75 MTR Tender Documents

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 180

CA NO. CE(P) VTK____OF 2020-21 Page No.

____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

VARTAK

TENDER DOCUMENT

FOR
SELECTION
OF
CONTRACTOR
FOR

SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF 75 MTR SPAN


MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER STRUCTURE
(THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT KM 49.950 ON
ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I AND
CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00 MTR ON
KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER 1441
BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH

GENERAL RESERVE ENGINEER FORCE


BORDER ROADS ORGANISATION
MINISTRTY OF DEFENCE
GOVERNMENT OF INDIA

NIT No: CE/VTK/NIT/33/2019-20

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

CONTENTS

S/L No. Description Page No.

A. Eligibility and Evaluation Criteria

(a) Annexure: I- Performance Guarantee Bond

B. Notice Inviting Tender

C. Instructions to Bidders (ITB)

D. FROM OF CONTRACT AGREEMENT

(i) Contents of CA

(ii) Contract Agreement and Acceptance

(iii) General Condition of Contract

(iv) Special Condition of Contract

(v) Particular Specifications

E. BOQ/Schedule ‘A’ Notes

F. BOQ/Schedule ‘A’, ‘B’, ‘C’ & ‘D’

(a) Annexure: II - Acceptance letter

(b) Annexure: III - Bank Guarantee Bond

(c) Annexure: IV - NEFT/RTGS Details

(d) Annexure: V - Power of Attorney, if any

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
Registered Post
FAX- 03712-225995,230501 Headquarters
Tele No. 03712-221513-230501 Chief Engineer
Email:bro-vtk@nic.in Project Vartak
http://www.bro.gov.in PIN-931716
C/o 99 APO

81219/ /E8 Apr 2020

M/s _____

NAME OF SUB SOIL INVESTIGATION, DESIGN, DRAWING AND


WORK:
CONSTRUCTION OF 75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH
STEEL SUPER STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER
UNKNOWN NALLAH AT KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-
RUPA-TENGA UNDER PART-I AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD
ON ORANG SIDE AND 22.00 MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF
APPROACH ROAD IS 87.00 MTR) OF COMPLETED BRIDGE UNDER PART-II,
THROUGH EXECUTION CONTRACT UNDER 1441 BCC/ 14 BRTF/ PROJECT VARTAK
IN ARUNACHAL PRADESH
Dear sir (s),

1. A set of tender documents containing T-Bid (Technical Bid) and Q-Bid (Priced Bid)
for the above work is uploaded herewith. Please note that tender will be received
through on line only by the Chief Engineer (P) Vartak, C/o 99 APO up to 1500 Hrs
on 14 May 2020. 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 as Q-Bid
opening will be intimated later.

2. Tenderers or their duly authorized representatives who have submitted their tenders
and who wish to be present at the time of opening of tenders may visit the office of Chief
Engineer (P) Vartak, C/o 99 APO at the above mentioned time. However, they can view
online tender opening process at their premises.

3. Tender documents may be downloaded from Central Public Procurement Portal


(CPPP) website https://eprocure.gov.in/ eprocure/app. Scanned copies of all the
documents, duly authenticated, as per requirement of tender conditions be uploaded with
the online submitted bid. The hard copy of original instruments in respect of earnest
money, Integrity Pact duly signed on each page by the bidders(s) and undertaking given at
page No. 16 of tender must be delivered to the Chief Engineer Project within 05 days from
the bid submission end date. If scanned copy of Earnest money and integrity pact is not
uploaded along with the T-Bid, same shall be rejected by the Accepting Officer. Scanned
and Original copy should be same and no difference is acceptable. Cost of tender is NIL.

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’ bid- ‘Q’ Bid)

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

5. Part-I Technical Bid- (T-Bid)


(a) The Tender to be submitted (Online) by the bidder will be comprised of
following documents :-

(i) Scanned copy of Earnest Money Deposit by un-listed contractor and


enlisted Contractor who have not submitted standing security deposit.

(ii) Scanned and signed copy of all the Eligibility/qualification documents


required as per tender conditions.

(iii) Scanned and signed copy of Integrity Pact

(iv) Scanned and signed copy of undertaking by tenderer given at Serial Page
No. 16 of tender.

(b) Following documents will be deemed to be Part of the Contract during the
time of acceptance of Contract :-

(i) Part-I Technical Bid of the Tender document.

(ii) Notice inviting tender.

(iii) Special conditions of contract.

(vi) Particular/Technical Specifications including Drawings, if any.

(v) Any other tender Amendment/errata to tender document.

5.1. Technical Evaluation Criteria

5.1.1 Un-enlisted contractors with BRO/Enlisted contractor with BRO, who have not
submitted standing security deposit, they should have submitted Earnest money.

5.1.2 All the Pages of T-Bid should have been signed by the bidders/authorised
rep having valid Power of Attorney.

5.2 ELIGIBILITY AND EVALUATION CRITERIA

1. Please note that tender will be received through online only by the Accepting Officer and Part-I
(Technical Bid –T Bid) will be opened online on prescribed date as mentioned in Critical Data Sheet of
NIT by Bid Opening Officers. After online opening of T-Bid, the results of their qualification /
disqualification will be intimated later on CPPP website. Part-II (Priced Bid - B O Q ) will be opened
online in respect of qualified bidders only, after evaluation / scrutiny of Part-I (Technical Bid) as per
eligibility criteria.

2. Tendering Procedure shall be single stage-two bid system and tender documents are prepared in
two parts as under:-

Part- I (Technical Bid)

Part-II (Financial Bid i.e. BOQ)

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
3. Blank

4. Blank

5. PART-I (TECHNICAL BID)

5.1 Part-I (Technical Bid) comprises of all the requisite documents as per Appendix A to H.

5.2 TECHNICAL EVALUATION CRITERIA

5.2.1 If contractor is not enlisted with BRO or enlisted with BRO but has not submitted
standing security deposit, he should have submitted Earnest Money.

5.2.2 Undertaking regarding acceptance of tender conditions as per Appendix ‘A’


along with all other documents as specified i n eligibility criteria should have
been submitted duly digitally signed by the bidder / authorized representative.

5.2.2A.ELIGIBILITY CRITERIA

S/ ELIGIBILITY CRITERIA DOCUMENTS REQUIRED TO BE


No. SUBMITTED
CAPABILITIES
A.1 (a) Working Capital Copy of latest balance sheet / income
The Bidder should have working capital tax return for working capital and / or
and/or credit f acilit ies more than 10% of Banker’s certificate for credit facilities.
the estim ated cost of work as given in NIT.
If necessary Deptt will make inquiries
with the tenderer’s Banker.

Banker’s certificate be submitted as per


format given at Appendix ‘B’.

(b) Engineering Establishment:- Firm should One Engineer Degree holder from Govt
have employed following Engineers on recognized institution or equivalent, final
regular establishment:- or direct final passed of Sub division – II
of the institution of surveyors (India) with
at least 04 years experience of works to
be deployed in this establishment along
with his qualification and experience in
affidavit as per Appendix ‘C’.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
A.2 Experience:
Tenderer should have successfully completed 1. List of works completed
or substantially completed*satisfactorily /substantially completed in last 7
following works in last seven years:- years and current financial years as
Three similar of works costing not less than per format given at Appendix ‘D’ .
40% of estimated cost of work.
Or 2. Works proving eligibility criteria
Two similar works costing not Less than 50% of shall be highlighted and
estimated cost of work. performance certificates from clients in
Or respect of these works shall be
One similar works costing not less than 80% enclosed.
of estimated cost of work.

*Substantially completed work Means those


works which are 90% Completed on the date of
submission and continuing satisfactorily.
Similar work:- Bidders having similar work
experience i.e. Sub Soil Investigation,
Design, Drawing And Construction of Major
Permanent Bridge with Steel Super
Structure of Double Lane specifications.

A3. Available Bid Capacity


ABC calculated as per formula
1. For–A:
given here-in-after should be more
Balance sheets/ Certificates from
than estimated cost of work given in
Chartered Accountant indicating annual
NIT.
turnover of Civil Engineering works
Formula to calculate ABC:-
constructed in last 5years.
Available Bid Capacity:2.50 x A x N – B
2. For–B:
Contractors shall submit details of
A: Maximum value of all Civil Engg works in ongoing works as per format given at
any one year during the last 5 financial years Appendix ‘D’.
(Updated at current price level with
enhancement factor by adding10% escalation 3. For ABC
perannum).
Bidders shall calculate ABC and submit
details duly signed as per format given
N:Number of years prescribed for completion of
at Appendix ‘E’
work for which current bid is invited
(1096/365= 3.0 Years).

B:Value of the balance ongoing works to be


executed in period “N”.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
A.4 Vehicle, Equipment and Plant (VEP) Details of above shall be submitted as
Tenderer should own or have assured access per Appx ’F’.
(through hire/lease/purchase agreement/ other a) Tenderer shall indicate source of
commercial means) to the requisite requisite Equipments, Plants and Vehicles
Equipments, Plants and vehicles in good in good working condition required for
working condition as required to complete the execution of work in following format:-
work.
(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 to the satisfaction of the
Accepting Officer.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
A.5 Performance and other requirements:-
(a) There should not be poor/ slow progress Firms shall submit undertaking for
in running works due to defaults performance as per format given at
of the tenderer. Appendix ‘G’
(b) There should not be serious
defects observed in works which stand un-
rectified by the tenderer.
(c) There should not be any
Cancelled/abandoned contracts in
which Govt. unrealized recoveries
exist.
(d) Tenderer should have not been
blacklisted by any Govt Deptt.
(e) There should not be any Govt dues
outstanding against the Tenderer.
(f) Tenderer should not be habitual
litigant i.e. having more than 3 unsuccessful
arbitration/ court cases during last 5years in
which his views / claims substantially rejected.
(g) Proprietor/partners/directors of
firm are not involved in anti
national/social activities and have
neither been convicted nor are any
proceedings pending in court for such
activities (If yes, he will submit details).
(h) Firm should have been considered
capable of taking more load in work load
return circulated by DGBR. In case the firm
is not considered capable for taking more
work load due to unsatisfactory
performance in the running works, in the
prevailing report circulated by DGBR their
technical bid shall be rejected.

A.6 Integrity Pact Integrity Pact duly signed by the bidders


shall be submitted as per Appendix ‘H’.

Notes for (A):-

(i) 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.

(ii) ** 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.

(iii) Completion cost of works shall be brought to common base on the date of receipt of tender as per
following formula:-

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
Completion cost X (1+ (Period in days from date of completion to date of receipt of tender / 365
days) X 0.1)).

(iv) 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 engineering 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

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

(vi) 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.

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

(viii) The bidder may be afforded an opportunity to clarify or modify his qualification documents, if
necessary, with respect to any rectifiable defects. The bidder should respond within 03 days from issue of
the clarification letter or uploading the same on website, failing to which his tender is liable to be rejected.

5.2.2 (B) JOINT VENTURE(JV):-

JOINT VENTURE (JV):- Joint ventures shall not be applicable for this contract.

5.2.2 (C) DISQUALIFICATION

Even though the bidders meet the above criteria, they are liable to be disqualified if they
have made misleading or false information in submitted bid documents.

5.2.2 (D) DOCUMENTS TO BE SUBMITTED TO PROVE ELIGIBILITY

Following documents shall be submitted by the bidders as per the format given in the
Appendices:-
i) Earnest Money in the shape of call Receipt / Term Deposit Receipt / Special Term
Deposit Receipt (Not required from enlisted contractors with BRO).
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

ii) Scanned copy of GST registration certificate by bidders

iii) Affidavit for acceptance of tender conditions as per


iv) Appendix ‘A’.

v) Banker’s Certificate from a nationalized / scheduled bank as per Appendix ‘B’/ latest
copy of income tax return / latest copy of balance sheet to prove working capital.

vi) Affidavit for Engineering establishment as per per Appendix ‘C’

vii) Detail of completed and balance works as per Appendix ‘D’.

viii) Available Bid Capacity as per Appendix ‘E’.

ix) Affidavit regarding major constructional vehicles, equipment and plants as per
Appendix ‘F’ and undertaking regarding functionality

x) Affidavit for performance of bidder as per Appendix ‘G’

xi) Signed copy of Integrity Pact as per Appendix ‘H’

(xii) General Arrangement Drawing (GAD) for Major Pmt Bridge, Approach Slab
including Approach Works and type of Proposed Permanent Structure along with
details of Surfacing Works for both side Approach roads as per ground requirement.

(xiii) Additional documents required to be submitted by bidder who is not enlisted


with BRO

i) Constitution of firm along with copy of partnership deed (in case o f partnership
firms) and memorandum of articles and association in case of limited companies)

ii) 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.

iii) Copies of PAN card of proprietor/ partners/ directors

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

Notes for D:

(i) Documents as listed at Sl. No. Notes (D) (i), & (xiii) above are exempted for tenderers
enlisted with BRO in any class.

(ii) Affidavit / undertakings shall be submitted on Non-judicial stamp papers of


denomination of Rs. 20 or above duly attested by the Magistrate / Notary Public.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
(iii) Photocopies of documents shall be attested by Gazetted officer / public notary or may be
self attested.

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

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

a. 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. Schedule B,C & D

iv. Tender Pages

7. Q-bid evaluation
(i) Arithmetical corrections shall be made as per General Condition of Contracts
6 (A) (A) of IAFW-2249.

(ii) Commercial Bids will be reviewed to ensure that the figures indicated therein
are consistent with the details of the corresponding Technical Bids.

(iii) For the purpose of evaluation “cost” shall be inclusive of all taxes and duties.

(iv) Bidder who has quoted lowest total cost in Schedule A (L-1) shall be
considered successful bidder and all other bidders shall be considered
unsuccessful. Offer of successful bidder (L-1) shall only be considered for
acceptance. If L-1 backs out, retendering shall be resorted in a fair and transparent
manner.

7.1 The Chief Engineer Project Vartak will be Accepted Officer here-in-after
referred to as such for the purpose of this contract.
7.2 If tenderers desire that any condition or stipulation given in the tender
documents is to be modified or deleted, they may submit their
comments/suggestions before last working date of clarification as shown in critical
date details in subject tender ID for consideration by the Deptt for issue of
corrigendum/amendments to tender documents. If deptt considers
comments/suggestions suitable, corrigendum/amendments to tender documents
shall be issued and also uploaded on E-tendering Portal. If deptt does not consider
comments/suggestion suitable, corrigendum/amendments to tender documents
shall not be issued/uploaded on E-tendering portal and tenders shall quote strictly
complying with the various provisions given in the tender documents. Any tender
who 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.
7.3 The tenders 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
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
of the work to be done and of the conditions and other factors, site conditions,
taxes and levies prevailing etc which may affect the quotation and execution of the
work.
7.4 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 tender documents.

7.5 Your attention is drawn to the Indian Official Secret Act-1923 (XIX of 1923) as
amended up to date particularly section 5 thereof.

8. Earnest Money

(a) Earnest money is not required to be submitted 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 enlisted contractor with BRO, who have not submitted standing security
deposit.

(b) Un-enlisted contractors with BRO/Enlisted contractor with BRO, who have not
submitted standing security deposit will submit the tender accompanied with Earnest
Money amounting to Rs 7,11,070.00 (Rupees Seven Lacs Eleven Thousand and
Seventy only) in the shape of call Receipt/Tern Deposit Receipt/Special Term
Deposit Receipt in favour of Chief Engineer Project Vartak C/o 99 APO issued by
nationized/scheduled Bank. Technical Bid not accompanied with earnest money will
not be considered for opening of financial Bid. 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 bonafide tender.

(c) Earnest money shall be returned to unsuccessful bidder (other than L-1) after
opening of Financial Bids and to successful (L-1) bidder after receipt of Performance
security.

9. Performance Security:-

9.1 Within 28 days of the letter of acceptance, the successful bidder (L-1) shall
deliver to the Accepting Officer a Performance Security for an amount equivalent
to 5% of the Contract sum as laid down under condition 19 of IAFW-2249 (General
Conditions of Contract).

9.2 Failure of successful contractor to comply with the requirement of sub


clause 12.1 shall constitute sufficient grounds for cancellation of award of work
and forfeiture of the Earnest Money. In case of BRO enlisted contractor amount
equal to the Earnest Money stipulated in the Notice Inviting Tender, shall be
notified to the tenderer for depositing the amount through MRO, issue of tender
to such tenders shall remain suspended till the aforesaid amount equal to the
earnest Money is deposited in Government Treasury.

9.3 In the event of contract being cancelled, under condition 52, 53 & 54 of
IAFW-2249 General Conditions of Contracts the performance Security & retention
money as per last RAR shall be forfeited. All T&P and material of contractor lying
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
at site shall be confiscated by the Government and shall be absolutely at the
disposal of the President of India and no compensation whatsoever shall be
allowed by department.

9.4 Form for Bank Guarantee Bond against Performance Security Deposit shall
be as per Annx-I.

9.5 The period of validity of the Bank Guarantee Bond against Performance
Security Shall be more than 60 days up to and including the scheduled date of
expiry of Defects Liability Period.

10. The Accepting Officer reserves the right to accept a tender submitted by a
Public Undertaking, giving a 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.
11. The tender shall remain open for acceptance for a period of 120 days from bid
submission end date.
12. On acceptance of tender, the name of authorized representative (s) of the
contractors who would be responsible for taking instruction for Engineer-in-charge or
its authorized representative shall be intimated by the contractor within 7 days if issue
of Acceptance letter.
13. Revision/Modification of quoted Price:-
In case the tenderer has to revise/modify/withdraw his quoted rates/offer
after it is uploaded in e-tendering portal he may do so on before bid submission
end date & time in e-tendering portal only. Any revision/modification on
offer/withdrawal of offer in the form of an open letter after bid submission end date
& time and the same shall be considered as revocation of offer and shall not be
taken into account, while considering his originally quoted offer.
14. 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 bid submission end date and
before expiry of original 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 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.

Yours Faithfully

Encls : Tender Documents

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

FORM OF LETTER REGARDING SUBMISSION OF DOCUMENTS

The Chief Engineer,


Project Vartak,
C/o 99 APO
SUBMISSION OF DOCUMENTS
Sir,
1. Reference NIT No. CE/VTK/33/2019-20
2. Original / attested / self signed copies of following documents are submitted herewith to prove the
eligibility for the tender mentioned under reference. Scanned and self signed copies have already been
uploaded on the website as per detail given below:-
i) Earnest Money in the shape of call Receipt / Term Deposit Receipt / Special Term Deposit
Receipt.
ii) Scanned copy of GST registration certificate by bidders

iii) Affidavit for acceptance of tender conditions as per Appendix ‘A’


iv) Working Capital Certificate from a nationalized / scheduled bank as per Appendix ‘B’/ Copy
of Latest Balance sheets / income tax return.
v) Affidavit for engineering establishment as per Appendix ‘C’.
vi) Detail of completed and balance works as per Appendix ‘D’.
vii) Available Bid Capacity as per Appendix ‘E’.
viii) Affidavit regarding major constructional vehicles, equipment and plants as per Appendix ‘F’
and affidavit regarding functionality.
ix) Affidavit for performance of bidder as per Appendix ‘G’.
x) Signed copy of Integrity Pact as per Appendix ‘H’.
xi) General arrangement drawing for Major Pmt Bridge, Approach slab and type of
proposed permanent structure along with details of Surfacing works for both side
Approach roads as per ground requirement.

xii) Following additional documents are being submitted because I/ We are not enlisted
with BRO:

a) 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).

b) Copies of passport of proprietor / partners / directors.

c) Copies of PAN card of proprietor / partners / directors.

d) Enlistment form for provisional enlistment.


Yours faithfully,

Signature of Bidder

NOTE: To be crossed whichever is not applicable/ submitted

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Appendix ‘A’

UNDERTAKING FOR ACCEPTANCE OF TENDER/ CONDITIONS


(TO BE GIVEN ON NON JUDICIAL STAMP PAPER)

1. I/We, the under signed do hereby under take that our firm M/s _____________ agree to abide by
Terms and Conditions of tender No. CE/VTK/33/2019-20 as per your advertisement given on CPPP
website https://eprocure.gov.in/eprocure /app and it shall be binding on us and may be accepted at any
time before the expiration of validity period of the tender documents.

2. I/We have read entire terms & conditions of the tender documents (including all documents like
annexure(s), schedule(s) etc), which form part of agreement and has made myself aware of the scope and
specifications of the work to be done and of the conditions and other factors, site conditions, taxes and
levies prevailing etc which may affect the quotation and execution of the work. I/We shall abide hereby the
terms/conditions/clause contained therein, and accept the same to proceed further to submit online bids for
this tender document.

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 document(s) /
corrigendum(s) in its totality / entirety.

5. I/We have to digitally signed and uploaded the required documents one by one as indicated. I have
noted that the very act of using DSC for downloading the bids and uploading their offers shall be deemed
to be a confirmation that I have read all sections and pages of the bid document including General
Conditions of contract without any exception and have understood the entire document and are clear about
the requirements of the tender requirements.

6. My/our signature here under is in token of my/our having accepted the aforesaid terms and
conditions of contract and the clause relating to Arbitration forming an integral part of this tender.

7. In case any provisions of this tender are found violated, your department / organization shall be at
liberty to reject my offer / bid including forfeiting of the full amount of Earnest money deposit absolutely and
we shall not have any claim / right against your department in satisfaction of this condition.

______________________________________
(Signature of proprietor / Authorized Rep of the Firm)

Note: -

1. The information shall be provided on non-judicial stamp paper as an affidavit duly attested by a
Notary / Magistrate.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Appendix ‘B’

BANKER’S CREDIT CERTIFICATE

This is Certified that M/s./ Shri./Smt.________________________ having address


______________________________________________________, has/have been maintaining a saving
bank account/current account/fixed deposit account with this branch of bank since
______________________ and an amount not less than Rs._____________. (Rupees
______________________________________ ) has been available to the credit in his /her/their account
Nos _____________ for the last three months. The firm is enjoying over draft/credit facility up to limit of Rs.
____________Lacs.

______________________________________
(Signature of Bank Manager/ Authorized Rep of the Bank)

Name, No, & Seal of bank

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Appendix ‘C’
ENGINEERING ESTABLISHMENT

I/We hereby submit undertaking that following Degree Engineers / Diploma Engineers are employed in our
Organization which are as:-

S/No Name of Engineers Type of Qualification Nos of year of Experience


(Degree/Diploma with the firm

______________________________________
(Signature of proprietor / Authorized Rep of the Firm)

(Signature)
Notary/ First class Magistrate

Note: -

1. The information shall be provided on non-judicial stamp paper as an affidavit duly attested by a
Notary / Magistrate.

2. Credential of the Engineers required to support the same.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Appendix ‘D’
FORM OF EXPERIENCE

(DETAIL OF COMPLETED AND ONGOING WORKS)

List of completed/substantially completed work in last seven years and current financial years in following
format (the table shall be filled in by the Applicant) in support for eligibility:-

Name Brief Name Acce Date of Original Extend Actual Cost Cost Remar
of Scope & pted Commence date of ed date date of of of ks
work of addres Contr ment of complet of completi compl Bala explai
& CA Work s of act work ion complet on/ eted nce ning
No. employ Amo ion Present work work reason
er/ unt Progress (B) s of
client delay
if any

OR

Name Brief Name & Accepted Name of Period Quantity Remarks


of Scope of address of Contract contractor of (cum)
work Work employer/ Amount supply
& CA client
No.

___________________________________
(Signature of proprietor / Authorized Rep of the Firm)

Note: 1. Scanned copy of Acceptance letter, Work order & Completion Certificate be
attached in support of above details.

2. The information shall be provided on non-judicial stamp paper as an affidavit


duly attested by a Notary / Magistrate.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Appendix ‘E’
AVAILABLE BID CAPACITY (ABC)

Available bid capacity will be evaluated as under:-

Available Bid Capacity: 2.50 A x N – B

A - Maximum value of all Civil Engg works in any one year during the last 5 financial years
(Updated at current price level with enhancement factor by adding 10% escalation per annum)

N - Number of years prescribed for completion of work for which current bid is invited ie (period of
completion of work against this NIT (days) / 365).

B - Value of the balance ongoing works to be executed in period “N”.

Details for calculating value of “A” :-Maximum value of all Civil Engg works in any one year during the
last 5 financial years (Updated at current price level with enhancement factor by adding 10% escalation per
annum) given as under :-

Total value of Civil Engg works executed in last 5 year (Certificate from Charter
Accountant required in support)

Financial year Actual cost Multiplying Cost of work Remarks


of work factor updated to the
executed current price
(Rs. in lacs) level
(Rs. in lacs)
ie Col 2 xCol 3

1 2 3 4 5
2018-19 1.1
2017-18 1.2
2016-17 1.3
2015-16 1.4
2014-15 1.5

Note: Highest value of work in any year to be considered as A


A=

N= 1096/365= 3.002

B=
Available Bid Capacity: 2.50 A x N – B=
______________________________________
(Signature of proprietor / Authorized Rep of the Firm)

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Appendix ‘F’

LIST OF MAJOR CONSTRUCTIONAL VEHICLES, EQUIPMENT AND PLANTS

S. Type of Year of Source from where to be Location : To be


No. V/E/P Manufacture arranged Presently spared
Owned Hired/ leased deployed /used for
this work

I/We undertake and affirm that V/E/P mentioned above are functional for the last two years.

___________________________________________
(Signature of proprietor / Authorized Rep of the Firm)

(Signature)

Notary/ First class Magistrate

Note: The information shall be provided on non-judicial stamp paper as an affidavit duly attested by a
Notary / Magistrate.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Appendix ‘G’
UNDERTAKING FOR PERFORMANCE

I/We hereby 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 un-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 Govt dues outstanding against the firm (If yes, he will submit
details and reasons).

(f) Tenderer should not be habitual litigant i.e. having more than 3 unsuccessful
arbitration/court cases during last 5 years in which his views/claims
substantially rejected.

(g) Proprietor/partners/directors of firm are not involved in anti national/social


activities and have neither been convicted nor are any proceedings pending in
court for such activities (If yes, he will submit details).

(h) Firm should have been considered capable of taking more load in work load
return circulated by DGBR. In case the firm is not considered capable for taking
more work load due to unsatisfactory performance in the running works, in the
prevailing report circulated by DGBR their technical bid shall be rejected. as per
following format:-

Name & Causes of Amounts Brief of Court judgment/arbitration


address of dispute involved award (if published) otherwise
employer present progress

Note: To be submitted on non-judicial stamp paper duly attested by Magistrate / Notary

______________________________
(Signature of proprietor / Authorized Rep of the Firm)

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Appendix ‘H’

INTEGRITY PACT

General

1. Whereas the President of India, represented by Chief Engineer (CE)/Commander Contract/OC


Contract hereinafter referred to as Principal/Owner and the first part, has floated the Tender (NIT
No. CE(P)/VTK/33/2019-20) and intends to award, under laid down organizational procedure,
contract for SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF
75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER
STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH
AT KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER
PART-I AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE
AND 22.00 MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS
87.00 MTR) OF COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION
CONTRACT UNDER 1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL
PRADESH

hereinafter referred to as works / Services and M/s __________represented by,


_______________(Which term unless expressly indicated by the contract, shall be deemed to
include its successors and its assignees), hereinafter referred to as the Bidder/Contractor and the
second part is willing to carryout the works/services.

2. Whereas the Bidder is a Proprietorship Concern/Partnership Firm/Limited Liability Firm/Private


Limited Company/Limited Company/Joint Venture constituted in accordance with the relevant law in
the matter and the Principal/Owner is Chief Engineer (CE) / Commander Contract / OC Contract
performing its functions on behalf of the President of India.

Objectives

3. Now, therefore, the Principal / Owner and the Bidder agree to enter into this pre-contract
agreement, referred to as INTEGRITY PACT (IP), to avoid all forms of corruption by following a
system that is fair, transparent and free from any influence/prejudiced dealing prior to, during and
subsequent to the conclusion of the contract to be entered into with a view to:-

3.1 Enabling the Principal / Owner to get the desired works / services at a competitive
price in conformity with the defined specifications of the Services by avoiding high cost and
the distortionary impact of corruption on public procurement.

3.2 Enabling Bidders to abstain from bribing or any corrupt practice in order to secure
the contract by providing assurance to them that their competitors will also refrain from
bribing and other corrupt practices and the Principal / Owner will commit to prevent
corruption, in any form, by their officials by following transparent procedures.

Commitments of the Principal / Owner

4. The Principal / Owner commits itself to the following:-

4.1 The Principal / Owner undertakes that, no official of the Principal / Owner, connected
directly or indirectly with the contract will demand, take a promise for or accept, directly or
through intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the Bidder, either or themselves or for any
parson, organisation or third party related to the contract, in exchange for an advantage, in

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
the bidding process, bid evaluation, contracting or implementation process related to the
Contract.

4.2 The Principal / Owner will, during the pre-contract stage, treat all Bidders alike and
will provide to all Bidders the same information and will not provide any such information to
any particular Bidder which could afford an advantage to that particular Bidder in
comparison to other Bidders.

4.3 All the officials of the Principal / Owner will report to the appropriate Government
office any attempted or completed breach(s) of the above commitments as well as
any substantial suspicion of such a breach.

5. In case of any such preceding misconduct on the part of such official(s) is reported by the Bidder to
the Principal / Owner wilful and verifiable facts and the same is prime facie found to be correct by
the Principal / Owner, necessary disciplinary proceedings, or any other action as deemed fit,
including criminal proceedings may be initiated by the Principal / Owner and such a person shall be
debarred from further dealing related to the tender / contract process. In such a case while an
inquiry is being conducted by the Principal / Owner the tender process / proceedings under the
contract would not be stalled.

Commitments of Bidders

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

6.1 Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,
favour any material or non-material benefit or other advantage, commission, fee, brokerage or
inducement to any official of the Principal / Owner, connected directly or indirectly with the bidding
process, or to any person, organization or third party related to the contract in exchange for any
advantage in the bidding, evaluation, contracting and implementation of the Contract.

6.2 The Bidder further undertakes hat he not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour any material or non-material benefits or other
advantage commission, fees, brokerage or inducement to any official of the principal / Owner or
otherwise in procuring the Contract or forbearing to do or having done any act in relation to the
obtaining or execution of the contract or any other Contract with the Government for showing or
forbearing to show favour or disfavour to any person in relation to the Contract or any other
Contract with the Government.

6.3 The Bidder will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.

6.4 The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means
and illegal activities.

6.5 The Bidder would not enter into-conditional contract with any Agent(s), broker(s) or any
other intermediaries wherein payment is made or penalty is levied, directly or indirectly, on success
or failure of the award of the contract.

6.6 The Bidder commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts. Complaint will be processed as per
Guidelines for Handling of Complaints in vogue. In case the complaint is found to be vexatious,
frivolous or malicious in nature, it would be construed as a violation of Integrity Pact.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

7. Previous Transgressions

7.1 The Bidder declares that no previous transgressions occurred in the last three years
immediately before signing of this Integrity Pact with any other Company in respect of any corrupt
practices envisaged, hereunder or with any Public Sector Enterprise in India or any Government
Department in India.

7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualified from the
Tender process or the contract and if already awarded, same can be terminated for such reason.

8. Company Code of conduct

8.1 Bidders are advised to have a company code of conduct (clearly rejecting the use of bribes
and other unethical behaviour) and a compliance program for the implementation of the code of
conduct throughout the country.

9. Sanction for violation

9.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him or acting
on his behalf (whether with or without the knowledge of the Bidder) or the commission of any
offence by the Bidder or any one employed by him or acting on his behalf, as defined in Chapter IX
of the India Penal Code, 1860 or the Prevention of Corruption Act. 1988 or any other act enacted
for the prevention of corruption shall entitle the Principal/ Owner to take all or any one of the
following actions, wherever required:-

(i) Technical bid of the Bidder will not be opened, Bidder will not be entitled to or given
any compensation. However, the proceedings with the other Bidder(s) would continue.

(ii) Financial bid of the Bidder will not be opened Bidder will not be entitled to or given
any compensation. However, the proceedings with the other Bidder(s) would continue.

(iii) The Earnest Money Deposit shall stand forfeited either fully or partially, as decided
by the Principal/Owner, in case contract is not awarded to the Bidder and the Principal/
Owner shall not be required to assign any reason therefore,. For enlisted Contractors an
amount less than or equal to Earnest Money Deposit as decided by the Principal/ Owner
shall be deducted from any amount held with the Department / any payment due.

(iv) To immediately cancel the Contract, if already concluded / awarded without any
compensation to the Bidder.

(v) To encash the Performance security furnished by the Bidder


.
(vi) To cancel all or any other Contract(s) with the Bidder.

(vii) To temporarily suspend or temporarily debar/ permanently debar the Bidder as per
the extant policy.
(viii) If adequate amount is not available in the present tender / Contract, the deficient
amount can be recovered from any outstanding payment due to the Bidder from the
Principal / Owner in connection with any other contract for any other works.

(ix) If the Bidder or any employee of the Bidder or any person acting on behalf of the
Bidder, either directly or indirectly, is closely related to any of the Officers of the Principal/
Owner, or alternatively if any close relative of an Officer of the Principal / Owner has
financial interest/stake in the Bidder’s firm, the same shall be disclosed by the Bidder at the
time of submission of tender. Any failure to disclose the interest involved shall entitle the
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
Principal/Owner to debar the Bidder from the bid process or rescind the contract without
payment of any compensation to the Bidder. The term close relative for this purpose would
mean spouse whether residing with the Government servant or not, but does not include a
spouse separated from the Government servant by a decree or order of a competent Court,
son or daughter or step son or step daughter and wholly dependent upon Government
servant, but does not include a child or step child who is no longer, in any way dependent
upon the Government servant or of whose custody the Government servant has been
deprived of by or under any law, any other person related whether by blood or marriage, to
the Govt servant or to the Government servant’s wife or husband and wholly dependent
upon Government servant.

(x) The Bidder shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the Principal / Owner
and if he does so, the Principal / Owner shall be entitled forthwith to cancel the contract and
all other contracts with the Bidder.

9.2 The decision of the Principal / Owner to the effect that a breach of the provisions of this
Integrity Pact has been committed by the Bidder shall be final and binding on the on the Bidder.
However, the Bidder can approach the independent External Monitor(s) (IEMs) appointed for
the purpose of this Pact.

10. Independent External Monitors (IEMs)

10.1 MoD has appointed the following Independent external Monitors for this pact in consultation
with the central Vigilance commission:-

Sl No. Name of IEM E-mail ID


1. Shri Hem Kumar Pande hempande@nic.in
2. Shri Anjan Kumar Banerjee Anjan.banerjee@gov.in

10.2 In case of any complaint with regard to violation of Integrity Pact, either party can approach
IEMs with copy to the Nodal Officer and the other party. If any such complaint from bidder is
received by the Principal / Owner, the Principal / Owner shall refer the complaint to the Independent
external Monitors for their recommendations / inquiry report.

10.3 If the IEMs need to peruse the relevant records of the Principal / Owner and/or of the Bidder
/ Contractor in connection with the complaint sent to them, the Principal / Owner and /Or the Bidder
/ Contractor shall make arrangement for such perusal of records by the Ems as demanded by them
including unrestricted and unconditional access to the Project documentation and minutes of
meeting. If records / documents of Sub-Contractor(s) are also required to be perused by the IEMs,
the Bidder shall make arrangement for such perusal of records by the IEMs as demanded by them
IEMs are under obligation to treat the information and documents of the Principal / Owner and
Bidder / Contractor / Sub-Contractors with confidentiality.

10.4 The task of the IEMs, is to review independently and objectively, any complaint received
with regard to violation Integrity Pact and offer recommendations or carry out inquiry as deemed fit.
The IEMs are not subject to any instructions by the representatives of the parties and shall perform
their functions neutrally and independently. The report of inquiry, if any, made by the IEMs shall be
submitted to either of the following for a final and appropriate decision in the matter keeping in view
the provision of this Pact:-

(a) DGBR In normal cases.

(b) CVO (MES & BRO)/MoD in cases involving vigilance angle.


Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

11. Examination of Books of Accounts

In case of any allegation of violation of any provisions of this Integrity Pact or pament of
commission the Principal /Owner or its agencies shall be entitled to examine the Books of Account
of the Bidder and the Bidder shall provide necessary Information of the relevant financial
documents in English and shall extend all possible help for the purpose of such examination.

12. Law and place of jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of
the Principal / Owner.

13. Other Provisions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any civil or
criminal proceedings.

14. Signing of Integrity Pact on behalf of Bidder

(a) Proprietorship Concern – The Integrity Pact must be signed b the proprietor or by an
authorized signatory holding power of attorney.

(b) Partnership firm – The Integrity Pact must be signed by all partners or by one or
more partner holding Power of Attorney signed by all partners.

(c) Limited Liability firm – The Integrity Pact must be signed by all partners or by one or
more partner holding Power of Attorney signed by all partners.

(d) Private Limited / Limited Company – The Integrity Pact must be signed by a
representative duly authorized by Board resolution.

(e) Joint Venture - The Integrity Pact must be signed by all partners and members to
Joint Venture or by one or more partner holding Power of Attorney signed by all partners
and members to the Joint Venture.

15 Validity
15.1 The validity of this Integrity Pact shall be from date of its signing. It expires for the
Contractor after the final payment under the Contract has been mode or till the Continuation
of Defect liability period, whichever is later and for all other Bidders, till the Contract has
been awarded.

15.2 Should one or several provisions of this Pact turn out to be invalid, the reminder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to their
ordinal intentions.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

INTEGRITY PACT

To,

Chief Engineer (Project)

Sub: Tender No. CE(P)/VTK/33/2019-20

Submission of Tender for the work of SUB SOIL INVESTIGATION, DESIGN, DRAWING
AND CONSTRUCTION OF 75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH
STEEL SUPER STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN
NALLAH AT KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA
UNDER PART-I AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE
AND 22.00 MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00
MTR) OF COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT
UNDER 1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH

Dear Sir,

I/We acknowledge that BRO is committed to follow the principles thereof as enumerated in the
Integrity Pact enclosed with the tender / bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that,
I/We will sign the Integrity Pact, which is an integral part of Tender documents, failing which I/We will
stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL
BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Pact in letter and spirit and further agree
that execution of the said integrity Pact shall be separate and distinct from the main contract, which will
come into existence when tender/ bid is finally accepted by BRO. I /We acknowledge and accept the
validity of the Integrity Pact, which shall be in the line with Para15 of the enclosed Integrity Pact.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Pact, while
submitting the tender / bid, BRO shall have unqualified, absolute and unfettered right to disqualify the
tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

INTEGRITY PACT

To,

____________
_____________
_____________
_____________

Sub: NIT No. CE(P)/VTK/33/2019-20 for the work SUB SOIL INVESTIGATION, DESIGN,
DRAWING AND CONSTRUCTION OF 75 MTR SPAN MAJOR PERMANENT BRIDGE
AMARTALA-I WITH STEEL SUPER STRUCTURE (THROUGH TYPE) ON OPEN
FOUNDATION OVER UNKNOWN NALLAH AT KM 49.950 ON ROAD ORANG-KALAKTANG-
SHERGAON-RUPA-TENGA UNDER PART-I AND CONSTRUCTION OF 65.00 MTR
APPROACH ROAD ON ORANG SIDE AND 22.00 MTR ON KALAKTANG SIDE, (TOTAL
LENGTH OF APPROACH ROAD IS 87.00 MTR) OF COMPLETED BRIDGE UNDER PART-II,
THROUGH EXECUTION CONTRACT UNDER 1441 BCC/ 14 BRTF/ PROJECT VARTAK IN
ARUNACHAL PRADESH

Dear Sir,

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

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

This declaration shall form part and parcel of the Integrity Pact and signing of the same shall be deemed as
acceptance and signing of the Integrity Pact on behalf of the BRO.

Yours faithfully,

Chief Engineer Project

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

ANNEXURE-I PERFORMANCE
GUARANTEE BOND
(to be used by approved Scheduled Banks)
1. In consideration of the President of India (hereinafter called “the government”)
having agreed to exempt …………. (hereinafter called “the said Contractor(s)”) from the
demand, under the terms and condition of an Agreementdated ……………
Made between …………………………… and………………………………… For
…………………………….. (hereinafter called “the said Agreement”), of security deposit for
the due fulfillment by the said Contractor(s) of the terms and conditions contained in the
said Agreement, on production of a Bank Guarantee for Rs……………..(Rupees
……………….. only), we ………………….. bank Ltd. (hereinafter referred to as “the Bank)
do hereby undertake to pay to the Government an amount not exceeding
Rs.
……………against any loss or damage caused to or would be caused or suffered by the
Government by reason of any breach by the said Contractor(s) of any the terms or
conditions contained in the said Agreement.
2. We ……………………..Bank Ltd, do hereby undertake to pay the amounts due and
payable under this guarantee without any demur, merely on a demand from the
Government stating that the amount claimed is due by way of loss or damage caused to or
would be caused to or suffered by the Government by reason of any breach by the said
Contractor(s) of any of terms or conditions contained in the said Agreement or by reason
of the contractor’s (s) failure to perform the said Agreement. Any such demand made on
the Bank shall be conclusive as regards the amount sue and payable by the Bank under
this guarantee. However, our liability under this guarantee shall be restricted to an amount
exceeding Rs. …………..
3. We ………………………..Bank Ltd, further agree that guarantee herein contained
shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all the
dues of the Government under or by virtue of the said Agreement have been fully paid
and its claims satisfied or discharged or till ………………… (Officer/Department), Ministry
of ………………….Certifies that the terms and condition of the said Agreement have been
fully and properly carried out by the said Contractor(s) and accordingly discharges the
guarantee. Unless a demand or claim under this guarantee is made to us in writing on or
before the ……………………. we shall be discharged from all liability under this guarantee
thereafter.
4. We ………………………..Bank Ltd, further agree the Government that the
Government shall have the fullest liberty without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said Agreement or to extend time
of performance by the said Contractor(s) from time to time or to postpone for any time or
from time to time any of the powers exercisable by the Government against the said
contractor (s) and to forbear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation,
or extension being granted to the said contractor (s) or for any forbearance, act or
omission on the part of the Government or any indulgence by the Government to the said
contractor (s) or any such matter or thing whatsoever which under the law relating to
sureties would but for this provision have effect of so relieving us.
5. We ………………………..Bank Ltd, lastly undertake not to revoke this guarantee during
its currency except with the previous consent of the Government in writing.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

NOTICE INVITING TENDER


(NATIONAL COMPETITIVE BIDDING)
GOVT. OF INDIA
MINISTRY OF DEFENCE
BORDER ROADS ORGANISATION
GENERAL RESERVE ENGINEER FORCE
CHIEF ENGINEER PROJECT VARTAK
NIT NO CE (P) VTK-33 OF 2019-20

1. Online bids are invited on single stage two bid system for SUB SOIL INVESTIGATION, DESIGN,
DRAWING AND CONSTRUCTION OF 75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I
WITH STEEL SUPER STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN
NALLAH AT KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I
AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00 MTR ON
KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF COMPLETED
BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER 1441 BCC/ 14 BRTF/
PROJECT VARTAK IN ARUNACHAL PRADESH”: NIT No CE (P) VTK-33 OF 2019-20

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


INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF 75 MTR SPAN MAJOR
PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER STRUCTURE (THROUGH TYPE) ON OPEN
FOUNDATION OVER UNKNOWN NALLAH AT KM 49.950 ON ROAD ORANG-KALAKTANG-
SHERGAON-RUPA-TENGA UNDER PART-I AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD
ON ORANG SIDE AND 22.00 MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD
IS 87.00 MTR) OF COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT
UNDER 1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH”: NIT No CE (P) VTK-33
OF 2019-20

2. Tender documents may be downloaded from central public procurement portal site
https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE SHEET as under:-

Published Date 22 Apr 2020 at 1800 hrs


Bid Document Download / Sale Start Date 23 Apr 2020 at 0800 hrs
Clarification Start Date 23 Apr 2020 at 0900 hrs
Clarification End Date 30 Apr 2020 at 1100 hrs
Pre bid meeting 05 May 2020 at 1100 hrs
Bid Submission Start Date 06 May 2020 at 1000 hrs
Bid Submission End Date 14 May 2020 at 1500 hrs
Bid Opening Date 15 May 2020 at 1530 hrs
Opening Date of Financial Bid To be fixed later on

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


https://eprocure.gov.in/eprocure/app. Manual bids shall not be accepted. Tenderer/
Consultants are advised to follow the instructions provided in the “Instructions to the bidders for
the e-submission of the bids online through the Central Public Procurement Portal for e
Procurement at https://eprocure.gov.in/eprocure/app” before proceeding ahead.

4. The work is estimated to cost Rs 772.14 Lacs (Rupees Seven Crore Seventy Two Lacs
Fourteen Thousand only) approximately or as subsequently amended in tender documents or
uploaded in BRO website www.bro.gov.in and CPPP website htp: //eprocure.gov.in/ eprocure/app.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

(NOTICE OF TENDER (contd……)


This estimate, however, is not a guarantee and is merely given as a rough guide and if works cost
more or less, the tenderer shall have no claim on that account of what so ever nature.

5. The tender shall be based on General Conditions of Contracts I.A.F.W.- 2249 including
amendment and errata up to date as mentioned in tender document.

6. Not more than one tender shall be submitted by one contractor or contractors having business
relationship. Under no circumstance will father and 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 parities liable to rejection.

7. The work is to be completed 100% within 36 months as per the phasing

Phase-I:-

(a) Submission of Design and Drawings of bridge including Proof Checking from IIT and its final
approval from HQ DGBR (B&T Dte):- 06 months.

(Complete Drawings and Design are to be submitted by Contractor within 60 days of acceptance of
the Contract.)

Phase-II:-
(a) Construction of bridge as per Schedule ‘A”:- 30 months
Note:- Phase-II to run simultaneously with Phase-I

or as subsequently amended in tender documents or uploaded in BRO website www.bro.gov.in and


CPPP website http : //eprocure.gov.in/ eprocure/app website on accordance with the 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, Project Vartak, C/O 99 APO will be the Accepting Officer, here in
after, referred to as such for the purpose of this contract.

9. Intending tenderers are advised to visit again BRO website


www.bro.gov.in (for reference only) and CPPP website http : //eprocure.gov.in/ eprocure/app 03 (three)
days prior to date of submission of tender for any corrigendum / addendum/ amendment.

10. Earnest money is not required to be attached with tender by the valid enlisted contractors
with BRO who have submitted standing security deposit and MSME registered firm as per Rule 170 (i) of
GFR 2017 but it is required from other contractors and to be attached (Scanned copy) with Technical
Bid for Rs 7,11,070.00 (Rupees Seven Lacs Eleven Thousand and Seventy only) payable at SBI
Mission Charali (Code No. 05783) in the shape of Call Deposit Receipt/ Term Deposit Receipt/
Special Term Deposit Receipt in favour of Chief Engineer (P) Vartak, C/O 99APO obtained from
any Nationalised/Scheduled BANK andhaving maturity/validity period 90 days more than validity period
of his offer.

11. Successful Bidder (L-1) shall deliver to Accepting Officer a Performance Security for an amount
of 5% of contract sum in the shape of Bank Guarantee or FDR within 28 days of issue of LoA.

12. Copies of drawings (if applicable) 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:-
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

HQ CE (P) Vartak
C/o 99 APO
OR
HQ 14 TF (GREF)/ HQ1441 BCC

13. Tenderers are advised to visit the work site by making prior appointment with Col Jitender
Kaushik, Director (Contracts), HQ Chief Engineer, Project Vartak, C/o 99 APO. Any quarry related to the
tender condition may be clarified at following telephone No. 03712-221513/230501.

