216 -2 Tender Structure

Embed Size (px)

Citation preview

  • 7/28/2019 216 -2 Tender Structure

    1/52

    215.2 Tender structure

    National Highways Authority of India (Ministry of Shipping, Road Transportand Highways)Project Implementation Unit, 2nd Cross, Sattur Colony,

    Vidyagiri, Dharwad 580 004.Tel: 0836 2461244 Fax: 2461442

    No: NHAI/PIU-DWD/PD/Toll Plaza 15th Dec-05.

    INVITATION OF SHORT TERM BID.

    1. Sealed tenders are invited on behalf of the Chairman, National HighwaysAuthority of India from eligible reputed contractors for the work of constructionof User Fee Plaza of 5+5 lanes (4+1 each side) excluding road works andpavement works at Km 483/600 (Hirebagewadi Village) of Dharwad-Belgaum

    section of NH-4 in the state of Karnataka.2. Parties having relevant experience and strong financial base need only

    participate in the tender

    3. EMD should be in the form of Account Payee Demand Draft drawn in favour ofNational Highways Authority of India, Dharwad and should be submittedalong with tender document in a separate cover.

    4. The cost of blank tender document Rs. 5,000/- (Rupees Five Thousand only)plus Sales Tax @ 10% and KVAT @12.5% (Non-Refundable). The partiesdownloading from website shall submit the tender cost in a separate coverwhile submitting the tender document.

    5. For all details log on to www.nhai.org

    General Manager (Tech) &

    1

  • 7/28/2019 216 -2 Tender Structure

    2/52

    Project Director.

    VOLUME - IVOLUME - II SECTION 5 TECHNICAL SPECIFICATIONSVOLUME III SECTION 6 CONTRACTORS BID

    SECTION 7 BILL OF QUANTITIESSECTION 8 FORM(S)VOLUME IV SECTION 9 DRAWINGSVOLUME V SECTION 10 DOCUMENTS TO BE FURNISHED BY THE BIDDER

    VOLUME ICONTENTS

    PAGE NO SECTION PARTICULARS(i)-(ii) INVITATION FOR BIDS (IFB)

    1 1-1 to 1-15 INSTRUCTIONS TO BIDDERS (ITB)2 2-1 to 2-7 QUALIFICATION INFORMATION

    3 3-1 to 3-17 CONDITIONS OF CONTRACT4 4-1 to 4-6 CONTRACT DATA

    INVITATION FOR BIDS

    3. A complete set of Bidding documents (one copy of Vol. I, II, IV and two copiesof Vol. III) may be obtained between 10.00 hours to 18.00 hours on all workingdays from 20.12.2005 TO 09.01.2006 from the address of communicationmentioned below. The Bid document can be obtained on payment of non-refundable cost of document mentioned above in the form of a Demand Draftfavouring National Highways Authority of India, Dharwad and payable atDharwad. Downloaded Volume IV (Drawings) from NHAIs website athttp://www.nhai.org will not be accepted Only hard copy (drawings & schedule)issued by NHAI, Dharwad will be accepted.

    4. Sealed Bids under three cover system comprising of (i) first envelope containingbid security as indicated at para 2 above (ii) second envelope containingTechnical Bid prepared in accordance with Section 1(A) of volume-1 of thebidding document and (iii) third envelope containing Financial Bid on volume-IIIof the bid document, inscribing the same on top of each envelope, should reachNHAI at the address of communication given below not later than 14.00 hourson 09.01.2006. The bids will be opened on 09.01.2006 (15.30 hrs onwards).

    5. NHAI will not be responsible for any delay in receiving the Bid Documents andreserves the right to accept/reject any or all Bids without assigning any reasonsthereof.

    7. The qualification criteria have been indicated in detail in Section-I (A)(Qualification Criteria) of Volume I of Bidding Documents. The salientrequirements for qualification are indicated below.i. Minimum average annual financial turnover during the last 3 years ending

    31st March 2005 Rs.67.398 Lakhsii. Should have executed and completed satisfactorily one single project work

    of similar nature not less than Rs.179.729 Lakhsiii. Liquid assets and/or availability of credit facilities Rs.22.466 Lakhs

    Other details can be seen in the bidding documents.

    2

  • 7/28/2019 216 -2 Tender Structure

    3/52

    This notice is also available at NHAI website http://www.nhai.org

    Address for Communication:Project Director,National Highways Authority of India,

    II Cross, Sattur Colony, Vidyagiri, Dharwad, karnataka - 580004Telephone: (0836)2461244/442/233 Fax: (0836)2461244

    SECTION 1INSTRUCTIONS TO BIDDERS (ITB)

    Section 1: Instructions to Bidders

    1.1 The Chairman, National Highways Authority of India, New Delhi (referred to asEmployer in these documents) invites bids for the construction of works (asdefined in these documents and referred to as "the works") detailed in the table

    given in IFB.1.2 The successful bidder will be expected to complete the works by the intended

    completion date specified in the Contract Data.1.3 Throughout these bidding documents, the terms bid and tender and their

    derivatives (bidder/tenderer, bid/tender, bidding/tendering, etc.) aresynonymous.

    2. Source of Funds

    2.1 The expenditure on the project will be met from the budget of NationalHighways Authority of India.

    3. Eligible Bidders

    3.1 This Invitation for Bidis open to all firms who are eligible for award of work.

    3.2

    4. Qualification of the Bidder

    4.1 All bidders shall provide in Section 2, Qualification Information, a preliminarydescription of the proposed work method and schedule, including drawings andcharts, as necessary. The proposed methodology should include program ofconstruction backed with equipment planning and deployment duly supported withbroad calculations and quality assurance procedures proposed to be adoptedjustifying their capability of execution and completion of the work as per technicalspecifications within the stipulated period of completion.

    4.2 Qualification of bidders will be undertaken on receipt of bids, only bids fromqualified bidders will be considered for award of Contract. These qualified biddersshould submit with their bids any information updating their qualification

    applications. Availability, for this work, of key personnel. A list of key personnelrequired to be deployed is given in Annex II.

    3

    http://www.nhai.org/http://www.nhai.org/
  • 7/28/2019 216 -2 Tender Structure

    4/52

    4.6 Deleted

    4.7 Bidders who meet the minimum qualification criteria will be qualified only if their

    available bid capacity is more than the estimated cost of the project indicated inthe IFB. The available bid capacity will be calculated as under:

    Assessed Available Bid capacity = (2*A*N - B)

    Where

    A = Maximum value of civil engineering works executed in any one year during thelast five years from 2000-2001 to 2004-2005 (updated to 2005-2006 pricelevel) taking into account the completed as well as works in progress.

    N = Number of years prescribed for completion of the works for which bidsare invited.

    B = Value, at 2005-06 price level, of existing commitments and on-going works tobe completed during the period of completion of the work for which bids areinvited.

    Note:(i) The statements showing the value of existing commitments and on-going works

    as well as the stipulated period of completion remaining for each of the workslisted should be countersigned by the Engineer in charge, not below the rank ofan Executive Engineer or equivalent or certified by authorised signatory of thebidder.

    (ii) For Joint-Ventures, the available bid capacity will be applied for each partner,to the extent of his proposed participation and combined.

    (iii) Multiplying factor for escalation of financial figures will be taken as under:

    2005-06 1.00 2004-05 1.102003-04 1.212002-03 1.332001-02 1.462000-01 1.61

    4.8 Even though the bidders meet the above qualifying criteria, they are subject tobe disqualified if they have:

    - made misleading or false representations in the forms, statements andattachments submitted in proof of the qualification requirements; and/or

    - record of poor performance such as abandoning the works, not properlycompleting the contract, inordinate delays in completion, litigation history, orfinancial failures or debarring from NHAI works etc.;

    5. One Bid per Bidder

    5.16. Cost of Bidding

    4

  • 7/28/2019 216 -2 Tender Structure

    5/52

    6.1 The bidder shall bear all costs associated with the preparation and submissionof his Bid, and the Employer will in no case be responsible and liable forthose costs.

    7. Site visit

    7.1 The Bidder, at the Bidders own responsibility and risk is encouraged to visitand examine the Site of Works and its surroundings and obtain all informationthat may be necessary for preparing the Bid and entering into a contract forconstruction of the Works. The costs of visiting the Site shall be at theBidder's own expense.

    B. Bidding Documents

    8. Content of Bidding Documents

    8.1 The set of bidding documents comprises the documents listed below andaddenda issued in accordance with Clause 10:

    Section Particulars Volume No.Invitation for Bids (IFB) I

    1. Instructions to Bidders (ITB) I2. Qualification Information I3. Conditions of Contract I4. Contract Data I5. Technical Specifications II6. Contractors Bid III7. Bill of Quantities III8. Forms III9. Drawings & Schedule IV10.Documents to be furnished by bidderV

    8.2

    9.2 Pre-bid meeting Not Applicable to this work

    10. Amendment of Bidding Documents

    C. Preparation of Bids

    11. Language of the Bid11.1All documents relating to the bid shall be in the English language. 1-6

    12. Documents comprising the Bid12.1 The bid submitted by the bidder shall comprise the following:(A) Technical Bid

    (i) Bid Security.

    (ii) Qualification Information Form and Documents; (pursuant to Clause 4hereof) and any other materials required to be furnished and submitted by

    5

  • 7/28/2019 216 -2 Tender Structure

    6/52

    bidders in accordance with these instructions. The documents listed underSections 1 and 2 of Sub-Clause 8.1 shall be furnished in without exception.A separate volume will be prepared by the bidder containing thesedocuments and will be named as Volume V.

    (B) Financial Bid(i) Contractors bid (Section 6) duly filled in and signed by bidder.(ii) Priced Bill of Quantities (Section 7) duly filled and signed by bidder.

    12.2 The bidder shall prepare two copies of the Technical and Financial bids,marking them Original and Copy respectively.

    12.3 Following documents, which are not submitted with the bid, will be deemed tobe part of the bid.

    Section Particulars Volume No.

