm
Financial Bid Vol. III (Schedule of Quantities) 359
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........



(iii)
V = 220 T 128 Nos.

Movement Longitudinal = 25 mm

Movement transverse = 10 mm


(iv)
V = 150 T 177 Nos.

Movement Longitudinal = 50 mm

Movement transverse = 10 mm




b Longitudinal Guide Bearing
(i) V = 280 T 18 Nos.
Transverse Force = 60 T
Movement Longitudinal = 70 mm

(ii) V = 510 T 18 Nos.
Transverse Force = 120 T

Movement transverse = 50 mm


(iii)
V = 220 T 128 Nos.
Transverse Force = 200 T
Movement Longitudinal =25 mm


(iv)
V = 150 T 49 Nos.
Transverse Force = 100 T
Movement Longitudinal = 50 mm

c Pinned Bearings


(i) Transverse Force = 120 T 64 Nos.
Longitudinal Force = 350 T

(ii) Transverse Force = 200 T 9 Nos.

Longitudinal Force = 600 T

Note: There may be a variation of 15% in the above
mentioned loads. The quoted rates shall include any such
variation of loads and nothing extra shall be paid on this
account. However, if the variations in the above mentioned
loads exceed 15%, the quoted rates shall be enhanced or
reduced in the same proportion of Vertical load for Free and
Guided bearings and the sum of Transverse and
Longitudinal force for pinned bearings.


A) The scope of work in the item includes:
1. The items includes the cost of Design and submission of
bearing design & drawings and obtaining the approval from
Engineer-in-charge before execution of such works.

Financial Bid Vol. III (Schedule of Quantities) 360
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2. The item includes the cost of placement of various types of
bearings or its components in position during casting of pier, pier
cap, abutment cap and pedestal etc., as per detailed
specifications/instructions attached, including grouting of the
holes and ready mix grout underside of base plate with approved
quality of non-shrink cementitious grout is included in the scope
of the item itself.

3. The item includes the cost of all materials, labour, equipment,
tools and plants, machinery required for execution of works.

4. The item includes the cost of cleaning blocks, placing and
grouting anchor bolts in position after proper levelling etc.

5. The item includes the cost of maintenance of bearings during
construction period.

6. The item includes the cost of supervision by bearing
manufacturer(s) during installation.

7. The item includes the cost of testing of all materials involved in
the execution of item as per approved design and specification.


B) Mode of Measurement :
Measurements for payment shall be made in number. for different
types/ capacity of bearings.


2.3 Providing , fitting and fixing in position true in line and level
elastomeric bearings on stoppers from pier cap for
horizontal loads including stainless steel plate (at movable
end) or any other suitable fixing arrangement complete in all
respect with all components including grouting with non-
shrink cementitious grout as per specification. Item
includes preparation of design and drawing and its approval
from the Engineer-in-charge, manufacturing, testing,
transportation to site, storage with all handling, lead, lift etc.
and placing the permanent bearings in position. Cost of
providing temporary bearings / supports as required and
other incidental expenses (if any) shall also be included.
Bearings shall be provided with a warranty of trouble free
maintenance of 15 years.
3010425 cuc
m
per
cuc
m

A) The scope of work in the item includes:
1. The items includes the cost of design and submission of
bearing design & drawings and obtaining the approval from
Engineer-in-charge before execution of such works.

2. The item includes the cost of manufacturing as per approved
design, transporting to site, placement in position during or after
casting of pier, pier cap, abutment cap and pedestal etc., as per
detailed specifications/instructions is included in the scope of the
item itself.

3. The item includes the cost of all materials, labour, equipment,
tools and plants, machinery required for execution of works.

4. The item includes the cost of maintenance of bearings during
construction period.

Financial Bid Vol. III (Schedule of Quantities) 361
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5. The item includes the cost of supervision by bearing
manufacturer(s) during installation.

6. The item includes the cost of testing of all materials involved in
the execution of item as per approved design and specification.


B) Mode of Measurement :
Measurements for payment shall be made on the volume basis in
cubic centimeters of bearings and the volume shall be calculated
by simple geometrical concepts and formulae for the volume.



TOTAL UNDER SUB-HEAD II



SH-III: SUPER STRUCTURE


3.1 Providing, pre-casting, curing, lifting the segments from
moulds and taking to the stacking yard, stacking precast
segments in staking yard , transporting to site, lifting and
placing in position precast RCC segments of uniform widths
as well as varying width in transition zone with epoxy
jointing including temporary pre-stressing in M60 grade
Reinforced cement concrete using 43/53 grade OPC Cement
using microsilica, using overhead launching girders or
ground supported staging / trestles as specifically
mentioned in the drawings or as per site requirements, cast-
in-situ concreting in recess filling around Expansion joint
with M60 grade concrete with microsilica including the cost
of providing necessary shuttering, staging, tools, plants and
machinery complete, provision of connector for crash
barriers, including sampling, testing of materials etc.,
provision of connector for crash barriers, all complete as
per approved drawings, specifications and as directed by
Engineer-in-charge but excluding the cost of reinforcement
and permanent pre-stressing strands, sheathing,
anchorages and other pre-stressing hardware, which shall
be paid separately under item no. 4.1 and 4.2 respectively.
25994 Cum per
cu
m

A) The scope of work in the item includes:
1. Arranging all infrastructure including setting up of casting yard,
stacking yard, casting beds, machines, tools and plants at the
casting yard for pre-casting, curing, lifting and stacking of
segments in stacking yard. The proposal / layout/ scheme of
casting yard with all salient details shall be got approved from
Engineer-in-charge. Casting Yard will be arranged by the agency.
If, it is arranged by the Department, it will be issued to the agency
at a monthly rent of Rs. 6.00 Lakhs per month for an area of 2
acres.

2. All expenses incurred for gantry, launchers, cantilever
launching frames, cranes, tools & plants, machineries etc. to be
used by the contractor for transportation, erection/launching and
placing in final position at site etc. complete.

3. Preparation of shop drawing i/c BBS for each segment
showing all details as specified in drawings and the
specifications.

Financial Bid Vol. III (Schedule of Quantities) 362
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4. Providing & mixing all ingredients of cement concrete as per
approved mix design including admixture, if any in approved
concrete batching & mixing plant, transportation to specified
location in transit mixer of adequate capacity, placement of
concrete with appropriate means including concrete pump,
compacting/ vibrating concrete, finishing to line and level and
curing etc.

5. Making arrangement and/or fixing/embedding all necessary
electrical, drainage, pre-stressing ducts, other pre-stressing
hardware and other fixtures etc. (cost of fixtures, if any, shall be
paid for separately).

6. Casting of one successful mock segments at casting yard true
to line, level and shape as per the direction of the Engineer-in-
charge at no extra cost

7. Providing and placing form work in position required for casting
of segments and its removal including cleaning, oiling and
maintenance during pendency of work. Longline method shall be
used for precast segments for portions curved in plan with radius
less than 250 m. However, for straight portion of elevated road
and plan curve greater than or equal to 250m, short line method
can be adopted. Internal moulds of precast segments shall be
able to cater for variable web thickness (transition and constant),
variable soffit slab thickness (transition and constant) and various
types of intermediate blisters either at web deck junction or soffit
web junction.

8. Water/steam curing, stacking at casting yard including all
handling, rehandling, interim storage operations required for the
precast segments. The stacking of precast segments at site in
two or more tiers shall be done with an intermediate frame which
will receive upper box at web location and transfer the load on
lower box at web location only (with three point support) and the
scheme of stacking shall be got approved from the Engineer-in-
charge.

9. Shifting of segments to the site using low bedded trailers in
accordance with the prevailing traffic rules including loading and
unloading at site with the help of cranes/ launching girders/ plants
and equipment required.

10. Fabrication, assembling, testing, shifting of launching trusses
whenever and wherever required.

11. Providing, preparing and applying approved epoxy agent for
joining the segments including application of temporary pre-
stressing for joining two precast segments or precast segment
with cast-in-situ diaphragm segment till permanent pre-stressing.

12. All the operations involved in launching of segments by use of
launching girder or ground supported staging/trestles, providing
temporary bearings / jacks for supporting/ maintaining line and
level, hanging of segments, movement, application of epoxy at
joints, temporary pre-stressing etc. Load testing of the launching
girder shall be done by the contractor at no additional cost to
PWD.

13. Working for all leads, lifts, labour, material and equipment etc.
Financial Bid Vol. III (Schedule of Quantities) 363
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

14. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
and transporting the same to the testing laboratory.

15. All recess in the segments to be filled with grout as approved
by Engineer-in-charge after erection of structure and removal of
temporary pre-stressing.

16. Providing hooks for handling and lifting of precast segments
etc.

17. Provision for curvature in plan, elevation & superelevation
18. Casting of concrete projection along with deck slab for
supporting electric poles/signage including providing steel insert
plates for fixing the same. Steel items shall be paid separately.

19. Contractor shall also install Bearings and Expansion Joints
wherever required in the bridge deck as per approved drawings
and as per manufacturer specifications/ directions of Engineer-in-
charge. Nothing extra shall be paid on account of any incidental
expenditure/ charges required for the fixing of Bearing and
Expansion Joints. The cost of M60 grade concrete for filling the
recess around EJs shall be measured and paid in this item.
However the cost of providing and fixing Bearings and expansion
joints shall be paid separately.

20. Cost of all provisions for fixing of rain water spouts as per
drawings and as approved by the Engineer-in-charge to be kept
in concrete during casting of concrete. The cost of material for
recess filling around the rain water spouts is included in this item.
However the cost of providing and fixing of the rain water spout
shall be paid separately.

21. Cost of steel blasting to expose the aggregate for proper
bonding, cement washing and other incidental expenditures.

22. Providing barricading and all traffic safety requirements
including management of traffic as required and directed by
Engineer-in-charge and as specified elsewhere in tender
document.

23. Installation of any fixture into the precast segments (Cost of
fixture to be paid separately).

24. All incidental labour, materials, equipment and works required
to execute the job as per the directions of Engineer-in-charge.


B) Mode of Measurement :
Financial Bid Vol. III (Schedule of Quantities) 364
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

Measurement shall be made for the volume of finished concrete
which will include the concrete of segments in launched position,
concrete in cast-in-situ stitching, concrete in recess filling around
EJ, concrete used in projection for supporting electric poles/
signage. All linear dimensions shall be measured correct to one
centimeter restricted to design dimension and volume
calculations shall be correct to two decimal place in cubic meter.
There will be no measurement/payment for the mock segment.
The volume occupied by reinforcement, high tensile steel,
sheathing, anchorages and opening for drainage spouts shall not
be deducted. There will be no separate measurement for other
components in scope of work like lifting hooks, temporary pre-
stressing etc. and it is deemed to be included in the quoted rates.
A rent of the casting Yard @ Rs. 600 Lakhs per month for 2 acres
of land will be recovered from the Running Account bills.


3.2 Providing and laying M75 grade Reinforced Cement
Concrete using 20mm down aggregates, 43/53 grade
Ordinary Portland Cement, micro-silica, water reducing
agents or any other plasticizers/super-plasticisers, for
precast PSC segments of the superstructure constructed
using free cantilevering technique (with maximum segment
length of 3m ) complete as per the drawings, specifications
and provisions contained elsewhere in tender documents
including all type of steel shuttering, staging scaffolding,
vibration and necessary tools, plant and machinery, testing
of materials etc. all complete. The rates quoted shall exclude
the cost of providing and placing reinforcement and pre-
stressing steel, including necessary hardware. and the same
shall be paid separately under item 4.1 and 4.2 respectively.
4416
Cum

A) The scope of work in the item includes:
1. Arranging all infrastructure including setting up of casting yard,
stacking yard, casting beds, machines, tools and plants at the
casting yard for pre-casting, curing, lifting and stacking of
segments in stacking yard. The proposal / layout/ scheme of
casting yard with all salient details shall be got approved from
Engineer-in-charge.

