Download as pdf or txt
Download as pdf or txt
You are on page 1of 103

PROJECT ROHTANG

TUNNEL

PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM THICK


(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK
(COMPACTED), READYMADE BITUMINOUS (HMP) MIX FOR BM 5
CM THICK (COMPACTED) AND SDBC 4 CM THICK (COMPACTED)
AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO
CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY
AND PROVIDING, LAYING AND CONSOLIDATION OF TWO LAYERS
GSBC EACH 15 CM THICK (COMPACTED), TWO LAYERS OF WBM
EACH 7.5 CM THICK (COMPACTED), READYMADE BITUMINOUS
(HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM
THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON
APPROACH ROAD TO MSP-7 AT KM 5.650 ON APPROACH ROAD TO
SOUTH PORTAL OF ROHTANG TUNNEL NEAR MANALI IN
HIMACHAL PRADESH

[Year]
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

BORDER ROADS ORGANISATION 1


Ministry of Road Transport and Highways, Govt of India

CHIEF ENGINEER PROJECT ROHTANG TUNNEL

NAME OF WORK :- PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM


THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND
SDBC 4 CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON
APPROACH ROAD TO CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG
VALLEY AND PROVIDING, LAYING AND CONSOLIDATION OF TWO LAYERS GSBC
EACH 15 CM THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK
(COMPACTED), READYMADE BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK
(COMPACTED) AND AC 4 CM THICK (COMPACTED) AND BERM FILLING
(COMPACTED) ON APPROACH ROAD TO MSP-7 AT KM 5.650 ON APPROACH ROAD
TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR MANALI IN HIMACHAL
PRADESH

Srl No CONTENTS Page No


(A) PART I (UNPRICED/TECHNICAL BID)
1. Contents Sheet 01 To ----
Tender forwarding letter including eligibility criteria, list & 2 To 14
2. format of qualification documents and instruction to
Tenders
3. Notice of Tender 15 To 17
General condition of contracts IAFW 2249 (1989 Print) 18 To 57
4.
including errata and amendments*
5. Special conditions 58 To 73
Particular/Technical Specifications including list of 74 To 120
6.
drawing
(B) PART II (PRICED BID)
Total number of pages for(Q-Bid),available seperately 121 To 131
7. including Schedule A notes, Schedules A, B, C & D and
tender page
136
8. Tender/conditions acceptance letter

137 139
9. Instructions for online bids submission to bidders

OTHER DOCUMENTS FORMING PART OF CONTRACT To


(C)
AGREEMENT
10. Errata/Amendments to tender documents To
11 Relevant correspondence To
12 Total No of pages 01 To 139
13 Total Nos of Drawings * To
* Not attached. These documents can be seen in the office of Accepting Officer

_______________________________ Sd/-xxxxx
Signature of Contractor with seal) SW
For Accepting officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

during working hours.

_______________________________ Sd/-xxxxx
Signature of Contractor with seal) SW
For Accepting officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-2-

Registered / AD
FAX No. 01902-256075 Headquarters
Tele No. 01902-256618 Chief Engineer
http://www.bro.nic.in Project Rohtang Tunnel
C/O 56 A P O

80023/ARSP/ /E8 Feb 2013

M/s ______________________________________________
__________________________________________________

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM THICK


(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC 4
CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO
CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND PROVIDING,
LAYING AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK
(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED), READYMADE
BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM THICK
(COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO MSP-7 AT
KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR
MANALI IN HIMACHAL PRADESH

Dear Sir (s)

1. A set of tender documents containing T-Bid(Technical bid) and Q-Bid(Price Bid) for the
above work is forwarded herewith. Please note that tender will be received through online
only by the Chief Engineer (P) Rohtang Tunnel C/O 56 A P O upto 1200 Hrs on 08 April
2013. T-BID will be opened as per date/time as mentioned in the tender critical date sheet.
After online opening of T-Bid the results of their qualification as well Q-Bid opening will be
intimated latter.

2. Tenderers or their duly authorized representative who have submitted their tenders and who
wish to be present at the time of opening of tenders may attend the office of Accepting Officer,
Chief Engineer (P) Rohtang Tunnel at the above mentioned time.However,they can view online
tender opening process at their premises.

3. Tender documents may also be downloaded from BRO website http://www.bro.gov.in


(for reference only) and CPPP web site http://eprocure.gov.in/eprocure/app . Cost of
tender is to be attached/submit with downloaded tender. If cost of tender is already
submitted in the office of Accepting Officer, it is not required to be attached again with
downloaded tender, however photocopy/scancopy of Bank draft shall be
attached/submit. If cost of tender is not attached/not already submitted in the office of
Accepting officer, tender shall be rejected by the Accepting Officer.
4. Tendering procedure shall be single stage-two bid system and tender documents shall
be prepared in two parts as under:-
Part I (Technical Bid T Bid)
Part II (Price / commercial Q Bid)
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-3-

5. Part I (Technical bid T Bid)


5.1 Part I (Technical Bid T Bid) shall comprise of the following:
(i) Eligibility / qualification documents.
(ii) Tender forwarding letter including eligibility criteria, list of qualification documents and
instruction to tenderers
(iii) Notice Inviting Tender
(iv) Undertaking for General Conditions of Contracts (IAFW-2249) forming part of
contract agreement.
(v) Special conditions of contract
(vi) Particular/ Technical specification including Drawings if any
(vii) Any other tender documents except Price Bid.
(viii)Cost of tender documents if not already submitted
(ix) Earnest money by unlisted contractors and enlisted contractors who have not
submitted standing security deposit.
5.2 Technical evaluation criteria
5.2.1 Bidder should have submitted cost of tender documents.
5.2.2 If contractor is not enlisted with BRO or enlisted with BRO but has not submitted
standing security deposit, he should have submitted Earnest money.
5.2.3 All the pages of T-bid should have been duly signed by the bidder/authorized rep.

5.2.4 Eligibility Criteria:-


(A) Tenderers shall meet the following eligibility criteria:
A.1 Capabilities (This criteria is exempted for tenderers enlisted with BRO in eligible
class & above for works with estimated cost upto Rs. 25 crores as given in NIT)

a) Working capitals :- Copy of latest balance sheet/income tax return for


The tenderer should working capital and/or Bankers certificate for credit
have working capital facilities. If necessary, deptt will make inquiries with the
and/or credit facilities tenderers Banker.
more than 10% of the
estimated cost of work
i.e.Rs.8.73 Lacs.
b) Immovable property:- Tenderer shall submit affidavit for immovable property
The tenderer should incorporating following certificates in affidavit along-with
have immovable valuation report from Registered (with any Govt body )
property of residual valuer and registration certificate with any Govt body of
market value (i.e., free regd valuer :-
from loan/mortgage) of (a) That the immovable property is free from
at least 10% of mortgages, hypothecation or any other disputes and
estimated cost of work encumbrances and clearly belongs to the contractor.
given in NIT i.e. Rs 8.73 Or
lacs. That the immovable is free from any disputes and
Note: - Immovable encumbrances and clearly belongs to the contractor.
property shall be The immovable property has been mortgaged /
exclusively in the name hypothecated for Rs........................ market value of
of contractor/company immovable property as per valuation report given by
and not in the name of Registered valuer is Rs....................... Therefore
family Residual market value of property i.e Rs................
members/relative/others. (market value minus mortgage/hypothecation value)
In case of limited is free from any mortgage/hypothecation.
companies, these should (b) That the said immovable property has not been
also be reflected in shown for seeking enlistment of a sister concern in
Balance Sheet. BRO.
(c) That the said immovable property will not be
sold, transferred, gifted or otherwise disposed off till
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

satisfactory completion of the work.

- 4-

Engineering Establishment
C) Firm should have employed following Engineers on regular establishment
Estimated cost or work Nos of Engineers
Upto Rs. 1 Crore One Engineer (Graduate or
Diploma)
Between Rs. 1 Crore to 3 Crore Two Engineers (Graduate
with minimum 2 years
experience and/or Diploma
with 4 years experience)
Between Rs 3 Crore to 6 Crore Three Engineers (Graduate
with minimum 2 years
experience and/or Diploma
with 4 years experience)
Between Rs 6 Crore to 12 Crore Four Engineers (Graduate
with minimum 2 years
experience and/or Diploma
with 4 years experience)
Between Rs. 12 Crore to 18 Crore Five Engineers (Graduate
with minimum3 years
experience and/or Diploma
with 6 years experience)
Between Rs. 18 Crore to 25 crore Six Engineers (Graduate
with minimum 3 years
experience and/or Diploma
with 6 years experience)
Between Rs. 25 Crore to 50 Crore Seven Engineers (Graduate
with minimum 3 years
experience and/or Diploma
with 6 years experience)
Between Rs.50 Crore to 100 Crore Eight Engineeers (Graduate
with minimum 3 years
experience and/or Diploma
with 6 years experience)

A.2 Experience:-

Srl Experience criteria Documents to be submitted by the


No renderers to prove eligibility :-
1. Tenderer should have List of works completed/ substantially
successfully completed or completed in the last seven and current
substantially completed three financial years and ongoing works in the
similar work costing not less than following format :-
the amount equal to 40% of a) Name of work & CA No.
estimated cost of work i.e. Rs b) Brief scope of work
34.93 lac. c) Name and address of employer/
or clients
Two similar works costing not less d) Accepted contract amount
than the amount equal to 50% of e) Date of commencement of work
estimated cost of work. i.e. Rs f) Original date of completion
43.67 lac. g) Extended date of completion
Or h) Actual date of completion/present
One similar work costing not less progress
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

than the amount equal to 80% of i) Cost of completed work


estimated cost of work i.e. Rs j) Remarks explaining reasons of
delay if any
69.86 lac in last seven & current Note :- Note:- works proving
financial years. These similar eligibility criteria of experience
works should have been shall be highlighted and
successfully completed or performance certificate from client
substantially completed at altitude in respect of this work shall be
1000 m & above. submitted.

Similar works:- Providing laying and compaction of GSBC and/or WBM and or
Providing laying and compaction with paver the bitumen mix of BM/DBM/SDBC
and/or BC work from Hot Mix Plant. In case of doubt, decision of accepting Officer
shall be final and binding for similar works.

Note: For MSME: If the firm registered with MSME of State/national level. They will
eligible for their bid against experience of similar works for execution contract upto Rs. 12
Crore and supply contract upto 3 crore. The following documents must be submitted
along with the bid:-
i) Registration certificate at State/national level.
(i) Certificate regarding capability of firm issued by concerned Dir of Industries.
(ii) Certificate issued by Dir of industries regarding assessment of financial
capability calculated according to the rates of State PWD for the concerned works.
No relaxation will be given to MSME tenderer except experience criteria and
other criteria will remain same.
A.3 Available Bid Capacity (ABC) as per formula given here-in-after should be more
than estimated cost of work given in NIT i.e.87.33 lacs.
A.4 Vehicles, Equipment and Plants (VEP)
Tenderer should own or have assured access (through hire/lease/purchase
agreement/other commercial means) to the requisite Equipments, Plants and vehicles in
good working condition as given here under:
(i) HMP with electronic controlled panel
(Minimum 20-30 TPH cap) = 01No
(ii) Paver finisher = 01 No
(iii) Vibratory roller = 01 No
(iv) Static Roller = 02 No
(v) Tippers = 05 No
(vi) Air compressor = 01 No
(vii) Mechanical broomer = 01 No
A.5 Performance and other requirement
(a) There should not be poor/slow progress in running works. (If yes he will submit details
and reasons of delay to check that these are not attributable to him or are beyond his
control).
(b) There are no serious defect observed in works which stand rectified (If yes he will
submit details and reasons).
(c) There are no cancelled/abandoned contracts in which Govt unrealised recoveries exist
(If yes he will submit details and reasons).
(d) He/They have not been blacklisted by any Govt Deptt (if yes he will submit details and
reasons).
(e) There are no any Govt dues outstanding against the firm (If yes he will submit details
and reasons).
(f) Proprietor/partners/directors of firm are not involved in antinational/social activities and
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-6-

have neither been convicted nor any proceedings are pending in court for such activities
(If yes he submit details).
Notes for (A)
(i) * Eligible class shall be class E for works with estimated cost upto Rs. 0.15 Crore
(as per NIT), Class D for works with estimated cost between Rs. 0.15 Crore to 0.30 Crore
(as per NIT) Class C for works with estimated cost between Rs. 0.30 Crore to 0.60 Crore
(as per NIT) Class B for works with estimated cost between Rs. 0.60 Crore to 1.50 Crore
(as per NIT), Class A for works with estimated cost between Rs. 1.50crore to 3.00 Crore
(as per NIT), Class S for works with estimated cost between Rs. 3.00 Crore to Rs. 12
Crore (as per NIT), Class SS for works with estimated cost between Rs. 12 Crore to Rs.
25 Crore ( as per NIT).
(ii) Blank.
(iii) The work may have been executed by the tenderer as prime contractor or as a
member of joint venture or sub-contractor. In case project has been executed by a joint
venture, weightage towards experience of the project would be given to each member in
proportion to their participation in the joint venture.
(iv) Substantially completed works means those works which are 90% completed on the
date of submission (i.e, gross value of work done upto the last date of submission is 90%
or more of the original contract price) and continuing satisfactorily.
(v) Completion cost of works shall be brought to common base date of receipt of tender
as per following formula.
Completion cost X (1 + (Period in days from date of completion to date of receipt of
tender/365 days) X 0.1)

(vi) Available Bid Capacity (ABC) will be calculated as under:-


Available Bid Capacity= 2.5 x A x N-B
A. Maximum value of all civil Engg works in any one year during the last 5 financial
years (updated to the current price level with enhancement factors as given
below)
Year Multiplying factor
Last first year 1.10
Last second year 1.20
Last third year 1.30
Last fourth year 1.40
Last fifth year 1.50
N.- Number of years prescribed for completion of work for which the current bid is
invited
B.- Value of the balance ongoing works to be executed in period N

(vii) The tenderers shall indicate actual figures of completion cost of work and value of A
without any enhancement as stated above.

(viii) To determine the altitude of work, average of minimum and maximum altitudes of the
work site shall be considered.

(ix) Immovable property shall be exclusively in the name of contractor/company and not
in the name of family members/relatives/others. In case of Limited Companies, these
should also be reflected in Balance Sheet.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

- 7-

(x) Relaxation may be given in any one criteria (except in criteria of Experience
and performance & other requirements) upto 25% extent i.e., ABC may be permitted
upto 75% of estimated cost of work/ VEP may be permitted upto 75% of total Nos of
requisite VEP/ Working capital may be permitted upto 75% of requirement/Immovable
property may be permitted upto 75% of requirement/Engineering establishment may be
permitted upto 75% of requirement. No relaxation shall be permitted in criterias of
Experience and performance & other requirements.

(xi) The tenderer may be afforded an opportunity to clarify or modify his qualification
documents, if necessary, with respect to any rectifiable defects. The tenderer will
respond in not more than 15 days of issue of the clarification letter, failing to which his
tender is liable to be rejected.

(B) JOINT VENTURE (JV):- Joint Ventures are permitted for Bridge works with
estimated cost more than Rs. 10 Crores and for other works with estimated cost more
than Rs. 25 crores. Number of partners in Joint Ventures shall not be more than three.
Criteria Method of evaluation
Experience All partners of JV must satisfy collectively
Available Bid Capacity Each partner of JV should meet the criteria in proportion
of shares of partners in JV. For example, if any partner
has 40% share in JV, he should have available bid
capacity more than 40% of estimated cost of work and
minimum immovable property equal to 40% of 10% ie.,
4% of estimated cost work.
Vehicles, Equipment and All partners of JV must satisfy collectively
Plants
Working capital
Engineering
Establishment for
execution contracts
Performance and other All Partners of JV must satisfy individually
requirements
(C) Disqualification:- Even though the tenderers meet the above criteria, they are liable
to be disqualified if they have made misleading or false information in bidding documents
submitted.

5.2.5 List & format of eligibility documents to be attached along with Part-I of tender
documents to prove eligibility:-
(i) List of works completed/substantially completed in last seven and current financial
year and on-going works in following format:-
(a) Name of work & CA No.
(b) Brief scope of work
(c) Name & address of employer/client
(d) Accepted contract amount
(e) date of commencement of work
(f) Original date of completion
(g) Extended date of completion
(h) Actual date of completion/Present progress
(j) Cost of completed work
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

(k) Remarks explaining reason of delay if any.


-8-
Note: Works proving eligibility criteria of experience shall be highlighted and performance
certificate from client in respect of these works shall be submitted.
(ii) Available Bid Capacity:
FOR A : Balance sheets/Certificates from Chartered Accountant indicating annual
turnover of Civil Engg works constructed in last 5 years.
FOR-B : Contractors shall submit details of ongoing works as per format stated here-in-
before.
Tenderers shall calculate ABC and submit details duly signed.

(iii) Equipment, Plant and Vehicles:


(a) Tenderer shall indicate source of requisite equipment, plant and vehicles in good
working condition required for execution of work in following format:
(i) Item
(ii) Year of manufacture
(iii) Source from where to be arranged (owned/leased etc)
(iv) Location presently deployed
(v) Based on known commitments, whether will be available for use in the
proposed contract.
(b) Copy of documentary support of ownership/assured access to the satisfaction of the
Accepting officer.
(iv) Performance and other requirements:
Tenderer shall submit undertaking that,
(a) There is no poor/slow progress in running works (if yes, he will submit details and
reasons of delay to check that these are not attributable to him or are beyond his
control)
(b) There are no serious defects observed in works which stand uncertified ( if yes he
will submit details and reasons)
(c) There are no cancelled/abandoned contracts in which Govt un-realised recoveries
exist (if yes he will submit details and reasons)
(d) He/they have not been blacklisted by any Govt Deptt (if yes, he will submit details
and reasons)
(e) There are no any Govt dues outstanding against the firm (if yes, he will submit
details and reasons).
(f) Proprietor/partners/directors of firm are not involved in anti-national/social activities
and have neither been convicted nor any proceedings are pending in court for such
activities (if yes, he will submit details).

(v) Tenderer shall submit information of all arbitration/court cases decided during last five
& current financial years and also presently in progress as per following format:
(a) Name & address of employer
(b) Cause of dispute
(c) Amounts involved
(d) Brief of Court judgement/arbitration award (if published) otherwise present
progress.

(vi) Working capital:


Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Copy of latest balance sheet/income tax return for working capital and/or Bankers
certificate for credit facilities. If necessary, Deptt will make inquiries with the tenderers
Banker.
- 9-
(vii) Immovable property:
Tenderer shall submit Affidavit for immovable property incorporating following certificates
in affidavit alongwith valuation report from Registered (with any Govt body) valuer &
registration certificate with any Govt body of regd valuer:-

(a) That the immovable property is free from mortgages, hypothecation or any other
disputes and encumbrances and clearly belongs to the contractor.
OR
That the immovable property is free from any disputes and encumbrances and clearly
belongs to the contractor. The immovable property has been mortgaged/ hypothecated
for Rs__________market value of immovable property as per valuation report given by
Registered valuer is Rs___________. Therefore Residual market value of property ie.,
Rs_______________ (market value minus mortgaged value) is free from any
mortgage/hypothecation.

(b) That the said immovable property has not been shown for seeking enlistment of a
sister concern in BRO.

(c) That the said immovable property will not be sold, transferred, gifted or otherwise
disposed off till satisfactory completion of the work.

(viii) Engineering Establishment:


Tenderer shall submit list of Engineers on his permanent establishment with qualification
& experience along with affidavits from requisite number of Engineers regarding
employment with firm and copies of Degree/Diploma Certificates and experience
certificate.

(ix) Constitution of firm along with copy of partnership deed (in case of partnership firms)
and memorandum of articles and association (in case of limited companies).

(x) Copies of passport of proprietor/partners/directors (if available). If not submitted and


Accepting officer has doubt in character and antecedents of proprietor/partners/directors,
he may get these verified from police authorities.

(xi) Copies of PAN card of proprietor/partners/directors.

(xii) Lowest bidder (if his offer is decided for acceptance) will be required to fill enlistment
form for provisional enlistment.

Notes:
(i) Documents as listed at Sl No. (vi) to (viii) above are exempted for tenderers
enlisted with BRO in eligible class* & above for works with estimated cost upto Rs. 25
crores as given in NIT.
(ii) Documents as listed at Sl No. (ix) to (xii) above are exempted for tenderers
enlisted with BRO in any class.
(iii) Affidavits shall be submitted on Non-judicial stamp papers of appropriate
values duly attested by the Magistrate/Notary Public.
(iv) Photocopies of documents shall be attested by Gazetted officer/Public notary
and also self attested.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

5.3 The bidder should meet all the technical evaluation criteria indicated in the bid
documents in order that the bid is considered to be technically responsive and the
bidder qualifying to have its commercial Bid opened.
-10-

6. Part-II (Price/ Commercial Q Bid)

6.1 Part-II (Price/Commercial Bid Q bid) shall comprise of the following:


(i) Schedule A Notes
(ii) Schedule A (to be quoted by Bidder)
(iii) Schedules B C & D
(iv) Tender page

6.2 Q-bid evaluation


Commercial bids will be reviewed to ensure that the figures indicated therein are
consistent with the details of the corresponding technical bids:- Arithmetical corrections shall
be made as per General condition of contracts 6 (A)(A) of IAFW 2249.
Commercial bids of Technically Responsive Bidders shall be evaluated on the following:-

(i) Commercial Bids shall only be furnished in Schedule A forming part of the Tender
document.
(ii) All payment Terms as forming part of Clause of General Condition of Contract have
been accepted.
(iii) Completion Period as indicated in Schedule A have been accepted.
(iv) All General Condition of Contract have been accepted.
(v) All Special Condition of Contract have been accepted.

6.3 Determination of L:L1 shall be arrived at by taking into account the rates quoted in
Sch A which shall be inclusive of all taxes and duties leviable.
6.4 Conditional Bids shall be treated as being Non-Responsive-NO Conditional
bids shall be accepted.
6.5 Negotiations, if any,shall be carried out ONLY with the Lowest evaluated responsive
bidder in accordance with CVC guidelines on the subject.

7. Blank
.
8. Bids shall be submitted online only at CPPP website :
https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted.
Tenderer/Contractor are advised to follow the instructions provided in the Instructions to
the Contractor/Tenderer for the e-submission of the bids through the Central Public
Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app.

9. Tender shall be opened as per date/time as mentioned in the tender critical date
sheet indicated in para 1 herein before in the presence of tenderers or there actual
authorise representative whoever wish to be present. Part-I only shall be opened first on
this day. Part-II (Price Bid) shall not be opened. Part-I (Unpriced Bid ) will be opened and
evaluated as per BRO technical evaluation criteria given in the tender document. Qualified
tendeder will accordingly informed alongwith date and time of opening of there price bid
(however date of opening of priced bid shall not be earlier than seven days from date of
opening of Part-I).Unqualified tenderers will also be informed through e-mail. Part-II shall be
opened on the appointed date/time in presence of such tenderers who choose to be present
and the amount quoted by the tenderers shall be read out by opening officer (s) to the
tenderers. However they can view online tender opening process at their premises.

10. The Chief Engineer (P) Rohtang Tunnel, C/O 56 APO will be the Accepting
officer here-in-after referred to as such for the purpose of this contract.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

11. Tenderers are requested to quote rates in figures only in the provided column in
schedule A given in Excel sheet..

- 11

12. If tenderers desire that any condition or stipulation given in the tender documents is
to be modified or deleted, they may submit their comments/ suggestion well before last date
of submission of tender for consideration by the Deptt for issue of corrigendum/amendments
to tender documents. If deptt considers comments/suggestion suitable,
corrigendum/amendments to tender documents shall be issued and also uploaded on BRO
website. If deptt does not consider comments/suggestion suitable,
corrigendum/amendments to tender documents shall not be issued/ uploaded on BRO
website/ CPPP website : https://eprocure.gov.in/eprocure/app. and tenderers shall quote
strictly complying with the various provisions given in the tender documents. Any tender
which stipulates any alterations to any of the conditions/ provisions laid down in
tender documents (including corrigendum/ amendments) or which proposes any
other conditions of any description whatsoever is liable to be rejected.

13. The tenderers are advised to visit the work site to acquaint themselves of working
and site conditions, before submitting their tender. The submission of tender by a person
implies that he has read this tender forwarding letter, the conditions of contract and has
made himself aware of the scope and specifications of the work to be done and of the
conditions and other factors, site conditions, taxes & levies prevailing etc which may affect
the quotation and execution of the work.

14. Tenderer must be very careful to deliver a bonafide tender, failing which the tenders
are liable to be rejected. Tenderers are, therefore, advised to ensure that their tender must
satisfy each and every condition laid down in the tender documents.

