184
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT DEPARTMENT OF ROADS Double Lanning of Northern East West Highway …………… Name of Work ……………..Chainage Procuring Agency: …………………………Regional Office, DoR, Thimphu Bid Ref. No.:……….. DoR/RO-Thimphu/2014-2015/TH-01dated 1 st January, 2014

Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Embed Size (px)

Citation preview

Page 1: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

ROYAL GOVERNMENT OF BHUTANMINISTRY OF WORKS & HUMAN SETTLEMENT

DEPARTMENT OF ROADS

Double Lanning of Northern East West Highway

……………Name of Work……………..Chainage

Procuring Agency:…………………………Regional Office, DoR, Thimphu

Bid Ref. No.:………..DoR/RO-Thimphu/2014-2015/TH-01dated 1stJanuary, 2014

Page 2: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

(Revised June 2014)

Preface

Procurement under projects financed by the Royal Government of Bhutan is carried out in accordance with policies and procedures laid down in the Procurement Rules and Regulations 2009.

The Standard Bidding Documents in this publication have been prepared for use by Employers in the Procurement of Works for Works Contracts above Nu. 4(four) Million.

To obtain further information on procurement you may contact:Public Procurement Policy Division

Ministry of Finance

Date of Issue:……..Jan, 2015

Page 3: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instruction to Bidders (ITB) Page: 3 of 128

Table of Contents

Section I. Instructions to Bidders (ITB)..................................................................................................4

Section II. Bidding Data Sheet................................................................................................................... 26

Section III. Eligible Countries...................................................................................................................... 33

Section IV. Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance,

and Contract Agreement....................................................................................................................34

Section V. General Conditions of Contract (GCC)................................................................................47

Section VI. Special Conditions of Contract (SCC)..................................................................................70

Section VII. Specifications and Performance Requirements.............................................................73

Section VIII. Drawings............................................................................................................................. 112

Section IX. Bill of Quantities..................................................................................................................... 113

Section X. Security Forms....................................................................................................................... 124

Form of Bid Security (Bank Guarantee).................................................................................................124

Performance Demand Bank Guarantee................................................................................................. 125

Bank Guarantee for Advance Payment...................................................................................................126

Page 4: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 4 of 128

SectionI. Instructions to Bidders (ITB)

Table of Clauses

A. General 51. Scope of Bid and Source of Funds................................................................................................................52. Fraud and Corruption.......................................................................................................................................53. Eligible Bidders....................................................................................................................................................74. Qualifications of the Bidder............................................................................................................................95. One Bid per Bidder..........................................................................................................................................116. Cost of Bidding.................................................................................................................................................. 127. Site Visit................................................................................................................................................................12

B. Bidding Documents 128. Content of Bidding Documents..................................................................................................................129. Clarification of Bidding Documents.........................................................................................................1210. Amendment of Bidding Documents......................................................................................................13

C. Preparation of Bids 1311. Language of Bid..............................................................................................................................................1312. Documents Comprising the Bid...............................................................................................................1313. Bid Prices.......................................................................................................................................................... 1414. Currencies of Bid and Payment...............................................................................................................1415. Bid Validity.......................................................................................................................................................1516. Bid Security......................................................................................................................................................1517. Alternative Proposals by Bidders...........................................................................................................1618. Format and Signing of Bid.........................................................................................................................16

D. Submission of Bids 1719. Sealing and Marking of Bids.....................................................................................................................1720. Deadline for Submission of Bids.............................................................................................................1821. Late Bids............................................................................................................................................................ 1822. Withdrawal, Substitution and Modification of Bids.......................................................................18

E. Bid Opening and Evaluation 1923. Bid Opening......................................................................................................................................................1924. Confidentiality................................................................................................................................................ 2025. Clarification of Bids......................................................................................................................................2026. Examination of Bids and Determination of Responsiveness......................................................2027. Correction of Errors.....................................................................................................................................2128. Currency for Bid Evaluation.....................................................................................................................2129. Evaluation and Comparison of Bids......................................................................................................2230. Preference for Domestic Bidders...........................................................................................................23

F. Award of Contract 2331. Award Criteria................................................................................................................................................ 2332. Employer’s Right to accept any Bid and to reject any or all Bids.............................................2433. Notification of Award and Signing of Contract.................................................................................2434. Performance Security..................................................................................................................................2435. Advance Payment and Security...............................................................................................................2536. Adjudicator.......................................................................................................................................................25

Page 5: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 5 of 128

Instructions to Bidders (ITB)A. General

1. Scope of Bid and Source of Funds

1.1 The Employer as defined in Section II, Bidding Data Sheet (BDS), invites Bids for the construction of Works, as described in the BDS and Section VI, Special Conditions of Contract (SCC). The name and identification number of the Contract is provided in the BDS and the SCC.

1.2 The successful Bidder will be expected to complete the Works by the Intended Completion Date specified in the Special Conditions of Contract.

1.3 The Employer as defined in Section II, BDS has received a budget from RGoB towards the cost of the Project defined in BDS and intends to apply a part of the funds to cover eligible payments under the contract for this works.

2. Fraud and Corruption

2.1 It is RGoB’s policy to require that Employers, Bidders, Suppliers, Contractors and their Subcontractors observe the highest standards of ethics during the procurement and execution of contracts. In pursuance of this policy, the RGoB:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice” is any intentional act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) "obstructive practice" is

(aa)deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to

Page 6: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 6 of 128investigators in order to materially impede any investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

(bb)acts intended to materially impede the exercise of the inspection and audit rights of the Employer or any organization or person appointed by the Employer and/or any relevant RGoB agency provided for under ITB Sub-Clause 2.1 (d) below.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question.

(c) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that they have, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing contract;

(d) will have the right to require that a provision be included in Bidding Documents and in contracts, requiring Bidders, Suppliers, Contractors and their Subcontractors to permit the Employer, any organization or person appointed by the Employer and/or any relevant RGoB agency to inspect their accounts and records and other documents relating to the Bid submission and contract performance and to have them audited by auditors appointed by the Employer;

(e) requires that Bidders, as a condition of admission to eligibility, execute and attach to their bids an Integrity Pact Statement in the form provided in Section IV, Bidding Forms. Failure to provide a duly executed Integrity Pact Statement shall result in disqualification of the Bid; and

(f) will report any case of corrupt, fraudulent, collusive, coercive or obstructive practice to the relevant RGoB agencies, including but not limited to the Anti-Corruption Commission

Page 7: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 7 of 128(ACC) of Bhutan, for necessary action in accordance with the statutes and provisions of the relevant agency.

2.2 Furthermore, Bidders shall be aware of the provision stated in GCC Sub-Clause 59.1

3. Eligible Bidders 3.1 A Bidder, and all parties constituting the Bidder, shall have the nationality as specified in the Section II Bid Data Sheet and subject to the provisions of Section III, Eligible Countries. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.

3.2 A Bidder shall not have a conflict of interest. All Bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if:

(a) they have at least one controlling partner in common; or

(b) they receive or have received any direct or indirect subsidy from either party; or

(c) they have the same authorized legal representative for purposes of this Bid; or

(d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or

(e) a Bidder participates in more than one Bid in this bidding process. Participation by a Bidder in more than one Bid shall result in the disqualification of all Bids in which such Bidder is involved. However, this does not limit the inclusion of the same subcontractor in more than one Bid; or

(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the Works that are the subject of the Bid or in any other way provided consulting services in any aspect of the preparatory stages leading up to the issue of these Bidding Documents; or

(g) a Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Employer as Project Manager for the Contract implementation; or

Page 8: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 8 of 128(h) a Bidder or any of its affiliates employs or

otherwise engages a close relative of a civil servant who either is employed by the Employer or has an authority over the bidder or its affiliates or over the bid. For the purposes of this Sub-Clause a close relative is defined as immediate family which includes father, mother, brother, sister, spouse and own children.

3.3 A Bidder that is determined to be ineligible pursuant to any of the provisions of this Bidding Document shall not be eligible to be awarded a contract

3.4 Government-owned enterprises in Bhutan shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not a dependent agency of the Employer.

3.5 Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer as the Employer shall reasonably request.

3.6 A firm shall be excluded if:

(a) as a matter of law or official regulation, Bhutan prohibits commercial relations with the country in which the firm is constituted, incorporated or registered; or

(b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, Bhutan prohibits any import of goods or contracting of Works or services from that country in which the firm is constituted, incorporated or registered or any payments to persons or entities in that country.

3.7 A Bidder shall also be excluded if:

(a) he is insolvent or is in receivership or is a bankrupt or is in the process of being wound up, or has entered into an arrangement with his creditors; or

(b) his affairs are being administered by a court, judicial officer or appointed liquidator; or

(c) he has suspended business or is in any analogous situation arising from similar procedures under the laws and regulations of his country of establishment; or

(d) he has been found guilty of professional misconduct by a recognized tribunal or professional body; or

(e) he has not fulfilled his obligations with regard to the payment of taxes, social security or other payments due in accordance with the laws of the country in which he is established or of the

Page 9: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 9 of 128Kingdom of Bhutan; or

(f) he is or has been guilty of serious misrepresentation in supplying information required for any prior registration with the Employer or the Construction Development Board of Bhutan; or

(g) he has been convicted of fraud and/or corruption by a competent authority; or

(h) he has not fulfilled his contractual obligations with the Employer in the past; or

(j) he has been debarred from participation in public procurement by any competent authority as per law.

4. Qualifications of the Bidder

4.1 All Bidders shall provide in Section IV, Forms of Bid, Qualification Information, Letter of Acceptance, and Contract, Integrity Pact, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that pre-qualification of potential Bidders has been undertaken, only Bids from pre-qualified Bidders shall be considered for award of Contract. These qualified Bidders should submit with their Bids any information updating their original pre-qualification applications or, alternatively, confirm in their Bids that the originally submitted pre-qualification information remains essentially correct as at the date of Bid submission. The update or confirmation should be provided in Section IV.

4.3 If the Employer has not undertaken pre-qualification of potential Bidders, all Bidders shall include the following information and documents with their Bids in Section IV, unless otherwise stated in the BDS:

(a) Legal status: copies of original documents defining the constitution or legal status, place of registration, and principal place of business of the Bidder; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) General work experience: annual turnover for each of the last three (3) calendar years for construction works;

(c) Similar work experience: experience in works of a similar nature and size for each of the last five (5) calendar years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts;

(d) Equipment: list of construction equipment owned by the Contractor and those proposed to be hired to be used for implementation of the Contract;

(e) Manpower: qualifications and experience of key

Page 10: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 10 of 128site management and technical personnel proposed for this Contract. A person having a valid contract license cannot be an employee of any bidder

(f) Performance of previous work: performance score card issued by the Procuring Agencies for works done in the last five (5) calendar years;

(g) Financial capacity: evidence of adequacy of working capital for this Contract (access to line(s) of credit);

(h) References: authority to seek references from the Bidder’s bankers;

(i) Litigation: information regarding any litigation, current or during the last five (5) years, in which the Bidder was/isinvolved, the parties concerned, and the disputed amounts; and awards;A consistent history of litigation or arbitration awards against the Applicant or any partner of a JV/C/A may result in disqualification;

(j) Subcontracting: proposals for subcontracting components of the Works amounting to more than twenty percent (20%) of the Contract Price. The ceiling for subcontractors’ participation is stated in the BDS

4.4 Bids submitted by a Joint Venture, Consortium or Association (JV/C/A) of two or more firms as partners shall comply with the following requirements, unless otherwise stated in the BDS:

(a) the Bid shall include all the information listed in ITB Sub-Clause 4.3 above for each JV/C/A partner;

(b) the Bid shall be signed so as to be legally binding on all partners;

(c) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(d) one of the partners shall be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the JV/C/A;

(e) the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge; and

(f) a copy of the JV/C/A Agreement entered into by the partners shall be submitted with the Bid; or a Letter of Intent to execute a JV/C/A Agreement in the event of a successful Bid shall be signed by all partners and submitted with the Bid, together with a copy of the proposed Agreement.

4.5 To qualify for award of the Contract, Bidders shall

Page 11: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 11 of 128meet the following minimum qualifying criteriaandscores awarded accordingly:

(a)Similar works experience: aggregate size of similar works (maximum three) or size of the largest similar work in the last five (5) calendar years;

(b)Access to adequate equipments: list of construction equipment owned by the Contractor and those proposed to be hired to be used for implementation of the Contract against the prescribed list specified in the BDS;

(c) Availability of skilled manpower: availability of skilled and experienced manpower required for the timely and quality execution of the work against the list of manpower with the desired qualification and experience specified in the BDS;

(d) Average performance score from the previous works carried out in the last five (5) calendar years;

(e) Bid capacity of the contractor against the quoted bid calculated using the following formula: Bid Capacity = 2 * A* N - B Where; A= Average turnover of the Contractor over the last 3 calendar years N= Estimated duration of the Project to be tendered B= Portion of other ongoing Works to be completed in the period that overlaps with the current project’s duration (that is N) and

(f) Access to or Availability of Credit Facilities: The amount of line of Credit is specified in BDS.

4.6 In the case of joint ventures, the individual credentials of the joint venture partners need to be averaged using their stake in the JV for the purpose of evaluation under the parameters of similar work experience, performance score from previous work, Bid Capacity and Credit line available. For the parameters of equipment, manpower, Status, Employment of VTI/skilled local labourer and Internship to VTI, the resources or information committed /provided by the JV as a single entity will be considered for award of points.

4.7 Domestic bidders and joint ventures, consortia or associations of domestic bidders who may be eligible for a margin of preference in Bid evaluation shall supply all information to satisfy the criteria for eligibility as described in ITB Clause 3 of these Instructions to Bidders.

4.8 Financial bids of only those Bidders who meet the minimum technical score specified in the BDS will be considered for award of the work.

5. One Bid per Bidder 5.1 Each Bidder shall submit only one Bid, either individually or as a partner in a JV/C/A. A Bidder who submits or participates in more than one Bid (other than

Page 12: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 12 of 128as a subcontractor or in cases of alternatives that have been permitted or requested) shall cause all the proposals with the Bidder’s participation to be disqualified.

6. Cost of Bidding 6.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer shall in no case be responsible or liable for those costs.

7. Site Visit 7.1 The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of Bidding Documents comprises the documents listed below and addenda issued in accordance with ITB Clause 10:

Section I: Instructions to Bidders

Section II: Bidding Data Sheet

Section III: Eligible Countries

Section IV: Forms of Bid, Qualification Information, Evaluation Table, Letter of Acceptance, and Contract

Section V: General Conditions of Contract

Section VI: Special Conditions of Contract

Section VII: Specifications and Performance Requirements

Section VIII: Drawings

Section IX: Bill of Quantities- This comprises a paper hard copy and an electronic copy on CD-ROM.

Section X: Forms of Securities and Invitation for Bids

9. Clarification of Bidding Documents

9.1 A prospective Bidder requiring any clarification of the Bidding Documents may notify the Employer in writing, including by cable, facsimile, telex or electronic mail, at the Employer’s address indicated in the BDS. The Employer shall respond to any request for clarification received earlier than fifteen (15) days prior to the deadline for submission of bids. Copies of the Employer’s response shall be forwarded to all purchasers of the Bidding Documents, including a description of the inquiry, but without identifying its source. Should the clarification result in changes to the essential elements of the Bidding Documents, the Employer shall amend the Bidding Documents, following the procedure in ITB Clause 10 and ITB Sub-Clause 20.2.

9.2 The bidder or his official representative is invited to

Page 13: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 13 of 128attend a pre-bid meeting, which will take place at the place and time stated in BDS.

9.3 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

9.4 The bidder is requested to submit any questions in writing or by facsimile or email to reach the Employer not later than one week before the meeting

9.5 Minutes of the meeting, including the text of the questions raised (without identifying the source of inquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents listed in Sub-Clause 9.1 which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 10 and not through the minutes of the pre-bid meeting.

9.6 Non-attendance of the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of Bids, the Employer may modify the Bidding Documents by issuing addenda.

10.2 Any addendum thus issued shall be part of the Bidding Documents, shall be binding on all Bidders and shall be communicated in writing, including by cable, facsimile, telex or electronic mail, to all purchasers of the Bidding Documents. Prospective Bidders shall acknowledge receipt of each addendum in writing, including by electronic mail, to the Employer.

10.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Employer shall extend, as necessary, the deadline for submission of Bids, in accordance with ITB Sub-Clause 20.2 below.

C. Preparation of Bids

11. Language of Bid 11.1 All documents relating to the Bid shall be in the language specified in the BDS.

12. Documents Comprising the Bid

12.1 The Bid submitted by the Bidder shall comprise the following:

(a) The Bid form (in the format indicated in Section IV – Forms of Bid, Qualification Information, Letter of Acceptance, andContract and Integrity Pact);

(b) Bid Security in accordance with Clause 16;

(c) Priced Bill of Quantities - this must be submitted in paper form, signed by the duly authorized signatory of the Bidder, and also in electronic form on CD-ROM, if required by the Employer;

(d) Qualification Information Form and Documents;

Page 14: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 14 of 128(e) Integrity Pact Statement

(f) Alternative offers where invited;and any other materials required to be completed andsubmitted by Bidders, as specified in the BDS.

13. Bid Prices 13.1 The Contract shall be for the whole Works, as described in ITB 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 for all items of the Works described in the Bill of Quantities. Items for which no rate or price is entered by the Bidder shall not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting.

13.3 The Bidder shall quote its final all-inclusive net price, including all incidental costs, for carrying out the Contract. All duties, taxes and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 30 days prior to the deadline for submission of Bids, shall be included in the rates, prices and total Bid price submitted by the Bidder.

13.4 The rates and prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract if provided for in the BDS and the SCC and the provisions of GCC Clause 47 of the General Conditions of Contract. The Bidder shall submit with the Bid all the information required under the SCC and GCC Clause 47 of the General Conditions of Contract.

14. Currencies of Bid and Payment

14.1 The unit rates and prices shall be quoted by the Bidder entirely in Ngultrum (Nu). Foreign currency requirements shall be indicated as a percentage of the Bid price (excluding provisional sums) and shall be payable at the option of the Bidder in up to three foreign currencies.

14.2 The rates of exchange to be used by the Bidder in arriving at the local currency equivalent and the percentage(s) mentioned in ITB Sub-Clause 14.1 above shall be the selling rates for similar transactions established by the authority specified in the BDS prevailing on the date 30 days prior to the latest deadline for submission of Bids. These exchange rates shall apply for all payments so that no exchange risk shall be borne by the Bidder. If the Bidder uses other rates of exchange, the provisions of ITB Clause 28.1 shall apply. In any case, payments shall be computed using the rates quoted in the Bid.

14.3 Bidders shall indicate details of their expected foreign currency requirements in the Bid.

14.4 Bidders may be required by the Employer to clarify their foreign requirements to substantiate that the amounts included in the rates and prices, if required in the BDS, are reasonable and responsive to ITB Sub-

Page 15: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 15 of 128Clause 14.1.

14.5 In case of International Procurement from countries other than India, the procuring agency may invite bids in convertible currencies. The bids shall however, be evaluated in accordance with Sub-Clause 14.2 above, but the payment shall be made in the currency of bid.

15. Bid Validity 15.1 Bids shall remain valid for the period specified in the BDS.

15.2 In exceptional circumstances, the Employer may request that the Bidders extend the period of validity for a specified additional period. The request and the Bidders’ responses shall be made in writing or by electronic mail. The Bid security required pursuant to ITB Clause 16 shall be extended to 30 days after the deadline of the extended Bid validity period. A Bidder may refuse the request without forfeiting the Bid Security. The refusal to extend the bid by the bidder will make the bid invalid and shall not be further considered for evaluation and award. A Bidder agreeing to the request shall not be required or permitted to modify its Bid, except as provided for in ITB Clause 16.

15.3 In case of contracts, in which the Contract price is fixed (not subject to price adjustment), if the period of Bid validity is extended beyond 60 days, the amounts payable in local and foreign currency to the Bidder selected for award shall be adjusted as specified in the request for extension. Bid evaluation shall be based on the Bid Price without taking the above correction into consideration.

16. Bid Security 16.1 The Bidder shall furnish, as part of the Bid, a Bid Security as specified in the BDS.

16.2 The Bid Security shall be in fixed amount as specified in BDS and denominated in Ngultrum (Nu.) or the currency of the Bid or in another freely convertible currency, and shall:

(a) at the Bidder’s option, be in any of the following forms:

(i) a demand unconditional bank guarantee; or

(ii) a account payee demand draft; or

(iii) a account payee cash warrant.

(b) be issued by a financial institutionin Bhutan acceptable to the Employer andselected by the Bidder.

(c) in the case of a bank guarantee, be substantially in accordance with the form of Bid Security included in Section X: Security Forms, or other form approved by the Employer prior to Bid submission;

(d) be payable promptly upon written demand by the Employer in case the conditions listed in ITB

Page 16: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 16 of 128Sub-Clause 16.5 are invoked;

(e) be submitted in its original form; copies shall not be accepted;

(f) remain valid for a period of 30 days beyond the validity period of the Bids, as extended, if applicable, in accordance with ITB Sub-Clause 15.2.

16.3 Any Bid not accompanied by a responsive Bid Security shall be Rejected by the Employer as non-responsive.

16.4 The Bid Securities of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder furnishing the Performance Security and in any event not later than 30 days after the expiration of the validity of the unsuccessful Bidder’s Bid.

16.5 The Bid Security may be forfeited

(a) if a Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid Submission Sheet, except as provided for in ITB Sub-Clause 15.2; or

(b) if the Bidder that submitted the lowest evaluated Bid does not accept the correction of the Bid price pursuant to Clause 27; or

(c) if the successful Bidder fails within the specified time limit to

(i) sign the Contract; or (ii) furnish the required Performance Security

16.6 The Bid Security of a JV/C/A must be in the name of the JV/C/A that submits the Bid. If the JV/C/A has not been legally constituted at the time of bidding, the Bid Security shall be in the names of all future partners as named in the letter of intent.

17. Alternative Proposals by Bidders

17.1 Alternatives shall not be considered, unless specifically allowed in the BDS. If so allowed, ITB Sub-Clauses 17.1 and 17.2 shall govern, and the BDS shall specify which of the following options shall be allowed:

(a) Option One. A Bidder may submit alternative Bids with the base Bid and the Employer shall only consider the alternative Bids offered by the Bidder whose Bid for the base case was determined to be the lowest-evaluated Bid, or

(b) Option Two. A Bidder may submit an alternative Bid with or without a Bid for the base case. All Bids received for the base case, as well as alternative Bids meeting the Technical Specifications and Performance Requirements pursuant to Section VII, shall be evaluated on their own merits.

17.2 Alternative Bids shall provide all information necessary for a complete evaluation of the alternative by the Employer, including design calculations, technical specifications, breakdown of prices, proposed

Page 17: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 17 of 128construction methods and other relevant details.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original of the documents comprising the Bid as described in ITB Clause 12 , bound with the volume containing the Form of Bid, and clearly marked “ORIGINAL.” In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS, and clearly marked as “COPIES.” In the event of any discrepancy between the original and any copies, or between the original paper form of the Bill of Quantities (or Activity Schedule in the case of lump sum Contracts) and the electronic version on CD-ROM, the original shall prevail.

18.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to ITB Sub-Clause 4.3 (a). Unsigned Form of Bid and BOQ shall make the bid non-responsive. All pages of the Bid where entries or amendments have been made shall be initialed by the person or persons signing the Bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids

19. Sealing and Marking of Bids

19.1 Bidders may always submit their Bids by mail or by hand. When so specified in the BDS, Bidders shall have the option of submitting their Bids electronically. Bidders submitting Bids electronically shall follow the procedures specified in the BDS. The Bidder shall seal the original and all copies of the Bid, including alternative Bids if permitted in accordance with ITB Clause 17, in separate inner envelopes contained within one outer envelope. All envelopes shall be sealed with adhesive or other sealant to prevent reopening.

19.2 The inner envelopes shall

(a) be signed across their seals by the person authorized to sign the Bid on behalf of the Bidder; and

(b) be marked “ORIGINAL”, “ALTERNATIVE” (if any) and “COPIES”;

19.3 The outer envelope shall:

(a) be signed across its seal by the person authorized to sign the Bid on behalf of the Bidder;

(b) be marked “Confidential”;

(c) be addressed to the Employer at the address

Page 18: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 18 of 128provided in the BDS;

(d) bear the name and identification number of the Contract as defined in the BDS and SCC; and

(e) provide a warning not to open before the specified time and date for Bid opening as defined in the BDS.

19.4 In addition to the identification required in ITB Sub-Clause 19.2, the inner envelopes shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late pursuant to ITB Clause 21.

19.5 If the outer envelope is not sealed and marked as above, the Employer shall assume no responsibility for the misplacement or premature opening of the Bid.

20. Deadline for Submission of Bids

20.1 Bids shall be delivered to the Employer at the address specified above no later than the time and date specified in the BDS.

20.2 The Employer may extend the deadline for submission of Bids by issuing an amendment in accordance with ITB Clause 10, in which case all rights and obligations of the Employer and the Bidders previously subject to the original deadline shall then be subject to the new deadline.

21. Late Bids 21.1 Any Bid received by the Employer after the deadline prescribed in ITB Clause 20 shall be returned unopened to the Bidder.

22. Withdrawal, Substitution and Modification of Bids

22.1 Bidders may withdraw, substitute or modify their Bids by giving notice in writing before the deadline prescribed in ITB Clause 20.

22.2 Each Bidder’s withdrawal, substitution or modification notice shall be prepared, sealed, marked and delivered in accordance with ITB Clauses 18 and 19, with the outer and inner envelopes additionally marked “WITHDRAWAL”, “SUBSTITUTION” or “MODIFICATION” as appropriate.