14. A tenderer shall be deemed to have full knowledge of all relevant documents, samples, site etc
whether he had inspected them or not.

15. 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.

16. The 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.

17. The submission of a tender by a tenderer implies that he has read this notice and conditions of
contract and has made himself aware of the scope andspecifications 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.

18. The Pre-Contract Integrity Pact has been signed by Accepting Officer or by the Officer specifically
designated by him and scanned copy uploaded as part of NIT alongwith tender documents. Scanned copy
of Integrity Pact duly signed on each pages by the bidder(s) shall be uploaded as part of technical bid
(Cover-I) and original Integrity Pact duly signed on each pages shall be forwarded by post along with
EMD.

19. The scanned copy of original instruments in respect of earnest money, Integrity Pact duly signed
on each page by the bidder(s), and under taking regarding acceptance of tender conditions, Enlistment
letter if firm is enlisted in BRO, EPFO, Registration letter, GST Registration and any other documents
required to be submitted with respect to various conditions mentioned in the tender documents must be
uploaded alongwith the technical bid. The Hard copies of all the documents should reach the tender Inviting
Authority in the sealed envelope within 05 days of bid submission end date.

20. Blank

21. Tender may be accepted in parts or as a whole. The bidder will not have any claim on this
account and the decision of Accepting Officer shall be final and binding.

22. In case of applications/bid (enlisted contractor/as well as unenlisted contractors) where scanned
copies of requisite Earnest money (as applicable) were uploaded but the same are not received in
physical from within stipulated time, such bids shall not qualify for opening of finance bid.

23. In case of rejection of technical bid, contractor may appeal to next higher Engineering Authority
i.e. HQ ADGBR on email bro-hqeast@gov.in against rejection whose decision shall be final and binding,
However, contractor/bidder shall not be entitled for any compensation whatsoever on account of rejection
of technical bid.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
24. For any further particulars, you may refer BRO website http:/www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app.

25. 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 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 bidder and his related firm shall not be allowed
to participate in the tendering in second call or subsequent calls

26. Important- Above particulars may change due to administrative or any other reason and shall
be available in BRO website http:/www.bro.gov.in and CPPP website
https://eprocure.gov.in/eprocure/app. Therefore bidders/contractors are r e q u e st e d t o visit BRO
website http:/www.bro.gov.in and C P P P w e b s i t e https://eprocure.gov.in /eprocure/app frequently and
at least once again 03 (three) days prior to bid submission date as per critical date sheet, for any
changes in above particulars.

27. This notice of tender shall form part of the Contract Agreement.

28. HQ DGBR has appointed the following Officer as Nodal Officer of BRO:-

SL Name of the Nodal Officer of BRO E-Mail ID Mobile No


No.

1 Shri S K Deota, IDCMS, Santoshkd22868-cgo.nic.in 9409307524


Director (Contracts)

NOTE:- Addl Contact Numbers for clarifications, if required any, are


Col Jitender Kaushik, Dir Contracts :- 08948522229
EE (Civ) K K Raveendrababu, SW :- 06000468033

S/dxxxxxx
Case file No 81219/ /E8 (KK Raveendra Babu)
HQ CE (P) Vartak EE (Civ)
PIN -931 716 SW
C/O 99 APO For Accepting Officer
Dated: ___ Apr 2020

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

Distribution: - For information and wide publicity please.

1 All India Traders Information 7 Head Office of Builder Association


Bureau, Post Box No. 25, (Post of India, G-1/G-20 Commerce
Office), Shastri Nagar Jaipur – 302 016 centre, 7th Floor, J-Dodajee
(Rajasthan) Road, Tardeo, Mumbai-400 034.
2 MES Builders Association of India, 807,Sahyog 8 HQ Dte GBR/E8, Seema Sadak
58 Nehru place, New Delhi-19 Bhawan, Ring Road Delhi Cantt.
New Delhi–10
3 HQ ADGBR (East) 9 Chief Engineer, Eastern/ Western
Pin - 900 885 Zone (PWD), Itanagar, Arunachal
C/o 99 APO Pradesh -791 111
4 The Chief Engineer (Highways), Govt of 10 HQ Chief Engineer, Project
Arunachal Pradesh, Public Works ________ C/O 56/99 APO
Department, Itanagar (AP) -791 111
5 Chief Engineer, Department of Hydro 11 _____RCC/BCC (GREF)
Power Development, Itanagar, C/O 56/99 APO
Arunachal Pradesh
6 HQ -------- BRTF (GREF) 12 Director , Indian Trade Journal
C/o 56/99 APO
13 CWE, MES, Tezpur, Solmara 14 Executive Engineer, CPWD, Tezpur
15 Executive Engineer, PWD (R&B), Tezpur 16 Internal/ EDP - Please fwd the
confirmation letter onuploading the
NIT on BRO website

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

INSTRUCTIONS TO BIDDERS (ITB)


TO SUBMIT THE BIDS ONLINE THROUGH THE CENTRAL PUBLIC PROCUREMENT PORTAL
(CPPP) 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 e-procurement site using the “Click here to Enroll ”option
available on the homepage. Portal enrollment is 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 through their user ID/ password chosen during enrollment/
registration.

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 one Token/
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 CPPP website and download the
tender documents/ schedules. Tender documents may also be downloaded from BRO website
www.bro.gov.in or www.bro.nic.in (Link-tender-link-Vartak (for reference only).

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

8. If there are any clarifications, this may be obtained through the site, or through the contact details
or during the pre-bid meeting if any. Bidder should take into account the corrigendum published from time
to time before submitting the online bids.

9. Bidder then logs in to the site through the secured login by giving the user_ id/ password chosen
during enrolment/ registration and then by giving the password of thee-Token/ Smart Card to access
DSC.

10. Select the tender by using the search option & then moves it to the ‘My Tenders’ folder.

11. From my tender folder, 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 one
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 2MB. If any document is more than 2MB,
it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders Bid documentsmay
be scanned with 100 dpi with black and white option. However of the file s i z e is less than1MB the
transaction uploading time will be very fast.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
14. 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. This will facilitate the bid submission process
faster by reducing upload time of bids.

15. Bidder should submit the EMD and other required documents as specified in the tender in original.
The original should be posted/ couriered to the Tender Inviting Authority within the bid submission due
date & time for the tender, so as to reach the tender Inviting Authority within 3 days from date of
submission of tender online. Same can be also given in person. Scanned copy of the instrument should
be uploaded as part of the offer.

16. While submitting the bids online, the bidder should read the terms & conditions and accepts the
same to proceed further to submit the bid packets.

17. The bidder has to select the payment option as offline to pay the Bid Security/ EMD as applicable
and enter details of the instruments.

18. 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 acceptable.

19. The bidder has to digitally sign and upload the required 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 document and a r e
clear about the requirements of the tender requirements.

20. The bidder has to upload there relevant files required as indicated in the cover content.

21. If the price bid format (BOQ) is provided in a spread sheet file like 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 for
this tender.

22. 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 date & 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.

23. After the bid submission (i.e. 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 tender and will also act as an entry pass to participate in the
bid opening date.

24. The time settings fixed in the server site & 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.

25. 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 view able by unauthorized persons during bid
submission & not be viewable by any one until the time of bid opening.

26. Any bid document that is uploaded to the server is subjected to symmetric encryption using a
system generated symmetric key. Further this key is subjected to a symmetric encryption using buyers/
bid openers public keys. Overall, the uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

27. 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.

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

29. For any further queries, bidders may contact on telephone No. 03712-221513 or Email ID bro-
vtk@nic.in

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

CONTRACT AGREEMENT

CA NO.: CE(P)/VTK/ /2019-20

FOR

SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF 75 MTR SPAN


MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER STRUCTURE (THROUGH
TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT KM 49.950 ON ROAD
ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I AND CONSTRUCTION OF
65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00 MTR ON KALAKTANG SIDE,
(TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF COMPLETED BRIDGE UNDER
PART-II, THROUGH EXECUTION CONTRACT UNDER 1441 BCC/ 14 BRTF/ PROJECT
VARTAK IN ARUNACHAL PRADESH

CONTENTS

S. No. Description Page No.


1 Contents of CA documents
2 Tender, Contract Agreement and Acceptance
3 General Conditions of Contract
4 Special Conditions of Contract
5 Particular Specifications
6 Schedule ‘A’ Notes,
7 (a) BOQ/Schedule ‘A’,
(b) Annexure-I to Schedule ‘A’
(c) Annexure-II to Schedule ‘A’
(c) Schedule ‘B’
(d) Schedule ‘C& D’
(e) Acceptance Letter
(f) Annexure to Acceptance letter
(g) Bank Guarantee
(h) RTG/NTF
(i) Power of Attorney
8 Bridge cum SSI scheme

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

TENDER
To

The President of India

Having examined and perused the following documents: -

1. Specifications signed by SW (P) Vartak


2. Proposed SS1 details of Bridge
3. Particular Specification regarding details of super structure & sub structure
4. Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached here to
5. Special Conditions of the Contract
6. General Conditions of Contracts (IAFW-2249) 1989 (Print) including amendments 1 to 40 and
errata 1 to 20.

Should this tender be accepted, I/we agree: -


To execute all the works referred to in the said documents up to the terms and conditions
contained or referred to therein as detailed in the General Summary below and to carry out such
deviations as may be ordered vide condition 7 of General Condition of Contracts up to maximum of 10
percent and further agree to refer all disputes as required by condition 70 of the General Conditions of the
contract (IAFW-2249) to the Sole Arbitration of an serving Engineer Officer to be appointed by the Director
General Border Roads, New Delhi or in his absence, by the officer officiating as 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). All the provisions of Indian Arbitration
& Conciliation Act 1996 and it’s subsequent amendment in 2015 is applicable in this contract. However, all
the provision and conciliation Act 1996 and as amended in 2015 will be also applicable in this Contract.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
CONTRACT AGREEMENT

This AGREEMENT (hereinafter called the “Contract Agreement”) is made on the......………. day
of the month of ………… 20…, between, on the one hand, the President of India acting through Chief
Engineer, Project Vartak (hereinafter called the “Authority” which expression shall include their respective
successors and permitted assigns, unless the context otherwise requires) and, on the other hand,
………………………………….
(hereinafter called the “Contractor” which expression shall include their respective successors and
permitted assigns).

WHEREAS

(A) The Authority vide its NIT(hereinafter called the “TENDER”) for the SUB SOIL INVESTIGATION,
DESIGN, DRAWING AND CONSTRUCTION OF 75 MTR SPAN MAJOR PERMANENT BRIDGE
AMARTALA-I WITH STEEL SUPER STRUCTURE (THROUGH TYPE) ON OPEN
FOUNDATION OVER UNKNOWN NALLAH AT KM 49.950 ON ROAD ORANG-KALAKTANG-
SHERGAON-RUPA-TENGA UNDER PART-I AND CONSTRUCTION OF 65.00 MTR
APPROACH ROAD ON ORANG SIDE AND 22.00 MTR ON KALAKTANG SIDE, (TOTAL
LENGTH OF APPROACH ROAD IS 87.00 MTR) OF COMPLETED BRIDGE UNDER PART-II,
THROUGH EXECUTION CONTRACT UNDER 1441 BCC/ 14 BRTF/ PROJECT VARTAK IN
ARUNACHAL PRADESH (hereinafter called the “Project”);

(B) the Contractor submitted its proposals for the aforesaid work, whereby the Contractor represented
to the Authority that it had the required professional skills, and in the said proposals the Contractor
also agreed to supply all the material which required for successful completion of aforesaid work to
the Authority on the terms and conditions as set forth in the Tender and this Agreement; and

(C) the Authority, on acceptance of the aforesaid proposals of the Contractor, awarded the Work to the
Contractor vide its Letter of Award / Acceptance No.81189/ /E8 dated ..................... (the
“LOA”); and

(D) in pursuance of the LOA, the parties have agreed to enter into this Agreement. NOW,
THEREFORE, the parties hereto hereby agree to supply the material as per following conditions:
1. General Conditions of Contract
2. Special Conditions of Contract
3. Particular Specifications
4. BOQ/ Schedule ‘A’ Notes
5.
IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be signed in their
respective names as of the day and year first above written.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED


For and on behalf of Contractor For and on behalf of Authority

(SIGNATURE) (SIGNATURE)
Name Name
(In the capacity of _________________) (In the capacity of ______________________)

In the presence of following witnesses

1. 2.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
ACCEPTANCE
(Contractor)

Signed and accepted the Contract Agreement bearing No. CE/VTK/ /2019-20 for
Rs................................(Rupees...............................................................................................................)
Signature___________________________(Name of Signatory _____________________________) in
the Capacity of _____________________________________________ duly authorized to sign the
TENDER OR CONTRACT AGREEMENT on behalf of M/S__________________________________
Dated__________________
(IN BLOCK LETTERS)

Postal Address of the contractor:-


_____________________
______________________

Contact Nunbers:-
Telephone No.___________
Mobile No.______________

Email Address:-
______________________

ACCEPTANCE
(Accepting Officer)

........................alterations have been made in these documents as evidence that these alterations
were made before the execution of the Contract Agreement, they have been initialed by the contractor and
Shri ....................................................

The said officer(s) is/are hereby authorized to sign and initial on my behalf on the documents
forming part of this contract agreement.

The above tender is/was accepted by me on behalf of the President of India on item rates for
Rs.................…(Rupees..........................................................………………………)

Signature _________________________
Appointment: Chief Engineer Project Vartak
(For and on behalf of the President of India)
Dated this ____day of ________ 2019.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
GENERAL CONDITIONS OF CONTRACT
(IAFW – 2249: 1989 PRINT)
FOR
*LUMPSUM CONTRACTS (IAFW-2159)
AND
*ITEM RATE CONTRACTS (IAFW-1779A)

NAME OF WORK :- SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION


OF 75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER
STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT
KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I
AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00 MTR
ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER 1441
BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH

1. Definitions, etc.

(a) The “Contract” means the documents forming the tender and acceptance thereof, together with the
documents referred to therein including these Conditions, Schedule ‘A’, ‘B’, ‘C’, ‘D’ and/or General
summary attached to the form of tender, the DGBR Schedule, the specifications and the drawings, and all
these documents, as applicable, taken together shall be deemed to form one contract and shall be
complementary to one another.

(b) The “Tender documents” means the form of tender, the applicable Schedule ‘A’, ‘B’, ‘C’, ‘D’ and/or
General summary, these conditions, and the specifications and or Drawings as loaned to contractors for
the purpose of preparing their tenders.

(c) The “Works” means the works described in the tender documents or in the case of Term Contracts
in individual works orders and /or accompanying Drawings and specifications as may be issued from time
to time to the contractor by the OC or the Engineer-in-Charge within the powers conferred upon them,
including all modified extra or additional works and obligations to be carried out either on the site or at any
factory or workshop or other place for subsequent incorporation as required for the performance of the
contract.

(d) The “Site” means the lands and/or other places, on, in, into or through which works is to be
executed under the contract or any adjacent land, path or street which may be allotted or used for the
purpose of carrying out the contract.

(e) The “Contractor” means the individual or firm or company, whether incorporated or not, undertaking
the works and shall include the legal personal representatives of such individual or the persons composing
such firm or company, or the successors of such individual or firm of company and the permitted assigns
of such individual or firm or company.

(f) “Government” means the President of India, his successors in office and assigns and the
“Accepting Officer” means the duly authorized officer who signs the contract on behalf of the President.

Chief Engineer and Additional Chief Engineer (If specially authorized by the Chief Engineer) shall
exercise the same powers in respect of contracts concluded by either of them on behalf of president and
subject as otherwise provided in this contract, all notices to be given and all actions to be taken on behalf
of Government in respect of such contract may be given or taken by either the Chief Engineer or the
Additional Chief Engineer.

(g) The letters “TFC” means “Task Force Commanders” who, in the case of measurement and Lum
Sum Contracts directs the contract and the letters “CC” means “Officer Commanding” who administers and
in the case of Term Contracts directs the contract.
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

(h) The Engineer-in-Charge “means the Assistant Engineer (AE) Asst Executive Engineer or the
appointed by the OC to supervise the works or part of works.

(i) “Approved” and “directed” means the approval or direction of the TFC or person deputed by him for
the particular purpose.

(j) “M.D.” means the “Government of India (Ministry of Defence)”.


(k) DGBR means the “Director General Border Roads”.

(l) “I.S.” means “Indian Standard” as issued by the Bureau of Indian Standards Institution.
In the case of Measurement and Term Contracts, “Specifications” means those contained in the
DGBR Schedule together with any amendments etc., authorized there to by the tender documents,
“Drawings” refer to those accompanying the tender documents and/or any works Orders referred to
therein.

(m) Un the case of Lumsum Contracts, “Contractor’s percentage” means the percentage entered by the
Contractor in the General summary as addition to or deduction from the cost of buildings, etc. listed in
schedule-‘A’, to provide a lumpsum quotation for performance inclusive of any elements required by him for
extra costs, profit establishment charges and insurance etc.

In the case of Measurement and Term Contracts “Contractor’s percentage” shall, if the context so
permits, mean the uniform percentage tendered by the Contractor and accepted by the Accepting Officer,
and the expression “Contract Rates” shall likewise means the rates in the DGBR Schedule as adjusted by
the said contractor’s percentage, if any.

(n) The “Contract Sum” means: -


(i) In the case of lump sum contracts (I.A.F.W-2159) the sum for which the tender is accepted.
(ii) In the case of Measurement (Percentage Rate) contracts (I.A.F.W-1779) the estimated
value of the works at the rates contained in the DGBR Schedule adjusted by contractor’s
percentage.

(iii) In the case of item Rate Contracts for works by Measurement (I.A.F.W-1779-A) the total
cost of the work arrived at after extension of the quantities Schedule-‘A’ by the item rates
quoted by the tenderer for the various items.

(o) The “Final Sum”, means the amount payable under the contract by Government to the contractor
for the full and entire execution and completion of the works, or in the case of Term Contracts, of individual
works Orders.

(p) “Accepted Risks” means the risks on the site accepted by the accepting officer of the contract, or
the TFC in case of contracts accepted by OC or reps (otherwise than contractors employees) war invasion
act of foreign enemies, hostilities civil war, rebellion, revolution, insurrection military or usurped tornado
power, damage from aircraft & acts of God such as earth quake lightning unprecedented floods & tornado.

(q) The “date for completion”, is the date or dates for completion of the whole or any part of the works,
set in or ascertained in accordance with the individual works orders or the tender documents, or any
subsequent amendment thereto, as provided in the conditions 9 and 11 here in after.

(r) A “Week” means seven days without regards to the numbers of hours worked or not worked in any
day in that week.

(s) A “day” means a day of 24 hours irrespective of the number of hour worked or not worked in that
day.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

(t) A “Working day” means any day other than that prescribed by the Negotiable Instruments Acts as
being a holiday and consists of the number of hours of labour as commonly recognized by good employers
in the trade in the district where the work is carried out.

(u) “Emergency work” means any urgent measures which in the opinion of the Engineer-in-charge,
become necessary during the progress of the works to obviate any risk of accident or failure or which
becomes necessary for security, or rectifications to essential services like water supply and electrification
during the maintenance period of the contract.

(v) “Prime cost” and “Prime cost sums” and the letter “P.C.” or a combination of the same means the
amount actually paid by the contractor for any article, commodity or special work and include all proper
charges for packing, carriage and delivery to the site, after deduction of all trade discounts, rebates and
allowances and all discounts obtainable for cash in so far as such discounts exceed 2.5 percent.

(w) “Provisional sum” or “Provisional lump sum” means a lump sum included by the DGBR in the tender
documents and represents the estimated value of work for which details are not available at the time of
going to tender.

(x) “Provisional Items” means items for which approximate quantities have been included in the tender
documents.

(y) “Day work means” items of labour and/or materials which, in the opinion of the Engineer-In-Charge
are not capable of being evaluated by the accepted methods of measurement or assessment.

(z) Blank
SCOPE OF THE CONTRACT

2. Heading to the conditions: - The headings to these conditions shall not affect the interpretation
thereof.

2A. Secrecy: - The contractor shall take all steps necessary to ensure that all persons employed on
any work in connection with the Contract have notice that the Indian Official Secrets Act, 1923 (XIX of
1923) applies to them and will continue so to apply even after the execution of such works under the
contract.

3. Contract Documents: - The contract is confidential and must be strictly confined to the contractor’s
own use (except so far as confidential disclosure to sub-contractors or suppliers is necessary) and to the
purposes of the contract.

The Accepting Officer or in the case of Term Contracts, the Officer empowered to issue the works
orders, shall furnish to the contractor free of cost two copies of the signed Drawings and of the
specifications and of the blank bills of quantities, if any, and two copies of all further drawings issued during
the progress of the works. The contractor shall keep one copy of all Drawings, and of the specifications on
the site and the Engineer-In-Charge or his representative shall at all reasonable times have access to
them.

All documents, copies thereof and extracts there from furnished to the contractor shall be returned
to the OC on the completion of the works or the earlier determination of the Contract.

4. Works to be carried out (Applicable generally to Measurement and lump sum contracts: -
The contract shall, except as provided under Schedule-‘B’, ‘C’ and/or ‘D’ include all labour, materials, tools,
plant, equipment and transport which may to required in preparation for, and for and in the full and entire
execution and completion of the works. The description given in schedule-‘A’, and the Bills of quantities
shall unless otherwise stated, be held to include waste on materials, carriage and cartage, carrying in
return of empties, hoisting, setting, fitting and fixing in position and all other labours necessary in and for

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
the full and entire execution and completion afore said in accordance with good practice and recognized
principles.

The contractor shall be deemed to have satisfied himself as to the nature of the site, local facilities
of access and all matters affecting the execution and completion of the works. No extra charge consequent
of misunderstanding or otherwise will be allowed.

4A. Works to be carried out (Applicable only to Terms Contracts) The contracts shall, except as
provided under Schedule - ‘B’ and condition 10 thereof, include all labour, materials, tools,
plant, equipment and transport which may be required in preparation for, and for and in the
full and entire execution and completion of any new work or works reconstruction or repairs
within the contract Area, which the contractor may be called upon to carryout and which can be priced
under the DGBR schedule and for which the total estimate at contract rates of any single work, job or
service as defined (below shall not exceed (Rs. 60,000/-) subject to the following reservations, viz: -

(a) Periodical services, viz-painting lime or colour washing any tint and distempering (except in
connection with or arising out of the works mentioned above and, in addition any orders, placed
during the period of the contract, the gross total value or which order, does not exceed Rs. 5.000/-)
shall be excluded from the contract.

(b) The construction of field defenses and shelters within the contract Area on and during
mobilization may be excluded from the contract.

(c) All roads, paths, parade grounds, runways, taxi tracks aprons, landing ground (except any
orders for periodical painting of lines, circles or other markings of runways) taxi tracks, aprons and
landing grounds placed during the period of the contract, the gross value of which orders does not
exceed Rs. 2.500/-) tree planting, gardening and the renewal of mud floors shall be excluded from
the contract.

(d) All electrical and water supply work and steam or hot water installations, estimated to cost
over (Rs. 10,000/-) shall be excluded from the contract and at the discretion of the OC any such
work estimated to cost Rs. 10,000/- or under may also be excluded.

(e) The OC may employ on work otherwise include, within the scope of contract: -

(i) Any number of serving soldiers, the regular civilian staff of the DGBR store men, and
transport (the property of Government on hired locally).

(ii) In addition a limited number of civilian work people, except in the event of the
contractor’s default, the number so employed shall not exceed the average specified in the
tender documents. (Those employed on work reserved in sub-clauses (a) to (e) above not
included)

(f) An item of work which is part of a Major work costing over Rs. 60,000, shall be excluded
from the contract.

The estimates referred to above shall be based on the contract rates and shall include
contingencies, but exclude the surplus DGBR stores referred to in condition 10 hereof and any
stores to be obtained under special contract; the OC shall be the sole judge as to what constitute a
single work, job or service, or to treat the contract area as a whole for the purpose of grouping work
as may be convenient, and his decision in these matters shall be final and binding.

The contractor will be deemed to have satisfied himself as to the nature of the works
likely to be ordered upon him, local facilities for the supply of labour and materials, within the
contract area and of access to the site or sites, and all other matters affecting the execution and

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
completion of the works. No extra charges consequent on misunderstanding or otherwise will be
allowed.

5. Prime Cost Sums: - All prime cost sums shall be reserved for the supply of materials or the
execution of work by persons to be nominated by the Accepting Officer or selected in such a way as he
may direct.

The full amount of the prime cost sums inserted in the tender documents and the value of the
percentage addition there to Quoted by the Contractor to cover all overheads and profit will be deducted
from the contract sum. The contractor shall be paid the actual prime cost (defined), plus the percentage
addition quoted by him to cover all overheads and profit. He shall produce to the OC such quotations,
invoices and receipted bills as may be necessary to show the actual details of the sum paid by him.

The OC shall also be at liberty to order and pay for all or any portion of such items direct and issue
them to the contractor for fixing only), in which case the contractor shall not be paid anything to cover all
overheads and profit in respect of such items.

He shall be paid for fixing, where applicable, in accordance with the conditions of contract, the
payment for fixing shall cover unloading, getting in, unpacking and return of empties and other incidental
expenses.

6. Provisional items: - The full amount of provisional lump sums and the value annexed to each
provisional item inserted in the tender documents shall be deducted from the contract sum and the value of
work ordered and executed there under shall be ascertained by measurement or valuation as for
deviations. No work under these items is to be begun without instruction in writing from the Engineer-In-
Charge.

The extent of quantities of items described as “provisional”, shall not be varied beyond the limit laid
down in condition 7.

No addition or deduction shall be made by the contractor to the amount of the provisional lump
sums as included in the tender documents.

6A. Discrepancies and Adjustment of Errors (Applicable Generally to Measurement and Lump sum
Contracts):-The several documents forming the contract are to be taken as mutually explanatory of one
another, detailed drawings being followed in preference to small scale drawings and figures dimensions in
preference to scale.

In the case of discrepancy between schedule-‘A’ the Bills of Quantities, the specifications and/or the
Drawings, the followings order of precedence shall be observed: -

(a) Description In schedule-‘A’/ Bills or Quantities.


(b) Particular Specifications.
(c) Drawings.
(d) General Specification.

If there are varying or conflicting provisions made in any one document forming part of the contract,
the Accepting Officer shall be the sole deciding authority with regard to the intention of the document and
his decision in this respect shall be final and binding.

Any error in description, quantity or rate in schedule-‘A’ and Bills of quantities, or any omission
there from shall not vitiate the contract or release the contractor from the execution of the whole or any part
of the works comprised there in according to the Drawings and specifications or from any of his obligations
under the contracts. Any error in quantity, rate or amount in schedule-A/Bills of quantities and general
summary shall be adjusted in accordance with the following rules:-

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
A. General (applicable to all types of contracts): -

(a) In the event of a discrepancy between description in words and figures quoted by a tenderer the
description in words shall prevail.
(b) In the event of an error occurring in the amount column of Schedule-‘A’, or Bills of quantities
as a result of wrong extension of unit rate and quantity, the unit rate, whether inserted by DGBR
prior to issue of tenders or quoted by tenderers, shall be regarded as firm and the extension shall
be amended on the basis of the rate. Where provisional lump sum, provisional sum and/or ‘Prime
Cost sum is/are inserted by DGBR and Contractor is required to quote a percentage as well as an
amount of addition/deduction there-on and there is any discrepancy between the percentage and
the corresponding amount of addition/deduction, the percentage quoted by the Contractor shall be
regarded as firm, the amount and totals shall be amended on the basis of the percentage’.

(c) All errors in totaling in the amount column and in carrying forward total shall be corrected.

(d) Any omissions to include in the totals, or to carry forward, the prime cost sums and the
percentage thereon, or the provisional sums, shall be corrected. If no percentage on prime cost
sums, is quoted by the contractor, the percentage shall be considered as ‘Nil’.

(e) In case of contracts, for addition/alternation works where contractors are required to quote
credit for demolished materials specified to become contractor’s property, in the event of
omission on the part of a Contractor to indicate any credit, the tender shall be treated as one
with ‘Nil’ credit.
(f) The total of Bills of quantities, as amended above, shall be carried over to schedule-‘A’.
Similarly, totals of various sections of schedule-‘A’ as amended shall be carried over to the
General Summary and the tendered sum amended accordingly. The tendered sum so altered
shall, for the purpose of the tender, be substituted for the sum originally tendered and
considered for acceptance instead of the original sum quoted by the Contractor. Any rounding
of totals in various sections of schedule-‘A’ or in General summary by the tender shall be
ignored.

B. Lump sum Contracts Based On Pre-Priced Schedule-‘A’, The contractor shall be deemed to
have calculated his own unit rates from the Drawings, Specifications and other information furnished to him
and arrived at a lump sum price for each group of items as given in Schedule ‘A’. The lump sum price shall
be worked out by him independently of the prices or rates inserted by DGBR in the tender and irrespective
of any errors or inaccuracies therein. The percentage to be inserted by the contractor, above or below the
prices inserted by DGBR against a group of items, shall be derived by him from the amount tendered by
him against the group of items concerned as compared to the amount inserted by DGBR against it. In the
event of a discrepancy between the lump sum quoted by the contractor and the percentage derived by
him the lump sum shall be treated as binding and the percentage altered to agree with the lump sum. The
tendered amount shall be deemed to include for the full and entire completion of the works and the
contractor shall have no claim on account of any errors in the unit rates/prices inserted by DGBR.

(C) Lump sum Contracts Based On Schedule-‘A’ With Supporting Bills Of Quantities. There shall
be no rectification of any errors, omission or wrong estimates in the prices inserted by the contractor in the
Bills of Quantities.

If there are any errors in quantities (not shown as provisional) or any omissions of items, the
cumulative effect of all of which various the Contract sum by more than the limits mentioned below, then
the errors shall be rectified and the contract sum increased or decreased accordingly: -

(i) Contract sum not exceeding Rs. 4 Lacs 5% of the contract sum.

(ii) Contract sum exceeding Rs. 4 lacs 3% of the contract sum subject to a
but not exceeding Rs. 10 lacs. minimum of Rs. 20,000/-

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
(iii) Contract sum exceeding Rs. 10 lacs.2% of the contract sum subject to a
minimum of Rs. 30,000/- and
maximum of Rs. 75,000/-.

Provided further, if the cumulative effect of all the errors in quantities (not shown as provisional) or
any omissions of items, exceeds the limits stipulated here in before, rectifications of the errors and
increase/decrease of the Contract sum shall be restricted only to the extent beyond the said limits. The
contract sum so altered shall, for all purposes of this contract, be substituted for the sum originally
accepted as if the contract had been accepted at the altered price instead of the original price and such
alternation shall not be considered as a deviation.

D. Lump Sum Contracts Based On Drawings And Specifications And Item Rate Contracts. The
contractor shall be deemed to have calculated his own details from Drawings and Specifications before
quoting unit rates against different items of Schedule-‘A’ Notwithstanding any errors or inaccuracies in the
unit rates quoted by the contractor those rates shall be deemed to include for the full and entire completion
of the items of work in accordance with the provisions of contract and no adjustment shall be made on
account of any errors in those rates.

E. Contracts Comprising Section/Parts Conforming To Types (B), (C) And (D) Above. The Principles
enunciated in Paras B. C. and D above for rectification of errors shall apply to the corresponding parts of
the contracts.

7. Deviations (Applicable Specifically To Measurement And Lump Sum Contracts And Generally To
Term Contracts): - The contractor shall not make any alternation in, addition to or omission from the works
as described in the tender documents except in pursuance of the written instructions of the OC.

No work that radically changes the original nature and scope of the contract shall be ordered as a
Deviation and in the event of disagreement between the contractor and the Accepting Officer, the
decision, of the next higher authority (or of the Chief Engineer in case of contracts accepted by him)
shall be final and binding on the contractor.

The Accepting Officer, or person specially authorized by him on his behalf, may vary either by way
of addition to and/or deduction from the works so described provided that the contract sum be not
there by varied on the whole by more than the percentage set out in the tender documents (referred
to here in below as the ‘Deviation limit’), subject to the following restrictions: -

(a) The Deviation limit referred to above is the net effect (algebraically sum) of all addition and
deduction ordered.

(b) In no case shall the Additions/Deductions (arithmetical sum) exceed twice the Deviations
limit.

(c) The Deviations ordered on items of any individual trade included in the contract shall not
exceed plus/minus 25% of the value of that trade in the contract as a whole or half the deviation
limit, whichever is less except in the case of Prime Cost and Provisional Items where the practices
to the contract may agree to at different percentage for any particular trade item.

(d) The value of additions of items of any individual trade not already included in the contract
shall not exceed 10% of the deviation limit.

Note: - Individual trade means the trade sections into which a Bill of quantities of schedule-‘A’ has
been divided or, in the absence of any such, divisions, the individual sections of DGBR Standard
Schedule of Rates such as, Excavation and Earth work, concrete, wood work and joinery etc.

All additions and deductions will be priced as per condition 62 here of and added to or deducted
from the contract sum. Whenever the Accepting Officer intends to exercise such right his

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
intention shall be communicated to the contractor by the OC whose order in writing shall specify the
deviations which are to be made, the lump sum assessment or the proposed basis of payment, the
change, if any, in the date or completion of the relevant phase and/or the entire
Contract. Any objection by the contractor to any matter concerning the Deviation Order, shall be
notified by him in writing to the OC within fifteen days from the date of receipt of such order, but
under no circumstances shall the progress of the works be stopped (unless so ordered by the OC)
owing to the differences or controversy that may arise from such objection. In default of such
notification, the contractor will be deemed to have accepted the order and the conditions stated
there in without in anyway affecting the right of the parties to rectify any mistake on the basis of
payment only to the extent it differs from condition 62. In the event of the contractor failing to agree
with OC regarding the proposed alternation of time, the objection shall be referred to the Accepting
Officer, or, in the case of contracts (other than Term Contracts) accepted by the OC to the TFC
whose decision shall be final and binding.

8. Emergency works: -If any emergency works become necessary and the contractor is unable (in
respect where of the decision of the Engineer-In-Charge shall be final and binding) or unwilling at once to
carry them out, the Engineer-in-charge may by his own or other work-people, carry them out as he may
consider necessary. If the Emergency works shall be such as the contractor is liable under the contract to
carry out at his own expense or which are included in the contract rates for works being executed by the
Contractor, all expenses incurred on them by Government shall be recoverable from the contractor, and if
necessary, be adjusted or set off against any sum payable to him under this or any other contract.

9. Suspension of works: -

(a) The Contractor shall, on receipt of the order in writing of the officer commanding, suspend the
progress of the work or any part there of such time and in such manner as the officer commanding may
consider necessary for any of the following reasons: -
(i) On account of any default on the part of the contractor or

(ii) for proper execution of the works or part there of for reasons other than the default of the
contractor or,

(iii) for safety of the works or part there of.

The contractor shall, during such suspension, properly protect and secure the work to the
extent necessary and carry out the instructions given in that behalf by the officer
commanding.

(b) If the suspension is ordered for reasons (ii) and (iii) in sub-para (a) above: -

(i) the contractor shall be entitled to an extension of time equal to the period of every such
suspension plus 25% for completion of the items or group of items of work for which a
separate period of completion is specified in the contract and of which the suspended work
forms a part, and

(ii) if the total period of all suspensions in respect or an item or group of items of work for which
a separate period of completion is specified in the contract exceeds 60 days, the contractor
shall, in addition, be entitled to the compensation, as the officer commanding may on the
basis of facts consider reasonable, in respect of salaries and/or wages paid by the
contractor to his employees and labour at site actually remaining idle during the period of
suspension.

(c) If the works or part thereof is suspended on the orders of the Officer Commanding for more than
four months at a time except when suspension is ordered for reason (i) in sub-para (a) above, the
contractor may after 60 days from receipt of such order serve a written notice on the OC requiring
permission within fifteen days from receipt by the Officer Commanding of the said notice, to proceed with

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
the works or part there of in regard to which progress has been suspended and if such permission is not
granted within that time, the contractor, if he intends to treat the suspension, where it affects only

a part of the works as an omission of such part by Government under condition 7 or where it effects the
whole of the works, as an abandonment of the works by Government, shall within ten days of expiry of
such period of 15 days give notice in writing of his intention to the Officer Commanding. In the event of the
contractor treating the suspension as an abandonment of the contract by Government. He shall have no
claim to payment of any compensation on account of any profit or advantage which he may have derived
from the execution of the work in full but which he could not derive in consequence of the abandonment.
He shall, however, be entitled to compensation, as the Officer Commanding may on the basis of facts
consider reasonable, in respect of salaries and/or wages paid by him to his employees and labour at site
actually remaining idle in consequence and also for loss on materials collected which could not be utilized
on those or other works including 5% as overheads on materials, salaries & wages.

10. Materials: -

(A) Materials to be provided by the contractor.

The contractor shall, at his own cost and expense, provide all materials required for the works other
than those listed in schedule-‘B’ which are to be supplied by Government.

All materials to be provided by the contractor shall be new and in conformity with the specifications
laid down in the contract and the contractor shall, if requested by the Engineer-in-charge, furnish proof, to
the satisfaction of the Engineer-in-charge, that the material so comply.

The contractor shall, at his own cost and expense and without delay, supply
to the Engineer-in-charge samples of materials proposed to be used in he works. The Engineer-in-charge
shall within seven days of supply of samples or within such further period as he may require and intimate,
to the contractor in writing inform the contractor whether samples are approved by him or not. If samples
are not approved, the contractor shall forthwith arrange to supply to the Engineer-in-charge for his approval
fresh samples complying with the specifications laid down in the contract.

The Engineer-in-charge shall have full powers to require removal of any or all of the materials
brought to site by the contractor which are not new and in accordance with the contract specifications or do
not conform in character or quality to samples approved by him. In case of default on the part of the
contractor in removing rejected materials, the Engineer-in-charge shall be at liberty to have then removed
by other means at the contractor’s expense and risk. The Engineer-In-Charge shall have full powers to
require other proper materials to be substituted for rejected material and in the event of the contractor
refusing to comply, he may cause the same to be supplied by other means. All costs/charges and
expenses which may attend upon such substitution shall be borne by the contractor.
The contractor shall indemnify Government or any agent servant, or employee of Government against any
action, claim or proceeding relating to infringement or use of any patent or design or any alleged patent or
design rights and shall pay any royalties or other charges which may be payable in respect of any article or
material or part there-of included in the contract. In the event of any claims being made or action being
brought against Government or any agent, servant or employee of Government in respect of any such
material as aforesaid, the contractor shall immediately be notified thereof. Provided that such indemnity
shall not apply when such infringement has taken place in complying with the specific directions issued by
Government but the contractor shall pay any royalties or other charges payable in respect of any such use,
the amount so paid being reimbursed to the contractor only if the use was the result of any drawing and/or
specifications issued after submissions of the tender.

Subject as hereinafter provided in condition 63 all charges on account of octroi, terminal or sales
tax and other duties on materials obtained for the works from any sources (excluding materials supplied by
Government) shall be borne by the contractor.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
The Engineer-in-charge shall be entitled to have tests carried out as specified in the contract for
any materials supplied by the contractor other than those for which, as stated above, satisfactory proof has
already been furnished, at the cost of the contractor and the contractor shall provide at his expense all
facilities which the Engineer-in-charge, may require for the purpose. It no tests are

specified in the contract, and such tests are required by the Engineer-In-Charge, the contractor shall
provide all facilities required for the purpose and the charges for these tests shall be borne by the
contractor only if the test disclose that the said materials are not in accordance with the provision of the
contract. The cost of materials consumed in tests shall be borne by the contractor in all cases except when
otherwise provided.

(B) Materials To Be Supplied By Government: -

Materials which Govt. shall supply are shown in Sch -‘B’ which also stipulates place of issue and
rate (s) to be charged in respect thereof. Soon after acceptance of the tender the contractor shall agree in
writing with the Engineer-in-charge on a phased programme of his requirements with regard to delivery of
materials.

In the event of delay in the supply of any stores and materials mentioned in schedule-‘B’ the
contractor shall be entitled to reasonable extension of time as provided for under condition 11 but no claim
for compensation or damage on any ground whatsoever shall be entertained by the Govt. In case of Term
Contract for Artificers’ work, the OC may further issue old serviceable materials not exhibited in schedule-
‘B’ but included in DGBR schedule, at the rates given in that schedule, plus or minus (as applicable) the
contractors’ tendered percentage or at market rates for new materials whichever is higher. Provided further
in the case of Term Contracts: -

(i) The contractor will be paid for “fixing only” respect of material salvaged from and re-fixed in
the same building or another building situated within a radius of 200 meters whether such
salvaged materials are included in Schedule-‘B’ or not.

(ii) The OC may issue for “fixing only” materials such as sanitary fittings for which rates for
“fixing only” exist and for which there are no “ Supply and Fix” rates in the DGBR standard
schedules of Rates even though such materials are not exhibited in Schedule-‘B’. If after
acceptance of the tender the contractor desires Government to supply any further materials out or
those mentioned in the schedule and/or any other materials, such materials may be supplied by
Government, if available, at rates to be agreed upon between the parties.

For the materials listed in schedule-‘B’ the contractor shall give a reasonable notice in
writing of his requirements to the Engineer-in-charge in accordance with the agreed phased
programme. Such materials shall be supplied for the purposes of the contract only and the value of
materials so supplied at the rates specified in the aforesaid schedule shall be set off or deducted
from any sums then due or which may thereafter become due to the contractor, under the contract.

The contractor shall bear the cost of loading, transporting to site, unloading, storing under
cover as required, assembling and joining the several parts together as necessary and
incorporating or fixing materials in the works including all preparatory work of whatever description
as may be required, and of closing, preparing, loading and returning empty cases or containers to
the place of issue.

All materials issued to the contractor by Government for incorporation or fixing in the works
(including preparatory works) shall, on completion or on foreclosure of the works and before
submission of bills, be returned by the contractor at his expense, at the place of issue, after making
due allowances for actual consumption, reasonable wear and tear and/or waste. If the contractor is
required to deliver such materials at a place other than the place of issue, he shall do so and the
transportation charges from site to such places, less the transportation charges which would have

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
been incurred by the contractor had such materials been delivered at the place of issue, shall be
borne by Government.

Surplus materials returned by the contractor shall be credited to him by the Engineer-in-
charge at rates not exceeding those at which these were originally issued to him after taking into
consideration any deterioration or damage which may have been caused to the said materials
whilst in the custody of the contractor.

If on completion of works the contractor fails to return surplus materials out of those
supplied by Government, then in addition to any other liability which the contractor would incur, the
Engineer-in-charge may by a written notice to the contractor, require him to pay within a fortnight of
receipt of the notice, for such unreturned and surplus materials at double the (prevailing market
rates as decided by the OC. If however the contractor is not satisfied with the decision of the OC
with regard to market rate he shall be entitled to represent the matter to TFC within seven days of
receipt of OC’s decision and the decision of the TFC thereon shall be final and binding).

If cement is to be supplied by Government, every cement go down shall be provided with


two locks on each door. The key of one lock at each door shall remain with the Engineer - In -
Charge or his representative and that of the other lock with the contractor’s authorized agent
at site of works so that cement is removed from the go down only according to daily requirement
with the knowledge of both the parties.

(C) General: -

Materials required for the works, whether brought by the contractor or supplied by Government
shall be stored by the contractor only at places approved by the Engineer-in-charge. Storage and safe
custody of materials shall be at the risk and the responsibility of the contractor.

Government officials concerned with the contract shall be entitled at any time to inspect and
examine any materials intended to be used in or on the works, either on the site or at factory or workshop
or other place (s) where such materials are assembled, fabricated or manufactured or at any place (s)
where these are laying or from which these are being obtained and the contractor shall give such facilities
as may be required for such inspection and examination.

All materials brought to the site shall become and remain the property of Government and shall not
be removed off the site without the prior written approval of the Engineer-in-charge but whenever the works
are finally completed and advance, if any, in respect of any such materials is fully recovered, the contractor
shall at his own expense forthwith remove from the site surplus materials originally supplied by him and
upon such removal the same shall revest in and become the property of the contractor.

11. Time Delay and Extension: -

(A) Time is of the essence of the contract and is specified in the contract documents or in each
individual works order.

As soon as possible after the contract is let or any substantial works order is placed and before
work under is begun, the OC and the contractor shall agree upon a Time and progress chart. The chart
shall be prepared in direct relation to the time stated in the contract documents or the works order for
completion of the individual items thereof and/or the contract or works order as a whole. It shall indicate the
for cast of the dates for commencement and completion of the various trade processes or sections of the
work, and shall be amended as may be required by agreement between the OC and the contractor within
the limitation of time imposed in the contract documents or works order. If the works be delayed: -

(i) by force majeure, or

(ii) by reason of abnormally bad weather, or

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

(iii) by reason of serious lose or damage by fire, or

(iv) by reason of civil commotion, local combination of workmen, strike or lockout, affecting any
or the trades employed on the work, or

(v) by reason of delay on the part of nominated sub-contractors or nominated suppliers which
the contractor has, in the opinion of OC, taken all practicable steps to avoid, or reduce, or

(vi) by reason of delay on the part of contractors or tradesmen engaged by Government in


executing works not forming part of the contract, or

(vii) by reason or any other cause, which in the absolute discretion of the Accepting Officer is
beyond the contractor’s control;
Then, in any such case the Officers hereinafter mentioned may make fair and reasonable
extension in the completion dates of individual items or groups of items of work for which separate
period of completion are mentioned in the contract documents or works order, as applicable.

Upon the happening of any such event causing delay, the contractor shall immediately, but
not later than 30 days of happening of the event, give notice thereof in writing to the OC but shall
nevertheless use constantly his best endeavor to prevent or make good the delay and shall do al
that may reasonably be required to be satisfaction of the OC to proceed with the works, Extension
of time shall be granted as under:
(a) by OC for all Term Contractor.

(b) by Accepting Officer of the contract for all other contracts. In case the contractor fails
to notify the OC of happening of an event (s) causing delay within the period of 30 days stipulated
in sub-paras 3 above, he shall forfeit his right to claim extension of time for the delay caused due to
such event (s).

Extension of time, as granted above, shall be communicated to the contractor by OC in writing and
shall be final and binding. Provided that in the case of contracts (other than Term Contracts) accepted by
the OC, in the event of the contractor not agreeing to the extension granted by the OC, the matter shall be
referred to the TFC whose decision shall be final and binding.

(B) If the works be delayed: -

(a) by reason of non-availability of Government stores shown in Schedule-‘B’ Rs. Or

(b) by reason of non-availability on breakdown of Govt. tools and plant listed in schedule-‘C’.
Then, in any such event, notwithstanding the provisions here in before contained, the Accepting
Officer may in his discretion grant such extension, of time as may appear reasonable to him and the same
shall be communicated to the contractor by the OC in writing. The decision so communicated shall be final
and binding and the contractor shall be bound to complete the works within such extended time.

(C) No claim in respect of compensation or otherwise, howsoever arising, as a result of extensions


granted under condition (A) and (B) above shall be admitted.