    Invitation for Bids (IFB) I1. Instructions to Bidders I2. Conditions of Contract I3. Contract Data I4. Technical Specifications II5. Forms III6. Drawings & Schedule IV

    13. Bid Prices13.1 The contract shall be for the whole works as described in Sub-Clause 1.1,based on the priced Bill of Quantities submitted by the Bidder.

    13.2 The bidder shall fill in rates and prices (both in figures and words) for all itemsof the Works described in the Bill of Quantities along with total bid price (both infigures and words). Items for which no rate or price is entered by the bidder will notbe paid for by the Employer when executed and shall be deemed covered by theother rates and prices in the Bill of Quantities. However, rates are not to be quotedagainst those items of BOQ for which the quantities are not given. Corrections, ifany, shall be made by crossing out, initialing and rewriting. All pages of the bill ofquantities shall be initialed.

    13.3All duties, taxes, and other levy payable by the contractor under the contract,or for any other cause shall be included in the rates, prices and total Bid Pricesubmitted by the Bidder.

    13.4 The rates and prices quoted by the bidder are subject to adjustment duringthe performance of the Contract in accordance with the provisions of Clause47 of the Conditions of Contract. 1-7

    14. Currencies of Bid and Payment14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian

    Rupees. All payments shall be made in Indian Rupees.

    15. Bid Validity

    6

  • 7/28/2019 216 -2 Tender Structure

    7/52

    15.1 Bids shall remain valid for a period of60 (Sixty) days after the deadline datefor bid submission specified in Clause 20. A bid valid for a shorter periodshall be rejected by the Employer as non-responsive.

    15.2 In exceptional circumstances, prior to expiry of the original time limit, the

    Employer may request that the bidders may extend the period of validity for aspecified additional period. The request and the bidders' responses shall bemade in writing or by cable. A bidder may refuse the request without forfeitinghis bid security. A bidder agreeing to the request will not be required orpermitted to modify his bid, but will be required to extend the validity of his bidsecurity for a period of the extension, and in compliance with Clause 16 in allrespects.

    15.3 Deleted

    16. Bid Security

    16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount asshown in column 4 of the table of IFB for this particular work. This bid security shallbe in favour of National Highways Authority of India, Dharwad in the form ofDemand Draft from the Nationalised Banks.

    16.2 Deleted

    16.3 Any bid not accompanied by Bid Security shall be rejected by the Employeras non-responsive.

    16.4 The bid securities of the bidders except that of five lowest bidders will bereturned as promptly as possible but not later than 28 days after the date ofopening of financial bids. The bid securities of remaining unsuccessfulbidders shall be returned within 28 days of the end of the bid validity periodspecified in sub Clause 15.1.

    16.5 The Bid Security of the successful bidder will be discharged when the bidderhas signed the Agreement and furnished the required Performance Security.1-8

    16.6 The Bid Security shall be forfeited

    (a) if the Bidder withdraws the Bid after Bid opening during the period of Bidvalidity;(b) if the Bidder does not accept the correction of the Bid Price, pursuant to

    Clause 27; or(c) in the case of a successful Bidder, if the Bidder fails within the specified

    time limit to(i) sign the Agreement; or(ii) furnish the required Performance Security.

    17. Alternative Proposals by Bidders17.1 Bidders shall submit offers that fully comply with the requirements of the

    bidding documents, including the conditions of contract (including mobilisationadvance or time for completion), basic technical design as indicated in the

    7

  • 7/28/2019 216 -2 Tender Structure

    8/52

    drawing and specifications. Conditional offer or alternative offers will notbe considered further in the process of tender evaluation.

    18.

    D. Submission of Bids19. Sealing and Marking of Bids19.119.319.4 If the envelopes are not sealed and marked as above, the Employer will

    assume no responsibility for the misplacement or premature opening of theTechnical Bid and Financial Bid.

    20. Deadline for Submission of the Bids20.1 Bids must be received by the Employer at the address specified above not

    later than 14:00 hrs. on 09.01.2006 and will be opened on the same day at

    15:30 Hrs. In the event of the specified date for the submission of bidsdeclared a holiday for the Employer, the Bids will be received up to theappointed time on the next working day.

    20.2 21. Late Bids21.1Any Bid received by the Employer after the deadline prescribed in Clause 20

    will be returned unopened to the bidder.

    22. Modification and Withdrawal of Bids22.1 Bidders may modify or withdraw their bids by giving notice in writing before

    the deadline prescribed in Clause 20.

    22.222.3 No bid may be modified after the deadline for submission of Bids.

    22.4 Withdrawal or modification of a Bid between the deadline for submission ofbids and the expiration of the original period of bid validity specified in Clause15.1 above or as extended pursuant to Clause 15.2 shall result in theforfeiture of the Bid security pursuant to Clause 16.

    22.5

    E. Bid Opening and Evaluation23. Bid Opening23.1 Bid opening shall be carried out in two stages. Firstly, technical bid of all the

    bids received (except those received late) shall be opened on the date andtime mentioned in Clause 20. Financial Bid of those bidders whose technicalbid has been determined to be substantially responsible shall be opened on asubsequent date, which will be notified to such bidders.

    23.2 Opening of Technical Bids23.2.1 Bidders names, withdrawals, modification of technical bid, the presence of

    bid security and such other details, as the Employer may consider

    appropriate will be announced by the Employer at the opening.

    8

  • 7/28/2019 216 -2 Tender Structure

    9/52

    23.2.4 The Employer shall prepare minutes of the bid opening, including theinformation disclosed to those present in accordance with sub-clause23.2.3 hereof.

    23.3 Opening of Financial Bids

    23.3.1 23.3.3 The Employer shall prepare minutes of the bid opening including theinformation disclosed to those in accordance with Clause 23.3.2.

    24. Process to Be Confidential24.1 Information relating to the examination, clarification, evaluation, and

    comparison of Bids and recommendations for the award of a contract shallnot be disclosed to Bidders or any other persons not officially concernedwith such process until the award to the successful Bidder has beenannounced.

    25. Clarification of Bids

    25.125.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any

    matter relating to its bid from the time of the bid opening to the time thecontract is awarded. If the Bidder wishes to bring additional information to thenotice of the Employer, he should do so in writing.

    25.3 Any effort by the Bidder to influence the Employer in the Employer's bidevaluation, bid comparison or contract award decisions may result in therejection of the Bidders bid.

    26. Examination of Bids and Determination of Responsiveness26.126.2.26.3 A substantially responsive Technical or Financial Bid is one, which confirms

    to all the terms, conditions and specifications of the Bidding Documents,without material deviations or reservation. A material deviations or reservationis one

    (a) which affects in any substantial way the scope, quality or performance ofWorks;

    (b) which limits in any substantial way, inconsistent with the Biddingdocuments, the Employers rights or the Bidders obligations under thecontract; or

    (c) whose rectification would affect unfairly the competitive position of theBidders presenting substantially responsive Bids.

    26.426.527. Correction of Errors27.1 Bids determined to be substantially responsive will be checked by the

    Employer for any arithmetic errors. Errors will be corrected by the Employeras follows:

    27.228. Deleted

    29. Evaluation and Comparison of Bids

    9

  • 7/28/2019 216 -2 Tender Structure

    10/52

    29.229.3 The Employer reserves the right to accept or reject any variation, deviation, or

    alternative offer. Variations, deviations, and alternative offers and otherfactors which are in excess of the requirements of the Bidding documents orotherwise result in unsolicited benefits for the Contractor shall not be taken

    into account in Bid evaluation. 1-12

    29.4.

    29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to theEngineer's estimate of the cost of work to be performed under the contract,the Employer may require the Bidder to produce detailed price analyses forany or all items of the Bill of Quantities, to demonstrate the internalconsistency of those prices with the construction methods and scheduleproposed. After evaluation of the price analysis, the Employer may requirethat the amount of the performance. Security set forth in Clause 34 be

    increased at the expense of the successful Bidder to a level sufficient toprotect the Employer against financial loss in the event of default of thesuccessful Bidder under the Contract.

    29.630. Deleted

    F. Award of Contract

    31. Award Criteria31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder

    whose Bid has been determined to be substantially responsive to the Biddingdocuments and who has offered the lowest evaluated Bid Price, provided thatsuch Bidder has been determined to be (a) eligible in accordance with theprovisions of Clause 3, and (b) qualified in accordance with the provisions ofClause 4. No Bidder will be awarded more than two contract packages underthis phase for which pre qualification was invited, subject to their eligibility andbid capacity.

    32. Employer's Right to Accept any Bid and to Reject any or all Bids32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or

    reject any Bid, and to cancel the Bidding process and reject all Bids, at any

    time prior to the award of Contract, without thereby incurring any liability tothe affected Bidder or Bidders or any obligation to inform the affected Bidderor Bidders of the grounds for the Employer's action.

    33. Notification of Award and Signing of Agreement33.133.2 The notification of award will constitute the formation of the Contract, subject

    only to the furnishing of a performance security in accordance with theprovisions of Clause 34.

    33.3

    33.4 Within 28 days (twenty eight days) of the date of signing the Form ofAgreement, the successful bidder shall, if required, have the same

    10

  • 7/28/2019 216 -2 Tender Structure

    11/52

    engrossed, have the correct amount of stamp duty adjudicated by theInspector General of Registrations, Delhi and return the same duly signedand executed on behalf of the successful bidder to the Employer.

    33.5 Upon the furnishing by the successful Bidder of the Performance Security, the

    Employer will promptly notify the other Bidders that their Bids have beenunsuccessful. 1-13

    34. Performance Security34.1 Within 15 days of receipt of the Letter of Acceptance, the successful Bidder

    shall deliver to the Employer a Performance Security in the form of a bankguarantee in the form given in Section 7; for an amount equivalent to 5% ofthe Contract price plus additional security for unbalanced Bids in accordancewith Clause 29.5 of ITB and Clause 52 of Conditions of Contract.