2. Placing of steel formwork in position and its removal including
cleaning, oiling and maintenance during pendency of work.

3. Preparation of shop drawing i/c BBS for each segment
showing all details as specified in drawings and the
specifications.

4. Providing & mixing all ingredients of cement concrete as per
approved mix design including admixture, if any in approved
concrete batching & mixing plant, transportation to specified
location in transit mixer of adequate capacity, placement of
concrete with appropriate means including concrete pump,
compacting/ vibrating concrete, finishing to line and level and
curing etc.

Financial Bid Vol. III (Schedule of Quantities) 365
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5. Making arrangement and/or fixing/embedding all necessary
electrical, drainage, pre-stressing ducts, other pre-stressing
hardware and other fixtures etc. (cost of fixtures, if any, shall be
paid for separately).

6. Provision for curvature in plan, elevation & superelevation
7. Providing and placing form work in position required for casting
of segments and its removal including cleaning, oiling and
maintenance during pendency of work. Longline method shall be
used for precast segments for portions curved in plan with radius
less than 250 m. However, for straight portion of elevated road
and plan curve greater than or equal to 250m, short line method
can be adopted. Internal moulds of precast segments shall be
able to cater for variable web thickness (transition and constant),
variable soffit slab thickness (transition and constant) and various
types of intermediate blisters either at web deck junction or soffit
web junction.

8. Water/steam curing, stacking at casting yard including all
handling, rehandling, interim storage operations required for the
precast segments. The stacking of precast segments at site in
two or more tiers shall be done with an intermediate frame which
will receive upper box at web location and transfer the load on
lower box at web location only (with three point support) and the
scheme of stacking shall be got approved from the Engineer-in-
charge.

9. Shifting of segments to the site using low bedded trailers in
accordance with the prevailing traffic rules including loading and
unloading at site with the help of cranes/ launching girders/ plants
and equipment required.

10. Fabrication, assembling, testing, shifting of launching trusses
whenever and wherever required.

11. Providing, preparing and applying approved epoxy agent for
joining the segments including application of temporary pre-
stressing for joining two precast segments or precast segment
with cast-in-situ diaphragm segment till permanent pre-stressing.

12. All the operations involved in launching of segments by use of
launching girder or ground supported staging/trestles, providing
temporary bearings / jacks for supporting/ maintaining line and
level, hanging of segments, movement, application of epoxy at
joints, temporary pre-stressing etc. Load testing of the launching
girder shall be done by the contractor at no additional cost to
PWD.

13. Working for all leads, lifts, labour, material and equipment etc.
14. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
and transporting the same to the testing laboratory.

15. All recess in the segments to be filled with grout as approved
by Engineer-in-charge after erection of structure and removal of
temporary pre-stressing.

16. Providing hooks for handling and lifting of precast segments
etc.

17. Provision for curvature in plan, elevation & superelevation
Financial Bid Vol. III (Schedule of Quantities) 366
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

18. Casting of concrete projection along with deck slab for
supporting electric poles/signage including providing steel insert
plates for fixing the same. Steel items shall be paid separately.

19. Contractor shall also install Bearings and Expansion Joints
wherever required in the bridge deck as per approved drawings
and as per manufacturer specifications/ directions of Engineer-in-
charge. Nothing extra shall be paid on account of any incidental
expenditure/ charges required for the fixing of Bearing and
Expansion Joints. The cost of M60 grade concrete for filling the
recess around EJs shall be measured and paid in this item.
However the cost of providing and fixing Bearings and expansion
joints shall be paid separately.

20. Cost of all provisions for fixing of rain water spouts as per
drawings and as approved by the Engineer-in-charge to be kept
in concrete during casting of concrete. The cost of material for
recess filling around the rain water spouts is included in this item.
However the cost of providing and fixing of the rain water spout
shall be paid separately.

21. Cost of steel blasting to expose the aggregate for proper
bonding, cement washing and other incidental expenditures.

22. Providing barricading and all traffic safety requirements
including management of traffic as required and directed by
Engineer-in-charge and as specified elsewhere in tender
document.

23. Installation of any fixture into the precast segments (Cost of
fixture to be paid separately).

24. All incidental labour, materials, equipment and works required
to execute the job as per the directions of Engineer-in-charge.

B) Mode of Measurement :
Measurement shall be made for the volume of finished concrete
as per drawing only.


3.3 Providing and laying cast-in-situ M75 grade concrete using
43/53 grade Ordinary Portland Cement for the construction
of RCC PSC solid slab superstructure for loops complete as
per drawings, specifications and provisions contained
elsewhere in tender documents, including all type of steel
shuttering, staging, scaffolding and necessary tools, plants
and machinery, testing of materials etc. The rates quoted
shall exclude the cost of providing and placing
reinforcement and pre-stressing steel, including necessary
hardware and the same shall be paid separately under item
4.1 and 4.2 respectively.

12,695
Cum
per
cu
m

A) The scope of work in the item includes:
1. Providing and mixing all ingredients including admixtures (if
required) etc. with weigh batching plant installed at site,
transportation, placement, vibration, compaction and finishing at
all heights, lifts and lead etc.

2. Providing & placing of steel formwork in position and its
removal including cleaning, oiling and maintenance during
pendency of work.

Financial Bid Vol. III (Schedule of Quantities) 367
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.All steel formwork including staging, making special
arrangement like trusses, girders etc. over the drains for
supporting staging to be used by the contractor, casting, curing of
finished concrete etc. complete.

4. Provision of special shuttering panels and approval by
Engineer-in-charge in the curved portions of superstructure and
local thickening near supports.

5. Providing, placing and anchoring with tie down clips and stays
galvanised strips machine made corrugated void former tubes of
required diameter with end cone, slip joint coupling, end cap,
sealants etc. all complete in the superstructure (if required) as
per the drawings and approved by Engineer-in-charge. The tubes
shall be manufactured with 0.7mm (min.) thick galvanised strip
sheet or as per manufacturer's recommendations.

6. Providing and fixing of rain water spouts / splasher including
all accessories as per drawings and as approved by the
Engineer-in-charge. All provisions to be kept in concrete for
attaching the splasher shall be provided during casting of
concrete. The cost of the splasher shall be paid separately as per
item 8.9.

7. fixing/embedding all necessary provisions like HDPE pipes and
conduits of electrical or other fixtures.

8. All incidentals, labour, material and testing, equipment and
works required to execute and complete the job as per
specifications and as approved by Engineer-in-charge.

9. Contractor shall also install Bearings and Expansion Joints
wherever required in the bridge deck as per approved drawings
and as per manufacturer specifications/ directions of Engineer-in-
charge. Nothing extra shall be paid on account of any incidental
expenditure/ charges required for the fixing of Bearing and
Expansion Joints. Cost of Bearings and expansion joints to be
paid separately under item no. 2.2 & 3.11 respectively.

10. casting of concrete projection along with deck slab for
supporting electric poles/signage including providing steel insert
plates for fixing the same. Steel items shall be paid under item
8.3.

11. All arrangements needed to keep the reinforcement bars in
position with due cover blocks of approved quality and thickness.

12. Providing and fixing in position HDPE ducts for pre-stressing
cables as per approved drawing or as directed by Engineer-in-
charge.

B) Mode of Measurement :
Measurement shall be made for the volume of finished concrete
as per drawing (excluding the volume of voids, if any) only.


Financial Bid Vol. III (Schedule of Quantities) 368
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.4 Providing, pre-casting, transporting and placing in position
precast pre-tensioned concrete girders as per drawing and
technical specification in M45 grade Reinforced cement
concrete using 43/53 grade OPC Cement as per site
requirements, providing necessary shuttering, staging,
tools, plants and machinery complete, including sampling,
testing of materials etc., specifications and as directed by
Engineer-in-charge, including the cost of permanent pre-
tensioning, pre-stressing strands, sheathing, anchorages
and other pre-stressing hardware, but excluding the cost of
Reinforcement which shall be measured and paid under the
item no. 4.1.
5,920 Cum per
cu
m

A) The scope of work in the item includes:
1. Arranging all infrastructure including setting up of casting yard,
stacking yard, casting beds, machines, tools and plants at the
casting yard for pre-casting , curing, pre-tensioning, lifting and
stacking of beams in stacking yard. The proposal / layout/
scheme of casting yard with all salient details shall be got
approved from Engineer-in-charge.

2. All expenses incurred for gantry, launchers, cranes, tools &
plants, machineries etc. to be used by the contractor for
transportation, erection/launching and placing in final position at
site etc. complete.

3. Preparation of shop drawing i/c BBS for each girder showing
all details as specified in drawings and the specifications.

4. Providing & mixing all ingredients of cement concrete as per
approved mix design including admixture, if any in approved
concrete batching & mixing plant, transportation to specified
location in transit mixer of adequate capacity, placement of
concrete with appropriate means including concrete pump,
compacting/ vibrating concrete, finishing to line and level and
curing etc.

5. Making arrangement and/or fixing/embedding all necessary
electrical, drainage, pre-stressing ducts, other pre-stressing
hardware and other fixtures etc. (cost of fixtures, if any, shall be
paid for separately).

6. Pre-stressing by pre-tensioning of girders as per the direction
of the Engineer-in-charge.

7. Providing and placing form work in position required for casting
of girders, pre-tensioning and its removal including cleaning,
oiling and maintenance during pendency of work.

8. Water/steam curing, stacking at casting yard including all
handling, rehandling, interim storage operations required for the
precast girders.

9. Shifting of pre-tensioned girders to the site using low bedded
trailers in accordance with the prevailing traffic rules including
loading and unloading at site with the help of cranes/ plants and
equipment required.

10. All the operations involved in launching of girders by use of
suitable machinery, materials etc. maintaining line and level.

Financial Bid Vol. III (Schedule of Quantities) 369
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

11. Working for all leads, lifts, labour, material and equipment etc.
12. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
and transporting the same to the testing laboratory.

13. Providing barricading and all traffic safety requirements
including management of traffic as required and directed by
Engineer-in-charge and as specified elsewhere in tender
document.

14. All incidental labour, materials, equipment and works required
to execute the job as per the directions of Engineer-in-charge.


B) Mode of Measurement :
Measurement shall be made for the volume of finished pre-
tensioned concrete girders. All linear dimensions shall be
measured correct to one centimeter restricted to design
dimension and volume calculations shall be correct to two
decimal place in cubic meter. The Pre-stressing shall not be
measured and shall not be paid separately. The volume occupied
by reinforcement, high tensile steel, sheathing, anchorages and
opening for drainage spouts shall not be deducted.


3.5 Providing and laying M 45 grade concrete using 43/53 grade
Ordinary Portland Cement for the construction of RCC Slab
superstructure over Precast Pre-tensioned beams placed in
position complete as per drawings, specifications and
provisions including all type of steel shuttering, staging,
scaffolding and necessary tools, plants and machinery,
testing of materials etc. Reinforcement shall be measured
and paid separately as per item 4.1.

a In situ Reinforced Cement Concrete in M45 grade 2,980
Cum
per
cu
m

b Precast Reinforced Cement Concrete in M45 grade 1,191
Cum
per
cu
m


A) The scope of work in the item includes:

1. Providing & mixing all ingredients of cement concrete as per
approved mix design including admixture, if any in approved
concrete batching & mixing plant, transportation to specified
location in transit mixer of adequate capacity, placement of
concrete with appropriate means including concrete pump,
compacting/ vibrating concrete, finishing to line and level and
curing etc.

2. Providing & placing of steel formwork in position and its
removal including cleaning, oiling and maintenance during
pendency of work.

Financial Bid Vol. III (Schedule of Quantities) 370
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3. All steel formwork including staging, making special
arrangement like trusses, girders etc. over the drains for
supporting staging to be used by the contractor for casting, curing
of finished concrete etc. complete.