12. Blank.

13. Blank.

14. “Royalties”: - No royalty will be recovered for materials, which the contractor may be allowed to
remove from quarries situated on land which is in charge of the DGBR authorities or from land in
cantonments in charge of the Military Estate Officers.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
15. Plant and Equipment: -Subject to the provision made here in after the contractor shall at his own
cost and expense supply all tools, plants and equipments (hereinafter referred to as T&P) required for the
execution of work. In case, the, contractor so requires, some or all items or T&P listed in schedule-‘C’ will
be given to him on hire by Government at the rates shown in the schedule provided that he has indicated
his requirements while submitting his tender. The contractor shall, however, have no option but to hire from
the Govt. particular item (s) of T&P listed in schedule ‘C’ for which specific provision has been made in
tender documents to indicate that hiring by contractor is compulsory. In respect of the other items of
schedule-‘C’ (hiring of which has not been indicated as compulsory), such of those items as has/have not
been indicated while submitting tender) to be hired by contractor, shall be automatically deemed to have
been deleted from Sch-‘C’ soon after acceptance of tender, the contractor shall agree in writing with the
OC, on phased programme of his requirement with regard to the issue of such of the Govt. T&P which are
to be hired by him from the Govt. and in respect where of the contractor shall give the Engineer-in-charge a
notice in writing at least a week in advance of the date of his requirement as per the aforesaid phased
programme Government T&P hired to the contractor shall be conveyed by him at his expense from the
place of issue to the site and back.

The priced T&P remains in contractor’s charge shall be termed the “HIRE PERIOD and would
reckon from the commencement of the day of issue up to the end of the day of return irrespective of the
actual hours of issue and return. The Hire period for purposes of this contract shall consist of working days”
and “Off days” for purposed of levy of the Hire charges, the whole of the Hire Period shall be deemed as
consisting of working days except for the off-days, be viz, Sundays, Maintenance days, and other
authorized holidays closed for work (as per prior written order of the OC).

For purposes of this condition, the day will be deemed to start from 0800 hrs in the morning (or any
other hour-here in-after referred to as ‘D’ hour-fixed by the OC in writing the commencement of the Hire
period) up to the corresponding hour next day.

The contractor shall pay to the Government Hire charges and standby charges as per rates
showing Sch-‘C’ for the working days and off-days respectively.

The Hire charges cover Depreciation, interest, maintenance, running expenses and expensed for
“on cost” (with crew as listed in Sch “C” and fuel and lubricants).

During the hire period if the T&P is rendered unworkable either due to mechanical breakdown or
other minor repairs provided always that they are not, in the absolute discretion of the OC attributable to
the contractor’s (or his workmen’s neglect, the period the T&P remained inoperative will be termed the
break down period and the Contractor will be charged for half a working day if any item of Government
T&P has stopped working on account of a breakdown before it has worked for four hours in a day. If the
item of Government T&P has stopped working after it has worked for more than four hours but less than
eight hours, the contractor will be charged for a full working day. Off day immediately preceding or
succeeding the break down period will not count towards the break down period but only be treated as off
days and be charged as stand by charges. The contractor will also be exempted from levy of any charges
for the number of days he is called upon in writing by the OC to suspend the execution of the work,
provided the T&P in question has in fact remained idle with the contractor because of the suspension.

The contractor shall be wholly responsible for the care and custody of T&P during the whole of
the hire period and any damage to it (except accepted risks, provided always the contractor has taken
precaution necessary to protect it from such risk) which in the absolute discretion of the OC is attributable
to neglect on the part of the contractor, his agent, or his workmen, shall be made good at contractor’s cost,
charges and expense to the entire satisfaction of the OC.

Government give no guarantee for the output of T&P hired to the contractor and no reduction in
rates or any compensation otherwise is permissible on the ground that the out turn or performance of the
T&P is not contractor’s expectation.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
Government T&P hired to contractor shall be returned to OC on the completion of the work or
section of work or earlier if so required by the OC. The contractor shall have no claim to any payment of
compensation or otherwise howsoever on account of determination of hire of T&P which the Government
are entitled to do without assigning any reason whatsoever.

In the event of the contractor not requiring any of the T&P at any time after commencement of the
hire period he may return it to the OC immediately after a two clear days’ prior notice, or at any time
without notice if he agrees to pay the stand by charges for two additional days without in any way affecting
the rights of the OC to use the T&P during this period as he likes including hiring out to a third party. The
hire charges during the notice period will be charged for as “working days”, and “off-days”, as they actually
occur.

The working days for levy of hire charges shall reckon as under: -

(a) The first eight hour (excluding a break of one hour) commencing from ‘D’ hour 1 working
day

(b) Any period exceeding eight hour (excluding a break of 1/ ¼ hours) into and including to
hours from the ‘D’ hours 1/ ¼ working day.

(c) Any period exceeding 10 hours (excluding a break of 1 ½ hours) up to and including 12
hours from the ‘D’ hours. 1½ working day.

(d) Any period exceeding 12 hours (excluding a break of 2 hours) up to and including 16 hour
from the ‘D’ hour. 2 working day.

16. Transport (Applicable only to Measurement and lump sum contracts): - The contractor
shall at his own expense supply all transport required for the execution of the contract, other than that
listed in schedule-‘D’ which will be provided by Government.

The hire rates for Government transport shall be inclusive of all running costs, driver, petrol, oil and
lubricants.

The contractor shall be responsible for the loading and unloading of vehicles and shall
comply with such restrictions regarding weight-carrying capacities, nature of materials to be
transported and routes to be followed as may be notified to him by the Engineer-in-charge from
time to time during the period of hire, as well as to observe reasonable precautions at all times to prevent
damage to and undue wear and tear of the vehicles.

Government transport shall remain under the control of Government while on hire to the contractor
but Government accept not liability for any loss or damage to goods conveyed therein, arising out of or in
any way connected with the operation of the said vehicles. The contractor shall indemnify Government
against any loss or damage to the person or property of Government, or to any agent, servant, or
employee of Government or to any third party due to any neglect or default of the contractor, his agents,
servants, or work-people, connected with the use by him of the transport.

16.A. Transport (Applicable only to Term Contract: - The contractor shall at his own expense supply
all transport required for execution of the contract.

17. Assignment Or Transport Of The Contract: - The contractor shall not without the prior written
approval of the Accepting Officer assign or transfer the contract, or any part thereof, or any share, or
interest therein. No sum of money to become payable under the contract shall be payable to any person
other than the contractor unless the prior written approval of the Accepting Officer to the assignment or
transfer of such money in given.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
18. Sub-Contracts: - The contractor shall not sub-let any portion of the contract without the prior
written approval of the Accepting Officer. The Accepting Officer may invite offers for performance by sub-
contractors of any work in satisfaction of prime cost sums included in the tender documents. In the
exercise of this option, offers will be made returnable to the Accepting Officer who shall select the firm to
do the work and inform the contractor, who will be required to conclude a contract with the nominated sub-
contractor for the execution of the work as specified by the Accepting Officer to the sub-contractor. The
accepting officer shall not nominate and sub-contractor against whom the contractor shall make
reasonable objection.

The contractor shall be responsible for any sub-contractor or contractor who may carry out any
work or supply any material in connection with the contract, whether such person be selected by the
Accepting Officer or by the contractor. The contractor shall make good any loss or damage suffered by
Government by reason of any default, neglect or failure on the part of such person in relation to such work
or material.

Nothing here in contained shall relieve the contractor of his liabilities and obligations under the
contract or in any way affect the contractor’s direct responsibility to Government nor shall it render Govt in
any way responsible to such sub-contractor.

19 Performance Security:-

19.1 Within 28 days of receipt of the Letter of Acceptance the successful contractor shall deliver to the
Accepting Officer a Performance Security in any of the forms given below for an amount equivalent to 5%
of the contract sum.

(a) A Bank Guarantee in the prescribed form.

(b) Government Securities FDR or any other Government Instruments stipulated by the Accepting
Officer.

19.2 If the performance security is provided by the successful Contractor in the form of a Bank
Guarantee, it shall be issued by Nationalized/Scheduled Indian Bank but its confirmation shall be done
only from the Head Office of the Bank.

19.3 Failure of the successful contractor to comply with the requirements of sub-clause 19.1
shall constitute sufficient grounds for cancellation of the award of work and forfeiture of the Earnest
Money. In case of BRO enlisted contractor, amount equal to the Earnest Money stipulated in the Notice
Inviting Tender, shall be notified to the tenderer for depositing the amount through MRO. Issue of tender to
such tenderers shall remain suspended till the aforesaid amount equal to the Earnest Money is deposited
in Government Treasury.

19.4 All compensation or other sums of money payable by the contractor to the Government
under the terms of this contract or under any other contract with Government may be deducted from, or
paid by the sale of a sufficient part of the Performance Security or from the interest arising there from or
from any sums which may be due or become due to the contractor by the Government on any account
whatsoever and in the event of his Performance Security being reduced by reason of any such deduction,
or sale as aforesaid, the contractor shall within ten days thereafter make good in cash or securities,
endorsed as aforesaid, any sum or sums which may have been deducted from or realized by the sale of
his Performance Security or any part thereof.

Government shall not be responsible for any loss of securities or any depreciation in the
value of securities while in their charge nor for loss of interest theron.

19.5 In the event of contract being cancelled under condition 52, 53 & 54 of General Condition of
Contract, the Performance Security shall be forfeited in full and shall be credited into Consolidated Fund of
India.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

20. Blank.

21. Blank.
CHAPTER – III :: PERFORMANCE OF THE CONTRACT:

22. Security Deposit: - Deleted

23. Orders under the contract: - All orders, notices, etc to be given under the contract shall be in
writing, type script printed and if sent by registered post to the last know place of abode or business of the
contractor shall deemed to have been served on the date when in the ordinary course of post it would have
been delivered to him.

The contractor shall carry out without delay all orders given to him.

24. Admission to site: - The contractor will not be permitted to enter on (other than for inspection
purposes) or take possession of the site until instructed to do so by the OC. The portion of the site to be
occupied by the contractor will be clearly defined and/or marked on the site plan, and the contractor will on
no account be allowed to extend his operations beyond these areas. In the event of the areas of land so
allotted for the purpose of Accommodation of labour, erection of temporary workshops, stores etc, storage
of materials and the like, being other than class-A-I land (which fact shall be ascertained by the contractor
from the OC). The contractor shall pay a nominal rent of Re-1 per year, or part of year, in respect of each
and every separate area of land allotted to him.

The contractor shall provide if necessary or if required on the site all temporary access there to and
shall alter adapt and maintain the same as required from time to time and shall take up and clear away as
and when no longer required and make all good.

The OC shall have power to execute other works whether or not in connection with the works) on
the site contemporaneously with the execution of the works and the contractor shall give reasonable
facilities for such purpose.

The M.D. reserves the rights of taking over, at any time, any portion of the site which it may require
and the contractor shall at his own expense clear such portion forthwith. No photographs of the site or of
the works or any part thereof shall be taken, published or otherwise circulated, without the prior written
approval of the OC.

No such approval shall however exempt the contractor from complying with any statutory provisions
in regard to the taking and publication of such photographs.

Any DGBR officials connected with the contract shall, have right of entry to the site at all times.

The Engineer-in-charge shall have the power to exclude from the site any labour whose admission
there to may in his opinion be undesirable for any reason whatsoever. The OC shall have the power to
exclude from the site any person whose admission thereto may in his opinion be undesirable for any
reason whatsoever. The contractor shall not be allowed any compensation on account of the foregoing.

25. Contractor’s Supervision: - The contractor shall either himself supervise the execution of the
contract on shall appoint a competent agent approved by the OC to act in his stead.

*“Where the contractor is not a qualified Engineer or even if he is so qualified, he cannot, in the
opinion of the OC give his full personal attention to the works he shall at his own expense, employ a
person, possessing the following qualifications and/or experience as his accredited agent to supervise the
works and to receive instructions from the Engineer-in-charge.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
(a) For works costing One Degree holder in Civil Engineering from a Government
over Rs 300 lacs recognized Institution or equivalent/final or direct final pass of sub-
other than those division II of the Institution of Surveyors (India) with at least 5 years
covered in (g) below. practical experience of Works
AND
Adequate numbers of Diploma holders in Engineering from a
Government recognized institution with at least 8 years practical
experience of works.
(Note - The above provision shall be applicable irrespective of the
fact whether contractor himself is a qualified Engineer or not)
For works costing A Degree holder in Engineering from a Government recognized
(b) between Rs 100 lacs Institution or equivalent/final or direct final pass of sub-division II of
and Rs 300 lacs other the Institution of Surveyors (India) with at least 4 years practical
than those covered in experience of works.
(g) below. OR
Two Diploma holders in Engineering from a Government recognized
Institution with at least 6 years practical experience of works.
(c) For Works costing A Degree holder in Engineering from a Government recognized
between Rs 60 lacs Institution or equivalent/final or direct final pass of sub-division II of
and Rs 100 lacs other the Institution of Surveyors (India) with at least 3 years practical
than those covered in experience of works.
(g) below. OR
A Diploma holders in Engineering from a Government recognized
Institution with at least 5 years practical experience of works.
(d) For Works costing A Degree holder in Engineering from a Government recognized
between Rs 7.5 lacs Institution or equivalent/final or direct final pass of sub-division II of
and Rs 60 lacs other the Institution of Surveyors (India) with at least 2 years practical
than those covered in experience of works.
(g) below. OR
A Diploma holders in Engineering from a Government recognized
Institution with at least 4 years practical experience of works.
(e) For Works costing A Degree holder in Engineering from a Government recognized
between Rs 2 lacs Institution or equivalent/final or direct final pass of sub-division II of
and Rs 7.5 lacs other the Institution of Surveyors (India) with adequate practical
than those covered in experience of work.
(g) below.
(f) For Works costing A competent person with adequate practical experience of work.
upto Rs 2 lacs other
than those covered in
(g) below.
(g) For works of any A competent person with adequate practical experience of work.
value for repairs to
buildings and roads,
periodical services to
buildings, term
contracts, grass
cutting and fencing.

(*The employment of Agent as aforesaid shall be to the approval of the OC who may verify his
qualifications and experience by referring to original degree/diploma/testimonials which shall be made
available to him by the contractor or by the individual employed or proposed to be employed”).

If the contractor fails to appoint a suitable agent on being ordered to do so, the OC shall have full
powers to suspend the execution of the works until such date as a suitable agent is appointed and the
contractor shall be held responsible for the delay so caused to the works.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
Orders given to the contractor’s agent shall be considered to have the same force as if they had
been given to the contractor himself.

The contractor or his agent shall be in attendance at the site during all working hours and shall
superintend the execution of the works with such additional assistance in each trade as the OC may
consider necessary.

The contractor or his accredited agent shall attend when required and without making any charge
for doing so, either at the office of the Engineer in charge or on the work to receive instructions.

The OC shall have full powers, and without giving any reason, to require the contractor immediately
to cease to employ in connection with this contract any agent, servant or employee, whose continued
employment is in his opinion undesirable. The contractor shall not be allowed any compensation on this
account.

26. Labour: - The contractor shall employ labour in sufficient number to maintain the required rate of
progress and of quality to ensure workmanship of the degree required by the specifications and to the
satisfaction of the Engineer-in-charge.

The contractor shall remain liable for the payment of all wages or other moneys to his work-people
or employees under the payment of wages act, 1936, Minimum, wages Act, 1948, Employee’s Liability Act,
1938. Workmen’s Compensation Act, 1923, or any other Act or enactments relating there to and rules
framed the re-under from time to time. The contractor shall work only on and during the hours of a working
day unless he obtains the prior written approval of the Engineer-in-charge to do otherwise. If such approval
is given no liability in respect of any excess cost arising there from shall be incurred by Government.

The contractor shall furnish to the Engineer - in - charge every morning a distribution return of the
number and description by trades of his work-people employed on the works.

The contractor shall during the progress of the works comply at his own expense with all the rules
and provisions contained in the DGBR model rules for the protection of health and sanitary arrangements
for workers employed by contractors (appended here to as Annexure ‘C’ to these conditions) and shall at
his own expense provide for all facilities in connection therewith to the satisfaction of the Engineer-in-
charge and on his failure to do so, the OC Contract shall be entitled to provide the same and recover the
cost there of from the contractor.

The contractor shall not employ in connection with the works any person who has not completed his
fifteenth year of age.

The contractor shall at his expense arrange for all the safety provisions as per the DGBR safety
code (appended to these conditions as an Annexure ‘B’) and shall at his own expense provide for all
facilities in connection therewith to the satisfaction of the Engineer-in-charge and on his failure to do so, the
OC shall be entitled to provide the same and recover the cost incurred in that behalf from the

contractor. Provide further that in case of failure to arrange for the safety provisions as above the
contractor should in addition liable to pay a penalty of Rs 50/- for each default.

27. Training of Apprentices: - The contractor shall comply with the provisions of the Apprentices Act,
1961 and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a
breach of contract and the Accepting Officer may in his discretion, cancel the contract. The contractor shall
also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the
Act.

27 A. Maternity Benefit Rules for Female Workers employed by Contractor: -Leave and pay during
leave shall be regulated as follows: -

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

(a) Leave: -
(i) In case of delivery-Maternity leave not exceeding 8 weeks, 4 weeks upto and including the
day of delivery and 4 weeks following that day.
(ii) In case of miscarriage-Upto 3 weeks from the date of miscarriage.

(b) Pay: -
(i) In case of delivery- Leave pay during maternity leave will be at the rate of the woman’s
average daily earnings calculated on the total wages earned on the days when full time
work was done during a period of three months immediately preceding the date on which
she gives notice that she expects to be confined or at the rate of seventy five paise a day
whichever is greater.

(ii) In case of miscarriage- Leave pay at the rate of average daily earnings calculated on the
total wages earned on the days when full time work was done during a period of 3 months
immediately preceding the date of such miscarriage.

(c) Conditions for the grant of Maternity leave: -

No maternity leave benefit shall be admissible to women unless she has been employed for a total
period not less than six months immediately preceding the date on which she proceeds on leave.

28. Anti-malarial precautions: - The Contractor shall at his own expense conform to all anit-malarial
instructions given to him by the Engineer-in-charge, including the filling up of borrow-pits.

29. Blank.

30. Nuisance: - The contractor will not at any time do, cause or permit any nuisance on the site or do
anything which shall cause unnecessary disturbance or inconvenience to the owners, tenants or occupiers
of other properties near the site and to the public generally and will secure the efficient protection of all
streams and waterways against pollution.

31. Water – The contractor shall allow in his tender and provide at his cost all water required for the
use of works or his employees on the works, together with all pipes and fittings or other means that may be
necessary or required to ensure a proper and ample supply of water for all purposes for the works.

In the event of a provision existing in the tender documents for DGBR supply of water on payment
and the contractor desiring to buy it from DGBR, he will be permitted to draw it from DGBR, water supply
system or other DGBR sources at such point or pints as may be decided by the OC Contractor on his sole
discretion and the contractor shall make necessary arrangements at his own cost for lifting, pumping,
carrying or conveying water to the site of works as required.

Normally in all cases of water supplied from DGBR piped system, the supply shall be metered and paid for
by contractor at the *All-India Flat Rate per 1,000 gallons which includes hire charges for meter to be
provided by DGBR. In exceptional cases where metering is not feasible, i.e., water from DGBR well

or static tanks, or in the case of term contracts where the contractor draws water not from any one source,
the contractor shall pay Rs. 3.75 per every Rs. 1,000 worth of work done priced at contract rate. In the
event of breakdown of DGBR, Supply of water becoming intermittent, the contractor shall have no claimed
what so ever on this account.

The water used for any or all requirements shall be subject to the prior written approval of the
Engineer-in-charge.

32. Temporary Workshops, Stores etc: - The contractor shall during the progress of the
works provide, erect and maintain at his own expense all necessary temporary workshops,

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
store, offices, etc., as are required for the proper and efficient execution of the works. The
planning sitting and erection of these buildings shall be to the approval of the Engineer-in-charge
and they shall at all times be kept tidy and in a clean and sanitary condition to the entire satisfaction of the
Engineer-in-charge and at the contractor’s expense.

On completion of the works the whole of such temporary buildings shall be cleared away and the
site reinstated and left clean and tidy to the entire satisfaction of the Engineer-in-charge and at the
contractor’s expense.

Additionally, the OC may at his discretion permit the contractor to occupy a workshop and stores,
such Government buildings as may be available at the site or station for that purpose and, in the event of
the contractor occupying such accommodation, the prescribed rent for the same shall be recoverable from
him. The contractor undertakes to maintain such premises at his own expense in a clean and sanitary
condition and to deliver up the same on the completion of the works or the termination of the contract, or in
the event of the said buildings being required by the OC within one month of an order to that effect, in a
clean state complete in every particular (damage from the accepted risks and fair wear and tear excepted).

33. Blank.

34. Tools and plant on site: - All tools, plant and equipment brought to the site shall become the
property of Government and shall not be removed off the site without the prior written approval of the OC.
But whenever the works are finally completed or the contract is determined for reasons other than the
default of the contractor, the contractor shall forthwith remove form the site all tools, plant and equipment
(other than such as may have been provided by Government) and upon such removal, the same shall
revert in, and become the property of the contractor.

35. Statement of Hire Charges: - A weekly detailed statement of the hire charges incurred in respect
of Govt. tools, plant, equipment and/or transport shall be given to the contractor by the Engineer-in-charge.

36. Precautions Against Risks: - The contractor shall be responsible, at his own expense, for
precautions to prevent loss or damage from any and all risks other than for Accepted risk and to minimize
the amount of any such loss or damage and for the provision of all protective works, casings, coverings,
etc., required for the purpose until the works have been handed over complete to the Engineer-in-charge.

All Government building rented to the contractor for workshops or stores shall be insured by the
contractor in favour of Government to their full value against risk of loss or damage from what so ever
cause arising other than the accepted risk, and the policy of insurance and receipts for premiums shall be
produced when required by the OC: provided always that where part only of a building is rented to the
contractor he will be required to insure the building only if used by him for the purpose of storing or using
material of a combustible nature, as to which the decision of the OC shall be final and binding.

The contractor shall provide all watchman necessary for the protection of the site, the works and of
materials and plant and all things on the site during the progress of the works, and shall solely be
responsible for and shall take all reasonable and proper steps for protecting, securing, lighting and

watching all places on or about the works and the site which may be dangerous to any person
whomsoever.

37. Notices And Fees: -The contractor shall give all notices required by any statutory provision or by
the regulations and/or byelaws of any local authority and/or of any public service, company or authority
affected by the works or with whose systems the same area or will be connected and he shall pay and
indemnify Government against any fees, or charges demandable by law under such acts, regulations
and/or bye-laws in respect of the works and shall make and supply all drawings and plans required in
connection with any such notices.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
38. Setting Out The Works- The OC or Engineer-in-charge shall supply dimensioned drawings levels
and other information necessary to enable the contractor to set out the works. The contractor shall set out
the works and shall provide and fix all setting out apparatus required and solely be responsible for the
correctness and maintenance of the setting out. No work shall commence till the setting out is approved by
the Engineer-in-charge.

39. Site Drainage: - All water that may accumulate on the site during the progress of the works or in
trenches and excavations, from other than the accepted risk shall be removed from the site to the entire
satisfaction of the Engineer-in-charge, and at the contractor’s expense.

40 Excavation: - Material of any kind obtained from excavation on the site shall remain the property of
Government and shall be disposed off as Engineer-in-charge directs.

41. Foundations: - The contractor shall not lay and foundations until the excavations for the same
have been examined and approved in writing by the Engineer-in-charge.

42. Covering In Work: - The contractor shall give reasonable notice in writing to the Engineer-in-
charge whenever any work is to be permanently covered or concealed, whether by earth of other means
and in default of so doing shall, if required by the Engineer-in-charge, uncover such work at his own
expense.

Extra soil required for filling, etc., shall be obtained only from those places for which prior written
approval has been given by the Engineer-in-charge.

43. Approval of works by stages-All work embracing more than one process shall be subject to
examination and approval at each stage thereof and the contractor shall give due notice in writing to the
Engineer-in-charge when each stage is ready. In default of such notice being received, the Engineer-in-
charge, shall be entitled to appraise the quality and extent thereof and in the event of any dispute the
decision of the OC thereon shall be final; and binding.

44. Execution of the works:- The works shall be executed in a workmanlike manner and to the
satisfaction in all respect of the Engineer-in-charge.

In the case of Measurement and lump sum contracts, and in special circumstances term contracts,
the Engineer-in-charge will communicate or confirm his instructions to the contractor in respect of the
execution of work in a “works site order book” maintained at his office and the contractor shall visit this
office daily and shall confirm receipt of such instructions by signing the relevant entries in this book. Such
entries will rank as orders or notices in writing within the intent and meaning of these conditions.

In addition, in case of Major works exceeding rupees one lacs and special repair exceeding rupees
five lacs, the Engineer-in-charge will maintain a works diary (IAFW-2347) incorporating daily record of all
important events in the execution of work and the contractor or his accredited agent will sign it daily in the
office of Engineer-in-charge.

45. Day work: - No day work shall be performed without the prior written instructions of the Engineer-
in-charge.

The contractor shall give to the Engineer-in-charge reasonable notice of the start of any work
ordered to be executed by day work and shall deliver to the Engineer-in-charge, within two days of the end
of each pay week a return in duplicate, giving full detailed account of labour and materials for that pay
week. One of these returns, if found correct, will be certified by the Engineer-in-charge and returned to the
contractor and must be produced at the adjustment of account.

An invoice in duplicate signed by the contractor or his agent shall be sent with each delivery of
materials for day work and the contractor will be furnished with a receipt, signed by the Engineer-in-charge,
specifying the description, quantities, weight or measurement (as the case may be) or the articles

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
approved; reference will be made to this receipt in the return afore said and the receipt itself is to be
produced in support of the contractor’s bill.

In the case of lump sum contracts, the rates to be charged and the percentage addition for profit
and establishment charges, etc. will be agreed upon between the TFC and the contractor prior to the
execution of the work.

46. Inspection Of The Works: - DGBR Officers concerned with the contracts shall have power at any
time to inspect and examine any part of the works and the contractor shall give such facilities as may be
required to be given for such inspection and examination.

Should the OC consider, at any time during the construction or reconstruction or prior to the
expiration of a period of :-

(a) Thirty six calendar months after the works have been handed over to Government (hereinafter
referred to as the “defects liability period”) for Runway works, Marine & Harbour works, High Altitude works
& Specialist works of Hospitals & Medical Equipment/ Medical Gas.

(b) Twenty four calendar months after the works have been handed over to Government (hereinafter
referred to as the “defects liability period”) for works other than mentioned in sub para (a) above.

(The period of defects liability period for this subject work shall be Thirty six calendar months for
this contract)

that any work has been executed with unsound, imperfect or unskillful workmanship or of a quality inferior
to that contracted for, or not otherwise in accordance with the contract (in respect where of the decision of
the OC shall be final and binding) the contractor shall, on demand in writing from the OC. Specifying the
fault notwithstanding that the same may have been inadvertently passed, certified and paid for, forthwith
rectify or remove and reconstruct the work so specified, in whole or in part as the case may require, at his
own expense ; and in the event of his failing to do so within a period to be specified by the OC in his
demand aforesaid, the OC may carry out the work by other means at the risk and expense in all respects
of the contractor. Provided always that the liability of the contractor under this conditions shall not extend
beyond the (defects liability period) except as regards workmanship which the OC shall have previously
given notice to the contractor to rectify.

47. Responsibility for Buildings: -In the event of any building, or part of a building being handed over
to the contractor or for the execution of works there to under the provisions of the contract, he shall give a
written receipt for all fixtures, glass, etc. and he shall be required to make good at his own expense all
damage resulting from any cause whatsoever, accepted risks and fire excepted ‘(unless such fire shall
have been caused through the negligence of the contractor or any of his agents, servants or employees)
while in his charge and to deliver up the said building or part there of to the Engineer-in-charge in a lean
state complete in every particular, on the completion of the work.

48. Damage and Loss: - (a) All plant, temporary building equipment, and things on the site provided by
or on behalf of the contractor for the construction of, but not for incorporation in the works shall stand at the
risk and be in the sole charge of the contractor and the contractor shall be responsible for and with all
possible speed make good, any loss or damage thereto arising from any cause whatsoever, including the
accepted risk.

(b) Save as above, the Works and all materials and things whatsoever including such as may have
been provided by Government on the site in connection with and for the purpose of the contract shall stand
at the risk and be in the sole charge of the contractor and the contractor shall be responsible for, and with
all possible speed make good, any loss or damage thereto arising from any cause whatsoever, other than
the accepted risks and shall deliver up all the works to the Engineer-in-charge in a clean state, compete in
every particular.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
In the event of any loss or damage to Works and materials on the site from any of the accepted
risks, or loss or damage from accepted risk and fire to Government buildings handed over to the contractor
for execution of works referred to in condition 47 the following provisions shall have effect: -

(i) the contractor shall as may be directed in writing by the Engineer-in-charge remove from the
site any debris and so much of the works as shall have been damaged, taking to the OC’s
store such articles and/or materials as may be directed

(ii) the contractor shall, as may be directed in writing by the Engineer-in-charge proceed with
the erection and completion of the works under and in accordance with the provisions and
conditions of the contract and

(iii) there shall be added to the contract sum the net amount due, ascertained in the same
manner as for deviations, or as prescribed for payment, in respect of the re-execution of the
work lost or damaged, the replacement of any materials and things lost or damaged but not
incorporated in the works at the date when the loss or damage occurred, and the removal
by the contractor as provided above, of the debris and damaged work referred to therein.

Provided always that the contractor shall not be entitled to payment under this condition in respect
of so much loss or damage as has been occasioned by any failure on his part to perform his obligations
under the contract.

(c) Save as provided above, the contractor shall at his own expense reinstate and make good
to the satisfaction of the OC or make compensation for any injury, loss or damage occasioned to any
property or right whatever including property and rights of Government (or agents, servants, or employees
of Government) being injury, loss or damage arising out of or in any way in connection with the execution
or purported execution of the contract and further, the contractor shall indemnify Government against all
claims enforceable against Government against Government (or any agent, servant or employee of
Government) or which would be so enforceable respect of such injury (including injury resulting in death),
loss or damage to any person whomsoever or property, including all claims which may arise under the
workmen’s compensation act or otherwise.

49. Completion: - The works shall be completed to the entire satisfaction of the OC and in accordance
with the contractors forecast of time and progress where operative. All unused stores and materials, tools,
plant, equipment, scaffolding, temporary buildings, huts and things belonging to the contractor (other than
such items as are required for rectification of defects) shall be removed and the site of works cleared of
rubbish and all waste materials by the contractor, at his own expense and delivered up clean and tidy to
the satisfaction of the Engineer-in-charge, on or before the date for completion.

All unused or surplus stores and materials and other items out of those provided by the
Government shall be returned by the contractor, at his own expense, within such period as may be notified
by the Engineer-in-charge, to the place of issue against written receipts from the Engineer-in-charge.

Soon after the rectification of defects, any stores and materials and other items mentioned above,
retained for rectification of defects shall also be removed and site and works cleared as above and
delivered to the Engineer-in-charge in a near state.

Immediately after completion of an item of works or a group of items of works for which a separate
period of completion has been mentioned in the contract, the contractor shall give notice thereof to the OC
contract.

In the case of groups of items of works for which separate periods of completion are given in the
contract, the OC may take over from the contractor such individual items as are completed to his
satisfaction before the completion of the entire group, but for all purposes of the contract except for
compensation for delay the completion of the entire group shall be taken into account.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
The OC shall take over from the contractor from time to time items or groups of items of works for
which separate period of completion have been mentioned in the contract and which have been completed
to the satisfaction of the OC.

The OC shall certify to the contractor the date (s) of which the items or group of items of the works
are completed and taken over and the state thereof.

The OC shall also certify to the contractor the state of items or groups of items of the works at the
end of the (Defects liability period).

50. Compensation for Delay: - If the contractor fails to complete the works and clear the site on or
before the date fixed for completion, he shall, without prejudice to any other right or remedy of Government
on account of such breach, be liable to pay compensation as under: -

(a) In the case of term contracts, one percent of the estimated value of the requisition or the works
order for every week that the whole of the work remains uncompleted;

(b) In the case of other contracts, one percent of the contract value of the item or group of items
of works (excluding the contract value of such individual items as are completed and taken over
by OC on or before the date (s) fixed for completion, in terms of condition 49 hereof) for which a
separate period of completion is given in the contract, for every week that the whole of work in
respect of the item or group of items of work concerned remains uncompleted, even though the
contract as a whole be completed by the latest date specified in the contract for any item or
group of items of works. For the purpose of this condition the contract value shall be the value
at contractor rates of the work as actually ordered including all deviation order on the contract.

When the delay is not a full week or in multiples of a week but involved a fraction of a week the
compensation payable for the fraction shall be proportional to the number of days involved. Provided
always that total amount of compensation to be paid under this condition shall not exceed as mentioned
below: -

(a) In the case of term contracts, ten percent of the estimated value of requisition or works
order as a whole;

(b) In the case of other contracts: -

(i) Where the contract sum does not exceed Rs. 10 lacs. Ten percent of the contract
value of the item or group of items of work for which a separate period of competition
is given.

(ii) Where the contract sum exceeds Rs. 10 lacs but does not exceed Rs. 20 lacs. Ten
percent of the contract value of value of the item or group of items of work for which
a separate period of completion is given or Rupees one and a half lacs whichever is
less.

(iii) Where the contract sum exceeds Rs. 20 lacs but does not exceed Rs. 150 lacs-
Seven and half percent of the contract value of the item of group of items of works
for which a separate period of completion is given or rupees seven and a half lacs
whichever is less.

(iv) Where the contract sum exceeds Rs. 150 lacs but does not exceed Rs. 300 lacs,
five percent of the contract value of the item or group of items of work for which
separate period of completion is given or rupees twelve and half lacs whichever is
less.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
(v) Where the contract sum exceeds Rs. 300 lacs, Four percent of the Contract value of
the item or group of items of work for which a separate period of completion is given
subject to a maximum of Rupees twenty five lacs.

51. Law Governing the contract: - The contract shall be governed by the India Laws for the time
being in force.

52. Cancellation of contract for corrupt Acts: - The TFC whose division shall be final and binding,
shall without prejudice to any other right or remedy which shall have accrued or shall accrue thereafter to
Government, cancel the contract in any of the following cases and the contractor shall be subject to
payment of any loss or damage resulting from any such cancellation to the like extent as is provided in the
case of cancellation for default: -

If the contractor shall: -

(a) Offer or give or agree to give to any person in Government service any gift
or consideration of any kind as an inducement or reward for doing or fore bearing to
do or for having done or for-borne to do any act in relation to the obtaining or execution of this
or any other contract for Government service or,

(b) Enter into a contract with Government in connection with which commission has been paid
or agreed to be paid by him or to his knowledge, unless the particulars of any such commission
and the terms of payments there of have previously been disclosed in writing to the Accepting
Officer, or

(c) Obtain a contract with Government as a result of ring tendering or other non bonafide
methods of competitive methods of competitive tendering without first disclosing the fact in
writing to the Accepting Officer.

53. Cancellation of contract for insolvency, sub-letting etc: - The accepting Officer may, without
prejudice to any other right or remedy which shall have accrued or shall accrue thereafter to Government,
cancel the contract in any of the following cases: -

If the contractor: -

(a) Being an individual, or if a firm, any partner thereof shall at any time be adjudged insolvent
or have a receiving order or order for administration of his estate made against him or shall take
any proceedings for liquidation or composition under any insolvency act for the time being in
force or make any conveyance or assignment of his effects or composition or arrangement for
the benefit his credit or purport so to do, or if any application be made under any Insolvency Act
for the time being in force for the sequestration of his estate or of a trust deed be granted by
him for behalf of his creditors, or

(b) Being a company shall pass a resolution or the court shall make an order for the liquidation
of its affairs, or a receiver or manager on behalf of the debenture holders shall be appointed or
circumstances shall arise which entitle the court or debenture holders to appoint a receiver or
manager or

(c) Assigns, transfers, sublets or attempts to assign, transfer or sublet, any portion of the works
without the prior written approval of the accepting officer.

Whenever the Accepting Officer exercises his authority to cancel the contract under this condition,
he may complete the Works by any means independently without risk and cost of the original contractor.

On cancellation of contract, the performance security and retention money upto last paid RAR shall
be forfeited. All T&P and material of contractor lying at site shall be confiscated by Government and shall

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
be absolutely at the disposal of the President of India and no compensation whatsoever shall be allowed
by department.

If the failed contractor is a Company, or a Firm then the every member/partner/Director of Company,
or Firm shall be barred from participating in the tender for the balance work either in his/her Individual
capacity or as a partner of any other Company/Firm.

54. Cancellation of contract in part or in full for Contractor’s default: - If the contractor: -

(a) Makes default in commencing the works within a reasonable time from the date of the
handing over the site, and continues in that state after a reasonable notice from OC or
(b) In the opinion of the OC at any time, whether before or after the date or extended date of
completion, makes default in proceeding with in works, with due diligence and continues in that
state after a reasonable notice from OC., or
(c) Fails to comply with any terms and conditions of the contract, or after reasonable notice in
writing, with orders properly issued there under, or
(d) Fails to complete the works, work order and items of works, with individual dates for
completion, and clear the site on or before the date or completion.

The Accepting Officer may, without prejudice to any other right or remedy which shall have accrued
or shall accrue thereafter to Government, cancel contract as a whole or only such Work Order(s) or items
of work in default from the Contract. Whenever the Accepting Officer exercises his authority to cancel the
Contract under this Condition he may complete the work by any means independently without risk and
cost of the original contractor.

On cancellation of contract, the performance security and retention money upto the last paid RAR
shall be forfeited. All T&P and material of contractor lying at site shall be confiscated by Government and
shall be absolutely at the disposal of the President of India and no compensation whatsoever shall be
allowed by department.

If the failed contractor is a Company, or a Firm then the every member/partner/Director of Company,
or Firm shall be barred from participating in the tender for the balance work either in his/her Individual
capacity or as a partner of any other Company/Firm.

55. Termination of contract for Death: - Without prejudice to any of the rights or remedies under this
contract, if the contractor dies, the accepting officer shall have the option of terminating the contract without
compensation to the contractor.

56. Termination of contract (Applicable only to Term Contracts): - The contract shall remain in
force for a period of not less than six months and may be terminated at the end of that period or at any time
there after provided that six weeks notice in writing to that effect shall have previously been given by either
party. Any works for which written orders are issued by before the termination of the contract shall be
deemed to be within the contract although the time for completion is beyond the date of termination of the
contract.

57. Special powers of Determination (Applicable only to Measurement and lump sum contracts):
- If at any time after the acceptance of the tender Government shall for any reason
whatsoever not require the whole or any part of the works, to be carried out, the TFC shall give notice
in writing of the fact to the contractor, who shall have not claim to any payment of compensation or
otherwise how ever on account of any profit or advantage which he might have derived from the execution
of the work in full but which he did not derive in consequence of the foreclosing of the works.

He shall be paid at contract rates, for the full amount of the work executed including such additional
works, e.g. clearing of site, etc, as may be rendered necessary by the said foreclosing. He shall also be
allowed a reasonable payment (as decided by the accepting officer) for any expenses sustained on

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
account o labour and materials collected but which could not be utilized on the works, as verified by the
OC.

58. Fair Wage: - (a) The contractor shall pay not less than the “fair wage” as defined below or the
minimum wage fixed under the minimum wages Act, whichever is higher to labourers engaged by him on
the work.
‘Fair wages’ means wage whether for time or piece work notified at the time of inviting tenders for
the work and where such wages have not been so notified, the wages, prescribed by the Chief Engineer
for the stations at which the work is done.

(b) The contractor shall, notwithstanding the provision of any contract to the contrary, cause to be paid
a ‘fair wage’ or minimum wage fixed under the Minimum Wage Act whichever is higher to labourers
indirectly engaged on the work including any labour engaged by his sub-contractors in connection with the
said work, as if the labourers had been directly employed by him.

(c) In respect of all labour directly or indirectly employed on the works for the performance of the
contractor’s part of this agreement the contractor shall comply with or cause to be complied with the DGBR
contractor’s Labour Regulations (appended here to as Annexure ‘A’ to these conditions) in regard to all
matters provided there in and with all other labour laws as may be applicable.

(d) The OC concerned shall have the right to deduct, from the moneys due to the contractor, any sum
required or estimated to be required for making good the loss suffered by a worker or workers by reason of
non-fulfillment of the conditions of the contract for the benefit of the workers, non-payment of wages or of
deductions made from his or their wages, which are not justified by the terms of the contract or non-
observance of the Regulations.

(e) Vis-a-Vis the Government, the contractor shall be primarily liable for all payments to be made
under, and for the observance of the Regulations aforesaid without prejudice to his right to claim indemnity
from his sub-contractors.

(f) The Regulations aforesaid shall be deemed to be a part of this contract and any breach there of
shall be a breach of this contract.

59. Blank.

60. Blank.

CHAPTER IV – VALUATION AND PAYMENT

61. Records and Measurement: - All items having a financial value shall be entered in the DGBR
Measurement Book I.A.F.W-226 or in the case of Term Contractor for maintenance and repair work, on
other approved Army Form, as applicable so that a complete record is obtained of all work performed
under the contract.

Building etc, priced in schedule ‘A’ as a unit lump sum will be entered by number at the unit lump
sum.

Work carried out for agreed lump sums will be described and similarly recorded.
Lump sum omissions will be entered for deduction. Measurement shall be restricted to that required
to ascertain the financial liability of Government under the contract.

Work which fails to be measured in details shall be measured physically, without reference to any
local custom that may obtain excepting where it may otherwise be directed in the tender documents. The
measurements shall be taken jointly by any person or persons duly authorized on the part of the DGBR
and by the contractor.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
The Engineer-in-charge shall give reasonable notice in writing to the contractor of appointment for
measurement.

The contractor shall without extra charge, provide assistance with every appliance and other things
necessary for measurement.

The contractor shall bear all the costs of his own measurement.

Measurement shall be entered in the DGBR Measurement Book or other approved Army Form as
applicable and signed and dated by both parties each day on the site on completion of measurement. If the
contactor objects to any of the measurement recorded on behalf of the DGBR a note to that effect will be
made in the DGBR measurement Book or other approved Army Form as applicable against the item or
items objected to; and such not shall be signed by the both parties engaged in taking the measurements.

If as a result of such objection, it becomes necessary to re-measure the work wholly or in part the
expense of such re-measurement shall be borne by the party requiring the measurements to be retaken
provided that a net error is found by this re-measurement to amount to less than 5 percent of the value as
recorded by the first measurements. But where the net errors amount to 5 percent or over of the said
value, then the cost is be borne by the other party. In any case, if the net value of errors found exceeds Rs.
500/-, the expense of re-measurement is to be borne by the other party.

If the contractors representative fails to attend when required, the Engineer-in-charge shall have
power to proceed by himself to take measurements and in that case these measurements shall be
accepted by the contractor as final.

62. Valuation of Deviations: - The value of items of work covered by deviation orders shall be
ascertained by measurements or lump sum assessment in the following order of precedence:-

(A) Applicable to Lump sum of contracts based of Bill of Quantities: -


(a) At applicable rate in the Bill of quantities for the building/item of work, in which the deviation
is involved;
(b) At lowest applicable rate in any other Bill of quantities
(c) At prorata based on lowest rate for analogous items in the Bill of Quantities for t he
building/item of work to which the deviation refers;
(d) At prorate rate based on lowest rate for analogous items in any other Bill of quantities;

(B) Applicable to lump sum contract based on pre-priced sche ‘A’: -

(a) At applicable rate in relevant part of Schedule ‘A’ in which the Deviation is involved.
(b) At prorate rate based on analogous items in relevant part of schedule ‘A’ in which the
deviation in involved.
(c) At applicable rate in the DGBR schedule.
(d) At prorate rate based on analogous items in the DGBR schedule.

The rates are (a) and (d) above shall be subject to the contractor’s percentage.

(C) Applicable to lump sum contract based on Drawings and specifications: -

(a) At applicable rate in relevant part of Schedule ‘A’ in which the Deviation is involved.

(b) At prorate rate based on analogous items in relevant part of schedule ‘A’ in which the
deviation in Involved.
(c) At applicable rate in the DGBR schedule.

(d) At prorate rate based on analogous items in the DGBR schedule.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
The rates are (c) and (d) above shall be subject to the contractor’s percentage inserted in tender
documents for pricing deviations.

(D) Applicable to measurement (Percentage Rate) & Term Contracts: -

(a) At applicable rate in the DGBR schedule.


(b) At prorate rate based on analogous items in the DGBR schedule.

The rates at (a) and (b) shall be subject to the contractor’s percentage.
(E) Applicable to item Rate contract: -

(a) At applicable rate in schedule ‘A’;


(b) At prorata rate based on analogous items in schedule ‘A’.

(F) Applicable to contracts comprising sections/parts conforming to types (A) to (E) above: -

The principles enunciated in Para (A) and (E) shall apply to the corresponding parts of contract.

(G) For all contracts: - If any work, the rate for which cannot be obtained by any of the methods
referred to in paras (A) to (E) above, has been ordered or the contractor, the rate shall be decided by the
OC on the basis of the cost to the contractor at site of works plus 15% to cover all overheads and profit,
Provided that if the contractor is not satisfied with decision of the OC, he shall be entitled to represent the
matter to the TFC within seven days of receipt of the OC’s decision and the decision of the TFC there on
shall be final and binding.

If any alterations or additions (other than those authorized to be executed by day works or an
agreed sum) have been covered up by the contractor without his having given notice of his intention to do
so, the Engineer-in-charge shall be entitled to appraise the value there of and the event of dispute the
decision of the OC there on shall be final and binding.

63. Re-imbursement/refund on variation in price: -If during the progress of the works the price of
any materials required to be incorporated in the works (not being a material supplied from the OC’s stores
in accordance with condition 10 here of) and/or wages of labour increases as a direct result of the coming
into force of any fresh law or statutory rule or order (but not due to any changes in sales tax) and such
increase exceed ten percent of the price and/or wage prevailing at the time of acceptance of the tender for
the work and the contractor there upon necessary and properly pays, in respect of that material
(incorporated in the works) such increased price, and/or in respect of labour required for and engaged on
the execution of the work such increased wages, then the amount of contract shall accordingly be varied
protanto, provided always that any increase so payable is not in the opinion of the TFC, (whose decision
shall be final and binding) attributable to delay in the execution of the contract within the control of the
contractor.

Provided, however, no reimbursement shall be made if the increase in not more than 10% of the
said prices/wages, and if so, the reimbursements shall be made only on the excess over 10% and provided
further that any such increase shall not be payable if such increase has become operative after the
contract or extended date of completion of the work in question.

If during the progress of the works, the price of any material incorporated in the works (not being a
material supplied from the OC’s stores in accordance with condition 10 hereof) or wages of labour is
decreased as a result of coming into force of any fresh law or statutory rule or order (but not due to any
charges in sales tax) and such decrease exceeds ten percent of the prices and/or wages prevailing at the
time of acceptance of the tender for the work, Government shall in respect of materials incorporated in the
works (not being material supplied from the OC’s stores in accordance with condition 10 hereof) and/or
labour engaged on the execution of the work after the date of coming into force of such law, statutory rule
or order be entitled to deduct from the dues of the contractor such amount as shall be equivalent to
difference between the prices of materials and/or wages as they prevailed at the time of acceptance of

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
tender for the work minus ten percent there of and the prices of materials and/or wages of labour on the
coming into force of such law, statutory rule or order.

The contractor shall, for the purpose of this condition keep such books of account and other
documents as are necessary to show the amount of and increase claimed or reduction available and shall
allow inspection of the same by a duly authorized representative of Government, and further shall, at the
request of the Officer Commanding furnish, verified in such a manner as the Officer Commanding may
require any documents so kept and such other information as the OC may require.