15. Tenderers must ensure that their tender is unambiguous and is completed in all
respects. Their particular attention is drawn to the following requirements, which must be
complied with:-

a) Tender documents are to be signed, dated and witnessed as provided for the purpose.
b) BLANK
c) BLANK.
d) In case they are submitting a BLANK TENDER, work BLANK must be prominently
endorsed on the envelope and in schedule A inside the tender documents and
general summary duly signed by the tenderer.
e) If a tender is submitted on behalf of a firm, it may be signed either by all partners or a
person holding a valid power of attorney from all the partners constituting the firm.
The person signing the tender on behalf of another or on behalf of a firm shall attach
with tender a proper power of attorney duly executed in his favour by such other
person or by all the partners stating specifically that he has authority to bind such
other person(s) or the firm as the case may be in all matters pertaining to the contract
including the arbitration clause. The power of attorney shall be executed as indicated
below:-

(i) In case of proprietorship concern if tender is signed by other than


proprietor, person signing tender documents should hold power of
attorney from proprietor.
(ii) In case of partnership concern, power of attorney shall be executed by
all partners.
(iii) In case of company, power of attorney shall be executed in accordance
with the constitution of company.
f) The undertaking is to be signed and attached by tenderer as per format given at
appendix C.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

16. Tenderer who has downloaded the tender from the BRO website www.bro.gov.in
and Central Public Procurement Portal (CPPP) website
https:/eprocure.gov.in/eprocure/app, https:/eprocure.gov.in/epublish/app shall
not temper/modify the tender form in any manner. In case if the same is found to be
-12-

tempered/ modified in any manner, tender will be completely rejected and tenderer is liable
to be banned from doing business with BRO.

17. Your attention is drawn to the India Official Secret Act 1923 (XIX of 1923) as
amended upto date particularly Section 5 thereof.
18. Earnest Money:-
(a) Earnest money is not required to be attached with tender by the enlisted
contractor with BRO (term enlisted contractor used in tender documents means
enlisted contractor with BRO) who have submitted standing security but same is
required from unenlisted contractor/ enlisted contractors with BRO, who have not
submitted standing security deposit.
(b) Unenlisted contractors with BRO/enlisted contractors with BRO, who have not
submitted standing security deposit will submit the tender accompanied with
Earnest Money amounting to Rs.1,30,995/- (Rupees one lac thirty thousand
nine hundred ninety five only) in the form of Deposit at Call Receipt/Term
Deposit Receipt/Special Term Receipt issued in favour of Chief Engineer (P)
Rohtang Tunnel, C/O 56 APO by nationalized/ scheduled Bank.Tender not
accompanied with earnest money will not be considered for acceptance. The
amount of this receipt should be basic amount and not their maturity value. Any
deposit lying with the department in any form against any other tender and/or
contract shall not be considered for adjustment as the earnest money against the
tender. Any tender not accompanied with the earnest money in the form as
indicated here-in-before or accompanied with any letter/ communication
containing any request for adjustment of any other deposit as earnest money shall
be treated as non bonafied tender.
(c) Earnest money shall be returned to unsuccessful bidders (other than L-1) after
opening of price bids and to successful (L-1) bidder after receipt of security
deposit.

19. Security Deposit:


a) In case of a enlisted contractor, who has submitted the Standing Security
deposit, but the tendered cost of the work exceeds the upper tendering limit of
the contractor and the Accepting Officer decides to accept this tender, the
contractor has to lodge Additional Security Deposit (difference of security
deposit of work and standing security deposit) as notified by the Accepting
Officer in the prescribed form within 30 days of the receipt by him of
notification of acceptance of the tender, failing which this sum shall be
recovered from the first RAR payment, and if the date of first RAR is prior to
the period mentioned above, the same shall be recovered from such payment.
b) In case of unenlisted contractor/enlisted contractor who has not deposited the
Standing Security Deposit, and the Accepting Officer decides to accept his
tender, then contractor has to lodge Security Deposit as notified by the
Accepting Officer in the prescribed form within 30 days of the receipt by him of
notification of acceptance of the tender, failing which this sum shall be
recovered from the first RAR payment, and if the date of first RAR is prior to
the period mentioned above, the same shall be recovered from such payment.
The Security Deposity amount will be communicated as per departmental
norms but in no case the same shall be more than Rs. 11,25,000.00 (Rupees
Eleven lakhs twenty five thousand only).

c) The contractor may at his discretion furnish in lieu of Additional Security


Deposit or Security Deposit a Bank Guarantee Bond executed by any
nationalized. Schedule Bank for the said amount. The form of Bank
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Guarantee Bond may be seen in any office of BRO.

-13-
Table for Security Money

Srl Estimated cost of work Earnest Money


No.
a) UP to Rs.15.00 Rs. 2% of the amount subject to a minimum of
Rs.3000/-
b) Over Rs.15.00 lacs & up to 2% of the amount subject to a minimum of
30.00 Rs.3000/-
c) Over Rs.30.00 lacs & up to 1.5% of the amount
60.00
d) Over Rs.60.00 lacs & up to 1.5% of the amount
150.00
e) Over Rs.150.00 lacs & up to Rs.2,25,000/- plus 1% of amount in excess of
300.00 Rs.150 Lacs (Max-Rs 3,00,000/-)
f) Over 300 lacs up to 1200.00 Rs.3,00,000/- plus 0.5% of amount in excess of
lacs Rs.3000 Lacs (Max-Rs 6,00,000/-)
g) Over Rs.1200.00 Lacs 0.50% of the amount subject to a maximum of
Rs.9,00,000/-

20. The Accepting Officer reserves the right to accept a tender submitted by a Public
Undertaking, giving a price/purchase preference over other tender(s), as are admissible
under the Government Policy. No claim for any compensation or otherwise shall be
admissible to such tenders whose tenders may be rejected on account of the said policy.

21. BLANK

22. The tender shall remain open for acceptance for a period of One hundred twenty
(120) days from the date of opening of Q-Bid of the tender (excluding the date of
opening).

23. BLANK

24. On acceptance of tender, the name of authorized representative (s) of the contractor
who would be responsible for taking instructions from Engineer-in-charge or its authorized
representative shall be intimated by the contractor within 7 days of issue of Acceptance
letters.

25. Revision/Modification of quoted price:-

(a) The tenderer shall quote his rates in figures only in the provided column in Sch A
given in excel sheet only. In case the tenderer has to revise/modify the rates quoted in the
Schedule A before tender submission end date as mentioned in critical date sheet, re-
submission bid shall be allowed.

(b) In case a tenderer has to revise/ modify/withdraw his quoted rates/offer after it is
submitted, he may do so online before the latest date and time fixed for submission for
tender. Any revision/modification in offer/withdrawal of offer in the form of an open letter
shall not be taken into account, while considering his originally quoted offer.

(c) The tenderers shall not be permitted to revise/modify/withdraw price bid unopened
after closure of the time fixed for receipt of tender.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

26. Revocation of offer:-

In the event of lowest tenderer revokes his offer or revise his rates upward ( which
will be treated as revocation of offer), after opening of tenders and before expiry of original

-14-

validity period stipulated in tender documents, the earnest money deposited by him shall
be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money
stipulated in the Notice of Tender, shall be notified to the tenderer for depositing the
amount through MRO, failing which the amount shall be recovered from any payment due
to such Contractor or shall be adjusted from the Standing Security Deposit. In addition, L-
1 tenderer revoking offer and his related firms shall not be issued the tender in second or
subsequent calls of subject work.

SW
Signature of Contractor For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-15-

NOTICE INVITING TENDERS


(NATIONAL COMPETITIVE BIDDING)
BORDER ROADS ORGANISATION
CHIEF ENGINEER (P) ROHTANG TUNNEL

Online bids are invited on single stage two bid system for PROVIDING, LAYING AND
CONSOLIDATION OF GSBC 10 CM THICK (COMPACTED), TWO LAYERS OF WBM EACH
7.5 CM THICK (COMPACTED), READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM
THICK (COMPACTED) AND SDBC 4 CM THICK (COMPACTED) AND BERM FILLING
(COMPACTED) ON APPROACH ROAD TO CAMP AREA OF HQ CE (P) ROHTANG TUNNEL
AT SOLANG VALLEY AND PROVIDING, LAYING AND CONSOLIDATION OF TWO LAYERS
GSBC EACH 15 CM THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK
(COMPACTED), READYMADE BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK
(COMPACTED) AND AC 4 CM THICK (COMPACTED) AND BERM FILLING (COMPACTED)
ON APPROACH ROAD TO MSP-7 AT KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL
OF ROHTANG TUNNEL NEAR MANALI IN HIMACHAL PRADESH.

1. Tender documents may be downloaded from BRO website http://www.bro.gov.in (for


reference only )(link-tender-link-Rohtang Tunnel) and from Central Public Procurement Portal
website https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE
SHEET as under :-

CRITICAL DATE SHEET

Published Date 25 Feb 2013 (1200 hrs)


Bid Document Download/sale start Date 07 Mar 2013 (1000 hrs)
Clarification Start Date 08 Mar 2013 (1000 hrs)
Clarification End Date 21 Mar 2013 (1400 hrs)
Pre bid meeting 23 Mar 2013 (1100 hrs)
Bid Submission Start Date 30 Mar 2013 (1000 hrs)
Bid Document Download/Sale End Date 08 Apr 2013 (1000 hrs)
Bid Submission End Date 08 Apr 2013 (1200 hrs)
Bid Opening Date 08 Apr 2013 (1300 hrs)

3. Bids shall besubmitted online only at CPPP website:- https://eprocure.gov.in/eprocure/app.


Manual bids shall not be accepted. Tenderer/Contractor are advised to follow the instruction
provided in the Instructions to the Contractors/Tenderer for the e-submission of the bids online
through the central public procurement portal for e procurement at
https://eprocure.gov.in/eprocure/app.

4. The work is estimated to cost Rs. 87.33 lacs (Rupees eighty seven lac thirty three
thousand only) approximately or as subsequently amended in tender documents or uploaded in
BRO website.www.bro.gov.in and CPPP website https://eprocure.gov.in/eprocure/app. This
estimate, however, is not guarantee and is merely given as rough guide and if works cost more or
less, a tenderer shall have no claim on that account of what so ever nature.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

5. The tender shall be based on drawing, specifications, General Conditions of Contracts


IAFW-2249 and item rate Contract form based on IAFW-1779A with schedule A (list of works)
to be priced by the tenderers.

6. Not more than one tender shall be submitted by one contractor or contractors having
business relationship. Under no circumstances will a father or his son(s) or other close relations
-16-

who have business relationship with one another (ie., when one or more partner(s)/ director(s) are
common) be allowed to tender for the same contract as separate competitors. A breach of this
condition will render the tenders of both parties liable to rejection.

7. The work is to be completed within 90 days or as subsequently amended in tender


documents or uploaded in BRO website www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app. in accordance with phasing, if any, indicated in the tender from
the date of handing over the site, which will be generally within one month from the date of issue of
acceptance letter.

8. The Chief Engineer (P) Rohtang Tunnel, will be Accepting Officer, here in after, referred
to as such for the purpose of this contract.

9. Intending tenderers are advised visit again BRO website www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app. 03 days to the prior of submission of tender for any
corrigendum/addendum/amendment.

10. Earnest money is not required to be attached with tender by the enlisted contractor with BRO
who have submitted standing security deposit but it is required from other contractors to be attached
scaned copy ) with tender documents for Rs. 1,30,995/- (Rupees one lac thirty thousand nine
hundred ninety five only) in the shape of Call Deposit Receipt (CDR)/Term Deposit
Receipt/Special Term Deposit Receipt in favor of Chief Engineer (P) Rohtang Tunnel,C/O 56
APO obtained from any Nationalized/ scheduled Bank and having maturity/ validity period 30 days
more than validity period of his offer. Un enlisted contractor may note that they will be required to
lodge security deposit of the work in the prescribed form on receipt in writing from the Accepting
Officer if their offer is accepted.
11. Copies of drawings and other documents pertaining to the work (signed for the purpose of
identification by the Accepting Officer or his accredited representative) and sample of materials and
stores to be supplied by the contractor will be opened for inspection at the following locations:-
Chief Engineer (P) Rohtang Tunnel, C/O 56 A P O

12. The tenderers are advised to visit the work site by making prior appointment with the Chief
Engineer (P)/Rohtang Tunnel, C/O 56 A P O.
13. A tender shall be deemed to have full knowledge of all relevant documents, samples,
site etc whether he had inspected them or not.

14. Any qualification documents/ tender which stipulates any alternative to any of the
conditions laid down or which proposes any other conditions of any description whatsoever
is liable to be rejected.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

15. Accepting Officer reserves his right to accept a tender submitted by a public
undertaking, giving a purchase preference over other tender(s) which may be lower, as are
admissible under the Govt, policy. No claim for any compensation or otherwise shall be
admissible from such tenderers whose tenders may be rejected on account of the said
policy.
16. The submission of a tender by a tenderer implies that he had read this notice and
conditions of contract and has made himself aware of the scope and specifications of the
-17-
work to be done and of the conditions and rates at which stores, tools and plants etc will be
issued to him, local conditions and other factors bearing on the execution of the work.
17. Applicant Contractor must provide Demand Draft for Rs. 1000/- (Rupees two thousand
only) in favor of Accepting Officer i.e., Chief Engineer (P) Rohtang Tunnel, C/O 56 APO Payable
at SBI Manali, Bank Code No. 2416 obtained from any Nationalized/ Scheduled Bank valid for Six
months with their application/ downloaded tenders as the cost of tender forms/ documents. All the
applicable bank charges shall be borne by the applicant and he shall not have any claim what so
ever on this account on Government. In case of re-tendering, the firms which has submitted the DD
in earlier calls will require to submit fresh DD along with their tender/ application in subsequent calls
also. Tenders not accompanied with the cost of tender document is liable to be rejected.
However, public sectors undertaking/ Govt undertaking firms are exempted from the payment
towards cost of tender documents.
18. The hard copy of original instrument in r/o cost of tender documents, earnest money,
original copy of affidavit and credit facility certificate must be delivered to the Chief Engineer
(P) Rohtang Tunnel, C/O 56 APO, Pin-931720 on or before bid opening date/time as mentioned in
critical date sheet. Tenderer shall likely to be liable for legal action for non submission of original
payment instrument like DD etc against the submitted bid. The demand Draft attached/submitted for
tender fee shall be non-refundable.
19. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any
reasons for doing so.
20. For further particulars, you may refer BRO website http://www.bro.gov.in & CPPP web site
http://eprocure.gov.in/eprocure/app
21. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be
treated as revocation of offer), after opening of tenders, the earnest money deposited by him shall
be forfeited. In case of BRO enlisted contractors, the amount equal to the earnest money stipulated
in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO,
failing which the amount shall be recovered from payment due to such Contractor or shall be
adjusted from the Standing Security Deposit. In addition, such tenderer and his related firm shall not
be issued the tender in second call or subsequent calls.
22. Venue of prebid meeting on 23 March 2013 at 1100 hrs will be:-
HQ CE (P) Rohtang Tunnel
Solang Valley, Palchan,
Manali (Distt Kullu)
Himachal Pradesh
23. Important- Above particulars may change due to Adm or any other reasons and shall
be available on BRO website http://www.bro.gov.in and on CPPP website
http://eprocure.gov.in/eprocure/app. Therefore, bidders/ contractors are requested to visit
BRO website frequently for changes in above particulars.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

24. This notice of tender shall form part of the contract.

Sd/XXXXXXXXX
EE(Civ)
Surveyor of Works
(Signature of Contractor) For Accepting Officer
80023/ARSP/ /E8
-18 to 57

GENERAL CONDITIONS OF CONTRACTS


IAFW 2249 : 1989 PRINT
FOR
*ITEM RATE CONTRACTS (IAFW 1779A)

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM THICK


(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC 4
CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO
CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND PROVIDING,
LAYING AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK
(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED), READYMADE
BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM THICK
(COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO MSP-7 AT
KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR
MANALI IN HIMACHAL PRADESH

1. A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249;PRINT 1989)with


Errata 1 to 20 and Amendments Nos. 1 to 16 thereto is in my/our possession. I/We have read and
under stood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS
before submission of this tender and I/We agree that I/We shall abide by the terms and conditions
thereof.

2. It is hereby further agreed and declared by me/us, the GENERAL CONDITIONS OF


CONTRACTS including condition 70 thereof pertaining to settlement of disputes by arbitration, with
Errata 1 to 20 and amendment Nos 1 to 16 shall form of part of these tender documents).

3. Wherever the phrases Commander Works Engineer (CWE) and Garrison Engineer (GE)
have been used in the General Conditions of Contract (IAFW-2249) the same are considered as
Task Force Commander (TFC) and OC Contract respectively as applicable in Border Roads
Organization.

NOTE COPY OF GENERAL CONDITIONS OF CONTRACTS IAFW-2249 PRINT 1989


CAN BE REFERRED IN ANY OFFICE OF BRO
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-58-

SPECIAL CONDITIONS

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM


THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK
(COMPACTED), READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK
(COMPACTED) AND SDBC 4 CM THICK (COMPACTED) AND BERM FILLING
(COMPACTED) ON APPROACH ROAD TO CAMP AREA OF HQ CE (P) ROHTANG
TUNNEL AT SOLANG VALLEY AND PROVIDING, LAYING AND CONSOLIDATION
OF TWO LAYERS GSBC EACH 15 CM THICK (COMPACTED), TWO LAYERS OF
WBM EACH 7.5 CM THICK (COMPACTED), READYMADE BITUMINOUS (HMP) MIX
FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM THICK (COMPACTED) AND
BERM FILLING (COMPACTED) ON APPROACH ROAD TO MSP-7 AT KM 5.650 ON
APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR MANALI IN
HIMACHAL PRADESH

1. GENERAL
The following special conditions shall be read in conjunction with General
Conditions of Contract IAFW 2249 and whereas variation exists the special
conditions shall take precedence over the aforesaid General Conditions.

The special conditions given in succeeding paragraphs shall be read in conjunction


with Schedule A, particular specifications and General Conditions of Contract IAFW
1779 A. In case of any discrepancies in the various provisions of the contract, the
following order of precedence shall be observed: -
(a) Description given in Schedule A.
(b) Particular/ Technical Specifications.
(c) Ministry of Road Transport & Highways (MoRT&H) Specifications for Road
and Bridge works (latest revision) published by Indian Roads Congress, New
Delhi
(d) Drawings and Sketches
(e) Special conditions of contract.
(f) General Conditions of Contract IAFW 2249.

2. INSPECTION OF SITES The contractor is advised to inspect the site (s)


of work by making prior appointment with the Chief Engineer Project Rohtang
Tunnel, C/o 56 APO so as to acquaint himself with regard to the nature and
conditions of site, nature and means of local communication, working hours,
conditions of access and all other cognate matters concerning the execution and
completion of the work. Any paths, tracks, approaches etc, required for the
movement of plants, equipment, machines and vehicles etc to the work site
and platform, bund etc required for the execution of work will be the
responsibility of the contractor and rates quoted must include these aspects
also where required. The tenderer shall be deemed to have inspected the site and
made himself familiar with various factors which may affect his quotation whether he
actually inspects the site or not. No extra charges consequent on misunderstanding or
otherwise will be allowed.

3. LAND FOR OFFICES ETC. The contractor shall have t o make his / her own
arrangement for the land required for housing the staff and labour and for erection of
store sheds, offices, godowns etc., required by him / her for this work. The contractor
must ensure that the staff, labour, plant, equipment, machines, vehicles, stores etc.,
employed or collected in connection with the work, are so positioned that there is no
hindrance to free flow of vehicular traffic on the roads. Suitable cautionary and warning
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-59-

signs boards and other measures are to be installed / provided by the contractor at his
own cost for the safety of traffic.

4. MINIMUM FARE WAGES PAYABLE TO LABOURERS

(a) The contractor shall pay wages not less than the fair wage fixed from time to
time by
the State Govt, or minimum wages fixed under the Minimum Wages Act by Central
Govt. whichever is higher. He shall have no claim whatsoever, if on account of
any local regulations or otherwise he is required to pay wages in excess of the
wages so fixed.

(b) The contractor shall observe the Laws/Rules/Regulations of Govt, regarding the
employment of labour, mode of payment of wages and cognate matters relating to
the local conditions.

(c) In case local labourers are not available, the contractor may have to obtain
written
permit from appropriate authority of State Govt to import labour from outside the
State.

(d) The contractor shall ensure compliance to all the labour wages laws and benefit
rules
for the labour employed by him.

(e) The contractor shall maintain muster roll of labourer engaged in the work
alongwith
wages being paid to labourer (trade wise). The muster roll shall be available at site
for inspection by Engineer-in-charge or any authorized Govt officials.

5. ROYALTIES:

(a) Reference condition 14 of General Conditions of Contracts (IAFW-2249).


No
quarries on charge of department are available. The Contractor shall make his own
arrangements for obtaining/ quarrying sand/stone & obtaining other materials
required for the work. Payment of royalties of such materials is to be borne by the
Contractor, and his quoted rates shall be deemed to include for the same.

(b) If the contractor himself is primary license holder of quarry/mines then he


shall
submit the royalty payment certificate as per specimen given hereunder, since he
himself pays the royalty to concerned state department. In addition to royalty
payment certificate he shall also submit the vehicle wise challan for transit of
materials. The documents shall be sent to mining department for information and
verification at their end.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-60-

Royalty Payment Certificate

It is certified that I/We, M/S--------------------(Primary Licence Holder as well as


contractor) having a license No---------issued by Forest/Mining Department,
Government of ---------------- have supplied the following materials against CA No.
CE (P) RT/------------------to Chief Engineer Project Rohtang Tunnel during the
period from -------------to ----------------------------

Ser No Materials Quantity Supplied

a
.
b

It is further certified that royalty etc for above quantity of materials, at


applicable rates have been paid by us to concerned Deptt of the Govt. of
. A copy of no demand certificate/Challan/Permit/Affidavit duly verified by the
concerned Deptt etc is attached herewith.

(M/s ___________
(Primary License
Holder)

(c) If Contractor is purchasing materials from primary license holders/


secondary sources then royalty payment certificate shall not be insisted
upon the contractor, since he does not pay royalty directly to the state deptt.
In such cases, following documents shall be obtained:-

(i) Purchase voucher ( original purchase vouchers shall be defaced by


the Engineer-in-charge/ OC under his dated signature stating
verified against CA No--------, so as to avoid these being used again.
CTC of Defaced purchase voucher shall be kept on record.)

(ii) Vehicle wise challan for transit of materials.


The above documents shall be sent to mining deptt for information/ verification at
their end.

(d) Contractor has to indemnify Govt for payment of any royalty and he is
primarily responsible for paying the royalty to concerned deptt therefore if
any demand of royalty is received from concerned deptt at any time after
verification of above documents, the contractor shall pay the same to
concerned state deptt. Undertaking to this effect shall be given by the
contractor before receiving any payment.

(e) Receipt of Confirmation of verification of documents sent to mining deptt


shall not
be mandatory before making payment to contractor, unless there are statutory
order/instructions in any state that verification of payment of royalty is mandatory.

(f) Dispatch details of all intimations/documents sent to concern State Govt


Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-61-

Authorities shall be properly kept in records and should be readily available with
the respective units of BRO.

46. BLASTING ROCKS:

(a) The contractor shall be responsible for the safe custody and storage of
blasing materials in accordance with the rules on the subject. Written
authority of the OC shall be obtained before any blasting operations are
commenced.
(b) The contractor shall ensure that the charges in blasting are not excessive
and that the charged bore holes are properly protected before firing and
that proper precautions are taken for the safety of men and property.
(c) Blasting should be generally avoided. In case it is unavoidable, less
charge controlled blasting may be resorted with the prior permission of the
Engineer-in-charge. The Contractor shall be bound to abide by the
instructions of the OC regarding the necessity of blasting and the type,
number size, and pattern of holes to be drilled and also the type, amount
and method of firing of explosive to be used. The OC shall reserve the
right to restrict the number of charge to be fired at a time so that the
hillside is not adversely affected. The contractor shall fire the charges
only at such time as approved by the OC and shall have no claim,
whatsoever, on account of any delay and extra cost due to carrying out the
instructions of the OC and/or taking the safety precautions directed by
him.

7 MOVEMENT OF CONTRACTOR VEHICLES

7.1 Minimum classification of existing bridges on the roads are Class 18R
bridges, contractor should not bring any heavier plant/equipment as such
vehicle/plant/equipment shall not be allowed on the bridges. The contractors
vehicles may be required to ply in convoys as per directions given by the
concerned Civil/Military authorities. No extra payment/time will be admissible on
this account.

7.2 In case the condition of these bridges warrant further downward load
classification due to any unforeseen circumstances, the same will be done by the
OC Contract whose decision shall be final and binding. In case of any such
eventuality, the contractor may have to unload his heavy load carried at locations,
indicated to suit the load classification indicated by the OC Contract. Any such
heavy load carriage thus necessitated across such indicated bridges(s) shall have
to be done by the contractor without any additional payment and no claim
whatsoever on this accounts will be entertained.

8. SECURITY RESTRICTIONS

a) Contractor shall employ only Indian Nationals after verifying their


antecedents and loyalty. The Contractor shall, on demand by the Engineer-in-
Charge/OC Contract , submit list of his agents, employees and work people
concerned and shall satisfy the Engineer-in-Charge/OC Contract as to the
bonafide credentials of such people.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-62-

b) The contractor and his workmen shall observe all the rules promulgated by
the authority controlling the area in which work is to be carried out example
Prohibition of smoking, lightening, fire precautions, search of persons on entry and
exit, keeping to the specified routes and transport may be conducted by the
departmental authorities at the site of works at any time and any number of times
for security reasons. Necessary permits are to be obtained from Civil Authorities
by the contractor, for himself, his staff and labour. Nothing shall be paid extra on
this account.
1
c) Necessary assistance will be extended to the contractor by the department
for providing passes / permits to the contractor, his representatives and workman
to enter the State.