4. Provision of special shuttering panels and approval by
Engineer-in-charge in the curved portions of superstructure and
local thickening near supports.

5. All incidentals, labour, material and testing, equipment and
works required to execute and complete the job as per
specifications and as approved by Engineer-in-charge.

6. Contractor shall also install Bearings and Expansion Joints
wherever required in the bridge deck as per approved drawings
and as per manufacturer specifications/ directions of Engineer-in-
charge. Nothing extra shall be paid on account of any incidental
expenditure/ charges required for the fixing of Bearing and
Expansion Joints. Cost of Bearings and expansion joints to be
paid separately under item no. 2.2 & 3.11 respectively.

7. casting of concrete projection along with deck slab for
supporting electric poles/signage including providing steel insert
plates for fixing the same. Steel items shall be paid under item
8.3.

8. All arrangements needed to keep the reinforcement bars in
position with due cover blocks of approved quality and thickness.

B) Mode of Measurement :
Measurements shall be made for the finished volume of concrete
in slabs in cum. All linear dimensions shall be made correct to
one centimeter restricted to design dimensions and volume
calculation shall be worked out nearest to two decimal places in
cubic meter. No deductions shall be made for providing holes and
fixtures, if any.


3.6 Providing, pre-casting, transporting, erecting and placing in
position over deck slab, precast crash barriers in M-40 grade
concrete using 43/53 grade O.P.C. having formliner finish on
the outer face and integrating with deck by providing and
laying M-40 grade concrete in cast-in-situ portion of crash
barrier as per approved drawing including centering and
shuttering required, form liner finish, making joints at every
9 m in cast in situ portion and sealing with back up rod &
polysulphide sealant, providing all tools, plants and
machineries, leads and lifts etc. all complete as per
approved drawing & direction of the Engineer-in-charge but
excluding the cost of reinforcement which shall be paid
separately under item no. 4.1.
6,563 Cum per
cu
m

A) The scope of work in the item includes:
1. Providing and mixing all ingredient of cement concrete as per
approved mix design including admixture, if any in approved
concrete batching and mixing plant, transportation to pre-casting
site in transit mixer of adequate capacity, placement of concrete
with appropriate means including concrete pumps, compacting/
vibrating concrete, finishing to line and level, curing etc.

Financial Bid Vol. III (Schedule of Quantities) 371
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2. Approval of the facia patterns on crash barrier panels from the
Engineer-in-charge.

3. Making all arrangements for pre-casting of part portion of
Crash Barrier, handling, rehandling, curing, stacking,
transportation to the site, erection in position with suitable means,
integrating with deck and in situ portion of crash barrier complete
as per approved drawing.

4. Providing shuttering, staging and scaffolding including its
modification, erection and removal in accordance with the
provisions mentioned else where in the tender document and
form liner finish on the outer face of crash barrier.

5. Providing and laying approved quality Poly-sulfide sealant
suitable for expansion joints including necessary back-up rods,
bond breaking tapes etc. complete

5. Making arrangement and/or fixing/embedding all necessary
fixtures. Cost of fixtures shall be paid for separately.

6. Fixing/embedding all necessary provisions like HDPE pipes
and conduits of electrical etc. Cost of HDPE will be paid
separately.

7. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
and transporting the same to the testing laboratory.

8. All incidental labour, materials, equipment and works required
to execute the job as per the directions of Engineer-in-charge.

B) Mode of Measurement :
Measurements shall be made for the finished volume of concrete
in Crash Barrier (Cast in situ portion as well as precast portion)
in cum. All linear dimensions shall be made correct to one
centimeter restricted to design dimensions and volume
calculation shall be worked out nearest to two decimal places in
cubic meter. No deductions shall be made for providing holes in
crash barriers. The reinforcement shall be measured and paid
under relevant item.

3.7 Providing, pre-casting, transporting, erecting and placing in
position over deck slab, precast crash barriers in M-40 grade
concrete using 43/53 grade O.P.C. having formliner finish on
the outer face as per approved drawing including centering
and shuttering required, form liner finish, sealing the joints
with back up rod & polysulphide sealant, providing all tools,
plants and machineries, leads and lifts etc. all complete as
per approved drawing & direction of the Engineer-in-charge
but excluding the cost of reinforcement which shall be paid
separately under item no. 4.1.
4,389 Cum per
cu
m

A) The scope of work in the item includes:
1. Providing and mixing all ingredient of cement concrete as per
approved mix design including admixture, if any, in approved
concrete batching and mixing plant, transportation to site in
transit mixer of adequate capacity, placement of concrete with
appropriate means including concrete pumps, compacting/
vibrating concrete, finishing to line and level, curing etc. for cast
in situ and precast component of crash barrier.

Financial Bid Vol. III (Schedule of Quantities) 372
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2. Approval of the facia patterns, if any, on crash barrier panels
from the Engineer-in-charge.

3. Providing shuttering, staging and scaffolding including its
modification, erection and removal in accordance with the
provisions mentioned else where in the tender document.

4. Making arrangement and/or fixing/embedding all necessary
fixtures. Cost of fixtures shall be paid for separately.

5. Fixing/embedding all necessary provisions like HDPE pipes.
6. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
and transporting the same to the testing laboratory.

7. All incidental labour, materials, equipment and works required
to execute the job as per the directions of Engineer-in-charge.

B) Mode of Measurement :
Measurements shall be made for the finished volume of concrete
in Crash Barrier in cum. All linear dimensions shall be made
correct to one centimeter restricted to design dimensions and
volume calculation shall be worked out nearest to two decimal
places in cubic meter. No deductions shall be made for providing
holes and fixtures in crash barriers.


3.8 Providing and laying machine batched, machine mixed and
machine vibrated design mix reinforced concrete in
Retaining Walls, Dirt wall, columns and coping of RE wall, if
required etc., with M35 grade of concrete using Ordinary
Portland Cement (conforming to strength requirement of
IS:8112) as per approved drawings supplied by the Engineer-
in-charge including all types of shuttering, staging,
scaffolding, necessary tools, plants, machinery and all
related operations as required to complete the work with all
leads, lifts, and depths true to level and position all complete
but excluding the cost of reinforcement and the same shall
be paid separately under item 4.1 .
742 Cum per
cu
m

A) The scope of work in the item includes:
1. Providing and mixing all ingredient of cement concrete as per
approved mix design including admixture, if any, in approved
concrete batching and mixing plant, transportation to casting -site
in transit mixer of adequate capacity, placement of concrete with
appropriate means including concrete pumps, compacting/
vibrating concrete, finishing to line and level, curing etc. all
complete.

2. Approval and providing facia patterns, if any, on retaining wall
from the Engineer-in-charge.

3. Providing shuttering, staging and scaffolding including its
modification, erection and removal in accordance with the
provisions mentioned else where in the tender document.

4. Making all arrangements for pre-casting of part portion of
Crash Barrier, handling, rehandling, curing, stacking,
transportation to the site, erection in position with suitable means,
integrating with deck and in situ portion of crash barrier complete
as per approved drawing.

Financial Bid Vol. III (Schedule of Quantities) 373
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5. Making arrangement and/or fixing/embedding all necessary
fixtures. Cost of fixtures shall be paid for separately.

6. Disposal of all spoils and rubbish and to keep the work area
neat and tidy during the work and thereafter.

7. Safety measures including Barricading around the walls or any
similar structure during construction as specified in approved
drawings and as directed by the Engineer-in-charge.

8. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
and transporting the same to the testing laboratory.

9. All incidental labour, materials, equipment and works required
to execute the job as per the directions of Engineer-in-charge.

B) Mode of Measurement :
Measurements shall be made for the finished volume of concrete
in cum. All linear dimensions shall be made correct to one
centimeter restricted to design dimensions and volume
calculation shall be worked out nearest to two decimal places in
cubic meter. No deductions shall be made for providing holes and
fixtures in crash barriers.


3.9 Providing and laying Design Mix Reinforced Cement
Concrete of grade M30 with 43/53 grade Ordinary Portland
Cement in cast-in-situ Approach Slabs, Friction Slabs over
the approaches complete as per drawing excluding the cost
of steel reinforcement and same shall be paid separately
under item 4.1 .
121 Cum per
cu
m

A) The scope of work in the item includes:
1.Providing and mixing cement concrete with all ingredients and
admixtures (if required), with weigh batching plant, transportation,
placement, finishing and curing of concrete.

2.Providing steel shuttering, staging, and scaffolding, including its
modification if any , erection and removal in accordance with the
provisions mentioned elsewhere in the tender documents for all
leads and lifts with all required tools and plants.

3. All incidental labour, material, equipment and works required to
execute and complete the job.

4. All arrangements needed to keep the reinforcement bars in
position with due cover blocks of approved quality and thickness.

5. Cost of testing of all materials involved in the execution of item
as per approved QAP and Specifications in internal / external
laboratory including providing the samples and transporting to the
testing laboratory.

B) Mode of Measurement :
The measurement shall be made for the finished volume of
concrete in cubic meters correct to two decimal places. PCC
under the approach slab shall not be measured for payment
purpose.


Financial Bid Vol. III (Schedule of Quantities) 374
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.10 Providing and installing 4mm thick polymer modified APP
Double reinforcement membrane (Fiberglass and Nonwoven
Polyester mat) of approved make including necessary primer
and adhesive heating and rolling, overlapping and sealing
joints etc. complete as per specifications and manufacture's
recommendations by approved supplier as per the directions
of Engineer-in-charge.
69,629 sqm per
sq
m

A) The scope of work in the item includes:
1.Providing 4mm thick polymer modified APP Double
reinforcement membrane (Fiberglass and Nonwoven Polyester
mat) of approved make at site.

2. Providing adhesive heating and rolling, overlapping and
sealing joints etc. complete as per specifications and
manufacture's recommendations

3. All incidental labour, material, equipment and works including
transportation cost required to execute and complete the job.

4. Cost of testing of all materials involved in the execution of item
as per approved QAP and Specifications in internal / external
laboratory including providing the samples and transporting to the
testing laboratory.

B) Mode of Measurement :
The measurement shall be made for the finished area of deck in
square meters correct to two decimal places. Overlaps shall not
be measured for payment purpose


3.11 Providing and installing expansion joints as per
specifications detailed in IRC:SP:69 duly supplemented with
manufacturer's recommendations. Entire installation is to be
carried out strictly in the presence of manufacturer's
representative only at all times. Item to include preparation
of design and drawing and its approval from the Engineer-in-
charge, necessary provision and filling of recess for the
expansion joints at no extra cost. The seal of the expansion
joint shall be such as not to permit any dust collection at all
times. Item to include all incidentals required to complete the
job. Expansion Joints shall be provided with a warranty of
trouble free maintenance of 15 years.

a Single strip seal joint with a total allowable movement of 80mm 979 Rm per
m

b Longitudinal Expansion Joint with a total allowable transverse
movement of 20mm
740 Rm per
m

A) The scope of work in the item includes:
1. Engaging a specialised agency for execution of Expansion
joint with the approval of Engineer-in-charge.

2. Preparation of design and drawing obtained from the
specialised agency and its approval from the Engineer-in-charge.

3. Providing the Expansion joints of approved make and
approved dimensions at site.

Financial Bid Vol. III (Schedule of Quantities) 375
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4. Installation of joints complete as per specifications and
manufacture's recommendations in the presence of specialised
agency's representative.

5. Providing the dust proof seal of approved make from the
approved specialised agency and getting it installed between the
edge beams.

6. All incidental labour, material, equipment and works including
transportation cost required to execute and complete the job.

7. Cost of testing of all materials involved in the execution of item
as per approved QAP and Specifications in internal / external
laboratory including providing the samples and transporting to the
testing laboratory.