    34.2

    34.3 Failure of the successful Bidder to comply with the requirements of Sub-Clause 34.1 shall constitute sufficient grounds for cancellation of the awardand forfeiture of the Bid Security.

    35 Advance Payment and Security35.1 The Employer will provide an Advance Payment on the Contract Price as

    stipulated in the Conditions of Contract, subject to maximum amount, asstated in the Contract Data.

    36. Dispute Review Expert36.1 The Employer proposes that one of the retired Director General (Road

    Development) or Additional Director Generals of the Ministry of SurfaceTransport (Roads Wing) or similar ranking officers of CPWD and BorderRoads Organisation should be appointed Dispute Review Expert under theContract.

    37. Corrupt or Fraudulent PracticesThe Employer will reject a proposal for award if it determines that the Bidderrecommended for award has engaged in corrupt or fraudulent practices incompeting for the contract in question and will declare the firm ineligible, eitherindefinitely or for a stated period of time, to be awarded a contract with NationalHighways Authority Of India if it at any time determines that the firm has

    engaged in corrupt or fraudulent practices in competing for the contractor, or inexecution.

    37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and

    sub-clause 59.2 of the Conditions of Contract. 1-14Annex I

    TYPE OF MAJOR PLANT & EQUIPMENT REQUIRED TO BE DEPLOYEDON CONTRACT WORK(Refer clause 4.5 B (a))Sl. No. Type of Equipment Nos. Capacity1. Welding Machine 01

    2. Generator 01 64 KV3. Crane 01 25 Tonnes 1-15

    11

  • 7/28/2019 216 -2 Tender Structure

    12/52

    Annex II

    LIST OF KEY PERSONNEL REQUIRED TO BE DEPLOYEDON THE CONTRACT WORK

    (Refer clause 4.5 B (b))

    Sl. No. Personnel Qualification1. Engineer (Mechanical) B.E./B.Tech (Mechanical) + 5 years Exp.

    Skilled workers and operatorMinimum 5% should have obtained certificate of proficiency from anyinstitute/contractor.

    SECTION 2QUALIFICATION INFORMATION AND OTHER FORMS 2-1

    Qualification InformationThe information to be filled in by the Bidder in the following pages will be used forpurposes of post-qualification as provided for in Clause 4 of the Instructions toBidders.

    1.4 Information on Bid Capacity (works for which bids have been submitted andworks which are yet to be completed) as on the date of this bid.

    (A) Existing commitments and on-going works:* Attach certificate(s) from the Engineer(s)-in-Charge Attach certificate fromChartered Accountant2-3(B) Works for which bids already submitted(1) (2) (3) (4) (5) (6) (7)

    1.5 The following items of Contractors Equipment are essential for carrying out theWorks. The Bidder should list all the information requested below, as per hisown planning.

    1.6 Qualifications and experience of key personnel proposed for administration

    and execution of the Contract. Attach biographical data.1.10. Name, address, and telephone, telex, and fax numbers of the Bidders'bankers who may provide references if contacted by the Employer.

    1.13 Proposed work method and schedule. The Bidder should attach descriptions,drawings and charts as necessary to comply with the requirements of theBidding documents. [Refer ITB Clause 4.1].

    1.14 Programme.1.15 Quality Assurance Programme.1.16 Latest Income Tax Clearance Certificate.

    2. Joint Ventures - Agreement to be furnished.

    12

  • 7/28/2019 216 -2 Tender Structure

    13/52

    3. Additional Requirements3.1 Bidders should provide any additional information required to fulfill the

    requirements of Clause 4 of the Instructions to the Bidders, if applicable.(i) Bank Certification for Credit Facility

    SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OFCREDIT FACILITIES(CLAUSE 4.2 (i) OF ITB)BANK CERTIFICATEAFFIDAVIT

    UNDERTAKINGI, the undersigned do hereby undertake that our firm M/s________________________________ would invest a minimum cash up to 25%of the value of the work [part of value of work as joint venture partner] duringimplementation of the Contract.

    ____________________________________(Signed by an Authorised Officer of the Firm)____________________Title of Officer_____________________Name of Firm____________________DATE

    SECTION 3CONDITIONS OF CONTRACTConditions of ContractTable of ContentsA. General Page No. C. Quality Control Page No.1. Definitions 3-1 33. Identifying Defects 3-72. Interpretation 3-2 34. Tests 3-73. Language and Law 3-2 35. Correction of Defects 3-74. Engineer's Decisions 3-2 36. Uncorrected Defects 3-75. Delegation 3-36. Communications 3-3

    7. Subcontracting 3-3 D. Cost Control8. Other Contractors 3-3 37. Bill of Quantities 3-79. Personnel 3-3 38. Changes in the Quantities 3-710. Employers & Contractor's Risks 3-3 39. Variations 3-711. Employer's Risks 3-3 40. Payments for Variations 3-812. Contractors Risks 3-3 41. Cash Flow Forecasts 3-813. Insurance 3-4 42. Payment Certificates 3-814. Site Investigation Reports 3-4 43. Payments 3-815. Queries about the Contract 3-4 44. Compensation Events 3-9 Data 45.

    Tax 3-1016. Contractor to Construct the 3-4 46. Currencies 3-10 Works 47.

    Price Adjustments 3-10

    13

  • 7/28/2019 216 -2 Tender Structure

    14/52

    17. The Works to Be Completed by 3-4 48. Retention 3-10 the IntendedCompletion Date 49. Liquidated Damages 3-10

    18. Approval by the Engineer 3-4 50. Bonus 3-1119. Safety 3-5 51. Advance Payment 3-1120. Discoveries 3-5 52. Securities 3-12

    21. Possession of the Site 3-5 53. Deleted 3-1222. Access to the Site 3-5 54. Cost of Repairs 3-1223. Instructions 3-524. Disputes 3-525. Procedure for Disputes 3-5 E. Finishing the Contract26. Replacement of Dispute Revision 3-5 Expert 55. Completion 3-12

    B. Time Control 56. Taking Over 3-1227. Program 3-6 57. Final Account 3-1228. Extension of the Intended 3-6 58. Operating and Maintenance 3-12

    Completion Date Manuals 59. Termination 3-12

    29. Acceleration 3-6 60. Payment upon Termination 3-1330. Delays Ordered by the 3-6 61. Property 3-13

    Engineer 62. Release from Performance 3-1331. Management Meetings 3-632. Early Warning 3-6

    Special Conditions of Contract 3-14 To 3-16

    3 1 Conditions of ContractSec.-3A. General1. Definitions

    Bill of Quantities means the priced and completed Bill of Quantities formingpart of the Bid.Compensation Events are those defined in Clause 44 hereunder. TheCompletion Date is the date of completion of the Works as certified by theEngineer in accordance with Sub Clause 55.1.The Contract is the contract between the Employer and the Contractor toexecute, complete and maintain the Works. It consists of the documents listedin Clause 2.3 below.The Contract Data defines the documents and other information, which

    comprise the Contract.The Contractor is a person or corporate body whose Bid to carry out theWorks has been accepted by the Employer.The Contractor's Bid is the completed Bidding document submitted by theContractor to the Employer.The Contract Price is the price stated in the Letter of Acceptance andthereafter as adjusted in accordance with the provisions of the Contract.Days are calendar days; months are calendar months.A Defect is any part of the Works not completed in accordance with theContract.The Dispute Review Expert is the person appointed jointly by the Employer

    and the Contractor to resolve disputes in the first instance, as provided for in

    14

  • 7/28/2019 216 -2 Tender Structure

    15/52

    Clauses 24 and 25. The name of the Dispute Review Expert is defined in theContract Data.The Defects Liability Period is the period named in the Contract Data andcalculated from the Completion Date.The Employer is the party who will employ the Contractor to carry out the

    Works.The Engineer is the person named in the Contract Data (or any othercompetent person appointed and notified to the contractor to act in replacementof the Engineer) who is responsible for supervising the Contractor,administering the Contract, certifying payments due to the Contractor, issuingand valuing Variations to the Contract, awarding extensions of time, andvaluing the Compensation Events.Equipment is the Contractor's machinery and vehicles brought temporarily tothe Site to construct the Works.The Initial Contract Price is the Contract Price listed in the Employer's Letterof Acceptance.

    The Intended Completion Date is the date on which it is intended that theContractor shall complete the Works. The Intended Completion Date isspecified in the Contract Data. The Intended Completion Date may be revisedonly by the Engineer by issuing an extension of time.Materials are all supplies, including consumables, used by the contractor forincorporation in the Works.Plant is any integral part of the Works which is to have a mechanical, electrical,electronic or chemical or biological function. 3 2.The Site is the area defined as such in the Contract Data.Site Investigation Reports are those which were included in the Biddingdocuments and are factual interpretative reports about the surface and sub-surface conditions at the site.Specification means the Specification of the Works included in the Contractand any modification or addition made or approved by the Engineer.The Start Date is given in the Contract Data. It shall be 21 days from the dateof issue of the notice to proceed with the work. The notice to proceed shall beissued with in 45 days of signing of Agreement.A Subcontractoris a person or corporate body who has a Contract with theContractor to carry out a part of the work in the Contract which includes workon the Site.Temporary Works are works designed, constructed, installed, and removed by

    the Contractor which are needed for construction or installation of the Works.A Variation is an instruction given by the Engineer which varies the Works.The Works are what the Contract requires the Contractor to construct, install,and turn over to the Employer, as defined in the Contract Data.

    2. Interpretation2.3 The documents forming the Contract shall be interpreted in the following order

    of priority:(1) Agreement(2) Letter of Acceptance, notice to proceed with the works(3) Contractors Bid

    (4) Contract Data(5) Conditions of Contract including Special Conditions of Contract

    15

  • 7/28/2019 216 -2 Tender Structure

    16/52

    (6) Specifications(7) Drawings & Schedule(8) Bill of quantities and(9) Any other document listed in the Contract Data as forming part of the Contract.

    3. Language and Law3.1 The language of the Contract and the law governing the Contract are stated in

    the Contract Data.