The contractor shall within a reasonable time of his becoming aware of any alternation to the prices
of any such material, and/or wages of labour, give written notice there of to the OC stating that the same is
given pursuant to this condition together with all information relating there to which he may be in a position
to supply.

64. Advance on Account: - The contractor may at intervals of not less than (30 days) subject claims
on IAFW-2263 for payment of advances on account of work done and of materials delivered in connection
with measurement and lump sum contracts.

Advance payment against each individual work order issued under a Term Contract
shall be made also at intervals of not less than (30days) provided the estimated value of the work
performed is not less than Rs. 3,000/- of new works and Rs. 10,000/- for repair services and the value of
payment on account is not less than Rs. 1500/- and 5000/- respectively.

The contractor shall be entitled to be paid in respect of such claims at the following percentages of
the value of work executed on the site to the satisfaction of the Engineer-in-charge: -
(a) For works not exceeding Rs. 5 lacs - 90 percent of the value of works executed.

(b) For works exceeding Rs. 5 lacs but not exceeding; Rs. 10 lacs – 90 percent of the value of
work executed for the first 5 lacs and 92.50 percent of the value work executed for the balance,

(c) For work exceeding Rs. 10 lacs – 90 percent of the value of work executed for the first 5
lacs, 92.50 percent of the value of work executed for the next 5 lacs and 95 percent of the value of
work executed for the balance.

The amount so retained from the contractor shall be called retention money and shall be released to the
contractor along with the final bill. However, in case the amount of this retention money is more than Rs.
1.5 lakhs, then after retaining an amount of Rs. 1.5 lakhs or 1% of the contract amount as executed
whichever is more, the balance amount of retention money will be refunded to the contractor on
satisfactory completion of works as certified by the Engineer-in-Charge.

Provided further, the contractor may be paid advance on account to the full value of work executed
on the site on his furnishing guarantee bond (s) of fixed deposit receipts from a schedules bank for the
amount of the retention money which should otherwise be recoverable from him under the contract.

The guarantee bond shall be executed for a period and on a firm as directed by the accepting
officer. The contractor shall further arrange to extend the period of guarantee bond or shall furnish a fresh
guarantee bond of similar value so as to cover the period till the payment of the final bill.

In the case of fixed deposit receipts, the same shall be for a period exceeding 6 months beyond the
period of contract and shall be endorsed in accordance with the Government securities manual for the time
being in force. If the fixed deposit receipts are in the name of the contractors, they shall be
transferred/endorsed to the controller of Defence Account concerned in such a way that they can be
encashed by the said controller of Defence accounts without reference to the contractor. In the event of
delay in the preparation of the final bill, contractor shall make arrangements with the bank for suitable
extension of the fixed deposit period.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
In the case of measurement and lump sum contracts the contractor shall also be entitled to be paid
during the progress of the works 85 percent of the value of any materials which are in the opinion of the
Engineer-in-charge in accordance with the contract and which have reasonably been brought on the site in
connection therewith and are adequately stored and/or protected against damage by weather or other
causes, but which have not at the time of the advance been incorporated in the works.

Provided always that payments shall not be made under these periodical certificates in respect of
perishable materials ( the discretion of the OC as to what is perishable being final and binding).

Any sum due from the contractor on account of Transport, stores, or any such
matter provided by Government shall be deducted from the first or next subsequent advance.

The OC shall form time to time certify the sums to which the contractor is entitled after retaining the
reserve.

Any certificate relating to work done or materials delivered may be modified or corrected by any
subsequent interim certificate or by the final certificate and no certificate of the OC supporting an advance
payment shall of itself be conclusive evidence that any work or materials to which it relates are in
accordance with the contract.

65. Final Bill (Applicable Only To Measurement And Lump Sum Contractors: - The final bill shall
be submitted by the contractor on IAFW-2269 in duplicate within three months of physical completion of the
works to the satisfaction of the Engineer-in-charge.

It shall be accompanied by all abstracts, vouchers, etc., supporting it and shall be prepared in the
manner prescribed by the OC.

No further claims shall be made by the contractor after submission of the final bill and these shall
be deemed to have been waived and extinguished.

The contractor shall be entitled to be paid the final sum less the value of payments already made
on account subject to the certification of the final bill by the OC.

No charges shall be allowed to the contractor on account of the preparation of the final bill.

65 A. Final Bill (Applicable only to Term contracts): - The final bill shall be submitted by the contractor
on IAFW-2262 in duplicate, accompanied by all supporting abstracts, vouchers etc., except IAFsW-2158
and 1833 prepared in the manner prescribed by the OC, within three months of physical completion of the
works to the satisfaction of the Engineer-in-charge. In respect of works orders arising out of unit requisition
or GREF inspections for maintenance and repairs, and portion of such an order which remain uncompleted
at the date of the next subsequent requisition or inspection may, purely to facilitate payment for completed
work and without prejudice to any other rights or remedy of Government in respect of any such delay, be
deleted and the works order, as so amended forthwith, billed for final payment.

No further claims shall be made by the contractor after submission of a Final Bill and these shall be
deemed to have been waived and extinguished. The contractor shall be entitled to be paid the full
measured value of the works order, less the value of payments made on account and of any charges
properly preferred under the conditions of contracts for Government stores, etc., supplied on repayment,
subject to the certification of the final bill by the OC.

When fractions of a rupee occur in the totals of bills, fractions less than half a rupee shall be
disregarded and half a rupee and over taken as a rupee.

No charges shall be allowed to the contractor on account of the preparation of a final bill.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
66. Payments of Bills: - Payment of those items of the final bill in respect of which here is no dispute
shall be made within the period specified here under, the period being reckoned from the date of receipt of
the bill by the OC.

(a) Contract amount not exceeding Rs. 5 lacs – Four months.


(b) Contract amount exceeding Rs 5 lacs – Six months.

After payments of the amount of the final bill payable as aforesaid has been made, the contractor,
may, if he so desires reconsider his position in respect of the disputed portion of the final bill and if he fails
to do so within 90 days, his disputed claim shall be dealt with as provided in the contract.

All payments due under this contract shall be made by means of a crossed cheque to the contractor
‘A/c’ payee’ only at the treasury located in the station where either the work is executed or service
rendered or at the treasury nearest to the station where the office of the OC is located.

The contractor is required to acknowledge receipt of all cheques issued in his favour. With regard to
cheques sent to him by post, he shall acknowledge receipt within fifteen days from the date of their receipt.
Failure on the part of the contractor to acknowledge receipt will render him liable to forfeit the facility of
receiving cheques by post and , unless the contractor furnished a satisfactory explanation for his default in
this respect payment through cheques sent by post shall not be resumed, and the contractor shall be
required to obtain cheques for future payments on this contract from the office of the Officer Commanding
after rendering proper receipt.

67. Recovery From Contractor: - (a) whenever any claim (s) for payment of a sum of money
arise(s) out of or under this contract against the contractor, the contractor shall on demand make the
payment of the same or agree for effecting adjustment from any amount due to him by the Govt. If
however , he refuses or neglects to make the payment on demand or does not agree for effecting
adjustment from any amounts due to him, Government shall be entitled to withhold an amount not
exceeding the amount of the claim (s) from any sum when due or which at any time thereafter may become
due to the contractor, under this or any other contract with the Government or from any other sum due to
the contractor from the Government (which may be available with the Government) or from the contractors
Performance Security amount (or from the Contractor’s Standing Security Deposit amount or Security
Bond if Performance Security amount is not adequate), and retain in the same by way of lieu on till such
time, payment is made by the contractor or till the claim (s)/is/are settled or adjudicated upon, or till the
contractor at his expense furnishes Fixed Deposit Receipt(s) duly endorsed as corrected by the Accepting
Officer, or a Guarantee Bond from scheduled Bank for an amount equal to the amount of the claim (s) in
the form as directed by the Accepting Officer.

(b) It is angered condition of this contract that the sum of money so with held or retained as and by way
of lien under this condition by the Government, will be kept withheld or retained, as such by the
Government, till the claim (s) arising out of or under this contract is/are settled or adjudicated upon and that
the contractor will have no claim for interest or damages whatsoever on any account in respect of such
sum so withhold.

(c) For the purpose of this condition, where the contractor is a partnership Firm the Government shall
be entitled to withhold in whole or in part as may be necessary, to cover the amount claimed any sum
found payable to any the Firm whether in his individual capacity or otherwise.

(d) Any amount due to the contractor under this contract may be withheld by way of lien against any
amount claimed or which may at any time hereafter be claimed by the Government from the contractor or
any account where ever, whatsoever, this or any other contract between them and retained till the claim (s)
is/are settled or adjudicated upon.

(e) Government reserve the right to carry cut post payment audit and technical examination of the
works and Final Bill, including all supporting vouchers, abstracts etc. Government further reserve the right
to carry our the aforesaid examination and enforce recovery when detected, not withstanding the fact that

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
the amount of the Final Bill may have been included by one of the parties as an item of dispute before an
arbitrator appointed under the Arbitration clause of the contract and not with standing the fact that the
amount of the final bill figures in the arbitrators award.

(f) If, as a result of such audit and technical examination any overpayment is discovered in respect of
the work done under this contract, the contractor shall on demand make payment of a sum equal to the
amount of overpayment or agree for effecting necessary adjustment from any amounts due to him by
Government. If however, he refuses or neglects to make the payment on demand or does not agree for
effecting adjustment from any amounts due to him, Government shall be entitled to take action as in sub
para (a) here in before. If as a result of such audit and technical examination any under payment is
discovered, the amount of under payment shall be duly paid to the contractor by Govt.

(g) Provided, that nothing herein before contained shall entitle the Government to recover any over
payment in respect of any price agreed between the TF Commander or the OC and the contractor under
the circumstances specifically prescribed for such method of assessment any that the said right of the
Government to adjust over payment from any sum due or from any sum which any become due to the
contractor or from Performance Security amount (or from the Contractor’s Standing Security Deposit
amount or Security Bond if Performance Security amount is not adequate)and adjust under payment
shall not extend beyond a period of two years from the date of payment of the undisputed portion of the
Final Bill or in the case of a minus bill, from the date, the net amount of the Final Bill is communicated to
the contractor.

(h) All notices under this condition shall be given by the OC.

68. Refund of Security Deposit: - The Performance Security Deposit mentioned in Condition 19
above may be refunded to the contractor after the expiration of the defects liability period (vide condition
46) by the OC provided always that the contractor shall first have been paid the final bill and have rendered
a No-demand Certificate (IAFA-451)

69. Issue of notice: - Subject as otherwise provided in this contract, all notices to be given on behalf of
the President of India and all other actions to be taken on his behalf may be given or taken on his behalf by
the OC, or any officer for the time being entrusted with the functions, duties and powers of the OC.

70. Arbitration: - All disputes, between the parties to the contract (other than those for which the
decision of the TFC or any other person is by the contract expressed to be final and binding) shall, after
written notice by either party to the contract to the other of them, be referred to the sole arbitration of an
Engineer Officer to be appointed by the authority mentioned in the tender documents.

Unless both parties agree in writing such reference shall not take place until after the completion or
alleged completion of the works or termination or determination of the contract under condition Nos 55,56
and 57 hereof.

Provided always that commencement or continuance of any arbitration proceeding hereunder or


otherwise shall not in any manner militate against the Government’s right of recovery from the contractor
as provided in condition 67 hereof.

If the arbitrator so appointed resigns his appointments or vacates his office or


is unable or unwilling to act due to any reason whatsoever, the authority appointing him
may appoint a new arbitrator to act in his place.

The Arbitrator shall be deemed to have entered on the reference on the date he issues notice to
both the parties asking them to submit to him their statement of the case and pleadings in defence.

The Arbitrator may proceed with the arbitration, exparte, if either party, in spite of a notice from the
arbitrator fails to take part in the proceeding.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

The Arbitrator may, form time to time with the consent of the parties, enlarge the time, for making
and publishing the award.

The Arbitrator shall give his award within a period of six months from the date of his entering on the
reference or within the extended time as the case may be on all matters referred to him and shall indicate
his findings, along with sums awarded. Separately on each individual items of dispute.

(The arbitration shall give reason for the award in each and every case irrespective of the value of claims
or counter claims).

The venue of Arbitration shall be such place or places as may be fixed by the Arbitrator in his sole
discretion.

The award of Arbitrator shall be final and binding on both parties to the contract.

71. Jurisdiction of Courts. Irrespective of the place of issue of tenders, the place of acceptance of
tenders, the place of execution of contract or the place of payment under the contract, the contract shall be
deemed to have been made at the place from where the acceptance of tenders has been issued and the
work is executed/executable. The Courts of the place from where the acceptance of the tender has been
issued or the place where the work is executed/under execution shall alone have jurisdiction to decide any
dispute arising out of or in respect of the contract.

ANNESURE ‘A’

GENERAL RESRVE ENGINNER FORCE

LABOUR REGULATIONS

1. Short Title: - These regulations may be called “The General Reserve Engineer Force Contractor’s
Labour Regulations ”.

2. Definitions: - In these Regulations, unless otherwise expressed or indicated, the following words
and expression shall have the meaning hereby assigned to them respectively, that is to say: -

(a) ‘Labour’ means workers employed by a General Reserve Engineer Force contractor directly, or
indirectly through a sub-contractor or other person, or by an agent on his behalf, on payment not exceeding
Rs. 500/- per month and will not include supervisory staff like overseers, etc.

(b) ‘Fair wages’ mean wages whether for time or piece work notified at the time of inviting tenders for
the work and where such wages have not been so notified, the wages prescribed by the Chief Engineer for
the stations at which the work is done.

(c) ‘Contractor’ shall include every person whether a sub-contractor or headman or agent, employing
labour on the work taken on contract.
(d) ‘Wages’ shall have the same meaning as defined in the payment of wages Act and include time and
piece-rate wage.

3. Display of Notice regarding wages etc: - The contractor shall: -

(a) Before he commences his work on contract, display and correctly maintain in a clean and
legible condition in conspicuous palaces on the work, notices in English and in the local Indian
languages, spoken by the Majority of the workers, giving the rate of wages which have been
certified by the OC as fair wages and the hours of work for which such wages are earned, and

(b) Send a copy of such notices to the certifying officers.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

4. Payment of wages: - (a) Wages due to every worker shall be paid to him direct.

(b) All wages shall be paid in current coin or currency or in both.

5. Fixation of wage Periods: -

(a) The contractor shall fix the wage period in respect of which the wages shall be payable.

(b) No wage period shall exceed one month.

(c) Wages of every workman employed on the contract shall be paid before the expiry of seven days,
after the last day of the wages period in respect of which the wages are payable.

(d) When the employment of any worker is terminated by or on behalf of the contractor, the wages
earned by him shall be paid before the expiry of the second working day from the day on which his
employment is terminated.

(e) All payments of wages shall be made on a working day except when the work is completed before
the expiry of the wage period, in which case final payment shall be made within 48 hours of the last
working day.

Note: - The Term “working day” means a day on which the work on which the labour is employed is in
progress.

6. Wage Book and wage slips, etc: -

(a) The contractor shall maintains wage book of each worker in such form as may be convenient, but
the same shall include the following particulars: -

(i) Rate of daily or monthly wages.


(ii) Nature of work on which employed.
(iv) Total number of days worked during each wage period.
(v) Total amount payable for the work during each wage period.
(vi) All deductions made form the wages with an indication in each case of the ground for which
the deduction is made.
(vii) Wages actually paid for each wage period.

(b) The contractor shall also maintain a wage slip for each worker employed on the work.

7. Fines And Deductions Which May Be Made From Wages: -

(a) the wages of a worker shall be paid to him without any deductions of any kind except the following:
-
(i) Fines.
(ii) Deductions for absence for duty, i.e., from the pace or places where by the terms of his
employment he is required to work. The amount of deduction shall be in proportion to the
period for which he was absent.
(iii) Deductions for damage to or loss of goods expressly entrusted to the employed person for
custody or for loss of money for which he is required to account, where such damage or loss
is directly attributable to his neglect or default,
(iv) Any other deductions which the central Government may form time to time allow.

(b) No fines shall be imposed on a worker and no deduction for damage or loss shall be made from his
wages until the worker has been given an opportunity of showing cause against such fines or deduction.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
(c) The total amount of fines which may be imposed in any one wage period on a worker shall not
exceed an amount equal to three paise in a rupee of the wages payable to him in respect of that wage
period.

(d) No fine imposed on any worker shall be recovered from him buy installments, or after the expiry of
60 days form the date on which it was imposed.

8. Register of Fines, etc: - (a) The contractor shall maintain a Register of fines and
of all deductions for damage or loss. Such register shall mention the reason for which fine
was imposed or deduction for damage or loss was made.

(b) The contractor shall maintain a list, in English and in the local India language clearly defining acts
and omission for which penalty of fines can be imposed. He shall display such list and maintain it in a clean
and legible condition in conspicuous places on the work.

9. Preservation of Registers: - The wage Book, the wages slip and the Register of fines and
deductions required to be maintained under these Regulations shall be preserved for 12 months after the
date of last entry made in them.

10. Power lf Labour welfare Officers to make investigation or enquiry: - The labour welfare officer
or any other person authorized by the Government of India on their behalf shall have power to make
enquiries with a view to ascertaining and enforcing due and proper observances of the fair wage clauses
and the provisions of these Regulations. He shall investigate into any complaint regarding the default made
by the contractor or sub-contractor in regard to such provisions.

11. Report of Labour welfare Officer: - The labour welfare officer or other person authorized as
aforesaid shall submit a report of the result of his investigation of enquiry to the Garrison Engineer
concerned, indicating the extent, if any, to which the default has been committed, with a note that
necessary deductions form the contractor’s bill be made and the wage and other due be paid to the
labourers concerned. The GE shall arrange payments to the labour concerned within 45 days from the
receipt of report from the labour welfare officer or other person authorized as aforesaid, as the case may
be. In case an appeal is made by the contractor under clause 12 of these regulations, actual payment to
labourers will be made by the officer Commanding after the Regional Labour Commissioner has given his
decision of such appeals.

12. Appeal against the decision of labour welfare Officers: - Any person aggrieved by the decision
and recommendation of the labour welfare Officer or other person so authorized may appeal against such
decision to the Regional Labour commissioner within 30 days from the date of decision, forwarding
simultaneously a copy of h is appeal to the Officer Commanding concerned but subject to such appeal, the
decision of the Officer shall be final and binding upon the contractor.

13. (a) A workman shall be entitled to be represented in any investigation or enquiry under these
regulation by: -

(i) An officer of a registered trade union of which he is a member.\

(ii) An officer of a federation of trade union to which the trade union referred to in clause (i) is
affiliated

(iii) Where the worker is not a member of any registered trade union, by an officer of a
registered trade union connected with, or by any other workman, employed in the industry in which
the work is employed.

(b) An employer shall be entitled to be represented in any investigation or enquiry under these
regulations by: -

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
(i) An officer of an association of employers of which he is a member;

(ii) An Officer of a federation of associations of employers to which the association referred to


in clause (i) is affiliated;

(iii) Where the employer is not a member of any association of employers, by an officer of an
association of employers connected with, or by any other employer, engaged in the industry
in which the employer is engaged.

(c) No party shall be entitled to be represented by a legal practitioner in any investigation or enquiry
under these Regulations.

14. Inspection Or Registers:-. The contractor shall allow inspection of the wage & Book, the wage slips
and the Register of fines and Deductions to any of his workers or to his agent at a convenient time and
place after due notice is received or to the Labour welfare Officer or any other person authorized by the
Government of India on this behalf.

15. Submission of Return :- The Contractor shall submit periodical returns as may be specified from
time to time.

16. Amendment:- The Government of India, may from time to time, add to or amend these Regulations
and on any questions as to the application, interpretation of effect of these Regulation the decision of the
Chief Labour Commissioner or Deputy Chief Labour Commissioner to the Government of India, or any of
other person authorized by the Government in that behalf shall be final.

ANNEXURE ‘B’
GREF SAFETY CODE

1. Suitable scaffolds should be provided for workman for all works that cannot safely be done from the
ground, or from solid construction except such short period work as can be done stately from ladders when
ladder is used an extra Mazdoor shall be engaged for holding the ladder and if the ladder is used for
carrying materials as well suitable footholds and hand holds shall be provided on the ladder and the ladder
shall be given an inclination not steeper than ¼ to 1( ¼ horizontal and 1 vertical).
2. Scaffolding or staging more than 3.5 meters above the ground or floor, swung or suspended from
an over head support or erected with stationery support shall have a guard rail properly attached, bolted,
braced and otherwise secured at least 1 meter high above the floor or platform of such scaffolding or and
extending along the entire length of the outside and ends there of with only such opening as may be
necessary for the delivery of materials. Such scaffolding or stating shall be so fastened as to prevent it it
from swaying from the building or structure.

3. Working platform Gangways, and Stairways should be so constructed that they should not sag
unduly or unequally, and if the height of the platform or the Gangway or the Stairway is more than 3.5
Meters above ground level or floor level they should be closely boarded, should have adequate width and
should be suitably fenced, as described in (2) above.

4. Every opening in the floor of a building or in a working platform be provided with suitable means to
prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall
be 1 Meter.

5. Safe means of access shall be provided to all working platforms and other working places,. Every
ladder shall be securely fixed. No portable single ladder shall be over 9 Mtr in length be less than 30 Cms
for ladder up to and including 3 Mtr in length. For longer ladders this with should be increased at least 6
mm for each addition 30 cms. Uniform step spacing shall not exceed 30 cms.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on
any of the sites of work shall be so stacked or placed as to cause danger or inconvenience to any person
or the public. The contractor shall also provide all necessary fencing and lights to protect the public from
accident and shall be found to bear the expenses of defense of every suit, action on other proceedings at
law that may be brought by any person for injury sustained owing to neglect of the above precautions and
to pay any damages and costs which may be awarded in any such suit, action
or proceedings to any such person or which may with the consent of the contractor be paid to compromise
any claim by any such person.

6. Excavation and Trenching:- All trenches, 1.2 Mtr or more in depth, shall at all times be supplied
with at least one ladder for each 30 Meters in length or fraction after thereof, ladder shall be extended from
bottom of the trench to at least 1 Mtr above the surface of the ground. The sides of the trenches which are
1.5 Mtr or more in depth shall be stepped back to give suitable slope, or securely held by timber bracing,
so to avid the danger of sides to collapse. The excavated materials shall not be placed within 1.5 Mtr of the
edge of the trenches half of the depth of the trench which ever is more. Cutting shall be done from top to
bottom. Under no circumstances undermining or under cutting shall be done.

7. Demolition:- Before any demolition work is commenced and also during the procession of the
work:-

(a) All roads and open areas adjacent to the work site shall either be closes on suitably protected:-

(b) No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus
used by the operator shall remain electrically charged;

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

8. All necessary personal safety equipment as considered adequate by the Engineer-in-charge should
be kept available for the use of the persons employed on the site and maintained in the condition suitable
for immediate use; and the contractor should take adequate stapes to ensure proper use of equipment by
those concerned.

(a) Workers employed on mixing Asphalted materials, cement and lime mortars shall be provided
with protective footwear and protective goggles.

(b) Those engaged in white washing and mixing or stacking of cement bags or any material which
is injurious to the eyes shall be provided with protective goggles.

(c) those engaged in building works shall be provided with welder’s protective eye shields.

(d) Stone breakers shall be provided with protective goggles and protective clothing, and seated at
sufficiently safe intervals.

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

(f) The contractor shall not employ men below the age of 18 and women on the work of
painting with painting with products containing lead in any form. Whenever men above the age of
18 are employed on the work of lead painting the following precautions should be taken:-

(i) No paint containing lead or lead products shall be used except in the form of paste or
ready midpoint.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

(ii) Suitable face masks should be supplied for use by the workers when paints applied in
the form of spray or a surface having lead paint dry run bed and scraped.

(iii) Overalls shall be supplied by thee contractor the workmen and adequate facilities
provided to enable the working painters wash during and at cessation of work.

9. When the work is done near any place where risk of drowning, all necessary equipment should be
provide ready for use and all necessary steps taken for prompt rescue of any person in danger and
adequate provision should kept be sustained during the course of the works.

10. Use of hosting machines and tackle including their attachments, anchorage and supports shall
conform to the following standard or conciseness.

(a) (i) These shall be of good mechanical constructer sound material and adequate strength
and free for patent defect and shall be kept in good repairs and in good working order.

(ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be
of durable quality and adequate strength, and free from patent defects.

(b) Every crane driver or hoisting appliance operator shall be properly qualified and no person
under or of 21 years should be-in-charge of any hoisting machine including any scaffold winch or
give signal to the operator.

(c) In case of every joisting machine and of every chain ring hook, shackle swivel and pulley block
used in hoisting or lowering or as means of suspension the safe working load shall be ascertained
by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked
with the sage working load. In case of the hoisting machine having a variable safe working load,
each safe working load of the conditions under which it is applicable shall be clearly indicated. No
part of any machine or of any gear referred to above in this paragraph shall be loaded beyond the
safe working load except for the purpose of testing.

(d) In case of departmental machine, the safe working load shall be notified by the Electrical
Engineer-in- charge. As regards contractor’s machines the Contractor shall notify the safe working
load of the machine to the Engineer-in- Charge whenever he brings any machinery to site of work
and get it verified by the Electrical Engineer concerned.

11. Motor, Gearing, Transmission, Electric wiring and other dangerous parts of hoisting appliances
should be provided with efficient safeguards, hoisting appliances should be provided with such means as
will reduce to the minimum the risk of accidental descent of the load, adequate precautions should be
taken to reduce to the minimum the risk of any part of a suspended load becoming accidentally displaced.
When workers are employed on electrical installations, which are already energized, insulating mats,
wearing apparel such as Gloves, sleeves, and boots as may be necessary should be provided. The
workers should not wear any rings, watches and carry keys or other materials, which are good conductors
of electricity.

12. All scaffolds, ladders and other safety devices mentioned or described here in shall be maintained
in safe condition and no scaffold, ladders equipment shall be altered or removed while it is use adequate
washing facilities shall be provided at near places of work.

13. These safety provisions should be brought to the notice of all concerned by display on a Notice
Board at a prominent place at the work spot. The persons responsible for compliance of the safety code
shall be named therein by the contractor

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
14. To ensure affective enforcement of the rules and regulations relating to safety precautions, the
arrangements made by the Contractor shall be open to inspection by the Labour Officer, Engineer-In-
Charge, of the department of their representatives.

15. Not with standing the above clauses from (1) to (14) there is nothing in these to exempt the
contractor, to exclude the operations of any there Act or Rules in force in the Republic of India.

ANNEXURE ‘C’

GREF MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS
FOR WORKMEN EMPLOYED BY CONTRACTORS

1. Application:- These rules shall apply to all the building and construction works in charge of GREF.

2. Definitions:-

(a) ‘ Workplace’ means a place at which, on an average, or more workers are employed in
connection with construction work.

(b) ‘Large workplace’ means a place at which, on an average 500 or more workers are employed in
connection with construction work.

3. First-Aid:-

(a) At every workplace, these shall be maintained in a readily accessible place. First-aid
appliances including an adequate supply of sterilized dressings and sterilized cotton wool. The
appliances shall be kept in good order and in large work places, they shall be placed under the
charges of a responsible person, who shall be readily available during working hours.

(b) At large workplaces, where hospital facilities are not available within easy distance of the
works, First- aid posts shall be established and be run by a trained compounder.

(c) Where large workplaces are remote from regular hospitals an indoor ward shall be provided
with one bed for every 250 employees.
(d) Where large workplaces are situated in cities, town or in their suburbs and no beds are
considered necessary owing to the proximity of city or town hospitals suitable transport shall be
provided to facilitate removal of urgent cases to these hospitals. At other workplaces, some
conveyance facility such as a car shall be kept readily available to taken injured person suddenly
taken seriously ill, to the nearest hospital.
4. Accommodation of Labour:- The contractor shall during the progress of the works provide, erect,
and maintain at his own expense and to approved standards and scales all necessary temporary.
(a) Living accommodation.

(b) Bazar

5. Drinking water:-

(a) In every workplace, there shall be provided and maintains at suitable places, easily accessible
to labour, a sufficient supply of cold water fit for drinking.

(b) Where drinking water is obtained form an intermitted public water supply, each workplace shall
be provided with storage where such drinking water shall be stored.

(c) Every water supply of storage shall be at a distance of not less than 15M from any latrine, drain
or other source of pollution. Where water has to be drawn from an existing well, which is within
such proximity of latrine, drain or any other source of pollution, the well shall be properly chlorinated

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
before water is drawn from it for drinking. All such wells shall be entirely closed in and be provided
with a trap door which shall be dust and water, proof.

(d) A reliable pump shall be fitted to each covered well, a trap door shall be kept locked and
opened only for cleaning or inspection which shall be done at least one a month.

6. Washing and Bathing Places:-

(a) Adequate washing and bathing places shall be provided separately for men and women.

(b) Such places shall be kept in clean and drained conditions.

7. Scale of Accommodation in Latrine and Urinals:-

These shall be provided within the precinct of every workplace latrines and urinals in an accessible
place, and the accommodation, separately for each of them shall not be less than the following
scales.
No of Seats
(a) Where the number of persons does not exceed 50…………………….. 2
(b) Where the number of persons exceeds 50 but does not exceed 100…… 3
(c) For every additional 100……………………………………………….. 3

In particular cases, the Officer Commending shall have the power to vary the scale, where
necessary.
8. Latrines and Urinals for Women:-
If women are employed, separate latrines and urinals, screened from those for men and marked in
the vernacular in conspicuous letters “ FOR WOMEN ONLY” shall be provided on the scale laid in
Rule 7. Those for men shall be similarly marked “ FOR MEN ONLY”. A pester showing the figures
of a man and woman shall also be exhibited at the entrance of latrines for sex. There shall be a
adequate supply of water close to the latrines and urinals.

9. Latrines and Urinals:-


Except in workplaces provided with flushed latrines, conducted with a water bore sewage system,
all latrines shall be provided with receptacles on dry earth system which shall be cleaned at least four times
daily and at least twice during working hours and dept in a strictly sanitary condition. The receptacle shall
be tarred inside and outside at lease once a year.

10. Construction of Latrines:-


The inside walls shall be constructed of masonry or some suitable heat resisting non absorbent
materials and shall be cement washed inside and outside at least once a year. The dates of cement
washing shall be noted in a register maintained for this purpose and kept available for inspection.

11. Disposal of Excreta:-


Unless otherwise arranged for by the local sanitary authority, arrangements for proper disposal of
excrete by incineration at the workplace shall be made by means of a suitable incinerator approved by the
local Medical, Health and cantonment authorities. Alternatively, excreta may be disposed of by putting a
layer of night soil at the bottom of pucca tank prepared for the purpose and covering it with a 15 cms layer
of waste or refuse and then covering it up with a layer of earth for a fortnight (when it will turn in to
manure).
The Contractor shall at his own expense, carry out all instructions issue to
him by the Engineer - In - charge, to effect a proper disposal of soil and other conservancy work in
respect of the Contractor’s work people or employee on the site. The contractor will bear the cost of any
charges levied by the cantonment Authority for the execution of such work on his behalf.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
12. Provision of shelters during rest:-
At every workplace there shall be provided, free of cost, four suitable sheds, two for meals and two
others for rest, separately for men and women for the use of labour. The height of the shelter shall not be
less than 3.5 Meters from the floor level to the lowest part of the roof.

13. Crèche:-
(a) At every workplace, at which 50 or more women workers are ordinarily employed, there
shall be provided two huts for the use of children under the age of 6 years, belonging to such
women. One hut shall be used for infant’s games and play, and the other as their bedroom. The
huts shall not be constructed on a lower standard than the following: -
(i) Thatched roofs,
(ii) Mud floor and walls,
(iii) Plants spread over a mud floor and covered with matting.

(b) Where the number of omen workers is more than 25 but less than 50, the contractor shall
provide at least on hut and one Dai to look after the children of women workers.

(c) The size of crèche or crèches shall vary according to the number of women workers.

(d) The crèche or crèches shall be properly maintained and necessary equipment like toys, etc,
shall be provided.

The huts shall be provided with suitable and sufficient openings for light and ventilation. There shall
be adequate provision of sweepers to keep the place cleans. There shall be two ‘dais’ in attendance.
Sanitary utensils shall be provided to the satisfaction of the local Medical, Health and Cantonment
Authorities. The use of the huts shall be restricted to children, their attendants and mothers of the children.

14. Canteen: -
A cooked food canteen on a moderate scale shall be provided for the benefit of workers wherever it
is considered expedient.

15. The planning, sitting and erection of the above buildings shall be approved by the Engineer-in-
Charge, and the whole of such temporary accommodation shall at all times during the progress of the
works be kept tidy and in a clean and sanitary condition to the entire satisfaction of the Engineer-in-
Charge, and at the Contractor’s expense. The contractor shall conform generally to the sanitary
requirements of the local Medical, Health and Cantonment Authorities and at all times adopt such
precautions as may be necessary to prevent soil pollution of the site.

On completion of the works the whole of such temporary buildings shall be cleared away, all
rubbish burnt, excreta or other disposal pits or trenches filled in and effectively sealed off and the whole of
site left clean and tidy to the entire satisfaction of the engineer-in- charge and at the contractor’s expense.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS
1. General

The following Special Conditions shall be read in conjunction with the General Conditions of
Contract, IAFW-2249 and IAFW-2159 Revised 1947) including errata/ amendments thereto. If any
provision in these special conditions is at variance with that of the aforesaid documents, the former shall be
deemed to take precedence there over. The special conditions given in succeeding paragraphs shall be
read in conjunction with Schedule ‘A’, Particular Specifications and General Conditions of contract IAFW-
1815(Z). in case of any discrepancies in the various provisions of the contract, the following precedence
shall be observed:-

(a) Description given in Schedule ‘A’.


(b) Particular 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) Special Conditions.
(e) General Conditions of contracts

2. Inspection of Site

The contractor is advised to inspect the site(s) of work by making prior appointment with Chief
Engineer (P) Vartak C/O 99 APO, Commander 14 BRTF, Officer Commanding 1441 BCC, C/O 99 APO so
as to acquaint himself with regard to the nature and conditions of site, nature and means of local
communication, conditions of access and all other cognate matters concerning the execution and
completion of the work. 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 to make his own arrangements for land as may be required by him for
housing of staff and labour and for erection of stores sheds, office, godowns etc. The Contractor must
ensure that the staff, labour, plants, equipment & stores etc. employed or collected in connection with the
work are so located that there is no hindrance to the free flow of the traffic on the highway. Suitable
warning boards, lights and other measures are to be provided by the contractor at his own cost, for safety
of the traffic.
4. Water

The contractor shall make his own arrangements for the supply of water required for the work and
for the use of his staff/workmen at his own expense. The contractor shall also arrange for storage and
conveyance of water, if necessary, at his own expense.
5. Wages Payable to Labour

(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.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

(b) The contractor shall observe the Laws/Rules Regulations of Govt. of Arunachal Pradesh
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 Govt. of Arunachal Pradesh to import labour from outside the India.

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

6. Royalties

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 land for
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.
The contractor shall submit a royalty clearance certificate issued by the respective department of Forest
& Minerals, Govt. of Arunachal Pradesh along with their RAR(s)/ Final bill failing which the said amount
of royalty shall be deducted from their RAR (s)/ Final bill and shall be deposited with state Govt.

7. Blasting Rocks - Blanks

8. Movement of Contractor’s Vehicles

Existing bridges on the roads are class 18/40/70 bridges. Contractor should not bring any heavier
vehicles or plant/equipment, as such vehicles/plants/equipment shall not be allowed on the bridges.
Contractor also advised to visit & inspect all such bridges in route to worksite to make plan for alternative
arrangement for the material/equipment which are higher than the load classification of bridges if work
awarded to them. The contractor’s 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.

In case the condition of these bridges warrant further downward load classification due to any
unforeseen circumstances the same would 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 carriers at
locations indicated to suit the load classification indicated by the OC Contract. Any such head load
carriage thus necessitated across such indicated bridge(s) would have to be done by the contractor
without any additional payment, and no claim whatsoever on this account shall be entertained.
9. Supply of Railway Wagons
(a) The contractor shall himself be solely responsible for obtaining Railway Wagons for the
movement of material for the works. In the event of contractor being unable to obtain Railway
Wagons through his resource, he may apply in writing to the CE, who may afford help to the extent
he deems fit, for obtaining from the Railway authorities such wagons and priorities thereof, as may
be necessary for transport of materials.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

(b) It should be noted that this condition does not amount to any guarantee, express or implied,
that the contractor shall be provided wagons or priorities thereof. The Government shall not be held
liable in case no wagons or priorities are allotted.

(c) The contractor shall have the wagons consigned to the CE or to any other Government
official nominated by the CE for the purpose. The CE shall have the Railway receipts endorsed in
favour of the contractor and the Railway freight shall be paid in cash by the contractor to the Railway
authorities. Although the wagons may be consigned to the CE or any other official nominated by
him, the contractor shall still be responsible for any undercharges on Railway freight, for the carriage
loading/unloading of the materials at both the ends and for payment of any penalty for not utilizing
the allotted wagons as also for any demurrage, wharfage etc.If as a result of the CE or any other
Government Official named as the consignee, the CE is required to pay the Railway any charges
mentioned hereinbefore such charges shall be recovered from the payments being made to the
contractor as “Advance on Account” or any other amounts which may become due to the contractor.

(d)The materials shall be at the risk of the contractor during transit and during loading/ unloading
and also while being stored or stacked. Government will not be held responsible for any losses
that may occur at any time.

(e)The Contractor shall have no claim whatsoever for compensation, damages, extension of time,
etc, against Government on account of non allotment, delay in allotment or allotment of any
insufficient number of wagons.

(f)The assistance given by the CE in arranging for the provision of Railway Wagons under the
above conditions shall not be held to conform any additional right on the contractor or create any
liability for Government which is not contemplated under any other conditions of this contract.

(g) The Contractor shall not use the wagons to be provided under the above arrangement for any
purpose other than the transportation of materials required for the work under this contract.

10. Attendance of Departmental Workmen and other Agencies

The contractor shall permit free access and generally afford all facilities and usual convenience to
other agencies and/or Departmental Workmen to carry out works, if any, under separate arrangements.
The contractor shall not be allowed any extra payment on this account.

11. Security Restrictions


(a) Contractor’s attention is invited to conditions of IAFW-2249. He shall employ only Indian
Nationals after verifying their antecedents and loyalty. The contractor shall, on demand by the
Engineer-in-Charge, submit list of his agents, employees and work people concerned and shall
satisfy the Engineer-in-Charge as to the bonafide of such people.

(b) The contractor and his workmen shall observe all the rules promulgated by the authority
controlling and the area in which work is to be carried out e.g. prohibition of smoking, lighting fire
precautions, search of persons on entry and exit, keeping to specified routes, restricted hours of
work etc. Thorough search of all persons and transport may be conducted by the Departmental
authorities at the site of works at any time and any number of times for

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

(c) Security reasons. Permits are to be obtained from civil authorities, by the contractor of
himself, his staff and labour. Nothing shall be paid extra on this account.

(c) Necessary assistance shall be sought by the tenderer from the Department for obtaining
passes/permits to the firm or his representatives and workmen to enter the State of Arunachal
Pradesh.

12. 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
GST on materials, GST on Works Contracts, Labour Welfare Cess/Tax, Ecological and
Environment Cess etc), duties, Royalties, Octroi & other levies payable under the respective
statutes. No re-imbursement/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 Govt at certain percentage rates of Contract
Sum/Amount shall be termed as “taxes directly related to contract value” such as GST on
works contracts, 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 rate 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 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 the 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 further “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 there to which he may be in a position to supply. The
contractors shall submit the other documentary proof/information as the OC Contract may
required.

(iii) The contractor shall, for the purpose of this condition keep 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.

(iii) 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

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

the same adjusted, against any other tax liability or without getting the same refunded
from the concerned Govt Authority and submits documentary proof for the same as the
OC Contract may require”.

13. Foreign Exchange/Import License

No foreign exchange and/or import license will be arranged by the Department in connection with
the work under this contract.

14. Contractor’s Plan/Equipment at Site


(a) The contractor shall furnish to the Engineer-in-Charge a distribution return of his
plant/equipment on the site of works, stating the following particulars: -

i) Particulars of Plant/equipment i.e. Make, Manufacture’s No, Model No, if any,


Registration No, if any, capacity, yearn of manufacture, year of purchase etc.

ii) Total quantity on site of work.

iii) Location indicating quantity at the site of work.

(b) For the purpose of this condition, plant/equipment shall include vehicles, trucks, Cranes,
Heavy Lifting Equipment, Welding Machine, Gas cutter and lorries but not the workmen’s 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 the return shall be furnished in the following form: -

S/No Particulars of plant/ Total No at Location Remarks


equipment site of work

Addition Since………………….
Reduction Since………………..

(e) A complete return showing the up to-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) The contractor’s attention is invited to condition 34 of General Conditions of Contracts


according to which no tool, plant/equipment shall be removed off the site without written approval
of the OC Contract.

15. Loss or Damage on account of enemy action

(a) If as a result of enemy action, the contractor suffers any loss or damage, the Government
shall reimburse to the contractor such loss or damage, to the extent and in the manner hereinafter
provided: -

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

SPECIAL CONDITIONS (Contd…..)

(i) The loss suffered by him on account of any damage or destruction of his
plant/equipment (as defined in condition 14 (b) above) or materials or any part of parts
thereof. The amount of loss 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 workmen’s legal
successors for loss of the workmen’s life.

(b) No reimbursement 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 precautions. No reimbursement shall be
made nor shall any compensation be payable for any plant/equipment or materials not lying on the
site of work at the time of enemy action.

16. Times and Progress Chart

(a) The 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 net work for all preliminary arrangements for mobilization of
resources e.g. manpower, plant & machinery will be done by the contractor, so as to complete the
work within the stipulated time. 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.

(b) 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 contractor’s performance under the contract. During the
execution of the work the contractor is expected to participate in the review and updating of the net
work undertaken by OC Contract. These reviews may be undertaken at the discretion of the OC
Contract either as

periodic appraisal measures or 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
contractor’s not agreeing to the revised schedule the same will be referred to the Accepting Officer
whose decision will be final, conclusive and binding. OC’s 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 IAFW-2249 General Conditions of Contracts and
Octarately regulated.

(c) 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.

(d) 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.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

SPECIAL CONDITIONS (Contd…..)

17. Permit from local authorities 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.

18. Registration Fee, Trade Tax, Income Tax, GST etc


Tendered lump sum shall also be deemed to include the payment of all taxes like Registration
fee, Trade Tax, Income Tax, GST and other taxes/levies to be paid to the state Govt. or Central Govt.
already in force and as may be modified from time to time. The contractor may ascertain full details in
this respect from the concerned department(s).

19. Electricity
No electricity will be supplied by the Department. The Contractor shall make his own
arrangement for necessary power, if required.

20. Completion Drawings


The contractor shall submit to the OC Contract within 2 months of completion but before final
payment, completion drawings (accurate and correct in all respects), in bound copies (3 sets) and 3
DVDs loaded with completion Drawings.

21. Operation and Maintenance Instructions

The contractor shall submit to the OC Contract within 2 months of actual completion, but before
final payment, operation and maintenance instructions for whole bridge, in quadruplicate (bound copies).

22. RE-IMBURSEMENT/REFUND ON VARIATION IN PRICES-WAGES OF LABOUR


(THIS SUPERSEDES CONDITION 63 OF IAFW-2249)

(APPLICABLE ONLY IN CASE OF ORIGINAL COMPLETION PERIOD OF THE WORK IS


MORE THEN 18 MONTH)

Increase or decrease in prices consequent on variation in wages of labour shall be


adjusted on the basis stipulated hereinafter irrespective of the actual variation in price wages of
labour to the contractor :-

LABOUR

The labour component for the work under the contract as a whole shall be taken as KL of the
value of the work executed under the contract. Variation in labour wages shall be worked out by
adopting the following formula:-
EL = KL x Vg1 x (L1 – Lo)
100 Lo

Where –

EL = Variation in wages of labour re-imbursement to be made to the contractor or refund to


be made by the contractor.

KL = Constant representing the percentage cost of labour element as compared to the total
value of the work under the contract as a whole. The value of KL for the work shall be
25 (Twenty-five)

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
Vg1 = Gross value of work done at contract rates during the period of reckoning less value of
work paid or payable to the contractor based on actual cost (e.g. star rate(s), work
executed under prime cost sum etc) during the period of reckoning.

L1 = Minimum wages in rupees of an unskilled adult male mazdoor as fixed under Minimum
Wages Act, as on the date of commencement of the period of reckoning.

Lo = As for L1 but the minimum wages as fixed under Minimum Wages Act in rupees of an
unskilled adult male mazdoor as on the actual date of opening of price Bid (Part ‘Q’) of
tender.
Notes:
1. The contract shall within reasonable time of his becoming aware of any alteration to the rate of
wages of labour consequent on fixation of minimum wages under Minimum Wages Act, 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.

2. Irrespective of the variations in minimum/fair wages for any category of labour; for the purpose of
adjustment under this special condition, the variation in minimum wages fixed under Minimum Wages
Act, for an unskilled adult mazdoor, if any, shall only form the basis.

3. Periodicity of working out the variation in wages of labour will be three months commencing from
the actual date of opening of Price Bid (Part ‘Q’) of tender, the last adjustment for variation in wages of
labour shall, however, be done for the period up to the stipulated date of completion given in the first
work order, or extended date of completion. Valuation of price adjustment due to increase/decrease in
minimum wages under Minimum Wages Act, for the purpose of making reimbursement /refund in RARs,
will be timed in such a manner that relevant data required for quarterly calculation under this special
condition is available from the RARs. The first price adjustment in respect of variation in wages of labour
will be worked out for the relevant quarter during which the variation took place. For implementing this
provision, the period of reckoning in such quarter will be divided into two period, i.e. the first period up to
the RAR payable immediately after the date of variation and the other up to the end of the quarter.
Value of L1 at the beginning of the other period shall be altered minimum wage. If there are more than
one change(s) in wages in a quarter, there will be more than two periods of reckoning on similar basis.
Amount payable relevant to work done for any quarter will be worked out after the minimum wages of an
unskilled adult male mazdoor as fixed under Minimum Wages Act for the relevant quarter is available.
Once the amount adjustable for any quarter is worked out, the same shall be adjusted in subsequent
RAR as “advance on account” adjustments.

4. No adjustments in prices shall be made for any work done after the stipulated date of completion
given in the first work order or extension of time granted under condition 11 of IAFW-2249 (whichever is
later) for the work under this contract.

5. No adjustment, whatsoever, due to variation in wages of Labour 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 special condition shall be made. In short once this special condition is operative
condition 63 of IAFW-2249 stands superseded.

6. 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.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

23. RE-IMBURSEMENT/REFUND ON VARIATION IN PRICES : MATERIALS & FUEL (THIS


SUPERSEDES CONDITION 63 OF IAFW-2249)
(APPLICABLE ONLY IN CASE OF ORIGINAL COMPLETION PERIOD OF THE WORK IS
MORE THEN 18 MONTH)
Increase or decrease in prices of materials and fuel shall be adjusted on the basis stipulated
hereinafter irrespective of the actual variation in prices (to the contractor) :-
(a) MATERIAL :
(i) For cement

The cement cost component including the cost of cement issued under Schedule ‘B’ in
accordance with condition 10 (B) of IAFW-2249, for the contract as a whole shall be taken as KC
% of the value of works executed under the contract, value of KC is given herein below :-

Emc = (Vmc2 – VmC1) x (C1 – Co)


Co

Vmc = (Kc x VG) + (Vsc – VBC )


100
Where :-
Emc = Variation in price of Cement to be adjusted.

Kc = Constant representing the percentage cost of cement, including Schedule ‘B’ Cement, as
compared to the total value of work under the contract as a whole. The value of KC for this
work shall be 10 (Ten).