9. FREE ACCESS TO SITES AND LOOKING AFTER OF WORKS


The contractor shall give all responsible facilities to this department
personnel for the Inspection of works, being executed under this contract. He /
she shall also provide free access to the works if beings executed by this
Department or other Agencies, if such works are located near the sites covered
under this contract. Responsibility of all the works covered in this contract will lie
on the contractor and these works will be fully completed and accordingly handed
over to this department

10 TAXES The tendered amount shall be, inter-alia be deemed to be inclusive


of all taxes viz. Work Contract Tax, Income Tax, Entry Tax (if applicable),
Terminal taxes, Toll taxes, Royalty, Octroi, Sales tax/VAT, Service Tax, 1% labour
welfare cess, or any other taxes and the like levies payable under the respective
existing States etc. No claim on account of any taxes will be payable to contractor
whatsoever except as provided in sub para 11 (b) here-in-after.

11. RE-IMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY


RELATED TO CONTRACT VALUE

(a) The rates quoted by the contractor shall be deemed to be inclusive of all
taxes (including sales tax/ VAT on material, sales tax/ VAT on work contracts,
Turnover tax, service tax, labour welfare cess/ tax etc), duties, royalties, Octroi &
other levies payable under the respective status. No reimbursement/ re/refund for
variation in rates of taxes, duties, royalties, octroi & other levies and/ or
imposition/ abolition of any new/ existing taxes, duties, Royalties, Octroi & other
levies shall be made except as provided in sub Para (b) here in below.

(b) (i) The taxes which are levied by the Govt at certain percentage rates of
contract sum/ amount shall be termed as taxes directly related to contract value
such as sales tax / VAT on work contracts, Turnover tax, labour welfare cess/ tax
and like but excluding income tax. The tendered rates shall be deemed to be
inclusive of all taxes directly related to contract value with existing percentage
rates as prevailing on last due date for receipt of tenders. Any increase in
percentage rates of taxes directly related to contract value with reference to
prevailing rates on last due date for receipt of tenders shall be reimbursed to the
contractor and any decrease in percentage rates of taxes directly related to
contract value with reference to prevailing rates on last due date for receipt of
tenders shall be refunded by the contractor to the Govt/ deducted by the Govt
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-63-

from any payments due to the contractor. Similarly imposition of any new taxes
directly related to contract value after the last due date for receipt of tenders shall
be reimbursed to the contractor and abolition of any taxes directly related to
contract value prevailing on last due date for receipt of tenders shall be refunded
by the contractor to the Govt/ deducted by the Govt from any payments due to the
contractor.

(ii) The contractor shall within a reasonable time of his becoming aware
of variation in percentage rates and / or imposition of any taxes directly related
to contract value give written notice thereof to the OC contract stating that the
same is given pursuant to this special condition together with all information
relating thereto which he may be in a position to supply. The contractor shall
submit the other documentary proof/ information as the OC Contract may
require.

(iii) The contractor shall, for the purpose of this condition keeps such books
of account and other documents as are necessary and shall allow inspection of
the same by a duly authorized representative of Govt., and shall further, at the
request of the OC contract furnish, verified in such a manner as the OC
contract may require, any documents so kept and such other information as
the OC contract may require.

(iv) Reimbursement for increase in percentage rates/ imposition of taxes


directly related to contract value shall be made only if the contractor necessarily
& properly pays additional taxes directly related to contract value to the Govt.
without getting the same adjusted, against any other tax liability or without
getting the same refunded from the concerned Govt. Authority and submit
documentary proof for the same as the OC contract may require.

12. SECURITY OF DOCUMENTS:

The contractor shall not communicate any classified information regarding


works/ organization either to sub-contractor or others without prior approval of the
Engineer-in-charge. Any violation on this aspect will forfeit the right of the contractor
to claim any amount due to the contractor whatsoever held with organization.

13. FOREIGN EXCHANGE / IMPORT LICENCE:


No foreign exchange and/or import license will be arranged by the
Department in connection with the work under this contract.
.
14. CONTRACTORS PLANT / EQUIPMENT AT SITES
(a) The contractor shall furnish to the Engineer-In-Charge a distribution
return of his plant /equipment on the sites of works, stating the following
particulars: -

(i) Particulars of plant/equipment i.e. make, Machine No., Model


No., if any, Registration No. if any, Capacity, Year of Manufacture,
Year and place of Purchase etc.

(ii) Total quantity at site of work.

(iii) Location indicating quantity at the site of work.


Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-64-

(b) For the purpose of this condition, plant / equipment shall include
vehicles, trucks and lorries but not the workmens tools and / or any manually
operated tools / equipment.

(c) The Engineer-In-Charge shall record the particulars supplied by the


contractor as aforesaid in the works diary and send a return to OC Contract for
record in his Office.

(d) The first return shall be submitted immediately after any plant or
equipment is brought to the site. Thereafter every week changes in return shall be
furnished in the following form-

Ser No Particulars of Total No at Location Remarks


Plant / Eqpt site of work

Additional since ------------------------------

Reduction Since--------------

-(Signature of contractor)

(e) A complete return showing the upto date position of plant / equipment at
site shall be submitted on 15th of every month till the works are completed and
the site cleared.

(f) No tool, plant /equipment shall be removed off the site without written
approval of the OC contract.

15. FIXING OF PERMANENT AND TEMPORARY BENCH MARKS:

Permanent Bench mark be fixed at any nearby safe location or considered


from any existing Permanent Building. RL be transferred and TBM be fixed at an
interval of appx 200 mtr along the existing alignment at safe place. These temp BM
should remain intact till completion of the work.

16. TOTAL STATION EQPT;

The total station eqpt with its accessories be provided by the contractor and
will remain at site till completion of job.

17. BLANK

18. BLANK

19. FOSSILS
19.1 All fossils, coins, articles of value or antiquity, and structures and other
remains or items of geological or archaeological interest found on the site shall be
placed under the care and authority of the Employer. The contractor shall take
reasonable precautions to prevent Contractors Personnel or other persons from
removing or damaging any of these findings.

19.2 The Contractor shall, upon discovery of any such findings, promptly give
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

notice to the Engineer-in-charge/OC contract, who shall issue instructions for


-65-

dealing with it. If the Contractor suffers delay and/or incurs cost from complying
with the instructions, the Contractor shall give a further notice the Engineer-in-
charge/OC Contract describing in detail the delay sustained by him and cost
measured by him for following the instructions of the Engineer-in-charge/OC
contract in dealing with fossils along with all supporting documents/proof, within 7
days of the occurrence. The Contractor then be certified for the following:-

(a) an extension of time for any such delay, if completion is or will be delayed
due to such act in following the instructions of the Engineer-in-charge.
(b) Payment of any such cost, which shall be included in the Contract Price.

19.3 After receiving this further notice, the Engineer-in-charge/OC Contract shall
examine the case with facts and figures and disagreements if any will be
communicated to the contractor.

19.4 In case of any disputes, the matter shall be referred to the Accepting Officer
whose decision shall be final and binding.

20. TIME AND PROGRESS CHART

a) Time and progress chart to be prepared as per General conditions of contracts


shall consist of detailed network analysis and a time schedule. The critical path
network will be drawn jointly by the OC Contract and the contractor soon after
acceptance of the tender. The time scheduling of the activities including a
network for all preliminary arrangements for mobilization of resources e.g. man
power, plant & machinery will be done by the contractor, so as to complete the
work within the stipulated time.
b) On completion of the time schedule a firm calendar date schedule will be
prepared and submitted by the contractor to OC Contract who will approve it
after due scrutiny. The schedule will be submitted in quadruplicate within six
weeks from the date of handing over the site.
c) During the currency of the work the contractor is expected to adhere to the time
schedule and this adherence will be a part of the contractors performance under
the contract. During the execution of the work the contractor is expected to
participate in the review and updating the network undertaking by OC Contract.
These reviews may be undertaken at the discretion of the OC Contract either as
periodic appraisal measures for when the quantum of work ordered on the
contractor is substantially changed through deviation orders or amendments.
Any revision of the schedule as a result of the review will be submitted by the
contractor to the OC Contract within a week who will approve it after due
scrutiny. The Contractor will adhere to the revised schedule thereafter. In case
of the contractors not agreeing to the revised schedule the same will be referred
to the Accepting Officer whose decision will be final, conclusive and binding.
OCs approval to the revised schedule resulting in a completion date beyond the
stipulated date(s) of completion shall not automatically amount to grant of
extension of time. Extension of time shall be considered and decided by the
appropriate authority mentioned in condition 11 of General Conditions of
Contracts and separately regulated.
d) The contractor is expected to mobilize and employ sufficient resources to
achieve detailed time schedule within the broad frame work of the accepted
methods of working and safety.
e) No additional payments will be made to the contractor for any multiple shift work
or other incentive methods contemplated by him in his work schedule even
though the time schedule is approved by the department.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-66-

2 1 . PERMIT FROM LOCAL AUTHORITY FOR PLYING VEHICLES

Contractor shall make his own arrangements for obtaining necessary permit from
local authorities for plying his vehicles for the work in accordance with the rules and
regulations of the land.

22. ELECTRICITY & WATER SUPPLY

No electricity or water will be supplied by the department. The Contractor shall


make his own arrangement for execution of the work.

23. RATE QUOTED

a) Unit rates shall be deemed to include the provisions for all materials, stores,
labour, process, operations and requirements detailed in technical specifications
irrespective of whether these appear as specific items or not in the schedule A.

b) Unit rates quoted shall also deemed to include all charges/expense on account
of all Veh/Eqpts required for completing the work as specified in Sch A, Sales Tax,
Service Tax, Work Contract Tax, Octroi,1% labour welfare cess, Royalty, stacking of
materials, inter state barrier charges or any other charges which are required for
completion of work as per Sch A/Work Order.

c) The rate quoted shall also include transportation of materials upto work
site/dumping site including loading/unloading charges.

24. APPOINTMENT OF ARBITRATOR IN CASE OF CONTRACT AGREEMENTS TO


BE EXECUTED BETWEEN BRO AND GOVT OF INDIA
UNDERTAKINGS/ENTERPRISES.

In the event of any dispute or difference between the parties hereto, such dispute of
difference shall be resolved amicably by mutual consultation for through the good offices of
empowered agencies of the Govt in the event of any such dispute or differences relating to
the interpretation and application of the provisions of contracts where such resolution is not
possible then the unresolved dispute or differences shall be referred by either party to the
Arbitration of one of the Arbitrators in the department of Public Enterprise to be nominated
by the Secretary to the Govt of India. In charge of the Bureau of Public Enterprises, and in
such case the Arbitration and Conciliation Act shall not be applicable to the arbitration
under this clause. The award of the Arbitrator shall be binding upon both the parties in the
dispute. Provided, however, any party, aggrieved by such award, may make a further
reference for setting aside or revision of the award to the Law Secretary, Department of
Legal Affairs, Ministry of Law & Justice, Govt of India. Upon such reference the dispute
shall be decided by the Law Secretary or the Special Secretary/Additional Secretary when
so authorised by the Law Secretary, whose decision shall bind the parties finally and
conclusively. The Parties to the dispute will share equally the cost of arbitration as
intimated by the Arbitrator.

25. MEASUREMENTS.

Measurements pertaining to the work completed under this contract will be recorded
and signed in the measurement book (IAFW-2261) by the Junior Engineer after taking in to
account that the required laboratory tests have been done as per the limits stipulated and
as per the frequencies laid down in the Particular Specifications of this Contract
Agreement and MORTH Specification for road and Bridge works (latest revision) and
connected documents thereof and test results are found satisfactory and proper records
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

are maintained.
-67-

a) The measurement recorded by the JE shall be 100% checked and signed by the
Engineer-In-Charge.
b) 25% test check will be carried out by OC Contract on each day of measurement
by the Engineer In-Charge.
c) 5% test check will be carried out by the Cdr Task Force before making payment
to the contractor.
d) The measurements should also be signed by the contractor as token of
acceptance of the measurement.
e) In case of discrepancies in arriving out work done details, the decision of the
Accepting Officer will be final and binding for both the parties.

26. ACCEPTANCE OF WORK DONE


The Engineer-in-Charge and Junior Engineer shall exercise control over the quality
of materials and work done by carrying out tests for the specified properties as per
frequencies given in particular specifications and specification of MORTH (Ministry of Road
Transports and Highways) for roads and bridge latest revision.

27. REIMBURSEMENT / REFUND ON VARIATION IN PRICES-WAGES OF LABOUR


(THIS SUPERSEDES CONDITIONS 63 OF IAFW-2249)

(This Special condition is applicable only in contracts having original completion


period more than 18 months)
BLANK

28. RE-IMBURSEMENT /REFUND ON VARIATION IN PRICES : MATERIAL & FUEL


(THIS SUPERSEDES CONDITION 63 OF IAFW-2249)
(This special condition is applicable only in contracts having original completion
period more than 18 months)
BLANK

29. RECORD/CONSUMPTION OF MAJOR CONSTR STORES/ MATERIALS


(a) (i) For the purpose of keeping a record of Major Constructional stores like
Steel, Cement, Bitumen and LDO consumed in works, the contractor shall
maintain a pucca bound register in the form approved by the Engineer-In-
Charge /OC Contract showing daily quantity used in works. The register
shall be signed daily by the contractors representative and the Engineer-In-
Charge /OC Contract in token of their verification of its correctness. The
check will not, however, absolve the contractor of his responsibility to justify
the consumption of bitumen and LDO at the time of finalization of his work.

(ii) The register shall be kept at site in the safe custody of the contractor
during progress of the work and shall, on demand, be produced for
verification of inspecting officers.

(b) (i) The quantity of materials such as points, water proofing compound
and the like, as directed by the Engineer-In-Charge (the quantity of which
cannot be checked after incorporation in the works), shall be recorded in
measurement books and signed by the contractor and the Engineer-in-
charge as a check to ensure that the required quantity has been brought to
site for incorporation in the work.

(ii) Materials brought to site shall be stored as directed by the Engineer-


in-charge and entered in Site Order Book and shall be suitably marked for
identification.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

(iii) The contractor shall, on demand produce the OC original receipted


-68-

vouchers in respect of the supplies. Vouchers so produced shall be verified


and stamped by Engineer-in-charge indicating contract number. The
contractor shall ensure that the materials are brought to site in original sealed
containers /packing, bearing manufactures marking except in the case of the
requirement of materials(s) being less than smallest packing.

(iv) Contractor shall produce original vouchers from the manufactures


and/or their authorised agents for the full quantity of the following materials,
as a prerequisite before submitting for payment for any advances on account
as aqpplicable of the work done and / or materials collected in accordance
with condition 64 of General Condition of Contracts IAFW-2249.

a) Cement
b) Steel items
c) Bitumen
d) Paint
e) LDO

30. PAYMENT
Payment to the parties will be made in INR in the following manner:-

a) No advance payment will be made to the contractor against any material if


not properly safeguarded against loss/damage due to natural
calamities/theft. Condition 64 of IAFW-2249 shall be deemed amended to
this extent.

b) No Payment shall be made for any rejected work.

c) Taxes (Income Tax, Service Tax/Sales Tax /VAT on works contracts,


labour Cess etc) shall be deducted at source from the payment due to
contractors as per prevailing laws/statutory order and TDS certificate shall
be issued to the contractor.

d) All payments will be made by e-payment/account payee cheque.


31. CO-OPERATION WITH OTHER AGENCIES

The contractor shall permit free access and generally afford


reasonable facilities to other agencies or departmental workmen engaged by
the Govt to carry out their part of the work, if any, under separate
arrangements.

32. SUPPLY OF COLOUR RECORD PHOTOGRAPHS, ALBUMS AND VIDEO


CDs

Contractor shall provide/supply of colour record photographs, Album


and video CDs at various stages/facts of the work without any extra cost as
per clause 125.1, 125.2 & 126.1 of MORT&H specification.

33. FIELD LABORATORY:


To maintain proper quality control at site, contractor shall establish
adequately equipped field laboratory without any extra cost. The following
minimum testing equipment shall be provided in field laboratory:-
(i) All equipment required for test of fine aggregate , coarse aggregate ,
bituminous mixes , etc.
(ii) Any other equipment required by OC contract for the work.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-69-

34. TRAFFIC MOVEMENT:


Contractor shall ensure that no hindrance to traffic movement shall
occur during construction. However, if the traffic movement disrupt due to
land slide or any other un-foreseen reason, than contractor shall make all
efforts to restore traffic movement within time as directed by the Commander.
If contractor is unable or unwilling to restore traffic movement, Engineer-in-
charge may take action as per condition 8 of IAFW-2249, contractor shall
immediately intimate regarding closure of the road to Engineer-in-charge and
local administrative authorities.

35. VENUE OF ARBITRATION: Place of arbitration hearings shall be at New


Delhi.

35.1 ARBITRATION (REFER CLAUSE 70 OF CONDITION OF CONTRACT OF


IAFW-2249)
All dispute or difference arising as aforementioned, other than those for which
the decision of the Accepting Officer or any other person is by the contract
expressed to be final and binding shall be referred to sole arbitrator under
condition No.70 of General Condition of Contract IAFW-2249 after written
notice by either party of the contract to the other of them.

36. DEFECTS LIABILITY PERIOD (REFER CONDITION 46 OF IAFW-2249) :


Defects liability period shall be thirty six calendar months instead of
twelve calendar months. 2.5% of the value of work executed shall be
retained from each bill of advances on account and final bill as special
security deposit for defects liability period and shall be refund to the
contractor after the expiration of defects liability period provided always that
the contractor shall first have been paid the final bill and have rendered a No-
Demand certificate (IAFA-451).

Provided further, the contractor may be paid special security deposit


on his furnishing Guarantee Bonds (s) or Fixed Deposit Receipt (s) from a
scheduled Bank in favour of Chief Engineer (P) Rohtang Tunnel for the
amount of the special security deposit which should otherwise be recoverable
from his under the contract.

The Guarantee Bond(s) or Fixed Deposit Receipt(s) shall be executed


for a period and on a form as directed by the Chief Engineer (P) Rohtang
Tunnel. The contractor shall further arrange to extend the period of
Guarantee Bond(s) or FDRs or shall furnish a fresh Guarantee Bond(s) or
FDRs or similar value of as to cover the period as stated above for its refund.

Special Security Deposit shall be in addition to security deposit


specified in condition 22 of IAFW-2249.

37. RE-IMBURSEMENT/REFUND ON VARIATION IN PRICES OF BITUMEN


(This special condition is applicable only in contracts having original
completion period upto 18 months):

iii) For Bitumen

EB=(QB) x (B1-B0) x1.15

Where :-
EB = Variation in price of Bitumen to be adjusted (in Rs.)
QB = Quantity of Bitumen, brought at site for incorporation in work/incorporated
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

in work (in MT)


-70-

B0 =Ex refinery price of bitumen inclusive of all taxes/duties at refinery nearest


to the work site of Indian oil corporation as available on website of IOC Ltd (i.e
www.iocl.com) as on the last date of receipt of tender (In Rs./MT)

B1 = Ex-refinery price of bitumen inclusive of all taxes/duties, at refinery


nearest to the work site of Indian oil corporation as available on website of IOC Ltd
(i.e www.iocl.com) as on the date of purchase of bitumen(In Rs/ MT) (Factor of 1.15
has used to cover contractors overhead and profit.)

Notes :-

1. No adjustment, whatsoever, due to variation in prices of bitumen on account of


coming into force of any fresh law or statutory rule or order as provided in condition 63 of
IAFW-2249 or otherwise than provided in this condition shall made.

2. Non adjustment in prices of bitumen shall be made for bitumen purchased at site
after the stipulated date of completion given in work order No.01 or extension of time
granted under condition 11 of IAFW-2249 (whichever is later).

3. Any dispute arising out of interpretation of application of this special condition shall
be referred to the Accepting Officer whose decision shall be final and binding

4. For purpose of calculation of retention money, liquidated damages, sales tax


/service tax on works contract, deduction of income tax at source and recovery of water
charges (in case of unmetered supply) the value of contract as revised by the above price
variation will be taken into account.

38. CONTRACT LABOUR (R&A) ACT 1970

38.1 The contractor shall get himself registered with Asstt Labour Commissioner,
Chandigarh as required under contract labour (Regulation and Abolition) Act 1970.
If he does not fall within the purview of said act, he shall obtain a no objection
certificate from ALC Chandigarh to above effect. A copy of the certificate of
Registration or the no objection certificate (as the case may be) shall be submitted
by him to the Accepting Officer within 15 days of the award of the work.

In event of his non-compliance , the contractor shall be liable for punitive action
under CL (R&A) Act 1970.

39. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION

a) If as a result of enemy action, the contractor suffers any loss or damage the
Governmnent shall reimburse to the contractor such loss or damage, to the extent and in
the manner herein after provided.
i) The loss suffered by him on account of any damage or destruction of his
plant/equipment (as defined in condition 11(b) above) or materials or any part thereof. The
amount of losses assessed by the Accepting Officer of the contract on this account shall be
final and binding.
ii) Compensation paid by him under any law for the time being in force to any workmen
employed by him for any injury caused to him or the workmens legal successor for loss of
the workmens life.
b) No requirement shall be made nor shall any compensation be payable under the
above provisions unless the contractor had taken Air Defence Precautions ordered in
writing by OC concerned or in the absence of such orders, reasonable precaution. No re-
imbursement shall be made nor shall any compensation be payable for any plant/Eqpts or
materials not lying on the site of work at the time of enemy action.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-71-

40 The contractor shall be issue the works indicated in the tender documents
including contractors manpower material, vehicles, equipments Plants,
accommodation, all stores etc against the damages due to natural camity example
eartquartrs, floods, any claim of the contractor on the account will be rejected by the
department/Government.

41. REGISTRATION FEE/TRADETAX/INCOMETAX ETC : Tendered


rates/amount shall also be deemed to include the payment of all taxes to be like
Registered fee, Trade tax, Income tax and other taxes /levies to be paid to the Govt
of Himachal Pradesh or Central Govt already in force and as may be modified from
time to time. The contractor may ascertain full details on this respect from the
concerned department (s).

42. ADJUSTMENT OF TAX CONSEQUENT UPON AMENDMENT TO


CONSTITUTION The tendered rate shall also be inclusive of all statute levies and
State/Union Territory shall tax on works contract payable under the respective
statutes pursuant to the constitution stipulated by the tenderers regarding sales tax
on works contracts will not be contracts will not be considered and such tender will
be liable for rejection.
43. ESCALATION No claim of reimbursement in increase of labour wages, cost
of POL and materials is admissible under this contract including extended period if
any.

44. INCOMETAX Income tax alongwith education cess and service/works


contract tax including labour welfare cess will be deducted at source as applicable.

45. DEDUCTION TAX AT SOURCE


44.1 Income tax alongwith surcharge , service /work contract tax including 1%
labour welfare cess shall be deducted at source as applicable.

46. REGISTRATION Contractor is required to get his firm registered with


Sales Tax Department and Asst Labour Commissioner Chandigarh under contract
labour (R&A) Act and Building and other construction workers Act 1996. A copy of
valid registration certificate issued will be submitted to OC Contract while processing
RARs/Bills.

47. PAYMENT OF WORK

47.1 The payment will be released through E-payment mode, for which the
contractor s required to submit the NEFT/RTGS Mandate form (enclosed at Appx
B) duly filled in the specified details. Otherwise, it will be released through A/c
Payee Cheque.

47.2 In case where the payment is released through cheque it will be sent by post
to the Contractor for which the postage charges will be deducted from the net
amount due to the Contractor.

48. ADJUSTEMENT OF TAX CONSEQUENT UPON AMENDMENT TO


CONSTITUTION The tendered rate shall also be inclusive of all statute levies and
State/Union Territory /shall tax on works contract payable under the respective
statutes pursuant to the constitution stipulated by the tenderers regarding sales tax
on works contracts will not be contracts will not be considered and such tender will
be liable for rejection.

49. LEGAL JURISDICTION


Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Legal jurisdiction for this Contract Agreement shall be High Court, Shimla only.
- 72
Annexure I to Special Conditions

FORMAT FOR BANK GUARANTEE FOR ADVANCE PAYMENT

From
Bank ________________
To
The President of India
Sir,

1 With reference to Contract Agreement No _________ concluded between the


President of India, hereinafter referred to The Government and M/s __________
hereinafter referred to as the the contractor for ______ as detailed in the above contract
agreement hereinafter referred to as the said Contract and in consideration of the
Government having agreed to make an advance payment in accordance with the terms of
the said contract to the said contractor , we the ________________ bank , hereinafter call
the Bank hereby irrevocably undertake and guarantee to you that if the said contractor
would fail to provide works in accordance with terms & conditions of the said condition of
the said contract for any reason whatsoever or fail to perform the said contract in any
respect or should whole or part of the said on account of payments at any time become
repayable to you for any reason whatsoever , we shall,on demand and without demur
pay to you all and any sum upto a maximum of Rs ____ ( rupees____--only) paid as
advance to the said contractor in accordance with the provisions contained in clause ____
of the said contract.

2. We further agree that the Government shall be the sole judge as to whether the
contractor has failed to provide works in accordance with terms & conditions of the said
contract or has failed to perform the said contract in any respect or the whole or part of the
advance payment made to the contractor has become repayable to the Government and
to the extent and monetary consequences thereof by the Government.

3. We further hereby undertake to pay the amount due and payable under this
Guarantee without any demur merely on a demand from the Government stating the
amount claimed . Any such demand made on the bank shall be conclusive and binding
upon us as regards the amount due and payable by us under the Guarantee and without
demur. However , our liability under this Guarantee shall be restricted to an amount not
exceeding Rs ____ ( rupees_____________ only).