    4. Engineer's Decisions4.1 Except where otherwise specifically stated, the Engineer will decide contractual

    matters between the Employer and the Contractor in the role representing theEmployer. 3 3

    5. Delegation5.1 The Engineer may delegate any of his duties and responsibilities to other

    people except to the Dispute Review Expert after notifying the Contractor andmay cancel any delegation after notifying the Contractor.

    6. Communications

    7. Subcontracting7.1 The Contractor may subcontract any portion of work, up to a limit specified in

    Contract Data with the approval of the Employer. Subcontracting does notalter the Contractor's obligations.

    8. Other Contractors9. Personnel9.19.2 If the Engineer asks the Contractor to remove a person who is a member of the

    Contractors staff or his work force stating the reasons the Contractor shallensure that the person leaves the Site within seven days and has no furtherconnection with the work in the Contract.

    10. Employers and Contractor's Risks

    11. Employer's Risks

    11.1 The Employer is responsible for the excepted risks which are (a) in so far asthey directly affect the execution of the Works in the Employers country, therisks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution,insurrection or military or usurped power, civil war, riot commotion or disorder(unless restricted to the Contractors employees), and contamination from anynuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a causedue solely to the design of the Works, other than the Contractors design.

    12. Contractors Risks

    12.1All risks of loss of or damage to physical property and of personal injury and

    death which arise during and in consequence of the performance of the

    16

  • 7/28/2019 216 -2 Tender Structure

    17/52

    Contract other than the excepted risks are the responsibility of the Contractor.3 4

    13. Insurance13.1 The Contractor shall provide, in the joint names of the Employer and the

    Contractor, insurance cover from the Start Date to the end of the DefectsLiability Period, in the amounts and deductibles stated in the Contract Datafor the following events which are due to the Contractors risks:

    (a) loss of or damage to the Works, Plant and Materials and equipment;(b) loss of or damage of property (except the Works, Plant, Materials and

    Equipment) in connection with the Contract; and(c) personal injury or death.

    14. Site Investigation Reports14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation

    Reports referred to in the Contract Data, supplemented by any information

    available to the Bidder.

    15. Queries about the Contract Data16. Contractor to Construct the Works16.1 The Contractor shall construct and install the Works in accordance with the

    Technical Specifications and Drawings.

    17. The Works to Be Completed by the Intended Completion Date17.1 The Contractor may commence execution of the Works on the Start Date and

    shall carry out the Works in accordance with the program submitted by theContractor, as updated with the approval of the Engineer, and complete themby the Intended Completion Date.

    18. Approval by the Engineer18.1 The Contractor shall submit Design, Specifications and Drawings showing the

    proposed Temporary Works and Space Frame Structure to the Engineer, whois to approve them if they comply with the desired specifications anddrawings.

    18.2 The Contractor shall be responsible for design of Temporary Works andSpace Frame Structure.

    18.3 The Engineer's approval shall not alter the Contractor's responsibility fordesign of the Temporary Works and Space Frame Structure.

    19. Safety19.1 The Contractor shall be responsible for the safety of all activities on the Site.

    20. Discoveries21. Possession of the Site21.1 The Employer shall give possession of all parts of the Site to the Contractor. If

    possession of a part is not given by the date stated in the Contract Data the

    Employer is deemed to have delayed the start of the relevant activities andthis will be Compensation Event.

    17

  • 7/28/2019 216 -2 Tender Structure

    18/52

    22. Access to the Site

    23. Instructions23.1 The Contractor shall carry out all instructions of the Engineer which comply

    with the applicable laws where the Site is located.

    23.2 The Contractor shall permit the Employer to inspect the Contractors accountsand records relating to the performance of the Contractor and to have themaudited by auditors appointed by the Bank, if so required by the Employer.

    24. Disputes24.1 If the Contractor believes that a decision taken by the Engineer was either

    outside the authority given to the Engineer by the Contract or that thedecision was wrongly taken, the decision shall be referred to the DisputeReview Expert within 14 days of the notification of the Engineer's decision.

    25. Procedure for Disputes25.1 The Dispute Review Expert shall give a decision in writing within 28 days of

    receipt of a notification of a dispute.

    25.2 He shall be paid daily at the rate specified in the Contract Data together withreimbursable expenses of the types specified in the Contract Data and thecost shall be divided equally between the Employer and the Contractor,whatever decision is reached by the Dispute Review Expert. Either party mayrefer a decision of the Dispute Review Expert to an Arbitrator within 28 daysof his written decision. If neither party refers the dispute to arbitration withinthe above 28 days, the Dispute Review Experts decision will be final andbinding.

    25.3 The arbitration shall be conducted in accordance with the arbitrationprocedure stated in the Special Conditions of Contract.

    26. Replacement of Dispute Review Expert26.1

    B. Time Control

    27. Program27.1 Within the time stated in the Contract Data the Contractor shall submit to theEngineer for approval a Program showing the general methods,arrangements, order, and timing for all the activities in the Works along withmonthly cash flow forecast.

    27.4 The Engineer's approval of the Program shall not alter the Contractor'sobligations. The Contractor may revise the Program and submit it to theEngineer again at any time. A revised Program is to show the effect ofVariations and Compensation Events.

    28. Extension of the Intended Completion Date

    18

  • 7/28/2019 216 -2 Tender Structure

    19/52

    28.1 The Engineer shall extend the Intended Completion Date if a CompensationEvent occurs or a Variation is issued which makes it impossible forCompletion to be achieved by the Intended Completion Date without theContractor taking steps to accelerate the remaining work and which wouldcause the Contractor to incur additional cost.

    28.229. Deleted

    30. Delays Ordered by the Engineer30.1 The Engineer may instruct the Contractor to delay the start or progress of any

    activity within the Works.31. Management Meetings

    32. Early WarningC. Quality Control

    33. Identifying Defects33.1 The Engineer shall check the Contractor's work and notify the Contractor of

    any Defects that are found. Such checking shall not affect the Contractor'sresponsibilities. The Engineer may instruct the Contractor to search for aDefect and to uncover and test any work that the Engineer considers mayhave a Defect.

    34. Tests34.1 If the Engineer instructs the Contractor to carry out a test not specified in the

    Specification to check whether any work has a Defect and the test shows thatit does, the Contractor shall pay for the test and any samples. If there is noDefect the test shall be a Compensation Event.

    35. Correction of Defects35.1 The Engineer shall give notice to the Contractor of any Defects before the

    end of the Defects Liability Period, which begins at Completion and is definedin the Contract Data. The Defects Liability Period shall be extended for aslong as Defects remain to be corrected.

    35.236. Uncorrected Defects

    36.1 If the Contractor has not corrected a Defect within the time specified in theEngineers notice, the Engineer will assess the cost of having the Defectcorrected, and the Contractor will pay this amount.

    D. Cost Control37. Bill of Quantities37.1 The Bill of Quantities shall contain items for the construction, installation,

    testing, and commissioning work to be done by the Contractor.

    37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor

    is paid for the quantity of the work done at the rate in the Bill of Quantities foreach item.

    19

  • 7/28/2019 216 -2 Tender Structure

    20/52

    38. Alterations Additions and Omissions38.1 Variations:The Engineer shall make any variation of the form, quality or quantity of the worksor any part thereof that may, in his opinion, be necessary and for that purpose, or if

    for any other reason it shall, in his opinion be desirable, he shall have power toorder the contractor to do and the contractor shall do any of the following;(a) increase or decrease the quantity of any work included in the contract,(b) omit any such work.(c) Change the Character or quality or kind of any such work,(d) Change the levels, lines, position and dimensions of any part of the works, and(e) Execute additional work of any kind necessary for the completion of the work

    and no such variation shall in any way vitiate or invalidate the contract, but thevalue, if any of all such variations shall betaken into account in ascertaining theamount of the contract price. 3 - 8

    38.2 Orders for Variations to be in writing:No such variations shall be made by the contractor without an order in writing ofthe Engineer,39.1 Valuation of Variations:All variations referred to in Clause 38 and any additions to the Contract Pricewhich are required to be determined in accordance with Clause 39 (for thepurposes of this Clause referred to as varied work), shall be valued at the ratesand prices set out in the Contract if, in the opinion of the Engineer, the same shallbe applicable. If the Contract does not contain any rates or prices applicable to thevaried work, the rates and prices in the Contract shall be used as the basis forvaluation so far as may be reasonable, failing which, after due consultation by theEngineer with the Employer and the Contractor, suitable rates or prices shall beagreed upon between the Engineer and the Contractor.39.2 Power of Engineer to Fix Rates:

    39.3 Variation Exceeding 15 Percent:If, on the issue of the Taking over Certificate for the whole of the works, it is foundthat as a result of:(a) all varied work valued under Sub-Clauses 38.1 and 39.2, and(b) all adjustment upon measurement of the estimated quantities set out in the bill

    of quantities, excluding Provisional Sums and adjustments of price made under

    clause 47.

    39.4 The revised procedures for approval of variations are as under-(i) Variations in individual BOQ items: The Engineer is authorized to

    issue variation order up to 1% of contract value and up to a maximum of25% of the BOQ item.

    (ii) New items (Non-BOQ items): Before issuing orders to execute newitems of work (non BOQ items) Engineer shall obtain technicalapproval from NHAI. The powers for granting technical approval shall beexercised at Headquarters as under.

    (iii) Overall Variations under Contract: Subject to provisions under (i) & (ii)

    above the Engineer is authorized to issue cumulative variations upto alimit of 10% of the original contract value (less negative

    20

  • 7/28/2019 216 -2 Tender Structure

    21/52

    variations/savings). The overall limit shall apply collectively on all BOQitems as well as non-BOQ items and shall include all the variationsissued till that point of time including those approved otherwise than bythe Engineer. The overall limit shall be exclusive of escalation.

    (iv) Variations beyond above limits: Any variation beyond above limits

    (individual items and overall variations) shall be approved by theemployer.