8. Providing warranty of 15 years for trouble free maintenance
form the specialised agency and duly endorsed by the main
construction agency


B) Mode of Measurement :
The measurement shall be made for the finished length of
complete assembly consisting of two edge beams and seal duly
inserted in position in meters correct to two decimal places.



TOTAL FOR SH - III




SH-IV: REINFORCEMENT AND PRE-
STRESSING



4.1 Providing & placing in position at all depths and heights
Thermo-Mechanically Treated (TMT) Fe 500 D grade
Reinforcement Bars including cutting, straightening,
bending, binding with mild steel annealed binding wire of 18
SWG i/c, testing of materials complete as per approved
drawings, specifications and as per directions of the
Engineer-in-charge. Item to include all incidental work to
execute the job. The cost of all laps & splices, testing,
welding, stiffeners, chairs and spacer bars, mechanical
couplers for splicing 25mm and above dia bars shall be
included in the quoted rates as per specifications.
17,150 MT per
MT


A) The scope of work in the item includes:

1. The breakup of total quantity of Reinforcement are as following

a. Foundations = 5178 MT

b. Substructure = 2238 MT

c. Superstructrure = 9734 MT

For deviation purpose, the quantity of Reinforcement in
substructure will be treated in superstructure i.e. total quantity in
superstructure is 2238+9734 = 11972 MT

Financial Bid Vol. III (Schedule of Quantities) 376
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


2. The item includes the cost of all the operations involved from
procurement of the steel in the stacking yard up to the placement
including cutting and bending as per the Bar Bending schedules
(BBS to be prepared by the contractor and approved by the
Engineer-in-charge) including the cost of stacking.


3. The item includes the cost of applying of one coat of cement
wash slurry (1kg cement and 600cc inhibitor solution - Patent
no.:109784/67 or equivalent) by dipping or brushing and drying
for at least 24 hrs. on the steel immediately after procurement for
its protection from corrosion.


4. Binding the steel with binding wires of 18 SWG gauge and/or
by welding by electric arc recess at two of the four points at each
crossing of reinforcement bars as per direction of Engineer-in-
charge and as per the specifications. The size of the weld shall
be adequate to ensure that it can withstand the handling till
concreting.


5. The item includes the cost of spacers, chair bars, cover blocks,
couplers (if used) reinforcement bars for lifting, hooks, handling
and overlapping of bars for placing the steel.


6.Providing Laps in bars as shown on drawings or otherwise
specified by the Engineer-in-charge. However, bars of maximum
length shall be used in the work.


7. Cost of testing of all materials involved in the execution of item
as per approved QAP and Specifications in internal / external
laboratory including providing the samples and transporting to the
testing laboratory.


8. Providing barricading and all traffic safety requirements as
directed by Engineer-in-charge.


9. The item includes all other incidental expenditures for
completing the job.


B) Mode of Measurement :

The measurement for the payment shall be made on the weight
in Tonnes and the weight shall be calculated by multiplying the
total length of all the reinforcement of different diameter as per
BBS by the standard coefficient for each diameter of bar. Method
of deriving the weight of reinforcement used is as follows :


(i) Reinforcement shall be measured in length of different
diameters as per drawings nearest to a centimeter.


(ii) The standard sectional weights referred to as in Table given
under para 7.2.2 of Vol. II of Financial Bid document will be
considered for conversion of length of various sizes of TMT bars
into standard weight.

Financial Bid Vol. III (Schedule of Quantities) 377
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


(iii) Records of actual sectional weights shall be kept diameter
wise and lot wise. The average sectional weight for each
diameter shall be arrived at from samples from each lot of steel
received at site. The decision of the Engineer-in-charge shall be
final w.r.t. the procedure to be followed for determining the
average sectional weight of each lot. Quantity of each diameter of
steel received at site of work each day will constitute one single
lot for the purpose. The weight of steel by conversion of length of
various sizes of bars based on the actual weighted average
sectional weight shall be termed as Derived Actual Weight.


(iv) (a) If the Derived Weight as in sub-para (iii) above is lesser
than the standard weight as in sub-para (ii) above then the
derived actual weight shall be taken for payment.
(b) If the derived actual weight is found more than the standard
weight, then the standard weight as worked out in sub-para (ii)
above shall be taken for payment. In such case nothing extra
shall be paid for the difference between the derived actual weight
and the standard weight.

4.2 Providing/fabricating and stressing of 19K15 or other
approved system post-tension H.T low relaxation strands
conforming to IS 14268:1995, threading them (i.e. cutting,
pulling, pushing and placing) in HDPE doubly corrugated
sheathing ducts, placing them in proper profiles for
permanent pre-stressing of concrete segments/RCC
members including anchorages, bearing plates, wedges,
recess filling etc. Complete as per detailed drawings and
approved specifications, grouting the cables after pre-
stressing as per specifications, recording the pre-stressing
data, presenting/reporting the same in the manner required
by the Engineer-in-charge, treating the projected end of the
strands after anchorages and covering the same with pre-
packed, free flow, high strength, non-shrink grout/mortar
such as conbextra HF of M/s FOSROC or approved
equivalent as per the specifications, all complete
including the cost of all labour, machinery and materials and
pre-stressing hardware etc., as per the specifications and
directions of the Engineer-in-charge.
1,381 MT per
MT

A) The scope of work in the item includes:
1. Engaging a specialised agency for execution of Pre-stressing
work with the approval of Engineer-in-charge.

2. Provision of all materials and accessories for permanent as
well as temporary use like necessary pre-stressing hardware
such as trumpet cone, bearing plates, anchorages, wedges,
bursting reinforcement, Jacks and Pumps of suitable capacity, all
other tools & Plants, machinery and manpower of all categories
to complete the job of pre-stressing as per the specifications and
as per the directions of the Engineer-in-charge.


3. Providing and laying doubly corrugated HDPE sheathing of
required size, as per technical specifications in the required line
and level as per approved construction drawing.

Financial Bid Vol. III (Schedule of Quantities) 378
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4. Procurement of H.T. low relaxation strands from approved
supplier. The extra pieces of strands after stressing of the cables
will be the liability / property of the contractor.

5. Threading of strands in HDPE ducts as per specifications and
direction of Engineer-in-charge.

6. All other items of materials, plants and equipment and works
(not specifically excluded above), for proper pre-stressing
operation of the cables, providing and mixing cement grout as per
specification and grouting the ducts including provision of vents
and grouting etc. will be included in the cost of this item.

7. Carrying out the tests on the Pre-stressing systems including
making all other necessary arrangements in an approved
manner.

8. Stressing of strands conforming to relevant specifications to
the required force and to required extensions as per the
specifications mentioned elsewhere in tender documents,
approved drawing and in accordance with the approved and
established system of pre-stressing with necessary jacks (multi
strand jacks only), power pumps, and locking each strand in
accordance with prescribed system at both ends including cutting
the superfluous strands and sealing the ends etc. complete.

9. Provision of all steel chairs/spacer bars wherever required.
10. Presentation of the test reports and pre-stressing data in the
approved format to the Engineer-in-charge including the
corrective measures that may be necessary and required.

11. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
and transporting the same to the testing laboratory.

12. All incidental labour, materials, equipment and works required
to execute the job and adopting all safety precautions as per the
directions of Engineer-in-charge.


13. Providing barricading and all traffic safety requirements and
management of traffic as per direction of Engineer-in-charge.


B) Mode of Measurement :
The measurement for this item will be based on the theoretical
quantity of the weight of strands pre-stressed. Length of strands
will be calculated from anchorage Plate face to anchorage plate
face(s) at the two ends and weight should be worked out by
multiplying with standard weight of individual strands as per
relevant IS code. Any length beyond anchorage plate face as
above including those due to attaching jacks, elongation etc. shall
not be measured for payments. There will be no separate
measurement/payment for any pre-stressing hardware like
anchorages, bearing plates, wedges, bursting reinforcements,
trumpet etc. and are deemed to be included in the quoted rate.



TOTAL FOR SH -IV



Financial Bid Vol. III (Schedule of Quantities) 379
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........



SH- V: REINFORCED SOIL WALL


5.1 Providing and laying M 35 grade (using 43/53 grade Ordinary
Portland Cement) precast concrete facia wall having
minimum area as 1.5 sqm, minimum height as 900 mm,
minimum thickness as 180 mm including design with
approval including excavation, providing "levelling pad"
using M15 grade concrete, TMT 500 D reinforcing steel in
precast facia panels with form liner finishes as per the
design requirements, drainage pipes, precast cover facia for
drainage pipes as per drawings, logo panels, geo-textile filter
fabric including 600 mm wide filter media at base and sides
behind the facia wall as per drg., drain sleeve in lower panels
as per drawings and design, supplying and laying in position
the specified and approved length of galvanised steel strips
with proper connection to facia panel as per the design and
drawings and direction of the Engineer-in-charge and
anchoring with filled up surface of earth, complete excluding
the cost of backfill, but including all arrangement like semi-
saucer / kerb channel or drain required for drainage
complete with all materials, labour, lead & lift,
transportation, plants, machinery, scaffolding to keep facia
panels in position, taxes, royalties etc. complete. The coping
beam is not permitted and the top panels shall be cast in the
inclined profile as per approved shop drawings. Any ground
improvement works for bearing capacity enhancement of
ground (if required) shall also be included in the quoted
rates.
9,018 sqm per
sq
m

A) The scope of work in the item includes:
1. Designing and getting the approval for reinforced soil wall
system from Engineer-in-charge and engaging a specialised
agency for execution and supervision of work.

2. Preparing shop drawings for casting the RCC panels as per
approved design with minimum height as 900 mm, minimum
thickness as 180 mm and area of each panel not less than 1.5
sqm. The coping beam is not permitted and the top panels shall
be cast in the inclined profile as per approved shop drawings.

3. All initial layout and alignment of reinforced soil wall after site
clearance and initial excavation, for the construction of RE Wall
structure and providing leveling pad including all components like
reinforcing element, etc., dismantling of footpath, planters etc. if
required as per the directions of the Engineer-in-charge and
preparing designs & shop drawings giving levels etc. The work
shall be started only after approval of the design and shop
drawings by Engineer-in-charge.

4. Approval of the desired form liner finish, facia patterns on
panels including logo panel with name of clients etc. from the
Engineer-in-charge. Nothing extra shall be payable for mock ups
and trials of the facia panels and other items.

Financial Bid Vol. III (Schedule of Quantities) 380
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5. Providing precast facia panel as per approved drawing &
pattern, erecting the panels true to line and level and galvanised
carbon steel strips including connections with the panel complete
as per drawing and direction of Engineer-in-charge.

6. Filter media with stone crushed aggregates and geotextile
fabric as per drawings at the bed level of the embankment of
reinforced earth structure and behind the facia panels for proper
drainage as per approved drawings and particular specifications.


7. Providing and placing 200 mm dia PVC perforated Pipe
(perforation at top half only) wrapped in geotextile and filled with
filter media, as per drawing for drainage of seepage water (sub
surface drains) from the fill between RS walls.


8. Providing GI steel reinforcing strip of required strength of
40KN/m as per drawing in the friction slab in addition to the soil
reinforcement provided with the reinforced soil wall panels.


9. All transportation, erection in position and alignment as per
approved shop drawings to the satisfaction of Engineer-in-
charge.


10. Drainage system for disposal of storm water including
providing vertical drainage pipe on the surface of wall and
covering with precast cover facia complete as per drawing and
direction of Engineer-in-charge.


11. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
and transporting the same to the testing laboratory.


12. All incidental labour, materials, equipment and works required
to execute the job as per the directions of Engineer-in-charge.


13. Providing barricading and all traffic safety requirements and
traffic management during construction as per direction of
Engineer-in-charge and Traffic Police.