22.3 No Bid may be substituted or modified after the deadline for submission of Bids.

22.4 Withdrawal of a Bid between the deadline for submission of Bids and the expiration of the period of Bid validity specified in the BDS or as extended pursuant to ITB Sub-Clause 15.2 may result in the forfeiture of the Bid Security pursuant to ITB Clause 16. If the lowest or the lowest evaluated bidder withdraws his bid between the periods specified pursuant to clause 22.4, the bid security of the bidder shall be forfeited and in addition the bidder shall pay to the Employer the positive difference of sum, if any with the next lowest Bidder within 14 days of his withdrawal. If the bidder fails to pay the difference within the said date, the bidder shall be debarred by a Competent Authority as per law.

22.5 Bidders may only offer discounts to, or otherwise modify the prices of their Bids, by submitting Bid modifications in

Page 19: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 19 of 128accordance with this clause or included in the initial Bid submission.

E. Bid Openingand Evaluation

23. Bid Opening 23.1 The Employer shall open the Bids, including modifications made pursuant to ITB Clause 22, in the presence of the Bidders’ representatives who choose to attend at the time and in the place specified in the BDS. Any specific opening procedures required if electronic bidding is permitted in accordance with ITB Sub-Clause 20.1 shall be as specified in the BDS.

23.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to ITB Clause 22 shall not be opened.

23.3 The Original and Copies will be opened at the bid opening. The Bidders’ names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid withdrawals, substitutions or modifications, the presence or absence of Bid Security (and any other details the Employer may consider appropriate) responses to any Bidding Documents addenda; fulfillment of any such other specific formal requirements as are prescribed in the Bidding Documents; and such other details as the Employer may consider appropriate, shall be announced by the Employer at the opening. This information also shall be written on a notice board for the public to copy. Any Bid price, discount or alternative Bid price not announced and recorded shall not be taken into account in Bid evaluation.

The bid form including appendices to bid form, bill of quantities, price schedules, bid securities, any discounts offered, and any other important documents shall be initialed by all members of the Bid Opening Committee. All corrections/overwriting will be noted and recorded on each page of the Bill of Quantities. The bid evaluation will be done using the Copies while the Original will be kept in safe custody. If there are any discrepancies between the Original and Copies, the Original shall prevail.

No Bid shall be rejected at Bid opening except for late Bids pursuant to ITB Clause 21. Substitution Bids and modifications submitted pursuant to ITB Clause 22 that are not opened and read out at Bid opening shall not be considered for further evaluation regardless of the circumstances. Late, withdrawn and substituted Bids shall be returned unopened to Bidders.

23.4 The Employer shall prepare Minutes of the Bid opening, including the information disclosed to those present in accordance with ITB Sub- Clause 23.3. The

Page 20: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 20 of 128Minutes shall include, as a minimum:

(a) the Contract title and reference number;

(b) the Bid number;

(c) the Bid deadline date and time;

(d) the date, time and place of Bid opening:

(e) Bid prices, per lot if applicable, offered by the Bidders, including any discounts and alternative offers;

(f) the presence or absence of Bid security and, if present, its amount and validity;

(g) name and nationality of each Bidder, and whether there is a withdrawal, substitution or modification;

(h) the names of attendees at the Bid opening, and of the Bidders they represent (if any);

(i) details of any complaints or other comments made by attendees/representatives attending the Bid opening, including the names and signatures of the attendees/representatives making the complaint(s) and/or comment(s); and

(j) the names, designations and signatures of the members of the Bid Opening Committee.

The Bidders’ representatives and attendees who are present shall be requested to sign the record. The omission of a Bidder’s or other attendee’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

24. Confidentiality 24.1 Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until publication of the award to the successful Bidder has been announced pursuant to ITB Sub-Clause 33.4. Any effort by a Bidder to influence the Employer’s processing of Bids or award decisions may result in the rejection of his Bid. Notwithstanding the above, from the time of Bid opening to the time of Contract award, if any Bidder wishes to contact the Employer on any matter related to the Bidding process, it should do so in writing, including by electronic mail.

25. Clarification of Bids 25.1 To assist in the examination, evaluation and comparison of Bids, the Employer may, at the Employer’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates.The request for clarification and the response shall be in writing, including by electronic mail, but no change in the price or substance of the Bid shall be sought, offered or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in

Page 21: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 21 of 128accordance with ITB Clause 27.

26. Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of Bids, the Employer shall determine whether each Bid (a) meets the eligibility criteria defined in ITB Clause 3; (b) has been properly signed; (c) is accompanied by the Bid Security; and (d) is substantially responsive to the requirements of the Bidding Documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions and specifications of the Bidding Documents, without material deviation or reservation.

A material deviation or reservation is one

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

(b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer’s rights or the Bidder’s obligations under the Contract; or

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

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

27. Correction of Errors 27.1 Bids determined to be substantially responsive shall be checked by the Employer for any arithmetic errors. Errors shall be corrected by the Employer as follows:

a) where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern; and

b) where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted shall govern, unless in the opinion of the Employer there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted shall govern, and the unit rate shall be corrected.

27.2 The corrections will be notified in writing to the individual bidder with a request for written acceptance of the corrections within the specified period as made in the notification. The amount stated in the Bid shall be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid shall be rejected, and the Bid Security may be forfeited in accordance with ITB Sub-Clause 16.5 (b).

28. Currency for Bid 28.1 Bids shall be evaluated as quoted in Ngultrum (Nu) in

Page 22: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 22 of 128Evaluation accordance with ITB Sub-Clause 14.1, unless a Bidder

has used different exchange rates than those prescribed in ITB Sub-Clause 14.2, in which case the Bid shall be first converted into the amounts payable in different currencies using the rates quoted in the Bid and then reconverted to Ngultrum (Nu.) using the exchange rates prescribed in ITB Sub-Clause 14.2.

29. Evaluation and Comparison of Bids

29.1 The Employer shall evaluate and compare only the Bids determined to be substantially responsive in accordance with ITB Clause 26.

29.2 In evaluating the Bids, the Employer shall determine for each Bid the evaluated Bid Price by adjusting the Bid price as follows:

a) making any corrections for errors pursuant to ITB Clause 27;

b) excluding provisional sums and the provision (unless no rates have been asked from the bidders), if any, for contingencies in the Bill of Quantities, but including Daywork, where priced competitively

c) making an appropriate adjustment for any other acceptable variations, deviations or alternative offers submitted in accordance with ITB Clause 17; and

d) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with ITB Sub-Clause 22.5

29.3 The bids shall be evaluated by applying the evaluation criteria, sub criteria and points system specified in the BDS. Each responsive bid will be given a technical score. Financial bids of only those bidders who score the minimum technical score specified in the BDS will be considered to for the 2nd stage of bid evaluation to obtain an overall price preference -financial score. Work will be awarded to the Bidder obtaining the highest overall price preference -financial score which will be obtained using the following formula:

90% * (Lowest quoted bid among qualifying tenders/ financial bid quoted by x) + 10% * Price preference score for x.

29.4 The Employer reserves the right to accept or reject any variation, deviation or alternative offer. Variations, deviations and alternative offers and other factors which are in excess of the requirements of the Bidding Documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation.

29.5 The estimated effect of any price adjustment conditions under GCC Clause 47, during the period of implementation of the Contract, shall not be taken into account in Bid evaluation.

Page 23: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 23 of 12829.6 If the Bid which results in the lowest evaluated Bid

price is abnormally low, seriously unbalanced and/or front loaded in the opinion of the Employer, the Employer shall require the Bidder to produce written explanations of, justifications and detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. Such explanations, justifications and analyses may also include, but are not limited to, details of the technical solutions chosen, exceptionally favorable conditions available to the Bidder for the execution of the Contract, and the originality of the Works proposed by the Bidder. After objective evaluation of the explanations, justifications and price analyses, taking into consideration the schedule of estimated Contract payments, if the Procuring Agency decides to accept the abnormally low, seriously unbalanced and/ or front loaded price, the bidder shall be required to provide additional differential security equivalent to the difference between the estimated amount and the quoted price in addition to the performance security.

30. Preference for Domestic Bidders

30.1 As indicated in the BDS, domestic contractors may receive a margin of preference in Bid evaluation, for which the clause shall apply.

30.2 A domestic bidder shall provide all evidence necessary to prove that it meets the following criteria to be eligible for a margin of preference in the comparison of its Bid with those of Bidders who do not qualify for the preference. A domestic Bidder shall:

a) be registered within Bhutan, constituted under and governed by the civil, commercial or public law of Bhutan, and have its statutory office, central administration or principal place of business there;

b) have majority ownership by nationals of Bhutan;

c) not subcontract more than twenty percent (20%) of the contract price, excluding provisional sums, to foreign contractors, suppliers and/or consultants.

30.3 Joint ventures, Consortia and Associations of domestic firms may be eligible for the margin of preference provided that:

a) the individual partners satisfy the criteria of eligibility of ITB Sub-Clauses 30.2 (a) and (b);

b) the JV/C/A/ is registered in Bhutan:

c) the JV/C/A does not subcontract more than ten percent (10%) of the Contract Price, excluding provisional sums, to foreign firms; and

d) the JV/C/A satisfies any other criteria specified for the purpose of domestic eligibility, as specified in the BDS.

30.4 The procedure used to apply the margin of preference

Page 24: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 24 of 128shall be as stipulated in the BDS.

F. Award of Contract

31. Award Criteria 31.1 Subject to ITB Clause 32, the Employer shall award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding Documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of ITB Clause 3, and (b) qualified in accordance with the provisions of ITB Clause 4.

32. Employer’s Right to accept any Bid and to reject any or all Bids

32.1 Notwithstanding ITB 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 to the affected Bidder or Bidders or anyobligation to inform the affected Bidder or Bidders of the grounds for the Employer’s action.

33. Notification of Award and Signing of Contract

33.1 The Bidder who’s Bid has been accepted shall be notified in writing of the award by the Employer prior to expiration of the Bid validity period. This notification latter (hereinafter and in the General Conditions of Contract called the “Letter of Acceptance”) shall state the sum that the Employer shall pay the Contractor in consideration of the execution, completion and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

33.2 The Letter of Acceptance shall constitute the formation of the Contract, subject to the Bidder furnishing the Performance Security in accordance with ITB Clause 34 and signing the Contract in accordance with ITB Sub-Clause 33.3. It shall be accompanied by two originals of the Contract in the form provided for in Section IV – Forms of Bid, Qualification Information, Letter of Acceptance, and Contract.

33.3 The Contract shall incorporate all agreements between the Employer and the successful Bidder. It shall be signed by the Employer and send to the successful Bidder with the Letter of Acceptance. Within 15 days of the receipt, the successful bidder shall sign the Contract and deliver to the Employer.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer shall notify all other Bidders of the results of the bidding and shall publish a notification of award on the Employer’s website. The notifications to all other Bidders as well as the notification posted on the Employer’s website shall include the following information:

(i) the Bid and lot Numbers

(ii) name of the winning Bidder, and the Price it offered, as well as the duration and summary

Page 25: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section I: Instructions to Bidders (ITB) Page: 25 of 128scope of the contract awarded; and

(iii) the date of the award decision.

34. Performance Security 34.1 Within fifteen (15) working days after receipt of the Letter of Acceptance the successful Bidder shall deliver to the Employer a Performance Security in the amount stipulated in the GCC and in the form stipulated in the BDS, denominated in the type and proportions of currencies in the Letter of Acceptance and in accordance with the GCC.

34.2 If the Performance Security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued, at the Bidder’s option, by a financial institution located in Bhutan.

34.3 Failure of the successful Bidder to comply with the requirements of ITB Sub-Clauses 33.3 and 34.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. If the lowest evaluated bidder fails to produce the performance guarantee and sign the contract then apart from forfeiture of Bid Security, the bidder will also be required to bear the positive difference in contract amount between his bid and the bidder to whom the work has been awarded.

34.4 Upon the successful Bidder’s signing of the Contract and furnishing of the Performance Security pursuant to ITB Sub-Clause 34.1, the Employer shall promptly notify the name of the winning Bidder to each unsuccessful Bidder in accordance with ITB Sub-Clause 33.4 and shall discharge the Bid Securities of the unsuccessful Bidders pursuant to ITB Sub-Clause 16.4.

35. Advance Payment and Security

35.1 The Employer shall provide an Advance Payment on the Contract Price as stipulated in the GCC, subject to a maximum amount, as stated in the BDS. The advance payment shall be guaranteed by a Security in the form provided for in Section X, Security Forms.

36. Adjudicator 36.1 The Employer may propose the person named in the BDS to be appointed as Adjudicator under the Contract. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If, in the Letter of Acceptance, the Employer has not agreed on the bidder’s nomination of the Adjudicator, the Adjudicator may be appointed by mutual consent.

Page 26: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section II: Bidding Data Sheet (BDS) Page: 26 of 128

Section II. Bidding Data Sheet

A. General

ITB 1.1 The Employer is:

……………………………..(Insert)

The name and identification of the contract are:“Double Lanning of Northern East West Highway from ………………….(Insert) Km 546-525 Semtokha-Dochula Road ”

Identification: ……….(Insert)

The Works are:

…………… (Insert) The works consist of earth work for road formation, drainage, structures, slope protection, sub-grade preparation, granular sub-base, wet mix macadam, dense bituminous macadam and asphalt concrete from …………………..(Insert).

ITB 1.2 The Intended Completion Date is: …………………….(Insert) months

ITB 4.3 The information required from Bidders in ITB Sub-Clause 4.3 is modified as follows:In addition to sub-clause 4.3, the bidders shall submit the following:

1. Trade License

2. CDB Certificate

3. Proposed methodology for construction and detail Work Plan

ITB 4.3 (d) The bidder must own below specified minimum requirement of equipment failing which the bid will be treated as nonresponsive:-

The bidder is required to furnish all necessary documents to prove the authenticity of ownership of minimum number of equipment to be owned as listed below and also to demonstrate the ability of the bidder to hire equipment to fulfill the number of equipment specified below. The bidder shall furnish documentary evidence of ownership of minimum number of equipment specified below within 5 working days from the date of issue of letter by the Employer requiring submission of relevant documents failing which his/her bid will be rejected and awarded to the second lowest bidder provided he/she fulfills the requirements as stated above.

The number of equipment to be deployed at a given point of time will vary depending on the site situation. The actual number of equipment to be deployed at a given stage of the project shall be decided by the DoR site in-charge on need basis.

a) For Widening works only

EquipmentNumber required

Own

Excavator 4 2Excavator with rock breaker 1Total Station with 2 prisms and stand 1Asphalt Plant 1Paving Machine 1Vibratory Road Roller (8-10 ton Capacity) 1

user, 02/14/15,
Permanent works
dell, 02/14/15,
why 3 categories of work. I think we have decided at Nganglam to award as complete package??????
dell, 02/14/15,
Is this with e-tool or without e-tool?
Page 27: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section II: Bidding Data Sheet (BDS) Page: 27 of 128Pneumatic Tyred Roller 1Motor Grader 1Wheel Loader 1Static Road Roller (8-10 ton capacity) 1Air Compressor 2 2Bitumen sprayer 1Tipper Trucks 10 5 (O/H)Backhoe 2

Concrete Mixer 7.5 cft capacity or more 2Water Tanker 1

Steel Roller 1

Tractor 2

Plate Compactor 2

Note: -

(O/H) – Owned / Hire

b) For Permanent and Pavement works

Equipment Number required

Own

Excavator 4 2Excavator with rock breaker 1Total Station with 2 prisms and stand 1Asphalt Plant 1Paving Machine 1Vibratory Road Roller (8-10 ton Capacity) 1 1Pneumatic Tyred Roller 1Motor Grader 1Wheel Loader 1Static Road Roller (8-10 ton capacity) 1Air Compressor 2 2Bitumen sprayer 1Tipper Trucks 10 5 (O/H)

Backhoe 2Concrete Mixer 7.5 cft capacity or more 2Water Tanker 1

Steel Roller 1

Tractor 2

Plate Compactor 2

Note: -

(O/H) – Owned / Hire

c) For Widening, Permanent and Pavement works.

EquipmentNumber required

Own

Excavator 4 2Excavator with rock breaker 1

Page 28: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section II: Bidding Data Sheet (BDS) Page: 28 of 128Total Station with 2 prisms and stand 1Asphalt Plant 1Paving Machine 1Vibratory Road Roller (8-10 ton Capacity) 1 1Pneumatic Tyred Roller 1Motor Grader 1Wheel Loader 1 1Static Road Roller (8-10 ton capacity) 1Air Compressor 2 2Bitumen sprayer 1Tipper Trucks 10 5 (O/H)Backhoe 2

Concrete Mixer 7.5 cft capacity or more 2Water Tanker 1

Steel Roller 1

Tractor 2

Plate Compactor 2

Note: -

(O/H) – Owned / Hire

ITB 4.3 (d) Bidders shall furnish all necessary documents to demonstrate that the proposed manpower/personnel are the employees of the firm.

In the event the bidder fails to furnish curriculum vitae of committed key personnel as specified below, his/her bid will be rejected and considered non responsive.

Position QualificationNumber required

Project Engineer

Degree in Civil Engineering OR Diploma in Civil Engineering.

1

Material Engineer

Degree in Civil Engineering OR Diploma in Civil Engineering. 1

Contract Manager

Degree in any field OR Diploma in Civil Engineering. 1

Engineer/Junior Engineer

Degree in Civil Engineering OR Diploma in Civil Engineering. 1

SurveyorDiploma in Survey OR trained surveyors. 1

Laboratory Technician

Class X pass with experience1

Work/Site Supervisors

VTI graduate or equivalent with more than 2 years experience. 2

ITB 4.4 The qualification data required from Bidders in ITB Sub-Clause 4.4 is modified as

user, 02/14/15,
Submit original and complete CV
user, 02/14/15,
May be 4.3 (e)
dell, 02/14/15,
Looks like this is same as static roller?
dell, 02/14/15,
Is it both own & hire?
dell, 02/14/15,
One prism should be OK
Page 29: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section II: Bidding Data Sheet (BDS) Page: 29 of 128follows:None

However, Bids submitted by a Joint Venture of two or more firms as partners need to clearly state the percentage of stake for lead partner and other partners in the joint venture agreement failing which the bid will be treated as non-responsive.

ITB 4.5 The qualification data required from Bidders in ITB Sub-Clause 4.5 is modified as follows:None

ITB 4.5 (b)The minimum number of equipment to be made available for the Contract by the successful Bidder shall be:

Equipment Tier Number required

Maximum Marks

Excavator I 4 20Excavator with rock breaker I 1 5Total Station with 2 prisms and stand I 1 5Asphalt Plant I 1 5Paving Machine I 1 5Vibratory Road Roller I 1 5Motor Grader I 1 5Pay Loader II 1 2Static Road Roller (8-10 ton capacity) II 1 2Air Compressor II 2 4Bitumen sprayer II 1 2Tipper Trucks II 10 20

Backhoe III 2 4Concrete Mixer 7.5 cft capacity or more

III 2 4Water Tanker III 1 2

Steel Roller III 1 2

Tractor III 2 4

Plate Compactor III 2 4

TOTAL 100

ITB 4.5 (c) The skilled and experienced manpower required for the timely and quality execution of the work to be made available for the Contract by the successful Bidder shall be:

Tier Position QualificationNumber require

d

Score

Tier I

Project Engineer

Degree in Civil Engineering with 5 years or more work experience OR Diploma in Civil Engineering with 10 years or more work experience.

1

25

Degree in Civil Engineering with 3 years or more work experience OR Diploma in Civil Engineering with 5 years or more work experience.

15

Degree in Civil Engineering with 1 year or more work experience OR Diploma in Civil Engineering with 3 years or more work experience.

10

Degree in Civil Engineering OR Diploma in Civil Engineering.

5

Any other qualification 0Material Engineer

Degree in Civil Engineering with 5 years experience OR Diploma in Civil Engineering with 10 years experience.

1 25

Page 30: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section II: Bidding Data Sheet (BDS) Page: 30 of 128

Degree in Civil Engineering with 3 years experience OR Diploma in Civil Engineering with 5 years experience.

15

Degree in Civil Engineering with 1 year experience OR Diploma in Civil Engineering with 3 years experience.

10

Any other qualification 0

Tier II

Surveyor

Diploma in Survey with 7 years or more work experience OR trained surveyors with 10 years or more experience.

1

10

Diploma in Survey with 5 years or more work experience OR trained surveyors with 7 years or more experience.

7

Diploma in Survey with 3 year or more work experience OR trained surveyors with 5 years or more experience.

5

Diploma in SurveyOR trained surveyors with 1 year or more experience.

3

Any other qualification. 0

Contract Manager

Degree in any field with 7 years or more work experience OR Diploma with 10 years or more work experience.

1

10

Degree with 3 years or more work experience OR Diploma with 5 years or more work experience.

5

Degree with 1 year or more work experience OR Diploma with 3 years or more work experience.

3

Any other qualification 0

Engineer/Junior Engineer

Diploma in Civil Engineering with experience 10 years or more.

1

10

Diploma in Civil Engineering with experience 5 years or more.

5

Diploma in Civil Engineering 3

Any other qualification 0Tier III

Laboratory Technician

Class XII pass with 3 years experience as Lab Technician

1

6.66

Class X pass with 5 years experience as Lab Technician

4

Class X pass with 3 years experience as Lab Technician

2

Class X pass or any other qualification

0

Work/Site VTI graduate or equivalent with more than 5 years of experience

2 13.32

user, 02/15/15,
May be 12 is OK
user, 02/15/15,
better use 8
Page 31: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section II: Bidding Data Sheet (BDS) Page: 31 of 128

Supervisors

VTI graduate or equivalent with 3 years of experience or more

8

VTI graduate or equivalent with 1 year or more work experience

4

Any other level of qualification or experience

0

ITB 4.5(f) The Credit Line amount is Nu…………………………………..(To be inserted)

ITB 4.6 Sub-Contractors’ experience and resources shall not be taken into account.

ITB 4.8 Financial bids of only those bidders who meet the minimum technical score of 65% (stage 1 evaluation) will be considered for award of the work.

ITB 7.1 Site visit is mandatory. Bidders must submit the proof of site visit, failing which the bid shall be treated as non responsive.

B. Bidding DocumentsITB 9.1 The Employer’s address for clarification is:

………………………..(to be inserted)

ITB 9.2 Pre-bid Meeting shall not be held.

ITB 10.1 Addendum (if any) shall be published on the Ministry’s website. Prospective bidders are advised to check the website regularly till the date of submission of bid.

C. Preparation of Bids

ITB 11.1 The language of the Bid is: English

ITB 12.1 Any additional materials required to be completed and submitted by the Bidders are: Duly executed Integrity Pact Statement.

ITB 13.4 The Contract issubject to price adjustment in accordance with GCC Clause 47.ITB 14.2 The authority for establishing the rates of exchange shall be the Royal Monetary

Authority of Bhutan.ITB 14.4 Bidders are not required to substantiate the rates and prices.

ITB 15.1 The Bid shall be valid for sixty (60) days from the deadline for submission of Bids stipulated in ITB Clause 20.1.

ITB 16.1 and 16.2

The Bid Security amount is: Nu. ………………………….

ITB 17.1 Alternative Bids shall not be considered.

ITB 18.1 In addition to the original Bid, the number of copies is One

D. Submission of Bids

ITB 19.1 Bidders may submit their Bids electronically: No

ITB 19.3(c) The Employer’s address for the purpose of Bid submission is:…………………………………(to be inserted)

ITB 19.3 (d) The Name and Identification number for the contract as given in ITB 1.1. above in this sheet.

ITB 19.3 (e) The warning shall read …………………………(to be inserted)ITB 20.1 The deadline for submission of Bids shall be ………………………..(to be inserted)

E. Bid Opening and Evaluation

ITB 23.1 The Bid opening shall take place on the same day as the closing day of the bid submission at:…………………………………………. (To be inserted)

ITB 30.1 Margin of domestic preference shall not apply

ITB 30.3 (d) Other criteria to be used for the purpose of assessing domestic preference eligibility

dell, 02/14/15,
Once Hon'ble Lyonpo told me to have prebid meeting........
user, 02/12/15,
The site visit report to be attested by the concerned CE/AE/JE
user, 02/14/15,
The credit line amount to be clearly mentioned with unconditional; failing which the bid shall be considered non-responsive.
Page 32: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section II: Bidding Data Sheet (BDS) Page: 32 of 128are: None

ITB 30.4 The procedure used to apply the margin of preference shall be:- Not ApplicableIn the case of procurements in which any Bids are received from foreign (i.e. non-Bhutanese) Bidders:(i) if two or more Bids are evaluated as equivalent in accordance with the

evaluation methods and factors laid down in the Bidding Documents, and(ii) one or more of the Bids is from a Domestic Bidder, as defined in ITB Sub-Clause

30.2, and(iii) the total price of the domestic Bid does not exceed by more than five percent

(5%) the total price of the lowest priced foreign Bid evaluated as equivalent, then the Contract shall be awarded to the domestic Bid.

ITB 31 A bidder shall not be awarded more than 2 (two) contract packages on Double Lanning of Northern East-West Highway Project.

F. Award of Contract

ITB 33.2 The Client shall have the right to cancel the letter of acceptance within 15 days from the date of issue of acceptance letter.

ITB 34.1 The Performance Security shall be provided in any one of the following forms:

(a) demand guarantee in the form provided in Section X, Security Forms, or(b) banker’s certified cheque / cash warrant, or(c) demand draft

ITB 35.1 The Advance Payment shall be limited to ten percent (10%) of the Contract Price.

ITB 36.1 Disputes arising from the implementation of the provisions of the Contract shall be settled first by negotiations between the Contractor and the Employer in order to arrive at an amicable settlement. If negotiations fail between the parties, the dispute shall be referred to the CDB and finally resolved by the Arbitration in accordance with rules and procedures of the CDB enforced at the time of submission through its National Arbitration Committee. Either party can take the case to the court in Bhutan if the Arbitration award is not acceptable to them. If the case is taken to the court, all the decisions made by the Arbitration committee will be null and void.