    40. Payments for Variations40.3 If the Contractor's quotation is unreasonable, the Engineer may order the

    Variation and make a change to the Contract Price which shall be based onEngineers own forecast of the effects of the Variation on the Contractor'scosts.

    40.441. Cash flow forecasts

    41.1 When the Program is updated, the contractor is to provide the Engineer withan updated cash flow forecast.

    42. Payment Certificates42.1 The Contractor shall submit to the Engineer monthly statements of the

    estimated value of the work completed less the cumulative amount certifiedpreviously.

    42.2 The Engineer shall check the Contractor's monthly statement within 14 days

    42.7 Provisional Payments: Payments shall also be made to the contractorprovisionally for the permanent works done in the first fortnight of a months,within 7(seven) days of the receipt of such request from the contractor. Thevalue of work done shall be assessed on rough estimation; measurementshall not be recorded. Amount of provisional payment in a month shall notexceed 1(one) percent of the contract price and shall be adjusted in monthlypayments.

    42.8 The Engineer shall on the basis of the statement recommend to the Employerfor part payment an amount of 75% of the net bill amount considered by himto be justifiable and reasonable within 6 days of the receipt of the monthly

    statement referred to in sub-clause 42.1.

    43. Payments43.1 Payments shall be adjusted for deductions for advance payments, retention,

    other recoveries in terms of the contract and taxes, at source,43.2 If an amount certified is increased in a later certificate as a result of an award

    by the Dispute Review Expert or an Arbitrator, the Contractor shall be paidinterest upon the delayed payment 43.3 Items of the Works for which no rateor price has been entered in will not be paid for by the Employer and shall bedeemed covered by other rates and prices in the Contract.

    44. Compensation Events

    21

  • 7/28/2019 216 -2 Tender Structure

    22/52

    44.1 The following are Compensation Events unless they are caused by theContractor:

    (a) The Employer does not give access to a part of the Site by the SitePossession Date stated in the Contract Data.

    (b) The Employer modifies the schedule of other contractors in a way which

    affects the work of the contractor under the contract.(c) The Engineer orders a delay or does not issue drawings, specifications or

    instructions required for execution of works on time.(d) The Engineer instructs the Contractor to uncover or to carry out additional

    tests upon work which is then found to have no Defects.(e) The Engineer does not approve for a subcontract to be let, within 15 days.(f) Ground conditions are substantially more adverse than could reasonably

    have been assumed before issuance of Letter of Acceptance from theinformation issued to Bidders (including the Site Investigation Reports), frominformation available publicly and from a visual inspection of the Site.

    (g) The Engineer gives an instruction for dealing with an unforeseen condition,

    caused by the Employer, or additional work required for safety or otherreasons.

    (h) The advance payment is delayed, beyond 28 days after receipt ofapplication and acceptable bank guarantee.

    (i) The effect on the Contractor of any of the Employers Risks.(j) The Engineer unreasonably delays issuing a Certificate of Completion.(k) Other Compensation Events listed in the Contract Data or mentioned in the

    Contract. 3 11

    44.2 If a Compensation Event would cause additional cost or would prevent thework being completed before the Intended Completion Date, the ContractPrice shall be increased and/or the Intended Completion Date is extended.

    44.3

    47. Price AdjustmentThis Clause is applicable only for those projects with completion period of morethan one year.

    47.1 Contract price shall be adjusted for increase or decrease in rates and price oflabour, materials, fuels and lubricants in accordance with the following principlesand procedures and as per formula given in the contract data:

    (a) The price adjustment shall apply for the work done from the start date givenin the contract data upto end of the initial intended completion date orextensions granted by the Engineer and shall not apply to the work carriedout beyond the stipulated time for reasons attributable to the contractor.

    (b) The price adjustment shall be determined during each quarter from theformula given in the Contract Data.

    48. Retention48.1 The Employer shall retain from each payment due to the Contractor the

    proportion stated in the Contract Data until Completion of the whole of the

    Works.

    22

  • 7/28/2019 216 -2 Tender Structure

    23/52

    48.2 On Completion of the whole of the Works half the total amount retained isrepaid to the Contractor and half when the Defects Liability Period haspassed and the Engineer has certified that all Defects notified by the Engineerto the Contractor before the end of this period have been corrected. 3 12

    48.3 When cumulative retention money reaches maximum limit as stated inContract Data, the contractor may substitute retention money with an ondemand Bank guarantee.

    49. Liquidated Damages49.1 The Contractor shall pay liquidated damages to the Employer at the rate per

    day stated in the Contract Data

    49.3 Liquidated damages for delayIf the contractor fails to comply with the time for completion as stipulated in the

    tender, then the contractor shall pay to the employer the relevant sum stated in theContract Data as Liquidated damages

    49.4

    50. Bonus50.1 If the contractor achieves completion of the whole of the works prior to the

    Intended Completion Date prescribed in Contract Data (extension of timepursuant to Clause 28 will not be considered) the Employer shall pay to thecontractor a sum stated in Contract Data as bonus for every completed monthpayment of bonus.

    51. Advance Payment51.1 The Employer shall make advance payment to the Contractor of the amounts

    stated in the Contract Data by the date stated in the Contract Data, againstprovision by the Contractor of an Unconditional Bank Guarantee

    51.2 The Contractor is to use the advance payment only to pay for Equipment,Plant and Mobilization expenses required specifically for execution of theWorks. The Contractor shall demonstrate that 3 13 advance payment hasbeen used in this way by supplying copies of invoices or other documents to

    the Engineer.

    51.3

    51.4 Secured Advance:The Engineer shall make advance payment in respect of materials intended for butnot yet incorporated in the Works in accordance with conditions stipulated in theContract Data.

    52. Securities52.1 The Performance Security (including additional security for unbalanced bids)

    shall be provided to the Employer no later than the date specified in the Letterof Acceptance and shall be issued in an amount and form and by a bank or

    23

  • 7/28/2019 216 -2 Tender Structure

    24/52

    surety acceptable to the Employer, and denominated in Indian Rupees. ThePerformance Security shall be valid until a date 28 days from the date ofexpiry of Defects Liability Period and the additional security for unbalancedbids shall be valid until a date 28 days from the date of issue of the certificateof completion.

    53. Deleted54. Cost of RepairsE. Finishing the Contract55. Completion55.1 The Contractor shall request the Engineer to issue a Certificate of Completion

    of the Works and the Engineer will do so upon deciding that the Work iscompleted.

    56. Taking Over56.1 The Employer shall take over the Site and the Works within seven days of the

    Engineer issuing a certificate of Completion.

    57. Final Account57.1 The Contractor shall supply to the Engineer a detailed account of the total

    amount that the Contractor considers payable under the Contract before theend of the Defects Liability Period. The Engineer shall issue a Defect LiabilityCertificate and certify any final payment that is due to the Contractor within 56days of receiving the Contractor's account if it is correct and complete.

    58. Operating and Maintenance Manuals58.1 If as built Drawings and/or operating and maintenance manuals are

    required, the Contractor shall supply them by the dates stated in the ContractData.

    58.2 If the Contractor does not supply the Drawings and/or manuals by the datesstated in the Contract Data, or they do not receive the Engineers approval,the Engineer shall withhold the amount stated in the Contract Data frompayments due to the Contractor. 3 14

    59. Termination59.1 The Employer or the Contractor may terminate the Contract if the other party

    causes a fundamental breach of the Contract.

    59.2 Fundamental breaches of Contract include, but shall not be limited to thefollowing:

    (a) the Contractor stops work for 28 days when no stoppage of work is shownon the current Program and the stoppage has not been authorized by theEngineer;

    (b) the Engineer instructs the Contractor to delay the progress of the Worksand the instruction is not withdrawn within 28 days;

    (c) the Employer or the Contractor is made bankrupt or goes into liquidationother than for a reconstruction or amalgamation;

    (d) a payment certified by the Engineer is not paid by the Employer to theContractor within 56 days of the date of the Engineer's certificate;

    24

  • 7/28/2019 216 -2 Tender Structure

    25/52

    (e) the Engineer gives Notice that failure to correct a particular Defect is afundamental breach of Contract and the Contractor fails to correct it within areasonable period of time determined by the Engineer;

    (f) the Contractor does not maintain a security which is required;(g) the Contractor has delayed the completion of works by the number of days

    for which the maximum amount of liquidated damages becomes payable asdefined in the Contract data; and

    (h) if the Contractor, in the judgment of the Employer has engaged in corrupt orfraudulent practices in competing for or in the executing the Contract.

    For the purpose of this paragraph: corrupt practice means the offering, giving,receiving or soliciting of any thing of value to influence the action of a public officialin the procurement process or in contract execution. Fraudulent practice means amisrepresentation of facts in order to influence a procurement process or theexecution of a contract to the detriment of the Borrower, and includes collusivepractice among Bidders (prior to or after bid submission) designed to establish bid

    prices at artificial non-competitive levels and to deprive the Borrower of thebenefits of free and open competition.

    59.3 59.4 Notwithstanding the above, the Employer may terminate the Contract forconvenience.

    59.5 If the Contract is terminated the Contractor shall stop work immediately, makethe Site safe and secure and leave the Site as soon as reasonably possible.

    60. Payment upon Termination60.1 If the Contract is terminated because of a fundamental breach of Contract by

    the Contractor, the Engineer shall issue a certificate for the value of the workdone less advance payments

    61. Property61.1All materials on the Site, Plant, Equipment, Temporary Works and Works are

    deemed to be the property of the Employer, if the Contract is terminatedbecause of a Contractors default.

    62. Release from Performance62.1 If the Contract is frustrated by the outbreak of war or by any other event

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

    SPECIAL CONDITIONS OF CONTRACT1. LABOURThe Contractor shall, unless otherwise provided in the Contract, make his ownarrangements for the engagement of all staff and labour, local or other, and fortheir payment, housing, feeding and transport.