B) Mode of Measurement :
The wall area shall be measured from top of concrete levelling
pad at base to top of facia panels in square meter restricted to
design area as per approved drawing. All linear dimensions shall
be measured correct to one centimeter and area calculations
shall be correct to two decimal place in square meter. The cost of
backfill (other than filter media) is not included in this item and
shall be measured and paid for separately in item no. 5.2. No
separate payment for any type of reinforcement shall be made.


Financial Bid Vol. III (Schedule of Quantities) 381
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

5.2 Providing, placing and compacting approved backfill
material in layers as per approved methodology including
testing for reinforced fill portion and random fill portion in
the approaches between the Reinforced Soil (RS) Wall
panels as per approved drawings and particular
specifications. Item to include 500mm thick sub-grade
construction as per specifications with CBR under soaked
conditions not less than 5%. All incidental work required to
complete the job shall be included in the quoted rates. The
item shall be measured and paid for the finished volume of
backfill and sub-grade placed in position excluding the
volume of filter media at base and behind the RS walls.
45,473 cum per
cu
m


A) The scope of work in the item includes:

1. The item includes the cost of all the operations involved to
complete the job as given under section 305 of MORTH
Specifications for Road and Bridge Works (Fourth Revision) 2001
including the cost of all material, machinery, Tools and Plants
and labour to complete the job as per approved drawings and as
directed by the Engineer in charge.


2. The item includes the cost of testing of all the materials
involved in the execution of the Earth Work in Embankment as
per section 900 of MORTH Specifications for Road and Bridge
works (Fourth Revision) 2001 and Quality Assurance Plan
prepared by the Contractor and duly approved by the Engineer-
in-charge.


3. The item includes all other incidental expenditures for
completing the job as directed by the Engineer-in-charge.





B) Mode of Measurement :

The volume of fill material shall be calculated by taking cross
sectional level at interval of 5 m in longitudinal direction and 3m
in Transverse direction and using the method of average end
areas.



TOTAL FOR SH - V





SH-VI: ROAD WORKS


6.1 Excavation for roadway including shoulder, carriageway and
median with disposal including all leads and lifts all
complete as per clause 301 of MoRT&H Specifications of
road and bridge works (fourth revision). Item to include
excavation in ordinary rock (not requiring blasting ) like
laterites shales, sandstones, stone / brick masonry, plain /
RCC concrete, footpath, median, WBM, WMM, lime concrete,
BM, DBM & BC etc.
2,250 cum per
cu
m



A-The scope of work of this item also includes:

1. All safety measures during excavation for workers / T&P
against poisonous gases, leachate etc. coming out of garbage.

Financial Bid Vol. III (Schedule of Quantities) 382
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


2. Cutting for excavation shall be done in stabilised slope. The
contractor shall submit design and drawings for slope stability in
the given strata for approval of Engineer-in-charge.


3. Excavation through all types of malba including removal of all
obstructions like boulders, rocks, building rubbish, city waste etc.


4. Disposal of all spoils, dismantled materials, surplus earth for all
leads and lifts, and to keep the work area neat and tidy during the
work and thereafter.


5. It shall include proper compaction of excavated surface before
carrying out further work.


6. Cost of Pumping / bailing out of water, leachate etc. including
its labour, material and equipment including running charges.



B) Mode of Measurement :

The volume of excavated material shall be calculated by taking
measurements of length, width and height correct to one cm. The
volume of excavated material shall be calculated by taking cross
sectional level at interval of 5 m in longitudinal direction and 3m
in Transverse direction and using the method of average end
areas.


6.2 Preparation and consolidation of sub grade with power road
roller of 8 to 12 tonne capacity after excavating earth to an
average of 22.5 cm depth, dressing to camber and
consolidating with road roller including making good the
undulations etc. and re-rolling the sub grade and disposal of
surplus earth withall leads and lift complete inlcuding the
cost of all materials, machinery, manpower as per the
specifications.
22,350 sqm per
sq
m




SUB-BASE AND BASE COURSES

6.3 Providing, laying, spreading and compacting specified close
graded sand, stone aggregate or any other close graded
material as per MoRT&H specifications (Table 400-1)
gradation-I of C.B.R. value not less than 20%, in lower
granular sub-base course 150 mm thick including mixing the
material to OMC, spreading with motor grader on a prepared
base compacting with vibratory road roller of 8 to 10 Tonne
capacity to achieve the desired density i/c all materials,
labour, machinery, etc. complete as per clause - 401of
MoRT&H specifications for road and bridge works (fourth
revision).
6,759 Cum per
cu
m


A) The scope of work in the item includes:

1. The item includes the preparation of subgrade and laying of
lower layer of granular sub-base of thickness 150mm.


2. The item includes the disposal of earth/spoils of the site for all
leads and lifts as per the directions of the Engineer-in-charge.

Financial Bid Vol. III (Schedule of Quantities) 383
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


3. The item includes the cost of all the operations involved to
complete the job as per MoRT&H Specifications for Road and
Bridge Works (Fourth Revision) including the cost of arrangement
of all material, machinery, Tools & Plants, manpower of all
categories as per the directions of the Engineer-in-charge.


4. The item includes the cost of testing of all the materials
involved in the execution of the item as well the item at subgrade
level, lower sub base and upper sub base as per the requirement
of section 900 of the MoRT&H Specifications for Road and
Bridge Works (Fourth Revision) and Quality Assurance Plan
prepared by the Contractor and duly approved by the Engineer-
in-charge.


5. The item includes all other incidental expenditures for
completing the job as directed by the Engineer-in-charge.




B) Mode of Measurement :

Measurements for payment shall be made for finished item on
volume basis in cubic metres, volume being calculated by taking
levels before laying and finishing Lower Granular Sub-base layer.
The compacted volume of granular sub-base in required width
only shall be measured for payment.


6.4 Providing, laying, spreading and compacting specified
graded sand, stone aggregate or any other coarse graded
material as per MoRT&H specifications (Table 400-2)
gradation-II of C.B.R. value not less than 30 % in upper
granular sub-base course 150 mm thick including mixing the
material to OMC, spreading with motor grader on a prepared
base compacting with vibratory road roller of 8 to 10 Tonne
capacity to achieve the desired density i/c all materials,
labour, machinery, etc. complete as per clause - 401 of
MoRT&H specifications.
6,759
Cum
per
cu
m



A) The scope of work in the item includes:

1. The item includes the preparation of subgrade and laying of
lower layer of granular sub-base of thickness 150mm.


2. The item includes the disposal of earth/spoils of the site for all
leads and lifts as per the directions of the Engineer-in-charge.


3. The item includes the cost of all the operations involved to
complete the job as per MoRT&H Specifications for Road and
Bridge Works (Fourth Revision) including the cost of arrangement
of all material, machinery, Tools & Plants, manpower of all
categories as per the directions of the Engineer-in-charge.


4. The item includes the cost of testing of all the materials
involved in the execution of the item as well the item at subgrade
level, lower sub base and upper sub base as per the requirement
of section 900 of the MoRT&H Specifications for Road and
Bridge Works (Fourth Revision) and Quality Assurance Plan
prepared by the Contractor and duly approved by the Engineer-
in-charge.

Financial Bid Vol. III (Schedule of Quantities) 384
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


5. The item includes all other incidental expenditures for
completing the job as directed by the Engineer-in-charge.




B) Mode of Measurement :

Measurements shall be made for finished item on volume basis in
cubic metres, volume being calculated by taking levels before
laying and finishing Upper Granular Sub-base layer. The volume
of granular sub-base only shall be measured for payment.


6.5 Providing, laying, spreading and compacting 250 mm thick
Wet Mix Macadam (WMM) base course comprising of graded
stone aggregates and granular material conforming to
MORTH Specification (Table 400-11) in two layers of
specified compacted thickness each, including pre-mixing
the material with water at OMC in mechanical mixing plant,
carriage of mixed materials by tippers to site, laying and
spreading in uniform layers in base-course on a well
prepared sub-base/base course on well prepared surface
and compacting with power vibratory roller of 8 to 10 tonne
capacity to achieve the desired density at OMC including all
material, labours, machinery etc. complete for all leads and
lifts and as per the directions of Engineer-in-Charge.
11,265 Cum per
cu
m


A) The scope of work in the item includes:

1. The item includes the cost of all the operations involved to
complete the job as given under section 406 of MoRT&H
Specifications for Road and Bridge Works (Fourth Revision) 2001
including the cost of arrangement of all material, machinery,
Tools & Plants, manpower of all categories as per the directions
of the Engineer-in-charge.


2. The item includes the cost of testing of all the materials
involved in the execution of the WMM as well finished item as per
the requirement given in section 900 of MoRT&H Specifications
for Road and Bridge Works (Fourth Revision) and as per
direction of Engineer-in-charge.


3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.



B) Mode of Measurement :

Measurements shall be made for finished item on volume basis in
cubic meters, volume being calculated by taking levels at 5 m
intervals in longitudinal direction and at 3 m intervals in
transverse direction before laying WMM and after the finishing of
WMM.

6.6 Providing and applying Primer Coat with bitumen emulsion
on prepared surface of granular base including clearing of
road surface and spraying primer at the rate of 0.60 kg/sqm
using mechanical means
45,061 Sqm per
sq
m

A) The scope of work in the item includes:
Financial Bid Vol. III (Schedule of Quantities) 385
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

1. Cost of all material, labour and equipment and its handling
including operation of the equipment.

2. Preparation of surface including cleaning removal of loose
particles.

3. Maintaining adequate moisture curing and spraying the sand to
blot the unabsorbed primer and spraying sand if traffic is likely to
ply on primed surface.

4. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


B) Mode of Measurement :
The item shall be measured in terms of area of the surface
primed in sqm correct to two decimal places.


6.7 Providing and applying Tack Coat with bituminous
emulsionusing emulsion pressure distributor at the rate of
0.20 kg per sqm on the prepared bituminous/granular
surface cleaned with mechanical broom.
294,840 Sqm per
sq
m


A) The scope of work in the item includes:
1. Cost of all labour, material and equipment and its operation
and curing the surface for proper completion of work.

2. Testing of material and finished work as per clause 900 of
MoRT&H specifications of road and bridge works (fourth revision)

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


B) Mode of Measurement :
The item shall be measured in terms of area of the surface
primed in sqm correct to two decimal places.


6.8 Providing and laying 50 to 100 mm average compacted
thickness of Bituminous Macadam with bitumen of grade
CRMB-60 @3.5% (percentage by weight of total mix)
prepared in Computarised Batch Type Hot Mix Plant of 100-
120 TPH capacity using crushed stone aggregates of
specified grading premixed with bituminous binder,
transported to site by tippers, laid over a previously
prepared surface with paver finisher equiped with electronic
sensor to the required grade, level and alignment and rolling
with smooth wheeled/vibratory rollers as per specifications
to achieve the desired compaction and density, complete as
per specifications and directions of Engineer-in-Charge.
3,380 Cum per
cu
m

A) The scope of work in the item includes:
1. Item includes design and submission of job mix formulae which
is to be approved by Engineer-in-charge.

Financial Bid Vol. III (Schedule of Quantities) 386
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2. Cost of all material, labour, equipment including its
transportation to site, proper staking and upkeep cost of all
equipment required for the preparation of mixed to required
temperature, transportation of mix to site laying and compaction
to achieve proper density removal of damaged work or rejected
material from site.

3. Providing seal coat if traffic is likely to pass over the surface for
short duration

4. Testing of material and finished work as per clause 900 of
MoRT&H specifications of road and bridge works (fourth revision)

5. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.





B) Mode of Measurement :

Measurements for payment shall be made for finished item on
volume basis in cubic meters, volume being computed by taking
levels before laying BM and after the finishing of BM on average
end area basis.