1. PRICE PREFERENCE PARAMETERS: list all information requested below.

3.1Status (Incorporated, JV, proprietorship)Constitution or legal status of Bidder:

Place of registration:

Principal place of business:

Power of attorney of signatory of Bid:

The bidder shall submit the following supporting documents for the above: Copy of the certificate of incorporation issued by the registrar of companies for

the bidder in case an incorporated company is bidding alone. Joint-venture agreement between the contractor involved, and copy of the

certificate of incorporation issued by the registrar of companies for the incorporated partner in case two or more contractors are bidding together in a joint venture.

Letter of Power of Attorney.

3.2 Employment of VTI Graduates

dell, 02/14/15,
This is a new proposal based on our recent experience. This may be discussed at the Hq. level if appropriate.
Page 33: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section II: Bidding Data Sheet (BDS) Page: 33 of 128Total Number of workforce committed for the project:

Number of VTI graduates committed for the project:

The bidder shall submit a letter of commitment to employ VTI Graduates for the execution of the project.

3.3 Commitment for internships to VTI graduates The bidder shall submit a letter of commitment for internship to VTI graduates.

dell, 02/14/15,
The bidders should give the figure in percentage as the e-tool accept the figure only in percentage. No point will be allotted if the commitment is in numbers.
dell, 02/14/15,
The bidders should give the figure in percentage as the e-tool accept the figure only in percentage. No point will be allotted if the commitment is in numbers.
Page 34: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section III. Eligible Countries Page: 34 of 128

Section III. Eligible CountriesEligibility for the Provision of Goods, Works and Services in RGoB-financed

Procurement

1. The RGoB permits firms and individuals from all countries to offer goods, works and services for RGoB-financed projects. As an exception, firms of a Country, goods manufactured in a Country or services provided from or by a Country may be excluded if:

1.1 As a matter of law or official regulation, the RGoB prohibits commercial relations with that Country, or

1.2 By an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the RGoB prohibits any import of goods from that Country or any payments to persons or entities in that Country.

2. For the information of Bidders, at the present time firms, goods and services from the following countries are excluded from this bidding:

(a) With reference to Paragraph 1.1 above: None

(b) With reference to Paragraph 1.2 above: None

Page 35: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 35 of 128

Section IV.Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement

1. Contractor’s Bid

Identification No. andTitle of Contract: …………………..Double Lanning of Northern East West Highway.To: ………………….(To be inserted).

Having examined all the Bidding Documents (with reference ITB 8), including addenda ______________ [insert list], we offer to execute the Double Lanning of Northern East West Highway from Km …………………….(To be inserted)in accordance with the Conditions of Contract accompanying this Bid for the Contract Price of Nu.___________________________ [insert amount in numbers], Ngultrum ________________________________

__________________________________________________________________________________ [insert amount in words]

This Bid and your written acceptance of it shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you receive.

We hereby confirm that this Bid complies with the Bid validity and Bid Security required by the Bidding Documents and specified in the Bidding Data Sheet.

We, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries in accordance with ITB Sub-Clause 3.1;

We have no conflict of interest in accordance with ITB Sub-Clause 3.2;

Our firm, its affiliates or subsidiaries - including any subcontractors or suppliers for any part of the Contract - has not been declared ineligible under the laws or official regulations of Bhutan, in accordance with ITB Sub-Clause 3.3.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or Gratuity

(if none, state “none”).”

In case if I withdraw my bid after opening for whatsoever reasons, I agree to the forfeiture of the EMD/Bid Security and also I shall be bound to pay the cost difference (positive) between my bid with that of the next lowest evaluated bidder and failure on my part to do so within a month, will authorize the client to debar my firm for a period of 2 years.

Our duly executed Integrity Pact Statement is attached herewith as Appendix A.Authorized Signature:(Affix Legal Stamp)Name and Title of Signatory:

Name of Bidder:

Address:

Page 36: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 36 of 128

2. Qualification InformationandEvaluation Table

Notes on Form of Qualification InformationThe information to be filled in by Bidders in the following pages will be used for purposes of post qualification or for verification of prequalification as provided for in Clause 4 of the Instructions to Bidders. Attach additional pages as necessary. Pertinent sections of attached documents should be translated into the Language of the Bid, as specified in BDS ITB 11.1. If used for prequalification verification, the Bidder should fill in update information only.]

1. CAPABILITY (70 MARKS): list all information requested below. 1.1 Similar work Experience

Value of single largest work of similar size and nature:

Sl. No Name of work Start and Completion date Value of work Name of Employer

1

2

3

4

5

ORValue of 3 works of similar size and nature:

Sl. No Name of work Start and Completion date Value of work Name of Employer

1

2

3

4

5

The bidder shall submit the following supporting documents for the above: Copies of completion certificate of the single largest work of similar size and nature

executed in the last 5 calendar years. OR

Copies of completion certificates of no more than 3 works of similar size and nature executed in the last 5 calendar years (works whose completion date is within the last 5 calendar years including the current one).

Page 37: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 37 of 128

Partial completion will not be considered.

1.2 Access to adequate equipment (owned or hired):

Equipment Owned (No) Hired (No) Total (No)

Excavator

Excavator with rock breaker

Total station with 2 prisms and stand

Asphalt Plant

Paving Machine

Vibratory Road Roller (8-10 ton capacity)

Motor Grader

Pay Loader

Static Road Roller (8-10 ton capacity)

Air Compressor

Tipper Trucks

Bitumen sprayer

Backhoe

Concrete Mixer 7.5 cft capacity or more

Water Tanker

Plate Compactor

The bidder shall submit the following supporting documents for the above: Copy of the registration certificate of each equipment committed where applicable. In case of hiring, copy of the lease agreement with the leaser In case of ownership, copy of the insurance policy for each equipment where applicable

1.3 Availability of skilled manpower:

PersonnelName of the committed

personalNumber Qualification

Number of years of experience

Project Engineer

Surveyor

Material Engineer

Contract Manager

Engineer/Junior Engineer

Page 38: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 38 of 128

Laboratory Technician

Work/Site Supervisor

Work/Site Supervisor

The bidder shall submit the following supporting documents for the above:

Copies of the CVs of all manpower committed. Copies of Citizenship ID Cards or Passport/ Election ID cards (for foreign workers) of all

manpower committed.

Copies of contract agreements with all personnel if they have been hired on contract by the

contractor. Copies of Provident Fund Account Documents of all personnel if they have been recruited on

permanent pay rolls by the Contractor

1.4 Average Performance Score from previous work The bidder shall submit Performance score card issued by the Procuring Agencies for previous works.

Page 39: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 39 of 128

2. CAPACITY (30 MARKS): list all information requested below.2.1 Bid Capacity

BC = 2*A*N - B Where;

A= Average turnover of the contractor over the last 3 calendar yearsN = Estimated duration of the project to be tendered B= Portion of other ongoing works to be completed in the period that overlaps with the current project’s duration (N)

Name of the Project Completed (in the last 3 calendar years)

Start and Completion date

Value of Contract

Name of Employer

Name of ongoing Projects Start and Completion date

Value of Contract

Name of Employer

The bidder shall submit the following supporting documents for the above: Completion certificates for all works having their completion dates in the last 3 calendar

years (including the current year)

Award letter certificates for all works having their start dates in the last 3 calendar years

(including the current year)

2.2 Access to or Available Credit line

Amount of credit Available Issuing Financial Institution

The bidder shall submit the following supporting documents for the above: The Bidder shall submit in the following format form the bank or financial institutions in

Bhutan showing evidence of access to or availability of credit line for the project.

Page 40: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 40 of 128

3. PRICE PREFERENCE PARAMETERS: list all information requested below.

3.1 Status (Incorporated, JV, proprietorship) Constitution or legal status of Bidder:

Place of registration:Principal place of business:Power of attorney of signatory of Bid:

The bidder shall submit the following supporting documents for the above: Copy of the certificate of incorporation issued by the registrar of companies for the bidder

in case an incorporated company is bidding alone.

Joint-venture agreement between the contractor involved, and copy of the certificate of

incorporation issued by the registrar of companies for the incorporated partner in case two

or more contractors are bidding together in a joint venture. Letter of Power of Attorney

3.2 Employment of VTI Graduates

Total Number of workforce committed for the project:

Number of VTI graduates committed for the project: (Indicate the number and percentage of VTI graduates to be engaged under the contract out of the total number of workforce).

The bidder shall submit a letter of commitment to employ VTI Graduates for the execution of the project.

3.3 Commitment for internships to VTI graduates

The bidder shall submit a letter of commitment for internship to VTI graduates.

Page 41: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 41 of 128

Notes on Evaluation TableThe following information is provided for the Bidder’s information on the scores that shall be awarded to the bidders based on the qualification information submitted by the Bidders.

1st Stage

Sl. No Parameters Level of Achievement Score

1 BIDDER QUALIFICATION

1.1 CAPACITYa) Similar Work Experience(0-10)

Aggregate size of similar contracts (max. 3) in the last 5 calendar years

OR

≥ 175% of current project size▪ 10

125 - 175% of current project size▪ 8

75 - 125% of current project size▪ 4

< 75% of current project size▪ 0

Size of the largest similar contract executed in the last 5 calendar years

≥ 100% of current project size▪ 10

70 - 100% of current project size▪ 8

50 - 70% of current project size▪ 4

< 50% of current project size▪ 0

b) Access to equipment (0-25) Total score for equipments out of a score of 100 to be scaled down to 25

c) Availability of skilled manpower (0-25)

Total score for skilled manpower out of a score of 100 to be scaled down to 25

d) Average performance score from previous work (past 5 calendar years)

100%▪ 10

1 mark lesser for every 5% point ▪ decrease in score rounded off to lower 5%

< 50%▪ 0

1.2 CAPABILITYa) Bid Capacity (0-10)

*BC =2 * A * N -B Bid Capacity ≥ quoted bid▪ 10

Bid Capacity is between 80 - 100% quoted ▪bid

8

Bid Capacity is between 60 - 80% quoted ▪bid

6

Bid Capacity is between 40 - 60% quoted ▪bid

4

Bid Capacity < 40% quoted bid▪ 0

b) Credit line available (unused)(0-20) ≥ 100% of estimated 3 month project cash ▪flow

20

80 - 100% of estimated 3 month▪ project cash flow

16

60 - 80% of estimated 3 month ▪ project cash flow

8

<60% of estimated 3 month project ▪ cash flow

0

END OF STAGE 1 out of a score of 100

* Where A = Average turnover of the contractor over the last 3 calendar years

Page 42: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 42 of 128

N = Estimated duration of the project to be tendered

B = Portion of other ongoing works to be completed in the period that overlaps with the current project’s duration (that is, N)

A bidder needs to obtain a score of at least 65 points out of 100 on these parameters in order to qualify for the next stage.

2nd Stage Sl. No Parameters Level of Achievement Score

2 BID EVALUATION

a) Status(Incorporated, JV, Proprietorship)

Incorporated company bidding alone▪ 40

Incorporated company as the lead partner▪ (>50% stake) in a bid by a joint venture

20

▪Incorporated company as a non-lead partner (<50% stake) in a bid by a joint venture

10

Any other (proprietorship, partnershipetc.)▪ 0

b) Employment of VTI Graduates/local skilled labourers

≥ 50% project skilled workforce to be VTI▪ 40

30 - 50% project skilled workforce to be VTI▪ 30

15 - 30% project skilled workforce to be VTI▪ 15

≤ 15% project skilled workforce to be VTI▪ 0

c) Commitment for internships to VTI Graduates

Internship opportunities for VTI graduates▪ equivalent to ≥ 10% of project workforce

20

Internship opportunities for VTI ▪ graduates equivalent to 5-10% of project workforce

10

Internship opportunities for VTI ▪ graduates ≤ 5% project skilled workforce

0

The overall price preference - financial score is obtained by using the following formula for any qualified contractor (x):-

90 x(Lowest quoted bid among qualifying bids)

+ 10% of the Preference Score of xFinancial bid quoted by x

The contractor getting the highest overall price preference-financial score is awarded the work.

Page 43: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 43 of 128

3. Letter of Acceptance

Notes on Standard Form of Letter of AcceptanceThe Letter of Acceptance shall be the basis for formation of the Contract as described in ITB Clauses 33 and 34 of the Instructions to Bidders. This Standard Form of Letter of Acceptance shall be filled in and

sent to the successful Bidder only after evaluation of Bids has been completed.

To: [name and address of the Contractor]

This is to notify you that your Bid dated ____________________ [insert date] for execution of the[insert name of the Contract and identification number, as given in the SCC] for the Contract Price of Nu.__________________[insert amount in numbers and words], as corrected and modified1 in accordance with the Instructions to Bidders is hereby accepted by our Agency.

[Insert one of the following (x) or (y) options if applicable]

(x) We accept that [insert name proposed by Bidder] be appointed as the Adjudicator.2

(y) We do not accept that [insert name proposed by Bidder] be appointed as Adjudicator, and by sending a copy of this Letter of Acceptance to [insert name of the Appointing Authority] we are hereby requesting [insert name], the Appointing Authority, to appoint the Adjudicator in accordance with ITB Clause 36.1.3

The Contract in duplicate is attached hereto. You are hereby instructed to:

(a) confirm your acceptance of this Letter of Acceptance by signing and dating both copies of it, and returning one copy to us not later than 14 days from the date hereof;

(b) proceed with the execution of the said Works in accordance with the Contract;

(c) sign and date both copies of the attached Contract and return one copy to us within 15 days of the date hereof; and

(d) forward the Performance Security pursuant to ITB Sub-Clause 34.1, i.e., within 15 days after receipt of this Letter of Acceptance, and pursuant to GCC Sub-Clause 51.1

Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Contract

1

2

3

Page 44: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 44 of 128

4. Contract Agreement

This Contract is made the [insert day] day of [insert month], [2015] between ………………………….(To be inserted) (hereinafter called “the Employer”) and[insert name and address of Contractor] (hereinafter called “the Contractor”) of the other part.

Whereas the Employer is desirous that the Contractor execute the Double Lanning of Northern East West Highway from Km…………(to be inserted) (hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein.

Now this Contract witnesseth as follows:

1. In this Contract, words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Contract.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

In Witness whereof the parties thereto have caused this Contract to be executed the dayand year first before written.

The Common Seal of [Witness entity]

was hereunto affixed in the presence of:

Signed, Sealed, and Delivered by the said

in the presence of:

Binding Signature of Employer [signature of an authorized representative of the Employer]

Binding Signature of Contractor [signature of an authorized representative of the Contractor]

Page 45: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 45 of 128

5. Integrity Pact1. General

Whereas……………………………………………….representing the …………………………………….Royal

Government of Bhutan, hereinafter referred to as the Employer on one part, and

______________________________________________ (Name of Person) representing the

_____________________________________________________________ (Name of Bidder) as the other part

hereby execute this agreement as follows:

This agreement should be a part of the tender document, which shall be signed by both the parties at the time of purchase of bidding documents and submitted along with the tender document. This IP is applicable only to “large” scale works, goods and services, the threshold of which will be announced by the government from time to time. The signing of IP shall not apply to framework contracting such as annual office supplies etc.

2. Objectives

Whereas, the Employer and the Bidder agree to enter into this agreement, hereinafter referred to as IP, to avoid all forms of corruption or deceptive practice by following a system that is fair, transparent and free from any influence/unprejudiced dealings in the bidding process4 and contract administration5, with a view to:

2.1 Enabling the Employer to obtain the desired contract at a reasonable and competitive price in conformity to the defined specifications of the works, goods and services; and

2.2 Enabling bidders to abstain from bribing or any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also refrain from bribing and other corrupt practices.

3. Scope:The validity of this IP shall cover the bidding process and contract administration period.

4. Commitments of the Employer:

The Employer Commits itself to the following:-

4.1 The Employer hereby undertakes that no officials of the Employer, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favor or any material or immaterial benefit or any other advantage from the Bidder, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process and contract administration.

4

5

Page 46: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 46 of 128

4.2 Employer further confirms that its officials shall not favor any prospective bidders in any form that could afford an undue advantage to that particular bidder in bidding process and contract administration and will treat all Bidders alike..

4.3 The Officials of the Employer, who may have observed or noticed or have reasonable suspicion shall report to the head of the employing agency or an appropriate government office any violation or attempted violation of clauses 4.1 and 4.2.

4.3 Following report on violation of clauses 3.1 and 3.2 by official (s), through any source, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the Employer and such a person shall be debarred from further dealings related to the contract process and contract administration.

5. Commitments of Bidder

The bidder commits himself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of his bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commits himself to the following:-

5.1 The Bidder shall not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favor, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Employer, connected directly or indirectly with the bidding process and contract administration, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding process and contract administration.

5.2 The Bidder shall not collude with other parties interested in the contract to manipulate in whatsoever form or manner, the bidding process and contract administration.

5.3 If the bidders(s) have observed or noticed or have reasonable suspicion that the provisions of the IP have been violated by the procuring agency or other bidders, the bidder shall report such violations to the head of the procuring agency.

6. Sanctions for Violation

The breach of any of the aforesaid provisions shall result in administrative charges or penal actions as per the relevant rules and laws.

6.1 The breach of the IP or commission of any offence (forgery, providing false information, mis-representation, providing false/fake documents, bid rigging, bid steering or coercion) by the Bidder, or any one employed by him, or acting on his/her behalf (whether with or without the knowledge of the Bidder), shall be dealt with as per the terms and conditions of the contract and other provisions of the relevant laws, including De-barment Rules.

6.2 The breach of the IP or commission of any offence by the officials of the procuring agency shall be dealt with as per the rules and laws of the land in vogue.

Page 47: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IV: Forms of Bid, Qualification Information, Integrity Pact, Letter of Acceptance, and Contract Agreement Page: 47 of 128

7. Monitoring and Administration:

7.1 The respective procuring agency shall be responsible for administration and monitoring of the IP as per the relevant laws.

7.2 The bidder shall have the right to appeal as per the arbitration mechanism contained in the relevant rules.

We, hereby declare that we have read and understood the clauses of this agreement and shall abide by it.

The parties hereby sign this Integrity Pactat………………….. on _______________

EMPLOYER BIDDER/REPRESENTATIVECID: CID

Witness: Witness:

Name: Name:CID: CID:

Page 48: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 48 of 128

Section V. General Conditions of Contract (GCC)Table of Clauses

General Conditions of Contract...................................................................................................49

A. General.................................................................................................................................49

1. Definitions...........................................................................................................................49

2. Interpretation........................................................................................................................50

3. Language and Law...............................................................................................................51

4. Project Manager’s Decisions...............................................................................................51

5. Delegation............................................................................................................................51

6. Communications..................................................................................................................51

7. Subcontracting.....................................................................................................................51

8. Setting Out...........................................................................................................................51

9. Other Contractors.................................................................................................................52

10. Personnel............................................................................................................................52

11. Employer’s and Contractor’s Risks...................................................................................50

12. Employer’s Risks...............................................................................................................50

13. Contractor’s Risks..............................................................................................................50

14. Insurance............................................................................................................................50

15. Queries about the Special Conditions of Contract.............................................................51

16. Contractor to Construct the Works....................................................................................51

17. The Works to be completed by the Intended Completion Date.........................................51

18. Approval by the Project Manager......................................................................................54

19. Safety.................................................................................................................................51

20. Discoveries.........................................................................................................................51

21. Possession of the Site.........................................................................................................55

22. Access to the Site...............................................................................................................55

23. Instructions, Inspections and Audits..................................................................................55

24. Disputes.............................................................................................................................55

25. Procedure for Disputes.......................................................................................................56

26. Replacement of Adjudicator..............................................................................................56

B. Time Control........................................................................................................................56

27. Program..............................................................................................................................56

28. Extension of the Intended Completion Date......................................................................57

29. Acceleration.......................................................................................................................57

30. Delays Ordered by the Project Manager............................................................................57

31. Management Meetings.......................................................................................................57

32. Early Warning....................................................................................................................58

C. Quality Control....................................................................................................................58

33. Identifying Defects............................................................................................................58

Page 49: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 49 of 128

34. Tests...................................................................................................................................58

35. Correction of Defects.........................................................................................................58

36. Uncorrected Defects..........................................................................................................58

D. Cost Control.........................................................................................................................59

37. Bill of Quantities................................................................................................................59

38. Changes in the Quantities..................................................................................................59

39. Variations...........................................................................................................................59

40. Payments for Variations.....................................................................................................60

41. Cash Flow Forecasts..........................................................................................................61

42. Payment Certificates..........................................................................................................61

43. Payments............................................................................................................................61

44. Compensation Events for allowing time extension...........................................................62

45. Tax.....................................................................................................................................63

46. Currencies..........................................................................................................................60

47. Price Adjustment................................................................................................................60

48. Retention............................................................................................................................61

49. Liquidated Damages..........................................................................................................61

50. Advance Payment..............................................................................................................65

51. Securities............................................................................................................................65

52. Day works..........................................................................................................................66

53. Cost of Repairs...................................................................................................................66

E. Completion of the Contract..................................................................................................66

54. Completion.........................................................................................................................66

55. Taking Over.......................................................................................................................66

56. Final Account.....................................................................................................................67

57. Operating and Maintenance Manuals................................................................................67

58. Termination........................................................................................................................67

59. Corrupt or Fraudulent Practices.........................................................................................68

60. Payment upon Termination................................................................................................69

61. Property..............................................................................................................................69

62. Release from Performance.................................................................................................69

Page 50: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 50 of 128

General Conditions of Contract

A. General

1. Definitions 1.1 Boldface types are used to identify defined terms.

(a) The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in GCC Clauses 25 and 26 hereunder.

(b) Bill of Quantities summary of the units and unit prices of the items proposed under the contract.

(c) Compensation Events are those defined in GCC Clause 44 hereunder.

(d) The Completion Date is the date of completion of the Works as certified by the Employer, in accordance with GCC Sub-Clause 55.1.

(e) The Contract is a formal agreement in writing entered into between the Employer and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in GCC Sub-Clause 2.3 below.

(f) The Contractor is an individual or legal entity entering into a contract after its Bid to carry out the Works has been accepted by the Employer.

(g) The Contractor’s Bid is the completed Bidding document submitted by the Contractor to the Employer.

(h) The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

(i) Days are calendar days; months are calendar months.

(j) Day works are varied work inputs subject to payment on a time basis for the Contractor’s employees and Equipment, in addition to payments for associated Materials and Plant.

(k) A Defect is any part of the Works not completed in accordance with the Contract.

(l) The Defects Liability Certificate is the certificate issued by the Employer upon correction of defects by the Contractor.

(m) The Defects Liability Period is the period named in SCC Sub-Clause 35.1 and calculated from the Completion Date.

(n) Drawings include calculations and other information provided or approved by the Employer for the execution of the Contract.

(o) The Employer is the Government Agency which enters into a Contract with a Contractor to carry out the Works, as specified in the SCC. The terms “Procuring Agency”, “Purchaser”, or “Employer” is synonymous.

(p) Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

Page 51: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 51 of 128

(q) The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

(r) The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the SCC. The Intended Completion Date may be revised only by the Employer by issuing an extension of time or an acceleration order.

(s) In writing is in any written form, including electronic mail.

(t) Materials are all supplies, including consumables, used by the Contractor for incorporation in the Works.

(u) Plant is any integral part of the Works that shall have a mechanical, electrical, chemical or biological function.

(v) The Project Manager is the person named in the SCC (or any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Employer) who is responsible for supervising the execution of the Works and administering the Contract.

(w) SCC is the Special Conditions of Contract.

(x) Secured Advance: Secured advance can be given for nonperishable materials only. Materials such as cement/bamboo cannot be eligible for the secured advance. No secured advance shall be given on account of plants and machineries.

(y) The Site is the area defined as such in the SCC.

(z) Site Investigation Reports are those that were included in the Bidding Documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

(aa) Specifications mean the Specifications of the Works included in the Contract and any modification or addition made or approved by the Project Manager.

(bb) The Start Date is given in the SCC. It is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

(cc A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract, which includes work on the Site.

(dd) Temporary Works are works designed, constructed, installed and removed by the Contractor that are needed for construction or installation of the Works.

(ee) A Variation is an instruction given by the Project Manager which varies the Works.

(ff) The Works are what the Contract requires the Contractor to construct, install and turn over to the Employer, as defined in the SCC.

2. Interpretation 2.1 In interpreting these GCC, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal

Page 52: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 52 of 128

meaning under the language of the Contract unless specifically defined. The Project Manager shall provide instructions clarifying queries about these GCC.

2.2 If sectional completion is specified in the SCC, references in the GCC to the Works, the Completion Date and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(1) Contract,

(2) Letter of Acceptance,

(3) Contractor’s Bid,

(4) Special Conditions of Contract,

(5) General Conditions of Contract,

(6) Specifications,

(7) Drawings,

(8) Bill of Quantities, and

(9) any other document listed in the SCC as forming part of the Contract.

3. Language and Law 3.1 The language of the Contract and the law governing the Contract are stated in the SCC.

4. Project Manager’s Decisions

4.1 Except where otherwise specifically stated, the Project Manager shall decide contractual matters between the Employer and the Contractor in the role representing the Employer.

5. Delegation 5.1 The Project Manager may delegate any of his duties and responsibilities to other people except to the Adjudicator, after notifying the Contractor, and may cancel any delegation after notifying the Contractor.

6. Communications 6.1 Communications between parties that are referred to in the Conditions shall be effective only when in writing and delivered by hand (against receipt), sent by mail or courier, or transmitted using any of the agreed systems of electronic transmission. A notice shall be effective only when it is delivered.

7.Subcontracting 7.1 The Contractor may subcontract with the approval of the Employer provided such provisions exist in contract document, but shall not assign the Contract without the approval of the Employer in writing. Subcontracting shall not alter the Contractor’s obligations.