    2. COMPLIANCE WITH LABOUR REGULATIONS

    25

  • 7/28/2019 216 -2 Tender Structure

    26/52

    SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TOESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTIONWORK.

    a) Workmen Compensation Act 1923:b) Payment of Gratuity Act 1972:

    Employees P.F. and Miscellaneous Provision Act 1952:c) Maternity Benefit Act 1951:d) Contract Labour (Regulation & Abolition) Act 1970:e) Minimum Wages Act 1948:f) Payment of Wages Act 1936:g) Equal Remuneration Act 1979:h) Payment of Bonus Act 1965:i) Industrial Disputes Act 1947:.j) Industrial Employment (Standing Orders) Act 1946:k) Trade Unions Act 1926:l) Child Labour (Prohibition & Regulation) Act 1986:

    m) Inter-State Migrant workmens (Regulation of Employment &Conditions of Service) Act 1979:

    n) The Building and Other Construction workers (Regulation ofEmployment and Conditions of Service) Act 1996 and the Cess Act of1996:

    o) Factories Act 1948:3. ARBITRATION (GCC Clause 25.3)The procedure for arbitration will be as follows:(a) In case of Dispute or difference arising between the Employer and a domestic

    contractor relating to any matter arising out of or connected with thisagreement, such disputes or difference shall be settled in accordance with theArbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3arbitrators one each to be appointed by the Employer and the Contractor. Thethird Arbitrator shall be chosen by the two Arbitrators so appointed by theParties and shall act as Presiding arbitrator. In case of failure of the twoarbitrators appointed by the parties to reach upon a consensus within a periodof 30 days from the appointment of the arbitrator appointed subsequently, thePresiding Arbitrator shall be appointed by the Council of Indian Road Congress.

    (b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a)and (b) above within 30 days after receipt of the notice of the appointment of itsarbitrator by the other party, then the Council of Indian Road Congress shall

    appoint the arbitrator. A certified copy of the order of the Council of Indian RoadCongress making such an appointment shall be furnished to each of theparties.

    (c) Arbitration proceedings shall be held at New Delhi, India, and the language ofthe arbitration proceedings and that of all documents and communicationsbetween the parties shall be English.

    (d) Performance under the contract shall continue during the arbitrationproceedings and payments due to the contractor by the owners shall not bewithheld, unless they are the subject matter of the arbitration proceedings.

    SECTION 4CONTRACT DATA 4 - 1

    26

  • 7/28/2019 216 -2 Tender Structure

    27/52

    Contract DataItems marked "N/A" do not apply in this Contract.Clause Reference with respect to section 3

    1. The Employer is

    Name: Project Director, NHAI, PIU-DharwadAddress: II Cross, Sattur Colony, Vidyagiri, DHARWAD 580 004 [Cl.1.1]Name of Authorized Representative Manager-(Tech)(HQ), PIU- Dharwad

    2. The Engineer is: (will be intimated later)Name of Authorized Representative: (Will be intimated later)

    3. The Dispute Review Expert appointed jointly by the Employer and Contractor is:*Name : _______________________________________*Address : _______________________________________(*to be filled in after the Dispute Review Expert has been appointed) [Cl.1.1]

    4. The Defects Liability Period is 365 days from the date of completion. [Cl.1.1&35]

    5. The Start Date shall be maximum of 21 days from the date of issue of the Noticeto proceed with the work. The Notice to proceed shall be issued within maximum45 days of signing of agreement. [Cl.1.1]

    6. The Intended Completion Date for the whole of the Works is 3 months reckonedfrom Start Date. [Cl.1.1, 17&28]

    7. The Site is located at Km.483/600 of Dharwad - Belgaum Section of NH-4 in theState of Karnataka [Cl. 1.1]

    8. The name and identification number of the Contract is: Construction of TollPlaza with 5+5 lanes (4+1 each side) (excluding road works and pavement works)Km.483.600 in Hirebagewadi Village of Dharwad Belgaum Section on NH-4 in theState of Karnataka. [Cl. 1.1]

    9. The works consist of Construction of Toll Plaza with 5+5 lanes (4+1 each side)(excluding road works and pavement works) a Km.483.600 in HirebagewadiVillage of Dharwad Belgaum Section on NH-4 in the State of Karnataka. The works

    shall, inter alia include the following, as specified or as directed:

    (A) Road Works(B) Building and Electrical Works

    (C) Other ItemsAny other items as required to fulfill all contractual obligations as per the Biddocuments.10. The following documents also form part of the Contract:_________________(N/A)____________________________________[Cl. 2.3(9)]

    11.The law which applies to the Contract is the law of Union of India [Cl. 3.1]

    27

  • 7/28/2019 216 -2 Tender Structure

    28/52

    12. The language of the Contract documents is English

    13. Limit of subcontracting 50% of the Initial Contract Price Proposal for sub-contracting shall contain detailed experience, equipment and personnel of sub-contractor along with items and quantities to be subcontracted. [Cl. 3.1] [Cl. 7.1]

    14. The Schedule of Other Contractors N/A [Cl. 8]

    15. The Schedule of Key Personnel As per Annex-.II to Section I [Cl. 9]

    16. The minimum insurance cover for physical property, injury and death is Rs.5lakhs per occurrence with the number of occurrences limited to four. After eachoccurrence, contractor will pay additional premium necessary to make insurancevalid for four occurrences always. The Insurance Cover as per clause 13 shall befurnished by the contractor before Start Date. [Cl. 13]

    17. Site investigation report N/A [Cl.14]

    18. The Site Possession Dates shall be: The whole site shall be handed over tothe contractor on the Start Date. [Cl. 21] 4 3

    Clause Reference with respect to section 319. Fees and types of reimbursable expenses to be paid to the Dispute ReviewExpert (To be inserted later) [Cl. 25]

    20. Appointing Authority for the Dispute Review Expert - Council, Indian RoadCongress, New Delhi. [Cl. 26]

    21. The period for submission of the program for approval of Engineer shall bemaximum of 10 days from the issue of Letter of Acceptance. [Cl. 27.1]

    22. The period between Program updates shall be 10 days. [Cl. 27.3]

    23. The amount to be withheld for late submission of an updated Program shall beRs. 2 lakhs. [Cl. 27.3]

    24. Substitute the Clause 42.1 as under: The contractor shall submit to the

    Engineer and Employer separately, monthly statement of estimated value of workexecuted less the cumulative amount certified previously. The monthly statementshould indicate the net payable amount taking into account the deductions foradvance payments, retention and other recoveries in terms of contract and taxesat source as applicable under the law.[Cl.42.1]

    29. (a) The proportion of payments retained (retention money) shall be 5% fromeach bill, (excluding secured advance) subject to a maximum of 2.5% ofinitial contract price.

    (b) Substitute Clause 48.3 as under:

    The Contractor may substitute retention money with on demandunconditional bank guarantee(s) when the cumulative retention money

    28

  • 7/28/2019 216 -2 Tender Structure

    29/52

    reaches following stages:(i) 50% of the maximum limit(ii) 100% of the maximum limit [Cl. 48] [Cl. 48.3] 4 - 4

    Nature of AdvanceAmount (Rs.) Conditions to be fulfilled

    i. Mobilisation Advance 10% of the Contract price On submission of un-conditional Bank Guarantee. The Contractor may furnish four unconditionalBank Guarantees of 2.5% each valid for full period. (To be drawn before theend of 20% of Contract period). The contractor shall also furnish requisiteinsurance cover mentioned in clause 13 along with such claim. Theadvance can be claimed in not more than three installments.

    Clause Reference with respect to section 3iii. Secured advance for nonperishable materials brought to site 75% of Invoice

    value.

    35. Repayment of advance payments for mobilization:

    Clause Reference with respect to section 336. Repayment of secured advance:

    37. The Securities shall be for the following minimum amounts equivalent as apercentage of the Contract Price:Performance Security for 5 per cent of contract price plus Rs . ............(to be decided after evaluation of the bid) as additional security in terms of ITBClause 29.5. The standard form of Performance Security acceptable to theEmployer shall be an unconditional Bank Guarantee of the type as presented inSection 8 of the Bidding Documents. [Cl. 52]

    29

  • 7/28/2019 216 -2 Tender Structure

    30/52

    42. The percentage to apply to the value of the work not completed representingthe Employer'sadditional cost for completing the Works shall be20percent[3 Cl.

    30

  • 7/28/2019 216 -2 Tender Structure

    31/52

    VOLUME IISECTION 5 : TECHNICAL SPECIFICATIONS1. Preamble2. PART - I: General Technical Specifications3. PART - II: Supplementary Technical Specifications

    4. Additional Technical Specifications5. PART - III: Specifications for Electrical & Building Works__________________________________________________________________SECTION 51.0 PREAMBLE1.1 The Technical Specifications contained herein shall be read in conjunction with

    the other Bidding Documents as specified in Volume-1.

    1.2 SITE INFORMATION1.2.1 The information given in good faith .. .. the Contractor shall satisfy himselfregarding all aspects of site conditions no claim . . the information by Employer is

    erroneous.

    1.2.3 General Climatic Conditions

    1.2.4 Seismic ZoneThe works are located in Seismic Zone II as defined in IRC : 6-1966.

    2.1 PART - I: General Technical SpecificationsThe General Technical Specifications shall be the SPECIFICATIONS FOR ROADAND BRIDGE WORKS (FOURTH REVISION - August 2001, Reprinted - March2002), issued by the Ministry of Road Transport & Highways, Government of Indiaand published by the Indian Roads Congress (IRC), New Delhi, with a crossreference to relevant Bureau of Indian Standards (BIS) for materials or otheraspects not covered by the IRC.

    2.2 PART- II: Supplementary Technical Specifications1.1.5 Additional Technical Specifications

    1.1.6 In the absence of any definite . . . Specifications;reference may be madeto the latest codes and specifications of IRC and BIS when these are silent,

    . conform to sound engineering practices as approved by the EngineerContractor.