4. We further agree that agree the the guarantee herein contained shall remain in full
force and effect for a period upto _________________(03 months + due date of recovery
of advance) unless the Govt in his sole discretion discharges the guarantee earlier.

5. We further agree that any change in the constitution of the Bank or the constitution
of the contractor shall not discharge our liability hereunder.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-73-

6. We further agree that the Govt shall have that fullest liability without affecting in any
way our obligations hereunder with or without our consent or knowledge to vary any of the
terms and conditions of the said contract or to extend the time of development/delivery
from time to time or to postpone for any time or from time to time any of the powers
exercisable by the Govt against the contractor and either to forebear or enforce any of the
terms and conditions relating to the said contract and we shall not be relieved from over
liabilities by reason of any such variation or any indulgence or for bearance shown or any
act or omission on the Government or by any such matter or thing whatsoever which under
the law relating to sureties would but for this provision have the effect of so relieving us.

7. We lastly undertake not to revoke the Guarantee during the currency of the above
said contract except with the prior consent of the Government in writing.

Yours faithfully,

For_________________Bank
(Authorised Attorney)

Place:________________ Seal of Bank

Date:_________________
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-74-

PARTICULAR SPECIFICATIONS

The work required to be carried out under this contract shall comprise of preparation
of subgrade and then PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM
THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK
(COMPACTED), READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK
(COMPACTED) AND SDBC 4 CM THICK (COMPACTED) AND BERM FILLING
(COMPACTED) ON APPROACH ROAD TO CAMP AREA OF HQ CE (P) ROHTANG
TUNNEL AT SOLANG VALLEY AND PROVIDING, LAYING AND CONSOLIDATION
OF TWO LAYERS GSBC EACH 15 CM THICK (COMPACTED), TWO LAYERS OF
WBM EACH 7.5 CM THICK (COMPACTED), READYMADE BITUMINOUS (HMP) MIX
FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM THICK (COMPACTED) AND
BERM FILLING (COMPACTED) ON APPROACH ROAD TO MSP-7 AT KM 5.650 ON
APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR MANALI IN
HIMACHAL PRADESH

QUALITY CONTROL
The contractor shall ensure the strict quality control through various tests in
respect of all items of works as per the laid down frequency in tender documents
and as per MORTH Specifications at his own cost from any central/ state Govt
laboratory. In case of disagreement relating to results of tests, necessary tests shall be
conducted from any Govt authorised outside agency at the contractors cost.

1 SUBGRADE PREPARATION:
1.1 Subgrade shall be prepared by excavating upto 20 cm average depth,
dressing excavated earth to required camber or super elevation and consolidating
with power roller including watering and disposal of surplus earth beyond a lead of
30 mtr away from road under construction.

2 GRANULAR SUB BASE COURSE

2.1 Scope: - This work shall consist of providing, laying and compacting one
or more layers of single course having 100/150 mm thickness of compacted
well graded material as directed by Engineer-in-charge on prepared sub grade
in accordance with the requirements of these specifications including supply of
materials, watering and consolidation all complete. The material shall be laid in
one or more layers as sub-base or lower sub-base and upper (termed as sub-
base herein after) as necessary according ti lines, grades and cross sections
shown on the drawings or on the direction of Engineer-in- Charge/Junior
Engineer.

2.2 Materials
2.2.1 The material to be used for the work shall be natural sand, moorum,
gravel, crushed stone, or combination thereof depending upon the grading
required. Materials like crushed slag, crushed concrete, brick metal and kankar
may be allowed only with the specific approval of the Engineer. The material
shall be free from organic or other deleterious constituents and conform to one of
the three grading given in Table 400-1.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-75-

2.2.2 Physical requirements: The material shall have a 10 per cent fines value
of 50 KN or more (for sample in soaked condition) when tested in compliance with
BS: 812 (Part 111). This water absorption value of the coarse aggregate shall be
determined as per IS: 2386 (Part 3). If this value is greater than 2 per cent, the
soundness test shall be carried out on the material delivered it site as per IS: 383.
For grading II and III materials, the CBR shall be determined at the density and
moisture content likely to be deployed in equilibrium conditions which shall be
taken as being the density relating to a uniform air voids content of 5 percent.

TABLE 400-1:- GRADING FOR CLOSE-GRADED GRANULAR


SUB-BASE MATERIALS

IS Sieve Per cent by weight passing the IS sieve

Designation Grading-I Grading-II Grading-III


75.0 mm 100 --- ---
53.0 mm 80-100 100 ---
26.5 mm 55-90 70-100 100
9.50 mm 35-65 50-80 65-95
4.75 mm 25-55 40-65 50-80
2.36 mm 20-40 30-50 40-65
0.425 mm 10-25 15-25 20-35
0.075 mm 3-10 3-10 3-10
CBR Value (Minimum) 30 25 20

Note: - The material passing 425 micron sieve for all the three gradings when
tested according to IS: 2720(Part 5) shall have liquid limit and plasticity index not
more than 25 and 6 percen respectively.

2.3 Construction Operations

2.3.1 Preparation of Subgrade : Immediately prior to the laying of sub-base, the


sub grade already prepared as per clause 1.1 given here above, lightly sprinkled
with water and rolled with two passes of 80 - 100 KN smooth wheeled roller.

2.3.2 Spreading and Compacting: The sub-base material shall be spread on the
prepared sub grade with the help of a motor grader of adequate capacity, its blade
having hydraulic controls suitable for initial adjustment and for maintaining the
required slope and grade during the operation or other means as directed by the
Engineer-in-Charge.

When the sub-base material consists of combination of material mentioned


in Clause 2.2.1( give here above) mixing shall be done mechanically by the mix in-
place method.

Manual mixing shall be permitted only where the width of laying is not
adequate for mechanical opration, as in small-sized jobs. The equipment used for
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

mix-in-place construction shall be a rotavator or similar approved equipment


capable of mixing the material to the desired degree. If so desired by the Engineer,

-76-
trial runs with the equipment shall be carried out to establish its suitability for the
work.

Moisture content of the loose material shall be checked in accordance with


IS : 2720 (Part 2) and suitably adjusted by sprinkling additional water from a truck
mounted or trailer mounted water tank and suitable for applying water uniformly
and at concerned quantities to variable widths of surface or other means approved
by the Engineer-in-Charge so that, at the time of compaction, it is from 1 per cent
above to 2 per cent below the optimum moisture content corresponding to IS :
2720 (Part 8 ) . While adding water, due allowance shall be made for evaporation
losses. After water has been added, the materials shall be processed by
mechanical or other approved means like disc harrows, rotavators until the layer is
uniformly wet.

Immediately thereafter, rolling shall start. If the thickness of the compacted


layer does not exceed 100 mm, a smooth wheeled roller of 80 to 100 kN weight
may be used . For a compacted single layer upto 150 mm the compaction shall be
done with the help of a vibratory roller of minimum 80 to 100 kN static weight with
plain drum or pad foot drum or heavy pneumatic tyred roller of minimum 200 to
300 kN weight having a minimum tyre pressure of 0.7 MN/m2 or equivalent
capacity roller capable of achieving the required compaction. Rolling shall
commence at the lower edge and proceed towards the upper edge longitudinally
for a portion having unidirectional cross fall and super elevation and shall
commence at the edges and progress towards the centre for portions having cross
fall on both sides.

Each pass of the roller shall uniformly overlap not less than one third of the
track made in the preceding pass. During rolling, the grade and cross fall
(Camber) shall be checked and any high spots or depressions, which become
apparent, corrected by removing or adding fresh materials. The speed of the roller
shall not exceed 5 km per hour.
Rolling shall be continued till the density achieved is at the least 98 per cent
of the maximum dry density for the material determined as per IS : 2720 (Part 8) .
The surface of any layer of material on completion of compaction shall be well
closed, free from movement under compaction equipment and from compaction
planes, ridges, cracks or loose material. All loose, segregated or otherwise
defective areas shall be made good to the full thickness of layer and re-compacted

2.4 Surface Finish and Quality Control of Work

The surface finish of construction shall conform to the requirements of


Clause 902 of MORT&H(4th revision) Specifications for Road and Bridge works.

Control on the quality of materials and works shall be exercised by the


Engineer-in-Charge/ Junior Engineer in accordance with Section 900 of MoSRT&H
specifications as given below:-
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-77-

S/No Type of Test Frequency (min.)


Construction
1 Granular (i) Gradation One test per 200 m3
(ii) Atterberg limits One test per 200 m3
(iii) Moisture content prior to One test per 250 m3
compaction
(iv)Density of compacted layer One test per 500 m3
(v)Deleterious constitines As required
(vi)C.B.R As required

2.5 Arrangements for Traffic

During the period of construction, arrangements of traffic shall be


maintained in accordance with Clause 112 of MORT&H(4th revision) Specifications
for Road and Bridge works.

2.6 Measurements for Payment

Granular sub-base course shall be measured as finished work in position


for specified thickness given in Sch A in square meters.

The protection of edges of granular sub-base course if directed by


Engineer-in-Charge shall be considered incidental to the work of providing
granular sub-base and as such no extra payment shall be made for the same.

2.7 Rate
The Contract unit rate for granular sub-base course shall be payment in full
carrying out the required operations including full compensation for:-

(i) Making arrangements for traffic to Clause 112 of MoSRT&H specifications


except for initial treatment to verges , shoulders and construction of diversions;

(ii) Furnishing all materials to be incorporated in the work including all royalties,
fees ,rents where necessary and all leads and lifts;

(iii) All labour, tools , equipment and incidentals to complete the work to the
specifications;

(iv) Carrying out the work in part widths of road where directed; and

(v) Carrying out the required tests for quality control.

3 WATER BOUND MACADAM


Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

3.1 Scope:- This work shall consist of Water bound Macadam of consolidated
thickness mentioned at Sch A of stone metal (coarse aggregate) having size,
grading as per Table 400-7 of MoSRT&H specifications as given in below and
satisfying the physical requirements as per Table 400-6 of MoSRT&H
-78-

specifications, spread, rolled, hollow made up to form true surface blinded and
consolidated to gradient and camber required all as specified. The aggregates
shall be clean, crushed aggregates mechanically interlocked by rolling and
bonding together with screening binding material where necessary and water laid
on a properly prepared sub-grade and finished in accordance with the
requirements of these Specifications and in close conformity with the lines, grades,
cross-sections and thickness as per Sch A and as directed by the Engineer in
charge.

3.2 Material

3.2.1 Coarse aggregates:- Coarse aggregates shall be of crushed or broken


stone and shall be hard, durable and free from excess flat, elongated, soft and
disintegrated particles, dirt and other deleterious material. The aggregates shall
conform to the physical requirements set forth in Table 400-6 of MoSRT&H
specifications and given hereunder. The type and size range of the aggregate
shall be specified in the Contract or shall be as specified by the Engineer. If the
water absorption value of the coarse aggregate is greater than 2 per cent, the
soundness test shall be carried out on the material delivered to site as per IS:
2386 (Part 5).

TABLE 400-6:- PHYSICAL REQUIREMENTS OF COARSE AGGREGATES FOR


WATER BOUND MACADAM

Test Test Method Requirements


1. Los Angeles IS : 2386 40 per cent (Max)
Abrasion Value (Part 4)
Or
Aggregate IS : 2386 30 per cent (Max)
Impact Value (Part 4) or
IS:5640 **

2. Combined Flakiness IS : 2386 30 per cent (Max)


and (Part 1)
Elongation Indices
(Total)

* * *
Aggregate may satisfy requirements of either of the two tests.

** Aggregates like brick metal, kankar, laterite etc., which get softened in
presence of water shall be tested for Impact value under wet conditions in
accordance with IS: 5640.
*** The requirement flakiness index and elongation index shall be enforced only in
the case of crushed broken stone and crushed slag.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

3.2.2. Grading requirement of coarse aggregates: The coarse aggregates shall


confirm to the Gradings given in Table 400-7 of MoSRT&H specifications as given
hereunder. The Grading No. 2 and Grading No. 3 for single layer of consolidated
thickness of 7.50 cm are in table 400-7 here in below:-
-79-
TABLE :- 400-7 GRADING REQUIREMENTS OF COARSE AGGREGATES

Grading Size Range IS Sieve Per Cent by


No. Designation Weight Passing

2. 63 mm to 45 mm 90 mm 100
63 mm 90-100
53 mm 25-75
45 mm 0-15
22.4 mm 0-5

3. 53 mm to 22.4 mm 63 mm 100
53 mm 95-100
45 mm 65-90
22.4 mm 0-10
11.2 mm 0-5

3.2.3. Screening: Screenings to fill voids in the coarse aggregate shall generally
consist of the same material as the coarse aggregate. However, where permitted
by Engineer in Charge , predominately non-plastic material such as moorum or
gravel (other than rounded river borne material) may be used for this purpose
provided liquid limit and plasticity index of such material are below 20 and 6
respectively fraction passing 75 micron does not exceed 10 per cent.

Screening shall conform to the grading set forth in Table 400-8 of


MoSRT&H specifications. The consolidated details of quantity of screening
required for various grades of stone aggregates are given in Table 400-9 of
MoSRT&H specifications. The table also gives the quantities of materials (loose)
required for 10 m2 for base compacted thickness for 75 mm.

TABLE 400-8 :- GRADING FOR SCREENINGS

Grading Size of IS Sieve Per cent by weight


Classif- Screening Designation Passing the IS Sieve
Cation

A. 13.2 mm 13.2 mm 100


11.2 mm 95-100
5.6 mm 15-35
180 micron 0-10

B. 11.2 mm 11.2 mm 100


5,6 mm 90-100
180 micron 15-35
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-80-
TABLE 400-9 :- APPROXIMATE QUANTITIES OF COARSE AGGREGATES AND
SCREENINGS REQUIRED FOR 75 MM COMPACTED THICKNESS OF WATER
BOUND MACADAM (WBM) BASE COURSE FOR 12 AREA

Classi- Size Compac Loose Screenings


fication Ran-ge t Qty. Stone Screening Crushable Type such
-ed As Moorum or Gravel
Thick- Grading For WBM Grading Loose
ness Classi- Sub-base Classi- Quantity
Fication & Base Course Fication
Size (Loose & Size
Quantity)
Grading 63 mm 75 mm 0.91 to Type A 0.12 to Not 0.22 to
2 to 1.07 m3 13.2mm 0.13 cum 0.24 m3
45 mm Uniform
-do- -do- -do- -do- Type B 0.20 to 0.22 -do- -do-
11.2 mm m3

Grading 53 mm 75 mm -do- -do- o.18 to 0.21 -do- -do-


3 to 22.4 m3

3.2.4. Binding Material: Binding material to be used for water bound macadam as a
filler material meant for preventing ravelling, shall comprise of a suitable material
approved by the Engineer in charge having a Plasticity Index (PI) value of less than
6 as determined in accordance with IS: 2720 (Part-5).

The quantity of binding material where it is to be used, will depend on the


type of screening. Generally, the quantity required for 75 mm compacted
thickness of water bound macadam will be 0.06-0.09 m3/10m2 compacted
thickness.

3.3 Construction Operations

3.3.1 Preparation of base: The surface of the sub-base/base to receive the water
bound macadam course shall be prepared to the specified lines and cross-fall (camber)
and made free of dust and other extraneous material. Any ruts of soft yielding places
shall be corrected in an manner approved by the Engineer in Charge and rolled until firm
surface is obtained if necessary by sprinkling water. Any base/surface irregularities,
where predominant, shall be made good by providing appropriate type of profile corrective
course (levelling course) of Clause 501 of MORT&H(4th revision) Specifications for
Road and Bridge works.

3.3.2 Spreading coarse aggregates: The coarse aggregates shall be spread


uniformly and evenly upon the prepared sub-base/base to proper profile by using
templates placed across the road about 6 m apart, in such quantities that the
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

thickness of each compacted layer is not more than and 75 mm as specified here
in above.

- 42 -
The spreading shall be done from stockpiles along the side of the roadway
or directly from vehicles. No segregation of large or fine aggregates shall be
allowed and the coarse aggregate as spread shall be of uniform gradation with no
pockets of fine material.

The surface of the aggregates spread shall be carefully checked with the
templates and all high or low spots remedied by removing or adding aggregates as
may be required. The surface shall be checked frequently with a straight edge
while spreading and rolling so as to ensure a finished surface as per approved
drawings.

The coarse aggregates shall not normally be spread more than 3 days in
advance of the subsequent construction operations.

3.3.3 Rolling: Immediately following the spreading of the coarse aggregate, rolling
shall be started with three wheeled power rollers of 80 to 100 kN capacity or
tandem or vibratory rollers of 80 to 100 kN static weight. The type of roller to be
used shall be approved by the Engineer in charge based on trial run.
Except on super-elevated portions where the rolling shall proceed from
inner edge to the outer, rolling shall begin from the edges gradually progressing
towards the centre. First the edge/edges shall be compacted with roller running
forward and backward. The roller shall then move inward parallel to the centre line
of the road, in successive passes uniformly lapping preceding tracks by at least
one half width.
Rolling shall be discontinued when the aggregates are partially compacted
with sufficient void space in them to permit application of screenings. During
rolling, slight sprinkling of water may be done, if necessary. Rolling shall not be
done when the base is soft or yielding or when it causes a wave-like motion in the
sub-base course.
The rolled surface shall be checked transversely and longitudinally, with
templates and any irregularities corrected by loosening surface adding or
removing necessary amount of aggregates and re-rolling until the entire surface
conforms to desired cross-fall (camber) and grade. In no case shall the use of
screenings to be permitted to make up depressions.
Material which gets crushed excessively during compaction or becomes
segregated shall be removed and replaced with suitable aggregates.

3.3.4 Application of Screenings: After the coarse aggregate has been rolled to
Clause given above, screenings to completely fill the interstices shall be applied
gradually over the surface. These shall not be damp or wet at the time of
application. Dry rolling shall be done while the screenings are being spread so
that vibrations of the roller cause them to settle into the voids of the coarse
aggregate. The screenings shall not be dumped in piles but be spread uniformly
in successive thin layers either by the spreading motions of hand shovels or by
mechanical spreaders, or directly from tipper with suitable grit spreading
arrangement. Tipper operating for spreading the screenings shall be so driven as
not to disturb the coarse aggregate.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

The screenings shall be applied at a show and uniform rate (in three or
more applications) so as to ensure filling of all voids. This shall be accompanied
by dry rolling and brooming with mechanical brooms, handbrooms or both. In no
case shall the screenings be applied so fast and thick as to form cakes or ridges
- 81 -
on the surface in such a manner as would prevent the direct bearing of the
rollers on the coarse aggregate. These operations shall continue until no more
screenings can be forced into the voids of the coarse aggregate.

The spreading, rolling, and brooming of screenings shall be carried out in


only such lengths of the road which could be completed within one days
operation.

3.3.5 Sprinkling of Water and grouting: After the screenings have been applied,
the surface shall be copiously sprinkled with water, swept and rolled. Hand
brooms shall be used to sweep the wet screenings into voids and to distribute
them evenly. The sprinkling, sweeping and rolling operation shall be continued,
with additional screenings applied as necessary until the coarse aggregate has
been thoroughly keyed, well bonded and firmly set in its full depth and a grout has
been formed of screenings. Care shall be taken to see that the base or subgrade
does not get damaged due to the addition of excessive quantities of water during
construction.

3.3.6. Application of Binding Material : After the application of screenings in


accordance with Clauses give here in above. the binding material where it is
required to be used (Clause 404.2.7 of MoSRT&H specifications) shall be applied
successively in two or more thin layers at a slow and uniform rate. After each
application, the surface shall be copiously sprinkled with water, the resulting slurry
swept in with hand brooms, or mechanical brooms to fill the voids properly, and
rolled during which water shall be applied to the wheels of the rollers if necessary
to wash down the binding material sticking to them. These operations shall
continue until the resulting slurry after filling of voids, forms a wave ahead of the
wheels of the moving roller.

3.3.7 Setting and Drying: After the final compaction of water bound macadam
course, the pavement shall be allowed to dry overnight. Next morning hungry
spots shall be filled with screeings or bindings material as directed, lightly
sprinkled with water if necessary and rolled. No traffic shall be allowed on the
road until the macadam has set. The Engineer in charge shall have the discretion
to stop hauling traffic from using the completed water bound macadam course, if in
his opinion it would cause excessive damage to the surface.

The compacted water bound macadam course should be allowed to


completely dry and set before the next pavement course is laid over it.

3.4 Surface Finish and Quality Control Work

3.4.1 The surface finish of construction shall conform to the requirements of Clause 902 of
MORT&H(4th revision) Specifications for Road and Bridge works.
.

3.4.2 Control on the quality of Material and works shall be exercised by the Engineer in
accordance with Section 900 of MORT&H(4th revision) Specifications for Road and
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Bridge works as given below:-

-82-

S/No Type of Construction Test Frequency(Minimum)


1 Water Bound Macadam Aggregate impact Value One test per 200 m3
Grading One test per 100 m3
FI & EI One test per 200 m3
Atterberg limit of binding One test per 25 m3 of
material binding material
Atterberg limit of portion One test per 100 m3
of aggregate passing
425 micron sieve

.3.5 The water bound macadam work shall not be carried out when the
atmospheric temperature is less than 00C in the shade.

3.6. Reconstruction of defective macadam: The finished surface of water bound


macadam shall conform to the to lerance of surface regularity as prescribed in
Clause 902 of MoSRT& H specifications. However, where the surface irregularity
of the course exceeds the tolerances or where the course is otherwise defective
due to sub base mixing with the aggregates, the course to its full thickness shall
be scarified over the affected area, reshaped with added material or removed and
replaced with fresh material as applicable and recompacted. In no case shall
depression be filled up with screenings or binding material.

3.7 Arrangement for Traffic: During the period of construction, the


arrangement of Traffic shall be done as per Clause 112 of MoSRT&H
specifications.

3.8 Measurements for Payment: Water bound macadam shall be measured


as finished work in position for respective consolidated thickness as per Sch A in
square meters.

3.9 Rate:
The contract unit rate for water bound macadam shall be payable in full for
carrying out the required operations including full components listed in Clause
401.8 (i) to (v) of MoSRT&H specifications for respective layer thickness including
arrangement of water used in the work as approved by the Engineer in charge.

4 PRIME COAT OVER GRANULAR BASE


4.1 Scope
This work shall consist of the application of a single coat of low viscosity
liquid bituminous material to a existing porous granular surface preparatory to the
superimposition of bituminous treatment or mix.
4.2 Materials
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Primer: The prime shall be bitumen emulsion, complying with IS 8887.


The use of medium curing cutback as per IS-217 shall be restricted only for sites
at sub-zero temperatures or for emergency applications as directed by Engineer-
in-charge. Choice of a primer shall depend upon the porosity characteristic of
surface. WBM are surfaces of low porosity.
-83-
TABLE 500-1 VISCOSITY REQUIREMENT AND QUANTITY OF
LIQUIED BITUMINOUS PRIMER
-------------------------------------------------------------------------------------------------------------
Type of surface Kinematic Viscosity Quantity of Liquid
Of Primer at 600C Bituminous Material
Per 10 Sq.m
(Centistokes) (Kg)
Low porosity 30-60 6 to 9
Medium porosity 70-140 9 to 12
High porosity 250-500 12 to 15

4.3 Weather and Seasonal Limitations :Bituminous primer shall not be applied
to a wet surface (see 502.4.2 of MORT&H(4th revision) Specifications for Road and
Bridge works. or during a dust storm or when the weather is foggy, rainy or windy
or when the temperature in the shade is less than 10 C. Surfaces which are to
receive emulsion primer should be damp, but no free or standing water shall be
present.
4.4 Construction Equipment
The primer distributor shall be a self-propelled or towed bitumen pressure
sprayer equipped for spraying the material uniformly at specified rates and
temperatures. Hand spraying of small areas, inaccessible to the distributor, or in
narrow strips shall be sprayed with a pressure hand sprayer, or as directed by the
Engineer in Charge.
4.5 Preparation of road surface: The surface to be primed shall be prepared
in accordance with Clauses 501.8 and 902 of MORT&H (4th revision)
Specifications for Road and Bridge works as appropriate or as directed by
Engineer in Charge. Immediately prior to applying the primer the surface shall be
carefully swept clean of dust and loose particles, care being taken not to disturb
the interlocked aggregate. This is achieved when the surface layer is slightly moist
(lightly sprayed with water and the surface allowed to dry) and the surface should
be kept moist until the primer is applied.
4.6 Application of bituminous primer: The viscosity and rate of application
of the primer shall be as directed by Engineer in Charge, the requirements of
clauses 703.3.2 and 703.4 of MORT&H(4th revision) Specifications for Road and
Bridge works shall apply. The bituminous primer shall be sprayed uniformly in
accordance with Clause 501 of MORT&H(4th revision) Specifications for Road and
Bridge works the method for application of the primer will depend on the type of
forward movement. The Contractor shall demonstrate at a spraying trial, that the
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

equipment and method to be used is capable of producing a uniform spray, within


the tolerances to the Engineer in charge.
4.7 Curing of primer and opening to traffic: A primed surface shall be
allowed to cure for at least 24 hours or such other period as is found to be
necessary to allow all the volatiles to evaporate before any subsequent surface
treatment or mix is laid. Any unabsorbed primer shall first be blotted with an
- 84 -
application of sand, using the minimum quantity possible. A primed surface shall
not be opened to traffic other than that necessary to lay the next course. A very
thin layer of clean sand may be applied to the surface of the primer, to prevent the
primer picking up under the wheels of the paver and the trucks delivering
bituminous material to the paver.Over the primed surface,a tack coat should be
applied in accordance with Clause 501 of MORT&H(4th revision) Specifications for
Road and Bridge works.
.
4.8 Quality Control of work
For control of the quality of materials supplied and the works carried out, the
relevant provisions of section 900 of MORT&H(4th revision) Specifications for Road
and Bridge works shall apply as given below:-

S/No Type of Constyruction Test Frequince (Minimim)


1 Prime Coat/Tack Coat Quality of binder As per IS: 73, IS:217
and IS: 8887 as
applicable
Binding temperature At regular close
for application intervals
Rate of spread of One test per 500 m2
binder and not less than two
test per day

4.9 Arrangement for Traffic


During construction operations, arrangements for traffic shall be made in
accordance with the provisions of clause 112 of MORT&H(4th revision)
Specifications for Road and Bridge works specifications.
4.10 Measurement for Payment
Primer coat shall be measured in terms of surface area of application in
square metres.
4.11 Rate
The contract unit rate for prime coat with adjustments as described in Sch-A and
Clause 502.7 of MORT&H(4th revision) Specifications for Road and Bridge works
shall be payment in full for carrying out the required operations including full
compensation for all components listed in Clause 401.8 (i) to (v) of MORT&H(4th
revision) Specifications for Road and Bridge works specifications and as
applicable to the work specified in these Specifications. Payment shall be made on
the basis of the approval of the Engineer in Charge after the preliminary trials
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

referred to in Clause 502.43 of MORT&H(4th revision) Specifications for Road and


Bridge works specifications in Sqm.