6.9 Providing and laying 50 to 100 mm average compacted
thickness of Dense Bituminous Macadam with bitumen of
grade CRMB-60 @ 5% (percentage by weight of Total mix)
and lime filler @ 2% (percentage by weight ofaggregate) on
prepared surface with specified graded crushed stone
aggregates including hot mixing of stone aggregates, filler
and bitumen in computerised batch type hot mix plant of 100
- 120 TPH capacity, transporting the mixed material by
tippers to site and laying the mixed material with paver
finisher fitted with electronic sensing device to the required
level and grade and rolling by road rollers, as per MORTH
specifications, to achieve the desired density and
compaction, but excluding the cost of primer/tack coat.
3,890 cum

A) The scope of work in the item includes:

1. The item includes the cost of all the operations involved to
complete the job as given under section 504, 502 and 503 of
MoRT&H Specifications for Road and Bridge Works (Fourth
Revision) including the cost of arrangement of all material,
machinery, Tools & Plants, manpower of all categories as per the
directions of the Engineer-in-charge.


2. The item includes the submission and approval of the Job Mix
Formula from the Engineer-in-charge.


3. The item includes the cost of testing of all the materials
involved in the execution of the finished item of Dense
Bituminous Macadam as per the requirement given in section
900 of MoRT&H Specifications for Road and Bridge Works
(Fourth Revision) and approved Quality Assurance Plan


4. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


B) Mode of Measurement :
Financial Bid Vol. III (Schedule of Quantities) 387
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


Measurements for payment shall be made for finished item on
volume basis in cubic meters, volume being computed by taking
levels before laying DBM and after the finishing of DBM.



6.10 Providing and laying 40/50mm compacted thickness of
Bitumimnous Concrete with bitumen of grade CRMB-60 @
5.5% (percentage by weight of Total mix) and lime filler @ 2%
(percentage by weight of Aggregate) on prepared surface
with specified graded crushed stone aggregates for wearing
course including hot mixing of stone aggregates, filler and
bitumen in computerised batch type hot mix plant of 100-120
TPH capacity, transporting the mixed material by tippers to
site and laying the mixed material with paver finisher fitted
with electronic sensing device to the required level and
grade and rolling by road rollers, as per MORTH
specifications, to achieve the desired density and
compaction, but excluding the cost of tack coat complete as
per teh directions of the Engineer-in-charge.
5,378 Cum per
cu
m


A) The scope of work in the item includes:

1. The item includes the cost of all the operations involved to
complete the job as given under section 509 and 503 of MoRT&H
Specifications for Road and Bridge Works (Fourth Revision) 2001
including the cost of arrangement of all material, machinery tools
and plants, manpower of all categories as per direction of
Engineer-in-charge.


2. The item includes design and submission of the Job Mix
Formula to be approved by the Engineer-in-charge.


3. The item includes the cost of testing of all the materials
involved in the execution of B C and finished work as per the
requirement given in section 900 of MoRT&H Specifications for
Road and Bridge Works (Fourth Revision)


4. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.




B) Mode of Measurement :

Measurements for payment shall be made for finished item on
volume basis in cubic meters, volume being computed by taking
levels before laying BC and after the finishing of BC.



6.11 Providing and laying Bitumen Mastic wearing course (as per
section 515 of MORTH specifications) with industrial
bitumen of grade 85/25 conforming to IS:702 prepared by
using mastic cooker and laid to required level and slope
including providing anti-skid surface with bitumen precoated
fine grained hard stone chipping of approved size at the rate
of 0.005 cum per 10 sqm and at approximate spacing of 10
centimetres centre to centre in both directions, pressed into
surface protruding 1mm to 4 mm over mastic surface,
including cleaning the surface, removal of debris etc. all
complete (Considering bitumen using 10.2 % as per MORTH
specifications).

Financial Bid Vol. III (Schedule of Quantities) 388
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

a 25 mm thick mastic wearing course 69,629 Sqm
b 40 mm thick mastic wearing course 18,010.50 Sqm

A) The scope of work in the item includes:
1. Item includes design and submission of job mix formulae which
is to be approved by Engineer-in-charge.


2. Item includes cost of all material and equipment needed for
completion of the work as per clause 515 and testing of all
materials and works as per section 900 of MoRT&H
specifications for road and bridge works (fourth revision) and as
per direction of Engineer-in-charge.


3. The item includes the cost of testing of all the materials
involved in the execution of work as per the requirement given in
section 900 of MoRT&H Specifications for Road and Bridge
Works (Fourth Revision) or specified elsewhere and required to
ensure the quality of work.


4. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.




B) Mode of Measurement :

Measurements for payment shall be made for finished item on
area basis in square meters, area being computed by taking
measurements after finish of Mastic work at proper intervals.



TOTAL FOR SH - VI

























Financial Bid Vol. III (Schedule of Quantities) 389
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


SH-VII : TRAFFIC SIGNS, MARKINGS &
OTHER ROAD APPURTENANCES



7.1 Providing and laying of hot applied thermoplastic compound
2.5 mm thick including reflectorising glass beads @ 250 gms
per sqm area, (thickness of 2.5 mm is exclusive of surface
applied glass beads) as per IRC:35, marking strips (retro-
reflective) Lane / centre line / edge line/ transverse marking
and any other marking, continuous or broken including
directional arrows, lettering, curved lines on curves etc. of
specified shade/colour by automatic thermoplastic paint
applicator machine fitted with profile shoe, Glass beads
dispenser, propane tank heater and profile shoe heater,
driven by experienced operator on bituminous or cement
concrete road surfaces including cost of material, labour,
T&P, cleaning the road surface of all dirt, scales, oil, grease
and foreign material etc. complete as per direction of the
Engineer-in-charge, applicable specifications. The raw
material used for marking shall conform BS 3262 Part - I &
MoRT&H Specifications for road and bridge works (fourth
revision) under section 800 clause 803.4; Item to include all
incidental expenditure required to complete the job. The item
shall also include the cost and application of sealing primer
to be applied to concrete surfaces as per recommendation of
the manufacturer.
6,000 Sqm per
sq
m

A) The scope of work in the item includes:

1. Specialised agency with the approval of the Engineer-in-
charge shall be engaged for the execution of this item

2. The item includes the cost of all operations involved to
complete the job as given under Section 800 clause 803.4 of
MoRT&H Specifications for Road and Bridge Works (Fourth
Revision) including the cost of arrangement of all material,
machinery, Tools & Plants, manpower of all categories as per
drawings and the directions of the Engineer-in-charge.

3. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement given in MORTH
Specifications for Road and Bridge Works (Fourth Revision) 2001
and QAP mentioned elsewhere in the tender document.

4. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


B) Mode of Measurement :
Measurement for payment shall be made for finished area in
square meters measured correct to two decimal places. While
measure the area, the width will remain constant as the thickness
of the strips and shall be multiplied by the measured length of the
strips provided at site.



Financial Bid Vol. III (Schedule of Quantities) 390
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

7.2 Manufacturing, supplying and fixing retro reflective sign
boards made up of 2mm thick aluminium sheet, face to be
fully covered with high intensity unmetalised micro-
prismatic retro reflective sheeting conforming to type-IX of
ASTM-D-4956-01 in blue and white or other colour
combination as approved by the Engineer-in-charge
including subject matter, message (bi-lingual), symbols and
borders etc. as per IRC:67-2001, pasted on substrate by
pressure sensitive adhesive backing conforming to class 1
of ASTM-D-4956-01 and fixing the same with suitable sized
aluminium alloy rivets and/or bolts & nuts to back support
frame of M.S. angle iron of size 25x25x3 mm along with theft
resistant measures, mounted and fixed with 2 Nos. M.S.
angles of size 35x35x5mm to a vertical post made up of
M.S.- Tee of section ISNT 50x50x6mm welded with base plate
of size of 100x100x6mm at the bottom end and including
making holes in pipes, angles, flats, providing & fixing M.S.
message plate of required size wherever necessary. Steel
work to be painted with approved shade, primer and paints
as per specifications for steel structures (Vertical post of
MS-Tee to be painted in black and white colours). Backside
of aluminium sheet to be painted with two or more coats of
epoxy paint including appropriate priming coat including all
leads and lifts etc. complete as per drawing, specifications
and directions of Engineer-in-charge.

a Informatory signs on single or double posts
(i) Direction signs, 1200 x 700 mm 42 Each
(ii) Advance direction / destination 1500 x 900 50 Each
(iii) Place identification sign 450 x 600 mm 37 Each

b Mandatory
(i) Octagonal 900 mm height for STOP 12 Each
(ii) Circular 600 mm dia. (Speed Limit/No parking/No
stopping sign)
40 Each

c Cautionary signs like curve ahead, one way sign, merging
traffic etc. as per drawing or as directed by Engineer-in-
charge, Triangular 900 mm or 1200 800 rectangular
30 Each

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as given under Section 800 of MoRT&H
Specifications for Road and Bridge Works (Fourth Revision)
including the cost of arrangement of all material, machinery,
Tools & Plants, manpower of all categories, earthwork and
foundations in M30 grade as per drawings and the directions of
the Engineer-in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement given in Section
900 of Specifications for Road and Bridge Works (Fourth
Revision) 2001 and QAP mentioned elsewhere in the tender
document.

Financial Bid Vol. III (Schedule of Quantities) 391
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

B) Mode of Measurement :
Measurement for payment shall be made for finished item on the
basis of number of items counted.


7.3 Providing and installing retro-reflective single sided
overhead signboards comprising of customized modular PU
Epoxy Coated MS angle iron frame work, aluminium
composite panel (ACP) as base board, micro prismatic retro-
reflective sheet and electro cut coloured overlay film. The
horizontal and vertical members of the MS frame module
shall be made of MS angle iron 50x50x5mm in box shape. No
panel size shall be more than one Sqm and each shall be
braced diagonally (one way only) with MS angle iron
50x50x5mm in box shape. The MS frame module shall have
length not more than 3M and multiple modules shall be
connected together with 15mm. dia SS bolts of 304 grade
spaced not more than 300 mm c/c. The aluminium composite
panel (ACP) shall be 4mm thick with 0.5mm thick skin of
aluminium on both sides. The ACP shall be routed, folded
and fixed on the MS frame with VHB tape 25mm wide
provided through out the length and breadth of the frame
including riveting at the right angle face of the frame with
pop riveting or with self taping SS screws 5mm. dia spaced
not more than 300mm center to center ensuring that no
riveting is seen on either face of the frame. On the front face
of the ACP, micro prismatic retro-reflective sheet conforming
to Type-IX of ASTM: D 4956-07 shall be pressure fixed as
background sheet (In white colour) which will be over laid
with electro cut transparent film of approved make and
colour to create a desired road sign. The rear side of the MS
frame shall be covered with balancing ACP of the same
description and shall be fixed in the similar manner.
240 Sqm per
sq
m

A) The scope of work in the item includes:
1. The scope of work rate shall include all materials, labour,
equipment, fabrication, transportation, erection, installation and
incidentals all complete as per direction of the Engineer-in-
charge.

2. The scope of work includes all operations required for making
Aluminium Composite Panels an fixing on MS frame.

3. All operations required for making customised modular PU
Epoxy Coated MS angle iron frame work.

4. Providing the micro prismatic retro-reflective sheet of required
specifications and electro cut coloured overlay film.

5. Providing the MS frame module in required dimensions,
bracing it and connecting the modules with require SS bolts of
required grade.

6. All operations required to pressure fixing the micro-prismatic
sheet to the board in the specified manner .

Financial Bid Vol. III (Schedule of Quantities) 392
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

7. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

8. The item includes the cost of testing of all materials involved in
the execution of the item as per the nomenclature of the item.