    Scope of WorkThe Works consist of Construction of Toll Plaza with 5+5 lanes (4+1 each side)(excluding road works and pavement works) a Km.483.600 in HirebagewadiVillage of Dharwad Belgaum Section on NH-4 in the State of Karnataka. The worksshall, inter alia, include the following, as specified or as directed:

    A. Road worksB. Miscellaneous

    PART I GENERAL TECHNICAL SPECIFICATIONS

    31

  • 7/28/2019 216 -2 Tender Structure

    32/52

    1.0 This part shall comprise the Specification for Road & Bridge Works (FourthRevision August 2001, Reprinted March 2002), issued by the Ministry of RodTransport and Highways (MORTH), Government of India, all as deemed to bebound into this document.

    1.1 crushed stone . . shall he obtained through the use of crusher / granulatorand vibratory screens of suitable capacity as approved by the Engineer.

    2.0 Quality Control on Works & MaterialsQuality control on materials and execution remains responsibility of the contractor.The Engineer will inspect the work as per the requirements of the Handbook ofQuality Control for Construction of Roads & Runways (IRC Special Publication No.11 & Section-900 of MORTH Specifications).

    3.0 Surveying & Measuring EquipmentsEquipments for surveying and measurement of the work shall be procured by the

    Contractor for site use. The same shall also be made available at site for use bythe Engineer for any work connected with the Contract without any Charge.

    PART Il SUPPLEMENTARY TECHNICAL SPECIFICATION

    SECTION 100 GENERALClause 102 DEFINITIONS.MoRT&H : Ministry of Road Transport. & Highways, Govt. of IndiaNHAI : National Highways Authority of IndiaWBM : Water Bound MacadamWMM : Wet Mix MacadamMDD : Maximum Dry Density (as per IS: 2720-Part 8)

    Clause 103 MATERIALS AND TEST STANDARDS105 SCOPE OF WORKClause 105.3 Clause 106 CONSTRUCTION EQUIPMENTAdequate standby equipment including spare parts shall be available.

    Clause 107 CONTRACT DRAWINGS

    Clause108 SITE INFORMATION

    Clause 108.4 The Contractor shall identify quarries, borrow areas and othersources of materials required for the work. . .

    Clause 109 SETTING OUTSetting out of the road alignment and measurement by Total Station.

    Clause 109.10Add the following as Clause 109.10:

    32

  • 7/28/2019 216 -2 Tender Structure

    33/52

    The Contractor shall provide surveying equipment, surveyors and labourers andshalli. 2 nos. of Precision automaticii. 2 nos. of Total Stations.iii. Precision staff as required

    iv. Steel tape 20 m long. 50 m longv. Towed fifth wheel bump indicator

    Clause 110 PUBLIC UTILITIESAny utility likely to . . to the notice of the Engineer / Employer.

    CLAUSE 111 PRECAUTIONS FOR SAFEGUARDING THE ENVIRONMENT

    Clause 111.3 Quarry Operations

    Clause 111.5 Pollution from Hot-Mix Plants and Batching PlantsClause 111.15 Equipment and Vehicles used for the WorksEquipment and vehicles deployed for the construction activities shall not be olderthan 5 years. Equipment used for road and bridge works shall be based on newtechnology and must not (NOT) generate noise.

    Clause 111.20 Control and Disposal of Wastes

    Clause 111.21 Transport of Hazardous Materials

    Clause 111.22 Emergency Response

    Clause 111.23 Measurement

    Clause 112 ARRANGEMENT FOR TRAFFIC DURING CONSTRUCTION

    Clause 114 SCOPE OF RATES FOR DIFFERENT ITEMS OF WORKClause 114.2 Item (ii) shall read as under:A detailed resources based construction programme including resource planningusing computerized critical path network method / PERT in a form which facilitatescontrol of the progress of the works and consequences of any changes in terms of

    time.

    Clause 115 METHODOLOGY AND SEQUENCE OF WORKThe Clause shall read as follows:

    The Contractor shall submit a methods statement within 28 days after the dateof letter of acceptance.

    The sole responsibility for the safety and adequacy of the methods adopted by theContractor shall rest on the Contractor irrespective of any approval given by theEngineer.

    The following Clause shall be added:Clause 115.1 Approval of Proprietary Product / Process / System

    33

  • 7/28/2019 216 -2 Tender Structure

    34/52

    Only proprietary products proven by International usage in comparable projectsshall be permitted to be used.

    Clause 121 FIELD LABORATORYClause 121.3 Laboratory Equipment

    This Clause shall read as under:The following items of laboratory equipment procured from reputed manufacturersduly approved by the Engineer shall be provided in the field laboratory. Theequipment and instruments shall be new and shall be quality certified by Bureau ofIndian Standards (BIS). It shall include but not be limited to the following:A GeneralB For Soils and Aggregates

    C For Bitumen and Bituminous Mixes

    D For Cement, Cement Concrete and Materials

    Clause 121.4 OwnershipThis clause shall read as under:Land for the laboratory shall be provided by the Contractor.

    Clause 121.5 MaintenanceThe contractor shall arrange to maintain the field laboratory including samplestore yards in a satisfactory manner until the issue of Taking over Certificate forthe whole work. Maintenance includes all activities described in Clause 120.4 andmaintenance of equipment and running of the same including chemicals andconsumables.

    Clause 121.5 DeletedClause 121.6 RatesThe construction, supply, installation, maintenance, and operation including alexpenses involved in connection thereto for the field laboratory shall be incidentalto the work, and shall not be paid separately.

    CLAUSE 123 PROVIDING AND MAINTAINING WIRELESS COMMUNICATIONSYSTEM

    Clause 123.6 RatesThe Contract unit rate for the supply, commissioning and maintenance of cellularphone system shall cover all the expenses towards the supply of all necessaryitems and expenses towards operating the system, guarantee for replacement ofthe phones (which are found defective) during the currency of the Contract and allother incidentals. No separate maintenance charges shall be paid for carrying outperiodic servicing and checking of the system, replacement of components,attending to all necessary repair, payment of air-time charges, subscription feesand taxes, if any, and other incidentals to keep the complete system in satisfactoryworking condition."

    Clause 124 PROVIDING AND MAINTAINING VEHICLES FOR THE ENGINEERThe heading of this Clause shall read as under:

    34

  • 7/28/2019 216 -2 Tender Structure

    35/52

    PROVIDING AND MAINTAINING VEHIDCLES FOR EMPLOYER/ EMPLOYER'SREPRESENTATIVE AND HIS STAFFClause 124.1 ScopeThis Clause shall read as under:"The work covers providing and maintaining vehicles/passenger cars for use by the

    Employer and his representatives as described under the Bill of Quantities".

    SECTION 200 SITE CLEARANCEClause 201 CLEARING AND GRUBBINGClause 201.1 ScopeClause 202 DISMANTLING CULVERTS, BRIDGES AND OTHERSTRUCTURES/ PAVEMENTSClause 202.3 Dismantling Pavements and Other StructuresAdd at the end of first para as follows:Existing bituminous layer in the specified width shall be removed as per Clause501.8.3.2 if there is no need to remove granular layers.

    Clause 202.5 Disposal of MaterialsThe first para shall be read as:All materials obtained from dismantling / milling shall be the property of theContractor for which rebate shall be admissible according to respective BoQ item.The Contractor shall be free to use this material in work as indicated below, or maysell / dispose the material as deemed fit by him except existing pavement crustwhich shall be reused:The Contractor shall be free to use dismantled / milled material, either as is whereis basis or, by suitably modifying the material or, by crushing the material or, bybreaking the material and screening the same, provided it meets the specificationsand is approved by the Engineer.

    Clause 202.6 Measurements for PaymentClause 202.7 RatesAdd at the end of this Clause:The contract unit rates for various items of rebate shall be on the full quantitiesobtained from dismantling taking into account all the operations for reuse ofsalvaged materials and disposal of the balance material within all lead and lifts.

    SECTION 300 EARTHWORK, EROSION CONTROL AND DRAINAGEClause 301 EXCAVATION FOR ROADWAY AND DRAINSClause 301.1 ScopeInsert the following between the words roadway and side drains in the secondline: road shoulders, verge, medians, channel training at culvert / bridges.

    Clause 301.2.1 ClassificationAdd para (f) as under:Hard Rock (controlled blasting)

    Hard rock requiring blasting as described under (c) but where full scale blasting isprohibited for any reason and excavation has to be carried out by less quantity of

    35

  • 7/28/2019 216 -2 Tender Structure

    36/52

    explosive placed at pre-determined critical locations so that maximum returns canbe had.

    Clause 301.6 Preparation of Cut Formation

    Second para shall be read as under:In rocky formation, the rock shall be cut 100 mm below the specified elevation ofbase of WMM and the surface irregularities shall be corrected. The gap betweenrock cut and base of WMM shall be filled with 100 mm thick granular sub base asper grading I of Table 400-1 of Clause 401. The unsuitable material shall bedisposed of in accordance with Clause 301.3.11.

    Clause 301.8 Measurement for PaymentFourth para shall read as follows:Work involved in excavation for roadway and drains shall be measured in unitindicated below:

    (i) Excavation in all classes of soil in non-mountainous terrain cum(ii) Excavation in ordinary rock in non-mountainous terrain cum(iii) Excavation in hard rock with blasting cum(iv) Excavation in hard rock without blasting cum(v) Excavation in hard rock with Controlled blasting cum(vi) Excavation in all classes of soil in mountainous terrain cum(vii) Excavation in ordinary rock in mountainous terrain cum(viii) Preparation of rocky subgarde sq.m.(ix) Stripping, storing and reapplication of top soil cum(x) Disposal of surplus material beyond initial 1000m lead Beyond initial lead but upto 5 km 5 km- 10 km beyond 10 kmcum...cum..cum.km

    Compaction Requirements of Embankment and SubgradePara 8 given below the Table 300-2 shall read as under:The Contractor shall at least 21 working days before commencement of

    construction of embankment and the subgrade, submit the following to theEngineer for approval:i. Values of maximum dry density and optimum moisture content obtained in

    accordance with IS:2720 (Part 8) for each fill material proposed to be usedin the construction of embankment and subgrade;

    ii. Graphs of Density versus moisture content through which values ofmaximum dry density and optimum content determined and given in (i)above;

    iii. Dry density-moisture content-CBR relationships based on heavycompactive efforts conforming to IS:2770 (Part 8) for each fill materialproposed to be used in the subgrade.