8.Setting Out 8.1 The Contractor shall be responsible for setting out the Works and for ensuring the correctness of the positions, levels, dimensions and alignment of the Works. At any time during the execution of the Works, he shall correct any error at his own expense when required to do so by the Employer. Boreholes, exploratory excavations or soil testing may be done if instructed by the Employer. In case, cost of boreholes or exploratory excavations or soil testing

Page 53: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 53 of 128

is not included in the Contract Price, the cost shall be borne by the Employer. The contractor shall provide all facilities like labour and instruments, and shall co-operate with the Engineer-in-Charge to check all alignments, grades, levels and dimensions. Such checking shall not relieve the contractor of his own responsibility of maintaining the accuracy of the work.

9. Other Contractors 9.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities and the Employer between the dates given in the Schedule of Other Contractors, as referred to in the SCC. The Contractor shall also provide facilities and services for them as described in the Schedule. The Employer may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification.

10.Personnel 10.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel, as referred to in the SCC, to carry out the functions stated in the Schedule or other personnel approved by the Project Manager. The Project Manager shall approve any proposed replacement of key personnel only if their relevant qualifications and abilities are substantially equal to or better than those of the personnel listed in the Schedule. If the Contractor fails to deploy the personnel as committed in the Bid document, the employer shall stop the work if the quality of work is going to suffer or otherwise deduct the salaries of such personnel at a rate stipulated in the Special Condition of Contract per month per personnel for every month of absence of such personnel from the site. Such deductions shall continue till such time that the Contractor deploys the key personnel acceptable to the employer. If the Contractor fails to deploy such key personnel within one to four months, the deductions shall be discontinued and the contractor’s failure to deploy such personnel shall be treated as a fundamental breach of contract.

This shall also apply to the commitment of employment to Vocational Training Institute Graduates (VTI)/skilled local labourers and commitment to provide internship to VTI graduates. However in this case Contract may not be terminated but wage rates as mentioned in the SCC shall be deducted for the duration of the contract

Similarly, if the committed equipments are not available at site, the hiring charges of such equipments shall be deducted at a rate stipulated in the SCC per month for every month of absence for a period of one to four months after which the deductions shall be discontinued and the contractor’s failure to produce such equipments at site shall be treated as a fundamental breach of contract.

10.2 The Contractor shall pay rates of wages and observe conditions of labour which are not lower than the general level of wages and conditions in Bhutan. The Contractor shall provide and maintain all necessary accommodation and welfare facilities for the Contractor’s personnel. The Contractor shall comply with all relevant labour laws applicable to the Contractor’s personnel, including their employment, health, safety, welfare, immigration

Page 54: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 54 of 128

andemigration, and shall allow them all their legal rights. The Contractor is required, to the extent practicable and reasonable, to employ national staff and labour with appropriate qualifications and experience.

10.3 The Contractor shall not engage child labour and shall conform to the labour laws/acts, rules and regulations of Bhutan in the execution of Contract work. A child who has not attained the age of 18 years shall not be employed in any work as a labourer. During the continuance of the Contract the Contractor and his Subcontractors shall abide at all times with the labour laws/acts, rules and regulations, including child labour, related enactment and rules made there under.

11. Employer’s and Contractor’s Risks

11.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

12. Employer’s Risks12.1 From the Start Date until the Defects Liability Certificate

has been issued, the following are Employer’s risks:

(a) The risk of personal injury, death, or loss of or damage to property (excluding the Works, Plant, Materials and Equipment), which are due to:

(i) use or occupation of the Site by the Works or for the purpose of the Works, which is the unavoidable result of the Works or

(ii) negligence, breach of statutory duty, or interference with any legal right by the Employer or by any person employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials and Equipment to the extent that it is due to a fault of the Employer or in the Employer’s design, or due to war or radioactive contamination directly affecting Bhutan.

13. Contractor’s Risks 13.1 From the Start Date until the Defects Liability Certificate has been issued, the risks of personal injury, death, and loss of or damage to property (including, without limitation, the Works, Plant, Materials and Equipment) which are not Employer’s risks are Contractor’s risks.

14. Insurance 14.1 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 Defects Liability Period, in the amounts and deductibles stated in the SCC for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant and Materials to be built into the works.

14.2 Policies and certificates for insurance shall be delivered by the Contractor to the Project Manager for the Project Manager’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

Page 55: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 55 of 128

14.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect the insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due from the Contractor to the Employer.

14.4 Alterations to the terms of insurance shall not be made without the approval of the Project Manager.

14.5 Both parties shall comply with any conditions of the insurance policies.

15. Queries about the Special Conditions of Contract

15.1 The Project Manager shall clarify queries on the SCC.

16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specifications and Drawings.

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

17.1 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 the Contractor, as updated with the approval of the Project Manager, and complete them by the Intended Completion Date.

18. Approval by the Project Manager

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Project Manager, who is to approve them if they comply with the Specifications and Drawings.

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

18.3 The Project Manager’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties to design the Temporary Works, where required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works are subject to prior approval by the Project Manager before use.

19. Safety 19.1 The Contractor shall be responsible for the safety of all activities on the Site.

19.2 The Contractor shall assume full responsibility and comply with all applicable safety regulations for the adequacy and safety of site operations and methods of construction and he shall adopt measures to prevent injuries to persons or damage to properties or utilities. He shall hold the Employer harmless from any liability for loss or damage resulting from his failures to take the necessary precautions. He shall avoid undue interference with private business, public travel, or with the work of other contractors. He shall take steps to protect the environment and to minimize noise, pollution or other undesirable effects resulting from his method of operation.

Page 56: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 56 of 128

20. Discoveries 20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Project Manager of such discoveries and carry out the Employer’s instructions for dealing with them.

20.2 All materials obtained during excavation from the site and that have not been accounted for in the bid shall be the property of the Employer and the contractor shall take care of useful materials obtained during the execution of the Works and stack at place designated by the Employer. An arrangement shall be made between the Contractor and the Employer for the use and disposal of such materials according to the laws of the Kingdom of Bhutan.

21. Possession of the Site

21.1 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 SCC, the Employer shall be deemed to have delayed the start of the relevant activities, and this shall be a Compensation Event.

22. Access to the Site 22.1 The Contractor shall allow the Project Manager and any person authorized by the Employer access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

23. Instructions, Inspections and Audits

23.1 The Contractor shall carry out all instructions of the Project Manager which comply with the applicable laws where the Site is located.

23.2 The Contractor shall give notice to the Project Manager whenever any work is ready and before it is covered up, put out of sight, or packaged for storage or transport. The Project Manager shall then either carry out the examination, inspection, measurement or testing without unreasonable delay, or promptly give notice to the Contractor that he does not require to do so. If the Contractor fails to give the notice, he shall, if and when required by the Project Manager, uncover the work and thereafter reinstate and make good, all at the Contractor’s cost.

23.3 The Contractor shall permit the Employer and/or persons appointed by the Employer to inspect the Site and/or the accounts and records of the Contractor and its Subcontractors relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Employer if so required by the Employer.

The Contractor’s attention is drawn to GCC Sub-Clause 59.1 [Corrupt or Fraudulent Practices] which provides, inter alia, that acts intended materially to impede the exercise of the Employer’s inspection and audit rights provided for under GCC Sub-Clause 23.3 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility pursuant to ITB Sub-Clause 2.1 (c) of the Instructions to Bidders within the Bidding Documents that preceded the placement of the Contract of which these GCC form a part).

24. Disputes 24.1 If the Contractor believes that a decision taken by the Project Manager was either outside the authority given to

Page 57: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 57 of 128

the Project Manager by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator or Arbitrator within 14 days of the notification of the Project Manager’s decision.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 30 days of receipt of a notification of a dispute.

25.2 The Adjudicator shall be paid by the hour at the rate specified in the BDS and the SCC, together with reimbursable expenses of the types specified in the SCC, and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 30 days of the Adjudicator’s written decision. If neither party refers the dispute to arbitration within the above 30 days, the Adjudicator’s decision shall be final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure published by the institution named and in the place specified in the SCC.

26. Replacement of Adjudicator

26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator is not functioning in accordance with the provisions of the Contract, a new Adjudicator shall be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the SCC at the request of either party, within 14 days of receipt of such request.

B. Time Control

27. Program 27.1 Within the time stated in the SCC, after the date of the Letter of Acceptance, the Contractor shall submit to the Project Manager for approval a Program showing the general methods, arrangements, order and timing for all the activities in the Works.

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

27.3 The Contractor shall submit to the Project Manager for approval an updated Program at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program within this period, the Project Manager may withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

27.4 The Project Manager’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Employer again at any time. A revised Program shall show the effect of Variations.

Page 58: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 58 of 128

27.5 An on-time completion out of a total of thirty (30) % scoring shall be done by the Program Manager. The contractor shall be penalized under this component if he fails to deliver the project as per the initial time-lines committed in the Program. The site engineer shall penalize the contractor to an extent of 30%. The quantum of penalty could vary as following:

(i) 10% for a minor default (if the final completion of the project is delayed by 10 -

15% as compared to original project duration)

(ii) 20% for a medium default (if the final completion of the project is delayed by 15 -

25% as compared to original project duration)

(iii)30% for a major default

(if the final completion of the project is delayed by 25% or more as compared to original project duration.

28. Extension of the Intended Completion Date

28.1 The Project Manager shall extend the Intended Completion Date if a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work, which would cause the Contractor to incur additional cost.

28.2 The Project Manager shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Project Manager for a decision upon the effect of Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

29. Acceleration 29.1 When the Employer wants the Contractor to finish before the Intended Completion Date, the Project Manager shall obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Employer accepts these proposals, the Intended Completion Date shall be adjusted accordingly and confirmed by both the Employer and the Contractor.

29.2 If the Contractor’s priced proposals for acceleration are accepted by the Employer, they are incorporated in the Contract Price and treated as a Variation.

30. Delays Ordered by the Project Manager

30.1 The Project Manager may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings

31.1 Either the Project Manager or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

31.2 The Project Manager shall record the business of management meetings and provide copies of the record to those attending the meeting. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after

Page 59: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 59 of 128

the management meeting and stated in writing to all who attended the meeting.

32. Early Warning 32.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work increase the Contract Price or delay the execution of the Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Project Manager in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Project Manager.

32.3 If the Contractor considers himself to be entitled to any extension of Time for Completion and/or any additional payment, under any Clause of these Conditions or otherwise in connection with the Contract, the Contractor shall give notice to the Project Manager, describing the event or circumstance giving rise to the claim. The notice shall be given as soon as practicable, and not later than 30 days after the Contractor became aware, or should have become aware, of the event or circumstance.

32.4 If the Contractor fails to give notice of a claim within such period of 30 days, the Employer shall be discharged from all liability in connection with the claim.

C. Quality Control33. Identifying Defects 33.1 The Project Manager shall check the Contractor’s work and

notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities to ensure the quality of works executed. The Project Manager may instruct the Contractor to search for a Defect and to uncover and test any work that the Project Manager considers may have a Defect. The Project Manager at the end of the Contract shall issue a Performance Score on Quality out of a total of 70 points based on the guidelines issued by the Bhutan Standard Bureau (BSB)

34. Tests 34.1 If the Project Manager instructs the Contractor to carry out a test not specified in the Specifications to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect, the test shall be a Compensation Event.

35. Correction of Defects

35.1 The Project Manager shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the SCC. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Project Manager’s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time

Page 60: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 60 of 128

specified in the Project Manager’s notice, the Project Manager shall assess the cost of having the Defect corrected, and the Contractor shall pay this amount to the Employer. At the option of the Employer, payment of such costs may be made in whole or in part by the Employer deducting and keeping for itself appropriate amounts from the Retention Money and/or claiming against any bank guarantee provided by the Contractor pursuant to GCC Sub-Clause 48.3.

D. Cost Control37. Bill of Quantities 37.1 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 for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Billof Quantities for the particular item by more than twenty percent (20%), provided the cost of variation beyond twenty percent (20%) limit exceeds one percent (1%) of the Initial Contract Value the Employer shall adjust the quoted rate up or down to allow for the change. Only when both conditions are met then the quoted rate shall be changed.

(a) If the quantity of work executed exceeds the quantity of the item in BOQ beyond the higher specified limit the Employer shall fix the market rate (which may be lower or higher than the quoted rate) to be applied for the additional quantity of the work executed.

(b) If the quantity of work executed is less than the quantity of the item in BOQ lesser than the lower specified limit, the Employer shall fix the market rate based on the submission of the contractor (which may be lower/higher than the quoted rate) to be applied for whole of the quantity of the work so executed.

38.2 The rates shall not be adjusted from changes in quantities if thereby the Initial Contract Price is exceeded by more than five percent (5%), except with the prior approval of the Employer in consultation with the Tender Committee.

38.3 If requested by the Project Manager, the Contractor shall provide the Project Manager with a detailed cost breakdown of any rate in the Bill of Quantities.

39. Variations 39.1 The Project Manager shall order any variation of the form, quality or quantity of the Works or any part thereof that may, in his opinion, be necessary. Each variation may include, but is not limited to, any of the following:

(a) increase or decrease in the quantity of any work included in the Contract,

(b) omission or insertion of any item of work,

(c) change in the character or quality or kind of any

Page 61: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 61 of 128

such work,

(d) change in the levels, lines, position and dimensions of any part of the works,

(e) additional work of any kind, or

(f) change in any specified sequence or timing of construction activities.

39.2 The Project Manager shall make any such variation by issuing written instructions to the Contractor and ensure that such variations are duly noted in the Site Order Register. A variation made shall not, in any way, vitiate or invalidate the Contract, but the effect, if any, of all such variations shall be valued in accordance with GCC Clause 40.

39.3 The Contractor shall execute and be bound by each Variation, unless the Contractor promptly gives notice to the Project Manager stating (with supporting particulars) that (i) the Contractor cannot readily obtain the Goods required for the Variation, or (ii) such Variation triggers a substantial change in the sequence of the progress of the Works. Upon receiving this notice, the Project Manager shall cancel, confirm or vary the instruction.

39.4 All Variations shall be included in updated Programs produced by the Contractor.

40. Payments for Variations

40.1 The Contractor shall provide the Project Manager analyzed rate for carrying out the Variation when requested to do so by the Project Manager. The Project Manager shall assess the analyzed rates, which shall be given within seven days of the request or within any longer period stated by the Project Manager and before the Variation is ordered.

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of Project Manager, the quantity of work above the limit stated in GCC Sub-Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work

40.3 If the Contractor’s quotation is unreasonable, the Project Manager may order the Variation and make a change to the Contract Price, which shall be based on the Project Manager’s own forecast of the effects of the Variation on the Contractor’s costs.

40.4 If the Project Manager decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event.

40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

Page 62: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 62 of 128

41. Cash Flow Forecasts

41.1 When the Program is updated, the Contractor shall provide the Project Manager with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted as necessary using the Contract exchange rates.

42. Payment Certificates

42.1 The Contractor shall submit to the Project Manager monthly statements of the value of the work executed, based on the Contractor’s records, less the cumulative amount certified previously.

42.2 The Project Manager shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

42.3 The value of work executed shall be determined by the Project Manager.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed and measurement thereof shall be carried out jointly by the Project Manager, or his Representative, and the Contractor. The Project Manager, or his Representative, shall record the value of the work executed in a measurement book for the purposes of verifying the Contractor's monthly statements. The measurement book shall be signed by the Project Manager or his Representative, and countersigned by the Contractor

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.

42.6 The Project Manager may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

43. Payments 43.1 Payments shall be adjusted for deductions for advance payments, taxes, retention money and any other dues. The Employer shall pay the Contractor within 30 working days from the date of receipt of correct and verified bills/invoices in complete form by the Finance Section.

43.2 If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made at the rate of ten percent (10%) per annum.

43.3 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall not be paid interest upon the delayed payment as set out in this clause.

43.4 Unless otherwise stated, all payments and deductions shall be paid or charged in the proportions of currencies comprising the Contract Price.

43.5 Items of the Works for which no rate or price has been entered in shall not be paid for by the Employer and shall be deemed covered by other rates and prices in the

Page 63: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 63 of 128

Contract.

44. Compensation Events for allowing time extension

44.1 The following shall be Compensation Events allowing for time extension:

(a) The Employer does not give access to a part of the Site by the Site Possession Date pursuant to GCC Sub-Clause 21.1.

(b) The Employer modifies the Schedule of Other Contractors in a way that affects the work of the Contractor under the Contract.

(c) The Project Manager orders a delay or does not issue Drawings, Specifications or instructions required for execution of the Works on time.

(d) The Project Manager instructs the Contractor to uncover or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Project Manager unreasonably does not approve a subcontract to be let if provided in SCC.

(f) The Project Manager gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.

(g) Other contractors, public authorities, utilities or the Employer do not work within the dates and other constraints stated in the Contract, and they cause delay.

(h) Other Compensation Events described in the SCC or determined by the Employer and force majeure. “Force Majeure” means an exceptional event or circumstance:

i) which is beyond a party’s control,

ii) which such party could not reasonably have provided against before entering into contract,

iii) which, having arisen, such Party could not reasonably have avoided or overcome, and

iv) which is not substantially attributable to the other Party.

Force Majeure may include, but is not limited to, exceptional events or circumstances of the kind listed below, so long as conditions (i) to (iv) above are satisfied:

(i) war, hostilities (whether war be declared or not), invasion, act of foreign enemies,

(ii) rebellion, terrorism, sabotage by persons other than the contractor’s Personnel, revolution, insurrection, military or usurped power, or civil war,

(iii) riot, commotion, disorder, strike or lockout by persons other than the Contractor’s Personnel,

(iv) munitions of war, explosive materials, ionizing radiation or contamination by radio-activity, except as may be attributable to the contractor’s use of such munitions, explosives, radiation or radio-

Page 64: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 64 of 128

activity, and

(v) natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.

However, force majeure shall not include the following;

i. rainfall

ii. snowfall

iii. strikes in other countries

iv. non-availability of labourer and materials such as timbers,boulders, sand, and other materials

v. difficulty and risky terrain and remoteness of site

44.2 If a Compensation Event would prevent the work being completed before the Intended Completion Date, the Intended Completion Date shall be extended. The Project Manager shall decide whether and by how much the Intended Completion Date shall be extended.

44.3 The Contractor shall not be entitled to compensation to the extent that the Employer’s interests are adversely affected by the Contractor not having given early warning.

45. Tax 45.1 The prices bid by the contractor shall include all duties, taxes and levies that may be levied in accordance with the laws and regulations in being as of the date 30 days prior to the closing date for submission of bids.

46.Currencies46.1 Where payments are made in currencies other than

Ngultrum (Nu.), the exchange rates used for calculating the amounts to be paid shall be the exchange rates stated in the Contractor’s Bid.

47.Price Adjustment 47.1 If during the contract, there is an increase or decrease in the cost of materials and labour as reflected by the Material Index Numbers published by the National Statistical Bureau (NSB)6, a corresponding increase or decrease in the payment to the contractor or recoverable from the Contractor shall be effected on the basis of the following formulae, such calculation being done for every successive period of 3 months after the 12thmonth of the Contract duration:

Adjustment for variation of material prices:

V = Wx0.80x0.75 x (M-M0)/M0

where:

V = amount of variation for materials payable to/recoverable from the contractor for the period under review;

W = value of the work done during the period under review minus (amount of secured advance recovered in the same period + value of works executed under variations for

6 Until NSB comes up with the Material & Labour Index for the Royal Government of Bhutan, the Wholesale Price Index – (all commodities) for Materials shall be used for the purpose of this clause. Visit www.eaindustry.nic.in for the Wholesale Price Index.

Page 65: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 65 of 128

which the variations are paid in the new rate); The value of work done shall be based on running account payments;

M0 = Material Index for the month in which the tender was submitted;

M = the average value of the above Index Number for the 3 months period under review;

47.2 For the applications of the above formulae, the appropriate Index Numbers published by the National Statistical Bureau shall be adopted.

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

47.4 Price Adjustment shall apply only for work carried out within the stipulated time or extensions granted by the Procuring Agency and shall not apply to work carried out beyond the stipulated time for reasons attributable to the Contractor.

48. Retention 48.1 The Employer shall retain ten percent (10%) from each payment due to the Contractor the proportion stated in the SCC until Completion of the whole of the Works as retention money.

48.2 On completion of the whole of the Works, half the total amount retained shall be repaid to the Contractor and half when the Defects liability period has passed and the Engineer has certified that all defects notified by the Engineer to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole of the works, the contractor may substitute the balance half of retention money by an unconditional bank guarantee. In the case contracts beyond duration of 12 months, substitution of retention money by such a bank guarantee may be allowed on completion of 50% of the value of the contract and duly certified by the Project Manager. The Bank Guarantee shall be valid until the issue of a No Defects Liability Certificate by the Employer after the end of the Defects Liability period and subject to the certification by the Project Manager that all defects notified by the Project Manager to the Contractor have been rectified to his satisfaction before the end of this period. If the Contractor fails to remedy any reported defect within the Defect Liability Period, the Employer shall withhold the payment or realize claims from the bank guarantee of an amount which in the opinion of the Employer represents the cost of the defect to be remedied.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the SCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the ten percent (10%) of the Initial Contract Price. The Employer may deduct liquidated

Page 66: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 66 of 128

damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor’s liabilities.

50. Advance Payment 50.1 The Employer shall make advance payment to the Contractor of the amount stated in the SCC (mobilization and secured advances) by the date stated in the SCC, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The Guarantee shall remain effective until the advance payment has been repaid, but the amount of the Guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest shall not be charged on the advance payment.

50.2 The secured advances shall be paid to the contractor as specified in SCC on the following conditions:

a. The materials shall be in accordance with the specifications and shall not be in excess of the requirements;

b. The materials shall be delivered at the site of the works, properly stored and protected against loss, damage or deterioration;

c. A declaration shall be given by the contractor passing on the lien on the rights of the materials to the Procuring Agency.

d. The amount of the secured advance shall not be more than seventy five percent (75%) of the cost of materials delivered at the site of works which shall be supported by the original invoices/bills from the suppliers. All materials imported from other countries shall be supported by Bhutan Sales Tax Receipts or Customs Clearance. In case of fabrication works off site, secured advance may be paid to the contractor after the site inspection is carried out by the client at the cost of the contractor, submission of proof of payment (work order) and submission of supply order.

The secured advance shall be recovered from the interim progress payments in the months in which these materials are used in the works.

50.3 The Contractor is to use the advance payment only to pay for, Plant, Materials and mobilization expenses required specifically for execution of the Contract.

50.4 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. All advances shall be recovered when eighty percent (80%) of the contract is executed. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, Bonuses or Liquidated Damages.

51. Securities 51.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of

Page 67: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 67 of 128

Acceptance and shall be issued in an amount specified in the SCC by a bank or surety acceptable to the Employer, and denominated in the types and proportions of the currencies in which the Contract Price is payable. The Performance Security shall be valid until a date 30 days from the date of issue of the Certificate of Completion.

51.2 Following the successful completion of the Contract, the Employer shall return the Performance Security to the Contractor within 14 days of receipt of the Certificate of Completion.

51.3 The Employer shall not make a claim under the Performance Security, except for amounts to which the Employer is entitled under the Contract in the event of:

(a) failure by the Contractor to extend the validity of the Performance Security as described in the preceding paragraph, in which event the Employer may claim the full amount of the Performance Security.

(b) failure by the Contractor to pay the Employer an amount due, as either agreed by the Contractor or determined under Clause 43 [payments] or Clause 62 [payment upon Termination], within 42 days after this agreement or determination,

(c) circumstances which entitle the Employer to terminate the contract under Clause 58 [Termination], irrespective of whether notice of termination has been given.

52. Day works 52.1 If applicable, the Day works rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Project Manager has given written instructions in advance for additional work to be paid for in that way.

52.2 All work to be paid for as Day works shall be recorded by the Contractor on forms approved by the Project Manager. Each completed form shall be verified and signed by the Project Manager within 2 days of the work being done.

52.3 The Contractor shall be paid for Day works subject to obtaining signed Day works forms and at the rate quoted for Day works.

53. Cost of Repairs 53.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

E. Completion of the Contract54. Completion 54.1 The Contractor shall request the Project Manager to issue a

Certificate of Completion of the Works, and the Project Manager shall do so upon deciding that the work is completed.

55. Taking Over 55.1 The Employer shall take over the Site and the Works

Page 68: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 68 of 128

andshall issue the completion Certificate within 7 days of taking over. The completion certificate shall include the following mandatory information:

i. Name of Contract firm

ii. Name of Proprietor

iii. CDB Registration No.

iv. Trade License No.

v. Contract Amount

vi. Year of Completion

vii. Award order No. with Date.

56. Final Account 56.1 The Contractor shall supply the Project Manager with a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Project Manager shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 30 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Project Manager shall issue within 30 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Project Manager shall decide on the amount payable to the Contractor and issue a payment certificate.

57. Operating and Maintenance Manuals

57.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the SCC.

57.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the SCC, or they do not receive the Project Manager’s approval, the Project Manager shall withhold the amount stated in the SCC from payments due to the Contractor.

58. Termination 58.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract.

58.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

a. the Contractor stops work for 30 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Project Manager;

b. the Project Manager instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within 30 days;

c. the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

d. The Contractor fails to employ the personnel proposed in the Bid document pursuant to Qualification Information Paragraph 1.5,

e. a payment certified by the Project Manager is not paid by the Employer to the Contractor within 84 days of the date of the Project Manager’s certificate;

Page 69: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 69 of 128

f. the Project Manager gives notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Project Manager;

g. the Contractor does not maintain a security, which is required;

h. the Contractor subcontracts any or whole of the Works without the approval of the Employer;

i. the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the SCC; and

j. in case of joint venture any or all parties fail to fulfill the contractual obligations.

58.3 When either party to the Contract gives notice of a breach of Contract to the Project Manager for a cause other than those listed under GCC Sub-Clause 58.2 above, the Project Manager shall decide whether the breach is fundamental or not.