B) Mode of Measurement :
Measurement for payment shall be made for Finished Area of the
sheet as per approved drawing in square meters correct to two
decimal places. Structural frame work including painting, M.S.
base plate, holding down bolts to be paid separately in item no.
7.4


7.4 Providing and fabricating Structural steel work welded and
bolted, in built up sections for overhead signage upto 18m
span length, 4.0 m cantilever arm of signage etc. Using
Large diameter steel pipe (heavy duty MS pipes), MS flats,
Base plates, Holding down bolts, nuts and washers for
overhead signage structure etc. including cutting, hoisting,
fixing in position and applying approved primer and
finishing paints approved quality as per specifications and
instruction of Engineer-in-charge. Item to exclude earthwork,
PCC, reinforcement bars, RCC M-35 in foundation etc. and all
material, labour, plants and equipment, incidental works and
all complete as per drawing and Technical Specifications,
(Clause 802 and as per IRC: 67-2001) and directions of
Engineer-in-charge. Item to also include providing and laying
25 mm thick (average) free flow high strength non-shrink
cementitious grout like conbextra-GP2 or approved
equivalent below the base plate.
21,000 Kg per
Kg

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as given under Section 802 of Specifications for
Road and Bridge Works (Fourth Revision) 2001 including the
cost of arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement given in Section
900 of Specifications for Road and Bridge Works (Fourth
Revision) 2001 and QAP mentioned elsewhere in the tender
document.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

B) Mode of Measurement :
Measurement for payment shall be made for total weight of steel
structure including base plate and bolts etc. as per approved
shop drawing in metric tonnes.


Financial Bid Vol. III (Schedule of Quantities) 393
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

7.5 Providing and fixing approved quality retro-reflectorised
road delineators of orange coloured retro-reflective sheet
fixed on vertical face of G.I. Pipe posts of 65 mm dia x 0.7 m
height above finished level installed as per drawing and
instructions of Engineer-in-charge including installation
complete.
250 Nos. Eac
h

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement given in the
tender document or otherwise required.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

B) Mode of Measurement :

Measurement for payment shall be made for finished item on the
basis of number of items counted.

7.6 Providing and fixing Glow Studs of size 100 x 20 mm made
of heavy duty body shall be moulded ASA (Acrylic styrene
Acryloretrite) or HIP (High impact polystyrene) or ABS
having electronically welded micro-prismatic lens with
abrasion resistant coating as approved by Engineer in
charge. The glow stud shall support a load of 13635 kg
tested in accordance with ASTM D4280.The slope of retro-
reflective surface shall be 35(+/-5) degrees to base.The
reflective panels on both sides with at least 12 cm of
reflective area up each side.The luminance intensity should
be as per the specification and shall be tested as described
in ASTM 1: 809 as recommended in BS :873 part 4:1973. The
studs shall be fixed to the road surface using the adhesive
conforming to IS, as per procedure recommended by the
manufacturer complete as per direction of Engineer-in-
charge.
2,720 Nos. Eac
h


A) The scope of work in the item includes:

1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.


2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement given in the
tender document or otherwise required.


3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


B) Mode of Measurement :

Measurement for payment shall be made for finished item on the
basis of each item counted.




TOTAL FOR SH - VII


Financial Bid Vol. III (Schedule of Quantities) 394
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........




SH-VIII : MISCELLANEOUS ITEMS



8.1 Providing and painting with approved quality 2 coats of anti
carbonation coating as per specifications and as directed by
Engineer- in-Charge to unplastered concrete surface of piers
and superstructure after cleaning the surface of dirt, dust,
oil, grease, efflorescence and applying paint @ of 1 litre for
2.25 sqm. (150 microns thickness) including all scaffolding
etc. necessary tools, plants, machinery and all related
operations as required to complete the work as per drawings
and specifications with all leads, lifts and depths.
171,058 Sqm per
sq
m

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement given in the
tender document or otherwise required.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

B) Mode of Measurement :
Measurements for payment shall be made on area basis in
square meters, area being computed by taking measurements
correct to two decimal places. Area of the actual surface provided
the Anticarbonation paint will be measured.


8.2 Providing and applying approved quality 2 coats of
polyamide cured coater epoxy coating to unplastered
concrete surface after cleaning the surface of dirt, dust, oil,
grease, efflorescence and applying paint @ of 1 litre for 2
sqm. for piers in the drain portions till HFL level and pier
portions embedded in ground all complete including all
scaffolding, testing of materials etc. necessary tools, plants,
machinery and all related operations as required to complete
the work as per drawings, specifications and directions of
Engineer- in-Charge with all leads, lifts and depths.
4,468 Sqm per
sq
m

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement given in the
tender document or otherwise required.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


Financial Bid Vol. III (Schedule of Quantities) 395
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

B) Mode of Measurement :
Measurements for payment shall be made on area basis in
square meters, area being computed by taking measurements
correct to two decimal places. Area of the actual surface provided
the required coats of polyamide cured coater epoxy will be
measured.


8.3 Providing, fabricating and fixing in position structural steel
insert plates/ gusset plates with lug bars for electrical poles,
steel boxes and fixtures, edge protection angles with lugs,
rolled angles and pipes, including fixing the hold
fasts/holding down bolts (complete with nuts and washer
wherever required) for providing in all RCC
structures/segments and at all levels complete as per
drawings and specifications. Rate includes welding with
approved quality welding rods, with all materials, labour,
tools and plants etc. as per drawings and specifications and
as directed by Engineer-in-charge.
8,750 Kg per
Kg

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

B) Mode of Measurement :
The weight of structural steel item shall be measured in kgs for
the fabricated item as per shop drawing and standard weight of
plates, sections and pipes etc. No deduction for the holes shall
be made. All kinds of bolts (nuts, washers complete) except
HSFG Bolts and not covered in other items (but used for
permanent works) will be payable in this item. Temporary bolts
are not payable.

8.4 Making bell mouth opening / entrance of size 100cm x 50cm
x 50 cm for drainage under footpath including providing
cement concrete 1:3:6 (1 cement :3 coarse sand :6 graded
stone aggregate 20 mm nominal size) for shape of bell
mouth including plastering providing and fixing 100cm x 50
cm x 5 cm size precast RCC slab 1:2:4 (1 cement :2 coarse
sand :4 graded stone aggregate 12.5 mm nominal size)
reinforced with cold twisted bars reinforcement @ 100 kg per
cum of reinforced concrete including plastering with cement
mortar 1:3 (1 cement :3 fine sand) of 6 mm thickness on
exposed surface of the slab & bell mouth including
centering, shuttering & neat cement punning inside the bell
mouth etc. all complete as per the approved drawings and
instructions of the Engineer-in-charge.
130 Nos. eac
h

Financial Bid Vol. III (Schedule of Quantities) 396
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........


A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


B) Mode of Measurement :
Item shall be measured and paid on the basis of each number of
bell mouth opening.


8.5 Providing and laying M 20 grade concrete in Kerb Channel,
footpath etc. Item includes cost of all labour, material, T & P
and other incidental expenses for proper completion of work
as per drawing, direction of Engineer in Charge and Clause
408 of MoRT&H specification of road and bridge works
(fourth revision)
225 cum per
cu
m

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

B) Mode of Measurement :
Measurement shall be made for the finished volume of concrete
only. No deduction will be made for the volume occupied by any
fixture provided and reinforcement etc. The measurement for the
concrete volume shall be based on concrete dimensions
measured.



8.6 Providing and laying at or near ground level factory made
kerb stone of M-25 grade cement concrete in position to the
required line, level and curvature, jointed with cement mortar
1:3 (1 cement: 3 coarse sand) including making joints with or
without grooves (thickness of joints except at sharp curve
shall not to more than 5mm), including making drainage
opening wherever required complete etc. as per direction of
Engineer-in-charge (length of finished kerb edging shall be
measured for payment). (Precast C.C. kerb stone shall be
approved by Engineer-in-charge).
550 Cum per
cu
m

Financial Bid Vol. III (Schedule of Quantities) 397
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

B) Mode of Measurement :
Measurement shall be made for the finished volume of kerb
stones fixed at site.


8.7 Providing and laying 230 mm thick brick masonry using
brick of class designation 75 in cement mortar 1:6 (1 cement:
6 coarse sand stone dust ) including all materials, labour,
incidentals etc. below kerb stones up to any height, curing
etc. complete
425 Cum per
cu
m

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


B) Mode of Measurement :
Item shall be measured in cum correct to two decimal places.
Measurements will be made for the finished item without plaster
on the brick masonry.


8.8 Providing and fixing water splasher assembly consisting of
drainage spouts and gratings in superstructure deck slab
consisting of M.S. grating of size 412 x 412 with M.S. plate 12
x 25 mm, 6mm thick M.S. drain pipe of interal dia 125 mm,
connection of grating and drain pipe using 6mm MS plate, 6
mm thick collar plate, lower assembly having inverted bowl
of 6 mm stainless steel and 4 no. 12 mm dia rod and
embedding the part assembly while casting deck slab/
segment, fixing the lower assembly including nuts, bolts,
welding, making perforations, hot dip galvanised assembly
after fabrications etc. complete as per approved drawing,
specifications and directions of Engineer-in-charge.
600 Nos. eac
h


Financial Bid Vol. III (Schedule of Quantities) 398
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

A) The scope of work in the item includes:
1. Providing and fixing of spouts in segments/superstructure
deck, wherever required as per approved drawing all complete.

2. Taping all points to be leak proof, tested etc. including all
couplers, materials, manpower and tool and tackle etc. complete
as per the direction of Engineer-in-Charge.

3. Testing all the materials involved in the execution of the item
as per QAP and specifications including providing the samples
abd transporting to the testing laboratory.

4. All incidental labour, material, equipment and works required ti
execute the job as per the direction of Engineer-in-Charge.


B) Mode of Measurement :
Item shall be measured and paid on the basis of each number of
drainage spouts provided.


8.9 Dismantling of cement concrete in crash barriers or any
other location by mechanical means using pneumatic tools,
breaking to pieces not exceeding 0.02 cum in volume and
stock piling at designated locations and disposal of
dismantled materials up to a lead of 1000 metres, stacking
serviceable and unserviceable materials separately.
30 Cum per
cu
m

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
dismantel the concrete including arrangement of all material,
machinery, Tools & Plants, manpower of all categories as per the
directions of the Engineer-in-charge.

2. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

3. If additional volume of concrete gets accidently dismatelled or
due to carelessness of the agency, same will bemade good at the
cost of the agency and by the agency.

B) Mode of Measurement :
Item shall be measured in cum correct to two decimal places.
Measurements will be made for the actual volume of concrete
required to be dismantelled. Measurements will be made prior to
dismatelling activity.


8.10 Providing and Painting two or more coats of synthetic
enamel paint of approved brand and manufacture of required
colour over an under coat of suitable shade with ordinary
paint of approved brand and manufacture or cement primer
to give an even shade :
8,796 Sqm per
sq
m

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

Financial Bid Vol. III (Schedule of Quantities) 399
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.

B) Mode of Measurement :
Item shall be measured in sqm correct to two decimal places.
Measurements will be made for the finished item provided the
synthetic enamel paint


8.11 Providing and laying 250 mm dia. non pressure NP2 (light
duty) R.C.C pipes with collars jointed with stiff mixture of
cement mortar in the proportion of 1:2 (1 Cement : 2 fine
sand) including testing of joints etc. complete.
260 m pe
rm

A) The scope of work in the item includes:
1. The item includes the cost of all operations involved to
complete the job as per the Specifications including the cost of
arrangement of all material, machinery, Tools & Plants,
manpower of all categories as per the directions of the Engineer-
in-charge.

2. The item includes the cost of testing of all materials involved in
the execution of the item as per the requirement.

3. The item includes all other incidental expenditures for
completing the job as per the directions of the Engineer-in-
charge.


B) Mode of Measurement :
Item shall be measured in sqm correct to two decimal places.
Measurements will be made for the finished item provided the
synthetic enamel paint



TOTAL FOR SH - VIII


Financial Bid Vol. III (Schedule of Quantities) 400
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........