VG = Gross value of work done at contract rates upto the last date of the period of reckoning.

Vsc = Value of all cement lying at the site for incorporation in the work including cement issued under
Schedule ‘B’ and including cement brought and paid or payable to contractor under Prime Cost
Sum and or Star Rate(s).
VBC = Value of all cement (out of VG and VSC) issued under Schedule ‘B’ plus value of all Cement
brought and paid or Payable to contractor under Prime Cost Sum and/or Star Rate(s).

C1 = Whole sale Price index for Ordinary Portland Cement (Base 2011-12 =100) published by the
economic Advisor to the Govt of India, as on date of commencement of the period of reckoning.
In case the original contract period is extended under condition-11 of IAFW-2249, the price
index as applicable on the date of commencement of last period of reckoning before the
original completion date shall only be applicable during the extended period.

Co = As for C1 but the index as on the actual date of opening of Price Bid (Part ‘Q’) of tender.

Vmc2 = Value of Cement upto the last date of the period of reckoning for which price variation is
adjustable as worked out as per formula for VMC.

Vmc1 = -do- but as on date of immediate preceding period of reckoning.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

(ii) For steel:-


The Steel cost component including the cost of Steel issued under Schedule ‘B’ in accordance
with condition 10 (B) of IAFW-2249, for the contract as a whole shall be taken as KS % of the
value of works executed under the contract, value of KS is given herein below :-

Ems = (Vms2 – Vms1) x (S1 – So)


So
Vms = (Ksx VG) + (Vss – VBS )
100
Where :-
ms = Variation in price of Steel to be adjusted.
Ks = Constant representing the percentage cost of steel, including Schedule ‘B’ Steel, as compared
to the total value of work under the contract as a whole. The value of KS for this work shall be
35 (Thirty-five).

VG = Gross value of work done at contract rates upto the last date of the period of reckoning.

Vss = Value of all steel lying at the site for incorporation in the work including Steel issued under
Schedule ‘B’ and including steel brought and paid or payable to contractor under Prime Cost
Sum and or Star Rate(s).

VBS = Value of all Steel (out of VG and VSS) issued under Schedule ‘B’ plus value of all Steel brought
and paid or Payable to contractor under Prime Cost Sum and/or Star Rate(s).

S1 = Whole sale Price index for Steel/Irons hinge (Base 2011-12=100) published by the economic
Advisor to the Govt of India, as on date of commencement of the period of reckoning. In case
the original contract period is extended under condition-11 of IAFW-2249, the price index as
applicable on the date of commencement of last period of reckoning before the original
completion date shall only be applicable during the extended period.

So = As for S1 but the index as on the actual date of opening of Price Bid (Part ‘Q’) of tender.

Vms2 = Value of Steel upto the last date of the period of reckoning for which price variation is
adjustable as worked out as per formula for VMC.

Vms1 = -do- but as on date of immediate preceding period of reckoning.

(iii) Other Materials (Materials except cement, steel and Bitumen) : The “other materials” cost
component including the cost of “other materials” issued under Schedule ‘B’ in accordance with
condition 10 (B) of IAFW-2249, for the contract as a whole shall be taken as KM % of the value of works
executed under the contract, value of KM is given herein below :-

Em = (Vm2 – Vm1) x (W1 – Wo)


Wo
Vm = (KM x VG) + (Vs – VB)
100
Where :-

Em = Variation in price of “other materials” to be adjusted.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

Km = Constant representing the percentage cost of “other materials”, including Schedule ‘B’ “other
materials”, as compared to the total value of work under the contract as a whole. The value of
KM for this work shall be 10 (Ten).
VG = Gross value of work done at contract rates up to the last date of the period of reckoning.
Vs = Value of all “other materials” lying at the site for incorporation in the work including “other
materials” issued under Schedule ‘B’ and including “other materials” brought and paid or
payable to contractor under Prime Cost Sum and or Star Rate(s).
VB = Value of all “other materials” (out of VG and VS) issued under Schedule ‘B’ plus value of all
“other materials” brought and paid or Payable to contractor under Prime Cost Sum and/or Star
Rate(s).

W1 = Whole sale Price index for all commodities (Base 2011-12 =100) published by the economic
Advisor to the Govt of India, as on date of commencement of the period of reckoning. In case
the original contract period is extended under condition-11 of IAFW-2249, the price index as
applicable on the date of commencement of last period of reckoning before the original
completion date shall only be applicable during the extended period.

Wo = As for W1 but the index as on the actual date of opening of Price Bid (Part ‘Q’) of tender.
Vm2 = Value of “other materials” up to the last date of the period of reckoning for which price variation
is adjustable as worked out as per formula for VM.
Vm1 = -do- but as on date of immediate preceding period of reckoning.

W1 = Whole sale Price index for all commodities (Base 2011-12) published by the economic
Advisor to the Govt of India, as on date of commencement of the period of reckoning. In case
the original contract period is extended under condition-11 of IAFW-2249, the price index as
applicable on the date of commencement of last period of reckoning before the original
completion date shall only be applicable during the extended period.

Wo= As for W1 but the index as on the actual date of opening of Price Bid (Part ‘Q’) of tender.

Vm2= Value of materials up to the last date of the period of reckoning for which price variation is
adjustable as worked out as per formula for VM.

Vm1= -do- But as on date of immediate preceding period of reckoning.

(b) FUEL : Fuel cost component for the contract as a whole shall be taken as KP% of the
value of work executed under the contract. Value of KP given herein below :-

Ep = Kp x VG1 x (F1 – Fo)


100 Fo
Where :-
Ep = Variation in price of fuel to be adjusted.

Kp = Constant representing the percentage of cost of fuel as compared to the total value of
work under the contract as a whole. The value of KP for this work shall be 05 (Five).

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

VG1= Gross value of work done during the period of reckoning, using value of Vg for calculating
VM1 and VM2 under (a) above.

F1 = Whole sale price index for sub group for fuel & Power (Base 2011-12 = 100) published by
Economic Adviser to Government of India as on the date of commencement of the period
of reckoning.

Fo = As for F1 but the index as on the actual date of opening of Price Bid (Part ‘Q’) of tender.
NOTES :-

1. No adjustments, whatsoever, due to variation in prices of materials and fuel 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. In short, once this special condition is operative
condition 63 of IAFW-2249 stands superseded.

2. No adjustment in prices shall be made for any work done with materials brought at site after the
stipulated date of completion given in work order No. 1 or extension of time granted under condition 11
of IAFW-2249 (whichever is later) for the work under the contract.

3. Periodicity of working out the variations will be at three months commencing from the actual date
of opening of price Bid (Part ‘Q’) of the tender. The last calculation shall however be done for the value
of work at contract rates and materials lying at site for incorporation in the work as on date of completion
or extension thereof as mentioned in Note 2 above. Valuation of RARs is to be timed in such a manner
that relevant data required for quarterly calculation under this condition is available from RARs. Amount
payable relevant to work done and materials collected in any quarter will be worked out after final
wholesale price indices for the relevant quarter are available. Once the amount adjustable for any
quarter is worked out the same shall be adjusted as and alongwith advance on account payment under
condition 64 of IAFW-2249 in the subsequent RAR (s).

4. 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.

5 For purpose of calculation of retention money, liquidated damages, sales tax/service tax on works
contracts, 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.

24. BILLING SCHEDULE

The pricing schedule for interim payments will be drawn up and finalized mutually between
Accepting Officer and the contractor after the acceptance of the contract. The decision of the Accepting
Officer shall be final and binding.

25. DEFECT LIABILITY PERIOD ( Refer condition 46 of IAFW 2249):- Defect liability period shall be
thirty six calendar months irrespective of what is specified in Condition 46 of IAFW 2249. Performance
Guarantee of 5% of contract sum as submitted in terms of Conditions 19 of IAFW-2249 shall be retained till
expiry of defect liability period and shall be refunded to the contractor after expiration of defect liability
period provided always that the contractor shall first have been paid the final bill and have rendered a No-
demand certificate (IAFW-451) in terms of condition 68 of IAFW-2249.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

SPECIAL CONDITIONS (Contd…..)

26. APPOINTMENT OF ARBITRATOR –


(APPLICABLE ONLY FOR CONTRACT AGREEMENTS TO BE EXECUTED BETWEEN BRO AND A
PUBLIC ENTERPRISE)

In the event of any dispute or difference between the parties hereto, such dispute of difference
shall be resolved amicably by mutual consultation or through the good offices of empowered agencies of
the Government. 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 Enterprises tube nominated by the Secretary to the Government of India In charge
of the Bureau of Public Enterprises, and in such case the Arbitration and Conciliation Act 1996 shall
not be applicable to the arbitration under this clause. All the provision of Arbitration Conciliation act as
amended in 2015 also applicable in the contract. The award if 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 authorized 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.

27. SECURITY OF CLASSIFIED DOCUMENTS

Contractor’s special attention is drawn to conditions 2A and 3 of General Conditions of Contracts


IAFW-2249. The Contractor shall not communicate any classified information regarding works either to
sub contractors or other without prior approval of the Engineer-in-Charge. The contractor shall also not
make copies of the design/drawings and other documents furnished to him in respect of works and he
shall return all documents on completion of the works or on earlier determination of the
contract. The Contractor shall along with final bill attach a receipt from the Engineer-in-Charge in
respect of his having returned the classified documents as per Condition 3 of General Condition of
Contracts.

28. RECORD OF CONSUMPTION OF CEMENT/ STEEL:

(a) For the purpose of keeping a record of cement/steel procured and consumed in works, the
contractor shall maintain a pucca bound register in the form approved by the Engineer-in-Charge
showing daily procurement – quantity used in works and the balance in hand. The register shall
be signed daily by the Contractor’s representative and the Engineer-in-Charge in token of their
verification of its correctness. The check will not, however, absolve the contractor of his
responsibility to justify the consumption of cement at the time of finalisation of his accounts.

(b) 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.

____ __________
Signature of Contractor For Accepting Officer
Dated :____________

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

29 CONCILIATION : Applicable for Contracts of value less than Rs. 10 Crore.

29.1 Conciliation shall be conducted as laid down u/s 61 to 81 of Arbitration and Conciliation Act 1996
(Part III) unless specified otherwise here-in-after.

29.1.1 The Scope of conciliation shall be restricted to the following types of disputes with financial limits as
indicated herein:-
(a) Disputes relating to levy of compensation for delay in completion , actual amount of
compensation.
(b) Disputes relating to technical examination of works.
(c) Disputes relating to interpretation of the provisions of the contract with reference to their
application to parties.
(d) Disputes relating to non return of Schedule ‘B’ stores over –issued to contractor.
(e) Disputes relating to assessment of loss/damages occurred in executed work only (and not
for contractor’s materials & V/E/P) due to natural calamities.
(f) Any other disputes having fair chances of being resolved by conciliation and considered fit
to be conciliation by the parties.

29.2 COMMENCEMENT OF CONCILIATION PROCEEDINGS

29.2.1 The party initiating conciliation shall send to the other party a written invitation to conciliate, briefly
identifying the subject of the dispute.
29.2.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation to
conciliation.

29.3 Number of Conciliators


29.3.1 There shall be a sole conciliator.
29.4 Appointment of conciliator
[
29.4.1 All disputes brought out in Para 29.1.1 (a) to (f) above shall be referred to the Sole Conciliator viz
Serving Officer not below the rank of Superintending Engineer having degree in Engineering or
equivalent to be appointed by the concerned ADGBR or in his absence the Officer Officiating as
ADGBR specifically delegated by the ADGBR in writing.

29.5 STATUS OF EFFECT OF SETTLEMEMNT AGREEMENT

29.5.1 The settlement agreement signed by the parties as a result of conciliation proceedings shall have
the same status and effect as it is an arbitral award on agreed terms.

30. Disputes resolutions board (DRB) Applicable for Contracts of value more than Rs. 10 Crore.
(a) During execution of this works or after completion or after determination / cancellation /
termination of the contract all disputes between the parties to contract arising out of the contract
(except those for which decision of Accepting Officer or any other Officer is expressed to be final
and binding), including any disagreement by either party with any action, inaction, opinion,
instruction, certificate or valuation by the Accepting Officer or his nominee , the matter in dispute
shall, in the first place be referred to the Dispute Resolution Board (DRB). In case of disagreement
with the decision of such DRB, any party invoke arbitration clause.

(b) The Constitution of the DRB shall be a three member body as under:-
(i) Chairman : DDG of the concerned ADGBR. Where DDG is not posted in the
ADGBR, any other senior level Col/Director posted in ADGBR shall be nominated by
ADGBR at his sole discretion.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

(ii) Member 1
Col /Director rank Officers of ADGBR or of any other CE (Project) be
nominated by ADGBR.
(iii) Member 2

(c) The name of Chairman and members shall be notified by the Accepting Officer within one
month of the date of acceptance of contract.

(d) Once the DRB is constituted the members and Chairman shall disclose in writing their
neutrality and impartiality about any personal interest in the work.

(e) The dispute shall be referred to the Chairman of the DRB by the concerned party after
giving notice to the other party for invoking of this clause.

(f) The DRB shall decide the dispute in accordance with the terms of the Contracts, principle of
natural justice, equity and fair play.

(g) The DRB may fix oral hearing at a place, date and time as decided by the Chairman.

(h) The requisite administrative support to the DRB shall be provided by the Accepting Officer.

(j) All the contract documents pertaining to the case shall be provided by the Accepting Officer
for reference by the DRB.
(k) DRB shall give its decision on the disputes within three months of notice from any party
invoking the DRB clause. This period can be extended by one month with the consent of the
parties.

(l) All the decisions given by the DRB shall be by majority and such decisions shall be
communicated in writing by Chairman to the parties.

(m) If the decision of the DRB is not to the satisfaction of either party or if the DRB fails to give
decision within the laid down time either party shall indicate his reservations on the decision to
Accepting Officer within 30 days of such decision and to refer that dispute for arbitration.

(n) It shall be mandatory for the party invoking arbitration on any particular dispute to have first
exhausted the remedy provided under the DRB clause for that particular dispute.

(o) The mandate of the DRB shall terminate on completion of one year from the date of
completion / determination / cancellation / termination of the contract.

(p) If any member or Chairman of the DRB is unable to function due to any reason whatsoever,
or he resigns his appointment, concerned ADGBR shall fill the vacancy so caused within 15 days
of happening of such vacancy.

(q) Any dispute referred to the DRB and having been decided by the DRB and not objected to
by either party within 30 days shall attain finality and shall not be referable to arbitration.

(r) Accepting Officer shall ensure implementation of the decisions of the DRB which attain
finality, i.e. except those which are objected by him or by contractor within 30 days as per Para ‘m’
above.

(s) Findings and decision of DRB shall be admissible as evidence , to the extent permissible as
per law, in the subsequent Arbitration and / or litigation.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
SPECIAL CONDITIONS (Contd…..)

(t) DRB Chairman / member shall not in any case, be liable to be called as witness or to
produce any evidence in any Arbitration or departmental proceedings of any kind.

(u) During execution of work the disputes may be referred to the DRB as per the requirement of
each party after having exhausted the decision making process provided in the contracts. In case
of completion of work or after determination / cancellation / termination of the contract all the
disputes including payment / non payment / delay in final bill shall be simultaneously referred to the
DRB within six months of completion / determination / cancellation / termination of contract.

(v) The department case before the DRB shall be presented by Accepting Officer himself and /
or Dir (Contract) of CE Project assisted by Task Force Commander and his SW, OC RCC/BCC and
any other Officer and legal counsel nominated by Accepting Officer. The Contractor may present
his case by himself and / or by his nominated reps & authorized legal / technical counsel.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS
1. GENERAL

1.1 The work required to be carried out under this contract broadly comprises of the following:-

a) Setting out bench marks, centre line pillars and laying out the bridge scheme on ground
and getting it approved from the Accepting Officer.

(b) Detailed design and preparation of detailed construction drawings of steel Superstructure,
getting it proof checked from IIT and obtaining approval thereof from Br & Tnl Dte/HQ DGBR,
making modifications as required and submission of the requisite number of copies of approved
drawings and design calculations.

(c) Construction of Substructure and Superstructure of the bridge as per the approved design
and drawings and as per specifications mentioned hereinafter.

(d) Load testing of the superstructure of the bridge.

(e) Site clearance.

(f) Any temporary river training or river diversion works required for execution of works. Any
loss or damages to the existing structure while carrying out river training or diversion works shall be
made good by the contractor, without any extra cost to the department.
(h) The lump sum quoted cost shall be deemed to include all costs towards all preparatory
work or any other work not specifically list but required for successful completion of the bridge.

1.2 Blank.

1.3 To cater for any change in the design requirements (other than ‘Clear carriage way’ and ‘load
classification’ etc) the formulae given in Annexure-I to Schedule ‘A’ shall be applicable for pricing the
deviations, if ordered:-

1.4 Limit State Method of Design shall be adopted for design of various structural components of the
bridge in accordance with relevant IRC/BIS Codes and MoRTH Specifications for Road and Bridge
Works (Fifth revision).

2 LOCATION

2.1 The approximate location of the bridges is as under:-

Srl Name of Name of Road Distance in Remarks


No Bridge Kms from
town
a) Amartala-I Orang–Kalktang– 49.950 KM Bridge located at Km
Shergaon–Rupa– from Orang 49.950 on Orang–
Tenga Kalktang–Shergaon–
Rupa–Tenga

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)

2.2 Key plan showing the location of the bridge is given in Drawing No. B-2038/B&T Dte/Vtk/2019
dated 22 May 2019.

3 SETTING OUT BENCH MARKS, CENTER LINE AND PILLARS ETC

3.1 The contractor shall layout the bridge scheme on ground and get it approved from the Accepting
Officer. Thereafter, concrete or masonry pillars indicating the exact centre line adopted for the bridge shall
be erected about 20 meters (minimum) beyond the abutments at either end of the bridge to enable check
being maintained on the centre line throughout the period of construction. The pillars shall be of substantial
section to retain their true position during the progress of the work. The dimensions and strength of the
pillars shall be adequate for the theodolite /total station to be accommodated on them for taking readings.
Sufficient number of bench marks and other reference pillars shall be provided at suitable locations to
enable complete check being maintained on the accuracy of various levels and position. The cost of work
shall be deemed to be included in the tendered lump sum.

3.2 The Accepting Officer, due to prevailing site condition may change the site of the bridge. In the
event of his decision to change the site, the contractor shall not be entitled to any extra payment as long as
the design requirement remains unaltered. Any change in the design requirements, whether in
consequence of the change of site or otherwise, will however be treated as deviation and its financial effect
shall be worked out in accordance with the provisions made elsewhere in the contract.

4. SITE AND DESIGN DATA OF THE BRIDGE

4.1 BRIDGE DETAIL

4.1.1 Site of bridge As showing in Drg No. B-2038/B&T Dte/Vtk/2019 dated


22 May 2019
4.1.2 Length of bridge 75.00 Mtr ( C/C of abutment bearings)
4.1.3 Span arrangement Single span
4.1.4 Deck level of bridge at top of RL- 198.00 Mtr with respect to TBM is taken as RL-
Wearing coat at crown 199.775 on Top of existing Bridge.
4.2 RIVER DETAILS
4.2.1 Clear linear water way at HFL 13.821 Mtr
4.2.2 Highest flood level 176.750 Mtr
4.2.3 Lowest water level 172.000 Mtr
4.2.4 Nature of foundation strata Bouldery
4.2.5 Max scour level for 2.262 Mtr
Abutments
4.2.6 Max scour level for N.A.
Piers
4.2.7 Surface velocity of water at HFL 1.22 m/sec
4.2.8 Minimum vertical clearance 1.50 Mtr
above HFL required
4.2.9 Minimum over head clearance 5.50 Mtr (As shown in Drawing)
required from the crown of
carriage way

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
4.3 SUB STRUCTURE
4.3.1 Type of Foundation Open foundation
4.3.2 Foundation Level of RL- 188.00 Mtr
Abutments
4.3.3 Foundation level of Piers NA
4.3.4 Seismic Arrangement Zone- V
4.4 SUPERSTRUCTURE
4.4.1 Type of superstructure Steel Superstructure through type.
4.4.2 Clear carriage way width. 7.50 Mtr
4.4.3 Crash barriers. RCC Crash barrier should be provided on both sides as
per Clause 109.6.3, Fig-I and Clause 109.6 of IRC: 5-
2015:1.50 Mtr wide both side.
4.4.4 Footpath 1.50 Mtr width, both sides
4.4.5 Railings RCC hand railing should be provided on both sides as per
Clause 109.70 of IRC: 5-2015.
4.4.6 Minimum overall width of As per GAD
superstructure
4.4.7 Transverse slope in the 2.5% with curved ridge as per Clause No. 2702.2 of
deck MoRT&H (Road Wing) Specification for Roads and
Bridges.
4.4.8 Wearing Course As per Drawing.
4.4.9 Service/utility arrangement Required as per MORT&H guidelines/
Policy.
4.4.10 Expansion Joint Strip seal expansion joint
4.4.11 Bearings POT and POT cum PTFE Fixed and sliding Bearing (as per
IRC-83 (Part-III) - 2002
4.4.12 Return wall Return wall to be measured from the edge of the abutment.
Box type return wall should be proposed.
4.4.13 Dirt Wall Minimum thickness – 300 mm
4.4.14 Painting All exposed steel work should be protected by minimum
three coats of paint. The coating system No-6 as given in
Table-D-2 of Annx-D of IRC:24-2010, which has a desired life
over 20 years shall be adopted for painting of steel works in
this contract. Necessary guidance shall be taken from section
1906 of MORT&H Specification for Road and Bridge works
(Fifth Revision)
4.5 DESIGN DATA
4.5.1 Design live load Two lanes of IRC Class-A or one lane of (considering Two
lanes) Class 70R as per IRC: 6-2014 which ever produces
Severe Stresses.
4.5.2 Service/Utility load 750 Kg/m
4.5.3 Footpath load 500 Kg /Sqm modified as per relevant Clause 206.1 of
IRC: 6-2014

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
4.5.4 Seismic coefficient (a) The Bridge shall be designed for seismic Zone-V in
accordance with Clause 219 of IRC:6-2014 alongwith all
amendments issued later on
(b) Importance factor (I) = 1.50
(c) Reaction block or other type of Seismic arresters shall
be provided as per Clause 219.9 of IRC-2014.

4.5.5 Snow load Not applicable


0 0
4.5.6 Temperature effects Max temp (+) 40 C min Temp (+) 0 C Design to be done as per the
provisions given in clause No. 215 of IRC:6-2017 Extreme climate
temperature gradient shall be as per BS: 5400.
The superstructure shall also be checked for the effects of
distribution of temperature across the deck depth. The temperature
distribution for bridge deck may be taken as per IRC 6-2017.
The thermal force shall be considered in combination
with full dead load and 50% of design live loads. Under this
condition, ‘No tension “condition is applicable and the thermal
stresses shall be taken care of by providing adequately
designed non tensioned reinforcement subject to crack width
limitations stipulated in IRC.

4.5.7. Wind velocity and wind As per Clause No 209 of IRC:6-2017


load
4.5.8 Buoyancy Buoyancy to be allowed as per relevant clause of IRC 6-
2017
4.5.9 Differential settlement NA
4.5.10 Property of back fill materials for foundation
(a) Bulk density of the 2.0 T/Cum
material used as back fill
(b) Angle of internal 36 o
friction backfill material
c) Angle of wall friction 22.5 o

(d) Submerged weight of 1.00 T/ Cum


back fill material
4.5.11 Properties of soil up to To be verified based on insitu and laboratory test at
foundation level foundation level. However, tentative values given below.
(a) Bulk density of the 1.8 T/ cum
material
(b) Cohesion “C” 0 T/ cum
(c) Angle of internal friction 36 o
(d) Submerged weight of 1.00 T/ Cum
soil “ Ysub”.
(e) Safe bearing capacity SSI to be carried out, by the Contractor.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
4.5.12 Frictional Coefficient between foundation and founding soil
(a) Co-efficient of base 0.50 between concrete and Soil
friction (as per clause 0.80 for good Rock
706.3.4 of IRC 78-2014) 0.70 for fissured Rock

(b) Factor of safety against


(as per clause 706.3.4 of Overturning Sliding Deep-seated failure
IRC 78-2014)
(i) Non seismic case 2.00 1.5 1.25
(ii) Seismic case 0.50 1.25 1.15
4.5.13 Allowable tension at No tension is permitted at foundation base in any
foundation base, if any combination of load
4.5.14 Type of concrete Design mix standard concrete, proportioned by weight of its
ingredient.
4.5.15 Exposure condition for severe
mix design of concrete
4.5.16 Grade of steel
(a) Grade of High Yield Strength Deformed steel bar of Fe-500 D
Reinforcement Bar conforming to IS: 1786
(b) Structural steel Quality ‘B0’ of any grade conforming to IS: 2062-2011

(c) Pre stressing Steel Uncoated stress relieved multiply Class-II strands of low
relaxation conforming to IS : 14268

4.6 DRAWINGS: The drawings forming part of this contract are:-

4.6.1 Departmental Drawing Drg No. B-2038/B&T Dte/Vtk/2019 dated 22 May 2019

4.6.2 Contractor’s drawings Detailed General arrangement drawings for complete


construction of subject bridge required to be submitted by
the Contractor along with NIT. Detailed design calculation
and detailed drawing of bridge and its component required
by successful L1 bidder as per terms & condition of the
contract.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
5 FOUNDATIONS

5.1 GENERAL

5.1.1 A Bridge can have open foundation, well foundation or pile foundation for its abutments and piers.
The foundation for this bridge shall be as specified in the particular specification (Site and Design Data) and
NIT drawing with due regard to the conditions peculiar to the Site and with due consideration for existing
structures and design parameters given at Clause 4 above.

5.1.2 Structure founded on rock shall be embedded into sound integral and continuous rock and taken at
least 1.50 m inside the strata as stipulated in IRC: 78- 2014. Wherever the foundation will be resting on
rock, the same is required to be anchored. The minimum anchorage reinforcement shall be 28-mm dia
HYSD steel bars at 1.0m C/C along the periphery taken at least 1.50m into the rock through minimum
65mm diameter dredge hole. Full development length of anchoring bar (minimum 1.5 m) be anchored into
concrete above the founding level. Tenderer’s lump sum cost should include such cost, if any.

5.1.3 In case concreting of foundation is done under water, at least 10% extra cement shall be added
over and above that required for the mix specified. Nothing extra shall be admissible on this account over
and above the quoted lump sum amount.

5.1.4 In case of open foundation, filling of surrounding ground will be as per IRC:78- 2014. In case of
excavation in rock the PCC filling should be limited to 0.5m above the top of footing.

5.1.5 Founding level specified will be the top of the leveling course.

5.1.6 In checking the stresses at the base of all the foundations, it shall be ensured that under any
combination specified in IRC: 78-2014, there should be no tension for any type of soil including soil mixed
with boulders, soft erodible or fissured rock. However for hard rock the provisions of IRC: 78- 2014 shall
apply.

5.1.7 The contractor shall carry out trench excavation. Open excavation to large depth is not advisable
as this disturbs the bed and bank to very large extent. Therefore, to avoid disturbance, only trench
excavation should be followed. Tenderer has to devise suitable method to reach the foundation level either
by trench excavation or by sinking the well to required level. Lump sum quoted rates by the tenderer shall
be inclusive of whatever method is adopted by him.

5.1.8 If any change in the depth of foundation becomes necessary on account of alteration in design
requirement as compared to the design requirement stipulated in the tender documents, such variation
(increase/decrease) in depth of foundation shall be adjusted through a deviation order priced at the rates
quoted in Annexure to Schedule “A”. The variation in depth of foundation shall be reckoned with reference
to the levels indicated in tender drawing. These rates shall be deemed to include structural alterations etc,
necessitated by any variations in the design requirement and the cost of the extra efforts involved in
redesigning.

5.1.9 If during construction, problems are encountered that necessitate changes in type of foundation i.e.
from open foundation to well foundation for any reason including change in soil parameters, the same has
to be done at no extra cost to the Government and department’s liability shall be limited only to the extent of
lump sum fixed rate quoted by the contractor in Schedule “A”. However, variation in the depth of
foundation with respect to that the one shown in the NIT drawing will be adjusted suitably through deviation
order priced at the rate quoted in Annexure ‘II’ to Schedule ’A’.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
PARTICULAR SPECIFICATIONS(Contd…..)

5.2 OPEN FOUNDATION

5.2.1 Open foundations if adopted shall meet the requirements as specified in clause 707 of IRC : IRC:
78-2014.

5.2.2 In case of deep excavation for open type foundations, the contractors shall use suitable methods
like sheeting and bracing etc, as approved by the OC Contract to reach the proper foundation level without
any extra cost for the method adopted by the contractor.

5.2.3 In case where the contractor on his own desires to take the foundation to a level below those
specified in the design data for taking advantage of the relief offered by the passive resistance of soil or
increased bearing capacity of the soil to meet with the design requirements of the data specified in tender
documents, nothing extra will be payable to the contractor on this account.

5.2.4 In seismic zone, the weight of soil likely to be resting on top of the foundation shall be taken into
account while computing the seismic force.

5.2.5. Open foundations shall be designed/proportioned in such a way that ledge length of at least 3.0m is
maintained all around.

5.3 ADDITIONAL DESIGN ASPECTS FOR FOUNDATIONS

5.3.1 The following design aspects shall also be taken into consideration in the design over and above
IRC Code requirement:-

a) The founding level indicated in the departmental scheme is only the minimum level up to
which the foundation will have to be taken on scour consideration or otherwise. The tenderer
shall make preliminary design calculations to arrive at the probable founding level for his
proposed scheme.

b) For open foundations, passive reliefs due to earth and wall friction are not to be
considered in the design.

c) No allowance for skin friction is permissible in the design of substructure. Maximum


horizontal forces will include the seismic forces on complete back filling behind the abutment
and resting on abutment raft or well cap or pile cap or well steining etc.

d) The vertical component of both the active and passive pressure of soil is to be neglected
in the design.

e) The stability of pier wells in cohesive soil and abutment wells both in cohesive and non-
cohesive soils shall be checked in accordance with IRC: 78-2014. The stability of wells in non-
cohesive soils shall be checked as per IRC:45.

f) The weight of water filled in well and substructure above scour will be taken into account
while calculating seismic force.

g) Provisions at Clause 219.6 of IRC:6-2016 shall not apply for the foundations designed
on Non-scour criteria.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
PARTICULAR SPECIFICATIONS(Contd…..)

5.4 APPROVAL OF FOUNDATIONS

5.4.1 The contractor shall get the foundation strata approved by the Accepting Officer before laying
concrete for the foundations.

5.4.2 Complete details about properties of foundation strata and its safe bearing capacity including
details with regard to tilt & shift (in case of well foundation) shall be presented to OC, Contract for obtaining
approval of Accepting Officer.

6. SUBSTRUCTURE

6.1. GENERAL

6.1.1 In case of plain concrete substructure, surface reinforcement at the rate of 2.5 kg/m 2 shall be
provided in each direction, i.e., both horizontally and vertically. Spacing of such bars shall not exceed
200 mm. In case of substructure in highly corrosive atmosphere (as per Clause 14.3.1 of IRC:112-
2011), the surface reinforcement can be dispensed with if specifically allowed but the dimension of the
substructure should be so proportioned to keep the stresses only up to 90 percent of the allowable
stress.

6.1.2 For the design of substructure below the level of the top of bed block, the live load impact shall
be modified by the factors given in Clause 208.7 of IRC:6-2017.
6.1.3 Structures designed to retain earth fill shall be proportioned to withstand pressure calculated in
accordance with any rational theory. No structure shall, however, be designed to withstand to horizontal
pressure less than that exerted by a fluid weighing 480 kg/m3 , in addition to the live load surcharge if any.

6.1.4. The backfill behind the wing and return walls shall conform to the specifications in Appendix-6 of
IRC: 78-2014 with provision for proper drainage.

6.1.5. If foundations are designed on Non-Scour criteria, provision at Clause 219.6 of IRC:6-2017 shall not
be applicable. Seismic forces shall be considered in the design.

6.1.6. Weep holes shall be provided on all structures such as abutment, wing wall and return wall to permit
water to flow out without building up pressure in back fill. Weep holes shall be provided with 100mm
diameter PVC/HDPE pipe. The weep holes shall extend through the full width of concrete masonry with
slope of about 1 vertical to 20 horizontal towards the draining face. The spacing of weep holes shall be one
meter in either direction with lowest at 150mm above the low water level or ground level which ever is
higher or as directed by Engieer-in-Charge.

6.2 ABUTMENTS

6.2.1 The abutments will carry superstructure from one side. It should be designed /dimensioned to retain
earth from the approach embankment. Spill through type abutments shall not be permitted.

6.2.2 The abutment may be plain or reinforced concrete. The abutment may be solid type or buttressed
type or counter fort type. Counter fort type abutment may be treated as T or L type as the case may be and
the slab may be designed as continuous over counter forts.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
PARTICULAR SPECIFICATIONS(Contd…..)

6.2.3 The abutment should be designed to withstand earth pressure in normal condition in addition to load
and forces transferred from superstructure. In addition, any load acting on the abutment itself, including
self-weight, is to be considered.

6.2.4 All abutments shall be designed for a live load surcharge of 1.20 m height of earth fill.

6.2.5 Fully earth-retaining abutments should be designed considering saturated unit weight of earth during
H.F.L. or L.W.L. condition. In case of footings, the submerged unit weight of soil where considered shall
not be less than 1000 kg/m3.

6.2.6 The weight of earth filling material on heel may be considered. In case of toe, the weight may be
considered if the bed is protected.

6.2.7 In case of abutments having counter-fort, the minimum thickness of the front wall should not be less
than 300 mm and the thickness of the counter-fort should not be less than 300 mm.
6.2.8 In case of box type abutments, weep holes shall be provided similar to hollow piers as per Clause
710.2.9 of IRC:78-2014.

6.3 ABUTMENT PIER

6.3.1 Abutment piers may have to be provided at locations where there may be a need of increasing
waterway subsequently. The design of such abutment pier shall be such that it should be possible to
convert them to the similar shape as pier in the active channel.

6.4 DIRT WALLS, WING WALLS AND RETURN WALLS

6.4.1 Return walls shall be of sufficient length but not less than 4.0 mtr to retain the roadway to the
required extent and to provide protection against erosion. The cantilever returns where adopted should not
be more than 4 metres long.

6.4.2 A dirt wall shall be provided to prevent the earth from approaches spitting on bearings. A screen
wall extending to full depth shall be provided to prevent slipping of back fill.

6.4.3 The return walls may be of solid or counter-fort type. The material used may be plain or reinforced
concrete or masonry.

6.4.4 Dirt wall/ballast wall and screen wall shall be provided with minimum thickness of 300 mm.

6.4.5 The return walls should be designed primarily to withstand the earth pressure in addition to self-
weight.

6.4.6 The top of the return walls shall be carried above the top of embankment by at least 100 mm to
prevent any soil from being blown or washed away by rain over its top. A drainage arrangement for return
wall/wing wall may be provided similar to that for the abutment specified in IRC 78-2014.

6.4.7 In case of open foundations, wing and return wall should be provided with separate foundations with
a joint at their junction with the abutment.

6.4.8 The return walls may be provided at right angles to the abutment. Return walls shall be designed to
withstand a live-load surcharge equivalent to 1.2 m height of earth fill.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
PARTICULAR SPECIFICATIONS(Contd…..)
6.4.9 The box type return wall at right angles at both ends of the abutments connected by wall type
diaphragm may be adopted where found suitable. However, in such cases, no reduction in the earth
pressure for the design of the abutment should be considered. The top of diaphragm should slope inwards
to the centre of carriageway for facilitating proper rolling of the embankment behind the abutment.

6.4.10 The foundation of return shall be taken adequately into the firm soil.

6.4.11 The spilling of soil at the ends of the wing wall/return wall shall be assumed to be at the slope of 1 ½
horizontal to 1 vertical. The contractor shall be deemed to have allowed in his design to prevent the spills
from fouling the clear linear water way at HFL and bearings. Tenderer to note that in no case the length of
the cantilever type wing wall/return wall shall be more than 4.0 m, if provided, and any increase in the span
of bridge on this account to suit other tender stipulations shall not be acceptable to the department.
Tenderer may provide open foundation for wing walls/return walls and the same shall
be laid at a depth not lesser than 2.5m below the natural ground level with proper construction joints
between such a wall and the abutment. However the gravity return wall foundations shall not be made to
rest on filled up soil. By providing such return wing wall, the tenderer has to ensure the provision of
effective linear waterway and other tender clauses to the satisfaction of the department. Further the
tenderer has to ensure the soundness of such a non-load bearing structure(s) by way of suitable design as
laid down in relevant clauses of tender/relevant codes.

6.4.12 In case of cantilever return wall, bottom of the cantilever portion of the return wall should be
embedded in embankment for 500 mm and top of the return wall shall be carried up to 100 mm above the
top of the slope of embankment (above 100mm) to prevent any soil from blown/or washed by rain over its
top. Back filling behind the abutment up to the original ground level shall be carried out by the
contractor as per the laid down procedure to ensure proper compaction and reconstruction of the original
SBC before excavation. Wherever, boulder or soil filling inside the abutment has been taken into account in
the design. The same shall be carried out by the contractor up to the design level with suitable filter media
as per IRC: 78 - 2014. The back filling will be done with boulders and granular materials only. SBC at
foundation level of return wall shall be checked by plate bearing/other suitable test if necessary for safety of
the design and same shall be deemed to be within the lump sum cost.

6.5 RETAINING WALLS

6.5.1 The retaining walls shall be designed to withstand earth pressure including any live load surcharge
and other loads acting on it including self-weight in accordance with the general principles specified for
abutments. Stone, masonry and plain concrete walls shall be of solid type. Reinforced concrete walls may
be of solid, counter-fort, buttressed or cellular type. The minimum thickness of reinforced concrete retaining
wall shall be 300 mm.

6.5.2. The vertical stems of cantilever walls shall be designed as cantilevers fixed at the base. The vertical
or face walls of counter-fort type and buttressed type shall be designed as continuous slabs supported by
counter-forts or buttresses. The face wall shall be securely anchored to the supporting counter-forts or
buttresses by means of adequate reinforcements.

6.5.3. Counter-forts shall be designed as T-beams or L-beams. Buttresses shall be designed as


rectangular beams. In connection with the main tension reinforcement of counter-forts, there shall be a
system of horizontal and vertical bars or stirrups to anchor the face walls and base slab to the counter-fort.
These stirrups shall be anchored as near to the outside faces of the face walls and as near to the bottom of
the base slab as practicable.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
PARTICULAR SPECIFICATIONS(Contd…..)
6.6 ABUTMENT CAPS

6.6.1The width of the abutment and pier caps shall be sufficient to accommodate:-
i) The bearings leaving an offset of 150 mm beyond them.
ii) The ballast wall.
iii) The space for jacks to lift the superstructure for repair/replacement of bearings, etc.
iv) The equipment for pre-stressing operations where necessary.
v) The drainage arrangement for the water on the cap.
6.6.2 The thickness of cap over the hollow pier or column type of abutment should not be less than 250 mm
but in case of solid plain or reinforced concrete pier and abutment, the thickness can be reduced to 200
mm.

6.6.3 Pier/abutment caps should be suitably designed and reinforced to take care of concentrated point
loads dispersing in pier/abutment. Caps cantilevering out from the supports or resting on two or more
columns shall be designed to cater for the lifting of superstructure on jacks for repair/replacement of
bearings. The locations of jacks shall be predetermined and permanently marked on the caps.

6.6.4 In case bearings are placed centrally over the columns and the width of bearings/pedestals is located
within half the depth of cap from any external face of the columns, the load from bearings will be considered
to have been directly transferred to columns and the cap beam need not be designed for flexure.

6.6.5 Except the portion under bearings, the top surface of caps should have suitable slope in order to allow
drainage of water.

6.7 CANTILEVER PIER AND ABUTMENT CAP

6.7.1 When the distance between the load/centre line of bearing from the face of the support is equal to or
less than the depth of the cap (measured at the support) the cap shall be designed as a corbel.

6.7.2 The equivalent square area may be worked out for circular pier to determine the force of support for
calculating bending moments.

6.7.3 In case of wall pier and the pier cap cantilevering out all around the measurement of distance for
purpose of the design as bracket and the direction of provision of reinforcement should be parallel to the
line joining the centre of load/bearing with the nearest supporting space of pier.

6.7.4 Where a part of the bearing lies directly over the pier, calculation of such reinforcement should be
restricted only for the portion which is outside the face of the pier. Moreover in such cases the area of
closed horizontal stirrups may be limited to 25 per cent of the area of primary reinforcement.

6.8 PEDESTALS BELOW BEARINGS

6.8.1 The pedestals should be so proportioned that a clear offset of 150mm beyond the edges of
bearings is available.
6.8.2 The height of pedestal should be between 150mm and 500mm. Where the depths of substructure
from two adjacent spans on a common pier differ and require use of pedestals of more

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
PARTICULAR SPECIFICATIONS(Contd…..)
height below one of the spans, the shape of pier cap or the diaphragm of superstructure shall be
modified to restrict the height of pedestals to 500mm.
6.8.3. The allowable bearing pressure on the loaded area shall be calculated as per Clause of IRC:78-
2014.
6.8.4 The two layers of mesh reinforcement- one at 20mm from top and the other at 100mm from top of
pedestal or pier cap each consisting of 8mm bars at 100mm in both directions, shall be provided directly
under bearings.
7 BEARINGS AND EXPANSION JOINTS

7.1 BEARINGS

7.1.1 Large capacity bearings such as POT, POT-cum PTFE bearings shall be provided unless specified
otherwise in Schedule ‘A’. Pot bearings shall consist of a metal piston supported by a disc of unreinforced
elastomer confined within a metal cylinder to take care of rotation. Horizontal movement, if required, shall
be provided by sliding surfaces of PTFE pads sliding against stainless steel mating surfaces, with system of
sealing rings. Pot bearings shall consist of cast steel assemblies.

7.1.2. The materials, design and manufacturing of bearings shall comply with various provisions of IRC:83-
Part.III. The components of POT/PTFE bearings shall be designed/manufactured conforming to Clause
2006 of MoRTH’s Specifications for Road and Bridge works, (Fifth revision) and IRC-83 (Part-III)- 2002.
The properties of elastomer to be used for the components of bearings shall comply with provisions of
Table 2000-1 of MoRTH Specifications (Fifth Revision). The confined elastomer inside the POT shall have
properties as given in Table 1 of IRC:83 (Part-II)-2015 and Table 2000-4 of MoRTH Specifications for Road
and Bridge works (Fifth revision).

7.1.3. Fitting and fixing in position of bearings shall be carried out in a workman like manner according to
the instructions and to the satisfaction of the OC contract.
7.1.4. Load testing of the bearings shall be carried out by the Contractor for a load of 1.25 times of design
load at no extra cost to the Government and a certificate produced for perusal/record of the OC Contract.

7.1.5. In order to ensure proper distribution of heavy loads, portions of girders and abutments in contact
with the bearings shall be suitably reinforced with mild steel reinforcement.

7.1.6. The contractor must ensure sufficient working space around the bearings and submit a plan for
jacking up the superstructure for the purpose of replacement of bearings.

7.1.7. The bearings shall be designed to resist both horizontal and vertical seismic effects as specified in
the code of practice.

7.1.8. Suitable easy access to the bearings shall be provided for inspection and maintenance. Provision
shall be made for jacking up the superstructure so as to allow repair/replacement of the bearings.
7.1.9 CERTIFICATION AND MARKING
(a) Bearing should be transported to bridge site after final acceptance by inspection authority
appointed by OC Contract/Accepting Officer along with an authenticated copy of the certificate of
acceptance. An information card listing the required bearing characteristics, duly certified by the
manufacturer should also be appended with the certificate.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
PARTICULAR SPECIFICATIONS(Contd…..)
(b) All bearings shall have suitable index markings in indelible ink or flexible paint, which if
practicable, shall be visible even after installation, giving the following information:-

i) Name of manufacturer
ii) Month and year of manufacture
iii) Bearing designation
iv) Type of bearing
v) Load and movement capacity
vi) Centre line markings to facilitate installation
vii) Direction of major and minor movement, if any
viii) Preset, if any

7.2 EXPANSION JOINTS


8.2.1 The expansion joints shall be “Strip Seal expansion Joint” conforming to Section 2600 of MoRTH
Specifications for Road and Bridge works (Fifth revision). Its components and their salient specifications are
as under:-

7.2.2 Edge Beam : This shall be either extruded or hot rolled steel section or cold rolled cellular steel
section with suitable profile to mechanically lock the sealing elements in place throughout the normal
movement cycle. Further, the configuration shall be such that the section has a minimum thickness of 10
mm all along its cross section (Flange & Web). Thickness of lips holding the seal shall not be less than 6
mm. The minimum height of the edge beam shall be 150mm.

7.2.3 Anchorages : Edge beams shall be anchored to the deck by reinforcing bars, or anchor plates cast
in concrete or a combination of anchor plate and reinforcing bars, Anchor bars, shall engage the main
structural reinforcement of the deck and in case of anchor plates or loops, this shall be achieved by passing
transverse bars through the loops or plates. The minimum thickness of anchor plate shall be less than 0.70
times the diameter of anchor loop or 12mm, whichever is higher. Total cross sectional area of bar on each
side of the joint shall not be less than 1600mm2 per meter length of the joint and the center to center
spacing shall not exceed 250mm. The ultimate resistance of each anchorage shall not be less than 600
KN/m in any direction.

7.2.4 Material

(a) The steel for edge beams shall conform to any of the steel grade corresponding to RST 37-2
OR 37-3(DIN), ASTM A36 or A588, CAN/CSA Standard G40.21 Grade 300W and Quality BO of
IS:2062. For subzero condition, material for steel shall conform to Quality C of IS:2062.
(b) Anchorage steel shall conform to Quality B0 of IS: 2062-2011 and subzero condition, Quality
C of IS:2062 or equivalent.
(c) All steel sections shall be protected against corrosion by hot dip galvanizing or any other
approved anticorrosive coating with a minimum thickness of 100 micron.
(d) The sealing element shall be made of Chloroprene Rubber (CR). The properties of
chloroprene rubber shall be as specified in Table 2600-1 “Properties of Chloroprene Seal”,
MoRTH Specifications for Road and Bridge Works (Fifth Revision).
Specification for Strip Seal Element PROPERTY SPECIFIED VALUE
Hardness63+5 Shore A
DIN 5350555+5 Shore A
ASTM D2240
(Modified)
Tensile strength Min 11 Mpa
DIN 53504Min 13.8 Mpa
ASTM D 412
Elongation at Fracture Min 350 percent
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
DIN 53504Min 250 percent
ASTM D412
Tear Propagation
Strength Min 10 N/mm
Longitudinal Min 10 N/mm
Transverse Min 25 percent
Shock Elasticity Min 220 cu.mm
Residual Compressive
Strain (22h/70 deg.C/
30percent strain) Max 28 percent
Ageing in hot air
(14 days/70 deg.C)
Change in
Hardness Max +7 Shore A
Change in tensile Strength Max -20 percent
Change in elongation
at fracture Max 20 percent
Ageing in zone No cracks
(24h/50 pphm/25 deg
C/20 percent elongation)
Swelling Behavior in Oil Max +5 percent
(1685/25Deg.C)Max -10 Shore A
ASTM oil No 1
Volume change
Change in hardness
ASTM Oil No 3Max +25 percent
Volume change Max -20 shore A
Change in hardnessMax-35 deg.C
• Only one set of specifications viz ASTM or DIN shall be followed depending on the source of
supply.