58.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

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

59. Corrupt or Fraudulent Practices

59.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for or in executing the Contract then the Employer may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site, and the provisions of GCC Sub-Clause 59.5 shall apply.

59.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive or obstructive practice during the execution of the Works, then that employee shall be removed in accordance with GCC Sub-Clause 10.2

59.3 For the purposes of this Sub-Clause:

(a) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

(b) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid anobligation;

(c) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(d) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

Page 70: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section V General Conditions of Contract (GCC) Page: 70 of 128

(e) “obstructive practice” is

(i) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order materially to impede any investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

(ii) acts intended materially to impede the exercise of the inspection and audit rights of the Employer and/or any other relevant RGoB agency provided for under GCC Clause 23.

60.Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Project Manager shall issue a certificate for the value of the work done and Materials ordered less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of work not completed, as indicated in the SCC. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be a debt payable by the Contractor to the Employer.

60.2 If the Contract is terminated for the Employer’s convenience or because of a fundamental breach of Contract by the Employer, the Project Manager shall issue a certificate for the value of the work done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

61.Property 61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property of the Employer if the Contract is terminated because of a Contractors default.

62. Release from Performance

62.1 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, the Project Manager shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

Page 71: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VI: Special Conditions of Contract (SCC) Page: 71 of 128

Section VI. Special Conditions of Contract (SCC)

A. GeneralGCC 1.1 (o) The Employer is the …………………………..(To be inserted)

GCC 1.1 (r) The Intended Completion Date for the whole of the Works shall be………………………………(To be inserted)

GCC 1.1 (v) The Project Manager is: ……………………………(To be inserted)

GCC 1.1 (y) The Site is located on ………………………..(To be inserted)and is defined in Drawings Nos. None

GCC 1.1 (bb) The Start Date shall be……………….(To be inserted)

GCC 1.1 (ff) The Works consist of:Road widening, sub-grade preparation, granular sub-base, permanent works, drains, wet mix macadam, dense bituminous macadam and asphalt concrete from Km…………………………….(To be inserted)

GCC 2.2 Sectional Completions are: Not Applicable

GCC 2.3 (9) The following documents also form part of the Contract:

Schedule of Key Personnel (GCC 10)

Schedule of Equipment and Machinery to be maintained at site

GCC 3.1 The language of the contract is English.

The law that applies to the Contract is the law of the Kingdom of Bhutan.

GCC 7.1 The ceiling for sub contractor’s participation and conditions are: 20% of Contract price

GCC 8.1 The contractor shall carry out the layout and it will be cross-verified by the Client’s engineer/representative.

GCC 9.1 Schedule of other contractors: [insert Schedule of Other Contractors, if appropriate]

GCC 10.1 Key Personnel:

The amount to be deducted for the key personnel not employed by the contractor for each personnel is:

1. Nu. 25,000/- per month for Project Engineer

2. Nu. 22,000/- per month for Material Engineer

3. Nu. 20,000/- per month for Contract Manager

4. Nu. 20,000/- per month for Junior Engineer

5. Nu. 10,000/- per month for Laboratory Technician

6. Nu. 10,000/- per month for Site supervisor

The amount to be deducted for the equipments not available at site when the work requires the deployment of particular machinery is

1. Nu. 10,000/- per day forAsphaltPlant

2. Nu. 15,000/- per day for Excavator

3. Nu. 17,000/- per day for Excavator with rock breaker

3. Nu. 10,000/- per day for Pay Loader

4. Nu. 12,000/- per day for Motor Grader

5. Nu. 8,000/- per day for Paver

6. Nu. 4,000/- per day for Static Roller

user, 02/14/15,
I feel the amount is too less and the penalty for PE and ME should be same as they are given same point under tier I and like wise others also.
user, 02/12/15,
Initial contract price
Page 72: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VI: Special Conditions of Contract (SCC) Page: 72 of 128

7. Nu. 1,500/- per day for Concrete Mixer

9. Nu. 5,000/- per day for Water Tanker

10. Nu. 3,500/- per day for Tipper Truck

11. Nu. 10,000/- per day for Vibratory Roller

12. Nu. 1,500/- per day for Total Station

The amount to be deducted for the VTI/local skilled labourers not employed by the contractor for each personnel is Nu. 7,500/- per month.

The amount to be deducted for the VTI graduates not employed by the contractor as interns for the contract for each personnel is Nu. 6,000/- per month.

GCC 14.1 The minimum insurance amounts and deductibles shall be:

(a) loss of or damage to the works, plant and materials to be built into the works: Contractor’s own risk as per insurance policies of the insurance company in Bhutan

GCC 15.1 Queries. The Chief Engineer will clarify queries on SCC.

GCC 19 The regulations and guidelines for work place safety issued by Ministry of Labour and Human Resources, RGoB shall be complied at all times.

GCC 21.1 The Site Possession Date(s) shall be:………………….. (To be inserted)Fourteen days after signing of contract agreement

GCC 25.2 Fees and types of reimbursable expenses to be paid to the Adjudicator: As Applicable

GCC 25.3 Institution whose arbitration procedures shall be used:

Construction Development Board (CDB):

GCC Sub-Clause 24.3 - All disputes arising in connection with the present Contract shall be finally resolved by arbitration in accordance with the rules and procedures of the CDB or any other independent agency that has been appropriately mandated at the time of submission of the dispute through its National Arbitration Committee. The arbitration award shall be final on the parties who shall be deemed to have accepted to carry out the resulting award without delay and to have waived their right to any form of appeal insofar as such waiver can validly be made.

The place of arbitration shall be: (To be inserted) Thimphu, Bhutan

GCC 26.1 Appointing Authority for the Adjudicator: Not Applicable

B. Time ControlGCC 27.1 The Contractor shall submit for approval a Comprehensive Work Program for the Works

within one (1)month from the date of the Letter of Acceptance.

The Program shall include, but not be limited to, the following elements under the conditions stipulated:

(a) Quality Assurance Plan (QAP)

The Quality Assurance Plan shall specify the work methodology, quality control tests and intervals for such tests in accordance with the work specifications for each item of the Works. If in the opinion of the Project Manager the QAP submitted by the Contractor does not fully represent the spirit of the General Conditions of Contract or the Specifications he may seek further clarification from the Contractor before his approval. The Contractor shall strictly follow the QAP in the execution of the Works. If the Contractor does not comply with the QAP, he shall not be allowed to proceed further with the Works. Details of all procedures and compliance documents shall be submitted to the Project Manager for information before each execution stage is commenced. Compliance with the quality assurance system shall not relieve the Contractor of any of his duties, obligations or responsibilities under the contract.

GCC 27.3 The period between Program updates is 30days. The amount to be withheld for late submission of an updated Program is Nu. 1,000/- per day.

C. Quality Control

user, 02/12/15,
The minimum number of tests required for pavement needs to be spelled out here, though it will be govern by the technical specification.
user, 02/12/15,
Though it is required for e-tool evaluation (preference scoring), it is hard to practice at site since no VTI graduate come to site as intern. The maximum duration of deduction is 4 months and after that it is a breach of contract and then the termination clause will come into picture.
Page 73: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VI: Special Conditions of Contract (SCC) Page: 73 of 128

GCC 35.1 The Defects Liability Period is: 12 months.

D. Cost Control GCC 44.1 (l) Other Compensation Events are: None

GCC 45.1 In case of certain Tax exemptions, such as in foreign assistance projects, this specific exemption(s) should be clearly specified in this clause.

GCC 47.1 The Contract issubject to price adjustment in accordance with GCC Clause 47.The contract is subject to price adjustment in accordance with Clause 44 of the General Conditions of Contract, but applicable only after 12 months from date of Start of the contract up to the intended completion date.

GCC 48.1 The proportion of payments retained is: ten (10) percent.

GCC 49.1 The liquidated damages for the whole of the Works are zero point zero seven five(0.075) percent of final contract price per day. The maximum amount of liquidated damages for the whole of the Works is ten (10) percent of the final Contract Price.

If the contractor does not execute the work as per the agreed contract schedule and the project gets delayed beyond the contract period, whereby there is no genuine reasons for time extension, the contractor has to bear the cost of the Supervision Consultancy contract, if employed by the Client for the delayed construction period.

GCC 50.1 The Mobilization Advance Payment shall be ten percent (10%)of the Contract Price and shall be paid to the Contractor no later than 30 days after receipt by the Employer of an acceptable Advance Payment Guarantee.

GCC 50.2 The secured advance is seventy five percent (75%) of the value of materials delivered to the work site supported by the original invoices/bills from the supplier as per clause 5.1.12.4 (d) of procurement manual.

GCC 51.1 The Performance Security amount shall be ten percent (10%)of the Contract Price.

E. Finishing the Contract GCC 57.1 The date by which operating and maintenance manuals are required isNot

Applicable.The date by which “as built” drawings are required isNot Available.

GCC 57.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required in GCC Sub-Clause 57.1, or failing to obtain the Project Manager’s approval of them by the said date, is Not Available.

GCC 58.2 (i) The maximum number of days is: 150 days

GCC 60.1 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is twenty percent (20%)subject to a maximum limit of 10% of the initial Contract Price.

Additional clause

dell, 02/14/15,
We may need additional clause on lab test requirement and signs & signals
user, 02/14/15,
143 days if penalty per day is 0.07%. If the intension is to make 150 days, penalty per day is 0.0667%
dell, 02/14/15,
Can be 0.07
user, 02/12/15,
Can we not increase the DLP period to 18 months, and the rationale behind is that the contractor might adopt better quality during execution.
Page 74: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 74 of 128

Section VII Specifications and Performance Requirements

2.1 CLEARING AND GRUBBING

(1) Scope

This Section covers the clearing and grubbing necessary for the construction of the works covered by the contract. Conservation of the top soil and flora is also covered under this Section.

(2) Description of Work

(a) Clearing

Clearing shall consist of the cutting, removing and disposal of all trees, bushes, shrubs, grass, weeds, other vegetation, anthills, rubbish, fences, top soil of thickness approximately 200 mm and all other objectionable material, resulting from the clearing. It shall also include the removal and disposal of structures that obtrude, encroach upon or otherwise obstruct the work.

The moving of a certain amount of soil or gravel material may be inherent to or unavoidable during the process of clearing and no extra payment shall be made for this. Clearing shall include the removal of all rocks and boulders of up to 0.15 m3 in size exposed or lying on the surface.

(b) Grubbing

Grubbing may follow after clearing and includes the removal of topsoil and aIl roots and organic matter in the roadway. This shall including all trees up to 300 mm girth, stumps and roots which shall be removed to a depth of not less than 150 mm below the sub-grade level or a minimum of 600 mm below the original ground level whichever is lower.

Except in borrow areas the cavities resulting from the grubbing shall be backfilled with approved material and compacted to a density not less than the density of the surrounding ground.

(c) Conservation of Top Soil

Where suitable topsoil exists within the limits of the area to be cleared and grubbed, the Contractor shall, if ordered by the Engineer, remove the topsoil together with any grass and other suitable vegetation. If not used immediately, the topsoil shall be transported and deposited in stockpiles for later use.

(d) Conservation of Flora

Where provided for in the contract, certain designated flora encountered in the road reserve and borrow areas shall be carefully protected by the Contractor. In his contract price, the Contractor shall include for the careful removal and planting of the flora in a protected and fenced-off area and, on

Page 75: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 75 of 128

completion of the road, for the replanting of the flora in suitable positions in the road reserve in accordance with the Engineer’s instructions.

(3) Execution of Work

(a) Areas to be Cleared and Grubbed

Stumps, embedded logs, roots and all other vegetable growth and accumulated rubbish of whatsoever nature and all other objectionable material shall be completely removed to a depth as specified in Sub-clause 2.1 (2) (a) & (b).

Normally the portions of the road reserve that fall within the limits of the road prism, as well as certain borrow areas shall be cleared and/or grubbed. Where the road reserve is to remain unfenced, the full width of the road reserve shall be cleared and/or grubbed except for such trees designated by the Engineer to be left standing and uninjured.

The Contractor shall mark the boundaries of the area for clearing and grubbing and seek the approval of the Engineer before commencement of the work. The Engineer shall designate in detail the exact areas to be cleared and grubbed and the time at which it shall be done.

(b) Cutting, Felling of Trees

The Contractor shall take the necessary precautions to prevent damage to structures and other private or public property.

The Contractor shall carry out felling and cutting of trees above 300 mm girth manually or using bulldozer. Such individual trees shall be approved and marked at the site by the Engineer.

Authority for cutting trees must be obtained from the Department of Forestry Services who may require that trees be numbered, measured and marked in the presence of officials from the Department of Forestry Services. Cutting of such trees shall then be carried out by the Contractor and the timber stored at designated locations within the Right of Way.

Felling and cutting of trees on the site and stockpiling them off the site shall conform to the requirements of the Department of Forestry Services.

Wood, branches, twigs of trees and other useful material shall be property of the Government. The serviceable materials shall be stacked at sites in the manner as directed by the Engineer. All unserviceable materials shall be disposed off as per the instructions of the Engineer.

All timber except such timber as can be used and all brush, stumps, roots, rotten wood and other refuse from the clearing and grubbing operations shall be completely removed from within the Right of Way. The roots of trees shall be dug at least up to 600mm from the ground level or 150mm below sub-grade level whichever is lower. All holes or hallows formed by digging up roots shall be carefully filled up with earth and properly compacted.

Page 76: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 76 of 128

If felling of trees is carried out by bulldozer, power chain or any other suitable equipment shall be used to minimize any damages including environment.

(c) Blasting for Removal of Trees

The blasting operation, if any, for felling of trees shall be carried out strictly as per the guidelines given in DoR, Blasting Manual. All blasting work shall only be done under careful supervision of trained personnel and the contractor shall take all precautions as per rules for blasting operations.

The contractor shall be responsible for any damage arising out of accident to the workmen, public or property due to storage, transportation and use of explosive during blasting operation.

For felling of trees, the holes shall be drilled inclined downward with a 30 mm auger. The location of holes shall be in parallel section of the trunk just above the butt. For trees up to 450mm in girth one drill hole will be generally sufficient. For larger trees a series of equally spaced radial holes drilled within about 25 to 50 mm centre to centre shall be used.

The placing and quantity of explosives required shall vary with each tree and is governed by the age, type and girth. As general rule 1.2kg to 1.52kg of explosives per square meter of cross section will be sufficient.

For removal of stumps or standing trees, placing of drill holes and quantity of explosives required shall vary with each tree and is governed by the size, type of stumps or tree, and the root system. Sandy or loose soil will require heavier charges than clay soil. The charge shall be placed centrally under the butt. But if there is only one taproot the explosives shall be placed under the fork formed by two of the largest surface roots. In stumps 900mm in girth or over, the charge shall be split and placed at two or more places around the tree.

(d) Dealing with Anthills

Where anthills are encountered within the limits of the road prism, they shall be excavated to a depth of not less than 750 mm below the finished road level and the material carted to spoil. Cavities resulting from the clearance of anthill material shall be backfilled with approved material and compacted to a density not less than that of the surrounding ground.

Where directed by the Engineer, the area covered by anthills shall be treated, after excavation and before backfilling of cavities, with an approved ant control chemical. Payment for such treatment shall be made in the manner specified in the contract.

(e) Disposal of Material

Material obtained from clearing and grubbing shall be disposed off in borrow pits or other suitable places and be covered up with soil or gravel as directed by the Engineer. The burning of combustible material shall not, normally, be permitted and may only be done with the prior written approval of the Engineer.

Page 77: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 77 of 128

Where fences have to be taken down, fencing wire shall be neatly wound into reels and all such wire, together with all fence posts and other serviceable material from structures, etc., shall be stacked at sites indicated by the Engineer.

Rock dumping shall be carried out at the places designated by the Engineer. Such sites may include proposed rock fill embankments. The dump site shall be made good by placing soil layer and planting vegetation.

(f) Re-clearing of Vegetation

When portions of the road reserve, borrow or other areas have been cleared in accordance with the Technical Specifications, but in the course of time, vegetation grows again during construction, the Engineer may, if he considers it necessary, order that the area be re-cleared.

Before the bottom layer of the embankment is made, the Contractor shall grub up and remove any vegetation that may in the meantime have grown on the surfaces previously cleared and grubbed.

Such re-clearing of areas previously cleared includes the removal and disposal of grass, shrubs and other vegetation in the same manner as for the first clearing operation. No separate payment shall be made for re-clearing of vegetation.

(4) Measurement

Clearing (without grubbing), and clearing and grubbing executed as per this Specification shall be measured in square meters.

Cutting trees including removal of stumps and their roots of girth above 300 mm and backfilling to required compaction shall be measured in number according to the sizes given below:

(a) Above 300 mm to 600 mm(b) Above 600 mm to 1200 mm(c) Above 1200 mm to 2400 mm(d) Above 2400 mm

For this purpose girth shall be measured at a height 1 meter above ground. No separate measurement shall be made for blasting for removal of trees.

Cutting of trees up to 300 mm girth including removal of stumps and roots and backfilling of holes with compaction shall not be measured separately.

(5) Payment

Clearing and grubbing and cutting trees shall be paid at their respective contract unit rates which shall be the full and the final compensation to the Contractor as per Annexure-1.The contract unit rate for cutting of trees of girth above 300 mm shall also include handling, salvaging, piling and disposing off the cleared materials within all leads and lifts.

2.2 EARTHWORKS

Page 78: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 78 of 128

(1) Scope

This Section covers the works related to the roadway excavation, roadway filling, excavation for foundation, backfilling, excavation for drains, channels, intercepting drains etc. The works shall consist of hauling and disposing of all unsuitable and excess materials and excavating, hauling, placing and compacting suitable materials, from areas of excavation or borrow, all as required to construct the graded areas, embankments, roads, drainage, building construction sites and parking, or other fill area. The work shall be done in accordance with these specifications and in conformity with the lines, grades, dimensions and typical cross-sections shown on the Drawings and directed by the Engineer.

Suitable materials taken from excavation shall be used in the formation of embankment, sub-grade, or for backfilling, or construction of structures all as indicated on the Drawings or as directed by the Engineer. When the volume of suitable excavated material exceeds that required to construct the works to the grades indicated, the excess shall be hauled, disposed with proper soil management at safe tipping sites as directed. When the volume of excavation is not sufficient for constructing the works to the grades indicated, the deficiency shall be supplied from the borrow areas.

(2) Definitions and General Requirements

(a) Earthwork includes two types of operations i.e. (i) earth excavation and disposal of the excavated materials (ii) earth excavation and use of excavated materials. The use of excavated materials may be in the form of filling embankment, backfilling (including grading and obtaining graded and structural backfill material) and filling other areas as required.

Earth excavation and disposal implies excavation of all types of materials including part of the structures below ground level within and outside of the limit of the right of way except for otherwise specified, shaping the exposed surface of excavation as specified or directed by the Engineer, removal, hauling and disposal of the excavated material at the locations and in the manner as specified or directed by the Engineer.

Excavation and filling implies excavation of materials and shaping the exposed surface of excavation as stated above, removal, hauling and use of the excavated material at the location and in the manner as specified or directed by the Engineer.

Excavation and disposal shall include:(i) Excavation and disposal of any type of material indicated on the Drawing.

(ii) Excavation and removal or partial removal of existing pavement.

(iii) Excavation and disposal of landslides, breakages and caving-ins.

(iv) Excavation and disposal for stream channel, trenches and drains etc.

(v) Excavation required in cuts or under embankments below the lowest normal limit of excavation as indicated on the Drawing or below ground line.

(vi) Excavation and disposal of unsuitable materials.

(vii) Removal or partial removal of existing embankments and disposal of the materials as shown on the Drawing or as directed by the Engineer.

(viii) Excavation for foundation and disposal of materials.

Page 79: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 79 of 128

Excavation and filling shall include:

(i) Filling for embankment

(ii) Backfilling in trenches, foundation pits etc.

(iii) Any type of other filling or backfilling whereby the ground level is raised or a hole is filled.

(b) The following definitions of earthwork materials shall apply to this and other Clauses of these specifications, if otherwise not specified.

(i) "Topsoil" shall mean the top layer of soil that can support vegetation. It shall include turf acceptable for turfing.

(ii) "Suitable Material" shall comprise all that is acceptable in accordance with the Contract for use in the Works and which is capable of being compacted in the manner specified in Clauses 2.9 and 2.10 to form a stable fill having side slopes as indicated in the Drawing. The material used in fill (except for rock fill) shall not contain rock fragments with dimensions of more than 75 mm.

(iii) "Unsuitable Material" shall mean other than suitable material and shall include:

Material from swamps, marshes or bogs; Peat, logs, stumps, perishable material, organic clays; Material susceptible to spontaneous combustion; Material in a frozen condition; materials classified as such, if

otherwise suitable, shall be classified as suitable when unfrozen. Clay of liquid limit exceeding 70 and/or plasticity index exceeding 45; Any such materials unless otherwise permitted in the contract

(iv) “Rock fill” shall consist of hard material of suitable size for deposition and compaction as given in Clause 2.9 and also may comprise rock as defined in Clause 2.3 and broken stones.

(v) "Cohesive Soil" is defined as fine grained soil, which is plastic within a moderate to wide range of water content. Dry specimens are very hard, and no powder can be detached by rubbing the surface of dried pots with the fingers. Cohesive soils are formed due to chemical weathering of rocks. Example: clay, plastic silt, etc.

(vi) "Cohesionless Soil" is defined as fine or coarse grained aggregates of rounded subangular or angular fragments of more or less unaltered rocks or minerals, which are formed due to physical disintegration of rocks and which is non-plastic in nature. Example: sand, gravel etc.

(vii) “Well Graded Granular Material” consisting of gravel and/or sand shall conform to Clause 2.9.

(viii)"Uniformly Graded Material" includes sands and gravels with a uniformity coefficient of 10 or less.

(c) Prior to the commencement of any excavation, the Contractor shall satisfy himself as to the circumstances at the site and of all and the various materials, obstructions,

Page 80: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 80 of 128

strata, water streams including the possibility of floods, etc., and of all other items and things liable to affect or be encountered in the excavation necessary for the proper construction of the works. The rates priced in the Bill of Quantities shall provide for these circumstances.

(d) The Contractor shall ensure that earthwork operation do not cause interference to the public. If excavations are carried out within 5 m of buildings, the Contractor shall execute the work in a way that will minimize damage and disturbances. In general, vertically sided excavation will be required in such places and all necessary timbering or other support shall be provided. Under-excavation of excavation sides will not be permitted.

(e) No excavated suitable material other than surplus to requirements of the contract shall be removed from the site except on the direction of the Engineer. Should the Contractor be permitted to remove suitable material from Site to suit his operational procedure, then he shall make good at this own expense any consequent deficit of filling arising there-from.

(f) Material in surplus to the total requirements of works, and all unsuitable materials shall, unless the Engineer permits otherwise, be run to spoil dumps.

(g) Where the excavation reveals a combination of suitable and unsuitable materials the Contractor shall carry out the excavation in such a manner that the suitable materials are excavated separately for use in the works without contamination by the unsuitable materials.

(h) The Contractor shall make his own arrangements for the stockpiling of top-soil and/or suitable material.

(i) At all times the Contractor shall ensure that earthworks are not damaged by weather or traffic. In the event of such damage occurred, the Engineer may withdraw approval from the affected works until the Contractor has carried out repairs to restore the works to their original condition.

The cost of all such repairs and any additional testing shall be borne by the Contractor without extra cost to the Employer.

(j) Prior to commencement of any earthwork, the work shall be set out where required as specified in Annexure-2 following the clearing and grubbing as per Section 2 and a survey of the existing ground shall be conducted jointly by the Contractor and the Engineer. The survey records shall serve as initial measurements for the determination of the final quantities of earthwork performed under the contract.

(k) Work on embankments and/or cuttings in areas required for the construction of bridges and other structures shall not be carried out until the Engineer agrees that construction of such structures is sufficiently advanced that there is no interference or damage to them.

(l) The Contractor shall get approval of the Engineer in respect of method of earthwork, type of equipment to be used, disposal and other details before commencement of the earthwork.

2.3 CLASSIFICATION OF EXCAVATED MATERIALS

Page 81: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 81 of 128

The excavated materials shall be classified under the following two categories. The decision of the Engineer in respect of the classification of excavated materials shall be the final and binding upon the Contractor.

(1) Soil

It shall mean any type of soil other than rock. Generally this included any material which yields to the application of pick, shovel, scarifiers or other digging implements. This shall comprise any of the following:

(a) Vegetable or organic soil, turf, sand, loam clay, mud, peat, black cotton soil, stiff heavy clay, shale, moorum, mud concrete and any mixture of these soil.

(b) Gravel, shingle and boulders having maximum dimensions up to 300mm in one direction.

(c) Soling of roads, paths, etc. and hard core, macadam surfaces of any description (water bound, grouted, bituminous surface etc.)

(d) Any masonry work in cement mortar below ground level.

(e) Generally any material which requires the close application of picks, shovels, or other digging implements.

(2) Rock

It shall mean rock comprising any type of rock, un-reinforced/ plain cement concrete, reinforced cement concrete which can be quarried or split or broken or excavated with crowbars or wedges, or require the use of mechanical equipment or blasting.

The PETTIFER point load index graph as per BS: 5930 shall be used to classify the material type (soil or rock) in case of any misunderstanding and or disputes between the contractor and the Engineer in the classification between soil and rock. The classification requires testing of the rock lumps of 5 representative samples in the laboratory using Point Load Test apparatus to obtain the point load Index (IC50). The discontinuity spacing index (Ii) shall be noted jointly by the contractor and the Engineer. Using these two parameters the “soil” or “rock” type shall be classified. In general, all easy to moderately hard digging shall be classed as soil, and hard digging/easy ripping - ranging to material requiring use of a rock breaker or blasting shall be classed as ‘rock’.