-85-

5 TACK COAT

5.1 Scope
This work shall consist of the application of a single coat of low viscosity
liquid bituminous material to an existing bituminous road surface preparatory to the
superimposition of a bituminous mix, when specified in the Contract or instructed
by the Engineer-in-charge.The use of cutback bitumen as per IS-217 shall be
restricted only for sites at sub-zero temperatures or for emergency applications as
directed by Engg-in-charge.
5.2 Materials
Binder: The binder used for tack coat shall be bitumen emulsion complying
with IS 8887.
5.3 Weather and Seasonal Limitations: Bituminous material shall not be
applied to a wet surface or during a dust storm or when the weather is foggy, rainy
or windy or when the temperature in the shade is less than 100C. Where the tack
coat consists of emulsion, the surface shall be slightly damp, but not wet.
5.4 Construction Equipment
The tack coat distributor shall be a self-propelled or towed bitumen pressure
sprayer, equipped for spraying the material uniformly at a specified rate. Hand
spraying of small areas, inaccessible to the distributor, or in narrow strips, shall be
sprayed with a pressure hand sprayer, or as directed by the Engineer.
5.5 Preparation of road surface : The surface on which the tack coat is to be
applied shall be clean and free from dust, dirt, and any extraneous material, and
be otherwise prepared in accordance with the requirement of clauses 501.8 and
902 of MORT&H(4th revision) Specifications for Road and Bridge works as
appropriate. Immediately before the application of the tack coat, the surface shall
be swept clean with a mechanical broom, and high pressure air jet, or by other
means as directed by the Engineer.

5.6 Application of Tack Coat : The application of tack coat shall be at the rate
specified in the Contract, and shall be applied uniformly. If rate of application of
Tack Coat is not specified in the contract then it shall be at the rate specified in
Table 500-2 of MORT &H specification as given below.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-86-
Quantity of liquid
S
Type of surface bituminous material in Kg
No
per Sqm area
i) Normal bituminous surfaces 0.20 to 0.25
ii) Dry and hungry bituminous surfaces 0.25 to 0.30
iii) Granular surfaces treated with primer 0.25 to 0.30
iv) Non-bituminous surfaces
a) Granular base (not primed) 0.35 to 0.40
b) Cement concrete pavement 0.30 to 0.35
The normal range of temperature for a bituminous emulsion shall be 200C to 700C
5.7 Curing of Tack Coat: The tack coat shall be left to cure until all the
volatiles have evaporated before any subsequent construction is started. No plant
or vehicles shall be allowed on the tack coat other than those essential for the
construction.
5.8 Quality Control of work
For control of the quality of materials supplied and the works carried out, the
relevant provisions of section 900 of MORT&H(4th revision) Specifications for Road
and Bridge works shall apply as given below.

S/No Type of Constyruction Test Frequince (Minimim)


1 Prime Coat/Tack Coat Quality of binder As per IS: 73, IS:217
and IS: 8887 as
applicable
Binding temperature At regular close
for application intervals
Rate of spread of One test per 500 m2
binder and not less than two
test per day
5.9 Arrangement for Traffic
During construction operations, arrangements for traffic shall be made in
accordance with the provisions of clause 112 of MORT&H(4th revision)
Specifications for Road and Bridge works.
5.10 Measurement for Payment
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Tack Coat shall be measured in terms of surface area of application in


square metres.
5.11 Rate
The contract unit rate for tack coat shall be payment in full for carrying out
the required operations including for all components listed in Clause 401.8 (i) to (v)
of MORT&H(4th revision) Specifications for Road and Bridge works and as per rates
quoted in Sch-A for Sqm.
-87-

6. BITUMINOUS MACADAM 50 MM THICK(CONSOLIDATED)

6.1. Scope: This work shall consist of construction in a single course having
50mm thickness of compacted crushed aggregates premixed with a bituminous
binder on a previously prepared base to the requirements of these specifications.

6.2. MATERIALS:

6.2.1 Bitumen: The Bitumen shall be paving bitumen of Penetration


grade(80/100 or 60/70) complying with Indian Standard Specification for Paving
Bitumen IS:73, and of the penetration indicated in Table 500-4 of MORT&H(4th
revision) Specifications for Road and Bridge works.

6.2.3. Coarse aggregates: The coarse aggregates shall consist of crushed rock,
crushed gravel or other hard material retained on the 2.36mm sieve. They shall
be clean, hard, and durable, of cubical shape, free from dust and soft or friable
matter, organic or other deleterious substances. Where the contractors selected
source of aggregates have poor affinity for bitumen, as a condition for the approval
of that sources, the bitumen shall be treated with an approved anti-stripping agent,
as per the approval of the source, the aggregates shall be tested for stripping
agent, as per the manufacturers recommendations, without any additional
payment. Before approval of the source, the aggregates shall be tested for
stripping. The aggregates shall satisfy the physical requirements specified in Table
500-3, for bituminous macadam as per MORT&H(4th revision) Specifications for
Road and Bridge works.

Where crushed gravel is proposed for use as aggregate, not less than 90%
by weight of the crushed material retained on the 4.75mm sieve shall have at least
two fractured faces.

6.2.4. Fine aggregates: Fine aggregates shall consist of crushed or naturally


occurring material or a combination of the two, passing the 2.36mm sieve and
retained on the 75 micron sieve. They shall be clean, hard, durable, dry and free
from dust, and soft or friable matter, organic or other deleterious matter.

TABLE 500-3: PHYSICAL REQUIREMENTS FOR COARSE AGGREGATE FOR


BITUMINOUS MACADAM

Property Test Specification


Cleanliness Grain size analysis 1 Max 5% passing 0.075 mm
Particle shape Flakiness and Elongation Index (Combined) 2 Max 30%
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Strength * Los Angeles Abrasion Value3 Max 40%


Aggregate Impact Value3 Max 30 %
Durability Soundness 4
Sodium Sulphate Max 12%
Magnesium Sulphate Max 18%
Water Water Absorption 5 Max 2%
Stripping Coating and Stripping of Bitumen Aggregate Minimum retained coating
Water Sensitivity Retained Tensile Strength Min 80 %

-88-

1. IS: 2386 Part-I 2. IS: 2386 Part-I 3. IS: 2386 Part-4*


4. IS: 2386 Part-5 5. IS: 2386 Part-3 6. IS: 6241

7. The water sensitivity test is only to be carried out if the minimum retained
coating in the stripping test is less than 95%.
The elongation test to be done only on non-flaky aggregates in the sample
* Aggregate may satisfy requirement of either of these two tests.

6.2.5. Aggregate grading and binder content: When tested in accordance with
IS: 2386 Part-I (wet sieving method), the combined aggregate grading for the
particular mixture shall fall within the limits shown in Table 500-4 of MORT&H(4th
revision) Specifications for Road and Bridge works for the grading specified in the
Contract. The type and quantity of bitumen, and appropriate thickness, are also
indicated for each mixture type.

6.2.7. Proportioning of materials: The aggregate shall be proportioned and


blended to produce a uniform mixture complying with requirements of Table 500-4
of MORT&H(4th revision) Specifications for Road and Bridge works. The binder
content shall be within a tolerance of + 0.3 per cent by weight of total mixture when
individual specimens are taken for quality control tests in accordance with the
provisions of Section 900 of MORT&H(4th revision) Specifications for Road and
Bridge works.
TABLE 500-4. COMPOSITION OF BITUMINOUS MACADAM
Mix designation Grading I Grading 2
Nominal aggregate size 40mm 19mm
Layer thickness 80-100 mm 50-75 mm
IS Sieve size (mm) Cumulative % by weight of total aggregate
passing
45 100
37.5 90-100
26.5 75-100 100
19 - 90-100
13.2 35-61 56-88
4.75 13-22 16-36
2.36 4-19 4-19
0.3 2-10 2-10
0.075 0-8 0-8
Bitumen content, % by weight of 3.1-3.4 3.3-3.5
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

total mixture*
Bitumen grade 80/100 or 60/70 80/100 or 60/70
* Appropriate bitumen contents for conditions in cooler areas of India may be upto
0.5% higher subject to the approval of the Engineer

-89-
6.3 Mix Design

6.3.1 Binder content: The binder content shall be so fixed as to achieve the
requirements of the mix as mentioned in table 500-4 above.

6.3.2 Job mix formula: The contractor shall intimate to the OC/Engineer-in-
Charge in writing, atleast 15 days before the start of the work, the job mix formula
proposed to be used by him for the work and shall give the following details:

(i) Source and location of all arterials.

(ii) Proportion of all materials expressed as follows where each is applicable:


(a) Binder, as percentage by weight of total mix;
(b) Coarse aggregates/Fine aggregates/Mineral filler as percentage
by weight of total aggregate including mineral filler;

(ii) A single definite percentage passing each sieve for the mixed Aggregates;

(iii) The result of tests enumerated in Table 500-16 (MORT & H Specifications
for Road and Bridge works for Road and Bridge Works, fourth revision) as
obtained by the contractor;

(v) Ten results of physical characteristics of aggregates to be Used;

(vi) Mixing temperature and compacting temperature.

While working out the job mix formula, the contractor shall ensure that it is
based on a correct and truly representative sample of the materials that will
actually be used in the work and that the mix and its different ingredients satisfy
the physical and strength requirements of these specifications.

Approval of the job mix formula shall be based on independent testing by


the OC for which samples of all ingredients of the mix shall be furnished by the
Contractor as required by the former.

The approved job mix formula shall remain effective unless and until
modified by the OC. Should a change in the source of materials be proposed, a
new job mix formula shall be established and got approved from the OC before
actually using the materials.

6.4 Construction Operations

6.4.1 Weather and seasonal limitations: The provisions of Clause 501.5.1 of


Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

MORT&H(4th revision) Specifications for Road and Bridge works shall apply.

6.4.2 Preparation of base: The base on which bituminous macadam is to be laid


shall be prepared, shaped and compacted to the required profile in accordance with
Clauses 501.8 and 902.3 of MORT&H specifications as appropriate, and a prime
coat, shall be applied in accordance with Clause 502 of MORT&H(4th revision)
Specifications for Road and Bridge works where specified, or as directed by the
Engineer- in-charge.

-90-

6.4.3. Tack Coat: A tack coat in accordance with Clause 503 MORT&H(4th
revision) Specifications for Road and Bridge works shall be applied as required by
the Contract documents, or as directed by the Engineer.

6.4.4 Preparation and transportation of the mixture: The provisions of Clauses


501.3 and 501.4 of MORT&H(4th revision) Specifications for Road and Bridge
works shall apply.

6.4.5 Spreading: The provisions of Clause 501.5.3 of MORT&H(4th revision)


Specifications for Road and Bridge works shall apply.

TABLE 500-5:- MANUFACTURING AND ROLLING TEMPERATURES


Bitumen Bitumen Aggregate Mixed Rolling Laying
0 0 0
Penetration Mixing ( C) Mixing ( C) Material ( C) (0C)
(0C)
65 150-165 150-170 165 90 125
Maximum Minimum Minimum
90 140-160 140-165 155 80 115
Maximum Minimum Minimum

6.4.6 Rolling: Compaction shall be carried out in accordance with the provisions of
Clauses 501.6 and 501.7 of MORT&H(4th revision) Specifications for Road and
Bridge works.

Rolling shall be continued until the specified density is achieved, or where no


density is specified, until there is no further movement under the roller. The
required frequency of testing is defined in Clause No. 903 of MORT&H(4th revision)
Specifications for Road and Bridge works.

6.5 Surface finish and Quality Control of work The surface finish of the
completed construction shall conform to the requirements of Clause 902 of
MORT&H(4th revision) Specifications for Road and Bridge works.

In addition to, control on quality of material and mixes shall be exercised by


the Engineer-in-Charge in accordance with the specifications/conditions as under:-

The Contractor shall set up a field laboratory at locations approved by the


Engineer-in-charge and equip the same with adequate equipment and personnel in
order to carry out all required tests and quality control work as per specifications
and/or as directed by the Engineer-in-charge.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

The department shall establish two quality control cell, one at Hot Mix Plant
location and other at site of work where the laying and finishing work is being done
by the contractor to exercise the proper control of temperature of the binder and
aggregates for mixing and the mixes at the time of laying/rolling. The cost of this
establishment shall be borne by the department. However the Contractor shall
provide all necessary co-operation and assistance in obtaining the samples for test
and carrying out the field tests as required by the Engineer-in-charge from time to
time. This may include provision of labour, attendant, assistance in packing and
-91-
dispatching and any other assistance considered necessary in connection with the
above tests.

In addition to the above tests on mixes, the contractor shall ensure the
department regarding the quality of aggregates used in the mixes through various
tests to the frequency stipulated at his own cost.

Srl Test Frequency (Minimum)


I Quality of binder Nos. of sample per lot and test as per IS-
73, IS: 217 and IS: 8887 as applicable.
II Aggregate Impact Value / Los One test per 50 cubic meter of aggregate
Angles abrasion Value
III Flakiness Index and Elongation One test per 50 cubic meter of aggregate
Index
IV Striping Value of aggregate Initially one set of three representative
specimen for each source of supply.
Subsequently when warranted by changed
in the quality of aggregate
V Soundness (Magnesium and Initially one determination by each method
sodium sulphate) for each source of supply, then as warranted
by change in the quality of aggregate
VI Water absorption of aggregate Initially one set of three representative
specimen for each source of supply.
Subsequently when warranted by changed
in the quality of aggregate
Vii Percentage of fractured faces When gravel is used, one test per 50 cum of
aggregate
(Viii) Aggregates Grading Two tests per day per plant both of the
individual constituents and mixed
aggregates from the dryer
ix Control of temperature of binder in At regular close interval
boiler, aggregate in the drawer
and mix at the time of laying and
rolling
X Rate of spread of mix material Regular Control through checks on the
weight of mixed material and layer
thickness
XI Density of compacted layer One test per 250 square meter area
Xii Stripping Value Initially one set 3 representative specimens
for each source of supply. Subsequently
when warranted by changes in the quality of
aggregates.
Xiii Binder content and aggregate Periodic, subject to minimum of two tests
grading per day per plant
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

6.6 Protection of Layer: The bituminous macadam shall be covered with either
the next pavement course or wearing course, as the case may be, within a
maximum of forty-eight hours. If there is to be any delay, the course shall be
covered by a seal coat to the requirement of Clause 513 of MORT&H(4th revision)
Specifications for Road and Bridge works. before opening to any traffic. The seal
coat in such cases shall be considered incidental to the work and shall not be paid
for separately.

-92-

6.7. Arrangements of Traffic. During the period of construction, arrangements

for traffic shall be made in accordance with the provisions of Clause 112 of MORT
& H Specifications for Road and Bridge works for Road and Bridge works.

6.8. Measurement for Payment: The contract unit rate for BM shall be paid in full for
carrying out all works as specified close 501.8.8.2(excluding condition (viii)) and
works as specified in Sch-A. Contract rate is inclusive of rate all aggregate and
bitumen required as per Job Mix Formula for the work.

7. SEMI-DENSE BITUMINOUS CONCRETE(COMPACTED)


7.1. Scope
The work shall consist of construction in a single course of semi-dense
bituminous concrete binder/wearing course of 40mm thickness(compacted) on a
previously prepared bituminous base to the requirements of the specifications.

7.2 Materials

7.2.1 Binder: The bitumen shall be paving bitumen of penetration grade


(80/100) or (60/70) as per IS: 73 and of the penetration indicated in Table 500-15
of MORT&H(4th revision) Specifications for Road and Bridge works.

7.2.2 Coarse aggregates: The aggregates shall consist of crushed stone.


They shall be clean, strong, durable, of fairly cubical shape and free from
disintegrated pieces, organic or other deleterious matter and adherent coating.
The aggregates shall satisfy the physical requirements set forth in Table 500.14
(Specifications for road and bridges-MORT & H Specification, 4th Revision).

TABLE 500-14. PHYSICAL REQUIREMENTS OF AGGREGATES FOR SDBC


Property Test Specification
Cleanliness (dust) Grain size analysis (IS: 2386 Part I) Max 5% passing
0.075 mm sieve
Particle shape Flakiness & Elongation Index (Combined) Max 30%
(the elongation IS: 2386 Part I)
test may be
Strength* Los Angles Abrasion Value (IS: 2386 Part Max 35%,
IV) Max 27%
Aggregate Impact Value (IS: 2386 Part IV)
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Polishing Polished Stone Value (BS: 812 Part 114) Min 55


Durability Soundness (IS: 2386 Part V)
Sodium Sulfate Max 12%
Magnesium sulphate Max 18%
Water Absorption Water Absorption (IS: 2386 Part III) Max 2%
Stripping Coating and Stripping of Minimum
Bitumen Aggregate Mixtures retained
(IS: 6241) coating
Water Sensitivity Retained Tensile Strength (AASHTO T Min 80%
** 283)** -93-

*Aggregate may satisfy requirement of either of these two tests.


** The water sensitivity test is only required if the minimum retained coating in
the stripping test is less than 95%.
The requirements for minimum percent voids in mineral aggregate(VMA) are set
out in Table 500-12 of MORT&H(4th revision) Specifications for Road and
Bridge works.

7.2.3 Fine aggregates: Fine aggregates shall be the fraction passing 2.36 mm
sieve and retained on 75 micron sieve, consisting of crusher-run screening, gravel,
sand or a mixture of both. These shall be clean, hard, durable, uncoated, dry and
free from any injurious, soft or flaky pieces and organic or other deleterious
substances.

7.2.4 Filler: Filler shall consist of finely divided mineral matter such as rock
dust, hydrated lime or cement approved by the Engineer. Where the aggregate
fail to meet the requirements of the water sensitivity test in Table 500-14 of
MORT&H(4th revision) Specifications for Road and Bridge works then 2% by total
weight of aggregate, hydrated line shall be added without any additional cost. The
filler shall be graded within the limits indicated in Table 500-9:

Table No: 500-9

IS Sieve (mm) Cumulative per cent passing by weight of total


aggregate
0.6 100
0.3 95-100
0.075 85-100
The filler shall be free from organic impurities and have a Plasticity Index not
greater than 4.

7.2.4.1 Filler shall be generally as specified in clause 507.2.4 MORT&H(4th


revision) Specifications for Road and Bridge works.

7.2.5 Aggregate gradation: The m i n e r a l a g g r e g a t e s i n c l u d i n g f i l l e r


s h a l l b e s o g r a d e d o r combined as to confirm to the grading set forth in table
500-15.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-94-

TABLE 500-15 AGGREGATES GRADATION FOR SEMI-DENSE BITUMINOUS


CONCRETE
Grading I II
Nominal aggregate size 13 mm 10 mm
Layer Thickness 35-40 mm 25-30 mm
IS Sieve1 (mm) Cumulative % by weight total aggregate passing
45
37.5
26.5
19 100
13.2 90-100 100
9.5 70-90 90-100
4.75 35-51 35-51
2.36 24-39 24-39
1.18 15-30 15-30
0.6 - -
0.3 9-19 9-19
0.15 - -
0.075 3-8 3-8
Bitumen content % by mass of total mix Min 4.5 Min 5.0
2
Bitumen grade (pen)* 80/100 80/100
1. The combine aggregate grading shall not vary from the low limit one sieve
to the high limit on the adjacent sieve.
2. Determined by the Marshall method.

7.3 Mix Design

7.3.1 Requirement of mix: Semi-dense bituminous concrete mix shall be properly


designed so as to satisfy the criteria laid down in Table 500-16.
TABLE 500-16 REQUIREMENTS OF SEMI-DENSE BITUMINOUS
CONCRETE MIX

Minimum stability (kN at 60 deg C) 8.2


Minimum flow (mm) 2
Maximum flow (mm) 4
Compaction level (Number of 75 blows on each of the two
blows) faces of the specimen
Percent air voids 3-5
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Percent voids in mineral See Table 500-12 of specification


aggregate for Road and Bridge works
(VMA) (fourth revision)
Percent voids filled with bitumen 65-78

7.3.2 Binder content: The binder content shall be so fixed as to achieve the
requirements of the mix set forth in Table 500-16. Marshall method for arriving at
the binder content shall be adopted.

-95-
7.3.3 Job mix formula: The contractor shall intimate to the OC/Engineer-in-
Charge in writing, at least 15 days before the start of the work, the job mix formula
proposed to be used by him for the work and shall give the following details:

(i) Source and location of all materials.

(ii) Proportion of all materials expressed as follows where each is applicable:


(a) Binder type, and percentage by weight of total mixture
(b) Coarse aggregates/Fine aggregates/Mineral filler as percentage by
Weight of total aggregate including mineral filler;

(iii) A single definite percentage passing each sieve for the mixed Aggregates;
(iv) The Individual gradings of the individual aggregate fractions, and the
proportions of each in the combined grading.

(v) The result of tests enumerated in Table 500-16 (MORT & H Specifications
for Road and Bridge works for Road and Bridge Works, fourth revision) as
obtained by the contractor;

(vi) Where the mixer is a batch mixer, the individual weights of each type of
aggregate, and binder per batch.

(vii) Test results of physical characteristics of aggregates to be Used;

(viii) Mixing temperature and compacting temperature.

While working out the job mix formula, the contractor shall ensure that it is
based on a correct and truly representative sample of the materials that will
actually be used in the work and that the mix and its different ingredients satisfy
the physical and strength requirements of these specifications.

Approval of the job mix formula shall be based on independent testing by


the OC for which samples of all ingredients of the mix shall be furnished by the
Contractor as required by the former.

The approved job mix formula shall remain effective unless and until
modified by the OC. Should a change in the source of materials be proposed, a
new job mix formula shall be established and got approved from the OC before
actually using the materials.

7.3.4 Permissible variation from job mix formula: The contractor shall have
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

the responsibility of ensuring proper proportioning of materials in accordance


with the approved job mix formula and producing a uniform mix. The
permissible variations of the individual percentages of the various ingredients in the
actual mix from the job mix formula may be within the limits specified in Table 500-
13. These variations are intended to apply to individual specimens taken for quality
control tests vide section 900 (MORT & H Specifications for Road and Bridge works
for Road and bridge Works, fourth revision)

-96-

TABLE 500-13. PERMISSIBLE VARIATION FROM JOB MIX FORMULA

Description Permissible variation Permissible


Base. /Binder Course variation Wearing
course
Aggregate passing 19mm sieve or larger + or 8% + or 7%
Aggregate passing 13.2mm, 9.5mm + or 7% + or 6%
Aggregate passing 4.75mm + or 6% + or 5%
Aggregate passing 2.36mm, 1.18mm, 0.6mm + or 5% + or 4%
Aggregate passing 0.3mm, 0.15mm + or 4% + or 3%
Aggregate passing 0.075mm + or 2% + or 1.5%
Binder content + or 0.3% + or 0.3%
Mixing temperature + or 10oC + or 10oC

7.4 Construction Operations:


7.4.1 Weather and seasonal limitations: The work of laying shall not be taken
up during rainy or foggy weather or when the base course is damp or wet, or during
dust storm or when the atmospheric temperature in shade is 10 oC or less.

7.4.2 Preparation of base: The base on which bituminous macadam is to be laid


shall be prepared, shaped and conditioned to the specified lines, grades and cross-
sections.

7.4.3 Tack coat:

7.4.3.1 The Semi Dense Bituminous macadam should be done within a


maximum of forty- eight hours over bituminous macadam and if there is to be any
delay the Bituminous macadam shall be covered by a seal coat to the requirement
of clause 513 before opening to any traffic. The Semi Dense Bituminous macadam
shall be done after applying tack coat in accordance with clause No. 4.3. The seal
coat and tack coat in such cases shall be considered incidental to the work and
shall not be paid for separately by the department and the cost of this seal coat and
tack coat shall be borne by the contractor.