7.2.5 Fabrication (Pre-installation)


(a) The strip seal joint system and all its component parts including anchorages shall be
supplied by the manufacture system supplier.
(b) The width of the gap to cater for movement due to thermal effect, pre-stress, shrinkage and
creep, superstructure deformations (if any) and sub-structure deformations (if any) shall be
determined and intimated to the manufacturer. Depending upon the temperature at which the joint
is to be installed, the gap dimension shall be preset.
c) Each strip seal expansion joint system shall be fabricated as a single entity unless stage
construction or excessive length prohibits monolithic fabrication. It shall fit the full width of the
structure as indicated on the approved drawing. The system shall be preset by the

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
manufacturer prior to transportation. Presetting shall be done in accordance with the joint opening
indicated on the drawing.
d) The manufacturer prior to transportation. Presetting shall be done in accordance with the
joint opening indicated on the drawing.
e) The finally assembled joint shall then be clamped and transported to the work site.
7.2.6 Handling and storage.

(a) For transportation and storage, auxiliary brackets shall be provided to hold the joint
assembly together.
(b) The manufacturer/supplier shall supply either directly to the Engineer or to the Bridge
Contractor all the materials of strip seal joints including sealant and all other accessories for the
effective installation of the joints.
(c) Expansion joint material shall be handled with care. It shall be stored under cover on
suitable wooden padding to prevent damage.
7.2.7 Installation

7.2.7.1 Taking the width of gap for movement of the joint into account, the dimensions of the recess in the
decking shall be established in accordance with the drawings or design data of the manufacturer. The
surfaces of the recess shall be thoroughly cleaned and all dirt and debris removed. The exposed
reinforcement shall be suitably adjusted to permit unobstructed lowering of the joint into the recess.
7.2.7.2 The recess shall be shuttered in such a way that dimensions in the joint drawing are maintained.
The formwork shall be rigid and firm.
7.2.7.3 Immediately prior to placing the joint, the presetting shall be inspected. Should the actual
temperature of the structure be different from the temperature provided for presenting correction of the
presetting shall be done. After adjustment, the brackets shall be tightened again.
7.2.7.4 The joint shall be lowered in a pre-determined position. Following placement of the joint in the
prepared recess, the joint shall be leveled and finally aligned and the anchorage steel on one side of the
joint welded to the exposed reinforcement bars of the structure upon completion, the same procedure shall
be followed for the other side of the joint. With the expansion joint finally held at both sides, the auxiliary
brackets shall be released, allowing the joint to take up the movement of the structure.
7.2.7.5 High quality concrete shall then be filled into the recess. The packing concrete must feature low
shrinkage and have the same strength as that of the superstructure, but in any case not less than M-35
grade. Good compaction and careful curing of concrete is particularly important. After the concrete has
cured, the movable installation brackets and shuttering still in place shall be removed.
7.2.7.6 Rolled up neoprene strip seal shall be cut into the required length and inserted between the edge
beams by using a crow bar pushing the bulb of the seal into the steel grooves of the edge beams. A landing
to a bead shall be formed in the thickened end of the edges of the seal which would force the thickened end
against the steel beam due to wedge effect when the strip seal is buttoned in place.
7.2.7.7 As soon as the concrete in the recess has become initially set, a sturdy ramp shall be placed over
the joint to protect the exposed steel beams and neoprene seals from the site traffic. Expansion joint shall
not be exposed to traffic before the carriageway surfacing is placed.
7.2.7.8. The carriage way surfacing shall be finished flush with the top of the steel sections. The actual
junction of the surfacing/wearing coat with the steel edge section shall be formed by a wedge shaped joint
with a sealing compound. The horizontal leg of the edge beam shall be cleaned beforehand. It is

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
particularly important to ensure through and careful compaction of the surfacing in order to prevent any
premature depression forming in it.
7.2.8. Acceptance Criteria

i) All steel elements shall be finished with corrosion protection system.


(ii) For materials the acceptance test shall conform to the requirements in at Para 8.2.4 above.
The manufacturer/ supplier shall produce a test certificate accordingly, conducted in a recognized
independent laboratory, in India or abroad.
(iii) The manufacturer shall produce test certificates indicating that anchorage system had been
tested in a recognized laboratory to determine optimum configuration of anchorage assembly under
dynamic loading.
(iv) Prior to acceptance 25 percent of the completed and installed joints, subject to a minimum of
one joint, shall be subjected to water tightness test. Water shall be continuously ponded along the
entire length for a minimum period of 4 hours for a depth of 25mm above the highest point of deck.
The width of ponding shall be at least 50mm beyond the anchorage block of the joint on either side.
The depth of water shall not fall below 25mm anytime during the test. A close inspection of the
underside of the joint shall not reveal any leakage.
(v) Investigation of fatigue strength of the edge beam section with anchorages to withstand 2x10
load change cycles of 85 KN vertical load and 10 KN of horizontal load without showing sign of
distress shall be required. The supplier shall produce a test certificate in this regard conducted in a
recognized laboratory, in India or abroad.
(vi) As strip seal type of joints is specialized in nature, generally of the proprietary type, the
manufacturer shall be required to produce evidence of satisfactory performance of this type of joint.
7..2.9. Tests Standards of Acceptance: The materials shall be tested in accordance with these
specifications and shall meet the prescribed criteria. The manufacturer/supplier shall furnish the requisite
certificates from the recognized testing laboratory of India or abroad.

7.2.10. Construction Joints: Construction Joints shall be kept to the minimum and modern slip form
methods shall be adopted. No construction joints shall be provided in the splash zone.

7.2.11. The position of Construction Joints: Construction joints should be positioned to minimize the
effects of the discontinuity on the durability, structural integrity, and appearance of the structure. As far as
possible joints should be positioned in non-aggressive zones, but if aggressive zones can be avoided,
joints should be accessible for preparation and concreting. The preparation of the joints is more likely to be
satisfactory where the cross-section is relatively small, and where reinforcement is not congested. As far
as possible, joints for fair-faced concrete should be located where they conform with the architectural
features of the construction. Unless they are marked in this way, the positions of the joints are always
obvious, even when the concrete is given a textured finish. If substantial changes in the cross-section of a
member are necessary, the joints should be formed where they minimize stresses caused by temperature
gradients and shrinkages. Joints should be located away from regions of maximum stress caused by
loading, particularly where shear and bond stress are high. In beams and slabs, therefore, joints should not
generally be near the supports. Construction joints between slabs and ribs in composite beams should be
avoided.

7.2.12. Preparing the surface of the joint : The minimum number of joints should be used and their
construction should be simple. They should be either horizontal or vertical, because concreting sloping
surface is usually, unsatisfactory. Where concrete is placed in vertical members e.g. walls, columns and
the like, lifts of concrete shall finish level or in slopping members, at right angles to the axis of the
member, the joint lines matching the features of the finished work. Concreting shall be carried out
continuously up to the construction joints laitance bolt on the horizontal and vertical surfaces of the
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
concrete should be removed before fresh concrete is cast. The surface should be roughened to promote
good adhesive. Various method for removal can be used, but they should not dislodge the coarse
aggregate particles. Concrete may be brushed with a stiff brush soon after casting while the concrete is still
fresh and while it has hardened, it may be treated by wire brushing or with a high pressure water jet
followed by drying with an air jet, immediately before the new concrete is placed. Fully hardened concrete
should be treated with mechanical hand tools or grit blasting, taking care not to split or crack soft aggregate
particles. The best time for treating the joints is a matter of judgment because if depends on the rate of
setting and hardening (which is itself dependent on the temperature of the concrete). Before further
concrete is cast, the surface should be thoroughly cleaned to remove debris and accumulated rubbish, one
effective method being by air jet. Whether there is likely to be even a short delay before placing the next
concrete lift, protruding reinforcement should be protected. Before the next lift is placed, rust, loose mortar,
or other conditions are particularly aggressive and there has been a substantial delay between lifts, the
concrete should be cut back to expose the bars for a length of about 50 mm to ensure that contaminated
concrete is removed. In all cases, when construction joint surface is not contaminated with release agents,
dust or curing membrane and that the reinforcement is fixed firmly in position at the correct cover.

7.2.13 Concreting at construction joints : When the form work is fixed for the next lift, it should be
inspected to ensure that no leakage occurs from the fresh concrete. The practice of first placing a layer of
mortar or grout when concreting joints is not recommended. The old surface should be soaked with water,
without leaving puddles immediately before starting concreting, then the new concrete should be
thoroughly compacted against it. When fresh concrete is cast against existing mature concrete or masonry,
the old surfaces should be thoroughly cleaned and soaked to prevent the absorption of water from the new
concrete. Standing water should be removed shortly before the new concrete is placed and the new
concrete should be thoroughly vibrated in the region of the joint.

8. SUPERSTRUCTURE

8.1. GENERAL

8.1.1. The type of bridge superstructure shall be as specified under Schedule “A” and Site and Design
Data of these specifications and design shall conform to relevant IRC & BIS Codes, MoRTH
Specifications, requirements of these specifications and sound engineering practice. All design data
including climatic data, temperature differential etc will be accounted for in the design of superstructure.
The superstructure shall be resting on bearings as specified in these documents and designed as per
relevant IRC Codes.

8.1.2. Blank.

8.1.3. Blank.

8.1.4. Department prefers the span arrangements as given in Site and Design Data’ of these
specifications. Any change in length of the bridge due to site conditions shall be considered as deviation
and shall be priced as per the formulae provided elsewhere in the tender documents.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
9.2 STEEL SUPERSTRUCTURE

9.2.1 GENERAL

9.2.1.1. The design of steel superstructure shall conform to IRC:24-2010. IRC:22-2015 shall
be referred in case of concrete work composite with steel. Limit State Method of design shall be
followed. The steel superstructure shall have steel trusses with RCC deck slab having thickness not
less than 200 mm.

9.2.1.2. For all members of the steel superstructure, the minimum thicknesses of plates and
rolled sections shall conform to Clause 504.7 of IRC:24-2010. The depth of the bottom chords and
bracing shall be suitably adjusted to allow access for proper inspection of bearings and to facilitate
construction. Splices in chord members shall not be permitted.

9.2.2. CROSS BEAMS/CROSS GIRDERS

(a) For the loaded chords, the corresponding panel points of the two trusses shall be joined by
cross beams, also called as Cross Girders. Also, the corresponding panel points of unloaded
chords of the two trusses shall be connected by suitably designed members to act as horizontal
bracing.

(b) These cross beam will support stringers running parallel to the length of the truss.
Preferably, the RCC deck slab will be supported by stringers. If stringers are not provided, RCC
deck slab may be supported directly by cross beams.

(c ) Cross beams and/stringers shall be designed as composite structure in accordance with


IRC:22-2015. Properly designed shear connectors shall be provided on cross-beams/stringers.
Spacing of shear connectors shall not exceed 250mm c/c.

(d) If chord members are fabricated using built up sections, the loaded chord members shall be
adequately strengthened at the locations where cross girders are connected to the chords for
proper transfer of loads from cross girder to the chord member without local overstressing of the
connected chord section. Similar precaution shall be taken with cross girders while connecting
stringers with cross girders.

9.2.3 MINIMUM DEPTH : Minimum effective depth of trusses preferably shall not be less than “1/10” of
the effective span.

9.2.4. SPACING OF TRUSSES AND GIRDERS : The distance between the centre of trusses and finders
shall be sufficient to prevent over turning or over stressing due to lateral forces. This distance shall not be
less than “1/20” of the span.

9.2.5. JOINTS AND STRINGERS : The stringers shall be of steel. They shall be securely fastened to
cross beams except where arrangement is made to permit expansion. Suitable arrangements for
supporting such stringer shall be designed. Stringers should have free ends below the expansion joints in
decking.

9.2.6. BRACINGS : In all spans bracing shall be provided to transmit to the abutments the effect of the
lateral and longitudinal forces, wherever the overhead clearance permits. Lateral diagonal bracings should
preferably be provided in the planes of both upper and lower chords of through spans. The floor system
may be taken as part of the bracing system provided if it is designed for that purpose. Wherever the depth
of the girder allows, intermediate sway bracing may be provided. Sway bracing when provided shall be
proportioned to transmit to the chord supported on bearings through the web members at least 50% of the
Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
panel lateral load and the vertical members shall be designed to resist the resulting bending moment.
Through truss spans shall be provided with portal bearings as deep as the clearance will allow.

9.2.7. END CROSS GIRDER : End cross girders or cross frames shall be provided in all square ended
truss and girder spans and as far as possible in skew spans. These shall preferably be designed to permit
use of jacks for lifting the superstructure. Cross girders and cross frames shall also be provided at all
intermediate points along the length of girder.

9.2.8. RIVETS, RIVET BARS AND HSFG BOLTS : All rivets and rivet bars shall conform in all respects to
IS: 1148/1149 Specifications for rivet bars for structural purposes. Riveting and bolting shall be done as
specified in IRC: 24- 2010 CL 512.3.4.

9.2.9. WELDING : Mild steel electrodes shall comply with the requirements of the IS:814 Specification for
covered electrodes for metal arc welding of mild steel and procedure shall comply with provisions of
IS:816, IS:1024 and IS:9595, as appropriate. The welding be carried out as specified in Clause 512.4 of
IRC: 24- 2010 CL 512.2.

9.2.10. SOLID WEB GIRDERS : Solid web girders shall be proportioned on the basis of the amount of
inertia of the cross section with the vertical axis at the centroid of the section. In computing the maximum
stress, the stress calculated on this basis shall be increased in the ratio of gross to effective
area of the flange section. The slenderness ratio of a girder shall not exceed 300. The flanges of
the plate girder shall be connected to the web by sufficient rivets, bolts or welded to transmit the
horizontal shear force combined with any vertical loads which are directly applied to the flange. The
thickness of the web plates shall not be less than 8mm.

9.2.11. ASSEMBLING STEEL : The part shall be accurately assembled as shown on the bearings and
match marks shall be followed. The material shall be carefully handled so that no parts will be bent, broken
or otherwise damaged. However, any error in the shop fabrication or deformation, resulting from handling
and transportation which prevents proper assembling and fitting up to of parts by moderate use of drifts or
by a moderate amount of reaming and slight chipping or cutting shall be reported immediately to Engineer-
in Charge and his approval of the method of erection obtained.

9.2.12. GUSSET PLATES: Gusset plates shall be so shaped and connectors so arranged as to avoid
stress concentrations. The gusset plates must not be less than 9 mm thick and should be of ample
thickness to resist shear, direct stresses and flexural action on the weakest or critical section of maximum
stress. Re-entrant cuts shall be avoided as far as possible.

9.2.13. SPLICES: As for as possible, splices shall be avoided in the members. Splices shall not be
permitted in any chord members for any reasons whatsoever.

9.2.14 EXTRA SAFETY MARGIN TO LOW TEMPERATURE : The permissible stresses shall be reduced
by 15% for secondary stress due to low temperature.
9.2. PAINTING: For protection against corrosion all exposed steel work shall be protected by a
minimum of three coats of paint as per section 1906 of MOSRT&H specifications for road and bridge works
(Forth revision). This shall consist of a primary coat of paint or shop coat (conforming to 1906.1.1 (ii) or (vi)
or (viii) before erection at site. After erection, the surface shall be given two more coats of paint, one
undercoat followed by a finishing coat (conforming to 1906.1.1 (iii)) of paint. The shade of paint shall be
approved by the Accepting Officer whereas the quality. All painting work shall be done in accordance with
IS: 1477-1971 (Part-I - Code of Practice for painting of ferrous metals in buildings and allied finishes and as
per IRC: 78 – 2000. The painting will be done with cold galvanized painting popularly known as
Zinga Coating painting.

9.3. DURABILITY REQUIREMENTS

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20
a) The design, fabrication and erection details of exposed structures should be such that good
drainage of water is ensured. Standing pool of water, moisture accumulation and rundown of water
for extended duration are to be avoided.
b) The details of connections should ensure that:
i) All exposed surfaces are easily accessible for inspection and maintenance.
ii) All surfaces not so easily accessible are completely sealed against
ingress of water.
c) Steel surfaces shall be provided at least one coat of primer of immediately after its surface
preparations, such as sand blasting to remove of mill scale and rust to expose steel.

d) Steel without protective coating shall not be stored for long duration in out door
environment.
e) Surfaces to transfer forces by friction as in HSFG connections shall not be painted.
However, it shall be ensured that moisture is not trapped on such surfaces after
pretensioning of bolts by proper protective measures.

f) Members to be assembled by welding shall not be prepainted at the adjacent to the location
of such welds. However, after welding appropriate protective coatings shall be applied in the region.
If the contact surfaces cannot be properly protected against ingress of moisture by surface coating,
they should be completely sealed by appropriate welds.

g) Pre-painted members shall be protected against abrasion of the coating during


transportation, handling and erection.

9. SPECIFICATIONS FOR BRIDGE COMPONENTS

9.1 DECKING: Minimum thickness of the deck slab including that at tips shall be 200 mm. The tip of
decking shall have a cross slope of 2.50% with curved ridge. The cross slope of 2.5% shall be achieved by
varying thickness of deck slab. The wearing coat shall be of uniform thickness.

9.2 DRAINAGE: Drainage shall conform to IRC :5 - 2015. The spacing of drainage spouts shall not
be more than 6m. A complete drainage system for the entire deck and footpath shall be provided to ensure
that the drainage water gets collected and disposed off quickly from the deck and footpath to a safe
location.

9.3 WEARING COAT: The wearing coat on bridge decking shall be of M-35 Grade Cement concrete,
reinforced with 8 mm dia HYSD bars at 150 mm centre to centre placed at right angles to each other at mid
depth of wearing coat. In a length of 1 mtr near the expansion joint additional reinforcement of 8 mm
dia bars shall be provided in both directions to make the spacing as 75 mm. A bituminous filling of 25
mm thickness along the face of the kerb to a depth equal to the thickness of the wearing coat should be
provided up to the junction of the wearing coat and kerb. Suitable expansion joints are required to be
provided as per standard practice. The uniform thickness of 75mm of wearing coat shall be provided over
sloped deck to achieve the similar slope (i.e 1 in 40) on top surface.

9.4 HAND RAILINGS: Type of hand railings shall be as specified in Site and Design data given under
particular specifications. Hand railings shall conform to MoRT&H Specifications, IRC:5-2015 and IRC:6-
2014 and shall also be provided on return walls for their complete length.

9.5 WELDING: Welding at site, in general, shall not be permitted unless otherwise specifically stated
by the department. In special cases, all such welding works shall conform to IS: 1024 (Code of practice for
use of welding in bridges and structures subject to dynamic loading). Welding of HYSD

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
bars shall be prohibited and instead mechanical splices of proven quality should be used. Cover to any
splice shall not be less than 50 mm.

9.6 FOOTPATHS: Footpaths 1.50 meter wide shall be provided on both side of the carriage of the
bridge.

9.7 CRASH BARRIERS

9.7.1 Crash barriers, when provided, shall be essentially of the following types:

(i) Vehicle Crash Barrier: Provided for bridges without footpaths to contain errant vehicles.

ii) Combination Railing/Vehicle Pedestrian Crash Barrier: Provided for bridges with footpaths to
contain vehicles and safeguard pedestrians.

iii) High Containment Barriers: Provided mainly on bridges over busy railway lines, complex
interchanges and other similar hazardous and high risk locations to contain errant vehicles and
redirect them back into the traffic flow..

9.7.2 Typical shapes and dimensional details of crash barriers and their locations on the bridge decks with
or without footpaths shall be as per IRC:5 -2015 and shall conform design requirements of IRC:6-2017.

9.7.3 Crash barriers shall be of reinforced concrete and their design shall take into consideration the
following factors:

i) Impact of vehicles colliding with the barrier.

ii) Safety of occupants of a vehicle colliding with the barrier.

iii) Safety of other vehicles near the collision site.

iv) Safety of vehicles or pedestrians underneath the bridge.


iv) Aesthetics and freedom of view from passing vehicles.

9.7.4 Crash barriers shall provide a smooth and continuous face on the traffic side and shall be suitably
extended into the approaches. Exposed rail ends, posts and sharp changes in the geometry of the railings
shall be avoided. Suitable reflective (luminous) devices shall be provided on the traffic face of the barrier at
intervals to ensure adequate visibility during night and foggy conditions.
10 CONSTRUCTION JOINTS
10.1 Construction Joints shall be kept to the minimum and modern slip form methods shall be adopted.
No construction joints shall be provided in the splash zone.
10.2. Construction joints should be positioned to minimize the effects of the discontinuity on the durability,
structural integrity, and appearance of the structure. As far as possible joints should be positioned in non-
aggressive zones, but if aggressive zones can’t be avoided, joints should be accessible for preparation and
concreting. The preparation of the joints is more likely to be satisfactory where the cross-section is relatively
small, and where reinforcement is not congested. As far as possible, joints for fair-faced concrete should be
located where they conform with the architectural features of the construction. Unless they are marked in
this way, the positions of the joints are always obvious, even when the concrete is given a textured finish. If
substantial changes in the cross-section

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
of a member are necessary, the joints should be formed where they minimize stresses caused by
temperature gradients and shrinkages. Joints should be located away from regions of maximum stress
caused by loading, particularly where shear and bond stress are high. In beams and slabs, therefore, joints
should not generally be near the supports. Construction joints between slabs and ribs in composite beams
should be avoided.
10.3 The minimum number of joints should be used and their construction should be simple. They should
be either horizontal or vertical, because concreting sloping surface is usually, unsatisfactory. Where
concrete is placed in vertical members e.g. walls, columns and the like, lifts of concrete shall finish level or
in slopping members, at right angles to the axis of the member, the joint lines matching the features of the
finished work. Concreting shall be carried out continuously up to the construction joints laitance bolt on the
horizontal and vertical surfaces of the concrete should be removed before fresh concrete is cast. The
surface should be roughened to promote good adhesive. Various methods for removal can be used, but
they should not dislodge the coarse aggregate particles. Concrete may be brushed with a stiff brush soon
after casting while the concrete is still fresh and while it has hardened, it may be treated by wire brushing or
with a high pressure water jet followed by drying with an air jet, immediately before the new concrete is
placed. Fully hardened concrete should be treated with mechanical hand tools or grit blasting, taking care
not to split or crack soft aggregate particles. The best time for treating the joints is a matter of judgment
because it depends on the rate of setting and hardening (which is itself dependent on the temperature of
the concrete). Before further concrete is cast, the surface should be thoroughly cleaned to remove debris
and accumulated rubbish, one effective method being by air jet. Whether there is likely to be even a short
delay before placing the next concrete lift, protruding reinforcement should be protected. Before the next lift
is placed, rust, loose mortar, or other conditions are particularly aggressive and there has been a
substantial delay between lifts, the concrete should be cut back to expose the bars for a length of about 50
mm to ensure that contaminated concrete is removed. In all cases, when construction joint surface is not
contaminated with release agents, dust or curing membrane and that the reinforcement is fixed firmly in
position at the correct cover.
10.4 When the form work is fixed for the next lift, it should be inspected to ensure that no leakage occurs
from the fresh concrete. The practice of first placing a layer of mortar or grout when concreting joints is not
recommended. The old surface should be soaked with water, without leaving puddles immediately before
starting concreting, then the new concrete should be thoroughly compacted against it. When fresh concrete
is cast against existing mature concrete or masonry, the old surfaces should be thoroughly cleaned and
soaked to prevent the absorption of water from the new concrete. Standing water should be removed
shortly before the new concrete is placed and the new concrete should be thoroughly vibrated in the region
of the joint.

11. CEMENT CONCRETE


11.1.1 All concrete to be used in bridge works shall be standard concrete or high performance
concrete and the design mix shall be established by laboratory /field testing and controlled at site by
conducting tests to confirm suitability of constituent materials, as per the relevant codes mentioned in
Clause 18.4 of IRC:112-2011. The Concrete shall meet the acceptance criteria as per clause 18.6 of
IRC:112-2011. Mix design shall be modified if it does not meet the acceptance criteria. All controlled
concrete works shall be done by weigh batching in all stages of work.
11.1.2. The minimum grade of concrete for different structural components shall be as follows: -
(i) For bottom plug/top plug/intermediate plug, the concrete mix shall be designed (in dry
condition) to attain a concrete strength of M-25, thereafter the considerations required for under-
water concreting taken. The entire concrete shall be laid by tremie pipe conforming to the prescribed
specifications.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
(ii) Other Members

Member Minimum grade of Concrete


PCC Members M30
RCC Members M35
PSC Members M40
11.1.3. From durability considerations strict control on the cement content and water cement ratio and in the
process of concrete making, laying, compaction and curing must be exercised, the aim being to achieve a
dense and impermeable concrete. The following limits in respect of cement content and water cement ratios
shall be maintained:

Structural Member Min cement content for all exposure Maximum water cement
conditions (for 20 mm nominal size of ratio, Exposure
crushed stone aggregate) conditions
PCC Members 360 kg/cum 0.45
RCC Members 400 kg/cum 0.40
PSC Members 400 kg/cum 0.40

11.1.4. The minimum clear cover to the reinforcement bar closes to the concrete surface shall be 50 mm.
Use of concrete cover blocks to maintain the cover is required. Cladding or any of the supplementary
protective measures shall be adopted as considered adequate.

11.1.5. The cement content shall be as low as possible but not less than the quantities specified in clause
No. 11.2 above but in no case shall exceed 450 Kg/m³ of concrete.

11.1.6. The total water soluble sulphate content the concrete mix expressed as SO3 shall not exceed 4%
mass of cement used in the mix.

11.1.7. Total chloride content in concrete shall not exceed 0.6 kg/m3 of the mass of cement used in
accordance with table 7 of IS 456-2000

11.2 Design Mix Concrete: Contractor shall submit a concrete mix design as per IS:10262, based
on the material available/ proposed to be used, to achieve the specified strength of design mix concrete, to
the OC Contract for approval. OC Contract will satisfy himself about the efficiency of design mix concrete
and approve the same. Contractor will provide all facilities and materials required for the same at no extra
cost to the department.

11.3 All Form work and false work shall be properly designed in accordance with IRC: 87-1999.The
staging and shuttering scheme will be got approved from the OC contract before execution.
11.4. Form Vibrators shall be used in addition to internal vibrators.
11.5. For curing of concrete; procedures as laid down in MoRT&H Specifications for Roads and Bridge
Works (Fifth Revision) shall be followed.
12. CONSTRUCTION MATERIALS

12.1. AGGREGATES
12.1.1. All coarse and fine aggregates shall conform to IS: 383 and shall be tested to conform to IS:2386
Parts I to VIII. It shall also conform to relevant provisions contained in IRC : 112-2011

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
Aggregate shall also be tested to ascertain alkali-silica reaction and such aggregates shall not be used.
Fine aggregates conforming to Zone I & II of IS:383 only shall be used for bridge works.

12.2. WATER The quality of water must conform to the provisions contained in IRC: 112-2011. The
permissible limits for solids must satisfy the following:-
Items: Tested as per Permissible Limit
Organic IS:3025 (Pt. 18) 200 mg/lit
Inorganic IS:3025 (Pt. 18) 3000 mg/lit
Sulphates (SO3) IS:3025 (Pt. 24) 500 mg/lit
-
Chlorides (as Cl ) IS:3025 (Pt. 32) 250 mg/lit
Suspended matter IS:3025 (Pt. 17) 2000 mg/lit
The pH value, IS:3025 (Pt. 22/23) shall not be less than 6.
[
12.3. CEMENT
12.3.1 CEMENT TYPES:
12.3.1.1 The cement for use under this contract shall be any of the following:
a) Ordinary Portland Cement 33 Grade conforming to IS:269
b) Ordinary Portland Cement 43 Grade conforming to IS:8112
c) Ordinary Portland Cement 53 Grade conforming to IS:12269
d) Portland Pozzolana Cement conforming to IS: 1489 (Part-1)
12.3.1.2 For concrete made with Portland Pozzolana cement, or mineral admixtures, the setting time and
rate of gain of strength are different from those of concrete made with OPC alone. Cognizance of such
modified properties shall be taken in deciding de-shuttering time, initial time of pre-stressing, curing period
and for early are loading. Compatibility admixture and super plasticizers with Portland Pozzolana and
mineral admixtures shall be ensured by trials. Some other properties of concrete such as modulus of
elasticity, tensile strength, creep and shrinkage are not likely to be significantly different. For design
purpose, it will be sufficiently accurate to take the same values as those for concrete made with OPC.
12.3.2 MAKE OF CEMENT : Cement to be used shall be from reputed make. The approved
makes/companies are the Associated Cement Companies Ltd, Grasim Industries Ltd, Ultra Tech Cement,
The India Cement, Dalmia Cement, Andhra Cement Ltd, Century Cement, Saurashtra Cement, Binani
Cement, Madras Cement, Mangalam Cement, Birla Corp Ltd, Orient Cement, Lafarge Cement, Shree
Cement, JK Cement, JK Lakshmi Cement, Jaypee Rewa Cement, Ambuja Cement, Star Cement
Meghalaya and the Calcom Cement. The particulars of the manufacturer/supplier of cement along with the
date of manufacture shall be obtained from the contractor for every lot of cement separately. The
documents in support of the purchases of cement shall be verified by the Engineer in charge and OC. In
addition to above cement from cement companies located in North East Zone like HM Shakti
Cement, Valley Strong Cement, Calcum cement, Adhunik cement, Star Cement, Max Cement etc will
be permitted if Cement Company is registered and meet the BIS quality standards.
12.3.3 TESTING OF CEMENT : The manufacturer/supplier is to carry out inspections and testing of
cement in accordance with the relevant BIS provisions. The contractor shall submit the Manufacturer’s Test
Certificate in original along with the Test Sheet giving the result on each physical test as applicable and the
chemical composition of the cement or authenticated copy thereof, duly signed by

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
the manufacturer with each consignment. The Engineer-in-Charge shall record these details in the Cement
Acceptance Register after due verification. The OC shall also organize independent testing of random
samples of cement drawn from various lots from the National Test House, SEMT CME, Regional Research
Laboratories, Engineering College, Govt. Approved Laboratories, Zonal Laboratories as per IS:3535-1986
(Method of Sampling hydraulic Cement), IS : 4031 (Methods of physical test for hydraulic grey cement) and
IS : 4032-1985 (Method of Sampling hydraulic grey Cement). In all such cases the sample should be
forwarded for testing under the seal and signature of Engineer-in-Charge. In order to undertake
departmental testing, requisite facilities shall be organized. The cost of test shall be borne by the contractor
irrespective of results.
12.3.4 STORAGE OF CEMENT: Cement shall be stored over dry platform at least 20 cm high in such a
manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of store room, the
stack should be at least 20 cm away from floors and walls. Inspection should be carried out once a day. It
should be ensured that tested and untested cement are segregated and stored separately with distinct
identification.
12.3.5 DOCUMENTATION : The contractor shall submit original vouchers from the supplier for the total
quantity of cement supplied under each consignment to be incorporated in the work. All consignment
received at the work site shall be inspected by the OC Contract along with the relevant documents before
acceptance. The original vouchers and the Test Certificates shall be defaced by the Engineer-in-Charge
indicating CA No and kept on record in the office of OC Contract duly authenticated and with cross
reference to the Control Number recorded in the Cement Acceptance
Register. The Cement Acceptance Register will be signed by JE (Civ), Engineer-in-Charge, OC Contract
and the Contractor. The Accepting Officer may order a Board of Officers for random check of cement and
verification of connected documents. The entire quantity of all cement shall also be suitably recorded in the
Pucca Bond Register for record purposes before incorporation in the work and shall be signed by the
Engineer-in-Charge and the Contractor.

12.3.6. The cement godown shall be provided with two locks on each door. The key of one lock at each
door shall remain with the Engineer-in-Charge or his representative and that of the other lock with the
Contractor’s authorized agent at site of works so that cement is removed from the godown only according
to daily requirement with the knowledge of both the parties.
12.3.7. Schedule of supply shall be so ensured so as to match with the progress contemplated in the CPM
prepared for the Project.
12.3.8. ADMIXURES: To improve the workability of concrete and cement grout, admixture conforming to IS
: 9103 shall be permitted, subject to satisfactory proven use. Admixtures generating hydrogen, nitrogen,
etc should not be used. However, concrete admixtures and super plasticizers shall only be used after
proper evaluation of their performance in the concrete mixes with regard to materials and mix proportions
to be used in the work. Admixtures and super plasticizers must not contain harmful constituents like
chlorides, ions etc., in such amounts which may affect durability.
12.3.9. TESTING FACILITIES Testing facilities shall be provided by the contractor at work site viz. cubes
test, slump test for concrete and moisture test, sieve test, abrasion value test, impact value test for coarse
and fine materials to be incorporated into work to the satisfaction of the Engineer-in-Charge. Universal
testing machine facilities shall be made available by the contractor at site for testing reinforcement and
structural steels.

12.3.10. CURING : For curing of concrete; procedures as laid down in MOST Specifications for Roads and
Bridge Works of 2000 shall be followed.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)

12.4. STRUCTURAL STEEL AND REINFORCEMENT STEEL

12.4.1. All structural steel shall before fabrication comply with the following Indian Standards:

IS:2062-2011 -gade ‘B’ Weldable Structural steel


IS:961 -Structural Steel (High Tensile)
IS:8500 -Weldable Structural Steel (High Strengths Qualities)
IS:11587 -Structural Weather Resistant steel

12.4.2 All reinforcing steel to be used in works shall conform to IS:1786. For plain and reinforced cement
concrete (PCC and RCC) or pre-stressed concrete (PSC) works, the reinforcement/un-tensioned steel, as
the case may be, shall consist of the following grades of reinforcing bars.

Grade Bar Type Conforming to Characteristic Elastic


Designation Governing Specifications Strength fy MPa Modulus GP

Fe 415 or IS:1786 High Strength 415 200


Fe 415 D Deformed Steel Bars (HSD)
Fe 500 or IS:1786 High Strength 500 200
Fe 500 D Deformed Steel Bars (HSD)
Fe 550 or IS:1786 High Strength 550 200
Fe 550D Deformed Steel Bars (HSD)
Fe 600 IS : 1786 High Strength 600 200
Deformed Steel Bars (HSD)

12.4.3 If any grade of steel given in the above table is not available, steel of next higher grade may be
used. For bridges located in seismic Zones (iv) and (v), reinforcing steel of Fe 500D or higher grade shall
be used for ensuring better ductility of structure.

12.4.4. Hot dipped galvanized reinforcing steel shall be provided wherever specified. The coating shall
conform to IS: 12594-1988.

12.4.5. PROCUREMENT:
12.4.5.1. All structural steel/ reinforcement shall be procured by the contractor directly from SAIL, TISCO,
RINL (Vizag Steel), Essar Steel Ltd, Lloyds Steel Industries Ltd, Jindal Iron and Steel Co. Ltd, Jindal Vijay
Nagar Steel Ltd, IISCO, Jindal Strips Ltd, and Trade Arbed. On Receipt of the consignment of steel at the
fabrication yard, the contractor shall inform the same verbally as well as in writing to the
OC Contract within a week based on which the OC Contract shall depute the engineer-in-Charge to the
fabrication yard for inspection, testing and approval of the lot for fabrication with respect to its quality and
the grade as per tender stipulation, and stamping with the departmental insignia. The contractor shall also
submit the original copy of invoice along with the manufacturer’s test certificate to the Engineer-in-Charge
during his inspection. On arrival of fabricated components at site, the same shall be verified by the
Engineer-in-Charge and the OC contract and approved for incorporation in the structure.

12.4.5.2. Only new steel shall be delivered to the site. Every bar shall be inspected before assembling on
the work and defective, brittle or burnt bars shall be discarded. Bars with cracked ends shall be discarded.
For the steel procured from original producers also, the Engineer/Employer may carry out

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
occasional checks on materials through third party as mentioned above, for confirming the test results
shown in the certificates, in case of any doubt regarding the quality of steel supplied.

13. APPROVAL OF DESIGNS

13.1 The tender shall be accompanied by drawings & detailed specifications etc., as would give a clear
idea of the bridge component proposed by the contractor. In the out line drawings to be submitted by the
tenderer, approximate dimensions of the various components of the bridge structures including foundations
as envisaged would be clearly shown. The contractor shall submit design and drawing duly got proof
checked by IIT at his own cost after acceptance of tender. These drawings & specifications shall be
scrutinized in B&T Dte of HQDGBR prior to execute of work.

13.2. On opening of financial bid, the lowest tenderer on receipt of acceptance letter from the accepting
officer should ensure submission of details, design calculations and supported working drawings for all
component of bridge based on provisions made in this tender document, various codes and sound
engineering design and construction practice within 45 days from the date of receipt of acceptance letter to
Bridge & Tunnel Dte/HQ DGBR who will examine the details, drawings & design calculations submitted by
the contractor for its adequacy with respect to contract provisions and codal stipulations and make
modifications as deemed fit. The contractor shall be bound to make all such modifications in the said
details, drawings and calculations as the DDG (B & T) of HQ DGBR, New Delhi may consider necessary,
so as to comply the standard code and specifications mentioned in these or in their absence to comply with
the accepted principles of sound engineering practice. Outcome of scrutiny of drawings,
design/specifications and or comments thereon will be communicated to the contractor by the officer duly
authorized by the DDG (Br & Tnl) of HQ DGBR. After complying with observations/ comments/modifications
communicated as above, the Contractor shall resubmit the detail and design drawings duly proof checked
by Indian Institute of Technology (IIT) to B & T Dte of HQ DGBR, New Delhi where the same shall be re-
examined by DDG (B & T) and Approval accorded. Approval(s) to drawings, design/specifications and or
comments thereon will be communicated to the contractor by the officer duly authorized by the DDG (B &
T) of HQ DGBR. In the event of any disputes arising as whether any modifications are necessary or not, the
decision of the DDG (B & T) of HQ DGBR shall be final and binding. If as a result of the scrutiny of afore
described, any modifications in the contractor’s drawings and calculations etc are rendered necessary in
order to ensure that the designs are safe and comply with the various requirements laid down in these
contract documents, the contractor shall not be entitled to any extra payment on this account. On receipt of
communication regarding approval to the contractor’s design and calculations, the contractor shall supply to
the B & T Dte of HQ DGBR within a period of 15 days of the receipt of such communications, sixteen
copies of the approved drawings for use by the department. The work on construction of the bridge(s) shall
proceed as per the approved detailed working drawings.

13.3 During the currency of the work in case any changes are required in the approved design due to
ground conditions or any technical reasons, the contractor shall submit the complete detailed working
drawings and design calculations in respect of such changes of the bridge for technical scrutiny to the
Bridge & Tunnel Dte of HQ DGBR. The details, drawing and design calculations for such changes as and
when submitted by the contractor will be examined by DDG (B & T) of HQ DGBR, New Delhi and shall be
subject to his approval. The contractor shall be bound to make all such modification in the said details,
drawings and calculations as the DDG (B & T) of HQ DGBR may consider necessary, so as to comply the
standard code and specifications mentioned in these or in their absence to comply with the accepted
principles of sound engineering practice. Preliminary Approval(s) to drawings design/specifications and or
comments thereon will be communicated to the contractor by the officer duly authorized by the DDG (B &
T) of HQ DGBR. After complying with observations/comments/ modifications communicated as above, the
Contractor shall resubmit the detail and design drawings

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
duly proof checked by Indian Institute of Technology (IIT) to B & T Dte of HQ DGBR, New Delhi where the
same shall be re-examined by DDG (B & T) and final approval accorded. In the event of any disputes
arising as whether any modifications are necessary or not, the decision of the DDG (B & T) of HQ DGBR
shall be final and binding. If as a result of the scrutiny of afore described, any modifications in the
contractor’s drawings and calculations etc, are rendered necessary in order to ensure that the designs are
safe and comply with the various requirements laid down in these contract documents, the contractor shall
not be entitled to any extra payment on this account. On receipt of communication regarding approval to the
contractor’s design and calculations, the contractor shall supply to the DGBR within a period of 15 days of
the receipt of such communications, sixteen copies of the approved drawings for use by the department.
The work on construction of the bridge(s) shall proceed as per the approved detailed working drawings.

13.4 Proof checking of the design and drawings submitted by the contractor shall be got done by the
Contractor from Indian Institute of Technology (IIT) at his own cost. Contractor’s quoted lump sum
amount shall be deemed to include the charges for the proof checking.

13.5. Notwithstanding the approval to the design and calculations submitted by the contractor, the
contractor shall be responsible for the stability of the bridge in accordance with the provisions of
the contract and approvals accorded as herein before stated shall not absolve him of his
responsibility for the safety of the structures designed and constructed by him.

13.6. Design folder along-with detailed calculations will be submitted in digital format (CD etc) in original
file formats i.e. Office Excel sheets, Auto CAD, Word etc. Files in PDF format shall not be accepted.
Analysis by using software will be submitted along with relevant input/output files and explanatory notes
modeling/methodology used.

14. LOAD TESTING OF BRIDGE

14.1. The lump sum amount quoted by the contractor for the bridge shall be deemed to include the
expense involved in load testing of the superstructure of the bridge. Load testing shall be done as given in
subsequent clauses hereunder.

14.1.1.Blank

14.1.2.Load tests shall be carried out as per design live load plus impact for both inner and outer beam
girders.

14.1.3.All arrangements for carrying out the tests shall be made by the contractor and shall conform to the
procedure which may be laid down for the purpose by the Accepting Officer and in accordance with IRC
SP : 51 – 2015.

14.1.4. The test results shall conform to the provisions in the approved calculations/relevant codes failing
which the work shall be declared as Sub-standard and action taken in accordance with the provisions of
the contract.

14.1.5. Measurement of deflection under test for maximum bending moment shall be taken by using
deflectometers with dial gauge of approved specifications as per IS : 2092.
14.1.6. The Engineer-in-Charge may also instruct that a load test shall be made on any part of the bridge
structure if in his opinion such a test is deemed necessary for any one or more of the reasons specified
below will be carried out at no extra cost to the Depts.

(i) The work test cubes failing to attain the specified strength.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
(ii) Shuttering being prematurely removed.

(iii) Improperly cured.

(iv) Any other Circumstances attributable to the negligence on the part of the contractor which in the
opinion of the Engineer-in-Charge results in the structure or part thereof being less than the
expected Strength.

14.2. In the event of load testing being ordered by the Engineer-in-Charge, the contractor shall:-

(i) Prepare all necessary calculations and details of arrangements for such load testing well in time,
the magnitude of the test load made and method of carrying out the test, the application of loads,
duration of keeping the load, the equipment to be provided and observation to be made during and
after placing the loads in position etc., shall be as per IRC SP : 51 – 2015.

(ii) Make all necessary arrangements for the observations, the centering, equipments, etc. that may
be needed for measuring the settlements, deflection etc., required for the test to the entire
satisfaction of the Engineer-in-Charge, and –

(iii) Provide labour, and make all observations during the test.

14.2.1. After the test, contractor shall submit a report on the results of the tests. The Engineer-in-Charge
shall then communicate as to whether the test has been satisfactory or not or any further tests or
reconstruction or strengthening are necessary to correct any faults revealed by the test.

14.2.2. Any defect noticed in the structure or any damage done to the bridge at the time of testing which
affects or is likely to affect the strength of the bridge shall be rectified by the contractor at his own cost by
remedial measures or replacement as approved by the Engineer-in-Charge.

14.2.3. When the tests are declared by the Engineer-in-Charge as having been completed, the contractor
shall remove all loading which might still be on the bridge as well as on the surroundings.

14.3 Load Testing For Superstructure

14.3.1 Test Load: The load for testing of the superstructure shall be designed live load plus impact. The
arrangements for applying this test load and the worst position of this load on the bridge shall be decided
and marked on the span to be tested, well in advance of the load test.

14.3.2 Deflection Measurement. Deflection shall be measure at critical locations as decided by the
Engineer-in-Charge by means of the dial gauges fixed on firm supports, independent of the structure to be
tested.

14.3.3 Test Procedure : The load test shall be done during such period of the day when the variation in
temperature is least. Preferably this should be during the early hours of day.
14.3.3.1 Prior to load testing the superstructure of the span to be tested shall thoroughly be examined for
any signs of distress (such as any existing hair cracks etc.) and marked/recorded so as to differentiate
them from any distress that may occur during the load test. These signs of distress shall be closely
watched during the test.

14.3.3.2 The position of the wheels for the critical vehicle and worst positioning on the deck shall be
predetermined and indicated. The initial observations without load shall be observed.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)
14.3.3.3 The test load shall be applied to the structure at the predetermined position by increments as
prescribed in the IRC guidelines. The load shall be applied in a minimum of time with an interval of only five
minutes between load stages for purpose of defection readings.

14.3.3.4 The deflection shall be observed at every load stage and in the final loaded position.

14.3.3.5 The load shall then be removed by decrements as prescribed in the IRC guidelines after a test
load retention period of minimum 24 hours and record of deflections made as before.

14.3.3.6 Should there be any doubt about the observations made during a load test, the process of
loading and unloading in stages with defections observations shall be repeated.

14.4 CRITERIA OF ACCEPTANCE


(a) The load test results, if found satisfactory, shall be accepted and approved by the Accepting
Officer.
(b) The load test shall be treated as satisfactory, if
(i) The actual deflections are equal to or less than the theoretical deflections.
(ii) The recovery of deflections on removal of load is not less than 85%.
(iii) The bridge structure shows no signs of distress or defects during the load tests.
14.4.1 Any defect noticed in the structure or any damage done to the bridge at the time of testing which
affects or is likely to affect the strength of the bridge shall be rectified by the contractor at his own cost by
remedial measures or replacement as approved by the Engineer-in-Charge/OC Contract.

14.4.2 When the tests are declared by the Engineer-in-Charge as having been completed, the contractor
shall remove all loading which might still be on the bridge as well as on the surroundings.
15. PAINTING

15.1. With a view to provide protection against corrosion, all exposed steel work shall be protected by a
minimum three coats of paint. The Coating System No.6 as given in Table D-2 of Annex-D of IRC:24-
2010, which has a desired life over 20 years shall be adopted for painting the steel work in this contract.
Necessary guidance shall be taken from Section 1906 of MoRTH Specifications for Road and Bridges
Bridge works (Fifth Revision). The painting shall consist of a primary coat of paint or shop coat before
erection at site. After erection, the surface shall be given two more coats of paint, one under coat
followed by a finishing coat. The shade of paint shall be done in accordance with IS:1477 (Part 1- Code
of Practice for painting of ferrous metals in buildings and allied finishes) and as per IRC:24-2010.
Alternatively, painting with paints using Nano-technology providing effect equivalent to Coating System 6
of IRC:24-2010 or better can also be used with approval of accepting officer.

16. AESTHETIC APPEARANCE

16.1 The structure shall be made aesthetically matching with surrounding and to the complete
satisfaction of the Accepting Officer.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)

17 COMPLETION DRAWINGS AND PHOTOGRAPHIC RECORD

17.1 On completion of construction the contractor shall supply three sets of all the completion drawings,
duly approved and properly bound, as per which the bridge has been constructed, to the Accepting Officer
for reference and record.

17.2 The contractor shall also supply three sets of photographs in good album along with 6 No. DVDs of
all such photograph along with the final bill to the accepting officer for record purpose.