Page 82: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 82 of 128

Figure 2.3.1: PETTIFER Point Load Index graph

2.4 EXPLOSIVES AND BLASTING

(1) General

The procurement, transportation, storage, use, account and disposal of balance and defective explosive materials shall be strictly in accordance with DoR “Blasting Manual”, which is available at DoR Head Office and the by-laws issued by the Ministry of Home Affairs, RGOB and ordinances applicable to the work site. Should there be any discrepancy found between procedures described hereunder and the prevalent laws and ordinance, the later shall supersede.

Blasting shall be carried out in a controlled manner that completes the excavation to the lines indicated on the Drawing or as directed by the Engineer, with the least disturbance to adjacent material. It shall be done only with the written permission of the Engineer.

The Contractor shall adopt such method that is consistent with the safety and job requirements. Prior to starting any phase of the operation, the Contractor shall provide information describing pertinent blasting procedures, dimensions and notes.

(2) Materials, Tools and Equipment

All the materials, tools and equipment used for blasting operations shall be of approved type. The Engineer may specify the type of explosives to be allowed in special cases. The fuse to be used in wet locations shall be water-resistant and shall remain unaffected when immersed in water for 30 minutes. The rate of burning of the fuse shall be uniform and definitely known to permit such a length being cut as shall permit sufficient time to the firer to reach to a safe place before explosion takes place. Detonators shall be

Page 83: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 83 of 128

capable of giving effective blasting of the explosives. The blasting powder, explosives, detonators, fuses, etc., shall be fresh and not damaged due to dampness, moisture or any other cause. They shall be inspected before use. The damaged articles, if any, shall be discarded totally and safely removed from the site immediately.

(3) Personnel

The blasting operation shall remain in the charge of competent and experienced blaster with legal license and thorough knowledge of handling explosives and blasting operations. The Contractor shall employ blasters experienced in controlled blasting and these blasters must be in possession of a current blasting certificate or should recently have participated in training for Controlled Blasting organized by Department of Roads.

(4) Blasting Operations

Explosives shall be used in the quantities and manner recommended by the manufacturers. The written permission of the Engineer shall be obtained for each location or series of locations where the Contractor wishes to use more than 5 kg of explosives in one series of blast. Such permission shall not in any way relieve the Contractor of his liabilities under the Conditions of Contract.

The blasting shall be carried out during fixed hours of the day as ordered in writing by the Engineer. The hours shall be made known to the people in the vicinity. All the charges shall be prepared by the blaster only.

The Engineer must be notified at least 24 hours in advance of any blasting operation. When blasting is to be carried out, the Contractor shall determine the danger zone likely to be created, and shall ensure that all personnel, vehicles and livestock are clear of the zone before and during the blast. In settlement areas, the Contractor shall take steps to avoid damage to property from flying rock by using blasting mats or other suitable blanketing materials.

The Contractor shall notify each public utility organization/company having structures in proximity to the site of the work of his intention to use explosives. Such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury.

Danger red flags shall be displayed prominently in all directions during the blasting operations. The flags shall be planted 200 m from the blasting site in all directions. People, except those who actually light the fuse, shall be prohibited from entering this area, and all persons including workmen shall be excluded from the flagged area at least 10 minutes before the firing, a warning siren being sounded for the purpose.

The charge holes shall be drilled to required depths and at suitable places. Blasting shall be as light as possible consistent with thorough breakage of the material necessary for economic loading and hauling. Any method of blasting which leads to overshooting shall be discontinued.

Not more than 10 charges shall be prepared and fired at a time. The man in charge shall blow a siren in a recognized manner for cautioning the people. The charges shall be lighted by the blasters only. The blaster shall count the number of explosions. He shall satisfy himself that all the charges have been exploded before allowing the workmen to go back to the work site.

Page 84: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 84 of 128

After blasting operations, the Contractor shall compact the loose residual material removed below sub-grade and replace the material removed below sub-grade with suitable material.

When forming final cut faces, pre-split blasting techniques as recommended in the Specification for Road and Bridge (IRC) shall be carried out to ensure that blasting damage to the cut face is minimized. Details of the pre-splitting technique to be used shall be notified to and approved by the Engineer at least 24 hours in advance of the blasting operation.

(5) Account

A careful and day to day account of the explosive shall be maintained by the Contractor in an approved register and manner which shall be open to inspection by the Engineer at all times. Records must be kept by the Contractor of all drilling and blasting operations showing hole diameters and depths, drilling pattern, explosive charge and type per hole, detonator delay times and total charge per blast. These records must be submitted to the Engineer on completion of charging.

2.5 EXCAVATION IN CUTTING

(1) Clearing and grubbing shall be performed as specified in Section 2.

(2) While executing excavations, the Contractor shall take adequate precautions against soil erosion and water pollution.

(3) All suitable excavated materials shall be used in construction of the roadway to the extent as required.

(4) Hauling of material from cuttings or borrow pits to embankments or other areas of fill shall proceed only when sufficient plant or labour is operating at the place of deposition to ensure that adequate spreading and compaction of material can take place.

(5) Over-excavation shall not be permitted. Any excess depth excavated below the formation levels as specified shall be made good by the Contractor at his own expense by backfilling with suitable material of similar characteristics to those of moved materials with compaction as specified in Clauses 2.9 and 2.10.

(6) The slopes of cutting shall be cleared of all rock fragments which move when pricked by a crow-bar, unless otherwise directed by the Engineer. Where the Engineer considers that the slope, immediately after dressing, shall not be permanently stable, he shall direct the Contractor as to the stabilization measures required. The Contractor shall carry out these measures soon after Engineer's instruction.

When completed, the excavation slopes shall be true to the lines and levels as shown on the Drawing or directed by the Engineer. When completed, no point on slopes shall vary from the designated slopes by more than 150 mm measured at right angles to the slope, except where excavation is in rock, no point shall vary more than 300 mm from the designated slope.

Page 85: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 85 of 128

(7) If slips, slides, over-break or subsidence occur in cutting, they shall be removed. Adequate precautions shall be taken to ensure that during construction, the slopes are not rendered unstable or give rise to recurrent slides after construction.

(8) If water is encountered in excavations due to seepage, springs, or other causes, it shall be removed by suitable diversions or bailing out and the excavation shall be kept dry. The drained water shall be discharged into suitable outlets as not to damage to the works, crops or any other property. If any such damage is caused due to any negligence of the Contractor, it shall be the sole responsibility of the Contractor to repair/restore to the original condition at his own cost or compensate for the damage.

(9) General excavation of rocks such as in steep slopes or failed slopes, fragmented rocks etc shall be carried out by manual labour using jack hammer, chiseling, pre-splitting and controlled blasting with outmost care and diligence to avoid cracks, fissures, etc. such as on strip footing for steel arches or precast RCC box culvert or similar structures.

2.6 EXCAVATION BELOW EMBANKMENTS AND BELOW FORMATION LEVEL IN CUTTINGS

(1) Where any unsuitable material below the natural ground level under proposed embankments or below formation level in cuttings is required to be excavated, it shall be removed to such depth and over such areas as shown on the Drawing or as directed by the Engineer. The excavated materials shall be disposed off as indicated on the Drawing or directed by the Engineer. The resultant excavation shall be backfilled with suitable material and shall be leveled and compacted to the density as specified for forming of the embankments. Nevertheless, if such backfill has to be carried out in standing water, the Contractor shall use only an approved non-plastic well-graded granular material having maximum size of not greater than 75mm. Such materials may be deposited in water without use of compaction equipment.

(2) Where shown on the Drawing, approved, graded stones having size from 380 mm to 150 mm and containing not more than 10 percent, below 150 mm in size shall be placed directly on the natural occurring unsuitable material. This type of rock fill material shall be deposited in accordance with the requirements of Clause 2.9 and compacted as per Clause 2.10.

(3) If after the removal of material as specified in Sub-clause 2.6 (1), the Contractor allows the materials so exposed to reach a condition where compaction of back filling is impracticable, he shall make good at his own expense either by additional excavation and filling in the manner specified in this Clause, or by waiting until the condition of the exposed material is fit to receive the approved backfill.

2.7 EXCAVATION FOR FOUNDATION, DITCHES, PAVEMENT, SLOPES, LANDSLIDES

(1) Excavation for Foundation

(a) Scope

Excavation shall consist of the removal of material for the construction of foundations for drainage structures, retaining walls, head walls, cut off walls, culvert, bridges and other similar structures to the lines and dimensions shown on the Drawing or as

Page 86: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 86 of 128

instructed by the Engineer in accordance with the requirements of these Specifications. The work shall include construction of protection and subsequent removal of all necessary sheeting, shoring, bracing, diversion of water/flow, draining and pumping, the removal of all logs, stumps, grubs and other deleterious matters and obstructions necessary for placing the foundations; trimming bottoms of excavations; and clearing up the site and the disposal of all surplus material.

(b) Excavation

Excavation shall be taken to the length and width of the lowest step of the footing and the sides shall be left to plumb where the nature of soil allows it. Where the nature of soil or the depth of the trench does not permit vertical sides, the Contractor at his own expense shall put up necessary shoring, strutting and planking or cut slopes to a safer angle or both with due regard to the safety of personnel and works and to the satisfaction of the Engineer.

The depth to which the excavation is to be carried out shall be as shown on the Drawing or as directed by the Engineer.

Where blasting is to be resorted to, the same shall be carried out in accordance with Clause 2.4.

(c) Dewatering, Diversion of Flow and Protection

Normally, open foundations shall be laid dry. Where water is encountered in excavation due to stream flow, seepage, springs, rain or other reasons, the Contractor shall take adequate measures such as bailing, pumping, constructing diversion channels, drainage channels, bunds, cofferdams and other necessary works to keep the foundation pit or trenches dry, when so required and to protect the green concrete/masonry against damage by erosion, failure of cut slopes or sudden rising of water level. The methods to be adopted in this regard and other details thereof shall be left to the choice of the Contractor, but subject to approval of the Engineer. Approval of the Engineer shall, however, not relieve the Contractor of the responsibility for the adequacy of dewatering and protection arrangements and for the quality and safety of the works.

Pumping from the interior of any foundation enclosure shall be done in such a manner as to preclude the possibility of the movement of water through any fresh concrete. No pumping shall be permitted during the placing of concrete or for a period of at least 24 hours thereafter, unless it is done from a suitable sump and is separated from the concrete work by a watertight wall or other similar means.

At the discretion of the Contractor, cement grouting or other approved methods may be used to prevent or reduce seepage and to protect the area of excavation

The Contractor shall take all precautions in diverting flow and in discharging the drained water as not to cause damage to the works, crops or any other property. If any such damage is caused due to any negligence of the Contractor, it shall be the sole responsibility of the Contractor to repair/restore to the original condition at his own cost or compensate for the damage.

(d) Preparation of Foundation Base

Page 87: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 87 of 128

The bottom of the foundation pit shall be levelled both longitudinally and transversely or stepped as directed by the Engineer. Before footing is laid, the surface shall be slightly watered and rammed, if surface is not wet. In the event the Contractor carries out excavation deeper than that shown on the Drawing or as otherwise ordered by the Engineer, the Contractor shall make up the extra depth with concrete or masonry at the cost of the Contractor. Ordinary filling shall not be allowed for the purpose to bring the foundation to level.

When rock or other hard strata is encountered, it shall be freed of all soft and loose materials, cleaned and cut to firm surface either levelled or stepped as directed by the Engineer. All seams shall be cleaned out and filled with cement mortar or grout to the satisfaction of the Engineer. In the case of rock excavation, annular space around footing shall be filled with concrete of grade M10 up to top level of rock or as instructed by the Engineer.

After the excavation is completed, the Contractor shall inform the Engineer to that effect and no footing, bedding materials or structures shall be placed until the Engineer has approved the depth and the suitability of foundation material.

If, at any point, in any foundation excavation, material unsuitable for foundations is encountered, the Contractor shall, if so instructed by the Engineer, shall remove all such materials and refill with suitable materials thoroughly compacted by tamping or rolling in layers of not more than 150 mm thick each.

(e) Slips and Blows

If there are any slips or blows in the excavation, these shall be removed by the Contractor at his own cost.

(f) Public Safety

Where required, trenches and foundation pits shall be securely fenced, provided with proper caution signs and marked with red lights at night to avoid accident.

The Contractor shall take adequate protective measures to see that the excavation operations do not affect or damage adjoining structures.

(g) Removal of Shoring and Protection

All shoring, sheeting, bracing used in the foundation and protection shall be removed by the Contractor after the completion of the substructure unit. The removal shall be carried out in such a manner as not to disturb or damage the finished work.

(2) Excavation for Ditch, Clearing of Existing Drains and Channels

Ditch excavation shall consist of excavation for drains, channels, or any other type as designated on Drawings or as directed by the Engineer. The work shall be performed in the proper sequence with other construction. The location of all ditches shall be established on the ground before starting construction of adjacent works. Suitable excavated material shall be placed in fills or stockpiles while unsuitable or surplus material shall be placed in spoil areas or as directed by the Engineer. Intercepting ditches shall be constructed prior to the starting of adjacent excavation

Page 88: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 88 of 128

operations. Handwork shall be performed as required to secure a finish true to line, elevation and cross section, as designated.

Ditches constructed in the works shall be maintained to the required cross-section and shall be kept free from debris or obstructions until completion of the contract. As necessary, sufficient openings shall be provided through spoil banks to permit drainage from adjacent lands. No extra payment shall be made for ditches constructed in the works.

Existing drains and channels where shown on the Drawings or as directed by the Engineer, shall be cleared by removing vegetation growths and debris deposits. The sides shall be trimmed throughout and the bottoms uniformly graded and the ditches kept clean and trimmed and maintained for the period of the Works. Unsuitable material removed from existing drains, channels shall be disposed off in spoil areas designated by the Engineer.

(3) Excavation (Scarification) for Pavement

Where shown on the Drawings or as directed by the Engineer the existing pavement surfacing or pavement layers in carriageway and shoulders shall be scarified, transported and stockpiled at designated area for reuse or disposed to spoil. The surface after scarification shall be prepared to meet the requirements of the Clause 3.4. It will be broken, if needed, mixed to achieve required grading of base or sub-base (including adding material as required), watered and laid to required profiles and compacted in its final position as directed by the Engineer.

(4) Excavation for Slopes and Removal of Landslides

Where shown on the Drawings or as directed by the Engineer the excavation shall be carried out for slopes in widening of road or curves, removal of unstable slopes/landslide, trimming of slopes, etc. The earthwork for removal of landslides shall be other than those encountered in routine maintenance of road as specified inAnnexure-3.Suitable excavated material shall be placed in fills or stockpiles while unsuitable or surplus material shall be placed in spoil areas or as directed by the Engineer.

2.8 REFILLING OF FOUNDATION PITS AND TRENCHES, REMOVAL OF SUPPORTS AND FILLING TO STRUCTURES

Refilling of foundation pits and trenches shall consist of common backfill and/or pervious backfill as shown on the Drawing or as directed by the Engineer.

(1) Materials:

(a) Common Backfill

Common backfill materials other than pervious backfill shall be suitable material as defined in Sub-clause 2.2 (2). The applicable compaction standard shall be 90% MDD (Modified).

(b) Pervious Backfill

Page 89: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 89 of 128

Unless otherwise specified in the contract, it shall consist of gravel, crushed gravel, crushed rock, natural sands, manufactured sands or combinations thereof. It shall conform to the grading limits set out in Table 2.8.1

Table 2.8.1: Grading Limits of Pervious Backfill

Sieve Size (mm)Percentage Passing by WeightClass 1, Fine Grade

Class 2, Medium Grade

Class 3, Coarse Grade

4020104.752.361.180.600.3000.150

0.075

--10090-10080-10050-9530-7510-301-100-3

-90-10040-10025-4018-33-5-150-7-0-3

95-10050-10015-550-250-5----0-3

D15 (filter)Piping ratio ---------------- <5

D85 (soil)

D15 (filter)Permeability ratio ---------------- >5

D15 (soil)

D50 (filter)Mean ratio ---------------- <25

D50 (soil)

Where D15 and D50 (filter) are used to designate the size of sieve passing 15 percent and 50 percent respectively size of filter material (i.e. the size of the sieve that allows 15 percent and 50 percent respectively by weight of the filter material to pass through it).

(c) Non Cohesive Backfill

Non Cohesive backfill is a well graded granular material with angular grains and low silt/clay content. The sieve analysis for the material must fall within the limits shown below. Non-cohesive backfill is to be used as backfill for corrugated steel arches and pipes, soil reinforced walls with gabion facia, RCC inverted ‘U’ Box culverts, and for Hume Pipe bedding.

Sources of material may be natural gravels or fragmented rock – predominantly from road cuttings (where excavation and haulage are also paid under the applicable Earthworks Item). Other sources may be river gravel/sands or alluvial deposits.

Partial processing may be necessary in order to comply with the grading and plasticity requirements. This may include screening of oversize (or use of an inclined bar “grizzly”), and/or blending.

Page 90: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 90 of 128

Material Requirements are as follows: Maximum Size – 75mm % Passing 5mm Sieve – 20 to 70 % Passing 600 micron sieve – 2 to 10 Plasticity Index – 9% maximum

Compaction StandardMinimum density as shown

The construction methodology for the particular structure shall comply with requirements shown on the Drawings or in the case of steel arches and soil reinforced walls section, the Manufacturer’s specifications shall take precedence.

(2) Method of Backfilling

Backfilling material shall not be permitted under water unless specifically described in the contract or approved by the Engineer. It shall be placed and compacted in layers in compliance with the Drawings or Manufacturer’s specification (in the case of steel arches or soil reinforced walls with gabion facia). Where not covered by the above, the requirements of Clause 2.10 shall govern.

Any support structures for the excavation shall be withdrawn as the filling proceeds unless described in the contract or ordered by the Engineer to be left in. The backfill shall be placed in by such methods which shall avoid loading the structure in any manner which may affect its stability or overload its underlying foundation material or substructure. The backfill in front of abutments and wing walls shall be placed first to avoid the possibility of forward movement. Precautions shall be taken to prevent any wedge action against upright surfaces, and the slopes bounding the excavation shall be stepped as directed by the Engineer before backfill is placed. The backfill material around box culverts, piers and curtain walls shall be placed simultaneously on both sides of the structure.

2.9 FORMING OF EMBANKMENT AND OTHER AREAS OF FILL

(1) The work shall consist of the construction of embankment, filling on other areas and backfill not specified elsewhere by providing materials as specified or approved by the Engineer, placing, compacting and shaping to lines, levels, grades and cross sections as shown on the Drawing or as directed by the Engineer. The maximum size of the coarse material in the mixture shall not exceed 75mm for general earth fill compacted by vibratory rollers, but may be up to two thirds of the layer thickness for track rolling of embankments (no material to protrude through the surface of the compacted layer).

(2) The limits of embankment shall be built sufficiently wider than the design dimension to facilitate in achieving required compaction nearby outer faces of the embankment. The surplus material shall be trimmed to the specified side slopes and width of the embankment.

(3) Where necessary, the original ground shall be scarified, mixed with water, levelled and then compacted so as to achieve the density mentioned in Clause 2.10. Where the height of embankment, as measured from formation level to the original ground level, is less than 200 mm, the embankment foundation shall be compacted in accordance with the requirements of Clause 610 such that the required compaction is achieved within the

Page 91: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 91 of 128

upper 300 mm below formation level. Where necessary, embankment foundations shall be excavated/furrowed and brought under optimum moisture content and re-compacted in layers of 150 mm each in order to achieve the required level of compaction.

(4) Embankments shall be built up evenly over the entire width and shall be maintained at all times with a sufficient camber to enable surface water to drain rapidly from them. Damage to compacted layers by constructional or other traffic shall be made good by the Contractor.

(5) The natural moisture content and the optimum moisture content of the material to be placed in the embankment shall be checked before start of placing material. If these parameters are found to be out of the specified limits, the same shall be made good. Where water is required to be added in such construction, it shall be sprinkled uniformly and thoroughly mixed in soil by blading or harrowing until uniform moisture content as specified is obtained.

(6) For vibratory compaction of embankments, the moisture content, checked in accordance with IS 2720 (Part 2), at the time of compaction shall be between 90% and 105% of the Optimum Moisture Content as determined in accordance with IS 2720 (Part 8).

(7) For the construction of rock fills or mixed rock and soil embankments by track rolling, the moisture criteria can be much broader – essentially, no dust to result during track rolling or passage of haul trucks, and correspondingly – no mud or slush.

(8) If the material delivered for fill/backfill is too wet, it shall be dried by aeration and exposure to sun, till the moisture content is acceptable for compaction. Should circumstances arise, where owing to wet weather, the moisture content cannot be reduced by the above procedure, compaction work shall be suspended.

(9) If the material deposited as fill subsequently reaches a condition such that it cannot be compacted in accordance with the requirements of the specifications the Contractor shall:

(a) Make good by removing the material off the embankment and placing suitable material; or

(b) Make good by tipping it elsewhere until it is in a suitable physical condition for re-use; or

(c) Make good the material by mechanical or chemical means to improve its properties acceptable to the Engineer.

(10) Where fill is required to be constructed across water logged or soft clayey ground that displays excessive movement under normal constructional equipment, it may be necessary to construct a capping layer.

(11) Rock used in rock fill embankments shall be deposited in horizontal layers not exceeding 800 mm each extending up to the full width of the embankment. Material shall be spread, levelled and compacted in accordance with Clause 2.10.Each layer shall consist of reasonably graded rock and all surface voids shall be filled with broken fragments before the next layer is placed. The top surface and side slopes of embankments so formed shall be thoroughly blinded with approved well graded material to seal the surface.

Page 92: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 92 of 128

(12) Isolated boulders each within the range of 0.2 cubic meters in size may be incorporated in earth embankments being compacted by vibratory compaction, at the discretion of the Engineer provided that the specified compaction requirements are met and it shall not be placed less than 0.5m below formation level of carriageways or shoulders.

(13) While filling embankments up to or over culverts or pipe drains, and where required in the contract, up to bridges, the Contractor shall bring the embankments up equally on both sides. In rock fill embankments the rock shall be carefully packed for such distance from the structure as is described in the contract.

(14) Where provision of filter membrane is specified behind structures, the same shall be laid in layers simultaneously with the laying of fill material.

(15) If the Contractor wishes to continue to use the surface of embankments including shallow filling for constructional traffic before trimming to formation level, he shall bring up and maintain the area between the extremities of the carriageways including (if any) central reserve and hard shoulders to a level not less than 150 mm above formation level whereupon constructional traffic shall be allowed to use the surface and shall be made good by the Contractor at his own expense.

2.10 COMPACTION OF EMBANKMENTS AND OTHER AREAS OF FILL/BACKFILL

(1) The Contractor shall obtain the Engineer's approval of all fill layers before covering with subsequent layers.

(2) All fill shall be compacted to the depth and degree of compaction as specified in Table 2.10.1 or as shown on the Drawing. These requirements applies whether the specified zone is in fill or in existing ground, except for any part which may fall within rock or rock-fill. Formation level in this context shall mean top of sub grade.

Table 2.10.1: Depth and Degree of Compaction

LocationDepth below

Formation Level (mm)Minimum Compaction (% MDD Heavy Compaction)

Roadway embankment includingembankment over rock-fill (but not including the 300mm of defined sub-grade).

0-300 90

Roadway cut0-300 90

Non cohesive backfill for galvanized steel arches, inverted U box, soil reinforced walls with gabion facia and Hume Pipe bedding.

0-300 93

All other roadway fill and backfill not separately specified

-90

Sub-grade - 95

Page 93: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 93 of 128

(3) Compaction requirements shall be assessed with reference to Table 2.10.2 by approved compaction equipment. This table does not include separate use of track-rolling for both earth and rock-fill embankments. For these applications, a fixed number of passes (of approved equipment) has been separately specified.

Table 2.10.2: Compaction Guidelines

Type of Compaction Equipment

Category

Cohesive SoilWell Graded granular and Dry cohesive soils

Uniformly Graded materials

Maximum depth of

Compaction Layer(mm)

Minimum No. of Passes

Maximum depth of

Compaction Layer(mm)

Minimum No. of

Passes

Maximum depth of

Compaction Layer(mm)

Minimum No. of Passes

Smooth Wheeled Roller

Load per mm. width or roll

2.14 - 2.67 kg. 130 8 130 10 Unsuitable2.68 - 5.35 kg. 130 6 130 8 UnsuitableMore than 5.35 kg. 130 4 150 8 Unsuitable

Grid Roller Load per mm. width of roll

2.65 - 5.35 kg. 150 10 Unsuitable 150 105.36 - 8.00 kg. 150 8 130 12 UnsuitableMore than 8.00 kg. 150 4 150 12 Unsuitable

Pneumatic Tyre Roller

Wheel Load1000 – 1500 kg. 1500 – 2000 kg.