7.4.3.2 Where as specified in contract, or otherwise required by the Engineer,


a tack coat shall be applied in accordance with the requirements of clause 503.

7.4.3.3 This work shall consist of application of a single coat of low viscosity liquid
bituminous material (bitumen emulsion conforming to IS: 8887 of type and grade as
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

directed by OC contract) to an existing road surface which shall be cleaned of dust


and any extraneous material before the application of the binder, by using
mechanical broom or any other approved equipment/method as specified by the
Engineer. Binder shall be spread on the base at the rate specified in Table 500-2.

TABLE 500-2. RATE OF APPLICATION OF TACK COAT


Type Surface Qty of bituminous material In kg per
10 sqm area
Normal bituminous surfaces 2.5
Dry and hungry bituminous surfaces 3.0
Granular surfaces Treated with primer 3.0
Non bituminous surfaces Granular 4.0
( ) -97-

The binder shall be applied uniformly with the aid of either self-propelled or
towed bitumen pressure sprayer with self-heating arrangement and spraying bar
with nozzles having constant volume or pressure system, capable of spraying
bitumen at specified rates and temperature so as to provide a uniformly unbroken
spread of bitumen.

7.4.4 Preparation and transportation of mix: The provisions as specified in


clauses 501.3 and 501.4 of MORT&H(4th revision) Specifications for Road and
Bridge works shall apply.

7.4.5 Spreading of mix: The mix transported from the hot mix plant to the site
shall be spread by means of a self-propelled sensor paver with suitable screeds
capable of spreading, tamping and finishing the mix to the specified grade, lines
and cross-section. The temperature of mix at the time of laying shall be in the range
of 120o C-160o C. Mixes with a temperature of less than 120o C shall not be put into
paver spreader. Longitudinal joints and edges shall be constructed true to the
delineating lines parallel to the centre line of road. All joints shall be cut vertical to
the full thickness of the previously laid mix and the surface painted with hot bitumen
before placing fresh material. Longitudinal and transverse joints shall be offset by at
least 250 mm from those in the lower course and the joint on the top most layer
shall not be allowed to fall within the wheel path.

7.4.6 Rolling: After spreading the mix by paver, it shall be thoroughly


compacted by rolling with a set of rollers moving with a speed not more than 5
km/h, immediately following close to the paver. Generally the initial or breakdown
rolling shall be done with 80-100 kN static weight smooth-wheeled roller. The
intermediate rolling shall be done with 80-100 kN static weight vibratory roller or
with a pneumatic tyred roller of 150-250 kN weight having a tyre pressure of at
least 0.7 Mpa. The finish rolling shall be done with 60-
80 kN weight smooth wheeled tandem roller. All the compaction operations, i.e.,
breakdown rolling and intermediate rolling can be accomplished by using vibratory
tandem roller of 80-100 kN static weight. During initial breakdown rolling and finish
rolling, no vibratory compaction shall be resorted to. Any displacement occurring,
as a result of reversing of the direction of roller or from any other cause shall be
corrected at once as specified and/or removed and made good. The roller shall not
be permitted to stand on pavement which has not been fully compacted and where
temperature is still more than 70o C. Necessary precautions shall be taken to
prevent dropping of oil, grease, petrol or other foreign matter on the pavement
either when the rollers are operating or standing.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

The wheels of roller shall be kept moist to prevent the mix from adhering to
them. But in no case shall fuel/lubricating oil be used for this purpose nor excessive
water poured on the wheels. Rolling shall commence longitudinally from edges and
proceed towards the centre, except that on superelevated and unidirectional
cambered portions, it shall progress from the lower to upper edges parallel to the
centre line of pavement.

Rolling shall be continued till the density achieved is at least 98 per cent of
that of laboratory Marshall specimen and all roller marks are eliminated. Skin
patching of an area that has been rolled will not be permitted. Rolling operations
shall be completed in all respects before the temperature of the mix falls below
100o C.

-98-

7.4.7 Opening to Traffic: Traffic may be allowed after completion of the final
rolling when the mix has cooled down to the surrounding temperature.
7.4.8 Surface Finish and Quality Control of Work: Control on quality of
material and mixes shall be exercised by the Engineer-in-Charge in accordance
with the specifications/ conditions as under: -

The Contractor shall set up a field laboratory at locations approved by the


Engineer-in-Charge and equip the same with adequate equipment and personnel in
order to carry out all required tests and quality control work as per specifications
and/or as directed by the Engineer-in-Charge.

The department shall establish two quality control cell, one at Hot Mix Plant
location and other at site of work where the laying and finishing work is being done
by the contractor to exercise the proper control of temperature of the binder and
aggregates for mixing and the mixes at the time of laying/rolling. The cost of this
establishment shall be borne by the department. However the Contractor shall
provide all necessary co-operation and assistance in obtaining the samples for test
and carrying out the field tests as required by the Engineer-in-Charge from time to
time. This may include provision of labour, attendant, assistance in packing and
dispatching and any other assistance considered necessary in connection with the
above tests.

In addition to the above tests on mixes, the contractor shall ensure the
department regarding the quality of aggregates used in the mixes through various
tests to the frequency stipulated at his own cost.

Srl Test Frequency (Minimum)


1 Quality of binder Nos. of sample per lot and test as per IS:73, IS:
217 and IS : 8887 as applicable.
2 Aggregate Impact Value/Los One test per 50 cubic meter of aggregate
Angeles Abrasion Value
3 Flakiness Index and Elongation One test per 50 cubic meter of aggregate
Index
4 Striping Value of aggregate Initially one set of three representative specimen
for each source of supply. Subsequently when
warranted by changed in the quality of aggregate
5 Soundness (Magnesium and Initially one determination by each method for
Sodium Sulphate each source of supply, then as warranted by
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

change in the quality of aggregate


6 Water absorption of aggregate Initially one set of three representative specimen
for each source of supply. Subsequently when
warranted by changed in the quality of aggregate
7 Sand Equivalent Test As required
8 Plasticity Index As required
9 Polished Stone Value As required
10 Percentage of fractured Faces When gravel in used, one test per 50 m3 of
aggregate
11 Mix Grading One Set of test on Individual constituents and
mixed aggregate from the dryer for each 400 ton
of mix subject of a minimum of two test per plant
per day
-99-

12 Stability of Mix For each 400 Tons of mix produced, a set of


three Marshall specimens to be prepared and
tested for stability, flow value, density and content
subject to a minimum of two sets being tested per
plant per day.
13 Water sensitivity of mixed Initially one set of 3 representative specimens for
(retained tensile strength) each source of supply Subsequently when
warranted changes in the quality of aggregates (if
required)
14 Swell Test on the mix As required for the bituminous concrete
15 Control of temperature of binder in At regular close interval
boiler, aggregate in the drawer
and mix at the time of laying and
rolling
16 Control of binder content and One test for each 400 Tons of mix subject
grading of the mix to a minimum of test per day per plant.
17 Rate of spread of mix material Regular Control through checks on the weight
of mixed material and layer thickness
18 Density of compacted layer One test per 250 square meter area

7.4.9 Rate:- The contract unit rate for SDBC shall be paid in full for carrying out all works
as specified in clause 501.8.8.2(excluding condition (viii)) and works as specified in
Sch-A. Contract rate is inclusive of rate all aggregate and bitumen required as per Job
Mix Formula for the work.

8. DENSE BITUMINOUS MACADAM (COMPACTED)


8.1. Scope:- This clause specifies the construction of Dense Bituminous
Macadam(DBM), for use mainly, but not exclusively, in base/binder and profile corrective
course, DBM is also intended for use as road base materials. This work shall consist of
construction in a single or multiple layers of DBM on previously prepared base or sub-
base. The thickness of a single layer shall be 50 mm to 100 mm.

8.2. Materials
8.2.1. Bitumen: The bitumen shall be paving bitumen of penetration Grade complying with
Indian Standard Specifications for Paving Bitumen IS:73, and of the penetration
indicated in Table 500-10 of MORT&H(4th revision) Specifications for Road and Bridge
works for dense bitumen macadam, or this bitumen as modified by one of the methods
specified in Clause 521 of MORT&H(4th revision) Specifications for Road and Bridge
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

works, or as otherwise specified in the Contract. Guidance on the selection of an


appropriate grade of bitumen is given in the Manual for construction and supervision of
Bituminous works.

8.2.2. Coarse aggregates: The coarse aggregates shall consist of crushed rock, crushed
gravel or other hard, material retained on the 2.36 mm sieve. They shall be clean, hard,
durable, of cubicle shape, free from dust and soft or friable matter, organic or other
deleterious substances. Where the Contractors selected source of aggregates has poor
affinity shall be treated with an approved anti-stripping agent, as per the manufacturers
recommendations, without additional payment. Before approval of the source, the
aggregates shall be tested for stripping . The aggregates shall satisfy the physical
requirements specified in Table 500-8 of MORT&H(4th revision) Specifications for Road
and Bridge works, for dense bituminous macadam.
-100-

Where crushed gravel is proposed for use as aggregate, not less than 90% by weight of
the crushed material retained on the 4.75 mm sieve shall have at least two fractured faces.

8.2.3. Fine aggregates: Fine aggregates shall consist of crushed or naturally occurring
mineral material, or a combination of the two, passing the 2.36 mm sieve and retained on
the 75 micron sieve. They shall be clean, hard, durable, dry and free from dust, and soft or
friable matter, organic or other deleterious matter.

The fine aggregate shall have a sand equivalent value of not less than 50 when
tested in accordance with the requirement of IS:2720 (Part 37).

The plasticity index of the fraction passing the 0.425 mm sieve shall not exceed
4.when tested in accordance with IS:2720(part5).

TABLE 500-8. PHYSICAL REQUIRMENTS FOR CORSE AGGREAGTE FOR


DENSE BITUMINOUS MACADAM
Property Test Specification
1
Cleanliness (dust) Grain size analysis Max 5% passing 0.075 mm
sieve
Particle shape Flakiness and Elongation Max 30%
Index(Combined)2
Strength* Las Angeles Abrasion Value3 Max 35%
Aggregate Impact Value4 Max 27%
5
Durability Soundness
Sodium Sulphate Max 12%
Magnesium Sulphate Max 18%
6
Water Absorption Water absorption Max 2%
Stripping Coating and Stripping of Bitumen Minimum retained coating 95%
Aggregate Mixtures7
Water Sensitivity** Retained Tensile Strenghth8 Min 80%

Notes: 1. IS: 2386 Part I 2. IS: 2386 Part I 3. IS 2386 Part 4* 4. IS:
2386 Part4*
5. IS: 2386 Part 5 6. IS: 2386 Part 3 7. IS: 6241 8. AASHTO
T283**

* Aggregate may satisfy requirements of either of these two tests.


** The water sensitivity test is only required if the minimum retained coating in the stripping
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

test is less than 95 %

8.2.4. Filler: Filler shall consist of finely divided mineral matter such as rock dust, hydrated
lime or cement approved by the Engineer.

The filler shall be graded within the limits indicated in Table 500-9.

-101-

TABLE 500-9. GRADING REQUIREMNTS FOR MINERAL FILLER

IS Sieve(mm) ive per cent passing by weight of total aggregate


0.6 100
0.3 95-100
0.075 85-100
The filler shall be free from organic impurities and have a plasticity Index not
greater than 4. The Plasticity Index requirement shall not apply if filler is cement or
lime. When the coarse aggregate is gravel, 2 per cent by weight of total
aggregate, shall be Portland cement or hydrated lime and the percentage of fine
aggregate reduced accordingly. Cement or hydrated lime is not required when the
limestone aggregate is used. Where the aggregates fail to meet the requirements
of the water sensitivity test in Table 500-8, then 2 per cent by total weight of
aggregate, of hydrated lime shall be added without additional cost.

8.2.5. Aggregate grading and binder content: When tested in accordance with IS:2386
Part I (wet sieving method),the combined grading of the coarse and fine aggregate and
added filler for the particular mixture shall fall within the limits shown in Table 500-10 of
MORT&H(4th revision) Specifications for Road and Bridge works, for dense bituminous
macadam grading 1 or 2 as specified in the Contract. The type and quantity of bitumen,
and appropriate thickness, are also indicated for each mixture type.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-102-

TABLE 500-10 : COMPOSITION OF DENSE GRADED BITUMINOUS


MACADAM PAVEMENT LAYERS

Grading I II
Nominal aggregate size 40 mm 25 mm
Layer Thickness 80-100 mm 50-75mm
1
IS Sieve (mm) Cumulative % by weight of total aggregate
passing

45 100
37.5 95-100 100
26.5 63-93 90-100
19 - 71-95
13.2 55-75 56-80
9.5 - -
4.75 38-54 38-54
2.36 28-42 28-42
1.18 - -
0.6 - -
0.3 7-21 7-21
0.15 - -
0.075 2-8 2-8
Bitumen content% by
Mass of total mix2 Min 4.0 Min 4.5

Bitumen grade(pen) 80/ 100 80/100


Notes: 1 The combined aggregate grading shall not vary from the low limit on one sieve
to the high limit on the adjacent sieve.
2. Determined by the Marshall method.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

8.2.6 Mixture Design


8.2.7 Requirement for the mixture: Apart from conformity with the grading and quality
requirement for individual ingredients, the mixture shall meet requirements set out in Table
500-11 as given below.

-103-
TABLE 500-11 REQUIREMENTS OF DENSE GRADED BITUMINOUS
MACADAM

Minimum stability (kN at 60 deg C) 9.0


Minimum flow (mm) 2
Maximum flow (mm) 4
Compaction level (Number of 75 blows on each of the two
blows) faces of the specimen
Percent air voids 3-6
Percent voids in mineral See Table 500-12 of specification
aggregate for Road and Bridge works
(VMA) (fourth revision)
Percent voids filled with bitumen 65-75
The recruitments for minimum per cent voids in mineral aggregate (VMA) are
set out in Table 500-12
TABLE 500-12 MINIMUM PER CENT VOIDS IN MENERAL AGGREGATE
(VMA)

Nominal Maximum Minimum VMA, Percent Related to Design Air


Particle Size1 (mm) Voids, Per cent2
3.0 4.0 5.0
9.5 14.0 15.0 16.0
12.5 13.0 14.0 15.0
19.0 12.0 13.0 14.0
25.0 11.0 12.0 13.0
37.5 10.0 11.0 12.0
Notes:-1 The nominal maximum particle size is one size larger than the first
sieve to retain more than 10 %.
2. Interpolate minimum voids in the mineral aggregate (VMA) for design
air voids values between those listed.

8.2.8 Binder Content:- The binder content shall be optimised to achieve


the requirement of the mixture set out in Table 500-1. The Marshall method
for determining the optimum binder content shall be adopted as described in
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

The Asphalt Institute Manual MS-2, replacing the aggregate retained on the
26.5 mm sieve by the aggregate passing the 26.5 mm sieve and retained on
the 22.4 mm sieve, where approved by Engineer-in-charge. Where 40 mm
DBM is specified, the modified Marshall Method described MS-2 shall be
used. This method required modified equipment and procedures,
particularly the minimum stability values in table 500-11 shall be multiplied
by 2.25 and minimum flow shall be 3 mm.

-104-
8.2.9 Job Mix Formula:- The contractor shall intimate to the OC/Engineer-in-
Charge in writing, at least 15 days before the start of the work, the job mix formula
proposed to be used by him for the work and shall give the following details:

(i) Source and location of all materials.

(ii) Proportion of all materials expressed as follows where each is


applicable:
(a) Binder type, and percentage by weight of total mixture
(b) Coarse aggregates/Fine aggregates/Mineral filler as
percentage by
Weight of total aggregate including mineral filler;

(iii) A single definite percentage passing each sieve for the mixed
Aggregates;
(viii) The Individual gradings of the individual aggregate fractions, and the
proportions of each in the combined grading.

(ix) The result of tests enumerated in Table 500-11 (MORT & H


Specifications for Road and Bridge works for Road and Bridge Works,
fourth revision) as obtained by the contractor;

(x) Where the mixer is a batch mixer, the individual weights of each type
of aggregate, and binder per batch.
(xi) Test results of physical characteristics of aggregates to be Used;

(viii) Mixing temperature and compacting temperature.

While working out the job mix formula, the contractor shall ensure that it is
based on a correct and truly representative sample of the materials that will
actually be used in the work and that the mix and its different ingredients satisfy
the physical and strength requirements of these specifications.

Approval of the job mix formula shall be based on independent testing by


the OC for which samples of all ingredients of the mix shall be furnished by the
Contractor as required by the former.

The approved job mix formula shall remain effective unless and until
modified by the OC. Should a change in the source of materials be proposed, a
new job mix formula shall be established and got approved from the OC before
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

actually using the materials.

8.2.10 Permissible variation from job mix formula: The contractor shall have
the responsibility of ensuring proper proportioning of materials in accordance
with the approved job mix formula and producing a uniform mix. The
permissible variations of the individual percentages of the various ingredients in the
actual mix from the job mix formula may be within the limits specified in Table 500-
13. These variations are intended to apply to individual specimens taken for quality
control tests vide section 900 (MORT & H Specifications for Road and Bridge works
for Road and bridge Works, fourth revision)

-105-

TABLE 500-13. PERMISSIBLE VARIATION FROM JOB MIX FORMULA

Description Permissible variation Permissible


Base. /Binder Course variation Wearing
course
Aggregate passing 19mm sieve or larger + or 8% + or 7%
Aggregate passing 13.2mm, 9.5mm + or 7% + or 6%
Aggregate passing 4.75mm + or 6% + or 5%
Aggregate passing 2.36mm, 1.18mm, 0.6mm + or 5% + or 4%
Aggregate passing 0.3mm, 0.15mm + or 4% + or 3%
Aggregate passing 0.075mm + or 2% + or 1.5%
Binder content + or 0.3% + or 0.3%
Mixing temperature + or 10oC + or 10oC

8.2.11 Laying trials: Once the plant trials have been successfully completed and
approved, the Contractor shall carry out laying trials, to demonstrate that proposed
mix can be successfully laid, and compacted all in accordance with Clause 501.The
laying trials shall be carried out on a suitable area which is not to form part of the
works, unless specifically approved in writing by the Engineer. The area of laying
trials shall be minimum of 100 sqm of construction similar to that of the Project road
and it shall be in all respects, particularly compaction, the same as the project
construction on which the bituminous material is to be laid. The contracted shall
previously inform the Engineer of the proposed method for laying and compacting
the material. The plant trials shall then establish if the proposed laying plant,
compaction plant, and methodology is capable of producing satisfactory results. The
density of the finished paving layer shall be determined by taking cores no sooner
than 24 hrs after laying, or by other approved method. Once the laying trail has
been approved, no variation unless approved by Engineer, shall be acceptable for
the methodology..

8.2.12 Surface Finish and Quality Control of Work: Control on quality of


material and mixes shall be exercised by the Engineer-in-Charge in accordance
with the specifications/ conditions as under: -

The Contractor shall set up a field laboratory at locations approved by the


Engineer-in-Charge and equip the same with adequate equipment and personnel in
order to carry out all required tests and quality control work as per specifications
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

and/or as directed by the Engineer-in-Charge. The department shall establish two


quality control cell, one at Hot Mix Plant location and other at site of work where the
laying and finishing work is being done by the contractor to exercise the proper
control of temperature of the binder and aggregates for mixing and the mixes at the
time of laying/rolling. The cost of this establishment shall be borne by the
department. However the Contractor shall provide all necessary co-operation and
assistance in obtaining the samples for test and carrying out the field tests as
required by the Engineer-in-Charge from time to time. This may include provision of
labour, attendant, assistance in packing and dispatching and any other assistance
considered necessary in connection with the above tests.

In addition to the above tests on mixes, the contractor shall ensure the
department regarding the quality of aggregates used in the mixes through various
tests to the frequency stipulated at his own cost.

-106-

Srl Test Frequency (Minimum)


1 Quality of binder Nos. of sample per lot and test as per IS:73, IS:
217 and IS : 8887 as applicable.
2 Aggregate Impact Value/Los One test per 50 cubic meter of aggregate
Angeles Abrasion Value
3 Flakiness Index and Elongation One test per 50 cubic meter of aggregate
Index
4 Striping Value of aggregate Initially one set of three representative specimen
for each source of supply. Subsequently when
warranted by changed in the quality of aggregate
5 Soundness (Magnesium and Initially one determination by each method for
Sodium Sulphate each source of supply, then as warranted by
change in the quality of aggregate
6 Water absorption of aggregate Initially one set of three representative specimen
for each source of supply. Subsequently when
warranted by changed in the quality of aggregate
7 Sand Equivalent Test As required
8 Plasticity Index As required
9 Polished Stone Value As required
10 Percentage of fractured Faces When gravel in used, one test per 50 m3 of
aggregate
11 Mix Grading One Set of test on Individual constituents and
mixed aggregate from the dryer for each 400 ton
of mix subject of a minimum of two test per plant
per day
12 Stability of Mix For each 400 Tons of mix produced, a set of
three Marshall specimens to be prepared and
tested for stability, flow value, density and content
subject to a minimum of two sets being tested per
plant per day.
13 Water sensitivity of mixed Initially one set of 3 representative specimens for
(retained tensile strength) each source of supply Subsequently when
warranted changes in the quality of aggregates (if
required)
14 Swell Test on the mix As required for the bituminous concrete
15 Control of temperature of binder in At regular close interval
boiler, aggregate in the drawer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

and mix at the time of laying and


rolling
16 Control of binder content and One test for each 400 Tons of mix subject
grading of the mix to a minimum of test per day per plant.
17 Rate of spread of mix material Regular Control through checks on the weight
of mixed material and layer thickness
18 Density of compacted layer One test per 250 square meter area

8.2.13 Rate:- The contract unit rate for DBM shall be paid in full for carrying out all works
as specified in clause 501.8.8.2(excluding condition (viii)) and works as specified in
Sch-A. Contract rate is inclusive of rate all aggregate and bitumen required as per Job
Mix Formula for the work.

-107-

9. BITUMINOUS CONCRETE (COMPACTED)

9.1. Scope

This clause specifies the construction of Bituminous Concrete, for use in wearing
and profile corrective courses. This work shall consist of construction in a single or multiple
layers of bituminous concrete on a previously prepared bituminous bound surface. A single
layers shall be 25 mm to 100 mm in thickness.

9.2. Materials

9.2.1 Bitumen: The bitumen shall be paving bitumen of Penetration grade complying with
Indian Standard Specification for Paving Bitumen, IS: 73 and of the penetration indicated in
Table 500-18, for bituminous concrete, or this bitumen as modified by one of the methods
specified in Clause 521 of MORT&H(4th revision) Specifications for Road and Bridge
works or as otherwise specified in the Contract. Guidance on the selection of an
appropriate grade of bitumen is given in The Manual for Construction and Supervision of
Bituminous Works.

9.2.2. Coarse aggregates: The coarse aggregates shall be generally as specified in


Clause 507.2.2, except that the aggregates shall satisfy the physical requirements of Table
500-17.

9.2.3. Fine aggregates: The fine aggregates shall be all as specified in Clause 507.2.3 of
MORT&H(4th revision) Specifications for Road and Bridge works.

9.2.4. Filler: Filler shall be generally as specified in Clause 507.2.4 of MORT&H(4th


revision) Specifications for Road and Bridge works. Where the aggregates fail to meet the
requirements of the water sensitivity test in Table 500-17 then 2 per cent by total weight of
aggregate, of hydrated lime shall be added without additional cost.

9.2.5. Aggregate grading and binder content: When tested in accordance with IS:2386
Part I (Wet grading method), the combined grading of the coarse and fine aggregates and
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

added filler shall fall within the limits shown in Table 500-18 for gradings 1 or 2 as specified
in the Contract.

9.3 Mixture Design

9.3.1. Requirements for the mixture: Apart from conformity with the grading and quality
requirements for individual ingredients, the mixture shall meet the requirements set out in
Table 500-19.
The requirements for minimum per cent voids in mineral aggregate (VMA) are set
out in Table 500-12.

9.3.2. Binder content: The binder content shall be optimised to achieve the requirements
of the mixture set out in Table 500-19 and the traffic volume as specified in the Contract.
The Marshall method for determining the optimum binder content shall be adopted as
described in the Asphalt Institute Manual MS-2, replacing the aggregates retained on the
26.5 mm sieve the retained on the 22.4 mm sieve, where approved by the Engineer.

-108-

9.3.3. Job Mix Formula: The procedure for formulating the job mix formula shall be
generally as specified in Clause 507.3.3 and the results of tests enumerated in Table 500-
19 as obtained by the Contractors

TABLE 500-17. PHYSICAL REQUIREMENTS FOR COARSE AGGREGATE FOR


BITUMINOUS CONCRETE PAVEMENT LAYERS
___________________________________________________________________
Property Test Specification
1
Cleanliness (dust) Grain size analysis Max 5% passing
0.075 mm sieve
Particle shape Flakiness and Elongation Index Max 30%
(Combined)2
Strength* Los Angeles Abrasion Value3 Max 30%
Aggregate Impact Value4 Max 24%
Polishing Polished Stone Value5 Min 55
Durability Soundness:6
Sodium Sulphate Max 12%
Magnesium Sulphate Max 18%
Water Absorption Water absorption7 Max 2%
Stripping Coating and Stripping of Minimum retained
Bitumen Aggregate Mixtures9 coating 95%
Water Sensitivity** Retained Tensile Strength8 Min 80%
____________________________________________________________
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Notes: 1. IS: 2386 Part 1 6. IS:2386 Part 5


2. IS: 2386 Part 1 7. IS: 2386 Part 3
(the elongation test to be done only on non-flaky aggregates in the sample)
3. IS: 2386 Part 4* 8. AASHTO T283**
4. IS: 2386 Part 4* 9. IS:6241
5. BS:812 Part 114
* Aggregate may satisfy requirements of either of these two tests.
** The water sensitivity test is only required if the minimum retained coating in the
stripping test is less than 95%.