18. CODES OF PRACTICE

18.1 The design of the bridge and its construction shall be in strict conformity with the following codes of
practices specification and standards:-

a) IRC: 5 - 2015 – Indian Roads Congress standard specification and code of practice for
road bridges Section-I, as applicable to General features of design.
b) IRC: 6 - 2014 - Indian Roads Congress standard specification and code of practice for
road Bridges Section-II, as applicable to load and stresses.
c) IRC: 22-2015– Indian Roads Congress Standard Specification and code of practice for
Road Bridges Section VI, applicable for composite construction for road bridges.
d) IRC: 24-2010 - Indian roads congress standard specifications and codes of practice
for road bridges section V, steel road bridges.
e) IRC: 45-1972 – Recommendations for estimating the resistance of soil below the maximum
scour level in the design of well foundation of bridges.
f) IRC: 78-2014 – Indian Roads Congress Standard specification and code of practice for
Road Bridges Section VII, applicable for foundation and substructure.
g) IRC-83: 1987 -Standard specifications and code of practice for road bridges section
IX/bearing/Part II- Elastomeric bearings.
h) IRC-83: 2002 - Standard specifications and code of practice for road bridges section
IX/bearing/Part III- POT, POT-CUM-PTFE, Pin and metallic Guide bearings.
j) IRC: 112 -2011- Indian Roads Congress Code of practice for Concrete road bridges. Item
not covered by this code will be governed by the Indian Standard Code of practice for pre-stressed
concrete IS:1343 & Plain and reinforced concrete IS:456-2000.
k) IRC: SP : 47 – 1998 – Guide lines on quality systems of road bridges.
l) IRC : SP : 51 – 2015 – Guide lines for load testing of bridges.

m) IRC : SP : 40 – 1993 – Guide lines on techniques for strengthening and rehabilitation of


bridges.
n) IRC: SP: 37 – 2010 – Guide lines for evaluation of load carrying capacity of bridges.
o) IRC:SP-69-2005-Guidelines & Specifications for Expansion Joints.
p) IS:6066-1994 – Recommendation for pressure grouting of work foundation in river valley
projects for all grouting and cable in charge works.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATIONS(Contd…..)

q) IS:1893-2002- Criteria for earth-quake resistant design of structure (third revision).


r) IS:2911-2010 – Code of practices for design and construction of pile foundations.
s) IS:800 –2007- General Construction in Steel-Code of Practice
t) IS:456- 2000 - Plain and Reinforced Concrete-Code of practice
u) IS:1786-2000 –Specifications for HYSD Steel
v) IS:2062-2011 -Hot Rolled Medium and High Tensile Structural Steel
w) IS:14268 – Uncoated stress relieved strands of low relaxation

x) Ministry of Road Transport & Highways Specification for Road and bridge works 2013 th
Revision).
18.2 Any Standard specifications for criteria for road bridges, other than those specified above that may
have been published by the Indian Roads Congress and in vogue prior to the date of issue of tenders shall
also apply.

18.3 Any amendment issued to the standard specifications prior to the date of issue of tenders shall
also be applicable.

18.4 In the event of conflict between the provisions of the departmental specifications and the IRC/BIS
publication mentioned above, the severe case shall prevail.

18.5 For design, materials, specifications and construction procedures not covered by the Indian Codes,
relevant Foreign Codes may be followed with approval of the department.

18.6. Whenever any issue raised is not catered for in any of the above codes, principles of sound
engineering practice shall be followed in matters of design and construction and the decision of the
Accepting Officer shall be final and binding of all such issues.

18.7. One complete set of codes, standards and other specifications will be kept by the Contractor at each
bridge site.

18.8. Latest edition of relevant IRC/IS/BS codes shall be referred over old edition IRC/IS/BS codes
wherever applicable as per discretion of Accepting Officer.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

PARTICULAR SPECIFICATION FOR APPROACH WORKS

19. APPROACH ROAD


All design parameter for Construction of approach road will be adopted strictly as per IRC : 73 –
1980 and MoRT&H Specification (Vth Revision). All technical parameter like Turning radius, Super
elevation, Camber/Cross fall etc to be designed for NHDL Specification as per IRC mentioned above.

19.1 Earth work in embankment


This work shall consist of earth work in embankment cutting and filling with earth free from roots etc.
spreading in layers not exceeding 30 cm including watering and finishing to required slope & level not
exceeding 1.5 m high above the base in ordinary soil in hill roads where cut & fill method is adopted.
The work shall be executed in accordance with clause 305 of MoRT&H specifications (Vth Revision).

20. APPROACH SLAB

Reinforced concrete approach slab with 12 mm dia bars at 150 mm c/c in each direction both at top
and bottom in M30 grade of concrete covering the entire width of the roadway, shall be provided as
per details given on drawings or as approved by the Engineer. Minimum length of approach slab shall
be 3.5 m and minimum thickness 300 mm.

The cement concrete and reinforcement shall conform to Section 1700 and 1600 of MoRT&H (Vth
specifications) respectively of these specifications.

Approach slab and its base shall be measured separately in cubic metres.

21. RETAINING WALL IN PCC AND RCC M-20

21.1 The retaining wall shall be designed to withstand earth pressure including any live load
surcharge and other loads acting on it including self-weight in accordance with the general principles
specified for abutments. Stone, masonry and plain concrete walls shall be of solid type. Reinforced
concrete walls may be of solid, counter-fort, buttressed or cellular type. The minimum thickness of
reinforced concrete wall shall be 300 mm.

21.2 EXCAVATION FOR RETAINING WALL

21.2.1 Scope
Excavation for structures shall consist of the removal of material for the construction of foundations for
retaining walls, in accordance with the requirements of these Specifications and the lines and
dimensions shown on the drawings or as indicated by the Engineer. The work shall include all
necessary sheeting, shoring, bracing, draining and pumping; the removal of all logs, stumps, grubs
and other deleterious matter and obstruction, necessary for placing the foundations; trimming bottoms
of excavations: backfilling and clearing up the site and the disposal of all surplus material.

21.2.2 Construction Operations


21.2.2.1 Setting Out
After the site has been cleared a according to Clause 201 of MoRT&H specifications (Vth
Revision). the limits of excavation shall be set out true to lines, curves and slopes to Clause
301.3.1. of MoRT&H specifications (Vth Revision).

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK/NIT-33 OF 2019-20

21.2.2.2 Excavation
Excavation shall be taken to the width of the lowest step of the footing including additional width as
required for construction operation. The sides shall be left plumb where the nature of soil allow it.
Where the nature of soil or the depth of the trench and season of the year do not permit vertical sides,
the Contractor at his own cost shall put up necessary shoring,strutting and planking or cut slopes to a
safer angle or both with due regard to the safety of personnel and works and to the satisfaction of the
Engineer.

Signature of Contractor SW
For Accepting Officer
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

The depth to which the excavation is to be carried out shall be as shown on the drawings, unless the
type of material encountered is such as to require changes, in which case the depth shall be as
ordered by the Engineer. Propping shall be undertaken when any foundation or stressed zone from
an adjoining structure is within a line of 1 vertical to 2 horizontal from the bottom of the excavation.

Where blasting is to be resorted-to, the same shall be carried out in accordance with Clause 302 of
MoRT&H specifications (Vth Revision) and al precautions indicated therein observed. Where blasting
is likely to endanger adjoining foundations or other structures, necessary precautions such as
controlled blasting, providing rubber mat cover to prevent flying of debris etc. shall, be taken to
prevent any damage.

21.2.2.3 Dewatering and Protection

Where water is met with in excavation due to stream flow, seepage, springs, rain or other reasons,
the Contractor shall take adequate measures such as bailing, pumping, constructing diversion
channels, drainage channels, bunds, depression of water level by well-point system, cofferdams and
other necessary works to keep the foundation trenches dry when so required and to protect the green
concrete/ masonry against damage by erosion or sudden rising of water level. The methods to be
adopted in this regard and other details thereof shall be left to the choice of the Contractor but subject
to the approval of the Engineer. Approval of the Engineer shall, however, not relieve the Contractor of
the responsibility for the adequacy of dewatering and protection arrangements for the quality and
safety of the works.

If it is determined beforehand that the foundations cannot be laid dry or the situation is found that the
percolation is too heavy for keeping the foundation dry, the foundation concrete shall be laid under
water by tremie pipe only. In case of flowing water or artesian springs, the flow shall be stopped or
reduced as far as possible at the time of placing the concrete.

Pumping from the interior of any foundation enclosure shall be done in such a manner as to preclude
the possibility of the movement of water through any fresh concrete. No pumping shall be permitted
during the placing of concrete and for a period of at least 24 hours thereafter, unless it is done from a
suitable sump separated from the concrete work by a watertight wall or other similar means.

At the discretion of the Contractor, cement grouting or other approved methods may be used to
prevent or reduce seepage and to protect the excavation area.

The Contractor shall take all precautions in diverting channels and in discharging the drained water as
not to cause damage to the works, crops or any other property.

21.2.2.4 Preparation of Foundation

The bottom of the foundation shall be levelled both longitudinally and transversely or stepped as
directed by the Engineer. Before footing is laid, the surface shall be slightly watered and rammed. In
the event of excavation having been made deeper than that shown on the drawingsor as otherwise
ordered by the Engineer, the extra depth shall be made up with concrete asper Clause 2104.1 of
MoRT&H (Vth Revision) at the cost of the Contractor. Ordinary filling shall not be permitted to bringthe
foundation to the design level as shown in the drawing.

When rock or other hard strata is encountered, it shall be freed of all soft and loose material,cleaned
and cut to a firm surface either level or stepped as directed by the Engineer. Allseams shall be
cleaned out and filled with cement mortar or grout to the satisfaction of theEngineer In the case of
excavation in rock, annular space around footing shall be filled withlean concrete M 15 upto the top
level of rock.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

If the depth of fill required is more than 1.5 m in soft rock or 0.6 m in hard rock above the foundation
level, the filling upto this level shall be done with M-15 concrete and portion above
shall be filled by concrete or by boulders grouted with cement.

When foundation piles are used, the excavation for pile cap shall be done after driving/castingof all
piles forming the group. After pile driving operations in a given pit are completed, all lose and
displaced materials therein shall be removed to the level of the bottom of the pile cap.

21.2.2.5 Slips and Slip-Outs

If there are any slips or slip-outs in the excavation, these shall be removed by the Contractor
at his own cost.

21.2.2.6 Backfilling

Backfilling shall be done with approved material after concrete or masonry is fully set andcarried out
in such a way as not to cause undue thrust on any part of the structure. All spacebetween foundation
masonry or concrete and the sides of excavation shall be refilled to theoriginal surface in layers not
exceeding 150 mm compacted thickness. The compaction shallbe done with the help of suitable
equipment such as trench compactor, mechanical tamper,rammer, plate vibrator etc., after necessary
watering, so as to achieve the maximum drydensity.

21.2.2.7 Disposal of Surplus Excavated Materials

Clause 301.3.11 of MORTH for Roads and Bridges (Vth Revision) shall apply.

21.3. CEMENT CONCRETE


21.3.1 All concrete shall be standard concrete or high performance concrete and the design
mix shall be established by laboratory /field testing and controlled at site by conducting tests to
confirm suitability of constituent materials, as per the relevant codes mentioned in Clause 18.4 of
IRC:112-2011. The Concrete shall meet the acceptance criteria as per clause 18.6 of IRC:112-2011.
Mix design shall be modified if it does not meet the acceptance criteria. All controlled concrete works
shall be done by weigh batching in all stages of work.
21.1.2. The minimum grade of concrete for different structural components shall be as follows: -

Member Minimum grade of Concrete


PCC Members M30
RCC Members M35

21.1.3. From durability considerations strict control on the cement content and water cement ratio
and in the process of concrete making, laying, compaction and curing must be exercised, the aim
being to achieve a dense and impermeable concrete. The following limits in respect of cement
content and water cement ratios shall be maintained:

Structural Member Min cement content for all exposure


conditions (for 20 mm nominal size of Maximum water
crushed stone aggregate) cement ratio,
Exposure conditions
PCC Members 360 kg/cum 0.45
RCC Members 400 kg/cum 0.40
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

21.1.4. The minimum clear cover to the reinforcement bar closes to the concrete surface shall be 50
mm. Use of concrete cover blocks to maintain the cover is required. Cladding or any of the
supplementary protective measures shall be adopted as considered adequate.

21.1.5. The cement content shall be as low as possible but not less than the quantities specified in
clause No. 21.1.3 above but in no case shall exceed 450Kg/m³of concrete.
21.1.6. The total water soluble sulphate content the concrete mix expressed as SO3 shall not exceed
4% mass of cement used in the mix.
21.1.7. Total chloride content in concrete shall not exceed 0.6 kg/m3 of the mass of cement used in
accordance with table 7 of IS 456-2000

21.2 Design Mix Concrete: Contractor shall submit a concrete mix design as per IS:10262,
based on the material available/ proposed to be used, to achieve the specified strength of design mix
concrete, to the OC Contract for approval. OC Contract will satisfy himself about the efficiency of
design mix concrete and approve the same. Contractor will provide all facilities and materials required
for the same at no extra cost to the department.

21.2.1 All Form work and false work shall be properly designed in accordance with IRC: 87-
1999.The staging and shuttering scheme will be got approved from the OC contract before execution.
21.2.2 Form Vibrators shall be used in addition to internal vibrators.
21.23. For curing of concrete; procedures as laid down in MoRT&H Specifications for Roads and
Bridge Works (Fifth Revision) shall be followed.

21.3 CONSTRUCTION MATERIALS


21.3.1 AGGREGATES
21.3.2. All coarse and fine aggregates shall conform to IS: 383 and shall be tested to conform to
IS:2386 Parts I to VIII. It shall also conform to relevant provisions contained in IRC : 112-2011.
Aggregate shall also be tested to ascertain alkali-silica reaction and such aggregates shall not be
used. Fine aggregates conforming to Zone I & II of IS:383 only shall be used for bridge works.

21.3.3. WATER The quality of water must conform to the provisions contained in IRC: 112-2011. The
permissible limits for solids must satisfy the following:-
Items: Tested as per Permissible Limit

Organic IS:3025 (Pt. 18) 200 mg/lit


Inorganic IS:3025 (Pt. 18) 3000 mg/lit
Sulphates (SO3) IS:3025 (Pt. 24) 500 mg/lit
-
Chlorides (as Cl ) IS:3025 (Pt. 32) 250 mg/lit
Suspended matter IS:3025 (Pt. 17) 2000 mg/lit
The pH value, IS:3025 (Pt. 22/23) shall not be less than 6.

[
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

21.3.4. CEMENT

21.3.5 CEMENT TYPES:


21.3.5.1 The cement for use under this contract shall be any of the following:
a) Ordinary Portland Cement 33 Grade conforming to IS:269
b) Ordinary Portland Cement 43 Grade conforming to IS:8112
c) Ordinary Portland Cement 53 Grade conforming to IS:12269
d) Portland Pozzolana Cement conforming to IS: 1489 (Part-1)
21.3.5.2 For concrete made with Portland Pozzolana cement, or mineral admixtures, the setting time
and rate of gain of strength are different from those of concrete made with OPC alone. Cognizance of
such modified properties shall be taken in deciding de-shuttering time, initial time of prestressing,
curing period and for early are loading. Compatibility admixture and super plasticizers with Portland
Pozzolana and mineral admixtures shall be ensured by trials. Some other properties of concrete such
as modulus of elasticity, tensile strength, creep and shrinkage are not likely to be significantly
different. For design purpose, it will be sufficiently accurate to take the same values as those for
concrete made with OPC.

21.3.6 MAKE OF CEMENT: Cement to be used shall be from reputed make. The approved
makes/companies are the Associated Cement Companies Ltd, Grasim Industries Ltd, Ultra Tech
Cement, The India Cement, Dalmia Cement, Andhra Cement Ltd, Century Cement, Saurashtra
Cement, Binani Cement, Madras Cement, Mangalam Cement, Birla Corp Ltd, Orient Cement, Lafarge
Cement, Shree Cement, JK Cement, JK Lakshmi Cement, JaypeeRewa Cement, Ambuja Cement,
Star Cement Meghalaya and the Calcom Cement. The particulars of the manufacturer/supplier of
cement along with the date of manufacture shall be obtained from the contractor for every lot of
cement separately. The documents in support of the purchases of cement shall be verified by the
Engineer in charge and OC.

21.3.7TESTING OF CEMENT: The manufacturer/supplier is to carry out inspections and testing of


cement in accordance with the relevant BIS provisions. The contractor shall submit the
Manufacturer’s Test Certificate in original along with the Test Sheet giving the result on each physical
test as applicable and the chemical composition of the cement or authenticated copy thereof, duly
signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these
details in the Cement Acceptance Register after due verification. The OC shall also organize
independent testing of random samples of cement drawn from various lots from the National Test
House, SEMT CME, Regional Research Laboratories, Engineering College, Govt. Approved
Laboratories, Zonal Laboratories as per IS:3535-1986 (Method of Sampling hydraulic Cement), IS :
4031 (Methods of physical test for hydraulic grey cement) and IS : 4032-1985 (Method of Sampling
hydraulic grey Cement). In all such cases the sample should be forwarded for testing under the seal
and signature of Engineer-in-Charge. In order to undertake departmental testing, requisite facilities
shall be organized. The cost of test shall be borne by the contractor irrespective of results.
21.3.8 STORAGE OF CEMENT: Cement shall be stored over dry platform at least 20 cm high in
such a manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of
store room, the stack should be at least 20 cm away from floors and walls. Inspection should be
carried out once a day. It should be ensured that tested and untested cement are segregated and
stored separately with distinct identification.
21.3.9 DOCUMENTATION : The contractor shall submit original vouchers from the supplier for the
total quantity of cement supplied under each consignment to be incorporated in the work. All
consignment received at the work site shall be inspected by the OC Contract along with the relevant
documents before acceptance.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

The original vouchers and the Test Certificates shall be defaced by the Engineer-in-Charge indicating
CA No and kept on record in the office of OC Contract duly authenticated and with cross reference to
the Control Number recorded in the Cement Acceptance Register. The Cement Acceptance Register
will be signed by JE (Civ), Engineer-in-Charge, OC Contract and the Contractor. The Accepting
Officer may order a Board of Officers for random check of cement and verification of connected
documents. The entire quantity of all cement shall also be suitably recorded in the Pucca Bond
Register for record purposes before incorporation in the work and shall be signed by the Engineer-in-
Charge and the Contractor.

21.4.0. The cement godown shall be provided with two locks on each door. The key of one lock at
each door shall remain with the Engineer-in-Charge or his representative and that of the other lock
with the Contractor’s authorized agent at site of works so that cement is removed from the godown
only according to daily requirement with the knowledge of both the parties.
21.4.1. Schedule of supply shall be so ensured so as to match with the progress contemplated in the
CPM prepared for the Project.

21.4.2. TESTING FACILITIESTesting facilities shall be provided by the contractor at work site viz.
cubes test, slump test for concrete and moisture test, sieve test, abrasion value test, impact value test
for coarse and fine materials to be incorporated into work to the satisfaction of the Engineer-in-
Charge. Universal testing machine facilities shall be made available by the contractor at site for
testing reinforcement and structural steels.

21.4.3. CURING :For curing of concrete; procedures as laid down in MOST Specifications for
Roads and Bridge Works of 2013(Vth Revision) shall be followed.

22 ’W’ METAL BEAM CRASH BARRIER

General

22.1 This work shall consist of furnishing and erection of metal beam crash barrier of
dimensions and at locations as shown on the drawing (s) or as directed by the Engineer-in-Charge.

22.1.1 Metal beam crash barrier shall generally be located on the stretches as per direction of
Engineer-in-Charge.

22.2 Materials

22.2.1 Metal beam shall be corrugated sheet steel beams of the class, type and thickness
indicated on the drawings. Railing posts shall be made of steel of the section, weight and length as
shown on the plans. All complete steel rail elements, terminal sections, posts, bolts, nuts, hardware
and other steel fittings shall be galvanized. All elements of the railing shall be free from abrasions,
rough or sharp edges and shall not be kinked, twisted or bent.

22.2.2 Steel beam elements and terminal sections shall be galvanized (zinc coated, 0.55 Kg
per square meter minimum single spot) unless otherwise specified. The galvanizing on all other steel
parts shall conform to the relevant IS Specifications. All fittings (bolts, nuts, washers) shall conform to
the IS:1367 and IS:1364. All galvanizing shall be done after fabrication.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

22.2.3 Concrete for bedding and anchor assembly shall conform to Section 1700 of these
Specifications.

22.3 Construction Operations

22.3.1 The line and grade of railing shall be true to that shown on the drawings. The railing
shall be carefully adjusted prior to fixing in place, to ensure proper matching at abutting joints and
correct alignment and camber throughout their length. Holes for field connections shall be drilled with
the railing in place in the structure at proper grade and alignment.

22.3.2 Unless otherwise specified on the drawing, railing steel posts shall be given one shop
coat of paint (primer) and three coats of paint on structural steel after erection, if the sections are not
galvanized. Any part of assembly below ground shall be painted with three coats of red lead paint.

22.3.3 Splices and end connections shall be of the type and designs specified or shown on
the plans and shall be of such strength as to develop full design strength of the rail elements.

22.4 Installation of Posts

22.4.1 Holes shall be dug or drilled to the depth indicated on the plans or posts may be driven
by approved methods and equipment, provided these are erected in proper position and are free from
distortion and burring or any other damage.

22.4.2 All post holes that are dug or drilled shall be of such size as will permit proper setting of
the posts and allow sufficient room for backfilling and tapping.

22.4.3 Holes shall be backfilled with selected earth or stable materials in layers not exceeding
100 mm thickness and each layer shall be thoroughly tamped and rammed. When backfilling and
tamping are completed, the posts or anchors shall be held securely in place.

22.4.4 Post holes that are drilled in rock and holes for anchor posts shall be backfilled with
concrete.

22.4.5 Post for metal beam guardrails on bridges shall be bolted to the structure as detailed
on the plans. The anchor bolts shall be set to proper location and elevation with templates and
carefully checked.

22.5 Erection

22.5.1 All guardrail anchors shall be set and attachments made and placed as indicated on
the plans or as directed by the Engineer-in-Charge.
22.5.2 All bolts or clips used for fastening the guardrail or fittings to the posts shall be drawn
up tightly. Each bolt shall have sufficient length to extend at-least 6 mm through and beyond the full
nut, except where such extensions might interfere with or endanger traffic in which case the bolts
shall be cut off flush with the nut.

22.5.3 All railings shall be erected, drawn and adjusted so that the longitudinal tension will be
uniform throughout the entire length of the rail.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

22.6 Tolerance

22.6.1 The posts shall be vertical with a tolerance not exceeding 6 mm in a length of 3 metre.
The railing barrier shall be erected true to line and grade.

23 PREPARATION OF SUB GRADE

23.1 Scope: - This work shall consist preparation of sub-grade by excavating up to 20 cm average
depth, dressing excavated earth to required camber or super elevation and consolidating with power
roller including watering & disposal of surplus earth within a lead of 30 mtr as directed by Engineer-in-
Charge.

24. GRANULAR SUB BASE COURSE

24.1 Scope: - This work shall consist of providing, laying and compacting single course
having 150 mm thickness of compacted well graded material 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 on the direction of Engineer-in- Charge.

24.1.1 Materials

24.1.2 The material to be used for the work shall be crushed stone aggregates. The material shall be
free from organic or other deleterious constituents and conform to grading-Iof Table 400-2 of
MoSRT&H specifications (Vth Revision) as given hereunder:-

IS Sieve Designation Per cent by weight passing the IS sieve


Grading I
75.0 mm 100
53.0 mm
26.5 mm 55-75
9.50 mm
4.75 mm 10-30
2.36 mm
0.425 mm
0.075 mm <10

CBR Value (Minimum) 30

24.1.3 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).

24.2. Construction Operations


CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

24.2.1. 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.

24.2.2. 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. 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 elvation 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

24.3. Surface Finish and Quality Control of Work

The surface finish of construction shall conform to the requirements of Clause 902 of
MORT&H specifications (Vth Revision).
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

Control on the quality of materials and works shall be exercised by the Engineer-in-
Charge in accordance with Section 900 of MoRT&H specifications (Vth Revision).

24.4. Arrangements for Traffic

During the period of construction, arrangements of traffic shall be maintained in


accordance with Clause 112 of MoRT&H specifications (Vth Revision).

25. WET MIX MACADAM

25.1.1 SCOPE: - This work shall consist laying and compacting (all through mechanized
means as approved by Engineer in charge) clean, graded aggregate and granular material, premixed
with water to a dense mass on a prepared sub base or existing pavement as the case may be in
accordance with the requirements of these specifications the material shall be laid in one layer to
lines, grade and cross sections as directed by the Engineer-In -Charge.
25.1.2. MATERIALS:-

25.1.2.1 AGGREGATES:
25.1.2.2. PHYSICAL REQUIREMENTS: Coarse aggregate shall be crushed stone. If crushed
gravel/shingle is used, not less than 90% by weight of the gravel/shingle pieces retained on 4.75 mm
sieve shall have at least two fractured faces The aggregate shall conform to the physical requirement
set forth in table below:-
Physical requirements of coarse aggregate for wet mix macadam

S/No Test Test method Requirement

1. Los Angeles Abrasion value IS:2386 (Part -4) 40% (Max)


Or
Aggregate impact value IS:2386 (Part -4) or 30% (Max)
IS:5640
2. Combined Flakiness and Elongation IS:2386 (Part -I) 35% (Max)*
Index (Total)

* To determine the combined portion, the flaky stone from the representative sample should
first be separated out. Flakiness index is weight of flaky stone metal divided by weight of
stone sample. Only the elongated particles be separated out from the remaining (non flaky)
stone metal. Elongation index is weight of elongated particles divided by the total non flaky
particles.

The value of the flakiness index and elongation index so found are added up. 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).
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.1.2.3. GRADING REQUIREMENTS: The aggregates shall conform to the grading given in table
here under.
GRADING REQUIREMENTS OF AGGREGATES FOR WET MIX MACADAM

IS Sieve Designation Per cent by weight passing the IS sieve


53.00 mm 100
45.00 mm 95-100
26.50 mm -
22.40 mm 60-80
11.20 mm 40-60
4.75 mm 25-40
2.36 mm 15-30
600.00 micron 8-22
75.00micron 0-5

Materials finer than 425 micron shall have Plasticity Index (PI) not exceeding 6.

The final gradation as approved by Engineer-in charge within these limits shall be well graded from
coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve
or vice versa.

25.1.2 CONSTRUCTION OPERATION:

25.1.2.1 PREPARATION OF BASE: Clause 404.3.1 of MORT&H (Vth Revision) shall apply.

25.1.3. PROVISION OF LATERAL CONFINEMENT OF AGGREGATES: While constructing


wet mix macadam, arrangement shall be made for the lateral confinement of wet mix. This
shall be done by laying materials in adjoining shoulders along with that of wet mix macadam
layer and following the sequence of operations described in Clause 407.4.1 of MORT&H
specification.

25.1.4 PREPARATION OF MIX: Wet Mix Macadam shall be prepared in an approved mixing
plant of suitable capacity having provision for controlled addition of water and forced/positive mixing
arrangement like pug mill or pan type mixer of concrete batching plant. The plant shall have following
features:-

i) For feeding aggregates – three/ four bin feeders with variable speed motor.
ii) Vibrating screen for removal of oversize aggregates.
iii) Conveyor belt.
iv) Controlled system for additional water.
v) Forced/positive mixing arrangement like pug mill or pan type mixer.
vi) Centralized control panel for sequential operation of various devices and precise
process control.
vii) Safety devices.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

Optimum moisture for mixing shall be determined in accordance with IS: 2720 (Part-8) after
replacing the aggregate fraction retained on 22.4 mm sieve with material of 4.75 mm to 22.4
mm size. While adding water, due allowance should be made for evaporation losses. However,
at the time of compaction, water in the wet mix should not vary from the optimum value by
more than agreed limit as directed by Engineer in Charge. The mixed material should be
uniformly wet and no segregation should be permitted.

25.1.4.1 SPREADING OF MIX: Immediately after mixing aggregates shall be spread uniformly
and evenly upon the prepared sub grade/sub-base/base in required quantities. In no case should
these be dumped in heaps directly on the area where these are to be laid nor shall their halting over a
partly completed stretch be permitted. The mix may be spread either by a paver finisher’s or motor
grader. For portions where mechanical means cannot be used, manual means as approved by the
Engineer shall be used. The motor grader shall be capable of spreading the material uniformly all over
the surface. Its blade shall have hydraulic control suitable for initial adjustments and maintaining the
same so as to achieve the specified slope and grade. The paver’s finisher shall be self-propelled,
having the following features:-

(i) Loading hoppers and suitable distribution system, so as to provide a smooth


uninterrupted material flow for different layer of thickness from the tipper to thescreed.

(ii) Hydraulically operated telescopic screed for paving width up toto 8.5 m and fixed screed
beyond this. The screed shall have tamping and vibrating arrangement for initial compaction of
layer.

(iii) Automatic leveling control system with electronic sensing device to maintain mat
thickness and cross slope of mat during laying procedure.
The surface of the aggregate shall be carefully checked with templates and all high or low
spots remedied by removing or adding aggregate as may be required. The layer may be tested by
depth blocks during construction. No segregation of larger and fine particles should be allowed. The
aggregates as spread should be of uniform gradation with no pockets of fine materials.

25.1.4.2 COMPACTION: After the mix has been laid to the required thickness, grade and
cross fall/camber the same shall be uniformly compacted, to the full depth with suitable roller.
If the thickness of single compacted layer does not exceed 100 mm, a smooth wheel roller of
80 to 100 KN weight may be used. For a compacted single layer up to 200 mm, the compaction
shall be done with the help of vibratory road roller of minimum static weight of 80 to 100 KN or
equivalent capacity roller. The speed of the roller shall not exceed 5 Km/h. In portions having
unidirectional cross fall/super elevation, rolling shall commence from the lower edge and
progress parallel to the centre line of the road, uniformly over-lapping each preceding track by
at least one third width until the entire surface has been rolled. Alternate trips of the roller
shall be terminated in stops at least 1 m away from any preceding stop. In portions in camber,
rolling should begin at the edge with the roller running forward and backward until the edges
have been firmly compacted. The roller shall then progress gradually towards the centre
parallel to the centre line of the road uniformly overlapping each of the preceding track by at
least one –third width until the entire surface has been rolled.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

Any displacement occurring as a result of reversing of the direction of a roller or from any other
cause shall be corrected at once as specified and/or removed and made good.
Along forms, kerbs, walls or other places not accessible places to the roller, the mixture
shall be thoroughly compacted with mechanical tampers or a plate compactor. Skin patching
of an area without scarifying the surface to permit proper bonding of the added material shall
not be permitted.

Rolling should not be done when the sub grade is soft or yielding or when it causes a wave-
like motion in the sub base/base course or sub grade. If irregularities develop during rolling which
exceed 12 mm when tested with a 3 meter straight edge, the surface should be loosened and
premixed material added or removed as required before rolling again so as to achieve a uniform
surface conforming to the desired grade and cross fall. In no case should the use of unmixed material
be permitted to make up the depressions.

Rolling shall be continued till the required density achieved is at least 98 percent of the
maximum dry density for the material as determined by the method outlined in IS: 2720 (Part-
8).

After completion, the surface of any finished layer shall be well closed, free from movement
under compaction equipment or any compaction planes, ridges, cracks and loose material. All loose,
segregated or otherwise defective areas shall be made good to the full thickness of the layer and re-
compacted.

25.1.4.3. SETTING AND DRYING: After final compaction of wet mix macadam course,
the road shall be allowed to dry for 24 hours.

25.1.5 OPENING TO TRAFFIC: Preferably no vehicular traffic of any kind should be


allowed on the finished wet mix macadam surface till it has dried and the wearing courselaid.

25.1.6. SURFACE FINISH AND QUALITY CONTROL OF WORK

25.1.6.1. SURFACE EVENNESS: The surface finish of construction shall conform to the
requirements of Clause 902 of MORT&H specification.

25.1.6.2. QUALITY CONTROL: Control on the quality of materials and works shall be exercised
by the Engineer-in-Charge in accordance Section 900 of MORT&H specification.

25.1.7. RECTIFICATION OF SURFACE IRREGULARITY


Where the surface irregularity of the wet mix macadam course exceeds the
permissible tolerances or where the course is otherwise defective due to sub base material
getting mixed with the aggregates, the full thickness of the layer shall be scarified over the
affected area, reshaped with added premixed material as applicable and re-compacted in
accordance with Clause 406.3 of MORT&H specification. The area treated in the aforesaid
manner shall not be less than 5 m long and 2 m wide. In no case the depressions shall be filled
up with unmixed and ungraded materials or fines.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.1.8 ARRANGEMENT FOR TRAFFIC:- During the period of construction,


arrangement of traffic shall be done as per Clause 112 of MORT&H specification.

25.2 PRIME COAT OVER GRANULAR BASE

25.2.1 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.
The work shall be carried out on previously prepared granular/stabilized surface to Clause 501.8 of
MORTS&H Specification.

25.2.2 MATERIALS

25.2.2.1 The primer shall be cationic bitumen emulsion SS1 grade conforming to IS:8887 or
medium curing cutback bitumen conforming to IS:217

25.2.2.2 Quantity of SS1 grade bitumen emulsion for various types of granular surface shall be
given in Table 500-3 of MORT& H Specification (Vth Revision).

25.2.2.3 Cutback for primer coat shall not be prepared at the site. Type and quantity of cutback
bitumen for various type of granular surface shall be as per Table 500-4 of MORTS&H
Specification(Vth Revision)..

25.2.2.4 The correct quantity of primer shall be decided by the Engineer-In-Charge and shall be
such that it can be absorbed by the surface with out causing run-off of excessive primer and to
achieve desired penetration of about 8-10 mm.

25.2.3 WEATHER AND SEASONAL LIMITATIONS: Bituminous primer 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 10° C. Surfaces which are to receive emulsion primer should be
damp, but no free or standing water shall be present.

25.2.4 CONSTRUCTION

25.2.4.1 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 pessure hand sprayer, or as directed by the Engineer in Charge.

25.2.4.2 PREPARATION OF ROAD SURFACE: The granular surface to be primed to be swept


clean by power brooms or mechanical sweepers and made free from dust. All loose material and
foreign material shall be removed completely . If soil/ mooram binder has been used in WBM surface,
part of this should be brushed and removed to a depth of about 2 mm so as to achieve good
penetration.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.2.4.3 APPLICATION OF BITUMINOUS PRIMER: After preparation of the road surface as


per Clause 502.4.2 of MORT&H Specification(Vth Revision)., the primer shall be sprayed uniformly at
the specified rate. The method of application of the primer will depend on the type of equipment to be
used, size of nozzles, pressure at the spray bar and speed of forward movement. The contractor shall
demonstrate at a spraying trial, that the equipment and method to be used is capable f producing
uniform spray, within the tolerance specified.
No heating or dilution of SS1 bitumen emulsion and shall be permitted at site. Temperature of cutback
bitumen shall be high enough to permit the primer to be sprayed effectively though the jets of the
spray and to cover the surface uniformly.

25.2.4.4 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 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.

25.2.5 QUALITY CONTROL OF WORK

For control of the quality of materials supplied and the works carried out, the relevant provisions of
section 900 MOSRT&H shall apply.

25.2.6 ARRANGEMENT FOR TRAFFIC


During construction operations, arrangements for traffic shall be made in accordance with the
provisions of clause 112 of MOSRT&H.

25.3 DENSE BITUMINOUS MACADAM

25.3.1 SCOPE: - The specification describes the design and construction procedure of Dense
Bituminous Macadam, (DBM), for use mainly, but no exclusively, in base/binder and profile corrective
courses. The work shall consist of construction in a single or multiple layers of DBM on a previously
prepared base or sub-base. The thickness of a single layer shall be 50 mm.

25.3.2. MATERIALS:-

25.3.2.1 BITUMEN : The bitumen shall be viscosity grade paving bitumen complying
with the Indian Standard Specification IS:73, modified bitumen complying with Clause
501.2.1 of MoRT&H(Vth Revision) or as otherwise specified in contract.

25.3.2.2. COARSE AGGREGATES: Shall confirm to Clause 505.2.2 of MORT&H


specification (Vth Revision).

25.3.2.3. FINE AGGREGATES: Shall confirm to Clause 505.2.3 of MORT&H specification (Vth
Revision)
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.3.2.4 FILLER: Filler shall be consisting of finely divided mineral matter such as rock dust,
hydrated lime or cement approved by the Engineer-in-charge. The filler shall be graded within
the limits indicated in table No. 500-9 of MORT&H specifications (Vth Revision).

The filler shall be free from organic impurities and have a plasticity index not greater 4. The
Plasticity Index requirement shall not apply if filler is cement or lime. Where the aggregates fail to
meet the requirements of the water sensitivity test in Table 500-8 of MOSRT& H Specifications (fifth
revision), then 2 per cent by total weight of aggregate, of hydrated lime shall be used and percentage
of the fine aggregates reduced accordingly.

25.3.3. AGGREGATES GRADING & BINDER CONTENT.

When tested in accordance with IS:2386 Part-I (wet sieving method), the combined grading
of the coarse and fine aggregates and added filler for the mixture shall fall within the limits
shown in table below:-
-
Grading 2
-
Nominal aggregate size* 26.5 mm
-
Layer Thickness 50-75 mm
-
IS Sieve 1 (mm) Cumulative % by weight of total aggregate passing
-
45 -
37.5 100
26.5 90-100
19 71-95
13.2 56-80
9.5 -
4.75 38-54
2.36 28-42
1.18 -
0.6 -
0.3 7-21
0.15 -
0.075 2-8
Bitumen content % by
mass of total mix 2 Min 4.5**
* The nominal maximum particles size is the largest specified sieve size upon which any of the
aggregates is retained.

** Corresponds to specific gravity of aggregates being 2.7. In case aggregates have specific
gravity more than 2.7, the minimum bitumen content can be reduced proportionately. Further
the region where the highest daily mean air temperature is 30°C or lower and lowest daily air
temperature is -10°C or lower, the bitumen content may be increased by 0.5%.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.3.3.1 Bitumen content indicated in the above table is the minimum quantity. The quantity
shall be determined in accordance with Clause 505.3 of MORT&H specification(Vth Revision).

25.3.4 MIX DESIGN


The bitumen content required shall be determined following the Marshall Mis Design
procedure contained in Asphalt Institute Manual MS-2

The fines of Bitumen (F/B) ratio by weight of total mix shall range from 0.6 to 1.2

25.3.4.1 REQUIREMENT 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 500-11 and 500-12 of MORT&H specifications(Vth Revision)..

25.3.5. BINDER CONTENT: The binder content shall be optimized to achieve the
requirements of the mixture set out in Table 500-11 of MORT&H(Vth Revision). The binder content
shall be selected to obtain 4% air voids in the mix design. The Marshall method for determining the
optimum binder content shall be adopted as described in the Asphalt Institute Manual MS-2.Where
maximum size of the aggregates is more than 26.5 mm, the modified Marshall method using 150 mm
diameter specimen described in MS-2 and ASTM D 5581 shall be used. This method requires
modified equipments and procedures. When the modified Marshall test is used, the specified
minimumstability values in Table-500-12 of MORT&H specification(Vth Revision) shall be multiplied
by2.25, and the minimum flow shall be 3 mm.

25.3.6. JOB MIX FORMULA : The contractor shall inform the Engineer in writing, at least
20 days before the start of the work, of the job mix formula proposed for use in the works, and
shall give the following details.

(i) Source and location of all materials.


(ii) Proportions of all materials expressed as follows where each is applicable.

(a) Binder type, and percentage by weight of total mixture.


(b) Coarse aggregate/Fine aggregate/Mineral filler as percentage by weight of
total aggregate including mineral filler.

(iii) A single definite percentage passing each sieve for the mixed aggregate.
(iv) The individual grading of the individual aggregate fractions, and the proportion
of each in the combined grading.
(v) The result of mix design such as maximum specific gravity of loose mix (Gmm),
Compacted specimen densities, Marshall stability, flow, air voids, VMA, VFB and related
graphs and test result of AASHTO T 283 Moisture susceptibility test ;
(vi) Where the mixer is a batch mixer, the individual weights of each type of
aggregate, and binder per batch.
(vii) Test result of physical characteristics of aggregates to be used;
(viii) Mixing temperature and compacting temperature.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

While establishing 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 by used in the work
and that the mixture and its different ingredients satisfy the physical and strength requirement
of these specifications.

The approved job mix formula shall remain effective unless and until a revised Job Mix Formula is
approved. Should a change in the source of materials be proposed, a new job mix formula shall be
forwarded to the Engineer for approval before the placing of the material. The Job mix formula shall
be approved by Cdr Contract.

25.3.7. PLANT TRIALS - permissible variation in Job mix formula: Once the laboratory job
mix formula is approved, the contractor shall carry out plant trials at the mixer to establish that
the plant can be set up to produce a uniform mix conforming to the approved job mix formula.
The permissible variations of the individual percentages of the various ingredients in the
actual mix from the job mix formula to be used shall be within the limits as specified in Table
500-13 of MORT&H Specifications and shall remain within the gradation band. These variations
are intended to apply to individual specimen taken for quality control tests in accordance with
Section 900 of MORT&H specification(Vth Revision).

25.3.8 LAYING TRIAL

Once the plant trials have been successfully completed and approved by Engineer-in
Charge, the contractor shall carry out laying trial, to demonstrate that proposed mix can be
successfully laid, and compacted all in accordance with clause 501 of MORT&H specifications.
The laying trial 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- in- Charge, The area of the laying
trials shall be a 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 contractor shall previously inform the Engineer – in –Charge of the proposed method of
laying and compacting the material. The plant trial 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 hours after laying, or by
other approved method. The compacted layer of Dense Graded Bituminous Macadam (DBM) shall
have minimum field density equal to or more than 92% of the density based on the theoretical
maximum specific gravity (Gmm) obtained on the day of compaction in accordance with ASTM D
2041.

Once the laying trials have been approved by the Engineer-in-Charge, the same plant &
methodology shall be applied to the laying of the material on the project, and no variation of either
shall be acceptable, unless approved in writing by the Engineer-in-Charge, who may at his discretion
require further laying trials.

25.3.9. CONSTRUCTION OPERATIONS

25.3.9.1 WEATHER AND SEASONAL LIMITATIONS: The provisions of clause


501.5.1 of MORT &H Specification(Vth Revision) shall apply.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.3.9.2 PREPARATION BASE: The base on which Dense Graded Bituminous Material is
to be laid shall be prepared in accordance with Clause 501 and 902 of MOSRT & H
Specifications as appropriate, or as directed by the Engineer-In-Charge.
25.3.9.3 STRESS ABSORBING LAYER: Where a stress absorbing layer is specified in the
contract, this shall be applied in accordance with the requirements of clause 517 of MORT & H
Specifications.
24.3.9.4 Tack Coat: The provision of Clause 503 of MORT&H specification shall apply or as
directed by Engineer-In-Charge. Rate of tack coat shall be per sqm.

25.3.9.5 MIXING AND TRANSPORTATION OF THE MIXTURE: The provisions as specified in


clause 505.4.7 of MOSRT & H Specifications for road and bridge works (fifth revision) shall apply.

25.3.9.6 SPREADING: The general provisions of clause 505.4.8 of MORT&H Specifications(Vth


Revision) shall apply.

25.3.9.7 ROLLING: The general provisions of Clauses 501.6 and 501.7 of MORT&H
Specifications (Vth Revision) shall apply, as modified by the approved laying trials. The
compaction process shall be carried out by the same plant, and using the same method, as
approved in the laying trials, which may be varied only with the express approval of the
Engineer-in-Charge in writing.

25.3.9.8 OPENING TO TRAFFIC : It shall be ensured that the traffic is not allowed without the
approval of Engineer-In-Charge in writing, on the surface until the dense bituminous layer has cooled
to the ambient temperature.

25.3.10 SURFACE FINISH AND QUALITY CONTROL OF WORK: The surface finish of the
completed construction shall conform to the requirement of Clause 902 of MORT&H
Specifications (Vth Revision). All material and workmanship shall comply with the provisions
set out in Section 900 of MORT&H specification.

25.3.11 ARRANGEMENTS FOR TRAFFIC: During the period of construction, arrangements


for traffic shall be made in accordance with the provisions of clause 112 of MORT&H
Specifications(Vth Revision).

25.4 BITUMINOUS CONCRETE (30 mm thick)

25.4.1 SCOPE: - This work shall consist of construction of Bituminous Concrete, for using in
wearing and profile corrective courses. This work shall consist of construction in a single layer of
bituminous concrete on a previously prepared bound surface. A single layer shall be 30 mm thick.

25.4.2. MATERIALS:-

25.4.2.1 BITUMEN: The bitumen shall be viscosity graded paving bitumen complying with
Indian standard specification for paving bitumen, IS :73.The type and grade of bitumen to be
used would depend upon the climatic condition and the traffic. Guidelines for selection of
bitumen are given in Table 500-1 of MORT&H specification.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.4.2.2 COARSE AGGREGATES: The coarse aggregate shall be generally as specified in


clause 504.2.2 of MORT&H specification(Vth Revision), except that the aggregate shall satisfy the
physical requirement of Table 500-16 of MORT&H specification(Vth Revision) and where crushed
gravel is proposed for use as aggregate, not less than 95% by weight of the crushed material retained
on the 4.75 mm sieve shall have at least two fractured faces.

PHYSICAL REQUIREMENTS FOR COARSE AGGREGATE FOR BITUMINOUS


CONCRETE

Property Test Requirement Test Method


Cleanliness Grain size analysis Max 5% passing IS: 2386 Part I
(dust) 0.075 mm sieve
Particle shape Combined Flakiness and Max 35% IS: 2386 Part I
Elongation Indices
Strength Los Angeles Abrasion Max 30% IS: 2386 Part IV
Value or
Aggregate Impact Value Max 24%
Durability Soundness either: IS: 2386 Part V
Sodium Sulphate or Max 12%
Magnesium Sulphate Max 18%
Polishing Polished Stone Value Min 55 BS : 812-114

Water Absorption Water absorption Max 2% IS: 2386 Part III

Stripping Coating and Stripping of Minimum retained IS: 6241


Bitumen Aggregate coating 95%
Water Sensitivity Retained Tensile Min 80% AASHTO 283
Strength*

* If the minimum retained tensile strength falls below 80 percent, use of anti-stripping agent is
recommended to meet the minimum requirements.

25.4.2.3 FINE AGGREGATES: The fine aggregates shall be all as specified in


clause 505.2.3 of MORT&H specification(Vth Revision).

25.4.2.4 FILLER: filler shall be specified in clause 505.2.4 of MORT&H


specification.

25.4.2.5 AGGREGATE GRADING AND BINDER CONTENTS: When tested in accordance with
IS:2386 Part 1 (Wet grading method) The combined grading of the coarse and fine aggregates and
filler shall fall within the limits given in Table 500-17 of MORT&H specification(Vth Revision).
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

COMPOSITION OF BITUMINOUS CONCRETE PAVEMENT LAYERS

Grading 1 2
Nominal maximum aggregate 19 mm 13.20 mm
size *
Layer thickness 50 mm 30-40 mm
IS Sieve¹ (mm) Cumulative % by weight of total aggregate passing
45
37.5
26.5 100
19 90-100 100
13.2 59-79 90-100
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
Bitumen content % by mass of Min 5.2* Min 5.4**
total mix

* Nominal maximum aggregate size in the largest specified sieve size upon which any of the
aggregate material is retained.