130150

65

UnsuitableUnsuitable

UnsuitableUnsuitable

2000 – 2500 kg. 180 4 130 12 Unsuitable2500 – 4000 kg. 230 4 130 10 Unsuitable4000 – 6000 kg. 305 4 130 10 Unsuitable6000 – 8000 kg. 355 4 150 8 Unsuitable8000 – 12000 kg. 405 4 150 8 UnsuitableMore than 12000 kg. 455 4 180 6 Unsuitable

Vibratory Roller Static Load per mm. widthof Vibratory roll

0.27 - 0.44 kg. Unsuitable 75 16 150 160.45 - 0.71 kg. Unsuitable 75 12 150 120.72 - 1.25 kg. 100 12 130 12 150 60.26 - 1.78 kg. 130 8 150 8 200 101.79 - 2.32 kg. 150 4 150 4 230 122.33 - 2.86 kg. 180 4 180 4 255 102.87 - 3.56 kg. 200 4 200 4 280 83.57 - 4.28 kg. 230 4 230 4 305 84.28 - 5.00 kg. 225 4 225 4 305 6

Vibrating Plate Static Pressure

Page 94: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 94 of 128

Type of Compaction Equipment

Category

Cohesive SoilWell Graded granular and Dry cohesive soils

Uniformly Graded materials

Maximum depth of

Compaction Layer(mm)

Minimum No. of Passes

Maximum depth of

Compaction Layer(mm)

Minimum No. of

Passes

Maximum depth of

Compaction Layer(mm)

Minimum No. of Passes

Compactor underbase plate

0.088 - 0.105 kg/sq.cm

Unsuitable Unsuitable 75 6

0.106 - 0.123 kg/sq.cm

Unsuitable 75 10 100 6

0.124 - 0.141 kg/sq.cm

Unsuitable 75 6 150 6

0.142 - 0.176 kg/sq.cm

100 6 130 6 150 4

0.177 - 0.211 kg/sq.cm

150 6 150 5 200 4

More than 0.211 kg/sq.cm

200 6 200 5 255 4

Vibro-tamper Weight

50 - 63 kg. 100 3 100 3 150 364 - 75 kg. 130 3 130 3 200 3Mote than 75 kg. 200 3 150 3 230 3

Power Rammer Weight

100 kg. - 500 kg. 150 4 150 6 UnsuitableMore than 500 kg. 280 8 280 12 Unsuitable

(4) Each layer of rock used to fill in embankments shall be spread and leveled in accordance with Sub-clause 2.9(7) and systematically compacted.

(5) Layers of material (other than track rolling for earth or rock-fill embankments) shall not exceed 200 mm compacted depth unless and until the Contractor can demonstrate to the satisfaction of the Engineer that he can successfully compact layers of a greater thickness.

(6) Each layer shall be constructed in lengths suitable to the compaction and working methods used. Materials of each layer shall be thoroughly mixed with water as necessary to facilitate its compaction to the specified density.

(7) In cut areas, the sub-grade shall be processed as necessary and compacted to the depth and compaction requirements as given in Table 2.10.1. In the event that the Contractor is unable to achieve the minimum compaction requirements below formation level he shall excavate and re-compact in layers as necessary.

(8) Where it may be impracticable to use conventional rollers, the compaction shall be carried out by appropriate mechanical means such as small vibratory (“pedestrian”)

Page 95: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 95 of 128

rollers, power rammers or plate compactor. Care shall be taken to ensure that the compaction equipment does not hit or come too close to any structural member so as to cause any damage to it.

2.11 COMPACTION TRIALS

(1) Before commencing filling embankment and from time to time as may be considered necessary by the Engineer, the Contractor shall carry out compaction trials in the presence of the Engineer on each of the main types of earth and rock-fill to be used and compacted in the Works. The Contractor shall carry out all necessary laboratory and field testing as required by the Engineer and shall submit the results of all tests to the Engineer. The trial procedure shall include the compaction of trial areas selected by the Engineer. The surface of each area shall first be well compacted to the satisfaction of the Engineer. Each type of material being used shall be compacted in equal layers at uniform but differing moisture contents to a predetermined number of passes using the Contractor's proposed compaction equipment.

(2) Following completion of the compaction trials, the Contractor shall submit to the Engineer, for his approval, his proposals for the compaction of each type of material to be encountered in the Works and its degree of compaction specified. The Contractor's proposals shall include reference to the types of equipment, the operating weights and tyre pressure, the methods of adjusting the moisture content, the number of passes and the loose depth of each layer.

(3) If, in the opinion of the Engineer, the results of the compaction trials indicate that the Contractor's proposed plant and methods shall achieve the densities as specified, the Engineer shall approve the same. Otherwise the Contractor shall submit, in writing, proposals for modifying the plant and/or methods and shall, if the Engineer so requires, compact further trial areas in accordance with these modified proposals until the Engineer approves of Contractor's proposals.

(4) When compaction of earthworks is in progress, the Contractor shall adhere to the compaction procedures approved by the Engineer.

(5) Notwithstanding the Engineer's approval of any of the Contractor's plant or methods, the Contractor shall at all times be solely responsible for executing the earthworks in accordance with the Specifications and the Drawing.

2.12 BENCHING

(1) Where embankments are to be constructed on hill slopes or slopes with more than or equal to 1 vertical to 4 horizontal slopes, benches with vertical and horizontal faces shall be cut into the existing slope (including rock) and the embankment shall be built up in successive layers. Where the cross slope is less than 1 vertical to 4 horizontal slope (other than rock) shall be loosened by scarifying to a depth of not less than 100 mm measured perpendicular to the slope, to ensure a good bond between the embankment and the embankment foundation. Material which has been loosened shall be covered with the first layer and compacted to the specified density simultaneously with the first layer of embankment material placed.

Page 96: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 96 of 128

(2) Where existing embankments are to be widened or included in a new embankment and slopes are not more than 1 vertical to 4 horizontal, the slope of the existing embankment shall be scarified to a depth of not less than 100 mm to ensure bond. Where the slope is less than 1 vertical to 4 horizontal, continuous horizontal benches, each at least 300 mm wide, shall be cut in existing slopes and the widened embankment shall be built up in successive layers of thickness of 150 mm to the level of old road.

(3) Where the width of the widened portions is insufficient to permit the use of heavy rollers, compaction to the specified density shall be carried out with the help of small vibratory roller/plate compactor/rammer or other approved methods.

2.13 FINISHING OF SLOPES

(1) The slopes of cuttings shall be trimmed to neat line and to a standard that is attainable with proper care and workmanship in the type of material concerned. All loose rocks, stones and nests of loose material shall be removed especially in solid rock cuts which must be completely free of such material. The final surface batters must not be absolutely smooth, but shall have a slightly rough surface that would be suitable for subsequent grassing or for the natural vegetation to be established on the surface.

(2) Fill slopes shall be finished to neat lines with all loose rocks and non compacted material removed. The degree of finish required shall depend on the nature of the material used for the fill slopes but shall be as smooth as in consistent with the material involved and good workmanship. No boulders in excess of 150 mm in size will be permitted and isolated large boulder in otherwise smaller size material shall not be allowed to project out of the surface. In the case of rock fill soft material shall be worked into the interstices between the rocks on the surface of the slope.

(3) Except in solid rock the tops and bottoms of all slopes, including the slopes of drainage ditches, shall be rounded as indicated on the Drawings or as directed by the Engineer. Slopes at the junctions of cuts and fills shall be adjusted and warped to flow into one another, or into the natural ground surfaces, without any noticeable break.

(4) Cut and fill slopes shall be finished to a uniform appearance without any noticeable break readily discernible from the road. The degree of finish required for all fill slopes and for cut slopes flatter than 1 in 4 shall be that obtainable by motor grader.

(5) The slopes of cuts and fills which are designated for grassing shall, after finishing, be prepared for grass planting and /or top soil for grass planting.

(6) All trimming of side slopes of cuttings shall be completed before any work on the sub-base is commenced inside such cuttings.

2.14 EARTHWORKS TO BE KEPT FREE OF WATER

By providing temporary water course, ditches, drains, pumping or other means the Contractor shall arrange for the rapid dispersal of water from the areas of earthworks. Where practicable the water shall be discharged into the permanent outfall for the drainage system. Adequate means for trapping silt shall be provided on temporary systems while discharging into permanent drainage systems.

2.15 WATERCOURSES

Page 97: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 97 of 128

Excavations carried out in the diversion, enlargement, deepening or straightening of watercourses shall include the operations of any necessary trimming of slopes, grading of beds, disposal of excavated materials and pumping, tampering works and materials necessary for dealing with the flow of water.

2.16 FILLING EXISTING WATERCOURSES

Where watercourses have to be diverted from the sites of embankments or other works, the original channels shall be cleared of all vegetable growths and soft deposits and filled in with suitable materials deposited and compacted as specified in Clauses 2.9 and 2.10.

2.17 PROCESS CONTROL

(1) Throughout the works the Contractor shall perform tests to determine the suitability and compaction characteristics of soils to be used in roadway. The compaction test shall be conducted in accordance with IS 2720 Part 8 in every 1500 cum of fill material and every change in material type. The moisture content test shall be conducted in accordance with IS 2720 Part 2 in every 250 cum of material.

(2) In addition to the foregoing tests, the Contractor shall carry out field density tests on the compacted earth-fill materials in accordance with IS 2720 Part 28/29. At least one set of density determination consisting of three tests per 500 Sqm (or any lesser area) shall be carried out in each layer, including original ground surface on which embankment is to be constructed. If the result of any test shows that the minimum specified density has not been achieved, further compaction shall be executed to the area concerned and the layer re-tested. Unless the test results are satisfactory, the addition of another layer shall not be allowed.

(3) In the case of track rolling of coarse earthen or rock-fill embankments, the above criteria is not applicable and quality control and verification can be simply established by measuring the incremental settlement after one pass measured by levelling (and averaging) results from a number of steel settlement plates placed on the top of the fill), and comparing with previous settlement versus number of passes relationships and derived incremental limit after the specified number of passes.

(4) The Contractor shall carry out tests for determination of moisture content at frequent intervals on all materials during the course of compaction as per Sub-clause 2.9(5) to ensure that the requirements of Clause 2.10 are met with.

2.18 MEASUREMENT

(1) The quantities of the various classes of earthwork to be measured for payment under the contract shall be limited to the lines, grades, slopes and dimensions shown on the Drawing or as determined by the Engineer.

(2) All roadway excavation including road formation, foundations, side drains, landslides, filling and backfilling compacted in place shall be measured in cubic metres by the average end area method as computed from the original and final cross-sections of the

Page 98: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 98 of 128

completed work. The distance between two end areas shall be the distance measured along central line of the road. Where due to changed conditions, or the nature of a particular operation, or for any other reason, it is impossible or impractical to measure the quantities by means of average end areas, the Engineer shall compute the quantities by a volumetric method, if in his opinion, it is the best suited method to obtain an accurate determination.

(3) No separate measurement for payment shall be made for excavation made on borrows, quarries, temporary works or in places outside the scope of permanent works specified in the contract.

(4) No measurement shall be made for any excavation other than the limited excavation described above. Excavation over increased width or length, cutting of slopes, shoring, shuttering and planking shall be deemed as convenience for the Contractor in executing the work and shall not be measured and paid for. Backfill to be measured shall be limited to this void only with due consideration of the nature of the structure.

(5) Foundation excavation in rock shall be deemed to be covered by the rate for rock excavation.

(6) No separate measurement shall be made for any quantities of finishing of slopes and preparatory work for formation of embankment and other areas of fill.

(7) Measurement for scarifying, processing, laying, profiling and compaction of existing pavement, and preparation of resultant for laying pavement layers will be made in number of square meters of accepted work. The quantity shall be determined by volume of material in its original position prior to excavation. Quantities shall be computed to the neat lines shown on the Drawings, or to such limits as may be stacked out and approved for scarification by the Engineer. No separate measurement shall be made for any extra sub-base material required including reworking, placing, and compaction to final position.

(8) Consumption of explosive materials, leveling, watering and compaction of original ground, construction of coffer dams, pumping out water and other ancillary and incidental works necessary to complete the item as per this Specification shall not be measured for payment. They are deemed included in the measurement of the concerned item.

(9) The measurement for disposing of excess excavated materials treated as surplus or waste materials shall be made as follows:

(a) The Contractor shall apply for the No Objection Certificate (NOC) from the Client through the Engineer prior to hauling of excess excavated materials treated as surplus or waste materials, the Contractor shall locate first the disposal area jointly with Engineer’s Representative. A map and location Plan of the disposal area(s) is to be prepared showing the centerline coordinates and the approximate capacity (ies). The Contractor shall attach the said Map on the NOC application. The application for NOC is to be checked by the Environmental Expert.

(b) The free haulage distance is fixed to 50m as initial lead reckon from the centerline of the origin of surplus or waste materials shown in the centerline profile of road alignment in relation to the earthwork mass diagram.

Page 99: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 99 of 128

(c) The payable haulage distance to be measured is beyond 50m distance lead up-to the point of disposal with the following increment brackets as follows: 51m up to 500m, 501m up-to 1000m and 1001m up-to 2000m respectively.

(d) Earthwork mass haul diagram considering BOQ haulage items is to be prepared by the Material Engineer and concurred by the Contractor.

(e) The Engineer approves the haulage distance and the disposal of earthwork volume prepared jointly and agreed by the Contractor and the Supervision staffs. The quantity to be paid for over haulage is the net in-situ volume of surplus or waste materials as per mass diagram with some correction of percent waste factor to be agreed between the Contractor and the Engineer’s Materials Engineer. For the purpose of interim payment quantity accomplished by the Contractor, the Contractor can claim based on the truck volume less the earth shrinkage factor obtained in the laboratory tests made by the Material Engineer.

(f) Request for Inspection (RFI) is to be maintained by the Contractor on daily basis when haulage item work is going on.

(g) The measurement of leads shall be based on the prepared and approved mass haul diagram.

(h) If the material obtained from roadway excavation is used fully or partially in roadway filling, the quantities for roadway excavation and roadway filling shall be computed as below.

The quantities of roadway excavation and roadway filling of the distances under reference shall be calculated separately adopting the method described as above in this Section. The computed quantity of roadway filing shall be measured in roadway filling while difference between quantities of roadway excavation and filling shall be measured in roadway excavation.

2.19 PAYMENT

(1) Various classes of earthworks i.e. roadway excavation, roadway filling, backfilling, additional leads and lifts, and others measured as described above shall be paid at contract unit rate of the respective item.

The contract unit rates shall be the full and the final compensation to the Contractor as per Clause 116 and for the cost of:

(a) Arrangement of land as a source of supply of materials as much as needed.

(b) Process Control tests.

(c) Execution of all relevant operations described above in this Section and necessary to complete the item as per this specification.

(2) Foundation excavation for structures, measured as described above, shall be paid for at the contract unit rate for all classes of excavation. The contract unit rate for foundation excavation shall be the full and the final compensation to the Contractor as per Clause 116 of the Technical Specifications. No payment shall be made for the disposal of the

Page 100: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 100 of 128

excavated materials irrespective of all leads and lifts, preparation of foundation base, cofferdams, cribs, sheeting, shoring and bracing, foundation sealing, dewatering including pumping, removal of logs and stumps, cleaning and grubbing, diversion of flow/channel, if required and all incidentals works necessary to complete the item in accordance with this Specification.

(3) Payment for scarifying, processing, laying, profiling and compacting existing pavement and preparation of resultant surface for lying of pavement layers shall be made at the contract unit rate, which shall be the full and the final compensation to the Contractor as per Clause 116. No separate payment shall be made to the Contractor for any extra base, sub-base material required to be added to scarified sub-base material to prepare it to comply the requirements of the specifications; reworking; placing and compacting for the final position.

(4) Payment for excavation of landslide clearance (other than those in routine maintenance as per Annexure-3) shall be made at contract unit rate. The contract unit rate shall be the full and the final compensation to the Contractor as per Annexure-1.

2.20 ROCK-FILL EMBANKMENTS

(1) General

Rock-fill embankments are to be constructed as shown on the drawings. In general, such construction will involve filling of deep gullies or nullahs with suitable coarse rock material excavated from roadside cuttings. Because of the typical depth and inaccessibility of such gullies, compaction will only be possible once the rock-fill level approaches the road formation level.

(2) Rock-fill Materials Requirements

The source of the most suitable and economical rock-fill shall be jointly agreed between the contractor and the Engineer. In general this will be covered under Earthworks – Rock, including necessary lead to the rock-fill site.

(a) Rock-fill material shall have very low plastic soil content. Fines should be mostly from rock rather than soil.

(b) Should have <15% minus 4.75mm (base on visual assessment/field grading)

(c) Oversize (>0.65m nominal) should all be broken (rock breaker) and distributed evenly

(d) Should be reasonably well graded after spreading layer. If very coarse/broken oversize, mix in smaller material to reduce voids

(e) Should give uniform appearance after spreading of layer

(f) Should have no large rock protruding through surface of any layer.

For dumping the above references to compaction and layers are not applicable.

Page 101: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 101 of 128

(3) Typical Construction Process

The typical construction process is as shown below. There will be necessary differences depending upon the characteristics of individual sites. The actual methodology to be adopted shall be as agreed between the Engineer and the contractor.

(a) Clear the site of vegetation (grubbing is not required)

(b) Construct toe wall of either masonry, boulders or gabions (as dictated by site conditions and requirements). The details of the location and type of such walls are to be approved by the Engineer.

(c) Protect the toe wall against damage by falling/rolling boulders during rock-fill placement. Where necessary, this shall comprise manually placed dry stone protection against the wall of at least 1m in thickness.

(d) Dumping of coarse rock-fill (without compaction). Initial dumping should consist of the coarsest material available to provide a toe region highly resistant to any scouring.

(e) Once the rock-fill reaches a level that is accessible to construction plant (as jointly agreed by the Engineer and the contractor), commence track rolling by a minimum “D6” sized dozer or minimum 20 Tonne excavator. Any necessary ramps of cutting required for such access shall be paid separately.

(f) Compaction by track rolling shall comprise 800mm layers with 5 passes across the full layer extent. The maximum size of rock to be used shall be such that no single rock shall protrude through the surface of the compacted layer.

(g) As the rock-fill level advances, benching (in soil) of the gully sides shall be undertaken as shown on the drawings.

(h) Verification/assessment of compaction achieved shall be based on the US Army Corps of Engineers standard procedure. In summary, this consists of measuring the average settlement of a trial layer through each of 8 passes of track rolling. This is measured by means of 5 or more steel settlement plates and level survey before and after each consecutive pass. In general, the settlement after 5 passes should be greater than 80% of the settlement at 8 passes (or near refusal). The plotted relationship between passes and settlement for representative materials can then be used to verify compaction. The frequency of such testing shall be as directed by the Engineer.

(i) Batter treatment shall be as shown on the drawings. Dumped rock should be carefully placed to as uniform slope as possible, and be approximately at the natural angle of repose. Some manual packing or batter treatment may be directed by the engineer for the dumped rock sections. This shall be paid separately – provided dumping has not been haphazard. For compacted rock-fill, the batter shall comprise interlocked larger size rip-rap (nominally greater than 500mm) on the face. As directed by the Engineer, this may be constructed in the form of a rock cascade.

(j) The top of the rock-fill shall have a 10 KN/m tensile strength non-woven geo-textile and above the geo-textile, a minimum thickness of soil cushion (filling)

Page 102: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 102 of 128

beneath the pavement. At many locations, the section immediately above the rock-fill is to include a precast inverted “U” box culvert (with cast in-situ base slab). Appropriate levels for the rock-fill and cushion/culvert backfill where applicable will be provided by the Engineer.

(k) With predominantly dumped rock-fill material in the lower part of the rock-fill, post construction settlement/consolidation is expected to be significant. For this reason, construction of any precast culverts and/or road-base and bituminous surfacing shall be deferred until at least 3 months from the time of completion of the rock-fill. During this period rainwater can be allowed to discharge through or over the rock-fill (discharges are comparatively low for all rock-fills). The Engineer may direct that settlement readings are taken at regular intervals (2-weekly or monthly).

Page 103: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 103 of 128

2.21 AUXILIARY

ANNEXURE – 1

116 NOTES CONCERNING MEASUREMENT AND PAYMENT

(1) General Rules for the Measurement of Works for Payment

1.1 General

All measurements shall be made in the metric system. Different items of work shall be measured in accordance with the procedures set forth in the relevant sections read in conjunction with the General Conditions of Contract.

All measurements and computations, unless otherwise indicated, shall be carried nearest to the following limits.

i length and breadth 10 mmii height, depth or thickness of earthwork,

sub-grade, bases, surfacing and structural members

5 mm

iii areas 0.1 sqmiv volume contents 0.1 cum

In recording dimensions of work, the sequence of length, width and height or depth or thickness shall be followed.

1.2 Measurement of Lead for Materials

Where lead is specified in the Contract for construction materials, the same shall be measured as described hereunder:

Lead shall be measured over the shortest practicable route and not the one actually taken and the decision of the Engineer in this regard shall be taken as final. Lead up to 50 m shall be deemed to be included into the respective items of works, hence shall not be paid separately. Measurements shall be carried out in sections in blocks of 50 to 200 m, 201 to 500 m and 501 to 1 km. Lead beyond 1 km shall be measured in km-cum. In this regard, the source of the material shall be divided into suitable blocks and for each block, the distance from the centre or the block to the centre of placing pertaining to the block shall be taken as the lead distance.

1.3 Measurement of Pavement Thickness for Payment on Volume Basis

The finished thickness of sub-base, base and bituminous courses to be paid on volume basis shall be computed in the following manner:

Levels shall be taken before and after construction, at grid of points 10 m centre to centre longitudinally in straight reaches but 5 m at curves. The levels shall be taken at positions transversely, as specified by the Engineer.

Suitable references for the transverse grid lines should be left in the form of embedded monument on either ends or by other means so that it is possible to locate the grid points for level measurements after each successive course is laid.

Page 104: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 104 of 128

For pavement courses laid only over widening portions, at least one line of levels shall be taken on each strip of widening, or more depending on the width or widening as decided by the Engineer.

Notwithstanding the above, the measurements may be taken at closer intervals also, if so desired by the Engineer, the need for which may arise particularly in the case of estimation of the volume of the material for profile corrective course (levelling course). The average thickness of the pavement course in any area shall be the arithmetic mean of the difference of levels before and after construction at all the grid points falling in the area, provided that the thickness of finished work shall be limited to those shown on the Drawings or approved by the Engineer in writing.

As supplement to level measurements, the Engineer shall have the option to take cores/make holes to check the depth of pavement construction. The holes made and the portions cut for taking cores shall be made good by the Contractor by laying fresh mix/material including compacting as required at no extra cost immediately after the measurements are recorded.

1.4 Checking of Pavement Thickness for Payment on Area Basis

Where payment for any bituminous course is allowed to be made on area basis, the Engineer may have its thickness checked with the help of a suitable penetration gauge at regular intervals or other means as he may decide.

1.5 Measurement of Bituminous Courses for Payment on Weight Basis

Plant-mixed bituminous materials for pavement courses where designated to be paid on weight basis shall be weighed on accurate scales approved by the Engineer. Approved scales shall mean scales that are of size, capacity, kind and type suitable for the weighing to be done, and these shall be properly and adequately installed and maintained. Prior to the use of the scales and as frequently thereafter as the Engineer may deem necessary to ensure accuracy, the scales shall be checked and approved by the Engineer, or the Engineer may direct the Contractor to have the scales checked by other competent agency at the cost of the contractor.

Location of the scales shall be as designated by the Engineer. Trucks used for hauling the material to be weighed shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark.

For materials specified to be measured by weight, the Engineer will have the option to make measurements of the finished work by which in accordance with Annexure-1 (1.3)and such volumes shall be converted into weight for payment purposes. The factor for conversion from volume measurement to weight measurement shall be computed from the representative density of the compacted material at site determined at locations approved by the Engineer.

(2) Scope of Rates for Different Items of Work

2.1 For item rate contracts, the contract unit rates for different items of works shall be payment in full for completing the work to the requirements of the Specifications including full compensation for all the operations detailed in the relevant sections for these specifications under "Rates". In the absence of any directions to the contrary, the rates are to be considered as the full inclusive rate for finished works covering all labour, materials, wastage, transportation, temporary work, plant, equipment, overhead charges

Page 105: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 105 of 128

and profit as well as the general liabilities, obligations, insurance and risks arising out of General Conditions of Contract.

2.2 The item rates quoted by the contractor shall, unless otherwise specified, also include compliance with/supply of the following:

(i) General works such as survey and setting out, clearance of site before setting out and clearance of works after completion;

(ii) A detailed Program for the construction and completion of the works (using CPM/PERT techniques) giving, in addition to construction activities, detailed network activities for the submission and approval of materials, procurement of critical materials and equipment, fabrication of special products/equipment and their installation and testing, and for all activities of the Employer that are likely to affect the progress of work, etc., including updating of all such activities on the basis of the decisions taken at the periodic site review meetings or as directed by the Engineer as per Annexure-4 of the Technical Specifications.

(iii) Samples of various materials proposed to be used on the Work for conducting tests thereon as required as per the provisions of the Contract;

(iv) Design of mixes as per the relevant Clauses of the Specifications giving proportions of ingredients, sources of aggregates and binder along with accompanying trial mixes as per the relevant clauses of the Technical Specifications to be submitted to the Engineer for his approval before use on the Works.

(v) Detailed design calculation and drawings for all Temporary Works (such as formwork, staging, centring; specialised constructional handling and launching equipment and the like);

(vi) Detailed drawings for templates, support and end anchorage, bar bending and cutting schedules for reinforcement, material lists for fabrication of structural steel, etc.

(vii) Mill test reports for all mild and high tensile steel and cast steel as per the relevant provisions for the Specifications;

(viii) Testing of various finished items and materials including bitumen, cement, concrete, bearings as required under these Specifications and furnishing test reports/certificates;

(ix) Inspection Reports in respect of form work, staging, reinforcement, and other items of work as per the relevant Specifications;

(x) Any other data which may be required as per these Specifications or the conditions of Contract or any other annexes/schedules forming part of the contract;

(xi) Any other items of works which is not specifically provided in the Bill of Quantities but which is necessary for complying with the provisions of the Contract;

(xii) All temporary works as per (v) above;(xiii) Cost of in-built provisions for Quality Assurance; (xiv) Cost of safeguarding/protection of the environment; (xv) Cost of monthly progress reports, construction and as-built drawings and other

submittals;(xvi) Cost of accommodation of traffic;(xvii) Cost of all taxes, duties and royalties; (xviii) Cost of site commissioning(xix) Cost of all operations like storing, erection, moving into final position, etc.

necessary to complete and protect the work till handing over to the Employer; and

Page 106: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 106 of 128

(xx) All incidental costs

2.3 Portions of road works beyond the limits of the contract and/or any other work might be constructed by the Employer through other contractors. Accordingly, other contractors employed by the Employer may be working in the vicinity of the Works being executed by the Contractor. The Contractor shall liaise with such contractors and carry out activities for the completion of work accordingly and no claim or compensation due to any reason whatsoever will be entertained on this account. The Employer will be indemnified by the Contractor for any claims from other agencies on this account. The requirements of Clause 8, Additional Clauses in Particular Conditions of Contract shall also apply in this regard.