    The compaction shall be carried out on approved dry density-moisturerelationship.

    36

  • 7/28/2019 216 -2 Tender Structure

    37/52

    Clause 306 SOIL EROSION AND SEDIMENTATION CONTROLClause 306.4 Measurement for paymentSubstitute Clause 306.4 as follows:

    All temporary sedimentation and pollution control works shall be deemed asincidental to the earthwork and other items of work and as such no separatepayment shall be made for the same.

    SECTION 400 SUB-BASES, BASES (NON-BITUMINOUS) AND SHOULDERSClause 401 GRANULAR SUB BASEClause 401.1 ScopeAdd the following at the end of this Clause:A site trial shall be performed in accordance with Clause 901.16.

    Clause 401.2 MaterialsClause 401.2.1 First para of this Clause shall read as under:The material to be used for the work shall be a mix consisting of crushed stoneaggregate, natural sand, gravel in the required proportion depending upon thegrading of each fraction so as to result in the mix grading confirming to Grading I orGrading II given in Table 400-1.The mix shall be prepared mechanically undercontrol conditions. Use of moorum for GSB, either alone or in combination withother type of material, shall NOT be allowed. The material shall be free fromorganic or other deleterious constituents.

    Table 400-1AIS Sieve Designation Percent by weight passing the IS sieveGrading -I2.36 mm 10-150.85 mm 4-100.425 mm Less than 3

    Clause 406 WET MIX MACADAM SUB-BASE / BASEClause 406.2.1.1 Physical Requirements

    Clause 406.3.3 Preparation of MixThe first para shall be read as follows:Wet mix macadam shall be prepared in an approved Wet Mix Macadam mixingplant of 200 ton / hr capacity having provision for controlled addition of water andforced /positive mixing arrangement.

    Clause 406.3.4 Spreading of MixClause 406.3.5 CompactionDelete second sentence of first para.

    Clause 406.4 Opening to TrafficThe Clause shall be read as follows:

    37

  • 7/28/2019 216 -2 Tender Structure

    38/52

    No vehicular traffic of any kind shall be allowed on the finished WMM surface.

    Clause 409.5 RatesSubstitute second sentence with Cost of providing cement concrete (plain / RCC)

    in covered drain shall be paid in respective items of BoQ.

    SECTION 500 BASE AND SURFACE COURSES (BITUMINOUS)Clause 501 GENERAL REQUIREMENTS FOR BITUMINOUS PAVEMENTLAYERSClause 501.2 Materials

    Clause 502 PRIME COAT OVER GRANULAR BASEClause 502.2.3 Choice of PrimerThis Clause shall read as under:

    The prime coat used for prime coat shall be slow setting type bitumen emulsioncomplying with IS:8887 and CSS-I Grade conforming to ASTM D 2397 / AASHTOM 140, and shall be refinery produced.

    Clause 503 TACK COATClause 503.2 MaterialsThis Clause shall read as under:The binder used for tack coat shall be rapid setting type bitumen emulsioncomplying with IS:8887 and CRS-I Grade conforming to ASTM D 2397 / AASHTOM 140, and shall be refinery produced.

    Clause 504 BITUMINOUS MACADAMClause 504.2.1 BitumenThis Clause shall read as under:The binder shall be paving bitumen of Penetration Grade S 65 complying withIS:73.Add the following sentence at the end of this clause:The wax content in bitumen shall not exceed 4.5%.

    Clause 507 DENSE GRADED BITUMINOUS MACADAM

    Clause 507.2.1 BitumenDelete words indicated in Table 500-10 and insert grade of S 65 in third andfourth lines.Add the following sentence at the end of the Clause:The wax content in bitumen shall not exceed 4.5%.

    Clause 507.2.2 Coarse AggregatesDelete the words crushed gravel or other hard material from the first sentence offirst para.Substitute second para with the following:The constituents of the aggregates shall be produced by integrated crushing and

    screening plant (impact or cone type crusher of capacity 200 ton / hr) and, unless

    38

  • 7/28/2019 216 -2 Tender Structure

    39/52

    otherwise instructed by the Engineer, crushing shall be carried out in at least twostages.

    Clause 516 SLURRY SEAL

    Clause 516.1 ScopeThis Clause shall read as under;The work shall consist of mixing emulsified bitumen, well-graded fine aggregates(with mineral filler) and water, spreading the mixture and rolling on a pavementsurfacing as 3 mm thick surface treatment. The work shall also include the removalof all loose bituminous materials and refilling the same treating as pothole repairand filling wide gaps more than 12 mm wide as per Clause 3004.2.

    Clause 516.2 MaterialsClause 516.2.1 Emulsified bitumenDelete last two sentences beginning with If approved by the Engineer.

    Clause 516.4.2 Surface PreparationDelete first para.

    SECTION 600 CONCRETE PAVEMENTClause 601 DRY LEAN CEMENT CONCRETE SUB-BASE

    Clause 602 CEMENT CONCRETE PAVEMENTSECTION 800 TRAFFIC SIGNS, MARKINGS & OTHER ROADAPPURTENANCESCLAUSE 801 TRAFFIC SIGNS

    CLAUSE 802 OVERHEAD SIGNS

    CLAUSE 803 ROAD MARKINGSClause 803.2 MaterialsThis clause shall read as under:Road markings shall be hot applied thermoplastic compound and the materialshall meet the requirements as specified in Clause 803.4. The road markings shallbe laid in one layer with appropriate road marking machine approved by theEngineer. Before the road-marking machine is used on the permanent works, the

    satisfactory working of machine shall be demonstrated on a suitable site, which isnot part of the permanent works. The rate of application shall be checked andadjusted as necessary before application on a large scale is commenced, andthereafter daily.

    CLAUSE 804CLAUSE 805 ROAD DELINEATORSCLAUSE 806 BOUNDARY STONES

    CLAUSE 808 TUBULAR STEEL RAILING

    Clause 808.2 This Clause shall read as follows:

    39

  • 7/28/2019 216 -2 Tender Structure

    40/52

    a) End posts made out of ISA 50 mm x 50 mm x 5 mm and base plate of MS flat100 mm x 5 mm placed at every 1.5 m center to center.

    b) MS frame made out of ISA 50 mm x 50 mm x 5 mm of size 1.5m x 0.98m.c) 20 mm dia MS bars to form vertical stiffeners at a spacing of 125 mm center to

    center.

    d) Entry gates if any shall be made with material of end posts.e) All posts, stiffeners and accessories shall be painted with two coats of enamel

    paints confirming to relevant IS Specifications.

    CLAUSE 809 CONCRETE CRASH BARRIERCLAUSE 810 METAL BEAM CRASH BARRIER

    SECTION 900 QUALITY CONTROL FOR ROAD WORKS

    Clause 903 QUALITY CONTROL TESTS DURING CONSTRUCTIONClause 903.3 Tests on Sub-bases and Bases (excluding bitumen bound

    bases)Clause 903.3.1 Acceptance CriteriaIn Table 900-3, replace the following against Serial Nos 1 and 4:

    Type of Construction Test Frequency (minimum)1. Granular (iv) Density of compacted layer One test per 1000 m22. Wet Mix (v) Density of compacted layer One test per 1000 m23.

    Riding Quality Test: Roughness measured longitudinallyThe finished bituminous concrete (BC) shall be tested for riding quality(immediately before allowing traffic) by measuring roughness, longitudinally,separately for each lane with the Calibrated Towed Fifth Wheel Bump Integrator.Calibration of Bump Integrator device shall be carried out using the procedurerecommended in the World Bank Technical Publication No. 46. The measuredroughness shall not exceed a value of 2001 mm / km for finished BC layer.Completed layer of BC having roughness in excess of the value 2000 mm / kmshall be paid in accordance with the Deduction Formulae as specified below:

    SECTION 1000 MATERIALS FOR STRUCTURESClause 1002 SOURCES OF MATERIALS

    Clause 1006 CEMENTAdd the following at the end of list of types of cements:Portland Blast Furnace Cement (site blending of blast furnace shall not bepermitted) IS:455Low heat Portland Cement IS:12600Clause 1007 COARSE AGGREGATES

    Clause 1008 SAND / FINE AGGREGATES

    Clause 1009 STEEL

    Clause 1009.2 Steel for PrestressingAdd (e) to the list of codes to which acceptable prestressing steel shall conform:

    40

  • 7/28/2019 216 -2 Tender Structure

    41/52

    (e) Stress relieved low relaxation seven-ply strand for prestressed concrete - IS:14268

    Clause 1009.3 Reinforcement / Untensioned steel

    In the Table 1000.3, replace IS : 1786 High Yield Strength Deformed Bars(HYSD) with IS:1786 Thermo Mechanically Treated (TMT) deformed bars. Anyother reference to HYSD bars in the specifications shall be read as TMT bars.

    A. General

    B. Storinga) Shelf life;b) Maximum & minimum allowable temperature;c) Other instructions (e.g. requirements of stirring);

    C. Dosage

    Workmanship

    SECTION 1500 FORMWORKClause 1501 DESCRIPTIONClause 1502 MATERIALS

    Clause 1503 DESIGN OF FORMWORKClause 1503.2 The following shall be added to this Clause:For distribution of load and load transfer to the ground through staging, anappropriately designed base plate must be provided which shall rest on firm sub-stratum. The loading from the form work shall be distributed to the soil or thepermanent works below (e.g. pile cap) in such a manner that any total ordifferential settlements are within acceptable limits. Subsoil characteristics shall betaken into account while designing the staging to avoid untoward failures. All thepipes etc. used for staging shall be free from kinks, be