-109-
9.3.4. Plants trials permissible variation in job mix formula: The contractor
shall have the responsibility of ensuring proper proportioning of materials in
accordance with the approved job mix formula and producing a uniform mix.
The permissible variations of the individual percentages of the various ingredients
in the actual mix from the job mix formula may be within the limits specified in Table
500-13. These variations are intended to apply to individual specimens taken for
quality control tests vide section 900 (MORT & H Specifications for Road and
Bridge works for Road and bridge Works, fourth revision)

TABLE 500-13. PERMISSIBLE VARIATION FROM JOB MIX FORMULA

Description Permissible variation Permissible


Base. /Binder Course variation Wearing
course
Aggregate passing 19mm sieve or larger + or 8% + or 7%
Aggregate passing 13.2mm, 9.5mm + or 7% + or 6%
Aggregate passing 4.75mm + or 6% + or 5%
Aggregate passing 2.36mm, 1.18mm, 0.6mm + or 5% + or 4%
Aggregate passing 0.3mm, 0.15mm + or 4% + or 3%
Aggregate passing 0.075mm + or 2% + or 1.5%
Binder content + or 0.3% + or 0.3%
Mixing temperature + or 10oC + or 10oC

9.3.5. Laying trials: Once the plant trials have been successfully completed and
approved, the Contractor shall carry out laying trials, to demonstrate that proposed
mix can be successfully laid, and compacted all in accordance with Clause 501.The
laying trials shall be carried out on a suitable area which is not to form part of the
works, unless specifically approved in writing by the Engineer. The area of laying
trials shall be minimum of 100 sqm of construction similar to that of the Project road
and it shall be in all respects, particularly compaction, the same as the project
construction on which the bituminous material is to be laid. The contracted shall
previously inform the Engineer of the proposed method for laying and compacting
the material. The plant trials shall then establish if the proposed laying plant,
compaction plant, and methodology is capable of producing satisfactory results. The
density of the finished paving layer shall be determined by taking cores no sooner
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

than 24 hrs after laying, or by other approved method. Once the laying trail has
been approved, no variation unless approved by Engineer, shall be acceptable for
the methodology..

9.4. Construction Operations

9.4.1. Weather and seasonal limitations: The provisions of Clause 501.5.1 of


MORT&H(4th revision) Specifications for Road and Bridge works shall apply.

-110-
TABLE 500-18:- COMPOSITION OF BITUMINOUS
CONCRETE PAVEMENT LAYERS

Grading 1 2

Nominal aggregate size 19 mm 13 mm

Layer Thickness 50-65 mm 30-45 mm

IS Sieve1 (mm) Cumulative % by weight of total aggregate passing

45
37.5
26.5 100
19 79-100 100
13.2 59-79 79-100
9.5 52-72 70-88
4.75 35-55 53-71
2.36 28-44 42-58
1.18 20-34 34-48
0.6 15-27 26-38
0.3 10-20 18-28
0.15 5-13 12-20
0.075 2-8 4-10
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

____________________________________________________________
Bitumen content % by
Mass of total mix 5.0-6.0 5.0-7.0
____________________________________________________________
Bitumen grade (pen) 80/100 80/100

Notes: 1. The combined aggregate grading shall not vary from the low limit on the
adjacent sieve.
2. Determined by the Marshall method.

-111-
TABLE 500-19. REQUIREMENTS FOR BITUMINOUS PAVEMENT LAYERS

Minimum stability (kN at 60oC) 9.0


Minimum flow (mm) 2
Maximum flow (mm) 4
Compaction level (Number of blows) 75 blows on each of the two
faces of the specimen
Per cent air voids 3-6________
Per cent voids in mineral aggregate (VMA) See Table 500-12__
Per cent voids filled with bitumen (VFB) 65-75
Loss of stability on immersion in water at Min 75 per cent
600 C (ASTM D 1075) retained strength
____________________________________________________________

9.4.2. Preparation of base: The surface on which the bituminous concrete is to be


laid shall be prepared in accordance with Clauses 501 and 902 of MORT&H(4th
revision) Specifications for Road and Bridge works as appropriate, or as directed
by the Engineer. The surface shall be thoroughly swept clean by mechanical broom
and dust removed by compressed air. In locations where a mechanical broom
cannot access, other approved methods shall be used as directed by the Engineer.

9.4.3. Geosynthetics: Where Geosynthetics are specified in the Contract this shall
be in accordance with the requirement stated in Clause 703 of MORT&H(4th
revision) Specifications for Road and Bridge works.

9.4.4. Stress absorbing layer: Where a stress absorbing layer is specified in the
Contract, this shall be applied in accordance with the requirements of Clause 522 of
MORT&H(4th revision) Specifications for Road and Bridge works.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

9.4.5. Tack coat: Where specified in the Contract, or otherwise required by the
Engineer, a tack coat shall be applied in accordance with the requirements of
Clause 503 of MORT&H(4th revision) Specifications for Road and Bridge works.
.

9.4.6. Mixing and transportation of the mixture: The provisions as specified in


Clauses 501.3 and 501.4 of MORT&H(4th revision) Specifications for Road and
Bridge works shall apply.

9.4.7. Spreading: The general provisions of clauses 501.5.3 and 501.5.4 of


MORT&H(4th revision) Specifications for Road and Bridge works shall apply.
9.4.8. Rolling: The general provisions of clauses 501.6 and 501.7 of MORT&H(4th
revision) Specifications for Road and Bridge works shall apply, as modified by the
approved laying trials.
-112-
9.5 Opening to Traffic
The newly laid surface shall not be open to traffic for at least 24 hours after laying
and the completion of compaction, without the express approval of the Engineer in writing.
9.6. Surface Finish and Quality Control of Work: Control on quality of material and
mixes shall be exercised by the Engineer-in-Charge in accordance with the specifications/
conditions as under: -

The Contractor shall set up a field laboratory at locations approved by the


Engineer-in-Charge and equip the same with adequate equipment and personnel in
order to carry out all required tests and quality control work as per specifications
and/or as directed by the Engineer-in-Charge.

The department shall establish two quality control cell, one at Hot Mix Plant
location and other at site of work where the laying and finishing work is being done
by the contractor to exercise the proper control of temperature of the binder and
aggregates for mixing and the mixes at the time of laying/rolling. The cost of this
establishment shall be borne by the department. However the Contractor shall
provide all necessary co-operation and assistance in obtaining the samples for test
and carrying out the field tests as required by the Engineer-in-Charge from time to
time. This may include provision of labour, attendant, assistance in packing and
dispatching and any other assistance considered necessary in connection with the
above tests.

In addition to the above tests on mixes, the contractor shall ensure the
department regarding the quality of aggregates used in the mixes through various
tests to the frequency stipulated at his own cost.

-113-
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Srl Test Frequency (Minimum)


1 Quality of binder Nos. of sample per lot and test as per IS:73, IS:
217 and IS : 8887 as applicable.
2 Aggregate Impact Value/Los One test per 50 cubic meter of aggregate
Angeles Abrasion Value
3 Flakiness Index and Elongation One test per 50 cubic meter of aggregate
Index
4 Striping Value of aggregate Initially one set of three representative specimen
for each source of supply. Subsequently when
warranted by changed in the quality of aggregate
5 Soundness (Magnesium and Initially one determination by each method for
Sodium Sulphate each source of supply, then as warranted by
change in the quality of aggregate
6 Water absorption of aggregate Initially one set of three representative specimen
for each source of supply. Subsequently when
warranted by changed in the quality of aggregate
7 Sand Equivalent Test As required
8 Plasticity Index As required
9 Polished Stone Value As required
10 Percentage of fractured Faces When gravel in used, one test per 50 m3 of
aggregate
11 Mix Grading One Set of test on Individual constituents and
mixed aggregate from the dryer for each 400 ton
of mix subject of a minimum of two test per plant
per day
12 Stability of Mix For each 400 Tons of mix produced, a set of
three Marshall specimens to be prepared and
tested for stability, flow value, density and content
subject to a minimum of two sets being tested per
plant per day.
13 Water sensitivity of mixed Initially one set of 3 representative specimens for
(retained tensile strength) each source of supply Subsequently when
warranted changes in the quality of aggregates (if
required)
14 Swell Test on the mix As required for the bituminous concrete
15 Control of temperature of binder in At regular close interval
boiler, aggregate in the drawer
and mix at the time of laying and
rolling
16 Control of binder content and One test for each 400 Tons of mix subject
grading of the mix to a minimum of test per day per plant.
17 Rate of spread of mix material Regular Control through checks on the weight
of mixed material and layer thickness
18 Density of compacted layer One test per 250 square meter area

9.7. Arrangements for Traffic


During the period of construction, arrangements for traffic shall be made in accordance
with the provisions of Clause 112.

-114-
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

9.8. Measurement for Payment :-


The measurement shall be in Sqm as specified in Sch-A.
9.9 Rate:- The contract unit rate for AC/BC shall be paid in full for carrying out all works as
specified in clause 501.8.8.2(excluding condition (viii)) and works as specified in Sch-A.
Contract rate is inclusive of rate all aggregate and bitumen required as per Job Mix
Formula for the work.

10. BERM FILLING:-

10.1 Scope:- The work consists of providing and spreading of 10/15 cm thickness
(consolidated) of one or more layers of shingles or gravels including watering, rolling and
finishing to the required camber, gradient and slope as per direction of Engineer-in-charge.

10.2 Construction Operations:- The sequence of operations shall be such that berm
filling is done in layers matching the thickness of adjoining payment layer. During process
of berm filling the required crossfall shall be mentioned to drain of surface water.

10.3 Measurement for payment:- Berm filling shall be measured sqm as specifying Sch-A

-115-
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Appendix B
(Ref Special Condition of tender)

NEFT/RTGS MANDATE FORM


(1) Name of firm/contractor as
per account in the Bank
(2) Beneficiarys Account Number
(As appearing on the Cheque
Book)
(3)
Name of Bank where a/c is
held
(4) Name of Branch

(5) Address of Branch

(6) Telephone No. of Branch

(7) IFSC Code of Branch

(8) 9-Digit MICR Code Number of


the Bank & Branch

(9) E-Mail ID of Contractor

Note Please attach a blank cancelled cheque for verification of the


above particulars.
I, hereby, declare that the particulars given above are correct and
complete. If the transaction is delayed or not effected due to incomplete
or incorrect information of the bank details, I will not hold the
payment releasing authority responsible for it.

Dated : Signature of the contractor


(Seal)

CERTIFICATE BY BANK

Certified that the particulars furnished above are correct as per our records.

Seal of Bank Signature of the branch manager of the Bank


Dated:-
-116-
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

Appendix C
(Ref para-15 (f) of forwarding letter)

UNDERTAKING BY AUTHORISED SIGNATORY

I, the under signed do hereby under take that our firm


M/S______________________agree to abide by Terms and condition of tender No. CE
(P) Rohtang Tunnel/ /2012-13 for PROVIDING, LAYING AND CONSOLIDATION OF
GSBC 10 CM THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK
(COMPACTED), READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK
(COMPACTED) AND SDBC 4 CM THICK (COMPACTED) AND BERM FILLING
(COMPACTED) ON APPROACH ROAD TO CAMP AREA OF HQ CE (P) ROHTANG
TUNNEL AT SOLANG VALLEY AND PROVIDING, LAYING AND CONSOLIDATION
OF TWO LAYERS GSBC EACH 15 CM THICK (COMPACTED), TWO LAYERS OF
WBM EACH 7.5 CM THICK (COMPACTED), READYMADE BITUMINOUS (HMP) MIX
FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM THICK (COMPACTED) AND
BERM FILLING (COMPACTED) ON APPROACH ROAD TO MSP-7 AT KM 5.650 ON
APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR MANALI IN
HIMACHAL PRADESH from page no.______ to _______ is advertised the CPPP site
https//eprocure.gov.in/eprocure/app and it shall be binding on us and may accepted at
any time before the expiration of stipulated tender conditions.

__________________________________
Signed by an Authorised Officer of the Firm

________________
Title of Officer

______________
Name of Firm

_________
Date

SW
For Accepting Officer

-117-
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

NOTICE INVITING TENDERS


(NATIONAL COMPETITIVE BIDDING)
BORDER ROADS ORGANISATION
CHIEF ENGINEER (P) ROHTANG TUNNEL

1. Online bids are invited on single stage two bid system for PROVIDING, LAYING
AND CONSOLIDATION OF GSBC 10 CM THICK (COMPACTED), TWO LAYERS OF
WBM EACH 7.5 CM THICK (COMPACTED), READYMADE BITUMINOUS (HMP) MIX
FOR BM 5 CM THICK (COMPACTED) AND SDBC 4 CM THICK (COMPACTED) AND
BERM FILLING (COMPACTED) ON APPROACH ROAD TO CAMP AREA OF HQ CE
(P) ROHTANG TUNNEL AT SOLANG VALLEY AND PROVIDING, LAYING AND
CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK (COMPACTED),
TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED), READYMADE
BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM
THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD
TO MSP-7 AT KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG
TUNNEL NEAR MANALI IN HIMACHAL PRADESH

The title of above heading on CPPP Website https: //eprocure.gov.in/eprocure/app is


Surfacing works in Project Rohtang Tunnel .

2. Tender documents may be downloaded from BRO website http://www.bro.gov.in


(link-tender-link-Rohtang Tunnel) for reference only and from Central Public Procurement
Portal (CPPP) website https://eprocure.gov.in/eprocure/app as per the schedule as given
in CRITICAL DATE SHEET as under :-

CRITICAL DATE SHEET


Published Date 25 Feb 2013 (1200 hrs)
Bid Document Download/sale start Date 07 Mar 2013 (1000 hrs)
Clarification Start Date 08 Mar 2013 (1000 hrs)
Clarification End Date 21 Mar 2013 (1400 hrs)
Pre bid meeting 23 Mar 2013 (1100 hrs)
Bid Submission Start Date 30 Mar 2013 (1000 hrs)
Bid Document Download/Sale End Date 08 Apr 2013 (1000 hrs)
Bid Submission End Date 08 Apr 2013 (1200 hrs)
Bid Opening Date 08 Apr 2013 (1300 hrs)

3. Bids shall be submitted online only at CPPP website:-


https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted.
Tenderer/Contractor are advised to follow the instruction provided in the Instructions to the
Contractors/Tenderer for the e-submission of the bids online through the central public
procurement portal for e-procurement at https://eprocure.gov.in/eprocure/app.

4. The work is estimated to cost Rs.87.33 lac (Rupees eighty seven lac thirty three
thousand only) approximately or as subsequently amended in tender documents or
uploaded in BRO website.www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app. This estimate, however, is not guarantee and is
merely given as rough indication of cost and if works cost more or less, a tenderer shall
have no claim on that account of whatsoever nature.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-118-

5. The tender shall be based on drawing, specifications, General Conditions of


Contracts IAFW-2249 and item rate Contract form based on IAFW-1779A with
schedule A (list of works) to be priced by the tenderers.

6. Not more than one tender shall be submitted by one contractor or contractors
having business relationship. Under no circumstances will a father or his son(s) or other
close relations who have business relationship with one another (i.e., when one or more
partner(s)/ director(s) are common) be allowed to tender for the same contract as separate
competitors. A breach of this condition will render the tenders of both parties liable to
rejection.

7. The work is to be completed within 90 days or as subsequently amended in tender


documents or uploaded in BRO website www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app. in accordance with phasing, if any, indicated in the
tender from the date of handing over the site, which will be generally within one month from
the date of issue of acceptance letter.

8. The Chief Engineer (P) Rohtang Tunnel, will be Accepting Officer, herein after,
referred to as such for the purpose of this contract.

9. Intending tenderers are advised visit a gain BRO website www.bro.gov.in and CPPP
website https://eprocure.gov.in/eprocure/app. 03 days to the prior of submission of tender
for any corrigendum/addendum/amendment.

10. Earnest money is not required to be attached with tender by the enlisted contractor
with BRO who have submitted standing security deposit but it is required from other
contractors to be attached scanned copy ) with tender documents for Rs.1,30,995/-
(Rupees one lac thirty thousandnine hundred ninety five only) in the shape of Call
Deposit Receipt (CDR)/Term Deposit Receipt/Special Term Deposit Receipt in favor of
Chief Engineer (P) Rohtang Tunnel,C/O 56 APO obtained from any Nationalized/
scheduled Bank and having maturity/ validity period 30 days more than validity period of
his offer. Un enlisted contractor may note that they will be required to lodge security
deposit of the work in the prescribed form on receipt in writing from the Accepting Officer if
their offer is accepted.
11. Copies of drawings and other documents pertaining to the work (signed for the
purpose of identification by the Accepting Officer or his accredited representative) and
sample of materials and stores to be supplied by the contractor will be opened for
inspection at the following locations:-
Chief Engineer (P)/ Rohtang Tunnel, C/O 56 A P O

12. The tenderers are advised to visit the work site by making prior appointment with the
Chief Engineer (P)/Rohtang Tunnel, C/O 56 A P O.
13. A tender shall be deemed to have full knowledge of all relevant documents,
samples, site etc whether he had inspected them or not.

-119-
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

14. Any qualification documents/ tender which stipulates any alternative to any of the
conditions laid down or which proposes any other conditions of any description whatsoever
is liable to be rejected.
15. Accepting Officer reserves his right to accept a tender submitted by a Public
Undertaking, giving a purchase preference over other tender(s) which may be lower, as are
admissible under the Govt, policy. No claim for any compensation or otherwise shall be
admissible from such tenderers whose tenders may be rejected on account of the said
policy.
16. The submission of a tender by a tenderer implies that he had read this notice and
conditions of contract and has made himself aware of the scope and specifications of the
work to be done and of the conditions and rates at which stores, tools and plants etc will be
issued to him, local conditions and other factors bearing on the execution of the work.
17. Applicant Contractor must provide Demand Draft for Rs. 1000/- (Rupees one
only) in favour of Accepting Officer i.e., Chief Engineer (P) Rohtang Tunnel, C/O 56
APO Payable at SBI Manali, Bank Code No. 2416 obtained from any Nationalized/
Scheduled Bank valid for Six months with their application/ downloaded tenders as the
cost of tender forms/ documents. All the applicable bank charges shall be borne by the
applicant and he shall not have any claim what so ever on this account on Government. In
case of re-tendering, the firms which has submitted the DD in earlier calls will require to
submit fresh DD along with their tender/ application in subsequent calls also. Tenders not
accompanied with the cost of tender document is liable to be rejected. However,
public sectors undertaking/ Govt undertaking firms are exempted from the payment
towards cost of tender documents.
18. The hard copy of original instrument in r/o cost of tender documents, earnest
money, original copy of affidavit and credit facility certificate must be delivered to the
Chief Engineer (P) Rohtang Tunnel, C/O 56 APO, Pin - 931720 on or before bid opening
date/time as mentioned in critical date sheet. Tenderers shall likely to be liable for legal
action for non submission of original payment instrument like DD etc against the submitted
bid. The demand Draft attached/submitted for tender fee shall be non-refundable.
19. The Accepting Officer does not bind himself to accept the lowest or any tender or to
give any reasons for doing so.
20. For further particulars, you may refer BRO website http://www.bro.gov.in & CPPP
web site http://eprocure.gov.in/eprocure/app
21. In the event of lowest tenderer revoking his offer or revising his rates upward (which
will be treated as revocation of offer), after opening of tenders, the earnest money
deposited by him shall be forfeited. In case of BRO enlisted contractors, the amount equal
to the earnest money stipulated in the Notice of tender, shall be notified to the tenderer for
depositing the amount through MRO, failing which the amount shall be recovered from
payment due to such Contractor or shall be adjusted from the Standing Security Deposit.
In addition, such tenderer and his related firm shall not be issued the tender in second call
or subsequent calls.

-120-
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

22. Important- Above particulars may change due to Adm or any other reasons
and shall be available on BRO website http://www.bro.gov.in and on CPPP website
http://eprocure.gov.in/eprocure/app. Therefore, bidders/ contractors are requested
to visit BRO website frequently for changes in above particulars.

23 This notice of tender shall form part of the contract.

Sd/XXXXXXXXX
EE(Civ)
Surveyor of Works
(Signature of Contractor) For Accepting Officer
80023/ARSP/ /E8

Distribution:-

1 HQ DGBR/EDP Cell, Seema Sadak Bhawan,


Ring Road, Delhi Cantt, New Delhi- 10
2 All HQ CE (P) Deepak, C/O 56 APO
3 All BRTF
For info and wide publicity
4 70 RCC, C/O 56 APO
of the Notice of Tender,
5 507 SS&TC (GREF), C/O 56 APO
please.
6 SE (PWD) Kullu, Himachal Pradesh
7 EE (PWD) Kullu, Himachal Pradesh
8 AGE MES SASE Manali(H.P)
9 All Contractors of Project Area
10
M/s .
..
..
1.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-121-

BORDER ROADS ORGANISATION


Ministry Of Road Transport And Highways, Govt Of India

HEADQUARTERS CHIEF ENGINEER PROJECT ROHTANG TUNNEL

NAME OF WORK : PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM THICK


(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED), READYMADE
BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC 4 CM THICK
(COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO CAMP
AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND PROVIDING, LAYING
AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK (COMPACTED), TWO
LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED), READYMADE BITUMINOUS (HMP)
MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM THICK (COMPACTED) AND
BERM FILLING (COMPACTED) ON APPROACH ROAD TO MSP-7 AT KM 5.650 ON
APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR MANALI IN
HIMACHAL PRADESH

(PART-II PRICE BID)

The following shall form part of this contract aggrement:-


Document annexed hereto

Srl Particulars Page No.

1. Content 121

2. ScheduleA (Notes) 122-124

3. ScheduleA 125-127

4. Schedule B,C & D 128-131

.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-122-

SCHEDULE 'A' (NOTES)


(LIST OF WORKS AND PRICES)

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM


THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC 4
CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO
CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND PROVIDING,
LAYING AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK
(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4
CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO
MSP-7 AT KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL
NEAR MANALI IN HIMACHAL PRADESH

Notes:-
1. Quantity shown in Schedule A is approximate and is inserted as guide only. These
shall, however not be varied beyond the limits laid down in condition 7 of IAFW-2249
General Conditions of Contracts and Special Condition of contract .

2. The rates shall be filled in figures only in the provided column in Sch A given in
Excel sheet . The Sch A given in Page No. 87,88,89 and 90 is for reference only.

3. Period of Completion:- The entire works of Schedule A under this contract shall be
completed within 90 days from the date of commencement of work as per work order No.1,
which will be generally within one month of the date of issue of acceptance letter..

4. Any drawings mentioned in the tender documents/particular specifications but it is


inadvertently not included in the list of drawings, shall also be deemed to form part of the
contract and Tenderer may see such drawings/details in the office of Accepting
Officer/concerned OC Contracts and shall be supplied by Deptt.

5 The layout of work as indicated in site plan/layout plan is tentative and may be varied where
necessary at the discretion of the OC Contract. The contractor shall not be entitled for any
claim on account of any such variation.

6. The rates to be quoted by the tender in this schedule A shall be deemed to include for
the provision of all labour and materials, loading and unloading of materials and
transportation if required, tools, plant, equipment and tackle, process, operations and specific
requirements details in this schedule in the particular specification and elsewhere in this
tender documents and for the full, entire and final completion of the work in accordance with
the provisions of these tender documents..
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-123-

7 The rates quoted by the contractor shall be deemed to be inclusive of all taxes ( including
Sales Tax/VAT on materials, Sales Tax/VAT on works contracts, Turnover Tax, Service Tax,
Labour Welfare Cess/Tax etc), duties, Royalties, Octroi, State Entry Tax & Other levies payable
under the respective statutes. No re-imbursement/refund for variation in rates of taxes, duties,
royalties, Octori, State Entry tax & other levies, and or imposition/abolition of any new/existing
taxes, duties, royalties, octroi, State entry Tax & other levies shall be made except as provided
in Special Conditions.

8. The rates to be quoted by the tenderer in respect of these work shall be deemed to
include for all minor details of construction which are obviously and fairly intended and which
may not have been specifically mentioned in the tender documents but which are essential
for satisfactory execution and completion of work. In case of difference of opinion between
the OC Contract and the Contractor as to what constitutes a minor detail of construction, the
decision of Accepting Officer shall be final and binding..

9. Rates to be quoted by the contractors shall be deemed to include for all items of work as
described, specified in particular specification and on drawing.

10. The rates to be quoted by the contractor for various items shall include for :material and
labour/ Supply and fix, connecting, Jointing, Testing and Commissioning complete unless
otherwise specifically mentioned therein.

11 The amount of contract is not firm but shall be treated as the contract sum as referred to in
condition 1 (n) of IAFW-2249..

12. Work shall be executed on locations as shown in site plan or as directed by the OC
Contract/ Engineer-in-charge.

13. Measurements of work done shall be as per units of items given in Schedule A and this
mode of measurement shall take as per Clause 113 of MORT & H Specification for road &
bridges works (latest version). The rate be quoted considering Clause 114 of MORT & H
Specification (Fourth version)..