** Correspond to specific gravity of the aggregate being 2.7. In case aggregate have specific gravity
more than 2.7, bitumen content can be reduced proportionately. Further, for regions where highest
daily means air temperature is 30˚C or lower and lowest daily means air temperature is - 10˚C or
lower, the bitumen content may be increased by 0.5%.

25.4.3 MIX DESIGN

25.4.3.1 REQUIREMENT FOR THE MIX

Apart from conformity with the grading and quality requirements for individual
ingredients, the mixture shall meet the requirements set out in Table 500-11 of MORT&H
specification.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

REQUIREMENTS FOR BITUMINOUS CONCRETE

Properties Viscosity Modified Bitumen Test Method


Grade Hot Climate Cold Climate
Paving
Bitumen
Compaction Level 75 blow on each face of the specimen
Minimum stability 9.0 12.0 10.0 AASHTO T 245
(KN at 600 C)
Marshall flow (mm) 2-4 2.5-4 3.5-5 AASHTO T 245
Marshall Quotient 2-5 2.5-5 MS-2 and ASTM
(Stability/Flow) D2041

% air voids 3-5


% voids Filled with 65-75
Bitumen(VFB)
Coating of aggregate 95% minimum IS:6241
particle
Tensile Strength ratio 80% minimum AASHTO T 283
% voids in mineral Minimum percent voids in mineral aggregate (VMA) are set out in
Aggregates (VMA) Table 500-13 of MORT&H specification(Vth Revision).

25.4.3.2 BINDER CONTENT

The Binder content shall be optimized to achieve the requirements of the mix set
out in Table 500-11 of MORT&H specification(Vth Revision).The binder content shall be
selected to obtain 4 percent air voids in the mix design. The Marshall method for determining
the optimum binder content shall be adopted as described in the Asphalt Institute Manual MS-
2.

Where maximum size of the aggregates is more than 26.50 mm, the modified Marshall Method
using 150 mm diameter specimen described in MS-2 and ASTM D 5581 shall be used. This method
requires modified equipment and procedures. When the modified Marshall test is used, the specified
minimum stability values in Table 500-12 of MORT&H specification (Vth Revision) shall be multiplied
by 2.25, and the minimum flow shall be 3 mm.

MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE (VMA)

Nominal Maximum Minimum VMA Percent Related to Design Percentage Air voids
Particle Size¹ (mm)
3.0 4.0 5.0
26.5 11.0 12.0 13.0
37.5 10.0 11.0 12.0

Note: Interpolate minimum voids in the mineral aggregate (VMA) for designed percentage air voids
values between those listed.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.4.3.3 JOB MIX FORMULA

The contractor shall submit to the Engineer–In-Charge for approval at least 21


days before the start the work, the Job Mix formula proposed for use in the work, together with
the following details:

(i) Source and location of all materials.

(ii) Proportion of all materials expressed by weight of total mix:

a) Binder type, and percentage by weight of total mix.

b) Coarse aggregate/Fine aggregate/Mineral filler as percentage by


weight of total aggregate including mineral filler.

(iii) A single definite percentage passing each sieve for the mixed aggregate.

(iv) The individual grading of the individual aggregate fraction, and the
proportion of each in the combined grading.

(v) The results of mix design such as maximum specific gravity of loose mix
(Gmm), compacted specimen densities, Marshall stability, flow, air voids, VMA, VFB
and related graphs and test results of AASHTO T 283 Moisture susceptibility test.

(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 characteristic of aggregates to be used.

(viii) Mixing temperature and compacting temperature.

While establishing 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
Engineer-In-charge for which sample of all ingredients of the mix shall be finished by the
contractor as required by the Engineer-In-Charge.
The approval job mix formula shall remain effective unless and until a revised job mix formula is
approved. Should a change in the source of materials be proposed, a new job mix formula shall be
forwarded by the contractor to the Engineer-In-Charge for approval before the placing of the material.
The job mix formula shall be approved by Cdr Contract.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.4.3.4 PLANT TRIALS- PERMISSIBLE VARIATION IN JOB MIX FORMULA


Once the laboratory job mix formula is approved, the contractor shall carry out plant
trials to establish that the plant can produce a uniform mix confirming to the approved Job mix
formula. The permissible variation of the individual percentage of the various ingredients in the
actual mix form from the job mix formula to be used shall be within the limits as specified in Table
500-18 of MORT&H specification(Vth Revision) and shall remain within the gradation band. These
variations are intended to apply to individual specimen taken for quality control test in accordance
with Section 900 of MORT&H Specification(Vth Revision).

PERMISSIBLE VARIATION IN PLANT MIX FROM THE JOB MIX FORMULA

Description Permissible Variation


Aggregate passing 19 mm sieve or larger + 7%
Aggregate passing 13.20 mm,9.5 mm + 6%
Aggregate passing 4.75 mm + 5%
Aggregate passing 2.36 mm, 1.18 mm, 0.6 mm + 4%
Aggregate passing 0.3 mm, 0.15 mm + 3%
Aggregate passing 0.075 mm + 1.5%
Binder Content + 0.3%
Mixing temperature + 10º C

25.4.3.5 LAYING TRIALS

Once the plant trials have been successfully completed and approved, the
contractor shall carry out laying trials, to demonstrate that the proposed mix can be
successfully laid and compacted all in accordance with Clause 501 of MORT&H
Specification(Vth Revision). The laying trial shall be carried out on a suitable area which is not
to form part of the works. The area of the laying trials shall be a minimum of 100 Sqm of
construction similar to that of the project road, and it shall be in all respect, particularly
compaction, the same as the project construction, on which the bituminous material is to be
laid.

The Contractor shall previously inform the Engineer-In-Charge 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 hours after laying, or by
other approved method. The compacted layers of bituminous concrete (BC) shall have a minimum
field density equal to or more than 92% of the average theoretical maximum specific gravity (Gmm)
obtained on the day of compaction in accordance with ASTM D2041.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

Once the laying trials have been approved, the same plant and methodology shall be
applied to the laying of the material on the project, and no variation shall be acceptable, unless
approved in writing by Engineer-In-Charge, who may at his discretion require further laying trials.

25.4.4 CONSTRUCTION OPERATIONS

25.4.4.1 WEATHER AND SEASONAL LIMITATIONS: The provisions of Clause 501.5.1 of


MORT&H specifications(Vth Revision) shall apply.

25.4.4.2 PREPARATION OF THE 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 Specification
(Vth Revision) as appropriate, or as directed by the Engineer-In-Charge. The surface shall be

thoroughly swept clean by the mechanical broom and dust removed by compressed air. In locations
where a mechanical broom cannot get access, other approved method shall be used as directed by
Engineer-In-Charge.

25.4.4.3 TACK COAT: A tack coat in accordance with Clause 503 of MORT&H
specifications (Vth Revision) shall be applied or as directed by the Engineer-In-Charge.

25.4.4.4 MIXING AND TRANSPORTATION OF THE MIXTURE: The provisions of Clauses


501.3 and 501.4 of MORT&H specifications (Vth Revision) shall apply.

25.4.4.5 SPREADING: The provisions of Clauses 501.5.3 of MORT&H specifications (Vth


Revision) shall apply, as modified by the approved laying trials.

MIXING, LAYING AND ROLLING TEMPERATURES FOR BITUMINOUS MIXES (DEGREE


CELCIUS)

Bitumen Bitumen Aggregate Mixed Laying *Rolling


Viscosit y Temperature Temperature Material Temperature Temperature
grade Temperature
VG-40 160-170 160-175 160-170 150 Min 100 Min
VG-30 150-165 150-170 150-165 140 Min 90 Min
VG-20 145-165 145-170 145-165 135 Min 85 Min
VG-10 140-160 140-165 140-160 130 Min 80 Min

* Rolling must be completed before the mat cools to these minimum temperatures.

25.4.4.6 ROLLING: Compaction shall be carried out in accordance with the provisions of
Clause 501.6 and 501.7 of MORT&H specifications (Vth Revision), as modified by the approved
laying trials.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.4.5 OPENING TO TRAFFIC: The provisions of Clauses 504.5 of MORT&H specifications


(Vth Revision) shall apply.

25.4.6 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 specifications (Vth Revision). For control of the
quality of materials supplied and the works carried out, the relevant provisions of Section 900
of MORT&H specifications shall apply.

25.4.7 ARRANGEMENT FOR TRAFFIC: During the period of construction, arrangements for
traffic shall be made in accordance with the provision of Clause 112 of MORT&H specification (Vth
Revision).

25.5. ROAD MARKINGS ON ROAD.

25.5.1 Scope This Clause specifies the road markings over the finished Bituminous
Concrete Surface. This work shall consist of road markings on center line and edge lines of
the road over newly prepared Bituminous Concrete Surface. This clause specifies Road
marking with appropriate road marking machine as per IRC 35-1997 with thermoplastic
compound of approved quality and additional glass beads of type-2 of white colour and
uniform thickness of 2.5 mm after cleaning, brushing of all dusts, dirt, grease oil etc and all
other impurities from the pavement.

25.5.2 Material The thermoplastic road marking paint shall be homogeneously composed of
aggregate, pigment, resins and glass reflectorizing beads. The colour of the compound shall be white
or yellow (IS colour No. 356) as specified or as directed by Engineer- in- charge.

25.5.3 Requirement Thermoplastic paint should conform to properties given as under:-

(i) Composition: The pigment, beads and aggregate should be uniformly dispersed in the
resin. The material shall be free from all skins, dirt and foreign objects and shall comply with
requirements indicated in Table 800-9 of MORST&H Specifications for Road and Bridge
Works (Fifth Revision, reprint April 2013)

(ii) Properties The properties of thermoplastic material, when tested in accordance with
ASTM D-36/BS-3262 (Part-I) shall be as below:
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

(a) Luminance:-
White : Daylight luminance at 45 degree-65 percent min as per AASHTO
M-249.
Yellow: Day light luminance at 45 degree-45 percent min as per AASHTO M -
249.
(b) Drying Time:- When applied at a temperature specified by the manufacturer and
to the required thickness, the material shall set to bear traffic is not more than 15
minutes.

(c) Skid Resistance:- Not less than 45 as per BS 6044.

(d) Cracking Resistance at Low Temperature:- The material shall show no


cracks on application to concrete blocks.

(e) Softening Point:- 102.5+9.50C as per ASTM D36.

(f) Flow Resistance:- Not more than 25 per cent as per AASHTO M-249.

(i) Storage Life:- The material shall meet the requirements of these specifications for
a period of one year. The thermoplastic material should have no evidence of
skins or unmelted particles for one year storage period. Any material not
meeting the above requirements shall be replaced by the
manufacturer/supplier/contractor.

(ii) Reflectorisation :- Shall be achieved by incorporation of beads, the grading and other
properties of the beads shall be as specified in clause 803.4.2 of MORST&H
Specifications for Road and Bridge Works (Fifth Revision, reprint April 2013).

(iii) Marking :- Each container of the thermoplastic material shall be clearly and
indelibly marked with the following information:-

(i) The name, trade mark or other means of identification of manufacturer.


(ii) Batch number.
(iii) Date of manufacture.
(iv) Colour (White or Yellow)
(v) Maximum application temperature and maximum safe beating
temperature.

(iv) Sampling and Testing :- The thermoplastic material shall be sampled and tested in
accordance with the appropriate ASTM/BS method. The contractor shall furnish a copy
of certified test reports from the manufactures of the thermoplastic material showing
results of all tests specified herein and shall certify that the materials meets all
requirement of this specification.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.5.4 Reflectorizing Glass Beads

25.5.4.1 General
This specification covers Type II glass beads to be used for the production of
reflectorised pavement markings.

Type-II beads are those which are to be sprayed on the surface vide clause 803.6. of
MORST&H Specifications for Road and Bridge Works (Fifth Revision).

25.5.4.2 The glass beads shall be transparent, colourless and free from milkiness, dark particles and
excessive air inclusions. These shall conform to requirements spelt out in Clasue 803.4.2.3 of
MORST&H Specifications for Road and Bridge Works (Fifth Revision.

25.5.4.3 Specification Requirements


(i) Gradation:- The Glass beads shall meet the gradation requirements for Type II as
given in Table 800-10 of MORST&H Specifications for Road and Bridge Works (Fifth
Revision).

Sieve size Percent retained


Type II
1.18 mm
850 micron 0 to 5
600 micron 5 to 20
425 micron --
300 mircon 30 to 75
180 micron 10 to 30
Below 180 micron 0 to 15

(ii) Roundness :- The glass beads shall have a minimum of 70 percent true spheres.

(iii) Refractive Index :- The glass beads shall have a minimum refractive index of 1.50.

(iv) Free Flowing Properties :- The glass beads shall be free of hard lumps and clusters and
shall dispense readily under any conditions suitable for paint striping. They shall pass the free
flow-test.

25.5.5 Sampling and Testing

25.5.5.1 The paint and glass beads shall be sampled and tested in accordance with the
appropriate ASTM/BS method. The contractor shall furnish a copy of certified test report from
a reputed laboratory showing results of all tests specified herein and shall certify that the
material meets all requirements of this specification. However if so required, these test may be
carried out as directed by Engineer-In-Charge/OC Contract.
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.5.6 Road Markings: -The center line shall consist of single white broken line 10 cm wide.
The length of segment and the gap between segments shall as approved by the Engr- in-charge.

25.5.7 Application: The road marking paint shall be applied on road with appropriate
road marking machinery as approved by Engineer-In-Charge.

25.5.7.1 Marking shall be done by machine. For locations where painting cannot be done
by machine, approved manual methods shall be used with prior approval of Engineer- In-Charge. The
Contractor shall maintain control over traffic while painting operations are in progress so as to cause
minimum inconvenience to traffic compatible with protecting the workmen.

25.5.7.2 The pavement temperature shall not be less than 100C during application. All
surfaces to be marked shall be thoroughly cleaned of all dust, dirt, grease, oil and all other
foreign matter before application of the paint.

25.5.7.3 The finished lines shall be free from ruggedness on sides and ends may be parallel to
the general alignment of the carriageway. The upper surface of the lines shall be level, uniform and
free from streaks.

25.5.7.4 Laying thickness of road marking paint shall be 2.5 mm thick uniformly laid as
specified.

25.5.8 Properties of Finished Road Marking

(a) The stripe shall not be slippery when wet.


(b) The marking shall not be lift from the pavement in freezing weather.
(c) After application and proper drying, the stripe shall show no appreciable
deformation or discolouration under traffic and under road temperature upto 600C.
(d) The marking shall not deteriorate by contact with Sodium Chloride, Calcium Chloride or
oil drippings from traffic.

(e) The stripe or marking shall maintain its original dimensions and position. Cold
ductility of the material shall be such as permit normal movement with the road surface
without chopping or cracking.

(f) The colour of yellow marking shall conform to IS Colour No. 356 as given in IS: 164
25.5.9 Arrangement for Traffic During road marking paints applied on surface, arrangement
for traffic shall be made in accordance with the provisions of Clause 112 of MORTH specifications
(Vth Revision).
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.6 Cat’s Eye

25.6.1 The cat’s eye shall be designed for bonded or anchored with the road surface for
lane marking and delineation for night time visibility to the traffic. It shall be capable of
reflecting the incident light in the direction close to the direction from which it come. The
markers shall have both faces reflective in the red/yellow colour. The material used shall
consist of durable all thermoplastic housing. Its plastic body shall be moulded from acryile-
styrene. Acrulonitrile of high impact polystyrene or any other suitable material. The reflective
lens shall comprise of a series of integral cell containing thin unmetalised single or dual
prismatic cubes capable of providing total internal reflection of the light entering the lens face.
It shall be assembled in a weather resistant polymer blend housing filled with an inert potting
compound that adds strength to provide the resistance to damage by traffic and breakage due
to spot loading from uneven road surfaces. It shall have tough layer of untempered glass
which protects acrylic lens from abrasion and makes it to get self cleaned with every contact
of tyre. The technical specification of Cat Eyes is as under:-

(a) Housing shall be made of acrylicstyrene- acrylonitrile. The reflective lenses are
moulded of methyle methacrylate.
(b) The filler is an inert, tightly adherent potting compound. The size shall be min of
100 X 100 X 18mm
(c) The marker Cat Eye’s shall have the load bearing capacity as specified in the ASTM
D4280.
(d) The slope or retro- reflecting surface shall preferably be 35 + 5 degree to
base.
(e) The marker shall not have any sharp edge.
(f) All the performance, optical, load bearing design and specifications shall be as
per MORT&H specifications.
(g) Adhesive for fixing Cat Eye’s at the rate of approximately 110 gm per Cat Eye’s will
supplied free of cost by the firm. The fixing -material for 1 (one) Cat Eye is as under:-

Ser No Compound name Qty


(i) Resin Gy-250 40 gm
(ii) Hardener- 1/10 10 gm
(iii) Quartz Sand Mix No 10 60 gm
Total 110 gm
CA NO. CE(P) VTK____OF 2020-21 Page No.____
TENDER NO. CE(P) VTK-33 OF 2019-20

25.7. Delineator 900 mm

25.7.1 This work include supply and fixing of Delineator made of MS tubular pipe duly
epoxy powder coated in black colour of 900 mm length with minimum outer dia 59.7 mm & wall
thickness 3.6 mm, medium grade as per IS: 1239 (Part-I) of 1979. The pipe should be closed at
the top by using MS sheet/plate of 4 mm thick welded all around with the MS pipe completely
epoxy powder coated in black colour having a smooth and uniform finish. The outer surface of
the delineator shall have three bands of retro reflective sheets of high intensity grade. 2 Nos
red bands/ strips of 25 mm width and 01 No white bands/ strips of white colour of 50 mm width
with a gap of 25 mm in between. Each delineator shall be

provided with one angle cleat / hold fast 6” long of size 35 X 35 X 3 mm at the bottom for fixing /
installation. The pattern/ sequence of retro reflective sheets/ bands shall be as under:-

25.7.2 Delineator shall have, leaving 50 mm from top, 1st strip of 25 mm wide red band
followed by a 2nd strip of 50 mm wide white band followed by 3rd strip of 25 mm wide red band.
There will be 25 mm gap/ spacing between each strip. The delineator shall have the protective
jali/ cage of size 25 mm X 25 mm made of 2.4 mm dia steel wire duly epoxy powder coated over
the retro reflective bands.

26. CODES OF PRACTICE

26.1 The design of the bridge and its construction alongwith the approaches shall be in strict
conformity with the following codes of practices specification and standards:-

a) IRC: 5 - 2015 – Indian Roads Congress standard specification and code of


practice for road bridges Section-I, as applicable to General features of design.
b) IRC: 6 - 2014 - Indian Roads Congress standard specification and code of practice
for road Bridges Section-II, as applicable to load and stresses.
c) IRC: 22-2015– Indian Roads Congress Standard Specification and code of practice
for Road Bridges Section VI, applicable for composite construction for road bridges.
d) IRC: 24-2010 - Indian roads congress standard specifications and codes of
practice for road bridges section V, steel road bridges.
e) IRC: 45-1972 – Recommendations for estimating the resistance of soil below the
maximum scour level in the design of well foundation of bridges.
f) IRC: 78-2014 – Indian Roads Congress Standard specification and code of practice for
Road Bridges Section VII, applicable for foundation and substructure.
g) IRC-83: 1987 -Standard specifications and code of practice for road bridges section
IX/bearing/Part II- Elastomeric bearings.
h) IRC-83: 2002 - Standard specifications and code of practice for road bridges section
IX/bearing/Part III- POT,POT-CUM-PTFE, Pin and metallic Guide bearings.
j) IRC: 112 -2011- Indian Roads Congress Code of practice for Concrete road bridges. Item
not covered by this code will be governed by the Indian Standard Code of practice for pre-
stressed concrete IS:1343&Plain and reinforced concrete IS:456-2000.
k) IRC: SP : 47 – 1998 – Guide lines on quality systems of road bridges.
l) IRC : SP : 51 – 2015 – Guide lines for load testing of bridges.
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

m) IRC:SP:40–1993 – Guide lines on techniques for strengthening and


rehabilitation of bridges.
n) IRC:SP:37– 2010 – Guide lines for evaluation of load carrying capacity of
bridges.
o) IRC:SP-69-2005-Guidelines & Specifications for Expansion Joints.
p) IS:6066-1994 – Recommendation for pressure grouting of work foundation in river
valley projects for all grouting and cable in charge works.

q) IS:1893-2002- Criteria for earth-quake resistant design of structure (third revision).


r) IS:2911-2010 – Code of practices for design and construction of pile
foundations.
s) IS:800 –2007- General Construction in Steel-Code of Practice
t) IS:456- 2000 - Plain and Reinforced Concrete-Code of practice
u) IS:1786-2000 –Specifications for HYSD Steel
v) IS:2062-2011 -Hot Rolled Medium and High Tensile Structural Steel
w) IS:14268 – Uncoated stress relieved strands of low relaxation
x) Ministry of Road Transport & Highways Specification for Road and bridge works 2013
(Vth Revision).
26.2 Any Standard specifications for criteria for road bridges, other than those specified above
that may have been published by the Indian Roads Congress and in vogue prior to the
date of issue of tenders shall also apply. Relevant IS Code of Bituminous work is also
applicable.
26.3 Any amendment issued to the standard specifications prior to the date of issue of tenders
shall also be applicable.
26.4 In the event of conflict between the provisions of the departmental specifications and the
IRC/BIS publication mentioned above, the severe case shall prevail.

26.5 For design, materials, specifications and construction procedures not covered by the
Indian Codes, relevant Foreign Codes may be followed with approval of the department.
26.6. Whenever any issue raised is not catered for in any of the above codes, principles of
sound engineering practice shall be followed in matters of design and construction and the
decision of the Accepting Officer shall be final and binding of all such issues.
26.7. One complete set of codes, standards and other specifications will be kept by the Contractor
at each bridge site.
26.8. Latest edition of relevant IRC/IS/BS codes shall be referred over old edition
IRC/IS/BS codes wherever applicable as per discretion of Accepting Officer.

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

SCHEDULE ‘A’ Notes

Name of Work: SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF


75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER
STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT
KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I
AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00
MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER
1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH
1. The span and foundation arrangements as indicated in the tender documents including
drawings are the specific requirements to suit the site condition.
2. The scheme proposed by the Departments shown in the No. Drg No. B-2038/B&T
Dte/Vtk/2019 dated 22 May 2019. The scheme meets the waterway requirements. Alternative
proposal is not acceptable.

3. The BILL OF QUANTITIES (BOQ) is provided in a spread sheet file xls for online submission
of the ‘Q’ Bid. The rates offered should be entered online 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 for this tender.

4. The BOQ is also part of tender and bidders have to submit the BOQ duly signed digitally.
Printed copy of BOQ submitted online shall be part of Contract Agreement.

5. The lump sum amount quoted by the tenderer in this schedule shall be deemed to include
for the provision of all labour and materials, tools, plant, equipment and tackle, process, operations,
testing and specific requirements details in this schedule in the particular specification and elsewhere in
this tender documents and for the fully, entire and final completion of the work in accordance with the
provisions of these tender documents. The tenderer shall verify the site conditions and factors which
may effect his quoting before submission of tender. No extra DO/amount shall be admissible on
account of failure or misunderstanding on the part of tenderer.

6. The tenderer is required to quote his “lump sum amount” both in figures and words under
Column 5 of schedule ‘A’ and extend the amount to column 7 at ser page No. 140 of tender
documents.

7. The Period of Completion stipulated in column 7 of Schedule ‘A’ shall be reckoned from the
date of handing over site of the bridge as indicated in the work order(s). This period of completion
shall also cover the work included in Annexure I, if ordered as a deviation. If the contractor does not
take over the site on or before the date of commencement given in work order, the same shall
be deemed as date of taking over site for reckoning the completion period of work.

8. Irrespective of the actual rate/expenditure the formulae given in Annexure I to Schedule ‘A’
shall be applicable for pricing deviations, if ordered for increase/decrease in length of bridge.

9. Lump sum tendered by the tenderer in respect of this 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.

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

10. 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 Ecological and Environment Cess etc), duties, Royalties, Octroi & other levies
payable under the respective statutes. No re-imbursement/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 special condition No. 12 at srl
page No 93 & 94.

11. In case of discrepancies in rates quoted in figure and words, the rates quoted in words shall
prevail.

12. The tenderer shall quote his rates considering the use of structural steel as per IS-2062
Grade “B” only. However, if the rolled sections like angle, channels & I section are not supplied by
steel manufacturers as listed in Particular Specification because of their criteria of minimum quantity
to be sold, the rolled section as per IS-2062 grade “A’ can be used with prior permission from the
Accepting Officer of Contract. The rate of recovery to be effected from Contractor payment/bills shall
be the difference in rates of rolled sections as per IS-2062 Grade “B” and IS-2062 Grade ‘A’. For
working out the rate of recovery, the rates of steel of Grade “A” and of Grade ‘B’ as prevailing on
date of purchase as per SAIL rate list shall be considered. The recovery shall be made for total
quantity of Grade ‘A’ structural steel used in lieu of Grade ‘B’. The steel as IS-2062 grade “A” shall
be also procured from the manufacturer as per list given in tender for grade “B” steel. Other
conditions for procurement and testing etc shall be equally applicable for steel section of Grade “A”
also as per tender. Tenderer shall note that no extra claims on account of any
misunderstanding in this respect shall be entertained at any stage.

(i) In this Para IS-2062 grade ‘B’ is recommended for structural steel. The same may be
replaced as IS 2062 E250B0 or higher as per IS 2062: grade B.

(ii) The rolled section as per IS 2062 grade ‘A’ is also allowed subject to approval by
Accepting Officer. The same may be replaced as IS 2062 E250 BR.

13. Ground profile indicate in GAD is for guidance purpose only. The bidder shall ascertain existing
ground profile at his own and accordingly will be quoted lump sum cost. No financial adjustment shall
be made due to difference in ground profile as shown in GAD and as actually occurring on ground
during execution of work.

14. The rates are to be quoted initially along with uploading the “T” bid. Therefore, the tenderers
are advised to follow the GAD drawing submitted by the department and no departure from the GAD
is possible. However, tenderers while quoting shall account for complete requirement from structure
functional, Technical and all other requirement while quoting and account for such contingencies in
their lump sum quoted. No. claim what so ever will be entertained on this account.

15. Phasing of work and period of completion given in Schedule ‘A’ of tender document shall be as
under:-
Phase-I:-
(a) Submission of Design and Drawings of Bridge Proper, Approach Slab and Approach Works
including Proof Checking from IIT and its final approval from HQ DGBR (B&T Dte):- 06 months.

(Complete Drawings and Design are to be submitted by Contractor within 60 days of


acceptance of the Contract.)

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

Phase-II:-

(a) Construction of bridge as per Schedule ‘A”:- 30 months


Note:- Phase-II to run simultaneously with Phase-I

16. For the purpose of compensation for delay in Phase-I works, the cost of Phase-I works
described as under Para-15(a) above shall be taken as three percent of the lump sum amount quoted
at Column 7 of Schedule ‘A’.

17. The contractor shall design and construct the Pmt Bridge in such a way that the top level
of deck slab exactly flush with the existing road level of already available approaches.
.
18. The following points may please be noted:-

a) Bridge proper

All the levels given in the Tender/Final bridge scheme (Drg No. B-2038/B&T
Dte/Vtk/2019 dated 22 May 2019) are tentative and design of bridge shall be submitted by the
contractor and will be finalized / approved by the department based on ground requirement.

b) In case the foundation level is required to be increased/decreased based on the ground


requirement and approved by department , the quoted rate shall be adjusted suitably as per
the formula specified at Annexure I to Schedule A for the purpose.

c) Approach work

All details of Permanent structure/Surfacing works for approach road given in the
Schedule-A are tentative and design shall be submitted by the contractor including Dirt wall,
Return wall, approach slab etc and will be finalized / approved by the department based on
ground requirement.

d) In case the length of approaches is required to be increased/decreased based on the


ground requirement and approved by department , the quoted rate shall be adjusted suitably
as per the formula specified at Annexure I to Schedule A for the purpose.

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

Tender Inviting Authority: HQ Chief Engineer Project Vartak


Name of Work: SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF 75 MTR SPAN MAJOR PERMANENT AMARTALA-I BRIDGE WITH STEEL SUPER STRUCTURE
(THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH THROUGH EXECUTION CONTRACT AT KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER
PART-I AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00 MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, UNDER 1441 BCC/ 14 BRTF/ PROJECT VARTAK SECTOR IN ARUNACHAL PRADESH”

Contract No: CE (P) VTK-33 OF 2019-20


Bidd
er
Nam
e:

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender.
Bidders are allowed to enter the Bidder Name and Values only )

NUM TEXT # TEXT # NUMBER # TEX NUMBER NUMBER NUMBE NUMBE NUMBER # NUMBER # TEXT #
BER T# # R R
#
Sl. Item Description Nos Quantity Unit BASIC GST SGST IGST TOTAL TOTAL TOTAL
No. s RATE To Charges Charge Charges Basic AMOUNT in AMOUNT In
be on Basic s on on Basic AMOUNT figures With Words With
entered Cost in % Basic Rate in Without Tax Taxes taxes
by the Rate in % Including including
Bidder % Basic Rate Basic Rate
Rs. P and and
CGST/SGST/IG CGST/SGST/I
ST on Basic GST on Basic
Rate Rate
1 2 3 4 5 6 7 8 9 10 11 12

1 PART-I:
75 MTR SPAN MAJOR PMT BRIDGE AMARTALA-
I (BRIDGE PROPER)

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

1.01 SUB SOIL INVESTIGATION, DESIGN, DRAWING Item1 1.00 Nos 0.00 0.00 INR Zero Only
AND CONSTRUCTION OF 75 MTR SPAN MAJOR
PERMANENT BRIDGE AMARTALA-I WITH STEEL
SUPER STRUCTURE (THROUGH TYPE) WITH
RCC DECK SLAB, RCC WEARING COAT HAVING
NON SKID SURFACE ON OPEN FOUNDATION
OVER UNKNOWN NALLAH AT KM 49.950 ON
ROAD OKSRT UNDER 1441 BCC/14 TF/VARTAK
PROJECT SECTOR IN ARUNACHAL PRADESH
INCLUDING CONSTRUCTION OF ABUTMENTS,
ABUTMENT CAPS, PROVIDING AND FIXING OF
POT/POT CUM PTFE BEARINGS WITH
PEDESTALS, KERBS, HAND RAILING, RCC
CRASH BARRIERS, 1.5 MTR WIDE FOOTPATH
BOTH SIDE, GUARD POSTS, DRAINAGE
ARRANGEMENT OVER CARRIAGE WAY AND
FOOTPATH, SERVICES ARRANGEMENT FOR
UTILITIES, STRIP SEAL EXPANSION JOINT,
PAINTING WITH NON CORROSIVE PAINT TO ALL
EXPOSED STEEL WORKS AND KERBS, HAVING
7.5 MTR CLEAR WIDTH BETWEEN KERBS AND
DESIGNED WIDTH NHDL SPECIFICATIONS/70R
FOR CONSTRUCTION THROUGH EXECUTION
CONTRACT INCLUDING LOAD TESTING AND ALL
OTHER ITEMS OF WORK REQUIRED.
2 PART-II: CONSTRUCTION OF 65.00 MTR
APPROACH ROAD ON ORANG SIDE AND 22.00
MTR ON KALAKTANG SIDE, (TOTAL LENGTH
OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

2.01 CONSTRUCTION OF 65.00 MTR LENGTH Item2 1.00 Nos 0.00 0.00 INR Zero Only
APPROACH ROAD ON ORANG SIDE AND 22.00
MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF
APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE. THE TENTATIVE
QUANTITIES OF APPROACHES FOR GUIDANCE
ARE
(a) EARTH WORK IN EMBANKMENT/ROUGH
EXEVN – 2912.18 CUM,
PERMANENT WORK FOR CONSTRUCTION OF
RETAINING WALL AS PER IS 456-2000 OF SIZES,
(a) (36X2) MTR, (10X2.50) MTR,
(b) (20X3.5) MTR,
RETAINING WALL IN RCC (M-20) OF SIZE
(a) (31X8) MTR,
(b)(10X10) MTR,
LINED DRAIN OF CROSS SECTION AREA OF
0.40 SQM, 87 MTR Length WITH PCC 1:3:6,
CRASH BARRIER- 87 MTR,
AND PAVEMENT WORK COMPRISING
(a) PREPARATION OF SUB GRADE IN 12.00 MTR
WIDTH,
(b) GSBC 15 CM THICK IN 9.40 MTR WIDTH,
(c) WMM 100 MM THICK 01ST LAYER IN 9.10 MTR
WIDTH,
(d) WMM 75 MM THICK TWO LAYERS IN 9.10
MTR WIDTH,
(e) DBM 50 MM THICK IN 8.80 MTR WIDTH AND
(f) AC 4.00 CM THICK IN 8.80 MTR WIDTH
INCLUDING PRIME COAT AND TACK COAT,
CENTRE/EDGE LINE MARKING,
FIXING OF CAT EYE AND DELINATORS 900 MM
LONG AS PER GROUND REQUIRMENT ALL AS
SPECIFIED IN PARTICULAR SPECIFICATIONS
AND AS PER MORT&H SPECIFICATION (Vth
REVISION) FOR ROADS AND BRIDGE WORK
FOR COMPLETE CONSTRUCTION OF
APPROACH ROAD ON BOTH SIDE OF THE
COMPLETED BRIDGE..
Total in Figures 0.00 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

Annexure-I to Schedule ‘A’

Notes :

1. For pricing deviations see Note-8 of Schedule –‘A’.

2. For measurement of less than one meter, payment shall be proportionate to work out rate per
meter.

3. Order regarding increase / decrease of deck level shall be given before start of the work and
will be reckoned from given RL of approved GAD deck level.

4. Data for calculation of height of sub structure shall be taken from foundation level given in the
tender drawing to the top of abutment /pier cap.

5. The length of the bridge structure will be taken as the overall length measured along the centre
line of the bridge between inner faces of dirt walls.

6. The following formula shall be applicable for pricing deviations for this bridge only, if ordered:-

Increase / decrease of depth of foundation for each Abutment / pier or


Increase / decrease of deck level, increase / decrease of bridge length
Per meter = 0.75xquoted sum for Bridge Proper in Part I in Rupees
Total height of all support of sub structure in Mtr + Span of bridge in Mtr

7. The following formula shall be applicable for pricing deviations for approaches (Fmn & Surf wks
only) only, if ordered:-

Increase / decrease of in length of approaches


Per meter = 0.45xquoted sum for Approach road under part II above
87

8. Increase/Decrease in Permanent Works from which mentioned under tentative works under
description of works of Part II above, shall priced as per Annexure II to Schedule “A”.
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

Annexure-II to Schedule ‘A’


SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF 75 MTR
SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER STRUCTURE
(THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT KM 49.950
ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I AND
CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00 MTR
ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER
1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH

S/No Item of Work A/U Rate in


Rupees
1 EXECVN IN SMB
(a) SMB upto 1.50 m Cum 377.16
(b) -do- 1.50 to 3.00 m ” 495.204
(c) -do- 3.00 to 4.50 m ” 613.248
(d) -do- 4.50 to 6.00 m ” 731.292
(e) -do- 6.00 to 7.50 m ” 849.36
(f) -do- 7.50 to 9.00 m ” 967.38
(g) -do- 9.00 to 10.50 m ” 1085.424
2 EXECVN IN SR
(a) SR up to 1.50 m Cum 867.18
(b) -do- 1.50 to 3.00 m ” 1011.456
(c) -do- 3.00 to 4.50 m ” 1155.744
(d) -do- 4.50 to 6.00 m ” 1300.032
(e) -do- 6.00 to 7.50 m ” 1444.32
(f) -do- 7.50 to 9.00 m ” 1588.608
(g) -do- 9.00 to 10.50 m ” 1732.896
(h) -do- 10.50 to 12.00 m ” 1877.184
3 EXECVN IN HR
(a) HR up to 1.50 m Cum 599.088
(b) -do- 1.50 to 3.00 m ” 743.328
(c) -do- 3.00 to 4.50 m ” 739.68
(d) -do- 4.50 to 6.00 m ” 859.92
(e) -do- 6.00 to 7.50 m ” 980.16
(f) -do- 7.50 to 9.00 m ” 1100.40
(g) -do- 9.00 to 10.50 m ” 1220.64
(h) -do- 10.50 to 12.00 m ” 1340.08
4 PCC M 15 in foundation. ” 6178.32
5 PCC M20 in sub str upto 5m height complete in all ” 6453.18
respect.
6 PCC M20 in sub str 5 to 10m height complete in all ” 6453.18
respect.
7 PCC M20 in sub str beyond 10m height complete in all ” 6453.18
respect.
8 RCC M25 in sub str up to 5m height complete in all ” 6694.692
respect.
9 RCC M25 in sub str 5 to 10m height complete in all ” 6694.692
respect.

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

10 PCC M25 in sub str beyond 10m height complete in all ” 6694.692
respect.
11 RCC M30 in sub str upto 5 height complete in all ” 6708.00
respect.
12 RCC M30 in sub str 5 to 10 m height complete in all Cum 6708.00
respect.
13 RCC M30 in sub str beyond 10 m height complete in all ” 6708.00
respect
14 RCC M 35 in sub str upto 5 height complete in all ” 6821.652
respect
15 RCC M 35 in sub str 5 to 10m height complete in all ” 6821.652
respect
16 RCC M35 in sub str beyond 10 m height complete in all ” 6821.652
respect
17 RCC M 40 in sub str upto 5 height complete in all ” 6877.716
respect
18 RCC M 40 in sub str 5 to 10m height complete in all ” 6877.716
respect
19 RCC M40 in sub str beyond 10 m height complete in all ” 6877.716
respect
20 RCC M40 in superstructure complete in all respect ” 6877.716
21 RCC M35 in superstructure complete in all respect ” 6821.652
22 RCC M30 in superstructure complete in all respect ” 6708.00
23 RCC M25 in superstructure complete in all respect ” 6694.692
24 HYSD Reinforcement in substructure MT 51450.00
25 Back filling with granular material Cum 1082.904
26 Bank filling with filter media Cum 255.00
27 Plate load test Per 50000.00
test
28 PSC M40 Cum 2815.00
29 Form work for PSC M40 ” 1830.00
30 HYSD Reinforcement MT 51450.00
31 HT steel wires/ strands MT 55365.00
32 Wearing coat M30 CC Cum 6708.00
36 Fixing of drainage Spout Nos 2500.00
37 Expansion Joint R/Mtr 1485.00
38 Fabrication steel form work MT 10000.00
39 Bridge load test Perset 100000.00
40 Pumping of dewatering Hr/HP 15.00
41 R/wall (2.0Mtr Ht) Mtr 8402.814
42 R/wall (2.5Mtr Ht) Mtr 11663.93
43 R/wall (3.0Mtr Ht) Mtr 14813.84
44 R/wall (3.5Mtr Ht) Mtr 19376.09
45 R/Wall (4.0 Mtr Ht) Mtr 24144.7
46 R/Wall (5.0 Mtr Ht) Mtr 35539.2
47 R/Wall (6.0 Mtr Ht) Mtr 46933.7
48 R/wall (8.0Mtr Ht) Mtr 72426.82
49 R/wall (10.0Mtr Ht) Mtr 118233.5
50 Lined drain Mtr 2146.96

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

 Add/deduct _____% (Percentage in Words………………….percentage) on the rates given


above.
 In case tender fails to indicate the percentage, the same shall be considered as “NIL”.
 To be deleted whichever is not applicable (However, if the tenders fails to delete the not
applicable word, the “ADD” will be considered.

SCHEDULE ‘B’

ISSUE OF MATERIAL ETC TO THE CONTRACTOR


(See Condition 10 of General Conditions of Contract)
Name of Work: :- SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION
OF 75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER
STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT
KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I
AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00
MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER
1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH

Srl Particulars Rate at which materials will be Place of Remarks


No. issued to the Contractor issue by
Unit Rate name
1 2 3 4 5 6
1 Emulsion Explosive Kgs NIL
Gelatin

2 Plain /Ordinary Nos NIL


Detonator
3 Detonating Fuse Mtr NIL

4 Safety Fuse Mtr NIL

Notes: 1. Issue rate of items will be actual purchased cost and 10% overhead.

2. Explosive items as covered in this schedule will be kept in the custody of


supervisor In charge / Engineer in Charge.

3. Daily issue / consumption of these items will be maintained in a Register which


will be jointly signed by representative of department and representative of contractor.
This register will be kept in the custody of supervisor& charge of the bridge work.

(Signature of Contractor) For Accepting Officer


Dated : _________________

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

SCHEDULE ‘C’

LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO THE
CONTRACTOR
(See Condition 15, 34 & 35 of General Conditions of Contracts IAFW-2249)

Name of Work: SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF


75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER
STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT
KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I
AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00
MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER
1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH

Srl No Quantity/ Details of Hire Stand by Place of Remarks


Particulars crew charges charges issue by
supplied per unit per unit name
per per off day
working
day
1 2 3 4 5 6 7
--- NIL ---

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

Name of Work : SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF


75 MTR SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER
STRUCTURE (THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT
KM 49.950 ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I
AND CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00
MTR ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER
1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH

Srl Quantity/ Particulars Rate per unit Place of Remarks


No per working issue by
day name
1 2 3 4 5

--- NIL ---

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

FORM OF ACCEPTANCE LETTER

REGISTRED/SDS
Headquarters
Chief Engineer
Project Vartak
PIN -931 716
C/O 99 APO

Reference No. / /E8 2019

M/s ________________
___________________
SUB SOIL INVESTIGATION, DESIGN, DRAWING AND CONSTRUCTION OF 75 MTR
SPAN MAJOR PERMANENT BRIDGE AMARTALA-I WITH STEEL SUPER STRUCTURE
(THROUGH TYPE) ON OPEN FOUNDATION OVER UNKNOWN NALLAH AT KM 49.950
ON ROAD ORANG-KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I AND
CONSTRUCTION OF 65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00 MTR
ON KALAKTANG SIDE, (TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF
COMPLETED BRIDGE UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER
1441 BCC/ 14 BRTF/ PROJECT VARTAK IN ARUNACHAL PRADESH
Dear Sir(s),
1. Reference your tender for the subject work.
2. On behalf of the President of India, I hereby accept your tender for the subject work at the item
rates contained therein for total sum of Rs___________ (Rupees
_____________________________________only). Detail of contract sum is given at Appendix ‘A’ to
this letter.
3. This contract is allotted the number CE / VTK / /2019-20 which will be quoted by you in all
future correspondence in connection with this contract.
4. The tender enquiry, your tender and this letter shall be the sole repository of the contract

agreement.

Yours faithfully,
(Signature of Contractor) (Ashish Gupta)
Brig
Dated: Chief Engineer
Accepting Office

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

For and on behalf of the President of India

Copy to
1. AO (P) Vartak, C/o 99 APO
2. Commander 14 BRTF, C/o 99 APO
3. AO 14 BRTF, C/o 99 APO
4. Assistant Labour Commissioner, Ulubari, Guwahati

Appendix to Acceptance letter

DEATIL OF CONTRACT SUM

S. No. BOQ Item of work A/U Quantity Quoted Amount


Ref Rate (Rs) (Rs)

(Signature of Contractor) (Ashish Gupta)


Brig
Dated : Chief Engineer
Accepting Officer
For and on behalf of the President of India

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

FORMAT FOR BANK GURANTEE


From:
Bank___________
To
The President of India
Sir,
1. With reference to Contract Agreement No__________________ concluded between the
president of India, hereinafter referred to as ―The Governmentǁ and M/S__________________
hereinafter referred to as the ―the contractorǁ for _______________ as detailed in the above contract
agreement hereinafter referred to as ―the said contractǁ 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 the terms & conditions 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 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 up to a maximum of Rs.________(Rupees ______________only) paid as advance to the
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 contract has
failed to provide works in accordance with the 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
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 amounts due and payable
by us under this 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 the Guarantee herein contained shall remain in full force and effect for a
period up to__________(03 months+due date of recovery of advance) unless the Government 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.
6. We further agree that the Government shall have that fullest liberty 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 extend the time of development/delivery from time to time or to post
pone for any time or from time to time any of the powers exercisable by the Government 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 our liability by reason of any such variation or any indulgence or for

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

bearance shown or any act 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.

Place: ___________ Yours faithfully,


Date : __________ Seal of Bank For___________ Bank
(Authorised Attorney)

NEFT / RTGS MANDATE FORM

S. No. Description Details


1 Name of Firm / contractor as
per account in the Bank
2 Beneficiary‘s 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.

Dated: (Signature of the branch manager of the Bank)


Seal of Bank

Signature of Contractor SW
For Accepting Officer
CA No CE (P) VTK- _____ OF 2020-21 Page |
TENDER No CE (P) VTK-33 OF 2019-20

Form of Power of Attorney


Know all men by these presents, we, ......................................... (name of Firm and address of the
registered office) do hereby constitute, nominate, appoint and authorize Mr / Ms
_________________________son/daughter/wife and presently residing
at__________________________who is presently employed with us and holding the true and lawful
attorney (hereinafter refrred to as the “Authorised Representative”) to do in our name and on our
behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to
submission of our Proposal for and selection as the Contractor for SUB SOIL INVESTIGATION,
DESIGN, DRAWING AND CONSTRUCTION OF 75 MTR SPAN MAJOR PERMANENT
BRIDGE AMARTALA-I WITH STEEL SUPER STRUCTURE (THROUGH TYPE) ON OPEN
FOUNDATION OVER UNKNOWN NALLAH AT KM 49.950 ON ROAD ORANG-
KALAKTANG-SHERGAON-RUPA-TENGA UNDER PART-I AND CONSTRUCTION OF
65.00 MTR APPROACH ROAD ON ORANG SIDE AND 22.00 MTR ON KALAKTANG SIDE,
(TOTAL LENGTH OF APPROACH ROAD IS 87.00 MTR) OF COMPLETED BRIDGE
UNDER PART-II, THROUGH EXECUTION CONTRACT UNDER 1441 BCC/ 14 BRTF/
PROJECT VARTAK IN ARUNACHAL PRADESH to Chief Engineer Project Vartak (the “Authority)
including but not limited to signing and submission of all applications, proposals and other documents
and writings, participating in pre-bid and other conferences and providing information/ responses to the
Authority, representing us in all matters before the Authority, signing and execution of all contracts and
undertakings consequent to acceptance of our proposal and generally dealing with the Authority in all
matters in connection with or relating to or arising out of our Proposal for the said Project and/or upon
award thereof to us till completion of the Contract Agreement with the Authority including the final
payment.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be
done by our said Authorised Representative pursuant to and in exercise of the powers conferred by
this Power of Attorney and that all acts, deeds and things done by our said Authorised Representative
in exercise of the powers hereby conferred shall and shall always be deemed to have been done by
us.

IN WITNESS WHEREOF WE, ................................ THE ABOVE NAMED PRINCIPAL HAVE


EXECUTED THIS POWER OF ATTORNEY ON THIS
...................................... DAY OF ...................., 20.......

For ............................................
(Signature, name, designation and address)
Witnesses:
1.
2. Notarized
Accepted
........................................
(Signature, name, designation and address of the Attorney Holder)
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executants (s) and when it
is so required the same should be under common seal affixed in accordance with the required
procedure. The Power of Attorney should be executed on a non-judicial stamp paper of Rs. 100
(hundred) and duly notarized by a notary public.

• Wherever required, the Applicant should submit for verification the extract of the charter
documents and other documents such as a resolution/power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Applicant.

Signature of Contractor SW
For Accepting Officer

You might also like