ANNEXURE- 2

Page 107: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 107 of 128

107 SURVEY AND SETTING OUT

(1) During the period of Commencement of works the Contractor shall resurvey the Base Lines, Traverse Points, Benchmarks and confirm the co-ordinates and levels of the stations. He shall immediately notify the Engineer of any discrepancies and shall agree with the Engineer any amended values to be used during the contract, including replacements for any stations missing from the original stations.

(2) The Contractor shall check, replace and supplement as necessary the station points and agree any revised or additional station details with the Engineer.

(3) All stations and reference points shall be clearly marked and protected to the satisfaction of the Engineer.

(4) Where a survey station point is likely to be disturbed during construction operations, the Contractor shall establish suitable reference stations at locations where they will not be disturbed during construction. No old station shall be covered, disturbed or destroyed until accurate reference stations have been established and details of such stations have been approved by the Engineer.

(5) The Contractor shall establish working Bench Marks tied with reference stations soon after taking possession of the site. The coordinates and the elevations of the reference stations shall be obtained from the Engineer. The working Bench Marks shall be at the rate of four per kilometer and also near all major/medium structure sites. Regular checking of these Bench Marks shall be made and adjustments, if any, got agreed with the Engineer and recorded.

(6) The Contractor shall be responsible for the accurate establishment of the center lines based on the Drawing and data supplied. The center lines shall be accurately referenced in a manner satisfactory to the Engineer. The reference points shall be established at every 25 m interval or as instructed by the Engineer, with marker pegs or/and chainage boards set in the right of way. A schedule of reference dimensions shall be prepared and supplied by the Contractor to the Engineer.

(7) The existing profile and cross-sections shall be taken jointly by the Engineer and the Contractor. These shall form the basis for the measurements and payments. If in the opinion of the Engineer, design modifications of the center lines and/or grade are advisable, the Engineer shall issue detailed instructions to the Contractor and the Contractor shall perform modifications in the field, as required, and modify the levels on the cross-sections accordingly.

(8) Accurate control of lines and levels shall be provided by the Contractor at all stages of the construction. In respect of road, control shall be at least 10 m interval or such interval as may be directed by the Engineer. The lines and levels of formation, side slope, drainage works, etc. shall be carefully set out and frequently checked. Care shall be taken to ensure that correct gradients and cross-sections are obtained everywhere. Wherever necessary, but particularly on completion of subgrade, subbase and base, the Contractor shall re-establish center line pegs at sufficiently close intervals to determine the edges of base and surfacing accurately.

(9) The Contractor shall provide the Engineer with all necessary assistance for checking the setting out, agreement of levels and any other survey or measurement which the

Page 108: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 108 of 128

Engineer needs to carry out in connection with the contract during the entire period of contract. Such assistance shall include:

(a) provision of suitably qualified surveyors to work under the direction of the Engineer as required.

(b) provision of all necessary support for these surveyors including assistants, chainmen, labourers, hand tools, pegs and materials.

(c) provision of survey equipment (Precision automatic Levels, Theodolite and Total Station/Distomat) as required by the Engineer for survey works.

Measurement and Payment

No separate measurement and/or payment shall be made for the work required under above Annexure-2 of the Technical Specifications. All costs in connection with the work specified herein shall be considered included in the related items of the work specified in the Bill of Quantities.

ANNEXURE - 3

109 MAINTENANCE OF ROAD

Page 109: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 109 of 128

109.1 Maintenance of Existing Road

The Contractor shall be responsible for undertaking all routine maintenance of the existing road and all bridges on it under the contract from the day the road is officially handed-over to the Contractor until the issue of work completion certificate by the Engineer. The existing road and bridges on the road shall refer to the length of road within the contract package. The Contractor shall also carry out routine maintenance of all completed works from the time of their substantial completion until the work completion certificate is issued.

The Contractor shall also maintain roads that the Contractor uses for construction or access and the use of such roads shall be identified in advance to the Engineer for inspection prior to use.

The routine maintenance of the road shall include besides other, trimming vegetation; cleaning all culverts, ditches, borrow pits, road side drainage, drainage channels and any other obstructions including minor landslide (up to 20 m3 at one spot, with unlimited number of spots); cleaning road signs and checking and undertaking the repair of guardrails/crash barriers and other road safety structures; cleaning including removal of obstructions of bridge decks and bridge deck of drainage elements; cleaning and checking of expansion joints and bearings; cleaning bearing shelves and weep holes; removing accumulated debris and vegetation around and between piers and abutments, repairing parapets, clearance on the road to allow free flow of traffic and reinstatement of any damaged or deteriorated carriageway; and protection of adjoining works. In case of road section where the surface is in badly damaged condition, the maintenance of existing road surface shall be maintained by potholes patching using gravel as directed by the Engineer.

Existing ditches shall be cleared by removing vegetable growths and deposits. The sides shall be trimmed throughout and the bottoms uniformly graded and the ditches kept clean and trimmed and maintained so long as required. Material removed from the existing ditches shall be disposed off at the places as directed by the Engineer.

The Contractor shall perform the maintenance works as often as required to keep the carriageway, shoulders, and adjoining structures in proper working order to the satisfaction of the Engineer.

The Contractor shall carry out reinstatement of works (pavement, pavement surface, shoulder or any other works) washed out or damaged due to poor routine maintenance of drains, drainage channels, culverts, shoulders; lacking clearance of obstructions such as landslides etc other than those occurred due to earthquake.

During the period of commencement of works the Contractor shall mobilize labour, equipment and materials to make an immediate start on the routine maintenance of the existing road. The location and scope of the maintenance work shall be as directed by the Engineer.

Should at any time the Engineer gives any instruction for the up keep of a section of the road/site and the Contractor does not respond in 48 hours, the Engineer shall be empowered to instruct others to carry out the works. Any costs involved by this action shall be deducted from any money due to the Contractor.

Measurement and Payment

No separate measurement and payment shall be made for the works described in this Clause. All costs in connection with the work specified herein shall be considered included in the related items of the work specified in the Bill of Quantities.

Page 110: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 110 of 128

No extra payment shall be made to the Contractor in-case of reinstatement of works washed out or damaged due to poor routine maintenance of drains, drainage channels, culverts, shoulders; lacking clearance of obstructions such as landslides etc other than those occurred due to earthquake.

109.2 Maintenance of New Construction Road

The Contractor shall be responsible for undertaking all routine maintenance of the completed works of new road construction including bridges from the time of their substantial completion until the Defects Liability Certificate is issued.

The Contractor shall also maintain roads that the Contractor uses for construction or access and the use of such roads shall be identified in advance to the Engineer for inspection prior to use.

The routine maintenance of the road shall include besides other protection of plants and vegetation; cleaning of culverts, road side drainage (including reshaping/restoring in case of unlined drains) and drainage channels; and clearing any other obstructions including minor landslide (up to 20 m3 at one spot, with unlimited number of spots) and maintaining all completed road features to allow free flow of traffic. The material removed from the cleaning and clearing as above shall be disposed off at safe places as directed by the Engineer.

The Contractor shall carry out reinstatement of works (pavement, pavement surface, shoulder or any other works) washed out or damaged due to poor routine maintenance of drains, drainage channels, culverts, shoulders; lacking clearance of obstructions such as landslides etc other than those occurred due to earthquake.

The routine maintenance of newly constructed bridges shall include, cleaning including removal of obstructions of bridge decks and bridge deck of drainage elements, cleaning and checking of expansion joints and bearings, cleaning bearing shelves and weep holes, removing accumulated debris and vegetation around and between piers and abutments, repairing parapets, and protection of adjoining works.

The Contractor shall perform the maintenance works as often as required to keep the carriageway, pavement, shoulders, and adjoining structures in proper working order to the satisfaction of the Engineer. The Contractor shall mobilize labour, equipment and materials to carry out the routine maintenance of the road. The location and scope of the maintenance work shall be as directed by the Engineer.

Should at any time the Engineer gives any instruction for the up keep of a section of the road/site and the Contractor does not respond in 48 hours, the Engineer shall be empowered to instruct others to carry out the works. Any costs involved by this action shall be deducted from any money due to the Contractor.

The department shall carryout reinstatement of works washed out or damaged due to act of god such as earthquake, or land slide due to heavy rainfall. All damages resulting from poor quality of works, materials or workmanship shall be the responsibility of the contractor under defect liability period.Measurement and Payment

No separate measurement and payment shall be made for the works described in this Clause. All costs in connection with the work specified herein shall be considered part of the defect liability period.

Page 111: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 111 of 128

ANNEXURE-4

102 PROGRAM OF WORKS

As soon as possible after the letter of acceptance and before signing of the Contract Agreement, the Contractor shall submit in triplicate the Program and particulars required under Clause 25 of the General Conditions of Contract. The Contractor shall provide all information needed for fulfilment of the Program and required in accordance with the Conditions of Contract

Page 112: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section VII: Specifications and Performance Requirements Page: 112 of 128

including the sequence in which the Contractor intends to work including implementation of quality assurance plan. In the Program and particulars the Contractor shall provide details of how the Contractor proposes to carry out the Works including:

(1) The Program for the construction and completion of the works shall be established using CPM/PERT techniques or equivalent. The Program shall be detailed enough to give, in addition to construction activities, detailed network activities for the submission and approval of materials, procurement of critical materials, procurement/rental/leasing of equipment, progress milestones, fabrication of special products/equipments if any and their installation and testing, and for all activities of the Engineer that are likely to affect the progress of work. It shall be prepared so as to permit revisions, inclusion of additional detail and regular updates as the work progress. The Program shall also include the Contractor's general requirements for any road closures pursuant to Clause 105 of the Technical Specifications to be agreed in principle with the Engineer. Such agreement shall not relieve the Contractor of his responsibility to obtain specific approval for each closure or series of closures. In all respects the Contractor shall pay particular attention to seasonal weather pattern including rainfall and snow conditions (if any), and the construction sequencing while preparing the Program and executing the Works in accordance with this. Any proposal for night working shall also be stated in the Program.

(2) A detailed Statement of Construction Management Procedures the Contractor proposes to adopt.

Once approved by the Engineer the Program and Statement of Construction Management Procedures shall be incorporated into Item 2 of the Contract Agreement and shall be strictly adhered to unless any alterations are found to be necessary during the construction of the Works and are confirmed in writing by the Engineer. If the Contractor requests a change in the sequence and such change is approved by the Engineer, the Contractor shall have no claim as per the Conditions of Contract for delay arising from such revisions to the Program.

The Contractor shall update all activities in accordance with the Conditions of Contract on the basis of the decision taken at the periodic site review meetings or as directed by the Engineer.

The Contractor shall furnish, at least 14 days in advance, his site work program of commencement of item of work, the method of working he intends to adopt for various items of work such as site clearance, construction for embankment, sub-base, base, surfacing, culverts, retaining walls, and such other items for which the Engineer demands the submission of the method of working. The Contractor shall provide information regarding the details of the method of working and equipment he proposes to employ and satisfy the Engineer about the adequacy and safety of the same. The sole responsibility for the safety and adequacy of the methods adopted by the Contractor will, however, rest on the Contractor, irrespective of any approval given by the Engineer.

Page 113: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 113 of 128

Section VIII. Drawings

Page 114: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 114 of 128

Section IX. Sample Bill of Quantities

SNItemCode Descriptions of items Unit Qty Rate (Nu) Amount (Nu) Remarks

WORK INSURANCE

1Provide Insurance Cover from the start date to the end of the Defects Liability Period for [100]

aProvide Contractor's All Risk (Works, Plants and Materials,Loss or Damage to Equipment and Third party liability) [100]

PS

bProvide Personal Injury or Death [100] coverage for Contractor's workforce

PS

CLEARING, GRUBBING AND REMOVALS

2 CG0002Clearing jungle including uprooting of vegetation & trees of girth < 300mm & disposal within 50m of the site.

Sq.m

3

Felling trees including cutting of trunks and branches, removal of roots, stacking of serviceable materials and disposal of rubbish within 50mlead

a CG0010Girth above 300 to 600 mm Each

b CG0011Girth above 600 to 1200 mm Each

c CG0012Girth above 1200 to 2400 mm Each

dell, 02/14/15,
delete
dell, 02/14/15,
what is this???
Page 115: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 115 of 128

d CG0013Girth above>2400 mm Each

EARTH WORK

4

Excavation of road formation/trace/box cutting with excavator in line with the batter peg and gradient provided in the drawings including disposal of muck to designated dump yards and clearing, grubbing and removal of bushes and trees - all kinds of soils and rocks. The item to executed correct to specified batter beg, road width, gradient and to the specifications and the bidder should quote the rates for per metre length of the road.

m

5RW0014

Excavation of road formation/trace/box cutting, with excavator including separate deposition of soil, rocks and stones within 50m for reuse - all kinds of rocks

Cum

6

Transport of loose spoil materials in designated locations including loading/unloading, dressing of dump sites and plantation of vegetation after completion of dumping.(As directed by Site Engineer)

aRW0019 beyond 50 m up to 200m Cum

bRW0020 beyond 200 up to 500 m Cum

cRW0021 beyond 500 m up to 1000 m Cum

dell, 02/14/15,
delete
dell, 02/14/15,
delete
dell, 02/14/15,
Formation cutting including muck disposal, jungle clearance, felling of trees should be all together on lumsum rate as proposed here to avoid complications as in the past.
Page 116: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 116 of 128

dA/R

beyond 1000 m up to 3000 mCum

eA/R

beyond 3000 m up to 5000 mCum

7EW0105

Excavation in foundation trenches or drains not exceeding 1.5m in width or area 10 sq.m on plan, including dressing & ramming, disposal of surplus soil within 50m lead & 1.5m lift

Cum

DISMANTLING WORKS

8DD0006

Demolishing stone rubble masonry including stacking useful materials & disposal of rubbish within 50m lead (In cement mortar)

Cum

9DD0096

Dismantling bituminous road including cutting, stacking of useful materials & disposal of rubbish within 50 m lead

Sqm

EARTH WORK FOR WALLS

10

Excavation in foundation trenches or drains not exceeding 1.5m in width or area 10 sq.m on plan, including dressing & ramming, disposal of surplus soil within 50m lead & 1.5m lift

a EW0115All kinds of soils Cum

b EW0116 All kinds of rocks Cum

11SM0072

Providing and laying Hand packed stone filling or soling with stones

Cum

dell, 02/14/15,
This item should not be there as it will create problem in future.
Page 117: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 117 of 128

CONCRETE WORKS

12CW0005

Providing and laying in position plain cement concrete excluding the cost of centering and shuttering All work upto plinth level. ‐1:3:6 (1 cement : 3 sand : 6 graded crushed rock 20 mm nominal size) for drain

Cum

13CW0011

Providing and laying in position plain cement concrete excluding the cost of centering and shuttering All work upto plinth level. ‐1:5:10 (1 cement : 5 sand : 10 graded crushed stone 40 mm nominal size (R/wall)

Cum

14CW0024

Providing and laying in position plain cement concrete in retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets etc. upto floor five level, excluding the cost of centering and shuttering 1:3:6 (1 cement : 3 sand : 6 graded crushed rock 20 mm nominal size) (R/wall & Culvert).

Cum

15CW0022

Providing and laying in position plain cement concrete in retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets etc. upto floor five level, excluding the cost of centering and shuttering 1:2:4 (1 cement : 2 sand : 4 graded crushed rock 20 mm nominal size) - Culvert

Cum

STONE MASONRY WORKS

16SM0005

Providing & laying Random Rubble Masonry with hard stone in foundation & plinth In cement mortar 1:4 (Drain)

Cum

Page 118: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 118 of 128

17SM0007

Providing & laying Random Rubble Masonry with hard stone in foundation & plinth In cement mortar 1:6 (Wall)

Cum

18RC0090

Providing & fixing centering and shuttering (formwork), including strutting, propping etc. and removal of formwork (Foundation and plinth etc.) - Drain & R/Wall

Sqm

GABION MASONRY WORKS

19

Construction of Gabion wall as per drawings, including excavation of foundations in all types of soils, sides and backfilling, delivery of materials etc. complete

aRW0065 Height up to 1.0m m

bRW0066 Height up to 2.0m m

cRW0067

Height up to 3.0m m

dRW0068

Height up to 4.0m m

eRW0069

Height up to 5.0m m

fRW0070 Height up to 6.0m m

gRW0071 Height up to 7.0m m

hRW0072

Height up to 8.0m m

Page 119: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 119 of 128

iRW0073

Height up to 9.0mm

REINFORCED CEMENT CONCRETE WORKS

20RC0095

Providing & fixing centering and shuttering (formwork), including strutting, propping etc. and removal of formwork (Suspended floor, roof, landing, shelves and their supports, balconies, chajjas, etc) - Culvert

Sqm

21RC0083

Providing & fixing Thermo Mechanically Treated reinforcement ‐bar (Yield Strength 500 MPa) for R.C.C work including cutting, bending, binding and placing in position complete - Culvert

kg

22RC0014

Providing & laying in position reinforced cement concrete work in suspended floor, roofs having slope upto 150, landings, balconies, shelves and chajjas upto floor five level excluding the cost of centering, shuttering and reinforcement 1:1.5:3 (1 cement : 1.5 sand : 3 graded crushed rock 20 mm nominal size) - Culvert

Cum

PLASTER WORKS

23PL0021 Providing & laying 12mm cement plaster in C.M 1:4 Sqm

FILLING OF TRENCHES

24RW0035

Filling of trenches, sides of foundations, walls, etc including filter material (600mm wide) with 100 to 200mm stones wherever applicable including filling with selected suitable excavated material in layer not exceeding 200mm in depth (compacted), consolidating each layer with power roller or portable compactor, watering etc. within 50m lead

Cum

Page 120: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 120 of 128

PIPES

25PO0060

Providing & laying H.D.P.E Pipes including H.D.P.E fittings pressure class 2.5 kg/sq.cm (excluding trenching, refilling & thrust block)

m

26DR0095

Providing & laying NP2 class R.C pipes, including collars, jointing in cement mortar 1:2 including testing of joints etc. complete. 900mm dia.

m

SUBGRADES Cum

27

Preparation of sub grade with proper camber by excavating earth to depth equal to pavement thickness, consolidation with roller, disposal of surplus earth up to 50m

aRW0121 All kinds of soil Cum

bRW0122 Blasted Rock Cum

28

RW0123 Consolidation of sub-grade with roller, and making good the undulation with earth and re-rolling the sub grade

Sqm

GRANULAR SUB-BASE Cum

29 RW0130

Providing and laying Granular sub-base course (GSB) to required degree of compaction with proper formation of cross fall using motor grader for laying and compacted to required density as per material gradation and aggregate quality specified.

Cum

user, 02/14/15,
There should be item for NP3 also.
Page 121: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 121 of 128

WET MIX MACADAM

30 RW0131

Providing and laying wet mix macadam graded aggregate base course to required degree of compaction with proper formation of cross fall by using well graded crushed aggregates premixed with OMC using suitable mixer, motor grader as per material gradation and a aggregates quality specified

Cum

DENSE BITUMINOUS MACADAM

31

Providing and Laying Dense Bituminous Macadam ( DBM) to required degree of compaction based on mixture design ( job mix formula) approved by the supervising engineer including preparation of surface with road broom, application of prime coat @ 0.75 kg/sq.m by mechanized method using asphalt plant, paver, steel roller, tyre roller etc. complete

Cum

a A/R75 mm thick Cum

ASPHALT/BITUMINOUS CONCRETE Cum

32

Providing and Laying Asphalt/Bituminous Concrete to required degree of compaction based on the job mixture design approved by the supervising engineer using asphalt plant, paver, steel roller, tyre roller etc. as per material gradation and aggregate quality specified

Cum

a A/R50 mm thick Cum

PROTECTIVE WORKS

Page 122: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 122 of 128

33Providing and constructing Log Barrier. Suitable logs to be obtained from authorized tree felling operations from the ROW [1800] M

34Providing and constructing boulder barriers as directed by the Engineer [1800] M

35Supply and place boulder walls as specified or as directed by Engineer [1800] M

36Construct rock filled gabion check dam or masonry check dam on steep slopes, stream beds or as toe walls [1500, 2300] Cum

BIO-ENGINEERING WORKS

37Hand excavation, benching, trimming on steep slopes including necessary safety provisions [2300] Cum

38Supply and plant live pegs for palisades [2000 M

39Supply and plant live pegs for brush layering [2300] M

40Supply and construction of live check dams [2300] M

41Planting of seedlings or wildlings ( Including the collection of wildlings from the wild) and planting them in a pit size 30cm X 30cm [2300] No

42Planting of compensatory tree/shrub plantation as directed by the Engineer [2300] PS

TRAFFIC SIGNS, ROAD MARKER STONES AND DELINEATORS

user, 02/14/15,
What re these??
user, 02/14/15,
What is this??
user, 02/14/15,
What is this???
user, 02/14/15,
what is this?
Page 123: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 123 of 128

43Supply and install precast RCC KM Post (small - single Km type) [2400] Each

44Supply and install precast RCC KM Post (large - 5th Km type) [2400] Each

45Supply and install precast RCC Hectometer (200 m) Post [2400] Each

46

Providing and erecting a "W" metal beam crash barrier comprising of 3mm thick corrugated sheet metal beam rail, 70 cm above road/ground level, fixed on ISMC series channel vertical post, 150X75x5mm spaced 2m centre to centre, 1.8 m high, 1.1 m below ground/road level, all steel parts and fitments to be galvanized by hot dip process, all fittings to conform to IS: 1367 and IS:1364, metal beam rail to be fixed on the vertical post with a spacer of channel section 150x75x5mm, 330mm long all complete as per technical specifications and as directed by the Engineer-In-Charge [2400]

m

47

Provide and lay hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 gms per sqm area. The thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35 .The finished surface to be level, uniform and free from streaks and holes all complete as per Technical specifications and as directed by the Engineer.[2400]

aCenterlines on sharp curves, Edge and other marking along strips Sqm

bDirectional arrows and letters Sqm

TOTAL =

Total Amount in words:

dell, 02/14/15,
May be this is not required
dell, 02/14/15,
Cant this be per m length?
dell, 02/14/15,
This will depend on site condition. It may be better if we ask only the rate per m which may or may not be executed by the contractor.
Page 124: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section IX: Bill of Quantities Page: 124 of 128

Page 125: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section X: Security Forms Page: 125 of 128

Section X.Security Forms

Form of Bid Security (Bank Guarantee)

[The

Bank/Bidder shall fill in this Bank Guarantee form in accordance with the instructions indicated in brackets .]

[Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: ___________________ [Name and Address of Employer]

Date: ________________

BID GUARANTEE No.: _________________

We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has submitted to you its Bid dated (hereinafter called "the Bid") for the execution of [name of contract] under Invitation for Bids No. [IFB number] (“the IFB”).

Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid Guarantee.

At the request of the Bidder, we [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [amount in figures] ([amount in words]) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of Bid validity specified by the Bidder in the Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Employer during the period of Bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the Performance Security, in accordance with the Instructions to Bidders.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract signed by the Bidder and the Performance Security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful Bidder; or (ii) 30 days after the expiration of the Bidder’s Bid.

Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

[signature(s)]

Page 126: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section X: Security Forms Page: 126 of 128

Performance Demand Bank Guarantee(Unconditional)

[The bank/successful Bidder providing the Guarantee shall fill in this form in accordance with the instructions indicated in brackets.]

[bank’s name, and address of issuing branch or office]

Beneficiary: [name and address of Employer]

Date: [date]

PERFORMANCE GUARANTEE No.: [Performance Guarantee number]

We have been informed that [name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. [reference number of the Contract] dated [date of Contract] with you, for the execution of [name of Contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Contractor, we [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [amount in figures] ([amount in words]), 7such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without you needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire no later than 30 days from the date of issuance of the Certificate of Completion, calculated based on a copy of such Certificate which shall be provided to us, or on the [number] day of [month], [year]whichever occurs first. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date. The Guarantor agrees to a one-time extension of this Guarantee for a period not to exceed [6 months][1 year], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the Guarantee.

[signature(s) of an authorized representative(s) of the bank ]

7

Page 127: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section X: Security Forms Page: 127 of 128

Bank Guarantee for Advance Payment

The bank/successful Bidder providing the Guarantee shall fill in this form in accordance with the instructions indicated in brackets.

[bank’s name, and address of issuing branch or office]

Beneficiary: [name and address of Employer]

Date: [date]

ADVANCE PAYMENT GUARANTEE No.: [number]

We have been informed that [name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. [reference number of the contract] dated [date of Contract] with you, for the execution of [name of contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance payment is to be made against an advance payment guarantee in the sum or sums indicated below.

At the request of the Contractor, we [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [amount in figures] ([amount in words]8) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor used the Advance Payment for purposes other than the costs of mobilization in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the Advance Payment referred to above must have been received by the Contractor in its account number [account number] at [name and address of Bank].

The maximum amount of this guarantee shall be progressively reduced by the amount of the Advance Payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the Interim Payment Certificate indicating that eighty percent (80%) of the Contract Price has been certified for payment, or on the [number] day of [month], [year], whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date. We agree to a one-time extension of this guarantee for a period not to exceed [6 months][1 year], in response to the Employer’s written request for such extension, such request to be presented to us before the expiry of the guarantee.

[insert signature(s) of authorized representative(s) of bank]

8

Page 128: Microsoft Word - FinalD Web viewAir Compressor. Tipper Trucks . Bitumen sprayer. Backhoe. Concrete Mixer 7.5 cft capacity or more. Water Tanker. Plate Compactor. The bidder shall submit

Section X: Security Forms Page: 128 of 128