14. Unit RM, mm, cum or CM, Sqm, Kg and Quintal or Qtl wherever mentioned in the tender
documents denotes the unit, Running Metre, Millimetre, Cubic Metre, Square Metre, Kilogram
and Quintal respectively.

15. The works under this contract will be carried out within the working hours as per the
directions of Accepting Officer or the officer so detailed by him for administration of this
contract.

16 The security will be arranged by the contractor for his personnel and equipment during the
execution of work. No compensation will be paid by BRO on account of any lo0ss/damage to
personnel, property, veh/eqpt/plant of contractor during execution of work or on any account..
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-124-

17 Site for execution of work shall be handed over on the date of commencement of the work
as indicated in the work order No. 01. In case it is not possible for the department to hand over
the entire site on the date of commencement and certain portion of the site is handed over later
on then contractor shall make his planning/deployment of resources accordingly and no claims
of whatsoever nature on this account shall be entertained.

18. The Tender will be considered for acceptance as a whole and not in parts.

19. No provision would be provided in the ScheduleA as given in Excel sheet for rebate and
addition. Refer Clause No.25(a) & (b) of forwarding letter, if tenderer wishes to revise his
quoted rates/offer after bid submitted , he may resubmit the bids as per tender critical date
sheet.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-125-

SCHEDULE A

Description of works/Item QTY UNIT RATE In


S Figures/Word
/ To be entered
N by the Bidder
O Rs. P
Words Total
1 2 3 Figures Amount
1 Preparation of sub-grade in SMB by excavating upto 20 cm ave 3741.88 Sqm
depth, dressing excavated earth to required camber or super
elevation and consolidating with power roller incl watering and
disposal of surplus earth within a lead of 30 mtr on Approach Road
to Camp Area of HQ CE (P) Rohtang Tunnel.

2 Providing, laying, spreading, watering and compacting of close 3741.88 Sqm


graded GSB 10 cm thick (consolidated) with natural sand, moorum,
gravel or material as per Table 400-1 of MORT & H specifications
for road and bridge works , satisfying the physical requirement as
per clause 400.2.2 of MORT&H(4th revision) Specifications for Road
and Bridge works and laying in uniform layer in prepared sub-
grade compacting with roller to achieve the desired density all as
specified and as directed by Engineer-in-charge/OC contract on
Approach Road to Camp Area of HQ CE (P) Rohtang Tunnel..

3 Providing, laying, spreading, watering and compacting of stone 7483.76 Sqm


metal (coarse aggregate) grading as per Table 400-7 and
satisfying physical requirement as per Table 400-6 of MORT&H(4th
revision) Specifications for Road and Bridge works for WBM to a
thickness of 7.5 cm thick (consolidated) including screenings to fill
voids in coarse aggregate as per grading in Table 400-8 of
th
MORT&H(4 revision) Specifications for Road and Bridge works,
laying in uniform layers in sub-base on well prepared base and
compacting with roller to achieve desired density and hollow made
up to form true surface blinded and consolidated to gradient and
camber required all as specified and as directed by Engineer-in-
charge/OC contract.(Two layers) on Approach Road to Camp Area
of HQ CE (P) Rohtang Tunnel.

4 Providing and applying primer coat with bitumen emulsion on 3741.88 Sqm
prepared surface of granular base including cleaning of road
surface and spraying preheated primer @ 7.50 Kg/10 Sqm (using
mechanical means) as per clause 502 of MORT&H(4th revision)
Specifications for Road and Bridge works on Approach Road to
Camp Area of HQ CE (P) Rohtang Tunnel..

5 Providing and applying Tack coat with bitumen emulsion using 7483.76 Sqm
. emulsion pressure distributer @ 2.5 Kg/10 Sqm on prepared
bituminous/granular surface cleaned with mechanical broom, all
complete as per clause 503 of MORT&H(4th revision) Specifications
for Road and Bridge works on Approach Road to Camp Area of
HQ CE (P) Rohtang Tunnel.

6 Providing, laying and consolidation of readymade bituminous 3741.88 Sqm


. (HMP) mix for 5.0 cm thick consolidated BM layer with paver
finisher in conformity with clause 504 of MORT&H(4th revision)
Specifications for Road and Bridge works and after duly preparing
WBM surface including scrubbing, cleaning and applying tack coat
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

with bitumen emulsion and pre coated stone aggregate with


physical requirement/grading as per Table 500 3&4 of MORT&H(4th
revision) Specifications for Road and Bridge works respectively
mixed with minimum 3.3% binder asphalt 80/100 penetration grade
and rolled to the required specification all as specified in
MORT&H(4th revision) Specifications for Road and Bridge works
and as directed by Engineer-in-charge/OC Contract on Approach
Road to Camp Area of HQ CE (P) Rohtang Tunnel..

7 Providing, laying and consolidation of readymade bituminous 3741.88 Sqm


. (HMP) mix for 4.0 cm thick SDBC after applying a tack coat of
bitumen emulsion over 1st layer with precoated aggregated graded
as per table 500-15 satisfying the physical requirement as per
Table No 500-14 and mix requirement as per Table No 500-16 of
MORT&H(4th revision) Specifications for Road and Bridge works
with minimum 4.50% of binder bitumen 80/100 penetration grade
by weight of total mix and 2% stone dust laid with paver finisher
over previously prepared surface to required grade conforming to
the clause 508 of MORT&H(4th revision) Specifications for Road and
Bridge works and as directed by Engineer-in-charge/OC Contract
on Approach Road to Camp Area of HQ CE (P) Rohtang Tunnel..

8 Providing, laying , spreading, watering and compacting singles or 1950.50 Sqm


. gravels for berm filing to required gradient and camber in layers of
10/15 cm thickness as directed by Engineer-in-charge/OC Contract
on Approach Road to Camp Area of HQ CE (P) Rohtang Tunnel..

9 Preparation of sub-grade in SMB by excavating upto 20 cm ave 3467.25 Sqm


depth, dressing excavated earth to required camber or super
elevation and consolidating with power roller incl watering and
disposal of surplus earth within a lead of 30 mtr on Approach
Road to MSP-7 at Km 5.65 on Approach Road to South portal of
Rohtang Tunnel.

10 Providing, laying, spreading, watering and compacting of close 6934.50 Sqm


graded GSB 15 cm thick (consolidated) with natural sand,
moorum, gravel or material as per Table 400-1 of MORT & H
specifications for road and bridge works , satisfying the physical
requirement as per clause 400.2.2 of MORT&H(4th revision)
Specifications for Road and Bridge works and laying in uniform
layer in prepared sub-grade compacting with roller to achieve the
desired density all as specified and as directed by Engineer-in-
charge/OC Contract on Approach Road to MSP-7 at Km 5.65 on
Approach Road to South portal of Rohtang Tunnel (Two layers).

11 Providing, laying, spreading, watering and compacting of stone 6934.50 Sqm


metal (coarse aggregate) grading as per Table 400-7 and
satisfying physical requirement as per Table 400-6 of MORT&H(4th
revision) Specifications for Road and Bridge works for WBM to
a thickness of 7.5 cm thick (consolidated) including screenings to
fill voids in coarse aggregate as per grading in Table 400-8 of
th
MORT&H(4 revision) Specifications for Road and Bridge works,
laying in uniform layers in sub-base on well prepared base and
compacting with roller to achieve desired density and hollow
made up to form true surface blinded and consolidated to
gradient and camber required all as specified and as directed by
Engineer-in-charge/OC contract on Approach Road to MSP-7 at
Km 5.65 on Approach Road to South portal of Rohtang
Tunnel.(Two layers)
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

12 Providing and applying primer coat with bitumen emulsion on 3467.25 Sqm
prepared surface of granular base including cleaning of road
surface and spraying preheated primer @ 7.50 Kg/10 Sqm (using
mechanical means) as per clause 502 of MORT&H(4th revision)
Specifications for Road and Bridge works on Approach Road to
MSP-7 at Km 5.65 on Approach Road to South portal of Rohtang
Tunnel.

13 Providing and applying Tack coat with bitumen emulsion using 6934.50 Sqm
. emulsion pressure distributer @ 2.5 Kg/10 Sqm on prepared
bituminous/granular surface cleaned with mechanical broom, all
complete as per clause 503 of MORT&H(4th revision)
Specifications for Road and Bridge works on Approach Road to
MSP-7 at Km 5.65 on Approach Road to South portal of Rohtang
Tunnel.

14 Providing, laying and consolidation of readymade bituminous 3467.25 Sqm


. (HMP) mix for 7.5 cm thick consolidated DBM layer with paver
finisher in conformity with clause 507 of MORT&H(4th revision)
Specifications for Road and Bridge works and after duly
preparing WBM surface including scrubbing, cleaning and
applying tack coat with bitumen emulsion and pre coated stone
aggregate with physical requirement/grading/mix composition
requirement as per Table 500-8/9/10 of MORT&H(4th revision)
Specifications for Road and Bridge works respectively mixed
with minimum 4.5% binder asphalt 80/100 penetration grade and
rolled to the required specification all as specified in MORT&H(4th
revision) Specifications for Road and Bridge works and as
directed by Engineer-in-charge/OC Contract on Approach Road
to MSP-7 at Km 5.65 on Approach Road to South portal of
Rohtang Tunnel.

15 Providing, laying and consolidation of readymade bituminous 3467.25 Sqm


. (HMP) mix for 4.0 cm thick AC after applying a tack coat of
bitumen emulsion over 1st layer with precoated aggregated
graded as per table 500-18 satisfying the physical requirement as
per Table No 500-17 and mix requirement as per Table No 500-
19 of MORT&H(4th revision) Specifications for Road and Bridge
works with minimum 5.0% of binder bitumen 80/100 penetration
grade by weight of total mix and 2% stone dust laid with paver
finisher over previously prepared surface to required grade
conforming to the clause 509 of MORT&H(4th revision)
Specifications for Road and Bridge works and as directed by
Engineer-in-charge/OC Contract on Approach Road to MSP-7 at
Km 5.65 on Approach Road to South portal of Rohtang Tunnel.

16 Providing, laying, spreading, watering and compacting singles or 514.35 Sqm


. gravels for berm filing to required gradient and camber in layers
of 10/15 cm thickness as directed by Engineer-in-charge/OC
Contract on Approach Road to MSP-7 at Km 5.65 on Approach
Road to South portal of Rohtang Tunnel.

Grand Total Rupees ___________________________________________________________________________________________________only)

Note :- 1. PERIOD OF COMPLETION OF WHOLE WORK - 90 Days


2. Bitumen and Bitumen Emulsion will be will however be arranged by the contractor at his end from
IOC/HPCL/approved manufacturer.
3. The measurement of quantity specified in sqm shall be based on the compacted thickness and not on the basis of
loose quantity/thickness.

Sd/xxxxxxxxxxxx
(Signature of Contractor with seal) SW
For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-128-

SCHEDULE B

ISSUE OF STORES TO THE CONTRACTOR

(Sec condition 10 of General Conditions of Contract [IAFW 2249])

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM


THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC
4 CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD
TO CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND
PROVIDING, LAYING AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK
(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC
4 CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD
TO MSP-7 AT KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG
TUNNEL NEAR MANALI IN HIMACHAL PRADESH

S/No Particulars Rates at which Sch Place of Issue Remarks


B (By
stores will be issued name)
1 2 3 4 5 6

NIL

Note: (i) The Schedule consists of NIL items only.

(ii) It shall be responsibility of the contractor to submit his demand for stores in writing
at least seven days in advance of his requirements.

(iii) If the contractor requires any of the items of stores listed above issued to him for
making good any loss or damage to works arising from any cause whatsoever other
than the accepted risks and the Government issues the same to him, the rate of issue
for such items of stores shall be schedule B rate of market rate on the date of issue
of stores, whichever is higher..

(iv) Explosive shall be issued and used as per the directives of OC Contract.
Quantities of explosive material issued at a time and its storage (Safe Custody) and
return thereof will be at the sole discretion of OC Contract.

(v) No explosive items shall be kept in custody of the contractor swithout approval of
OC Contract.
(6) (i) The bitumen issued to the contractor under SchB will be consumed/used in the
work under direct control and supervision of Engineer-in-charge/ OC Contract.
(ii)(The contractor will be sole responsible for the safe custody/security of the SchB stores
issued by the Deptt for the assigned work. In cases of any theft, flood, damages/loss to the
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-129-
stores due to other reasons , whatever may be, no compensation shall be admissible.
iii) The cost of stores issued under SchB shall be deducted from the RAR or
final bill which ever paid earlier to the contractor.
iv) Bitumen under SchB shall be issued strictly as per work requirement basis.
The contractor is under contractual liability to return the surplus quantity if
any to the place of issue excess to the work requirement, then in addition
to legal action, against him, recovery will be affected at doubtable the
issue rates stated in Sch B;.

v) Empty bitumen barrels to be returned to department by the contractor at the


place of issue of bitumen, falling which Rs. Per barrel shall be recovered
from the RAR/Bill of contractor.

vi) The binder used for tack coat shall be Bitumen emulsion complying with IS
8887 of a type and grade as specified in the Contract or as directed by the
Engineer-in-Charge /OC contract. The Bitumen emulsion will be arranged
by the contractor for tack coat. The good quality o\f emulsion to be
procured from IOC/HPCL. Documents of purchase of emulsion and test
results shall be produced to Engineer-in-Charge/OC Contract.
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-130-

SCHEDULE C
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO
THE CONTRACTOR
(See condition 15, 34, and 35 of General Conditions of Contract [IAFW 2249)

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM


THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC
4 CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD
TO CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND
PROVIDING, LAYING AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK
(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC
4 CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD
TO MSP-7 AT KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG
TUNNEL NEAR MANALI IN HIMACHAL PRADESH

S/No Qty/ Details of Hire charges per Stand Place of Remarks


Particulars crew unit per hour by Issue
supplied exclusive of charges by
crew and per unit name
POL per off
day
1 2 3 5 6 7

NIL
---------------------------------------------------------------------------------------------------------------------------
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-131-

SCHEDULE D
TRANSPORT TO BE HIRED TO THE CONTRACTOR
(See condition 16 & 35 of General Conditions of Contract (IAFW 2249)

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM


THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC
4 CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD
TO CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND
PROVIDING, LAYING AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM
THICK (COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC
4 CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD
TO MSP-7 AT KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG
TUNNEL NEAR MANALI IN HIMACHAL PRADESH

S/No Qty/ Particulars Rate per unit Place of Remarks


per working Issue by name
day

1 2 3 4 5 6

NIL
---------------------------------------------------------------------------------------------------------------------------

Sd/-xxxx
SW
(Signature of Contractor with seal) For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-132-

ACCEPTANCE

------------------------- alterations have been made in these document, and as evidence that
those alternations are made before the execution of the Contract Agreement, they have been
initiated by the contractor and Shri ______________________, EE (Civ), SW of HQ CE (P)
ROHTANG TUNNEL. The said officer (s) is / are hereby authorized to sign and initial on my
behalf the documents forming part of this contract, on my behalf.

The above tender was accepted by me on ______day of _______20_____, on behalf


of the President of India for the contract sum of
Rs____________(Rs_____________________________
________________________________only) at the item rates quoted in Schedule A.

Signature _____________________________day of
______________20_________.

Chief Engineer
Project ROHTANG TUNNEL
(For and on behalf of the
President of
India) Accepting
Officer

Sd/-xxxx
SW
(Signature of Contractor with seal) For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-133-
TENDER

To
The President of India
Having examined and perused the following documents forming part of tender documents:-
1. Particular/technical specifications
2. Ministry of Road Transport & Highways (MoRTH) specifications for Road and Bridge
works (last version) published by Indian Roads Congress New Delhi.
3. Drawings detailed in the list of drawings/specificaations/ other tender documents.
4. Schedule A, B, C, and D attached hereto.
5. Special Conditions of the Contract
6. General Conditions of Contracts IAFW-2249 (1989 print) including amendments 1 to 16
and errata No. 1 to 20.
7. All other documents forming part of tender document.
8. Should this tender be accepted, I/we agree:-
To execute all the works referred to in the said documents upon the terms and conditions
contained referred to therein at the item rates continued in the aforesaid Schedule A or
at such other rates to be fixed under the provision of condition 62 of IAFW-2249 and to
carry out such deviations as may be ordered vide condition 7 of General Condition of
Contracts up to a maximum of 10 percent and further agree to refer all disputes as
required by condition 70 of the General Conditions of the contracts (IAFW-2249) to the
Sole Arbitration of serving Engineer Officer to be appointed by the Director General
Border Roads, New Delhi or in his absence, the officer officiating the Director
General Border Roads, whose decision shall be final, conclusive and binding. However,
in case of disputes with PSE and or PSU the same will be referred to a Sole Arbitrator to
be appointed by Secretary, Bureau of Public Sector Enterprises (refer Special Condition
26 of tender documents).

Signature_________________________

In the capacity of ___________________


Duly authorised to sign the tender for and on behalf of
(IN BLOCK CAPITALS)____________________________________
Dated_________________
Witness_______________________
Signature & Name ___________________Postal address______________________
Address______________________________Telephone No_______________________

Telegraphic address________________

Sd/-xxxx
(Signature of contractor with seal) SW
For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-134-

PART II ( Q -BID ) TENDER DOCUMENMTS

TO BE OPENED BY AN AUTHORISED OFFICER

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM THICK


(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC 4
CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO
CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND PROVIDING,
LAYING AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK
(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED), READYMADE
BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM THICK
(COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO MSP-7 AT
KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR
MANALI IN HIMACHAL PRADESH

OPENING DATE WILL BE INTIMATED SEPARATELY

To
The Chief Engineer
HQ CE(P) Rohtang
Tunnel C/o 56 APO
M/s

(Signature of contractor with seal) Sd/-xxxx


SW
For Accepting officer

CA NO: CE(P) RT/ / 2012-13


Tender No: CE(P) RT/ 01 /2012-13

Sd/-xxxx
(Signature of contractor with seal) SW
For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-135-
PART -II (Q-BID ) TENDER DOCUMENMTS
TO BE OPENED BY AN AUTHORISED OFFICER

NAME OF WORK: PROVIDING, LAYING AND CONSOLIDATION OF GSBC 10 CM THICK


(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED),
READYMADE BITUMINOUS (HMP) MIX FOR BM 5 CM THICK (COMPACTED) AND SDBC 4
CM THICK (COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO
CAMP AREA OF HQ CE (P) ROHTANG TUNNEL AT SOLANG VALLEY AND PROVIDING,
LAYING AND CONSOLIDATION OF TWO LAYERS GSBC EACH 15 CM THICK
(COMPACTED), TWO LAYERS OF WBM EACH 7.5 CM THICK (COMPACTED), READYMADE
BITUMINOUS (HMP) MIX FOR DBM 7.5 CM THICK (COMPACTED) AND AC 4 CM THICK
(COMPACTED) AND BERM FILLING (COMPACTED) ON APPROACH ROAD TO MSP-7 AT
KM 5.650 ON APPROACH ROAD TO SOUTH PORTAL OF ROHTANG TUNNEL NEAR
MANALI IN HIMACHAL PRADESH

OPENING DATE WILL BE INTIMATED SEPARATELY

To
The Chief Engineer
HQ CE(P) Rohtang
Tunnel C/o 56 APO

M/s

Sd/-xxxx
(Signature of contractor with seal) SW
For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-136-

TENDER/CONDITIONS ACCEPTENCE LETTER


(To be given on Company Letter Head)

To,
_____________________________
_____________________________
_____________________________
_____________________________

Sub : Acceptance of Terms & Conditions of Tender.

Tender Reference No:__________________________________

Name of Tender/Work:-
_________________________________________________________________________________________________
_________________________________________________________________________________________________
_________________________________________________________________________________________________
_________________________________________________________________________________________________
_____________________________________

Dear Sir,

1. We have download / obtained the tender document(s) for the Above mentioned Tender/Work from the web
site(s) namely:
_________________________________________________________________________________________________
__________________________________________________________________

As per your advertisement, given in the above mentioned website(s)

2. I/We hereby certify that / we have read entire terms terms and conditions of the tender documents from Page
No._____________to___________(including all documents like annexure(s), schedule(s), etc.,), which form part of the
contract agreement and I/we shall abide hereby the terms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/organization too have also been taken into
consideration, while submitting this acceptance letter.

4. I /We hereby unconditionally accept the tender conditions of above mentioned tender documents(s)/
corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated, your department/ organization shall be at liberty to
reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely and we shall not have
any claim/right against deptt in satisfaction of this condition.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Sd/-xxxx
(Signature of contractor with seal) SW
For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-137-
Instructions to the Bidders to submit the bids online thro the Central
Public Procurement Portal for e Procurement at
https://eprocure.gov.in/eprocure/app

1) Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the contractors/bidders
on the e procurement/e tender portal is a prerequisite for e-tendering.

2). Bidder should do the enrollment in the eProcurement site using the Click here to enroll option available on
the home page. Portal enrollment in generally free of charge. During enrollment/registration, the bidders should
provide the correct/true information including valid email id. All the correspondence shall be made directly with the
contractors/bidders through email id provided.

3). Bidder need to login to the site thro their user ID/password chosen during enrollment/registered.

4). Then the digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by
SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/Smart Card, should be
registered.

5). The DSC that is registered only should be used by the bidder and should ensure safety of the same.

6). Contractor/Bidder may go through the tenders published on the site and download the required tender
documents/schedules for the tenders he/she is interested.

7). After downloading / getting the tender document/schedules, the Bidder should go thro them carefully and
then submit the documents as asked, otherwise bid will be rejected.

8). If there are any clarifications, this may be obtained online thro the tender site, or thro the contract details.
Bidder should take into account the corrigendum published before submitting the bids online.

9). Bidder then logs in to the site through the secured log in by giving the user id/password chosen during
enrollment/registration and then by giving the password of the eToken/Smart Card to access DSC.

10). Bidder selects the tender which he/she is interested in by using the search option & then moves it to the my
tenders folder.

11). Form my tender folder; he selects the tender to view all the details indicated.

12). It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder
should go through the tender schedules carefully and upload the documents as asked otherwise, the bid will be
rejected.

13). Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there is more than on document,
they can be clubbed together and can be provided in the requested format. Each document to be uploaded through
online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar
and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with 100 dpi with black and
white option. However of the file size is less than 1 MB the transaction uploading time will be very fast.
14). If there are any clarifications, this may be obtained through the site, or during the pre-bid meeting if any.
Bidder should like take into account the corrigendum published from time to time before submitting the online bids.

Sd/-xxxx
(Signature of contractor with seal) SW
For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-138-
15). The Bidders can update well in advance, the documents such as certificates, annual report details etc, under
my space option and these can be selected as per tender requirements and then send along with bid documents
during bid submission. These will facilities the bid submission process faster by reducing upload time of bids.

16). Bidder should submit the tender FEE/EMD as specified in the tender. The original should be
posted/couriered/given in person to the tender Inviting Authority, with in the bid submission due date & time for the
tender, Scanned copy of the instrument should be uploaded as part of the offer.

17). While submitting the bids online, the bidder reads the terms & conditions and accepts the same to proceed
further to submit the bid packets.

18). The Bidder has to select the payment option as offline to pay the tender FEE/EMD as applicable and enter
details of the instruments.

19). The Details of the DD/any other accepted instrument, physically sent, should tally with the details available in
the scanned copy and the data entered during bid submission time. Otherwise submitted bid will not be acceptance.

20). The Bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders to
note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a
confirmation that they have read all sections and pages of the bid document including General conditions of contract
without any exception and have understood the entire documents and are clear about the requirements of the tender
requirements.

21). The Bidder has to upload the relevant files required as indicated in the cover content. In case of any
irrelevant files, the bid will be rejected.

22). If the price bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rates offered should be entered
in the allotted space only and uploaded after filling the relevant columns. The Price Bid/BOQ template must not be
modified/replaced by the bidder, else the bid submitted is liable to be
rejected.

23). The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting
authority (TIA) well before the bid submission end dated & time (as per Server System Clock). The TIA will not be held
responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the
eleventh hour.

24). After the bid submission (ie after Clicking Freeze Bid Submission in the portal), the acknowledgement
number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of
bid for the particular tender and will also act as an entry pass to participate in the bid opening date.

25). The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions
of requesting, bid submission, bid opening etc, in the e-tender system. The bidders should follow this time during bid
submission.

26). All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the
secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be
viewable by any one until the time of bid opening.

Sd/-xxxx
(Signature of contractor with seal) SW
For Accepting Officer
Tender No: CE (P) RTNL/01/2012-13
CA No, CE (P) RTNL/ /2012-13

-139-
27). Any Bid document that is uploaded to the server is subjected to symmetric encryption using generated
symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall,
the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

28). The confidentiality of the bids is maintained since the secured socket Layer 128 bit encryption technology is
used. Data storage encryption of sensitive fields is done.

29). The Bidder should logout of the tendering system using the normal logout option available at the top right
and not by selecting the (X) exit option in the browser.

30). For any queries regarding e-tendering process, the bidders are requested to contact as provided in the
tender document. Parallely for any further queries, the bidders are asked to contact over phone:1-800-233-7315 or
send a mail over to cppp-nic@nic.in.

Sd/-xxxx
(Signature of contractor with seal) SW
For Accepting Officer

You might also like