SCHEDULE OF QUANTITIES
PART-B
(For Electrical Works)










Financial Bid Vol. III (Schedule of Quantities) 401
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

SCHEDULE OF QUANTITIES


Name of Work : Construction of Elevated Road over Barapulla Nallah starting from Sarai Kale
Khan to Aurobindo Marg near INA Market, New Delhi-Phase-II from Jawaharlal Nehru Stadium to
Aurobindo Marg with connection at Ring Road, Lala Lajpat Rai Marg and Aurobindo Marg. SH:
Construction of Main carriageway works etc.
PART B ELECTRICAL WORKS


SL.
No.
Sub Heads and Description of Items
Quantity
Unit
Rate
(Rs.)
Amount
(Rs)

Quantity Unit In Fig. In Fig.

SH-I : STREET LIGHT POLES

1.1 Fabrication, supply and erection (on existing RCC
pedestal) of flange mounted hot dip galvanized
octagonal pole of length 11 M made from 4mm thick
MS sheet, having bottom diameter of 210mm and top
diameter of 90 mm complete with window with flush
cover at a height of 2.5 MT or as per direction of
Engineer in Charge) from the base for cable
termination block etc. and galvanized base plate of size
300mm x 300mm x 20mm / as required. The pole top
shall be suitable for direct mounting of light fixture
with 76 mm mounting hole.
285 Nos. Each
The following may be housed in the window provided
for cable termination including their supply and fixing:

(i) 6mm thick laminated mounting sheet of suitable size
inside the window by providing and welding three No
GI strips; 4 mm thick of suitable length and having
suitable size tapped holes - 10 nos. as required. : : 1
No.

(ii) A set of 20 Amp brass neutral link, 2 way copper
bus bar & Din Channel for two Nos. MCB on existing
laminated sheet : 1Set

(iii) 6 Amp SP MCB 'C' Characteristics curve. : 1 No.
(iv) 4 way, 63 Amp heavy duty terminal block suitable
for 25 sq. mm conductor- 4nos. and shorting links -
5nos. On DIN channel of suitable length- 2 nos. on the
existing laminated sheet : 1 No.

(v) Earth stud welded at suitable height with two nos.
washer, spring washer & nuts : 2 Nos.

(vi) Cable Support Clamp Suitable for Four nos. of 4 x
25 sq. mm Cable

Financial Bid Vol. III (Schedule of Quantities) 402
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

1.2 Supplying and fixing 3 Nos. 24mm dia G.I foundation U
bolts (EN8 Grade) with nuts washer, 1 no. template (4
mm thick, 300mm x 300mm size), making of 6 Nos. x 28
mm dia holes with PCD of 300mm for 11 M Poles. The
foundation Bolts shall be as per the sketch
(Foundation) in item at 1.2 above.
285 Nos. Each
TOTAL FOR SH - I
SH-II : STREET LIGHT FIXTURES
2.1 S.I.T.C. Street light fixture of approved make and
quality suitable for 250 W HPSV Lamp Street light
Fixture with 250 W SONT Plus Lamp, complete with
standard accessories as per technical specification. It
shall have a housing made of LM6 die-cast Aluminium,
a lamp and reflector compartment with IP 66 degree of
enclosure protection, a cover made of toughened glass
sealed on to the reflector & control gear compartment
with a removable gear-tray with ballast, igniter,
capacitor etc., mounted on it. The control gear shall be
compatible with the lamp used and the compartment
shall have an enclosure protection of rating IP 54. The
fixture shall be complete with the lamp (SON-T Plus)
and mounted directly on the pole or on an existing/new
(new arm bracket to be paid separately ) arm as
required.
285 Nos. Each
TOTAL FOR SH - II
SH - III : WIRING/ CABLES
3.1 Supplying and drawing 3 core 2.5 Sq. mm Cable PVC
insulated copper conductor multicore cable in the
existing 11 mts. poles and bracket from cable
termination connector to the fitting along with
providing suitable Copper lugs connections as
required
285 Nos. Each
3.2 Supply and laying of following sizes of PVC insulated
and PVC sheathed/XLPE Aluminium conductor Power
cable (Armoured) of 1.1 KV grade in the existing
HUME/Pipe/RCC/HDPE Pipe etc. as required.

a 3.5 Core x 35 sq. mm A2XFY Cable 4200 Mts Mtr
b 4 Core x 16 sq. mm A2XFY Cable 10000 Mts Mtr
3.3 Supplying and making indoor end termination with
brass compression gland and aluminium lugs for 3.5
Core x 35 sq. mm A2XFY Cable of PVC insulated and
PVC sheathed / XLPE aluminium conductor cable of 1.1
KV grade as required.
30 Nos. Each

Financial Bid Vol. III (Schedule of Quantities) 403
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

3.4 Supplying & laying of One number double walled
corrugated (DWC) high density poly-ethylene
antirodent pipe conforming to IS : 14930 ( Part-II )
complete with necessary fitting for protection of 1.1
KV grade U.G. cables fixing in crash barrier etc. as
required.

a 90/76 mm dia nominal size. 17200 Mtrs Mtr
b 120/103 mm dia nominal size. 9000 Mtrs Mtr

3.5 Providing, boring and laying of HDPE pipe of 120 mm
dia confirming to IS 14930, with pressure rating of 4
kgf/Cm2 by trenchless technology with nodding
method by making bore in the horizontal direction
across the road as per the direction of Engineer-in-
charge with moling equipment including jointing,
cleaning, nodding of pipe including providing suitable
cover on mouth of pipe i/c excavation of pits of
required size of depth 1.2 mtrs. to 2 mtr. refilling etc. as
required.
1000 Mtrs Mtr
3.6 Supplying & laying 2 Nos DWC HDPE Pipe 50 mm dia
(OD) confirming to IS 14930 Part-II embedded in
concrete from junction box to pole for incoming and
outgoing cable etc. as required.
285 Nos Each

3.7 Providing and fixing pole junction box of size 300 mm x
300 mm x 200 mm (deep) made from 1.6 mm thick mms
sheet and front cover of fiber sheet complete with
powder coating, making hole for HDPE Pipes i/c fixing
in crass barrier etc. as required.
350 Nos Each
TOTAL FOR SH - III
























Financial Bid Vol. III (Schedule of Quantities) 404
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

SH - IV : FEEDER PILLAR
4.1 Fabrication, supplying and erection of out door type
feeder pillar (Double door type) of suitable size not less
than 30 cm and up to 45 cm deep made out of 16 SWG
thick CRCA steel sheet duly compartmentalised having
4 strip busbar of 150 amp capacity. Compartment - I
(Suitable CT Type energy meter) with locking
arrangement. Compartment - II(PWD) with spring load
allen key type locking arrangement. Supplying and
fixing the following accessories in the existing cubicle
panel board/feeder pillar including connection, testing
etc. as required.
1 No Each
(i) 100Amps, 4P MCCB, 36KA=1 No.
(ii) 3AMPS 4 MCCB, 36KA = 12 Nos.
(iii) Fuse link, Type HF, Cylinderical/DIN type HRC Fuse
links type HF and HF, 2-32

(iv) 6Amp,10KA SP MCB = 2 Nos.
(v) CT, Resin cast, BPL, Class - 1, Burden 5VA, 100/5 =
3 Nos.

(vi) Analog Ammeter 0-100Amp, 96mm square CTR
100/5, Flush Type, Class 1.5, 0-100A

(vii) Ammeter Selector switch 3POs+OFF, 6A = 1 No.
(viii) Analog Voltmeter 0-500 Volt 96 sq mm flush type
with selector switch : 1 No.

(ix) Voltmeter Selector switch 3POs+OFF, 6A = 1 No.
(x) Indicating lamps (RYG) : 1 Set
(xi) Indicating light Color Blue = 1Set
(xii) Push button, Actuator Type, Color Red, Green
=1+1 = 2 Nos.

(xiii) Push button Element 1 NC &1 NO = 1+1=2 Nos.
(xiv) Selector Switch, 3Pole, A/M = 1 No.
(xv) Astronomical Time switch EE 180, 230V AC = 1 No.
(xvi) Power Contactor, Aux Contact 2NO + 2NC,MNX -
110, AC3 Duty, 240 V, 110A, TP =1

(xvii) Danger notice plate = 1 No.

Financial Bid Vol. III (Schedule of Quantities) 405
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

4.2 Fabrication, supplying and erection of out door type
feeder pillar (Double door type) of suitable size not less
than 30 cm and up to 45 cm deep made out of 16 SWG
thick CRCA steel sheet duly compartmentalised having
4 strip busbar of 150 amp capacity. Compartment - I
(Suitable CT Type energy meter) with locking
arrangement. Compartment - II(PWD) with spring load
allen key type locking arrangement. Supplying and
fixing the following accessories in the existing cubicle
panel board/feeder pillar including connection, testing
etc. as required.
3 Nos Each
(i) 100Amps, 4P MCCB, 36KA= 1 No.
(ii) 63AMPS 4 MCCB, 36KA = 6 Nos.
(iii) Fuse link, Type HF, Cylinderical/DIN type HRC Fuse
links type HF and HF, 2-32

(iv) 6Amp,10KA SP MCB = 2 Nos.
(v) CT, Resin cast, BPL, Class - 1, Burden 5VA, 100/5 =
3 Nos.

(vi) Analog Ammeter 0-100Amp, 96mm square CTR
100/5, Flush Type, Class 1.5, 0-100A

(vii) Ammeter Selector switch 3POs+OFF, 6A = 1 No.
(viii) Analog Voltmeter 0-500 Volt 96 sq mm flush type
with selector switch : 1 No.

(ix) Voltmeter Selector switch 3POs+OFF, 6A = 1 No.
(x) Indicating lamps (RYG) : 1 Set
(xi) Indicating light Color Blue = 1Set
(xii) Push button, Actuator Type, Color Red, Green
=1+1 = 2 Nos.

(xiii) Push button Element 1 NC &1 NO = 1+1=2 Nos.
(xiv) Selector Switch, 3Pole, A/M = 1 No.
(xv) Astronomical Time switch EE 180, 230V AC = 1 No.
(xvi) Power Contactor, Aux Contact 2NO + 2NC,MNX -
110, AC3 Duty, 240 V, 110A, TP =1

(xvii) Danger notice plate = 1 No.

TOTAL FOR SH - IV

Financial Bid Vol. III (Schedule of Quantities) 406
Barapulla Elevated Corridor : Phase II



A.E.(P) E.E.(P) Correction ............NIL........
Deletion .............NIL........
Insertion ........ NIL........

SH - V : EARTHING
5.1 Earthing with G.I earth pipe 4.5 mtr long x 40mm dia
including accessories and providing masonry
enclosure with cover plate, having locking
arrangement (but without salt and charcoal) complete.
as required.
8 Sets Set

5.2 Providing and fixing 6 SWG dia G.I wire on surface / in
recess for loop earthing along with the existing surface
/ recess conduit / sub-main wiring / cable as required.
26000 Mtrs Mtr
TOTAL FOR SH - V

SH - VI : DISMANTLING AND REFIXING
OF POLES & FIXTURES

6.1 Taking out existing octagonal pole, 8/10/11/12 mtr high
with arm bracket complete in all respect, from
foundation, carriage from site to contractor's yard,
storage at safe place, carriage from contractor's yard
to site and refixing on new foundation at site for
without any damage including removal of
unserviceable/dismental materials. (Foundation &
holding clamps bolts shall be paid separately).
20 Nos Each

6.2 Dismantelling of existing 150/250/400 Watt electrical
street light fittings from exiting Pole of 12 Mtr. Height,
carriage from site to contractor's yard storage at safe
place, carriage from contractor's yard to site and
refixing on octagonal poles with satisfactory operation
at site without any damage.
20 Nos Each

6.3 Credit for the dismental assorted sizes of cables
received from shifting of existing poles.
600 Mtrs Mtr

TOTAL FOR SH - VI

You might also like